8181 - Scope of Work
Page 1 of 19
SCOPE OF WORK
RFP #8181
Transmission Mains Condition Assessment
Description: Procure a Professional Services Agreement from a qualified firm to assess the
condition of large-diameter high-priority water transmission pipes greater than or equal to 14
inches in diameter and sewer force mains on an as-needed basis, within the City of Denton to
provide repair, rehabilitation, and/or replacement recommendations. This agreement will be for
five years: a three-year period followed by two one-year options to renew.
Background: Denton Texas has a population size of 139,892, owns, and operates many
pipelines that convey raw water-to-water treatment facilities, and treated water to the City’s water
distribution system. There are 642 miles of water main, 25.85 miles of sewer force mains, and
35,601 feet of high-priority large-diameter water transmission pipes.
The City would like to enter into a long-term agreement for a condition assessment of the large-
diameter high-priority water transmission pipes greater than or equal to 14 inches in diameter and
sewer force on an as-needed basis. It is anticipated that bar-wrapped pipelines up to 60” will be
evaluated under this agreement. The 54” finish water at Ray Roberts Water Treatment Plant that
is going to town and the 60” raw water line to the plant need an inspection. The 27” and the 30”
raw water lines at Lake Lewisville Treatment Plant have already been inspected.
GENERAL REQUIREMENTS:
• The Contractor shall produce a project schedule to be approved by the City at the
beginning of the project. The Consultant shall update the schedule monthly with the
project’s progress. If delayed, the Consultant shall document reasons for any project
delays and indicate how the project may be brought back on schedule or shall get
written approval from the City to revise the schedule.
• Develop a work plan, and project task schedule, and provide monthly progress/status
reports of sufficient detail to support monthly billings. The monthly status report shall be
consistent with the billing period.
• Sub-contracts for any work shall have the following clauses in their contract:” Sub-
consultants shall submit a CD containing all findings, drawings files, etc., for each
section with submittal for review, and sub-consultant firms shall be available to meet with
the City and primary consultant within a reasonable time.”
• Identify, coordinate, and conform this project to meet legal and regulatory
parameters/constraints, codes, and requirements set forth by Federal, State, and local
agencies, including but not limited to the following identified agencies: Americans with
Disabilities Act (ADA), USEPA, National Fire Protection Association (NFPA),
Occupational Safety and Health Act (OSHA), TCEQ, Uniform Fire Code (UFC),
International Building Code (IBC), National Electric Code (NEC), and Standard
Corrosion Guidelines. The design will conform to the most recent edition of codes as of
the date of this contract. Should other agencies or requirements not existing or
applicable at the time of the execution of this Agreement be identified during the design,
notify the City of the requirements and request authorization to conform to the design.
Page 2 of 19
• Promptly advise the Utility’s Project Manager of comments/requests that are out of
scope or will affect the cost. Written approval is required before proceeding with work by
the consultant team on any out-of-scope items. Work performed without prior written
approval from the Project Manager will be deemed to be within the scope of work and
will not be subject to additional compensation. Note that the Utility’s Project Manager
does not have the authority to authorize work over the contract amount awarded by
Council. The Consultant team shall not perform any additional work over that amount
without written approval from the Utility Director or receipt of a Supplemental Agreement
that has been approved by the Denton City Council.
• Use existing information, reports, surveys, and available data, as applicable.
• Provide internal quality control for deliverables before submission to the Utility.
• Evaluate Utility’s comments and coordinate responses between Utility’s Project Manager
and Consulting Project Manager. Incorporate responses, as appropriate into reports.
Inform the Utility’s Project Manager, in writing, of the project budget impact of comments.
• The Consultant shall document the tasks performed, evaluation results, and
recommendations developed as part of the report. The condition assessment report
shall present a proposed implementation plan for recommended repairs, including a
future timeline. The final report format as directed by the City shall include but not be
limited to the following: A brief, clear and precise executive summary; Binding or as
directed by Denton Water Utilities with Plastic Laminated Cover, and an Electronic
version.
• Format for reports files shall be in PDF format.
SCOPE OF WORK REQUIREMENTS:
City of Denton’s Responsibilities:
1. Drain pipelines when necessary for inspection.
2. Provide an insertion point to accommodate the technology that is being utilized.
3. Provide access to each insertion point.
4. Provide at least one attendant during an inspection.
5. Provide traffic control where required.
6. Identify pipelines to be inspected.
7. COD will export GIS data for the contractor to incorporate into their data so that they
have COD facility ids.
The project scope requires that: The contractor will be required to conduct:
• A review of existing information, a site reconnaissance, meetings with City of Denton
operations and engineering, and development of a detailed project-planning
document addressing all phases of the project.
• A workshop with the City of Denton to review the project planning document and
ensure that all parties involved clearly understand their roles and responsibilities.
• Contractor will provide crew and equipment for inspection and examination of the
exposed pipe. This determines the accuracy of the equipment used to inspect the
pipeline. This information will be helpful to the City and the contractor for any future
inspections.
Page 3 of 19
• Supply staff with all safety equipment necessary for the inspection such as calibrated
gas detectors, lifting harnesses, communication devices, safety ropes, and other
pertinent personal protective equipment.
