Loading...
Agenda 09/24/2019 Item #16C 1 (Award Contract #19-7572 to Utility Services Associates, LLC)09/24/2019 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid # 19-7572, “Leak Detection Services,” to Utility Services Associates, LLC, for leak detection services for the Collier County Water-Sewer District. OBJECTIVE: To ensure a reliable water service to the customers of the Collier County Water-Sewer District, water mains must be in good condition. Proactive testing allows for a non -destructive method of determining if the water mains have any leaks. CONSIDERATIONS: On June 26, 2018 (Agenda Item 11I), the Board of County Commissioners (“Board”) approved the Water, Wastewater, Irrigation Quality Water, and Bulk Potable Water User Rate Study, which includes provision for the repair and maintenance of the Collier County Water -Sewer District utility system. On May 3, 2019, staff posted Invitation to Bid (“ITB”) # 19-7572, Leak Detection Services. The County sent notifications to 5,178 vendors and thirty-six (36) vendors downloaded the full bid package. The County received three (3) responsive and responsible bids by the June 14, 2019 deadline as reflected in the bid table below. Company Bid Responsive/Responsible Utility Services Associates LLC $31,812.42 Yes/Yes Matchpoint Water Asset Management Inc. $32,382.69 Yes/Yes National Water Main Cleaning Co. $458,690.00 Yes/Yes Staff determined the bidding to be fair and reasonable and recommends awarding the contract to Utility Services Associates, LLC, the lowest responsive and qualified bidder, as reflected in the Procurement Division’s Notice of Recommended Award (Attachment 3). The bid numbers shown above are representative of typical work expected. They also established unit prices for each category in the contract. Assignments from the using departments will be billed at these unit prices. FISCAL IMPACT: Funding is available in, and is consistent with, the FY2019 Budget approved by the Board on September 28, 2018. The source of funding is the Water User Fee Fund (408). Operation and maintenance costs are expected to remain the same. GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval.-SRT RECOMMENDATION: That the Board of County Commissioners, Ex-officio the Governing Board of the Collier County Water-Sewer District, awards Invitation to Bid # 19-7572, Leak Detection Services, to Utility Services Associates, LLC and authorizes its Chairman to sign the attached Agreement. Prepared By: Steve Messner, Director, Water Division, Public Utilities Department 16.C.1 Packet Pg. 1258 09/24/2019 ATTACHMENT(S) 1. 19-7572 Solicitation (PDF) 2. 19-7572 Bid Tabulation (PDF) 3. 19-7572 NORA_Executed (PDF) 4. 19-7572 Utility Services_VendorSigned Contract (PDF) 5. 19-7572 UtilityServices_Insurance (PDF) 6. [Linked] 19-7572 Utility Services_Proposal (PDF) 16.C.1 Packet Pg. 1259 09/24/2019 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.1 Doc ID: 9732 Item Summary: Recommendation to award Invitation to Bid # 19-7572, “Leak Detection Services,” to Utility Services Associates, LLC for leak detection services for the Collier County Water - Sewer District. Meeting Date: 09/24/2019 Prepared by: Title: Manager - Distribution – Water Name: Pamela Libby 08/06/2019 9:27 AM Submitted by: Title: Division Director - Water – Water Name: Steve Messner 08/06/2019 9:27 AM Approved By: Review: Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 08/12/2019 1:16 PM County Attorney's Office Sandra Herrera Additional Reviewer Completed 08/16/2019 2:27 PM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 08/19/2019 8:16 AM Procurement Services Evelyn Colon Additional Reviewer Completed 08/22/2019 10:01 AM Procurement Services Barbara Lance Additional Reviewer Completed 08/26/2019 9:23 AM Public Utilities Department Drew Cody Additional Reviewer Completed 08/28/2019 11:55 AM Procurement Services Ted Coyman Additional Reviewer Completed 08/28/2019 4:58 PM Public Utilities Department Drew Cody Level 1 Division Reviewer Completed 09/03/2019 4:43 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 09/04/2019 3:09 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 09/12/2019 3:47 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 09/13/2019 9:47 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 09/13/2019 11:47 AM Budget and Management Office Ed Finn Additional Reviewer Completed 09/16/2019 9:47 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 09/16/2019 2:46 PM Board of County Commissioners MaryJo Brock Meeting Pending 09/24/2019 9:00 AM 16.C.1 Packet Pg. 1260 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR Leak Detection Services SOLICITATION NO.: 19-7572 BARBARA LANCE, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8998 Barbara.Lance@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.C.1.a Packet Pg. 1261 Attachment: 19-7572 Solicitation (9732 : Award Invitation to Bid #19-7572, "Leak Detection Services") SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 19-7572 PROJECT TITLE: Leak Detection Services PRE- BID MEETING: DATE & TIME LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 DUE DATE: DATE & TIME PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Public Utilities Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Historically, County departments have spent approximately $50,000 annually; however, this may not be indicative of future buying patterns. BACKGROUND The work specified in this section consists of furnishing all labor, equipment, materials and services necessary for leak detection of water mains from 2” to 36” located in the Collier County Water District in accordance with the specifications and subject to the terms and conditions of the resultant contract. Water Division anticipates spending approximately $50,000 annually on this service. This amount has been provided for reference only and no minimum amount is guaranteed or implied; future expenditures will be based on available County Department budgetary funding. TERM OF CONTRACT The contract term, if an award is made, is intended to be for three (3) years with two (2) one (1) year renewals. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. 16.C.1.a Packet Pg. 1262 Attachment: 19-7572 Solicitation (9732 : Award Invitation to Bid #19-7572, "Leak Detection Services") AWARD CRITERIA ITB award criteria are as follows:  The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation.  It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County.  For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined below: • Lowest Total Bid  Collier County reserves the right to select one, or more than one supplier, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to: • Identify a Single Vendor  The County reserves the right to issue a formal contract, standard County Purchase Order, or utilize the County Purchasing Card for the award of this solicitation. DETAILED SCOPE OF WORK Collier County Water-Sewer District is seeking the services of a qualified leak detection contractor to provides services for a comprehensive leak detection survey to cover a portion of the Water District’s distribution system. The current distribution system encompasses over 1,000 miles of pipeline ranging from 2” to 48”. The anticipated scope of work for this project will include 25 miles of pipeline per year for the life of the contract. Specifications 1) As part of their proposal contractor will be required to document the type and style of equipment that they will be utilizing for the survey. The following equipment is considered mandatory for a comprehensive survey of this type: modern electronic acoustic leak detectors with both ground microphones and contact microphones and leak noise correlators. The Contractor shall provide all necessary manpower, equipment and maintenance of traffic supplies. 