Request for Proposals PLEASE TAKE NOTICE that the Lakewood Township Municipal Utilities Authority (Authority) hereby solicits proposals for performance of a Leak Detection Survey (LDS) of the Authority s water distribution system. Sealed proposals must be submitted to the Executive Director on or before June 30, 2017 at 11:00a.m. Sealed proposals may be submitted in person at the Authority s office located at 390 New Hampshire Ave., Lakewood, NJ, or sealed proposals may be mailed in advance to the attention of Justin Flancbaum, Executive Director, 390 New Hampshire Ave., Lakewood, NJ 08701. All proposals must be contained in a sealed envelope with the name and address of the party submitting the proposal and marked sealed proposal. Please contact Harry Robbins at (732) 363-4422 ext. 137 to arrange a site visit or for additional information. Proposals for the below listed services are being solicited through a fair and open process in accordance with N.J.S.A.19:44A-20.5 et. seq. The following criteria will be used in the awarding of contracts for services: 1. Experience and knowledge in the field. 2. Availability to attend any meetings of the LTMUA and to service the needs of the Authority as requested by the Commissioners, Executive Director and staff. 3. Compensation proposal. 4. Any other factors deemed to be in the best interest of the Authority as detailed in the scope of services below. In addition, the LTMUA reserves the right to consider the following other factors: 1. Does the vendor s proposal indicate a clear understanding of the scope of work and related objectives? 2. Is the vendor s proposal complete and responsive to the public notice and specifications? 3. Does the vendor have a record of honesty and moral integrity? 4. Does the vendor have a record of reliability? 5. Vendor s past performance to the Authority, and willingness to document same. 6. Vendor s past performance of similar services, and willingness to document same. 7. Does the vendor have an experienced, qualified staff to assist him in completing the Authority s assignments? 8. Are the vendor s resources, i.e. personnel, facilities etc. in reasonable proximity to Lakewood, New Jersey? 390 NEW HAMPSHIRE AVENUE LAKEWOOD, NEW JERSEY 08701 P: 732.363.4422 F: 732.905.0712 WWW.LAKEWOODMUA.COM
9. Will the vendor provide a timely, fully explained billing for his goods/services, including a comprehensive breakdown of specific tasks? 10. Is the vendor financially stable and strong? Scope of Work: Objective: For the prices bid under this Request for Proposal, the Contractor shall furnish all labor, materials, services, transportation, permits and fees, equipment, and shall perform all the work required for the work as described below. The Contractor shall perform each major portion of the work for the price bid for such portion of the work as entered in the appropriate line item in the Proposal. The work to be done under this Scope shall not be limited to the exact extent described but shall include all additional and miscellaneous work normally necessary and generally understood to be required for the completion of the item in accordance with best modern practice for the scope of item or class of work involved, regardless of whether or not such additional and/or miscellaneous necessary work is described in this Scope of Work. General Scope of Services The work associated with the project generally consists of the performance of a leak detection survey for the Authority s water distribution system. System information is as follows: Pipe Length: 124 miles +/- Pipe Size: 4 16 diameter Pipe Material: Primarily ductile iron (DIP) and asbestos-cement (ACP) pipe, with small sections of cast iron (CI), polyvinyl chloride (PVC) and high density polyethylene (HDPE) pipe The Contractor shall perform a comprehensive leak detection survey utilizing sonic leak detection instruments in conjunction with a sensitive transducer by making physical contact with available standard water appurtenances (hydrants, valves, and service connections). The Contractor shall listen to sufficient fire hydrants, main line valves, and when necessary, selected service connections to allow surveying of the entire distribution system. The Contractor will determine the optimal contact interval (the distance between pipe appurtenances) required for the determination of leak sounds in each pipe size, material, and pressure zone. The maximum spacing allowed between contact points is 500 feet. If standard appurtenances are not available or cannot be created within the distance noted above, the Contractor will make an attempt to use a sonic ground listening instrument making physical contact at a distance no greater than 6 feet directly over the pipe when
ground cover is pavement, cement or a similar hard surface. The Contractor will utilize specialized equipment for leak locating in accordance with generally accepted industry standards, including American Water Works Association (AWWA) Standard M36. Such equipment shall include but is not limited to: a. Standard field equipment such as electronic leak detectors with both Ground Microphones and Contact Microphones, Leak Noise Correlators, and remote radio controlled logging equipment. b. A Computerized Leak Correlator that can be used on areas of the Authority s water system that cannot be surveyed by conventional listening devices. These correlators should listen to leaks from at least two microphone points and calculate the distance to the leak from the microphone points after pipe diameter, length and type have been provided. Correlators can be real-time or logging and must have overview functions to do a large system survey. Results must be made available in both computerized display and as color printable documents. c. Logging devices that can be placed on non-metallic pipe sections. These loggers will remain in place overnight in areas and measure sound when water use is low and potential leaks can be heard easier. Results must be made available in both computerized display and as color printable documents. d. Digital automatic line tracers that can be used to map certain areas where prints or plans are not available. e. Ferrous Box Locators that are sensitive enough to locate covered valve and service boxes if needed. Prior to the commencement of work, the Contractor shall attend a pre-survey meeting with the Authority and Engineer (Mott MacDonald LLC) to review the scope of work and schedule for the project. The Contractor shall provide the following documents at or before the meeting: a. A list of contact personnel to be utilized on the project, including names, e- mail addresses and cell phone numbers, as well as a central contact number for emergency contact; b. A proposed schedule for the work, including commencement date, estimated length of survey, and report submission date; and c. Projected location(s) in which outside traffic control may be necessary. d. Proposed equipment to be utilized. e. A sample of the final report format. The Authority will provide available maps and records to assist in the conduct of the survey. The Authority will also provide contact information for an experienced person possessing knowledge of the water distribution system, to assist on an ad hoc basis with