• Supply vehicles/equipment enabling the delivery of staff and testing equipment to
project locations as necessary.
• Collect the appropriate data to detect localized wall loss on the steel cylinder in Bar
Wrapped Pipe (BWP) and broken wraps in BWP.
• Detect a minimum of five (5) consecutive broken wire wraps on PCCP and BWP.
Detect a defect of at least 3-inch diameter 30% defect in the cylinder of steel or BWP.
• Ensure representatives performing the inspection are confined space trained and
meet OSHA standards for confined space.
• Quantify the extent of damage found and provide any defect’s axial and clock
location.
• Provide examples of calibration curves generated from BWP pipe. The vendor must
be able to provide detailed data regarding how these curves are used to estimate the
pipe damage.
• Provide a draft inspection report within two (2) weeks of the inspection
• Mark on the ground all leaks detected
SCOPE OF WORK FOR PRESSURIZED MAINS
GROUP 1 - REQUIREMENTS FOR INTERNAL TETHERED LEAK AND GAS POCKET
INSPECTION WITH VIDEO
This specification covers the requirements for conducting leak assessments within the City
of Denton pipelines. The leak assessment shall be performed internally while the pipeline
remains in service or using a pull tape with no flow. A sensor head (tethered device) is
inserted into a live pipeline carried by the flow of water or pulled by tape with no flow. The
sensor will travel through the pipeline pinpointing the exact location of the leak(s). Leaks
are identified by the distinctive acoustic signals generated at the pipe wall.
Requirements:
A. Perform the inspection in a non-destructive manner, while the pipeline is in service
or under pressure of at least 15 psi, using real-time data.
B. Be capable of inspecting multiple pipeline material types including Pre-stressed
Concrete Cylinder Pipe (PCCP), Reinforced Concrete Cylinder Pipe (RCCP),
Asbestos Cement (AC) Pipe, Polyvinyl Chloride (PVC), High-Density Polyethylene
(HDPE), Glass Reinforced Polymer (GRP), Steel, Cast Iron, and Ductile Iron Pipe.
C. Be capable of inspecting diameters 6-inch and larger.
D. Be able to insert system into the pipeline without de-pressurizing up to 250 psi
(non-pull tape method).
E. Be capable of advancing, halting, and retrieving the device during the time of
assessment.
Page 4 of 19
F. Be capable of interchanging technologies, on job site, to perform Closed-Circuit
Television (CCTV) video inspection and leak detection (non-pull tape method).
G. Be able to detect multiple leaks in one section of pipe during the time of
assessment.
H. Be able to track the device from the surface in real-time during the inspection,
providing at least 3 ft. accurate surface locations both along the length of the
pipeline as well as laterally for cases where the exact pipe alignment is not known
and provide Global Positioning System (GPS) data.
I. Be able to deploy and operate the device within the pipeline at a minimum flow
rate of 1 ft per second (non-pull tape method).
J. Enter the pipeline through a minimum 2-inch I.D. opening with 2-inch full port valve.
K. Be able to disinfect the device prior to deployment within the potable pipeline.
Devices previously deployed within wastewater piping systems are not to be
utilized within potable water pipelines.
L. Detect leaks as small as 0.05 gallons per minute at 15 PSI.
M. Be capable of locating leaks within 12 inches of the exact location.
N. Be capable of providing preliminary results on-site during the inspection.
O. Be able to mobilize staff and equipment to begin analysis of the pipeline within 48
hours (or less) of notification from the City of Denton (non-pull tape method only).
P. Provide mapping grade GPS surface markings depicting the location of the
pipeline every 300 feet and at each bend as requested, to allow accurate updating
of Geographic Information System (GIS) databases.
Q. Provide a detailed report of pipeline segment(s) assessed within GIS format using
mapping-grade GPS data. GIS data must be compatible with the City of Denton
GIS system. The report must include the location and rating/size of each leak
detected during the assessment.
R. Reports and deliverables shall be submitted in hard copies (three copies) and
electronic format with database, information viewable in ArcMap with all pertinent
information. Report should include at minimum; an executive summary, a location
map of the project, indicating the start and end of the project, the date started, and
date completed, tables with pertinent information, pictures, videos of CCTV (non-
pull tape method), and any other information necessary for the project. The
conclusion shall be clear and concise depicting the condition of the pipe at the time
of inspection. Database tables will be named clearly identifying the information.
The database will be the property of the City of Denton and information will not be
shared without prior written approval from the City of Denton staff responsible for
the project/inspection.
Page 5 of 19
S. Provide a minimum of five (5) comparable references, within the past 24 months,
where pipelines have been surveyed in a single deployment for distances of 3,500
feet or more.
T. Provide evidence with bid packet that the technology has been successfully proven
and utilized on a minimum of 1500 miles of pipeline with more than 1500 leaks
found.