2) Pipeline Types and Sizes: The Contractor will be surveying a portion of the system that ranges from 2” to 36”, with pipe material being asbestos, cast iron, ductile iron, and PVC. Type of Pipe Total Miles in system* Asbestos 91.50 Cast iron 14.40 Ductile Iron 53.80 PVC 861.90 *Please note that this is not the amount of pipeline that will be surveyed over the life of the contract, but an overview of the potable water distribution system that will change with future improvements. 3) The selected vendor will be provided the most up to date system map available showing the water main size on each street and the approximate location of each hydrant and gate valve in the areas to be surveyed. Each hydrant and main gate valve box shall be listed to with leak locator and any that had leak sounds shall be recorded and reported. All areas that contain 16.C.1.a Packet Pg. 1263 Attachment: 19-7572 Solicitation (9732 : Award Invitation to Bid #19-7572, "Leak Detection Services") asbestos or PVC or any other non-metallic pipe shall be checked by not only listening to the gate valves and hydrants, but also by walking directly over the pipeline and checking for leaks at minimum every 25 feet. Whenever valve and service are exposed these items shall also be checked, by the Contractor, as part of the comprehensive leak survey. 4) A preliminary report must be submitted to the Water Division each week for all areas surveyed, due on the Wednesday after the week completed. The preliminary report shall list all suspected leaks found in the system and estimated size of each leak, based on estimated water loss. 5) A final report shall be submitted within 30 (thirty) days upon completion of each area to be surveyed. As part of the report there be a detailed description of the leak found containing its location by address, type of pipe, classification of the pipe line as to service or main and other suspected as areas of leaks, so they can be further investigated by the Water Division. 6) The survey may be conducted either during the day or evening hours, with a schedule provided to the Water Division two weeks in advance of any work. A Water Division Representative will be required to be present whenever the Contractor is performing active leak surveys. 7) The selected vendor is responsible to provide appropriate required Maintenance of Traffic supplies and set them up for each job site prior to commencing any work. 8) The vendor’s vehicles must be clearly marked with the Contractor’s Company Name and Contract Phone Number. 9) The selected vendor is required to complete work all within Collier County Right of Ways or in dedicated utility easements. No permission is granted to enter private property as part of this service. 10) Work is to begin within 90 days from issuance of a purchase order for each area to be surveyed. The vendor will be provided, at the time of issuance of the purchase order, a map of the area to be surveyed and any known problem areas to be investigated. The Division anticipates issuing one to two purchase orders per year. Bid Schedule Technical Specifications Unit prices, as they pertain to the sections below, shall be all inclusive of labor, transportation, equipment, fuel, maintenance of traffic execution, etc. Non-Performance All goods and/or services delivered shall be subject to the County’s inspection and approval. All payments are subject to adjustment for shortage or rejection. All defective or nonconforming goods will be returned at Contractor’s expense. The County reserves the right to deduct a portion of any invoice for goods not delivered, or services not performed in accordance with requirements, including required timeframe. The County may also deduct, or chargeback the Vendor the costs necessary to correct the deficiencies directly related to the Vendor’s non-performance. Note: Deadlines can be extended by the Division due to unforeseen circumstances at no fault to the Contractor or acts of force majeure that is beyond the Contractor’s control. Contractor must request a date extension in writing with the reason of the delay prior to the due date within twenty-four hours of the delay in writing to the Division Representative assigned to the project. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule/Quote Schedule/Proposal Pricing/etc.) has been completed and attached. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. Affidavit for Claiming Status as a Local Business, if applicable. Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). 16.C.1.a Packet Pg. 1264 Attachment: 19-7572 Solicitation (9732 : Award Invitation to Bid #19-7572, "Leak Detection Services") E-Verify/Immigration Affidavit (Memorandum of Understanding). The County requires that the vendor submits three (3) completed reference forms from clients during the last five (5) years whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using the Reference Form provided. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant work. 16.C.1.a Packet Pg. 1265 Attachment: 19-7572 Solicitation (9732 : Award Invitation to Bid #19-7572, "Leak Detection Services") 19-7572 Bid Schedule Leak Detection Services Size of Water Main Type of Water Main Bid Quantity* Price per LF of Survey Total Price per LF of Survey Total Price per LF of Survey Total 2"PVC 10,560 $0.069 $728.64 $0.076179 $804.45 $1.00 $10,560.00 Asbestos Pipe 52,800 $0.069 $3,643.20 $0.07618 $4,022.23 $1.00 $52,800.00 PVC 52,800 $0.069 $3,643.20 $0.07618 $4,022.23 $1.00 $52,800.00 Cast Iron 5,280 $0.033 $174.24 $0.04857 $256.47 $0.50 $2,640.00 PVC 52,800 $0.069 $3,643.20 $0.07618 $4,022.23 $1.00 $52,800.00 Asbestos Pipe 100,000 $0.069 $6,900.00 $0.07618 $7,617.86 $1.00 $100,000.00 Cast Iron 2,000 $0.033 $66.00 $0.04857 $97.15 $0.75 $1,500.00 PVC 26,400 $0.069 $1,821.60 $0.07618 $2,011.11 $1.00 $26,400.00 Asbestos Pipe 16,300 $0.069 $1,124.70 $0.07618 $1,241.71 $1.00 $16,300.00 PVC 26,400 $0.069 $1,821.60 $0.07618 $2,011.11 $1.00 $26,400.00 Cast Iron 10,560 $0.033 $348.48 $0.04857 $512.94 $0.75 $7,920.00 PVC 52,800 $0.104 $5,491.20 $0.07618 $4,022.23 $1.00 $52,800.00 Cast Iron 11,000 $0.069 $759.00 $0.04857 $534.31 $0.75 $8,250.00 24"PVC 5,280 $0.104 $549.12 $0.07618 $402.22 $3.00 $15,840.00 30"PVC 5,280 $0.104 $549.12 $0.07618 $402.22 $3.00 $15,840.00 36"PVC 5,280 $0.104 $549.12 $0.07618 $402.22 $3.00 $15,840.00 $31,812.42 $32,382.69 $458,690.00 YES/NO YES/NO YES/NO Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes N/A N/A N/A Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes SunBiz Yes Yes Yes Opened By: Barbara Lance Witnessed By:Kris Lopez Project Manager: Pam Libby Procurement Strategist: Barbara Lance Notices Sent: 5,178 Bid Packages Downloaded: 36 Submittals: 3 *Estimated quantities of pipeline that may be surveyed over the life of the contract. This does not include all pipelines within the Collier County Water District. 