field operations as necessary. The Authority contact person will respond as quickly as possible to Contractor requests, while minimizing interruptions to ongoing operational activities. The Authority will provide access to valves, curb stops and meter boxes, uncovering, cleaning and marking as requested by the Contractor. Survey will generally be conducted between 8:00 AM and 4:00 PM, Monday thru Friday. It may be necessary to conduct parts of the Leak Survey during off hours such as at night or on weekends. This may be required in areas of high traffic volume where traffic noise may affect the ability to detect leak noise, and traffic volume may affect the ability of the Contractor to be able to safely access main line valves in the middle of the street. Identification of areas requiring restrictions will be discussed at the pre-survey meeting noted above. The Contractor shall give the Authority and Engineer a minimum of 24- hour advanced notice of intent to survey a particular area that may require after hours surveying or nighttime surveying. Longer notice shall be given if the area(s) in question were not previously identified as needing off-hour work to allow for Authority and Engineer review. Any devices or materials that are installed on Authority infrastructure (valves, hydrants, etc.) for off-hour use must be reported to the Authority operations department both prior to installation and at time of removal. The Contractor shall be responsible for providing necessary traffic control measures as required by Lakewood Township and to provide a safe environment for workers and citizens in and around work areas. Where outside traffic control officers are necessary, the Contractor shall utilize the Lakewood Township Police Department (LTPD) (732-363-0200). The Authority shall be responsible for costs associated with LTPD use; the Contractor shall coordinate with the LTPD to invoice the Authority directly for payment. During the survey, a Leak log shall be maintained indicating all areas where suspected leak noise was heard, and an estimate of the leak size (in gpd). When leak noise has been detected and or suspected, the Contractor shall verify the suspected area a second time to confirm the noise. At least four hours shall pass between the initial listening of the area before a second listen and confirmation is attempted. Daily contact shall be maintained with Authority operators, providing the schedule for that day s activities. Weekly phone contact shall be maintained with the Engineer, recapping the findings of the previous week, and noting any issues with the work. Large leaks (i.e., those with estimated losses of >1000 gpd) shall be reported immediately to Authority personnel. After the survey, the Contractor will provide a final report (two paper copies and a PDF) describing the results of the survey. The report will include a summary of the project and will list all leakage correlated according to location, type, and estimated loss rate. The report will also provide recommendations for controlling future water losses. Additional Requirements:
The following information shall be submitted with the bid documents: - A company overview covering all the services provided. This should include its primary line of business; how long the company has been in business, and how long the company has been providing municipal leak detection services. - At least five (5) project references where the Bidder has completed similar work in size and scope in the last three (3) years. This submittal will include the following: 1. Client name and location. 2. A brief description of the work completed. 2. Contracted amount. 3. Time required completing the project. 4. Findings of the project. 5. Names, phone numbers, addresses, and e-mail addresses of client contacts. - Contact names, phone numbers, addresses, and e-mail addresses of critical personnel - Proof that the Contractor is licensed and insured in the State of NJ - A completed Disclosure of Investment activities in Iran - A current NJ Business Registration Certificate - Proof that the Contractor is currently registered as a State of NJ Public Works Contractor. Other Requirements: - Contractor must be in full compliance with the New Jersey Prevailing Wage Act (N.J.S.A. 34:11-56.26 et. seq.) - Contractor must be registered with the NJ Division of Wage and Hour Compliance as required by the Public Works Contractor Registration Act (PWCRA) P.L. 1999, c.238 N.J.S.A. 34:11-56.48 et seq. - In accordance with N.J.A.C. 12:60-2.1 and 6.1 of the New Jersey Prevailing Wage Act (N.J.S.A. 34:11-56.25 et. seq.) certified payroll reports must be submitted to the Authority, by all contractors and subcontractors, for each employee on the project within ten (10) days of the payment of wages.
LAKEWOOD TOWNSHIP MUA PROPOSAL For LEAK DETECTION SURVEY SERVICES Lakewood Township, Ocean County, New Jersey June 2017 Item 1 - For Performance of Leak Detection Survey, including (but not limited to) Mobilization, Data Collection and Correlation, Coordination with Authority and Engineer, Demobilization and Final Report 124 miles at per mile $ (Write Unit Price in Words and Numbers) In the event of a discrepancy between bidder s bid set forth above as a figure and the bid set forth above in words, the bid in words shall control. Note: All of Bidder s costs must be factored into and incorporated in the unit bid price above. If the Bidder must rent special equipment or hire additional labor to perform the work, the Contractor shall not bill additional fees for such costs. Bid respectfully submitted by This day of June, 2017