GROUP 2 - REQUIREMENTS FOR NON-FLOW INTERNAL TETHERED LEAK AND
GAS POCKET INSPECTION WITH VIDEO (Not very common to use this method
historically however DWU uses it for brand new large diameter pipelines that the
construction contractor is required to use before it is put into service)
This specification covers the requirements for conducting leak assessments within the City
of Denton pipelines. The leak assessment shall be performed internally while the pipeline
remains in service or using a pull tape with no flow. A sensor head (tethered device) is
inserted into a live pipeline carried by the flow of water or pulled by tape with no flow. The
sensor will travel through the pipeline pinpointing the exact location of leak(s). Leaks are
identified by the distinctive acoustic signals generated at the pipe wall.
Requirements:
A. Perform the inspection in a non-destructive manner, while the pipeline is in service
or under pressure of at least 15 psi, using real-time data to be able to inspect
pipelines without flow.
B. Be capable of inspecting multiple pipeline material types including Pre-stressed
Concrete Cylinder Pipe (PCCP), Reinforced Concrete Cylinder Pipe (RCCP),
Asbestos Cement (AC) Pipe, Polyvinyl Chloride (PVC), High-Density Polyethylene
(HDPE), Glass Reinforced Polymer (GRP), Steel, Cast Iron, and Ductile Iron Pipe.
C. Be capable of inspecting diameters 10-inch and larger.
D. Be able to insert system into pipeline without de-pressurizing up to 200 psi (non-
pull tape method).
E. Be capable of advancing, halting, and retrieving device during time of assessment.
F. Be capable of interchanging technologies, on jobsite, to perform Closed-Circuit
Television (CCTV) video inspection and leak detection.
G. Be able to detect multiple leaks in one section of pipe during time of assessment.
H. Be able to track the device from the surface in real-time during the inspection,
providing at least 3 ft. accurate surface locations both along the length of the
pipeline as well as laterally for cases where the exact pipe alignment is not known
and provide Global Positioning System (GPS) data.
I. Enter the pipeline through a minimum 2-inch I.D. opening.
Page 6 of 19
J. Be able to disinfect the device prior to deployment within potable pipeline. Devices
previously deployed within wastewater piping systems are not to be utilized within
potable water pipelines.
K. Detect leaks as small as 0.01 gallons per minute at 90 psi of pressure and 0.1
gallons per minute at 25 psi.
L. Be capable of locating leaks within 12 inches of the exact location.
M. Be capable of providing preliminary results to City of Denton staff on-site during
the inspection.
N. Be able to mobilize staff and equipment to begin analysis of pipeline within 48
hours (or less) of notification from the City of Denton (non-pull tape method only).
O. Provide mapping grade GPS surface markings depicting the location of the
pipeline every 300 feet and at each bend as requested, to allow accurate updating
of Geographic Information System (GIS) databases.
P. Provide a detailed report of pipeline segment(s) assessed within GIS format using
mapping-grade GPS data. GIS data must be compatible with the City of Denton
GIS system. The report must include the location and rating/size of each leak
detected during assessment.
Q. Reports and deliverables shall be submitted in hard copies (three copies) and
electronic format with database, information viewable in ArcMap with all pertinent
information. The report should include at minimum; an executive summary, a
location map of the project, indicating the start and end of the project, the date
started, and date completed, tables with pertinent information, pictures, videos of
CCTV (non-pull tape method), and any other information necessary for the project.
The conclusion shall be clear and concise depicting the condition of the pipe at the
time of inspection. Database tables will be named clearly identifying the
information. The database will be the property of the City of Denton and
information will not be shared without prior written approval from the City of Denton
staff responsible for the project/inspection.
GROUP 3 - REQUIREMENTS FOR INTERNAL NON-TETHERED FREE-SWIMMING
LEAK AND GAS POCKET INSPECTION (Smart Ball technology)
This specification covers the requirements for conducting non-tethered free-swimming leak
assessments. The leak assessment shall be performed internally while the pipeline remains
in service. A free-swimming acoustic leak detection system is inserted into a live water main
carried by the flow of water. The device will travel through the pipeline detecting leak(s) and
gas pockets.
Requirements:
A. The method/device must be capable of entering and exiting a fully operating and
flowing pipeline, while the pipeline remains in service and flowing at one (1) foot
per second or greater and the method/device must be able to detect and locate
multiple leaks and/or gas pockets over the entire length of a pipeline inspected
Page 7 of 19
under a single deployment.
B. The method/device must have the ability to map the alignment of the pipeline being
inspected to identify the location and degree of all bends. The pipeline alignment
and suspected level of accuracy must be provided in a geodatabase and the
method/device must be capable of identifying pipeline alignment discrepancies
between the recorded data and as-built pipeline drawings or existing GIS.
C. The survey shall be performed in a non-destructive manner and the method/device
must have the ability to survey pipelines with an inside diameter of six (6) inches
or larger and
D. The method/device must be capable of operating inside a pipeline with a minimum
flow velocity of one (1) foot per second and the method must be able to actively
track and determine the location of the device within the pipeline during the
inspection in real-time.
E. The device must be able to be located inside the pipeline from known tracking
locations at a minimum distance of 3000 feet between the device and the known
location the method shall be capable of calculating the instantaneous velocity of
the device to predict the arrival time of the device at downstream pipeline features
and identify changes in the velocity of the device between tracking sensors.