6" 8" 10" 12" 16" Matchpoint Water Asset Management Inc. Total Bid Matchpoint Water Asset Management Inc. National Water Main Cleaning CoUtility Services Associates References National Water Main Cleaning CoUtility Services Associates Form 2: Vendor Check List Form 3: Conflict of Interest Affidavit Description Form 4: Vendor Declaration Statement Form 5: Immigration Affidavit Certification Form 6: Vendor Substitute W – 9 Form 7: Vendor Submittal – Local Vendor Preference Affidavit Insurance Requirements E-Verify Addendums 16.C.1.b Packet Pg. 1266 Attachment: 19-7572 Bid Tabulation (9732 : Award Invitation to Bid #19-7572, "Leak Detection Services") 16.C.1.c Packet Pg. 1267 Attachment: 19-7572 NORA_Executed (9732 : Award Invitation to Bid #19-7572, "Leak Detection Services") 16.C.1.dPacket Pg. 1268Attachment: 19-7572 Utility Services_VendorSigned Contract (9732 : Award Invitation to Bid #19-7572, "Leak Detection Services") 16.C.1.dPacket Pg. 1269Attachment: 19-7572 Utility Services_VendorSigned Contract (9732 : Award Invitation to Bid #19-7572, "Leak Detection Services") 16.C.1.dPacket Pg. 1270Attachment: 19-7572 Utility Services_VendorSigned Contract (9732 : Award Invitation to Bid #19-7572, "Leak Detection Services") 16.C.1.dPacket Pg. 1271Attachment: 19-7572 Utility Services_VendorSigned Contract (9732 : Award Invitation to Bid #19-7572, "Leak Detection Services") 16.C.1.dPacket Pg. 1272Attachment: 19-7572 Utility Services_VendorSigned Contract (9732 : Award Invitation to Bid #19-7572, "Leak Detection Services") 16.C.1.dPacket Pg. 1273Attachment: 19-7572 Utility Services_VendorSigned Contract (9732 : Award Invitation to Bid #19-7572, "Leak Detection Services") 16.C.1.dPacket Pg. 1274Attachment: 19-7572 Utility Services_VendorSigned Contract (9732 : Award Invitation to Bid #19-7572, "Leak Detection Services") 16.C.1.dPacket Pg. 1275Attachment: 19-7572 Utility Services_VendorSigned Contract (9732 : Award Invitation to Bid #19-7572, "Leak Detection Services") 16.C.1.dPacket Pg. 1276Attachment: 19-7572 Utility Services_VendorSigned Contract (9732 : Award Invitation to Bid #19-7572, "Leak Detection Services") 16.C.1.dPacket Pg. 1277Attachment: 19-7572 Utility Services_VendorSigned Contract (9732 : Award Invitation to Bid #19-7572, "Leak Detection Services") 16.C.1.dPacket Pg. 1278Attachment: 19-7572 Utility Services_VendorSigned Contract (9732 : Award Invitation to Bid #19-7572, "Leak Detection Services") 16.C.1.dPacket Pg. 1279Attachment: 19-7572 Utility Services_VendorSigned Contract (9732 : Award Invitation to Bid #19-7572, "Leak Detection Services") 16.C.1.dPacket Pg. 1280Attachment: 19-7572 Utility Services_VendorSigned Contract (9732 : Award Invitation to Bid #19-7572, "Leak Detection Services") 16.C.1.d Packet Pg. 1281 Attachment: 19-7572 Utility Services_VendorSigned Contract (9732 : Award Invitation to Bid #19-7572, "Leak Detection Services") 16.C.1.dPacket Pg. 1282Attachment: 19-7572 Utility Services_VendorSigned Contract (9732 : Award Invitation to Bid #19-7572, "Leak Detection Services") 16.C.1.dPacket Pg. 1283Attachment: 19-7572 Utility Services_VendorSigned Contract (9732 : Award Invitation to Bid #19-7572, "Leak Detection Services") 16.C.1.dPacket Pg. 1284Attachment: 19-7572 Utility Services_VendorSigned Contract (9732 : Award Invitation to Bid #19-7572, "Leak Detection Services") 16.C.1.dPacket Pg. 1285Attachment: 19-7572 Utility Services_VendorSigned Contract (9732 : Award Invitation to Bid #19-7572, "Leak Detection Services") 16.C.1.dPacket Pg. 1286Attachment: 19-7572 Utility Services_VendorSigned Contract (9732 : Award Invitation to Bid #19-7572, "Leak Detection Services") 16.C.1.dPacket Pg. 1287Attachment: 19-7572 Utility Services_VendorSigned Contract (9732 : Award Invitation to Bid #19-7572, "Leak Detection Services") 8/16/2019 Bell Anderson Agency, Inc. 600 SW 39th St, Suite 200 Renton WA 98057 Cristina Peña (425)291-5218 (425)291-5100 CristinaP@bell-anderson.com Utility Services Associates, LLC 19655 1st Ave S, Suite 101 Seattle WA 98148 Valley Forge Insurance Company 20508 Mutual Of Enumclaw Insurance Company 14761 Continental Casualty Company 20443 American Casualty Co of Reading, PA 20427 CL18111632160 A X X X X Y B4030938657 9/1/2018 9/1/2019 1,000,000 300,000 10,000 1,000,000 2,000,000 2,000,000 B X X X BAP000407904 9/1/2018 9/1/2019 1,000,000 C X X X 10,000 B4034579014 9/1/2018 9/1/2019 1,000,000 1,000,000 D WC594834111 11/18/2018 11/18/2019 X 1,000,000 1,000,000 1,000,000 Re: Leak Detection Services - Solicitation 19-7572 - Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government, OR, Collier County are additional insured under the captioned Commercial General Liability and Automobile Liability Policies per the attached endorsement #SB146932F 0616 and SB146968B 0616. Waiver of subrogation per the attached endorsement #SB146932F 0616. Primary & non-contributory coverage applies on the captioned per the attached endorsement #SB146932F 0616. Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples, FL 34112 Jason Webb/PLS The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person)$ PERSONAL &ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PER STATUTE OTH- ER E.L.EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes,describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNED AUTOS AUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS: E-MAIL FAX (A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S)AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INS025 (201401) 16.C.1.e Packet Pg. 1288 Attachment: 19-7572 UtilityServices_Insurance (9732 : Award Invitation to Bid #19-7572, "Leak Detection Services") Q Proposal Leak Detection Services Solicitation 19-7572 Submitted by: Utility Services Associates 19655 1st Ave. So., Ste. 101 Seattle, WA 98148 Utility Services Associates Due: June 7th, 2019 Submitted to: Collier County Procurement Services 3295 E. Tamiami Trail, Building C2 Naples, FL 34112 PROPOSAL SOLICITATION 19-7572 Page 1 Contents Cover Letter ________________________________________________________ 1 Project Background _____________________________________________________________________________________ 2 About Utility Services Associates ______________________________________________________________________ 3 Usa Record Of Successes _____________________________________________________________________________ 4 Key Staff Bios ____________________________________________________________________________________________ 5 Cost Control ______________________________________________________________________________________________ 7 Quality Assurance Program ____________________________________________________________________________ 8 Safety _____________________________________________________________________________________________________ 9 Project Understanding And Work Plan ______________________________________________________________ 10 Equipment ______________________________________________________________________________________________ 15 Pricing, Schedule And Standard Terms _____________________________________________________________ 17 Schedule Information__________________________________________________________________________________ 18 Standard Terms ________________________________________________________________________________________ 19 Attachments ____________________________________________________________________________________________ 20 UTILITY SERVICES ASSOCIATES 19665 1ST AVE. SO., STE. 101 SEATTLE, WA 98148 Proposal Cover Letter June 6th, 2019 Collier County Procurement Services 3295 E. Tamiami Trail, Building C2 Naples, FL 34112 Subject: Solicitation #: 19-7572 | Leak Detection Services Dear Procurement Department, In response to the Collier Counties Invitation to Bid (ITB) Water Leak Detection Services, Utility Services Associates, LLC is pleased to present the enclosed proposal. We feel privileged to propose for this important engagement. Utility Services Associates has been working diligently in the arena of water loss control, specializing in leak detection, since 1985. We advocate a strategic approach to leak detection that is unique to the industry. It is this approach that ensures that our customers receive an unmatched level of service regardless of system variables. Our pricing for this project is based on the scope as documented in the RFP. USA will maintain survey flexibility throughout the project as the scope is not currently defined. Having served on the leak detection and later the water accountability committees of the AWWA, we have been integral in developing the procedures and methods that are now the standard (M36) since 1986. It is always our goal to detect the most leakage in the most efficient manner possible. To accomplish maximum efficiency, a customized approach must be considered. This requires careful study and planning as no two systems or areas within a system are the same. We look forward to helping you in the development of your leak detection program as we are highly experienced in real and apparent loss reduction strategies. Sincerely, Cory Simonson President PROPOSAL SOLICITATION 19-7572 Page 2 PROJECT BACKGROUND The Collier County Water-Sewer District (COUNTY) is seeking a qualified water leak detection contractor to provide services for a comprehensive leak detection survey of selected areas of the Districts distribution system. The intended term for this engagement if for three (3) years with two (2) one (1) year renewals. The Districts distribution system includes over 1,000 miles of pipe ranging in size from 2” to 48”. The RFP received anticipates that the scope of work for this project will include a survey of 25 miles of pipeline per year for the life of the contract, however, the bid schedule (see table below) lists approximately 82.5 of various sizes and types of water lines. It is understood that the estimated quantities of pipeline listed in the bid schedule below does not include all pipelines within the District. Pipe Schedule Provided by County 19-7572 Bid Schedule Leak Detection Services Pipe Size Pipe Type Bid Qty (Estimated) 2” PVC 10,560 6” Asbestos Cement 52,800 PVC 52,800 Cast Iron 5,280 8” PVC 52,800 Asbestos Cement 100,000 Cast Iron 2,000 10” PVC 26,400 Asbestos Cement 16,300 12” PVC 26,400 Cast Iron 10,560 16” PVC 52,800 Cast Iron 11,000 24” PVC 5,280 30” PVC 5,280 36” PVC 5,280 Total Bid 435,540 PROPOSAL SOLICITATION 19-7572 Page 3 ABOUT UTILITY SERVICES ASSOCIATES Since 1985, Utility Services Associates has provided water utilities highly impactful water loss control programs and comprehensive leak detection surveys. Our group of professionals are highly trained, experienced technicians conduct leak detection surveys across North America, Micronesia, and the Bahamas. We have implemented a quality control program that is unique to the industry. Our experience with hundreds of utilities has prepared us to offer a level of technical ability that other companies are unable to compete with. The professionals at Utility Services Associates have an understanding for the business of non- revenue water loss control that few companies can match. As leaders in the industry, we are at the heart of today’s demand for cost-effective solutions for water line leak detection and meeting non- revenue water mandates. We have a reputation for using the latest water leak detection technologies including everything from correlator systems to thermal/multi-spectral imaging. Our primary service is to provide Water System Leak Detection, using state of the art correlation technology. We are equipped for worldwide mobilization. We provide our services to all types and sizes of water systems, on a preventative (pro-active) or emergency (call out) basis. USA travels the globe to bring water loss control services and technology to clients interested in preserving one of our most precious resources. We work with clients in a variety of roles in water distribution and transmission. Our clients come from the following sectors: Water System Management Government Entities Residential Commercial Municipalities Military Bases Homeowners/HOA’s Engineering Firms Bureau of Indian Affairs Contractors Public Utility Districts Federal and State agencies Builders COMPANY MILESTONES •FOUNDED - 1985 •SOLD TO WESTERN UTILITY SUPPLY – 1994 •SOLD TO HUGHES SUPPLY – 2000 •SOLD TO HOME DEPOT – 2005 •SPLIT OFF – 2009 PROPOSAL SOLICITATION 19-7572 Page 4 USA RECORD OF SUCCESSES USA travels the globe to bring conservation services and technology to clients interested in preserving our most precious resource, water. We work with our clients in a variety of roles in water distribution and transmission. Utility Services Associates averages approximately 296 leak detection projects each year. In addition to our significant project list, USA holds associate memberships and involvement in professional organizations and committees such as; American Water Works Association (AWWA), National Rural Water Association (NRWA) and many local and regional associations. In addition, our involvement with the AWWA Water Accountability Committee helps us stay abreast of changing trends in the industry, allowing us to better meet the ever -changing needs and requirements of our clients. PROPOSAL SOLICITATION 19-7572 Page 5 KEY STAFF BIOS The team at USA is fully qualified to perform all tasks outlined in the RFP. The short biographical paragraphs below illustrate the wide range of expertise that each key member of our team brings to the project: Cory Simonson, President. As President, Cory is responsible for the day to day operations of Utility Services Associates. Cory started working for Utility Services Associates in 2009 as a Field Technician. Cory is a certified water operator and holds Water Distribution 2A and Water Treatment 3B certifications. In addition to managing the business, Cory oversees the development and management of all field technicians. Cory enjoys the outdoors and takes advantage of the hunting and fishing available to him in Montana. Jeff Benjamin, Business Development Manager. Jeff attended Lewis Clark State College and completed his Degree in Business Technology at Moses Lake, Idaho. Jeff started his career in the Navy and served 3 tours of duty in Vietnam. After serving in the Navy and then creating and operating several businesses over 25 years, Jeff joined Utility Services Associates in 2008. Jeff started as a Field Technician before being promoted to Senior Water Loss Consultant and eventually Business Development Manager. Jeff is a member of the AWWA Water Loss Control Committee and is passionate about assisting small utilities of all sizes with their non- revenue water programs. Jeff also helps coordinate scheduling and is available in an advisory capacity. In his spare time, Jeff follows NASCAR and rides his Victory motorcycle with the Combat Veterans Motorcycle Association. He has been married 42 years and has 5 grandchildren. Cayd Mathiasen, Business Development Representative and Project Manager. Cayd earned his Business Management degree from Southern Idaho in 2014. Cayd started his career in heavy equipment before moving into the publishing world where he found his knack for customer service and marketing. Cayd is certified as a level II water loss consulting having completed leak detection theory and field training. Cayd is driven to provide his customers with a level of customer service that is not seen in this industry. His hobbies include fly fishing, football, sports journalism, and traveling with his wife. Suzie Freeman, Office Manager. Ms. Freeman has over 6 years of experience, having joined USA in June of 2008. She coordinates and maintains all client files including pre-project correspondence and Final Report preparation and submission. She acts as liaison between senior management and field staff and provides office support for all aspects of the Leak Detection system. PROPOSAL SOLICITATION 19-7572 Page 6 Eric Kelsay–Senior Leak Consultant. Mr. Kelsay attended Olympic College in Bremerton, WA studying electronics, engineering and welding. In March 2005, Mr. Kelsay joined USA as a Field Leak Consultant. Mr. Kelsay is a highly trained, experienced Leak Consultant whose hard work and dedication have earned him praise from many of the clients he has worked with. Mr. Kelsay works out of our Seattle, WA office and is available for travel anywhere. He recently completed a 248 mile project for the City of Goodyear, AZ. Thomas Olson – Leak Consultant. Mr. Olson works out of our Seattle office as a Leak Consultant and is available to travel anywhere in the US. His most recent projects include a 281 mile project in Spanaway, WA. Jerry Thomas – Leak Consultant. Mr. Thomas works out of our