F. The method/device must be capable of inspecting pipelines with partially open
offtake valves, allowing offtake service to continue throughout the inspection and
the method/device must be capable of confirming the device is approaching and
leaving pipeline offtakes, allowing for off take valves to be left open and in-service
for a maximum amount of time.
G. The method/device must be capable of entering and exiting the pipeline through a
minimum access of four (4) inches equipped with a corresponding full port valve
and the method/device must be capable of utilizing hydrants to enter and exit
pipelines.
H. The method/device must be capable of recording data for up to 24 hours and the
device must be capable of entering or exiting a pipeline while operating at
pressures up to 500 psi.
I. The device must be capable of recording the pipeline operating pressure
throughout the inspection. The device must be capable of recording temperature
throughout the inspection and the device must be capable of operating in
temperature conditions up to 150 degrees Fahrenheit.
J. The post-survey report shall include an executive summary, a location map of the
project that indicates the start and end point, survey date(s), tables with pertinent
information, photographs, any other information necessary for the project, and the
location of leaks and gas pockets.
K. The method/device must have the ability to categorize detected leaks as
originating from the pipe barrel, pipe joint, or a pipe feature and the method/device
must be capable of inspecting multiple pipeline material types, including steel, cast
Page 8 of 19
iron, ductile iron, pre-stressed concrete cylinder pipe, concrete pressure pipe,
reinforced concrete pipe, asbestos cement, polyvinyl chloride, high-density
polyethylene, and glass reinforced plastic.
L. The Vendor must ensure representatives performing the testing are confined
space trained and meet local and or national standards for confined space entry
and the Vendor’s representatives must be equipped with calibrated gas monitors,
lifting harnesses, safety lines, and all other required safety equipment to ensure
their welfare while entering confined spaces.
M. The Vendor must provide a minimum of five (5) references, within past 24 months,
where pipelines have been surveyed and the results verified. The contractor must
provide contact information for each reference and the Vendor must provide
documentation showing the technology has been successfully utilized on a
minimum of 7000 miles of pipeline and reported over 3000 leaks.
N. The Vendor must provide resumes of the key people who will execute the field
work, and who have at least three (3) years of experience and the Vendor’s Project
Manager must have at least five (5) years of experience leading inline inspections
on pressurized in-service pipelines and be available to consult with the pipeline
owner to plan the inspection and oversee the field work during the inspection.
O. The vendor must demonstrate they have sufficient personnel and equipment
available to perform the site visit and inspection according to the schedule of the
pipeline owner. (POTABLE WATER ONLY) The vendor must certify the device and
accompanying inspection equipment has only been used in potable drinking water
P. The Vendor must be able to identify and investigate leaks larger than two (2)
gallons per minute within 24 hours of the inspection.
GROUP 4 - REQUIREMENTS FOR MANNED ELECTROMAGNETIC NONDESTRUCTIVE
INSPECTION
This specification covers the requirements for detecting and quantifying the number of
broken wires within all types of Pre-stressed Concrete Cylinder Pipe (PCCP). The PCCP
assessment involves an exciter coil that is used to induce a small electrical current in the
steel wires and steel cylinder. The current in the steel wires then induces a small current in
a second coil called the detector. The amplitude and phase of the signal received at the
detector will change depending on if the steel wire is broken or not. The change in the
detector signal is then analyzed and an estimate of the number of broken wires is given.
Requirements:
A. Perform the test in a non-destructive manner.
B. Submit results in a GIS format using mapping-grade GPS data and that is
compatible with the City of Denton GIS system.
C. Have the capability of mobilizing and beginning an inspection within 48 hours (or
less) of notification by City of Denton
Page 9 of 19
D. Have a range of mechanical and manpowered systems to accommodate pipe
diameters from 36 inches to 210 inches.
E. Have a detailed library of EM signals based on different features, pipe diameters
and pipe types which will allow it to make informed judgments on the condition of
pipelines.
F. Have a range of mechanical and manpowered systems to accommodate various
degrees of bends and angles that are enveloped with water (tributary crossings)
and earth.
G. Be capable of performing an assessment of pipeline externally using
electromagnetics (V-Tool).
H. Be able to track all versions of testing equipment from above ground during
assessment.
I. Be capable of comparing results to previous Pure EM inspection results, using the
same calibration curve for both data sets.
J. Provide City of Denton with preventative maintenance records pertaining to device
being utilized for each location. Records should indicate the type of maintenance
required for device, recommended intervals and history of maintenance performed
within previous eighteen (18) months of request.
K. Reports and deliverables shall be submitted in hard copies (three copies) and
electronic format with database, information viewable in ArcMap with all pertinent
information. Report should include at minimum; executive summary, location map
of the project, indicating start and end of project, start and completion dates, tables
with pertinent information, pictures, videos if it helps understand the condition, and
any other information necessary for the project. Conclusion shall be clear and
concise depicting the condition of pipe at the time of inspection. Database tables
will be named clearly identifying the information. Database will be the property of
the City of Denton and information will not be shared without prior written approval
from the City of Denton staff responsible for the project/inspection.