Florida office as a Leak Consultant and is available to travel anywhere in the US. His most recent projects include a 100 mile project in Williamsport, PA. Rob Melick – Leak Consultant -- Mr. Melick works out of our Seattle office as a Leak Consultant and is available to travel anywhere in the US. His most recent projects include a 675 mile project in Corona, CA. Matthew Sanchez, Water Loss Consultant. Mr. Sanchez has been employed with USA as a Water Loss Consultant since May of 2017. He has an Associates of Arts degree from Tarrant County College, in Fort Worth, TX. His prior work experience includes lead assembly technician for a diverse industrial and aerospace manufacturing company, and a news journalist at his hometown newspaper. He has an interest in environmental conservation and contributed photography and articles on his travels to South America and Asia. USA is pleased with Matthew’s rapid grasp of leak detection knowledge and skills. He resides in the state of Texas and is available to travel anywhere. His most recent projects include a 138-mile project for the City of Deerfield Beach, FL. Bryan Hernandez, Water Loss Consultant. Mr. Hernandez has been employed with USA as a Water Loss Consultant since August of 2017. He came on board highly recommended due to his excellent customer service skills. Most of his prior work experience has been in the transportation industry in various highly demanding capacities. USA is pleased with Bryan’s rapid grasp of leak detection knowledge and skills. He resides in the state of Texas and is available to travel anywhere. His most recent project includes a 118-mile project at the Town of Front Royal, VA. PROPOSAL SOLICITATION 19-7572 Page 7 COST CONTROL Each project that we propose is calculated based on information provided by the client (i.e. number of miles, amount of loss, etc.). If, during the course of a project, the amount of line to be surveyed (which is the foundation on which all proposals are built) is determined to be significantly different than proposed, the field staff communicates this to the Project Manager as soon as it becomes apparent. The Project Manager then works closely with the client to resolve the problem, therefore limiting any cost over-runs before they are realized. Any additional work that was not part of the original proposed schedule will be approved by the client in writing. Given the that the survey specifics are not clearly defined in the RFP provided, USA will consult with the COUNTY to ensure that they are aware of the most cost effective and efficient survey is completed. We advocate a strategic approach that provides the highest return on investment. PROPOSAL SOLICITATION 19-7572 Page 8 QUALITY ASSURANCE PROGRAM USA has established a carefully planned and controlled Quality Assurance Program, which is broken down into three (3) main areas: 1. Client Contact When the very first contact is made with the client, our Project Managers begin to work closely with the client representative to establish a project scope. This includes: • Preparing a detailed proposal • Precision scheduling • Liaison between client and field personnel 2. Project Work Once the project has started, our field staff meet with the client representative(s) and establish a routine schedule. Most projects are modeled after the following steps: • Survey Phase - this is the cursory sounding “sweep” and is done at pre-established listening distances (refer to the Description of Services section of this proposal for more information). • Pinpointing Phase – during this phase, leaks are pinpointed using various sophisticated equipment. Daily copies of leak reports are provided to the client so that repairs can be scheduled in a timely manner. 3. Project Follow-up Project follow-up starts in the field with a debriefing meeting between our field Leak Consultant and the client contact. A review of project specifics is provided at this time. • Final Report preparation and submission • Ensuring the client understands the data collected • Continued post project client support PROPOSAL SOLICITATION 19-7572 Page 9 SAFETY USA is committed to the highest standards of ethical and safe work practices. We consider the safety of our employees and customers to be of primary importance. We have set forth specific safety policies and procedures which meet or exceed state and federal regulations. Our field personnel have completed OSHA certified training programs. Our company health and safety programs include topics ranging from roles and responsibilities to critical work procedures. Job hazard analysis for each job USA performs has been documented. Our vehicles are equipped with caution lights and traffic cones. All federal, state and city traffic safety regulations shall be observed, specifically those detailed in the MUTCD (Manual of Uniform Traffic Control Device). End of Section PROPOSAL SOLICITATION 19-7572 Page 10 PROJECT UNDERSTANDING AND WORK PLAN USA has a good understanding of the project details for this engagement. It is understood that USA will work closely with COUNTY personnel to conduct a comprehensive water leak detection survey of areas selected by COUNTY personnel. USA will be happy to assist COUNTY personnel in the identification and protocols specific to each area defined. This methodology ensures that the most cost-effective methods are utilized and customized to each location. This methodology ensures that the COUNTY is provided with the highest return on investment. This proposal is based on conducting a comprehensive survey of the 435,540’ of pipeline listed on the 19-7572 Bid Schedule Leak Detection Services table listed on page eight (8) of the RFP. It is understood that the pipe and quantity listed may change prior to project initiation. WORK PLAN USA surveys for water leaks using the latest in leak detection technology available. We use a sonic leak detection sound amplification instrument in conjunction with best in industry transducers to conduct system surveys. We use various sophisticated equipment from correlators to ground microphones to pinpoint system leakage. Trained, experienced professionals operate our equipment. Our Leak Consultants undergo an annual audiogram (hearing test). A detailed report of leak locations, estimated gallon per minute (GPM) loss, and area covered is supplied daily. A Final Report will be provided within 15 business days following field work completion of each system. The following tasks will apply to work performed for system. Survey Phase In order to ensure that the project is performed effectively we will meet on a regular basis with each City’s representatives. These meetings will include: A. Kick-off Meeting – USA field staff will meet with designated City representatives to discuss park safety requirements, obtain and review system maps, outline project goals and determine project action plan. This plan will include a timeline for completion of each task as well as unique project requirements such as safety, traffic control, communication issues and data reporting. B. Close-out Meeting – USA field staff will meet with designated City t representatives to discuss the results of the project. Any maps provided to USA staff will be returned. PROPOSAL SOLICITATION 19-7572 Page 11 Survey Phase Overview: The Survey Phase will be accomplished using state of the art acoustic equipment, making direct contact with system appurtenances such as valves, services and fire hydrants. This will be done using the following procedures and methods: A. The first step in our survey is to review the distribution maps of each water systems for familiarization of the pipe network and the appurtenances to be checked. This initial review is helpful in developing the most efficient survey route possible. B. As the leak survey progresses, USA will access all available appurtenances (valves, hydrants and services) by making physical contact with each access point. USA uses a sonic leak detection sound amplification instrument designed for this purpose. USA will apply a strategic and customizable approach based on system and sound variables in each area selected. This method will ensure that even quiet leaks are detected efficiently. USA’s methods will be discussed with COUNTY prior to each location to ensure that all requirements are met or exceeded. C. When normal contact points are not available or accessible, we will attempt to use a sonic ground listening instrument, making physical ground contact at intervals no greater than 6 feet directly, over the pipe. If conditions do not allow this procedure, our Leak Consultants will advise City representatives at time of project and we will detail these locations in the Final Report. (Ground listening devices are employed when ground cover is pavement, cement, or a similar had surface.) D. All noises detected will be recorded the noise for re-investigation during the Pinpointing Phase. Leak noises will be classified as possible, probable and most probable. We will also make note of system anomalies including valves, hydrants and curbstops that are damaged or not operating correctly. We will also note any observed map errors. Note: The equipment utilized does not normally require appurtenances to be operated during surveying. However, on occasion, appurtenances may need to be operated to eliminate service draw noise or to change velocity noise. Operation of appurtenances will only be done by COUNTY crews unless approved and directed otherwise. If we are directed to operate appurtenances, we will not be liable for any broken appurtenances or damage that may result from a broken appurtenance. Some night or weekend shifts may be necessary to enable us to adequately survey high traffic arterials with a minimum of traffic and noise interference. These will be pre -approved with the COUNTY representative. At a minimum, the service performed will meet or exceed the requirements written in the RFP. PROPOSAL SOLICITATION 19-7572 Page 12 Pinpointing Phase Overview: All noises detected during the Survey Phase will be re-investigated during the Pinpointing Phase. The pinpointing of leaks will be accomplished using computer correlation equipment whenever/wherever possible as well as ground microphones and probes. This will be done using the following steps: A. Pinpointing leak locations through interpretation of sound intensity, either by ear, decibel metering or other like methods is not used when contact points are available for use with the correlator. B. The correlator equipment used will have the capability to prompt the operator to input the variables when different pipe sizes and/or pipe materials are encountered in the same span to be investigated. This is necessary to ensure accuracy of results based on the automatic computation of the correct leak sound velocity in leak pinpointing operations. Our correlator has the capability of correlating up to seven different pipe materials or diameters within the selected span. To ensure effective performance in all field environments encountered in your distribution system (i.e. traffic noise, draw, pump operation, industrial noise, etc.) the correlator equipment provides 12 multi-range High and Low Pass filters. A correlator will be on site at all times during leak detection projects. C. Each leak will be classified according to size in (GPM) and hazard in order to aid in scheduling repairs. It should be noted that leak classification is not an exact science. In spite of the use of the most modern instrumentation, as well as complete training and experience by our Leak Consultant, it is impossible to determine the exact condition of underground piping without actually exposing the line. In view of this limitation, our classification (including estimated GPM loss) is intended as an aid in scheduling repairs based upon the information available, the Leak Consultant’s judgment and site conditions at the time the leak report is being prepared. Variable factors beyond our control may alter this classification at any time. Once the leak is exposed for repair, City may wish to revise the estimated GPM loss in order to establish a more accurate estimate of actual water loss for reporting purposes. Leak Classifications are outlined in the Leak Classification and Estimation section of this proposal. D. The leak location may be marked in the field with biodegradable paint for verification by City representatives. PROPOSAL SOLICITATION 19-7572 Page 13 E. Whenever City repairs any leak detected by USA prior to completion of the field work, USA will re-survey that section of the system to be sure no extremely quiet leaks were missed due to an over-powering noisy leak sound or other variable. F. It is important to note that not all leaks create noise levels that can be detected using even the most sophisticated leak detection instrumentation. USA will perform all work at the highest level of professional workmanship in its industry; however, we cannot guarantee the detection of any leak. G. We will request that City provide a helper whenever possible and if one is not available, they will offer a point of contact for questions or assistance, particularly during the pinpointing phase. All data collected during the Surveying Phase and Pinpointing Phase will be complied into reports for each system. These reports shall include monthly status reports, and individual Leak Reports, whenever leaks are pinpointed. USA will provide a detailed Leak Report whenever leaks are pinpointed so that City may begin to prioritize for repairs. Each detailed Leak Report will contain: 1. Leak number, type and classification for repair priority. 2. Estimated leak rate and correlation data (if applicable). 3. Detailed diagram showing leak location as well as a physical address. 4. Approximate time spent pinpointing, cover type, if the leak location was marked and notes regarding the nature of the leak and recommendations for repair. B. USA will furnish a Final Report within 15 business days of the end of fieldwork. You will be provided with two printed, bound copy and one pdf copy. The Final Report, submitted to each phase includes: 1. Executive Summary showing individually recorded time for correlating, surveying and other time spent on the project. This summary also includes footage covered, approximated GPM loss, types of leaks found, quantity of leaks found 2. Project Observations including remarks about the project as well as recommending improvements that may be made to the distribution system and ways for approaching future leak detection projects. 3. Survey and Pinpointing Review explaining the procedures and methods used during this study including daily log of locations and mileage surveyed. PROPOSAL SOLICITATION 19-7572 Page 14 4. Leak Reports each with a detailed drawing showing the leak location, the type of leak pinpointed, the leak classification, approximate time spent pinpointing, an estimate of the GPM lost, the cover type and whether or not the leak location was marked. In addition, whenever possible, we will add the correlation justification and related correlation graphs if the leak was pinpointed using a correlator. (The same Leak Report shall be supplied daily to City whenever leaks are pinpointed). If required, USA can modify or design any form to fit City’s requirements. Leak Rate Estimation and Classification Regardless of the qualified use of the most modern instrumentation, plus complete training and experience by our crews, it is impossible to determine the exact condition of underground piping without actually exposing the line. In view of this limitation, our estimates and classifications are intended as an aid in scheduling repairs based upon the information available, the Leak Consultants judgment and site conditions at the time the Leak Report is being prepared. 