L. Provide examples of calibration curves generated from various pipe types
including LCP, ECP, and ECP with shorting straps. The vendor must be able to
provide detailed data regarding how these curves are used to estimate the pipe
damage with the bid packet.
GROUP 5 - REQUIREMENTS FOR INTERNAL ROBOTIC ELECTROMAGNETIC
NONDESTRUCTIVE INSPECTION
This specification covers the requirements for detecting and quantifying the number of
broken wires within all types of Pre-stressed Concrete Cylinder Pipe (PCCP) and Bar-
Wrapped pipelines (BWP), and locating areas of concern in Metallic pipelines using a
tethered robot fitted with multiple sensors and placed into a depressurized pipeline. As the
inspection vehicle travels down the pipeline data from multiple sensors are collected. When
the inspection is completed, the vehicle is pulled back via its tether or drives back by itself
Page 10 of 19
to the entry point. Data can include ovality/deflection, shape, diameter, corrosion/pipe wall
loss, sediment volume, and slope, bend radius, condition of joints, and cracks. The currently
approved brand is PureRobotics™ or approved equal.
Requirements:
A. Perform the test in a non-destructive manner.
B. Be capable of advancing and retrieving device during time of assessment.
C. The equipment shall be capable of being inserted and extracted through an 18-
inch diameter access into a depressurized pipeline.
D. Perform an internal assessment within a depressurized pipeline with portions of
pipeline filled with water where 100 psi or less is applied to the robot.
E. Have a range of mechanical and manpowered systems to accommodate pipe
diameters from 16-inches to 120-inches.
F. Collect digital video for visual assessment, laser profiling and sonar data, and
support high accuracy mapping with inertial measurement unit (IMU) capabilities.
G. Collect the appropriate data to detect localized wall loss on the cylinder in BWP,
DIP, Steel, and broken wraps in BWP and PCCP.
H. Detect a minimum of five (5) consecutive broken wire wraps on PCCP and BWP.
Detect a defect of at least 3-inch diameter 30% defect in the cylinder of steel,
ductile iron, or BWP.
I. Pass valves and other configurations common to transmission mains during the
inspection.
J. Track all testing equipment from above ground during the inspection.
K. Ensure representatives performing the inspection are confined space trained and
meet OSHA standards for confined space.
L. Supply staff with all safety equipment necessary for the inspection such as
calibrated gas detectors, lifting harnesses, communication devices, safety ropes
and other pertinent personal protective equipment.
M. Supply vehicles/equipment enabling the delivery of staff and testing equipment to
project locations as necessary.
N. Classify anomalies found based on a detailed signal library as features, damage
or other as applicable.
O. Quantify the extent of damage found and provide the location of the defect.
Page 11 of 19
P. Provide examples of calibration curves generated from various pipe types
including BWP, DIP, Steel, and PCCP. The vendor must be able to provide
detailed data regarding how these curves are used to estimate the pipe damage.
Q. Report should include at minimum; executive summary, location map of the
project, indicating start and end of project, start and completion dates, tables with
pertinent information, pictures, videos if it helps understand the condition, and any
other information necessary for the project. Conclusion shall be clear and concise
depicting the condition of pipe at the time of inspection. Database tables will be
named clearly identifying the information.
R. Provide evidence with bid packet that the technology has been utilized on a
minimum of 200 miles of pipeline.
GROUP 6 - REQUIREMENTS FOR INTERNAL FREE SWIMMING ELECTROMAGNETIC
NONDESTRUCTIVE INSPECTION CAPABLE OF PASSING BUTTERFLY VALVES
This specification covers the requirements for detecting and quantifying the number of
broken wires within all types of Pre-stressed Concrete Cylinder Pipe (PCCP) and Bar-
Wrapped pipelines (BWP); and locating areas of concern in Metallic pipelines in a free-
swimming nondestructive manner. The assessment involves an exciter coil that is used to
induce a small electrical current in the steel wires. The current in the steel wires then
induces a small current in a second coil called the detector. The amplitude and phase of
the signal received at the detector will change depending on if the steel wire is broken or
not. The change in the detector signal is then analyzed and an estimate of the number of
broken wires is given. Inspections provide a medium resolution assessment of metallic
pipelines by detecting significant defect and wall loss. The current approved brand is
PipeDiver® or approved equal.
Requirements:
A. Perform the non-destructive inspection while the pipe remains in service.
B. Collect the appropriate data to detect localized wall loss on the cylinder in
BWP, DIP, Steel and broken wraps in BWP and PCCP. Collect video data for
visual assessment (for water mains only).
C. Detect a minimum of five (5) consecutive broken wire wraps on PCCP and
BWP. Detect a defect at least 3-inch diameter 30% defect in the cylinder of
steel, ductile iron or BWP.
D. Inspect pipelines that are 18-inch and larger in diameter.
E. Pass butterfly valves, gate valves and other configurations common to
transmission mains during the inspection.
F. Track all testing equipment from above ground during the inspection. Supply
and install any equipment necessary for tracking (access by others).
Page 12 of 19
G. Ensure representatives performing the inspection are confined space trained
and meet OSHA standards for confined space. Certifications must be
presented to City of Denton upon request.
H. Supply staff with all safety equipment necessary for the inspection such as
calibrated gas detectors, lifting harnesses, communication devices, safety
ropes and other pertinent personal protective equipment.
I. Supply vehicles/equipment enabling the delivery of staff and testing
equipment to project locations as necessary.
J. Classify anomalies found based on a detailed signal library as features,
damage or other as applicable.
K. Quantify the extent of damage found and provide the location of the defect.
L. Compare results to previous inspections, where applicable, using the same
calibration curve for both data sets.
M. Provide examples of calibration curves generated from various pipe types
including BWP, DIP, Steel, and PCCP. The vendor must be able to provide
detailed data regarding how these curves are used to estimate the pipe
damage.
N. Submit results in a GIS format using mapping-grade GPS data and that is
compatible with the City of Denton GIS system.
O. Reports and deliverables shall be submitted in electronic version and with
geo-database.
P. Report should include at minimum; executive summary, location map of the
project, indicating start and end of project, start and completion dates, tables
with pertinent information, pictures, videos if it helps understand the condition,
and any other information necessary for the project. Conclusion shall be clear
and concise depicting the condition of pipe at the time of inspection. Database
tables will be named clearly identifying the information. Database will be the
property of the City of Denton and information will not be shared without prior
written approval from the City of Denton staff responsible for the
project/inspection.
Q. Provide five (5) examples of electromagnetic/wall thickness free swimming
inspections projects where the tool is capable of passing butterfly vales. The
vendor must provide where data quality and accuracy has been verified.
R. Provide evidence with bid packet that the technology has been utilized on a
minimum of 200 miles of pipeline.
Page 13 of 19
GROUP 7 - REQUIREMENTS FOR FREE-SWIMMING ULTRASONIC INSPECTION
TECHNOLOGY
This specification covers the requirements for using ultrasonic technology to assess the
structural integrity of metallic pipe (ductile iron pipe (DIP), cast iron pipe (CIP) or steel pipe).
Further, this specification covers the requirements for detecting and quantifying cylinder
corrosion in metallic pipe (ductile iron pipe (DIP), cast iron pipe (CIP) or steel pipe). The current
approved delivery platform is PipeDiver® Ultra
Requirements:
A. Perform the ultrasonic wall thickness measurements with a free-swimming
inspection tool in a non-destructive manner.
B. The free-swimming ultrasonic inspection tool shall be capable of passing
butterfly valves.
C. The technology shall be able to differentiate between exterior and interior wall
defects.
D. The technology shall be able to detect outlets or other appurtenances.
E. The technology shall be able to provide ovality data and identify liner defects.
F. Submit results in a pipe-by-pipe geospatial GIS deliverable (geodatabase)
that is compatible with the City of Denton’s GIS system.
G. The Company shall track the progress of the tool as it traverses the pipeline.
CLIENT will make provisions for the Company to install external sensors for
tracking the free-swimming inspection device. Company may be requested to
install potholes via vacuum extraction to assist in tracking the device.
H. The Company shall provide evidence that all Company personnel have been
trained in accordance with OSHA safety and confined space requirements
and shall provide such certification upon request.
I. The Company’s personnel must be equipped with calibrated gas monitors,
lifting harnesses, safety ropes, and all other miscellaneous safety apparel to
ensure the welfare of their personnel.
J. The Company shall furnish its personnel with appropriate off-road
vehicle/equipment enabling the delivery of staff and testing equipment to rural
project locations.
K. The Company will advise CLIENT as to logistical support requirements
including required rate of flow and operating pressure.
L. The Company will advise CLIENT with respect to insertion and extraction
requirements.
M. The Company shall maintain a comprehensive database of ultrasonic signals
based on different features, pipe diameters and pipe types which will allow it
to make informed judgments on the condition of pipelines.
N. CLIENT will accommodate insertion and retrieval of the free-swimming tool
under de-pressurized conditions.
O. CLIENT will furnish 12-inch diameter access for insertion and retrieval of the
free-swimming tool. Company may be requested to furnish and install access
for deployment of the tool.
P. The ultrasonic inspection will serve as a high-resolution technology capable
of identifying wall loss due to corrosion on the steel cylinder. On metallic pipe
52in and smaller in diameter, the ultrasonic inspection shall be capable of
identifying and locating areas of corrosion 2 inches by 2 inches with 20% wall
loss or greater.
Page 14 of 19
Q. Reports and deliverables shall be submitted in hard copies (two copies) and
electronic format with database. Report should include at minimum; executive
summary, location map of the project, indicating start and end of project, date
started, and date completed tables with pertinent information, photographs
and any other information necessary for the project. Conclusion shall be clear
and concise depicting the condition of pipe. Database tables will be named
clearly identifying the information. Data will be the property of CLIENT and
information will not be shared without prior written approval from CLIENT.
R. As part of the proposal, the Company shall submit a minimum of five (5)
comparable project references, within the past twelve (12) months, where
pipelines have been surveyed and the results reported. The Company must
provide the contact information of the clients and name of respective agency
with the bid packet.
S. If requested, the PipeDiver can be equipped with fixed CCTV cameras on the
rear petals of the device, able to capture and record video from each of the
three (3) cameras. Real time viewing is not available. A copy of the video
recording will be submitted as part of the final report.
T. The Company shall provide evidence with the proposal packet that the tool
has been successfully proven and platform utilized on a minimum of 1,000
miles of pipeline.
U. The Company shall develop a Pipe Performance Risk Curve based on 3D finite
element analysis for each pipe design, or as may be required.
GROUP 8 - REQUIREMENTS FOR REMOTE TRANSIENT PRESSURE MONITORING
This specification covers the requirements for monitoring and recording of pressures acting
on a pipeline. The process involves the attachment of sensor to pipeline, transferring
activities to data acquisition unit. The pressure is recorded at set intervals during steady
state conditions and increases when a transient pressure is detected. The current approved
brand is Telog or approved equal.
Requirements:
A. Perform the analysis in a nondestructive manner.
B. Have the capability of mobilizing and begin monitoring within 48 hours (or less) of
notification by City of Denton.
C. Be capable of increasing the sample rate up to 32 times per second when transient
pressure occurs within pipeline. High-rate sampling trigger should be individually
programmable based on a user defined change in pressure within a user defined
period of time.
D. Provide a portable system that can be remotely powered. Support mechanisms
must be easily securable with weather resistant cables.
E. Use sensors that cover all pressure ranges from -14.7 psi to 300 psi.
F. Be capable of installing system while pipeline remains in service.
Page 15 of 19
G. Have adequate staff onsite during services. This shall include staff and availability
for periodic retrieval and download of recorded pressure and transient data as
required by monitoring interval and recorder settings.
H. Be capable of remotely downloading data using wireless data transmission.
I. Be able to perform required services on all pipe materials and sizes.
J. When applicable, reports and deliverables shall be submitted in hard copies (three
copies) and electronic format with database, information viewable in ArcMap with
all pertinent information. Report should include at minimum; executive summary,
location map of the project, start and completion dates, tables with pertinent
information, pictures, and any other information necessary for the project.
Conclusion shall be clear and concise depicting findings. Database tables will be
named clearly identifying the information. Database will be the property of the City
of Denton and information will not be shared without prior written approval from the
City of Denton staff responsible for the project/inspection.
K. Wireless transient pressure monitoring units may be allowed where installation site
and application permit. Wireless transient pressure monitoring units shall be
supplied as complete units, including integrated communications for use on
existing wireless networks, with all wireless communication requirements (SIM
card, data plan, data hosting, web portal) included in comprehensive package.
Wireless units shall be supplied by a manufacturer who has been in business with
a history of providing remote sensor units for a minimum of five (5) years.
L. All installations shall include a shut-off valve, and analog pressure gauge for
verification of recorded pressures.
M. Provide five (5) examples of monitoring projects. The vendor must provide where
accuracy has been verified. The vendor must provide the contact information of
the clients with the bid packet.
GROUP 9 - REQUIREMENTS FOR ACOUSTIC FIBER OPTIC (AFO) MONITORING OF
PCCP
This specification covers requirements for the installation and operation of an Acoustic Fiber
Optic (AFO) pipeline monitoring system in pre-stressed concrete cylinder pipelines (PCCP).
An AFO System is installed while the pipeline is dewatered and will continuously monitor
the pipeline while in service. The AFO System is designed to detect energy signals that are
generated by wire breaks as they occur. The system should identify and report these events
to the City of Denton in near real-time.
Requirements:
A. Such system must provide continuous, twenty-four (24) hour monitoring of acoustic
events of the City of Denton’ pipeline at the specified site.
B. Such system must be operational for a period of not less than 95% aggregate time
on an annual basis, excluding power outages or other events outside the control
Page 16 of 19
of the vendor. System uptime is to be calculated as the successful percentage of
the simulated verifications captured that are played by the system once per hour
each day.
C. Such system must allow remote operation of the AFO System to enable continuous
recording of acoustic events.
D. Operation of the AFO System must include hourly simulated verifications, daily
remote site checks, and an annual site visit.
E. Vendor must provide continuous downloading of data to a Vendor-based central
server.
F. Vendor must provide continuous event processing by the Vendor’s data
processing department as long as internet connection to the system is available.
G. Vendor shall include three (3) years of monitoring and warranty with each system
installed
H. Vendor must be able to detect and locate wire breaks that emit a signal greater
than 10 kHz, to a degree of accuracy within plus or minus three (3) feet.
I. The City of Denton must be notified of wire breaks by email within one (1) business
day of the event occurring.
J. Notification of the location and extent of any abnormal activity detected within the
monitoring system must be provided to the City of Denton within one (1) business
day of the occurrence.
K. Vendor must provide remote support to COD Utilities for onsite activities during the
identification and repair of one (1) contiguous pipe section per year, including the
necessary remapping of the AFO cable.
L. Vendor must be responsible for the provision and installation of software upgrades
useable with the installed AFO System as they become available.
M. Provide five (5) examples of projects where these systems have successfully
identified wire breaks. The vendor must provide where data quality and accuracy
have been verified. The vendor must provide the contact information of the clients
with the bid packet.
ADDITIONAL LABOR CHARGE: Crew (including crew lead or other misc. crew personnel)
performing additional needed work to complete the task that is outside normal anticipated
contract requirements. The crew’s supervisor that may or may not be present during field
operations; all other labor is covered by the required work within the scope of the contract
requirements such as technical, engineering, etc.
STAND-BY-RATE: The charge for Stand-By-Rate will be allowed if the City calls for a
cease from work for a job being performed in the field at that time. The contractor’s crew
shall remain in a state of readiness while the City performs a needed task(s). Once the
task(s) is completed by the City the contractor shall resume their assigned work.
Page 17 of 19
WARRANTY OF SERVICE: All services rendered under this contract shall be warranted to
be free from defects in workmanship, planning and materials which affect the integrity of
the service. The warranty shall be for the customary warranty period or a period of one (1)
year, whichever is greater. If service fails and is believed to be the awarded Contractor’s
responsibility, the City of Denton shall give written notice for additional service and repair.
The Contractor shall make corrections at the Contractor’s expense in a manner agreed
upon by the City. The warranty shall begin upon the City’s start-up of the product,
installation, or service.
Any service shall be rendered again within (30) working days after the detection by the City
at no additional cost to the City. The awarded vendor will be held responsible for all work
including those of his subcontractor(s).
WARRANTY OF EQUIPMENT: All purchased equipment shall be new and warranted to
be free from defects in workmanship, design and materials. Warranty shall be for the
manufacturer’s customary warranty period or a period of one (1) year whichever is greater.
The warranty will begin upon the City’s acceptance of the parts installation, or service.
Defective parts shall be replaced when it has been determined that the failure(s) is product
related. The vendor will be responsible for any shipping charges for returns during the
warranty period. If the part(s) causes failure and is believed to be defective, the City shall
give notice and the vendor shall proceed in correcting the problem at no additional cost to
the City. The warranty period will start anew upon the City’s final acceptance of the
replaced/repaired product.
The warranty will begin upon the City’s start-up of the product, installation, or service.
Warranties and guarantees by suppliers of various components in lieu of a single source is
the responsibility of the contractor. The contractor shall be solely responsible for the
guarantee of all services performed.
ERROR AND OMISSION: Proposers are expected to examine all documents that make up
the Proposal Solicitation. Proposers shall promptly notify the City of any omission,
ambiguity, inconsistency or error that they may discover upon examination of the solicitation
documents. Proposers must use the complete proposal solicitation to prepare proposal
submittals. The City assumes no responsibility for any errors or misrepresentations that
result from the use of incomplete proposal solicitations. The vendor is required to notify the
City of Denton Purchasing Department of any noted error, omission or ambiguity.
A vendor shall not be allowed to take advantage of any error or omission in these
specifications. The vendor is required to review these specifications carefully and notify
the City of Denton Purchasing Department of any noted error or omission.
Page 18 of 19
Evaluation Criteria Weight
Delivery/Project Schedule 10
Compliance with Specifications, quality, reliability,
characteristics to meet stated or implied needs 30
Probable Performance 30
Price 30
Total 100
Scoring Criteria:
• Identification and understanding of the City's requirements for this project. The
respondent understands and delivers the requested services of the primary areas’
objectives and scope using a clear and concise, written expression. The respondent
will provide all the appropriately requested criteria. This is considered a critical
component of the evaluation.
Proposals:
Vendor proposals shall include the following
Organization and Key Personnel
Provide the following information relative to the assignments and qualifications of the
Consultant’s team.
• Company background, office locations, and number of employees
Specific Related Project Experience
The consultant shall describe an experience that is directly relevant to the Project.
Provide descriptions of similar projects and benefits gained from implementing the
project.
• References from at least 5 recent projects where large diameter pipe has been
inspected with an emphasis on the State of Texas
• Past Performance and experience on projects of this magnitude and complexity
(FACTOR: 30%) The respondent's successful experience in projects within the
primary areas similar to the scope of work requested in this RFQ will be a major
consideration. Based on the past performance of both the individual project
personnel and the respondent, The City of Denton will determine if the respondent
has the record of accomplishment to provide the required services in successfully
administering similar projects.
Page 19 of 19
Project Approach
• Describe what the team would do to perform the project including the identification of
the industry framework or standards applied.
• Describe technologies used to perform the pipeline condition assessments
including accuracy and resolution levels as well as pipe type and class that can be
evaluated and any limitations of the technology
• Identify the technical risks – list and prioritize risks that the project team controls,
and does not control, along with risk mitigation. Describe how to accomplish project
goals.
Management of Schedule, Budget, and Change Management
• Describe proven approaches, methods, and philosophy that will allow the Consultant
to meet the proposed project’s five-year schedule.
• Provide the relevant parties with sufficient knowledge and skills to manage the
program.
• Consultant shall describe their approach for establishing and maintaining budget
control measures while highlighting lessons learned along with challenges met in
previous projects.
• Consultant shall describe approaches to change management within the wastewater
and water department to support project goals.
• Consultant will present a schedule for this service and define the scope of work. This
is a proposed schedule for the competition of the scope of work.