1. Leak Estimating Certain equipment variables are also considered when estimating GPM (type of pipe, size of pipe, system pressure, history of leakage, etc.). Variable factors beyond our control may alter this estimate at any time. Once the leak is exposed for repair, the system maintenance crew may wish to revise the estimated GPM loss in order to establish a more accurate estimate of actual water loss for reporting purposes. 2. Leak Classification Each leak will be classified according to size in GPM and hazard in order to aid City’s in scheduling repairs. Leak Classifications are as follows: Class I. Any leak which is hazardous in terms of potential undermining, possibly resulting in surface collapse, encroachment and/or damage to nearby utilities, commercial or private properties or leaks severe enough to warrant immediate repair. Class II. All leaks that display water losses significant enough to be monitored on a regular repair schedule. Class III. Relatively small leaks that should be repaired as workload permits. PROPOSAL SOLICITATION 19-7572 Page 15 EQUIPMENT USA utilizes state of the art leak detection equipment. No two water systems are alike. A comprehensive leak survey requires the use of many different technologies. The professional use of various technologies has made USA the leader in developing efficient procedures and methods designed to meet or exceed each utility’s individual needs. The current generation of leak detection equipment (newer than 2008) does not require annual calibration. Trained, experienced professionals operate our equipment. The equipment listed below will be available to be used during the Survey Phase and Leak Pinpointing Phase. We will select the appropriate equipment to provide the most comprehensive leak detection survey available for this project. 1) A leak noise surveyor allows the operator to listen for leak noise by placing an acoustic sensor in contact with any access point (valve, hydrant, etc.) in the distribution system. Sound from the pipeline is transmitted through aviator-quality headphones to allow the operator to determine if leak type noise is present. We use the follow models of leak noise surveyor: • FCS S-30 Leak Surveyor • Subsurface LD-15 2) A leak noise correlator is an electronic device used for Leak Detection to pinpoint leaks in pressurized water lines. Correlation systems use acoustic sensors that placed in contact with the pipe, at two or more points, to detect the sound emitted by a leak. The sound data is processed through a mathematical algorithm which determines the difference in the time it takes noise to travel from each of the sensors. These are complex and sophisticated pieces of equipment that should be used only by experienced highly trained Leak Consultants. We use the follow models of correlation devices: • FCS TriCorr Touch Leak Locator • SubSurface Leak Detection LC-2500 3) A ground microphone is a device used for validating correlation results or for use as a survey tool in areas where there are few or no access points. We use the following models of ground microphones: • SubSurface LD-12 • Geophones PROPOSAL SOLICITATION 19-7572 Page 16 4) A line (metal) locator is used when system maps are incomplete, to assist the leak detection Leak Consultant in following the path of a line, for surveying as well as pinpointing. We use the following models of line (metal) locators: • Goldak Model 5600 Line Locator • Schonstedt model GA-52 Metal Locator • Subsurface Instruments PL2000 A) Mobile Leak Detection Vehicles Our vehicles are fully equipped late model vehicles designed to carry safety equipment, working desk, file cabinets and storage for the equipment. These units carry fully equipped tool sets, hydrant wrenches, pry bars, etc. for all situations. Each vehicle is equipped with backup survey tools as well as spare transducers and/or transducer cables in various lengths. This reduces or eliminates down time due to equipment failure. Our vehicles are also outfitted with OSHA approved safety gear. End of Section PROPOSAL SOLICITATION 19-7572 Page 17 PRICING, SCHEDULE AND STANDARD TERMS The cost for identifying leaks and submitting updates and reports is included in the per LF rates for the Leak Detection Survey. Pricing is provided on the COUNTYs Pricing Form in the attachment section of this proposal. Bid Schedule provided as part of solicitation 19-7572 Bid Schedule Leak Detection Services Pipe Size Pipe Type Bid Qty (Estimated) Price per LF of Survey Total 2” PVC 10,560 .069 $728.64 6” Asbestos Cement 52,800 .069 $3,643.20 PVC 52,800 .069 $3,643.20 Cast Iron 5,280 .033 $174.24 8” PVC 52,800 .069 $3,643.20 Asbestos Cement 100,000 .069 $6,900.00 Cast Iron 2,000 .033 $66.00 10” PVC 26,400 .069 $1,821.60 Asbestos Cement 16,300 .069 $1,124.70 12” PVC 26,400 .069 $1,821.60 Cast Iron 10,560 .033 $348.48 16” PVC 52,800 .104 $5,491.20 Cast Iron 11,000 .069 $759.00 24” PVC 5,280 .104 $549.12 30” PVC 5,280 .104 $549.12 36” PVC 5,280 .104 549.12 Total Bid 435,540 $31,812.58 PROPOSAL SOLICITATION 19-7572 Page 18 SCHEDULE INFORMATION We will work closely with the COUNTY crews to ensure our work is completed in a timely manner to ensure optimal efficiency. Our crews will be scheduled for 8 hours per day, Monday through Friday but these schedules may need to be adjusted as warranted for scheduling of high-traffic areas, etc. PROPOSAL SOLICITATION 19-7572 Page 19 STANDARD TERMS In the event a project extension is desired while we are on this project the additional charge will be at the same ratio as the above schedule. This project may be extended only if our schedule permits and upon approval of the COUNTY. In the event a reduction or extension of days or footage is desired, prior to our arrival please contact us for a review of the above pricing. CONTRACT TIME - Proposal price shall be held for 90 days from proposal date. PAYMENT – USA standard terms are net 30. A service charge will be assessed on past due or delinquent accounts at the rate of 11/2% per month. End of Section PROPOSAL SOLICITATION 19-7572 Page 20 ATTACHMENTS 1) Form 2: Vendor Check List 2) Form 3: Conflict of Interest Affidavit 3) Form 4: Vendor Declaration Statement 4) Form 5: Immigration Affidavit Certification 5) Form 6: Vendor Substitute W-9 6) Insurance Requirements 7) Bid Schedule 8) References 9) E-Verify 10) Addendum Form 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule/Quote Schedule/etc.) has been completed and attached. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. Affidavit for Claiming Status as a Local Business, if applicable. Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). ALL SUBMITTALS MUST HAVE THE SOLICITATION NUMBER AND TITLE Name of Firm: ________________________________________________________ Address: ________________________________________________________ City, State, Zip: ________________________________________________________ Telephone: ________________________________________________________ Email: ________________________________________________________ Representative Signature: ________________________________________________________ Representative Name: ________________________________________ Date ___________ Solicitation 19-7572Collier County 5/3/2019 1:54 PM p. 10 Form 3: Conflict of Interest Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules – The firm has not set the “ground rules” for affiliated past or current Collier County project identified above (e.g., writing a procurement’s statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity – The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor’s ability to render impartial advice to the government. Unequal access to information – The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above-mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the “sunshine”) or through non-public (not in the “sunshine”) conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Firm: ____________________________________________________________________________ Signature and Date: _________________________________________________________________ Print Name: _______________________________________________________________________ Title of Signatory: __________________________________________________________________ Solicitation 19-7572Collier County 5/3/2019 1:54 PM p. 11 6/6/2019 Form 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the vendor agrees that if awarded a contract for these goods and/or services, the vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub-vendor for any future associated with work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this _____ day of _____________, 20__ in the County of _______________, in the State of _____________. Firm’s Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded __________________________________________________________________________ Telephone: Signature by: (Typed and written) Title: Solicitation 19-7572Collier County 5/3/2019 1:54 PM p. 12 Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Solicitation 19-7572Collier County 5/3/2019 1:54 PM p. 13 Form 5: Immigration Affidavit Certification This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Vendor’s proposal. Acceptable evidence consists of a copy of the properly completed E -Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program may deem the Vendor’s proposal as non- responsive. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act (“INA”). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor’s proposal. Company Name ____________________________________________________________________ Print Name Title _______________________ Signature Date _______________________ State of ___________________ County of _________________ The signee of these Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. Solicitation 19-7572Collier County 5/3/2019 1:54 PM p. 14 Form 6: Vendor Substitute W – 9 Request for Taxpayer Identification Number and Certification In accordance wi th the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) requires that the county notify you in wr iting of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name ________________________________________________________________________________ (as shown on income tax return) Business Name (if different from taxpayer name) Address ____________________________________ City ______________________________________________ State ______________________________________ Zip______________________________________________ Telephone __________________ Email_____________________ Order Information (Must be filled out) Address ___________________________________ Remit / Payment Information (Must be filled out) Address ____________________________________________ City __________ State ________ Zip ___________ City _____________ State _________ Zip______________ Email ____________________________________ Email _____________________________________________ 2. Company Status (check only one) Individual / Sole Proprietor Corporation Partnership Tax Exempt (Federal income tax-exempt entity under Internal Revenue Service guidelines IRC 501 (c) 3) Limited Liability Company Enter the tax classification (D = Disregarded Entity, C = Corporation, P = Partnership) 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) _______________________________________________________________ (Vendors who do not have a TIN, will be required to provide a social security number prior to an award). 4. Sign and Date Form: Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature ___________________________________________________________ Date ______________________________ Title _______________________________________________________________ Phone Number ________________________ Solicitation 19-7572Collier County 5/3/2019 1:54 PM p. 15 INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $__1,000,000__ single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $____1,000,000___single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $____1,000,000__ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $ ___________ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Technology Errors & Omissions $__________ Per Occurrence 7. Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. Solicitation 19-7572Collier County 5/3/2019 1:54 PM p. 19 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. On all certificates, the Certificate Holder must read: Collier County Board of Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder’s Risk Insurance will be addressed by the Collier County Risk Management Division. 4/11/19 - CC ___________________________________________________________________________________________________________ Vendor’s Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm _______________________________________ Date ____________________________ Vendor Signature _________________________________________________________________________ Print Name _________________________________________________________________________ Insurance Agency _________________________________________________________________________ Agent Name ___________________________________ Telephone Number ________________ Solicitation 19-7572Collier County 5/3/2019 1:54 PM p. 20 Size of Water Main Type of Water Main Bid Quantity*Price per LF of Survey Total 2"PVC 10,560 $0.07 $728.64 Asbestos Pipe 52,800 $0.07 $3,643.20 PVC 52,800 $0.07 $3,643.20 Cast Iron 5,280 $0.03 $174.40 PVC 52,800 $0.07 $3,643.20 Asbestos Pipe 100,000 $0.07 $6,900.00 Cast Iron 2,000 $0.03 $66.00 PVC 26,400 $0.07 $1,821.60 Asbestos Pipe 16,300 $0.07 $1,124.70 PVC 26,400 $0.07 $1,821.60 Cast Iron 10,560 $0.03 $348.48 PVC 52,800 $0.10 $5,491.20 Cast Iron 11,000 $0.07 $759.00 24"PVC 5,280 $0.10 $549.12 30"PVC 5,280 $0.10 $549.12 36"PVC 5,280 $0.10 $549.12 435,540 $31,812.58 YES/NO 19-7572 Bid Schedule Leak Detection Services *Estimated quantities of pipeline that may be surveyed over the life of the contract. This does not include all pipelines within the Collier County Water District. Total Bid Form 2: Vendor Check List Form 3: Conflict of Interest Affidavit 6" 8" 10" 12" 16" E-Verify Addendums Description Form 4: Vendor Declaration Statement Form 5: Immigration Affidavit Certification Form 6: Vendor Substitute W – 9 Form 7: Vendor Submittal – Local Vendor Preference Affidavit Insurance Requirements Reference Questionnaire Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Solicitation 19-7572Collier County 5/3/2019 1:54 PM p. 21 10 10 10 10 10 10 10 10 10 10 100 Reference Questionnaire Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Project Budget: _______________________________ Completion Date: ____________________________ Project Number of Days: _______________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Solicitation 19-7572Collier County 5/3/2019 1:54 PM p. 21 10 10 10 10 10 10 10 10 10 10 305-948-2980 State of Florida Department of State I certify from the records of this office that USA LEAK DETECTION LLC is a Washington limited liability company authorized to transact business in the State of Florida,qualified on March 12,2014. The document number of this limited liability company is M14000001764. I further certify that said limited liability company has paid all fees due this office through December 31,2019,that its most recent annual report was filed on June 17,2019,and that its status is active. I further certify that said limited liability company has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Seventeenth day of June,2019 Tracking Number:7134799754CR To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication