Loading...
HomeMy WebLinkAboutADS Environmental Services, LLC 2015CITY OF OSHKOSH DEPARTMENT OF PUBLIC WORKS 215 CHURCH AVENUE, P.O. BOX 1130, OSHKOSH, WI 54903-1130 PHONE: (920) 236-5065 FAX (920) 236-5068 LETTER OFTRANSMITTAL Please find: � Attached ❑ Under Separate Cover ❑ Copy of Letter � Contracts ❑ Amendment ❑ Report ❑ Agenda ❑ Meeting Notes ❑ Photos ❑ Mylars ❑ Change Order ❑ Plans ❑ Specifications ❑ Estimates ❑ Diskette ❑ Zip Disk ❑ Other These are being transmitted as indicated below: ❑ For Approval � For Your Use ❑ As Requested ❑ For Review & Comment Remarks: Enclosed is a copy of the executed agreement for the sanitary collection system flow monitoring services. A City of Oshkosh Purchase Order will foilow shortly. Please reference this Purchase Order number on all of your invoices. If you have any questions, please contact us. City Clerk's Office — Original / (� cc: _ File — Original Signed: Va� Tracy . ay or I:\EngineennB�l 81 WorklFlow Moni�oring�2015V�D5 LOT-ExecuteE Agreemenl_6-26-75.tlau This AGREEMENT, made on the�day of �C.�n�L_ , 2015, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and ADS ENVIRONMENTAL SERVICES, LLC, 1880 West Fullerton Avenue, Building A, Chicago, IL 60614, party of the second part, hereinafter referred to as the CONSULTANT, WITNESSETH: That the CITY and the CONSULTANT, for the consideration hereinafter named, enter into the following AGREEMENT for SANITARY COLLECTION SYSTEM FLOW MONITORING SERVICES. ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The CONSULTANT shall assign the following individuai to manage the PROJECT described in this AGREEMENT: Robert Miller — Project Manager B. Changes in Project Manager. The CITY shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The CITY shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE II. CITY REPRESENTATIVE The CITY shall assign the following individual to manage the PROJECT described in this AGREEMENT: Pete Gulbronson, P.E., C.D.T. — Civil Engineering Supervisor ARTICLE III. SCOPE OF WORK The CONSULTANT shall provide the services described in the CONSULTANT's Proposal. CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect CONSULTANT's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT. All reports, drawings, specifications, computer files, documents and instruments prepared by the CONSULTANT remain the property of the CITY. field data, notes, and other as instruments of service shall c�eoe��ee�o�iaiwoawown+o��ro��9�zoisaosns,ee��c_s-s-is.ea. Page 1 of6 ARTICLE N. STANDARD OF CARE The standard of care applicable to CONSULTANT's services will be the degree of skill and diligence normally employed by professional consultants or consultants performing the same or similar services at the time said services are performed. CONSULTANT will re- perform any services not meeting this standard without additional compensation. ARTICLE V. OPINIONS OF COST FINANCIAL CONSIDERATIONS, AND SCHEDULES In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, CONSULTANT has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affecl operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, it is understood between the parties that the CONSULTANT makes no warranty that the CITY's actual project costs, financial aspects, economic feasibility, or schedules will not vary from CONSULTANT's opinions, analyses, projections, or estimates. ARTICLE VI. RECORD DRAWINGS Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others. CONSULTANT is not responsible for any errors or omissions in the information from others that the CONSULTANT reasonably relied upon and that are incorporated into the record drawings. ARTICLE VII. CITY RESPONSIBILITIES The CITY shall furnish, at the CONSULTANT's request, such information as is needed by the CONSULTANT to aid in the progress of the PROJECT, providing it is reasonably obtainable from City records. To prevent any unreasonable delay in the CONSULTANT's work, the CITY will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonable time period. ARTICLE VIII. ASBESTOS OR HAZARDOUS SUBSTANCES If asbestos or hazardous substances in any form are encountered or suspected, CONSULTANT will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. If asbestos is suspected, CONSULTANT will, if requested, manage the asbestos remediation activities using a qualified subcontractor at an additional fee and contract terms to be negotiated. c�e�e��eedoeu s i wo�kwo. rno��m�oe�ouwos nere��� s-s-ia.d«x Page 2 of 6 If hazardous substances other than asbestos are suspected, requested, conduct tests to determine the extent of the problem necessary studies and recommend the necessary remedial measur� and contract terms to be negotiated. CONSULTANT will, if and will perform the s at an additional fee CITY recognizes that CONSULTANT assumes no risk and/or liability for a waste or hazardous waste site originated by other than the CONSULTANT. ARTICLE IX. CITY'S INSURANCE CITY will maintain property insurance on all pre-existing physical facilities associated in any way with the PROJECT. CITY will provide (or have the construction contractor(s) provide) a Builders Risk All Risk insurance policy for the full replacement value of all project work including the value of all onsite CITY-furnished equipment and/or materials associated with CONSULTANT's services. Upon request, CITY will provide CONSULTANT a copy of such policy. ARTICLE X. TIME OF COMPLETION The work to be performed under this AGREEMENT shall be commenced and the work completed within the time limits as agreed upon in the CONSULTANT's Proposal. The CONSULTANT shall perform the services under this AGREEMENT with reasonable diligence and expediency consistent with sound professional practices. The CITY agrees that the CONSULTANT is not responsible for damages arising directly or indirectly from any delays for causes beyond the CONSULTANT's control. For the purposes of this AGREEMENT, such causes include, but are not limited to, strikes or other labor disputes, severe weather disruptions or other natural disasters, failure of performance by the CITY, or discovery of any hazardous substances or differing site conditions. If the delays resulting from any such causes increase the time required by the CONSULTANT to perform its services i� an orderly and efficient manner, the CONSULTANT shall be entitled to an equitable adjustment in schedule. ARTICLE XI. COMPONENT PARTS OF THE AGREEMENT This AGREEMENT consists of the following component parts, all of which are as fully a part of this AGREEMENT as if herein set out verbatim, or if not attached, as if hereto attached: 1. This Instrument 2. CONSULTANT's Proposal dated May 8, 2015 and attached hereto In the event that any provision in any of the above component parts of this AGREEMENT conflicts with any provision in any other of the component parts, the provision in the component part first enumerated above shall govern over any other component part which follows it numerically except as may be othenvise specifically stated. i:�e�y��ee��g�i s i wo�kwov, nwo�m���y�zoiswos ny.eeme�i_s-si s ao�. Page 3 of 6 ARTICLE XII. PAYMENT A. The Agreement Sum. The CITY shall pay to the CONSULTANT for the performance of the AGREEMENT the total sum as set forth below, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto: Time and Materials Not to Exceed $49,000 (Forty-Nine Thousand Dollars). B. Method of Payment. The CONSULTANT shall submit itemized monthly statements for services. The CITY shall pay the CONSULTANT within thirty (30) calendar days after receipt of such statement. If any statement amount is disputed, the CITY may withhold payment of such amount and shall provide to CONSULTANT a statement as to the reason(s) for withholding payment. C. Additional Costs. Costs for additional services shall be negotiated and set forth in a written amendment to this AGREEMENT executed by both parties prior to proceeding with the work covered under the subject amendment. D. Indirect Costs. Indirect costs such as computer time, printing, copying, cell phone charges, telephone charges, and equipment rental shall be considered overhead and shall not be invoiced separately to the PROJECT. E. Expenses. Expenses may be billed with up to a maximum of 10% mark-up. All invoices with expenses shall include supporting documentation of the expense. Failure to include the supporting documentation will result in the reduction of payments by the amount of those expense(s) not including documentation. ARTICLE XIII. HOLD HARMLESS The CONSULTANT covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims, and demands which may be to the proportionate extent caused by or result from the intentional or negligent acts of the CONSULTANT, his/her agents or assigns, his/her employees, or his/her subcontractors related however remotely to the performance of this AGREEMENT or be caused or result from any violation of any law or administrative regulation, and shall indemnify or refund to the CITY all sums including court costs, attorney fees, and punitive damages which the CITY may be obliged or adjudged to pay on any such claims or demands within thirty (30) days of the date of the CITY's written demand for indemnification or refund for those actions, claim, and demands caused by or resulting from intentional or negligent acts as specified in this paragraph. Subject to any limitations contained in Sec. 893.80 and any similar statute, of the Wisconsin Statutes, the CITY further agrees to hold CONSULTANT harmless from any and all liability, including claims, demands, losses, costs, damages, and expenses of every kind and description (including death), or damages to person or property arising out of re-use of the documents without consent where such liability is founded upon or grows out of the acts or omission of any of the officers, employees or agents of the City of Oshkosh while acting within the scope of their employment. c�e�9mee��eu a i wo�kwow row�uo��e�ouwos na�ee�m_s-si e.aax Page 4 of 6 ARTICLE XIV. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. ARTICLE XV. TERMINATION A. For Cause. If the CONSULTANT shall fail to fulfill in timely and proper manner any of the obligations under this AGREEMENT, the CITY shall have the right to terminate this AGREEMENT by written notice to the CONSULTANT. In this event, the CONSULTANT shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience. The CITY may terminate this AGREEMENT at any time by giving written notice to the CONSULTANT no later than ten (10) calendar days before the termination date. If the CITY terminates under this paragraph, then the CONSULTANT shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the AGREEMENT and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this AGREEMENT. ARTICLE XVI. RE-USE OF PROJECT DOCUMENTS All reports, drawings, specifications, documents, and other deliverables of CONSULTANT, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. CITY agrees to indemnify CONSULTANT and CONSULTANT's officers, employees, subcontractors, and affiliated corporations from all claims, damages, losses, and costs, including, but not limited to, litigation expenses and attorney's fees arising out of or related to the unauthorized re-use, change, or alteration of these project documents. ARTICLE XVII. SUSPENSION. DELAY, OR INTERRUPTION OF WORK CITY may suspend, delay, or interrupt the services of CONSULTANT for the convenience of CITY. In such event, CONSULTANT's contract price and schedule shall be equitably adjusted. c�e�ameen�g�i a i wo,kwow Monim�ne�o�swos ns�eeme�i s-s-is.ao�. Page 5 of 6 ARTICLE XVIii. �JG THIRv-PARTY BENEFICIARIES This AGREEMENT gives no rights or benefits to anyone other than CITY and CONSULTANT and has no third-party beneficiaries. In the Presence of: �� (Seal of Consultant if a Corporation) (Witness) (Witness) CONSULTANT By: 1� � Title) (Specify Title) CITY OF OSHKOSH � :�. • /'z� r��G/�� � A. Rohloff, City Manager / Pamela R. Ubrig, City AP ROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this AGREEMENT. it A orney `�� � � nr-, City Comptroller i�eoy��ee�oyu a i wonwow Mo�no�oy�zoiswos ny�e�m_s-s-is.m�x Page 6 of 6 � RECEIVED -�' MAY -82015 DEPT OF PU6� �� �ORNS OSHI�OSH, Proposal City of Oshkosh, Wisconsin REQUEST FOR PROPOSAL FOR SANITARY COLLECTION SYSTEM FLOW MONITORING SERVICES Attention: Pete Gulbronson Innovation Flexibility AHordability �, o ENVIRONMENTAL SERV/CES � O . LLt May 8`h, 2015 Mr. Pete Gulbronson City of Oshkosh Engineering Division Room 301 215 Church Ave. PO Box 1130 Oshkosh, WI 54903-1130 1850 W. Fullerton Ave - Building A• Chicago, IL 60614 Phone: 708341.9701 • Fax: 773.252.9426 www.adsenv.com Re: Proposal for Sanitary Collection System Flow Monitoring Services - Oshkosh, WI Mr. Sargent, We are very pleased to have this opportunity to submit our proposal for providing professional services to perform sewerflow monitoring in Oshkosh, WI. We understand that the data collected will be used in conjunction to calibrate and verify a Storm Water Management Model (SWM) and its hydraulic development. Our proficiency in flow monitoring equipment complements our emphasis on customized service and our commitment to produce the requested services in a cost effective manner. Our proposal is designed to provide you with an indication of our demonstrated technical competence and experience in this specialized field. As a manufacture of professional flow monitoring equipment, we offer several advantages in performing a project, such as yours, which will be outlined below. If you or anyone from the City has any questions regarding this proposal, please do not hesitate to contact me at (708)341-9701. Sincerely, V - - � Christopher Skehan, M.S. Business Development Manager ADS Environmental Services (708) 341-9701 cskehan@ idexcorp.com ProposedScope of Work Prolect Initiation Meetinq The first step in ADS' approach is a meeting with the client and owner's staff. During this meeting, the proposed monitoring locations will be selected and discussed. Key individuals will be identified in each organization so that efficient and fast communication lines can be established. Site specific problems are often not apparent until field investigations begin. Quick resolution of these problems through efficient communication will be crucial to meeting the projecYs timeline goals. During this meeting, the clienYs and other team member's knowledge base is tapped for information about known problems and areas of concern as well as safety issues and public relations concerns. These insights are valuable to ADS in developing a complete project approach for targeting problem areas while ensuring the safety of our personnel. A safety plan will be further developed and presented. Additionally, ADS will provide a detailed schedule for this work, outline our reporting and invoicing procedures, and provide the City with a list of key personnel, their responsibilities, and all necessary contact information. Mobilization This phase includes gathering the necessary maps and information to prepare field crews for site investigations. Equipment will be mobilized to the project site and staff will be dedicated according to the project schedule. Investiqation Site Investigations will begin immediately following mobilization. The proposed flow monitoring locations will be located and the manholes descended. Field crews generally consist of two workers, both of whom have received extensive flow monitoring and safety training. Crews will check the proposed monitoring location for hydraulic suitability and look for evidence of erratic flow patterns. Crews will also check for debris and silt in the manhole that could impact hydraulics and data quality and coordinate any required cleaning efforts with the client. ADS will also investigate adjacent manholes in order to ensure the best possible monitoring location is selected and to verify that maps are accurate such that we can ensure the anticipated/expected flows are being correctly monitored. Upon completion of the investigations, the field crew will complete site reports which will include any necessary sketches, field measurements and required equipment utilized for the site. ADS will report the results of these investigations to the client along with recommendations for any location changes required to optimize measurement performance. Installation Monitor installations and calibrations will begin in conjunction with the investigations. ADS will schedule installations such that the flow monitors can be installed as rapidly as possible to maximize data collection. Installation of ADS flow monitors will typically be done in the lines incoming to the monitored manhole. The monitor and sensor cables will be firmly and neatly secured to the manhole walls and/or steps in order to allow ready access by ADS personnel and to minimize chances that debris and/or surcharging would cause the monitor or sensor ring to be washed down the line. �� D ENVIRONMFNTAL SERVICES� The ADS flow monitor uses three measurement devices for a typical installation: an ultrasonic depth sensor that will be mounted at the crown of the pipe; a redundant pressure depth sensor mounted in the invert; and a Doppler velocity sensor also mounted in or near the invert. ADS' quad-redundant ultrasonic depth sensor is the industry's only true redundant depth sensor. This redundancy both increases sensor accuracy, data quality and depth data uptime. Monitors will typically be configured to record data on 5 minute intervals. Rapidly changing flows or other conditions may lead ADS to choose a more rapid data rate for a specific location. Data accuracy, integrity and uptime is critical to the success of the study, therefore, we take great pride in stressing the importance of our field procedures because we know that our processes lead to the most accurate and consistent data in the industry. ADS will utilize wireless telemetry where ever possible in order to allow remote communication and data access for each flow monitor. Telemetry allows us to review the data more frequently (typically twice per week or as requested by the client) and to respond more timely to any maintenance issues identified during data reviews. ADS field crews install flow monitors using the industry's most rigorous and demanding standards. They follow ISO 9001 quality management systems to optimize readings and uptime. For example, there are over 39 steps required before each site is commissioned. All field personnel must pass field certification training before being assigned to an ADS field crew. Monitorinq Period The data collection period will begin for each basin when all of the monitors and rain gauge(s) have been installed. During the data collection period, data will be collected, monitor maintenance will be performed, and sensor cleaning will be provided as needed. In addition, independent manual readings of depth and velocity will be performed periodically to confirm the accuracy of the flow monitor to site hydraulic conditions during the data collection period. ADS manages the data collection and processing with the same diligence and care that we use for site installations and commissioning. We are the only collection system performance diagnostics company in America that operates a Data Management Center. Through ISO 9001 certified work instructions, our data analysts follow quality control procedures on each and every data set collected from feld projects. In addition, we have developed Six Sigma quality systems to further enhance our data editing, processing, and analysis. Once activated and confirmed to be working properly, field crews will visit the flow monitor locations as required to perform any required maintenance. ADS will operate and maintain the flow monitors, and collect and analyze the data throughout the monitoring period. Data Analvsis The data analysis process will begin as soon as the first data is collected. During this phase, data is audited and reviewed for accuracy and consistency. Our data analysts use a number of internal software tools and techniques to ensure our flow monitoring equipment is performing as required. The data analyst will directly calculate flow using the Manning's and Continuity equation from recorded depth and average velocity data. Flow quantities as determined by both the � ° S� ���ENTAL Manning's and Continuity equations will be plotted simultaneously and compared for consistency. The analyst will also utilize scattergraphs (depth vs. velocity readings) to verify monitor accuracy from both a precision and bias viewpoint. Any observations and/or inconsistencies will be noted. Once the final data collection has been completed, the analyst will finalize all data editing before turning it over for review and verification by the data analyst team leader and project engineer. Reportinq The final data report will include information such as installation details, hydrographs, scattergraphs, and tables appropriate to the project needs and to support the findings. A brief description of inethodology and project activities will also be included in this report. Data format will include the name, physical location of the flow monitor as well as the number of the corresponding rain gauge (if applicable). Data will be provided to the City on a CD in an EXCEL spreadsheet. The data will be reported in 5-minute intervals and will include the following columns of data: • Data and Time • Depth(ft,inches) • Velocity (fps) • Computed Flow (Manning's) • Computed Flow (Continuity) ADS will also provide Calibrated Depths or Final Depths, Velocity, and Flow calculations from the manual calibrations that occur during the monitoring project. Monitorinq Qualitv Control Procedures ADS would like to propose a modified quality control procedure for this scope of work. Because ADS will be utilizing wireless telemetery for this project, our Data Analyst will be performing a data review of each location twice weekly. The analyst will check for items such as the power supply levels, if the sensors should be cleaned due to debris or silt, communication issues, and other necessary items that will ensure for quality data deliverables. During this review process, the Analyst will issue site maintenance, and an ADS work order will be issued. All work orders will be tracked using the ADS Work Order Database and these reports can be made available to the client if necessary to see what items were ordered and resolved during the monitoring period. A crew will respond to each work order during the project to ensure for the highest level of quality. If a crew enters into a manhole for any required maintenance, manual depth and velocity measurements will be taken, and checked against the monitor sensors real-time to ensure calibration. ADS will later discuss its use of redundant depth sensors equipped at each monitoring site for this project, which will ensure for the highest level of monitoring and measurement. � ° SERV�� NTAL Deliverables For this project, ADS will deliver the following items as requested in the RFP: Initial Weekly Monthly Final Deliverebles Deliverables Deliverabies Deliverables Final Report (CD) Monitoring Notes or Excel Data as A Safety Plan including Graphs Observations outlined in RFP and Excel Data Maintenance Or Site Summary of Work Future A Schedule of work Recommendations Service Performed Orders and Comments Summary of Field Invoicing Requests Field Logs Logs Key Personnel Data Tables and Monthly & Hydrographs(every Hydrographsand Contact Information two weeks) Scattergraphs Any Problems that Site Reports and � Occur during Sketches Monitoring Period Any additional information or deliverables can be discussed during the kick-off ineeting prior to starting the project. Schedule � ° SERVICES� NTAL Equipment and Calibration Procedures Monitoring Equipment ADS will utilize the ADS FlowSharkT"" series flow monitors exclusively for this project. Peter Petroff, the founder of ADS, created the first solid-state electronic flow monitor in 1973. Since then, our flow monitors have been in a continual state of improvement. We have developed better depth sensors, velocity sensors, sensor strategies, software, field procedures and management procedures. Our monitors have won more awards than any other sewer flow monitors including the Pollution Engineering Magazine 5-Star Award. ADS flow monitors are the most versatile and stable flow monitors available today for pipes ranging from 8" to 120" in diameter. Monitor Level Intelligence To build on the accuracy of our flow monitors, ADS has developed algorithms within the monitor to help reduce the occurrence of erroneous reading. This technology is called Monitor Level Intelligence (MLIT""). MLIr"" automatically adjusts to site conditions to extract accurate, reliable measurements. While all other poppler manufacturers calibrate instruments and establish sensor-reading algorithms at the factory, MLIT"^ is flow dependent. MLI�^^ optimizes sensor performance and readings by continually learning the site-specific hydraulics and the changing dynamics of depth/velocity relationships. MLI'"" uses built in intelligence to learn the hydraulics of the specific monitoring location. Once MLI understands the site hydraulics, it looks at previous and historical readings to insure consistency and repeatability and eliminates erroneous firings. This "smart" feature benefits the City by ensuring data reliability and system uptime, the most critical element of a flo�ra moni±orinq r�roqram Smart signal processing ,' I , r �:;_, ' : :-, .' . . . . , ,',,.. , . . . . . .. . .. �I automa[ica;ly recognize and discard abe�ranl �eadings foi optiinun� data integrity and reduced data processing for optimum accuracy. Redundant ultrosonic level sensor Provides built-in confidence and reliability. Patented redundant technology assures uninterrupted data acquisition of critical management information. PressuredepthandDOpplervelocity Sensor profiles minimize flow disruption for more stable and reliable sensorropobilities performance. Pressure sensor innovations reduce potential for drift and hysteresis. Doppler velocity sensor provides proven, accurate information. Quolity certificotion Ensures that equipment has been developed to rigorous quality standards. ADS is an I50 9001 certified company which indicates that equipment has been designed to standards specificto hardware design and manufacture. NO7E: ADS's Plow monitors are capable of providingvery aaurate and precire (repeatable) flow data. However, under some complex hydraulic conditions such as frequent backwater, surcharging, reverse flows, and complex bends in the flow path leading to and from the associated manhole in which the flow monitor is placed, the acmrary of the data is diminished. It is important that the Client understands that ADS's temp Flow monitoring equipment is some of the best available in capturing flow data in complex hydraulic situations, but that accuracy may be mmpromised in locations immediarely upstream of pump stations or other locations where the above listed hydraulic mnditions can sametimes be persistent. �� p ENV/RONMENTAL SERV/CES� Quality Assurance & Quality Control (QAIQC) The foundation of ADS's quality assurance and quality control is ISO 9001, the international standard for quality management systems. We have maintained this certification since 1994 and are audited each year by SIRA Certification Services of England, an internationally recognized ISO registrar. Our comprehensive QA/QC Program is unmatched in the industry and will provide a consistent approach to quality to ensure that all products and deliverables meet project requirements. The program will address methodologies, work review, frequency and timing of review, review documentation and distribution, and approval/sign-off requirements. This ensures a data editing and processing "paper trail" to address any questions, regarding data accuracy, overflow volume calculations, etc. ADS is ISO 9001 certified for manufacturing, field services, engineering, data analysis and management. ADS is unique in that it maintains ISO 9001 certification for not only design and manufacturing of flow monitors, but also for all of the field services related to flow monitoring, including: Site investigation, Field installation, Confirmations, Data collection, Monitor maintenance, Data analysis and Rainfall monitoring. By applying ISO 9001 to all aspects of the flow monitoring process, ADS assures clients of high quality throughout the project. Calibration Procedures ADS work instructions for Calibration and Confirmation are held to the highest standards. Each field personnel is responsible for following a detailed and outlined procedure to ensure the flow monitoring devices are installed and working correctly during the monitoring period. A field supervisor or manager will ensure that each field employee is maintaining the equipment as specified. ADS will utilize a folding carpenter's ruler for measuring depth of flow. Devices such as wading rods or surveying rods are accepted for unusual flow depths. Each manual measurement will be taken by performing a full confined space entry to ensure the accuracy of each measurement. A Marsh-McBirney Model 2000 or Model 201 D or Nivus FlowShark HV will be used or other approved portable velocity metering device for measuring velocity profiles in depths above 5 inches. As a last resort, ADS will attempt to measure flows between 1" and 5" if possible, however each approved device has its depth limitations. Valid Confirmation Points are defined as one that passes the automated quality checks in our ADS Profile Software and/or is accepted by a certified Data Analyst using performance criteria defined in QI684004 Data Analyst Work Instructions. All ADS Crews will have at least one employee certified in performing these confirmation procedures. 1 ° SERV�� NTAL Safety and Confined Space Entry ADS have established a policy for the basic operational requirements for conducting safe confined space entry operations. For the purpose of this policy, a confined space is a space or area that exhibits the following characteristics: . It is large enough and configured in such a way that an employee can bodily enter and perform assigned work. . It has a limited or restricted means for entry or exit. . It is not designed for continuous occupancy. Confined spaces include sanitary, storm, or combined collection systems, all lines (whether active or not), manholes, meter vaults, and pump station wet wells. When any doubt exists, employees will treat a worksite as a confined space. Entry means the action by which a person passes through an opening into a confined space. Entry includes ensuing work activities in that space and occurs as soon as any part of the entranYs body breaks the plane of an opening into the space. Crew Size At least two people are required for a confined space entry. At least one attendant must be present at all times. The number of attendants necessary for multiple entrants will depend on the configuration of the confined space, the nature of work to be performed, and the communications equipment available. Normally, every two entrants require three attendants. Crew Member Duties . Entry Supervisor: The senior person on a crew serves as the entry supervisor and has overall responsibility for worksite safety. The entry supervisor also may be an authorized entrant or attendant. The entry supervisor shall be responsible for the following: ❑ Determining the hazards that may exist during a specific entry, including information on the mode, signs or symptoms, and consequences of exposure to specific hazards ❑ Ensuring that the crew has conducted atmospheric tests prior to entry and continuously while the confined space is occupied ❑ Ensuring that all procedures and equipment required for safe entry are in place before certifying the space as safe for entry ❑ Ensuring that the confined space entry log is properly filled out ❑ Verifying that rescue services are available and that communication devices are operable ❑ Certifying on the entry log that the space is safe for entry Authorized Entrant: The employee entering the confined space serves as the entrant and shall be responsible for the following: ❑ Knowing the hazards that may exist during entry ❑ Properly using equipment as required by the Field Safety Manual and Entry Supervisor ❑ Communicating with the attendant as necessary to enable the attendant to monitor entrant status ` � SERVICES� NTAL ❑ Alerting the attendant whenever the entrant recognizes any warning sign or symptom of exposure to a dangerous situation ❑ Exiting from the permit space as quickly as possible whenever any of the following occurs: - An order to evacuate is given by the attendant or the entry supervisor. - The entrant recognizes any warning sign or symptom of exposure to a dangerous situation. - An evacuation alarm is activated. Attendant: At least one attendant shall be present outside the confined space at all times during entry. The attendant shall be responsible for the following: ❑ Knowing the hazards that may exist during entry ❑ Detecting possible behavioral reactions the entrant may exhibit if exposed to hazards ❑ Remaining outside the permit space during entry operations until relieved by another attendant ❑ Monitoring activities inside and outside the space to determine whether it is safe for the entrant to remain in the space ❑ Communicating with the entrant as necessary to monitor entrant status and to alert the entrant of the need to evacuate the space, when necessary ❑ Performing non-entry retrieval as specified in the Field Safety Manual, when necessary ❑ Summoning rescue and other emergency services as soon as the attendant determines that the entrant may need assistance to escape from the confined space or require medical attention ❑ Warning unauthorized persons away from the confined space ❑ Avoiding duties that might interfere with the attendanYs primary duty to monitor and protect the authorized entrant ❑ Ordering the entrant to evacuate the permit space immediately under any of the following conditions: - The attendant detects the behavioral effects of hazard exposure in an entrant. - The attendant detects a condition that could endanger the entrant. The attendant cannot effectively and safely perform all the duties required by this policy. Atmospheric Monitorinq Personnel must test confined spaces for oxygen deficiency and flammable and toxic gases prior to entry and continuously throughout occupancy. Using lead acetate paper and/or ventilation alone is not sufficient. Personnel must check gas meters for proper calibration at the interval recommended by the manufacturer and maintain calibration records with the instrument. Retrieval Svstem No employee will descend a vertical confined space or any vertical portion of any other confined space without an attached retrieval system. In confined spaces where horizontal movement is ` ° �VICES� NTAL required and the risk of engulfinent or being swept away exists, entrants will be belayed to a fixed object or cable system. Personal Protection Equipment All personnel working at a confined space entry site will wear steel-toed safety shoes/boots, hardhats, leather gloves, traffic vest and safety glasses. Confined Space Entrv Loq The Pre-Operations Checklist on side A of the Confined Space Entry Permit form (QF 603004) must be completed by each crew for any day that work is to be performed in the field. The crew must maintain completed logs with project records for a period of 1 year and make them available for inspection. Communications . Worksite Continuous communications must be maintained with confined space entrants at all times. This communication may occur in the form of visual line of sight, a sound-powered device, or electronic communications equipment. . Off-Site Each production crew must be able to summon rescue and/or emergency medical services to the worksite. Regional and project managers must ensure that appropriate equipment and communications procedures are in place at the start of each project. Project managers will include coordination with local rescue/EMS providers in determining appropriate communications procedures. Field Safetv Certification All personnel must receive field safety certification equivalent to the level required to safely and successfully accomplish their specific job duties. At a minimum, each worker must have Level 1 certification. Certification primarily involves hands-on training to demonstrate the proficiency required to receive final certification. Some levels of certification may require video-based and classroom training. Refer to Work Instruction SAF-WI-13 for a detailed explanation of the certification process. This section is just a small example that is taken from our ADS Field and Safety Manual. The ADS manual is composed of over 149 pages of Industry Standard Safety Requirements and Procedures. In fact, this document has been adopted by many of our clients for their own interna/ field safety programs. A full copy of this manual can be made available during the course of the project if requested. �, D ENV/ROIYMENTA! SERV/CES� Qualifications With more than 40 years of experience in wastewater collection system evaluation, ADS, LLC is pleased to provide this overview of our qualifications and services. Our vast experience includes comprehensive sewer system services (flow monitoring to identify and prioritize affected basins, SSES field activities to obtain sewer inventory, condition and performance knowledge, point source identification of inflow/infiltration, project management, rehabilitation recommendation), pipeline services (water audits, hydraulic modeling, master planning, water quality modeling, master meter tests, meter accuracy tests, consumption analysis, loss of head tests), and rehabilitation services (line tapping, line stopping). ADS's management philosophy of earning customer loyalty demonstrates that we are not only committed to providing our clients with the industry's very best equipment and services, but we are also committed to grow and innovate to meet our clients evolving needs. We have been a partner on some of the largest and most successful water and wastewater programs ever documented and have an experienced and mobile staff to assure the success of your project. ADS LLC, with its operating divisions, ADS Environmental Services, Accusonic Technologies and Hydra-Stop, is owned by IDEX Corporation. IDEX is an applied solutions company specializing in fluid and metering technologies, health and science technologies, dispensing equipment, and fire, safety and other diversified precuts built to its customers' exacting specifications. ADS Environmental Services is headquartered in Huntsville, Alabama. Founded in 1975, with the invention of the first of its kind self-contained, microprocessor based, battery powered area- velocity flow monitor, ADS continues to invest in research and development. This investment in equipment, software and web-based system development ensures our clients that they are working with the best in the business when they select ADS. ADS is one of the largest water and wastewater service firms in the United States, a U.S.-based business formed to bring together several proven, established companies in their respective markets. It has evolved into a solutions-driven provider of environmental products and services that will create value for its customers and employees through technology, world-class service and environmental leadership. ADS Environmental Services is the leader in flow monitoring technology and information services and presents outstanding credentials to ensure successful completion of all projects it undertakes. Thousands of miles of sewer have been analyzed by ADS. ADS offers expert water distribution and sewer collection system analysis, specialty pipeline and structure rehabilitation and line stopping. We specialize in the collection and analysis of accurate information about the efficiency of existing water and sewer systems. Our clients are typically small and large municipalities, but we also perform similar work for industrial clients. Our engineers and field technicians work closely with client representatives to help them solve flow, pressure and leakage problems in their systems. ADS features recognizable product lines in the U.S. and around the world. We strive to deliver high-performance solutions and world-class service to customers worldwide. We bring to our clients the stability and strength of a global corporation while embodying the commitment and attention to detail of a small, local company through its network of regional offices. We have the philosophy, experienced personnel and equipment that are unequaled in the industry. This is � � S� �IC��� NTAL evidenced by the fact that ADS has performed more than 8,000 pipeline services projects in 32 countries. Our reputation for quality work is supported by the high degree of repeat clients that we have had over the years. What makes ADS unique in performinq temporarv f/ow monitorinq services� ADS Environmental Services, over the past several years, has developed an organization unrivaled in the sewer investigation industry. The organization is built on a foundation of highly experienced field and office staff that have worked in the industry for many years. ADS Professional Engineers and Project Managers aren't afraid to enter manholes, and in fact do so regularly. ADS is a full-service field service firm, with Professional Engineers in most all major offices. ADS encourages movement through the ranks from Field Representative to Data Analyst to Project Manager. ADS' size is also distinctive as an international firm participating in a niche service industry that is made up primarily of local and regional small businesses. Our size provides economies of scale along with the capability to perform large projects that most competitors are too small to staff. This distinction as a large international firm is also tempered by our personal dedication to each of our clients, large and small. Most employees in regional offices are in the same positions they held with smaller sewer investigation firms prior to acquisition by ADS. We provide the best of both worlds. ADS not only performs flow monitoring services, but we also manufacture our flow monitoring equipment. ADS uses our own equipment as well as every type of flow monitoring equipment on a daily basis. This experience cannot be matched by any other flow service provider. We provide our clients the best equipment and services. Another distinction of the team is ADS's commitment to safety. ADS field crews open approximately 1,500 manholes per day. ADS crews are prepared for the hazards they encounter daily with specialized confined space training, traffic safety training, protective gear, continuous gas monitoring equipment, portable ventilation equipment, emergency first aid and rescue training, weekly safety meetings, and on-going safety audits. All safety procedures and equipment exceed OSHA confined space requirements. In fact, the ADS Safety Manual has been used by some municipalities as a component of their internal safety programs. The philosophy/mission statement of ADS is expressed as follows: As the foundation of our operating model, our core values unite our teams around the world by setting the standards for 6ehavior. Our core values apply to everything we do: Our CUSTOMER is our priority. We GROW our enterprise and people. Our INTEGRITY is paramount. We strive for EXCELLENCE. We are passionate about SUCCESS. �, D ENV/RONMENTAL SERVICES� a ° � 'v . .� � ADS' full-spectrum has a IS09001 manufacturing facility, installation and commissioning services, telecommunications expertise, field services for maintaining flow monitoring networks, data collection, processing, management and hydraulic analysis services to include comprehensive flow information reports. ADS has also adopted the Six Sigma quality assurance program, underscoring our determination to provide only the most accurate data and information possible. As the nation's largest specialized collection system flow services firm, ADS has the financial strength and resources for a project of any size. Proposed Cost Estimate - Total System Survey ThF feo tc romplerP rhe Pmiert ScopF of Work is as F�Ilows: I�ernporary Row � Temporary Flow Monitoring Services for 60 Days at 6 selected Monitoring $ 49,000.00 locations to support SWMM Model Services Total $ 49,000.00 Day Extension Costs Proposed at: $13,500 per month to extend monitoring period Table 2: Cost Basis for Fee Proposal outlined in RFP for 60 Days —(Extension Price Listed under Table) Cost Item No. of Sites No. of Days Cost Per Site Cost Per Day Total Cost Mobilization 6 NA Lump Sum NA $7,500 Installation 6 NA $1,000 NA $6,000 Monitoring 6 60 NA $75 $27, 000 (60 DaysJ Demobilization 6 NA Lump Sum NA $2,500 Interim Reports NA NA NA NA $6,000 and Final Reports 'Total Cost for Monitoring at 90 Days: $62,500 'Total Cost for Monitoring at 120 Days: $76,000 � D S�V�/C�ES� NTAL � Related Experience of Firm Project Title: DWM Model Calibration Time Period: Periodic & On-going Location of the Project: Chicago, IL Period of Firm's Involvement: 2006-2012 (4 projects) Total dollar value of the project: Unknown Total fee received by Firm: $626,400 Key Personnel Involved: Role Name Tim Calder, P.E. Sr. Project Manager/Engineer (Cincinnati) Eric Hehmann Project Manager (Indianapolis) Steve Huggins Project Manager (Chicago) Scott Warren Field Technician Brian Walker Field Technician Chris Skehan Data Analyst Role of the Firm: Reference Information: Four (4) separate flow monitoring projects from 2006-2012 either direct for Chicago DWM or by Name of Client: MWH, CH2, Chitago DWM separate contracts with MWH & CH2M-Hill. Contact Person: Mike Sturtevant, P.E. Title: Deputy Commissioner One project involved C50 monitoring only at James W. Jardine Filtration Plant designated sites. The other 3 projects were in Address: 1000 E. Ohio Street gravity sewers for model calibration purposes. Chicago, IL 60611 Telephone No: 312-742-4281 Brief Description of the Project: ADS initially worked undertwo separate contracts in 20064007 with MWH and �. .. �-,,. J i -- -4 CH2M-Hill to install, maintain and report results for temporary flow meters and � �L �� 7�'-' �.�� " r -"r rain gauges used to assist in model calibration work. : � 1-`� E��'�� � y_�$..�,� i In addition, long-term meters with telemetry were installed in designated CSO's �. i t�=_� � r in 2006 primarily to document locations with continuous "no activity" reports �', -_ m�� �j �;� II during rain events. One of these locations remains in place in 2013. '. ���==�` ��=�;. ��i �� �� • : �.t-. � �' The largest project, in 2008, involved the installation, maintenance and , L�-�" 5�"_' i." i-' _ � • ' �. 4"'il reporting for 38 flow meters. The work was performed directly for Chicago ��. �.. .°-^ �� •� t�_-,=+''E .! DWM under the long-term contract in place for Hydraulic Engineering Services. ��� �` ~~ -, �_�}-n ".-r,`=''', The information from this project was used also in model calibration work by ° v _ �� , s�'4� !�3 ±I Engineering Consultants working under other contracts with DWM at the time. -- -- - �"=i i` �t _�i �. _: . — .._ -__ � ' — — I `� ' Related Experience of Firm Project Title: Indianapolis LTCP —Sanitary Sewer Time Period: 2010 to 2016 and Combined Sewer System Monitoring Location of the Project: Indianapolis, IN Period of Firm's Involvement: 4 years Total dollar value of the project: >$6,000,000 Total fee received by Firm: $5,990,000 Key Personnel Involved: Role Name Bob Miller Regional Project Manager Eric Hehmann ProJect Manager Chris Skehan Data Analyst Pam Good Data Analyst Brian Walker Field Manager Role of the Firm: Reference Information: Name of Client: United Water Indianapolis To provide long term service and maintenance Contact Person: Dan Hudson on the City's 60 flow monitoring units as well as 21 rein gauge devices in regards to capacity Title: Collections Engineer studies, I/I analysis, CSO alarming and Address: 2700 South Belmont Ave monitoring, and data analysis for model calibration. Indianapolis, IN 46221 Telephone No: (317) 639-7000 Brief Description of the Project: The scope of this project is for flow monitoring services in the Indianapolis Sanitary Sewer System which includes all operations and maintenance of 60 flow monitoring devices and 21 rain gauges. ADS provides all data processing and reporting for United Water and the Citizens Water Group. ADS is also contracted to provide near-real-time data delivery and alarming service via the ADS Intelliserve system and provides advanced reporting of their flow monitoring data via the Sliicer.com I/I application. Related Experience of Firm Project Title: Fort Wayne Flow Monitoring Time Period: 2007 to 2011 Location of the Project: Fort Wayne, IN Period of Firm's Involvement: 5 years Total dollar value of the project: $SOK -$375K Total fee received by Firm: D.U.R. of Project Key Personnel Involved: Role Name Bob Miller Regional Project Manager Eric Hehmann Project Manager Chris Skehan Data Analyst Brian Walker Field Manager Role of the Firm: Reference Information: Name of Client: City of Fort Wayne Engineering To Provide Flow Monitoring Services and Field Services for the City of Fort Wayne in regards to Contact Person: Ms. Wendy L. Reust, P.E. their sanitary sewer and collection system efforts such as lift station upgrades, capacity Title: City Engineer studies, subbasin studies, modeling, and master qddress: 200 East Berry, Suite 250 planning. Fort Wayne, IN 46802 Telephone No: (260) 427-1367 Brief Description of the Project: 2007 to 2009 —Various Temporary Flow Monitoring Studies including the St. Joe �ift Stations, Warfield Sanitary Sewer System, Subbasins q06002, 502008, and R34033. Additionally a 2009 Downtown Study with implications towards a Sewer Master Plan. 2010 - Rainfail and flow Monitoring Data Collection for the System Wide Interceptor Hydreulic Model Recalibration. Scope intluded 63 temporary flow meters and 19 roin gauges for a period of 120 days. Data uptime for the flow monitors exceeded 99% system wide. 2011— Flow Monitoring Data Collection for 2011 Subbasin Preliminary Engineering Studies. Scope included 20 temporary flow meters and two �2) rein gauges for a period of 90 days. Data uptime forthe flow monitors exceeded 99%system wide. Related Experience of Firm Project Title: Oshkosh, WI Flow Monitoring Time Period: 2013 - 2014 Location of the Project: Oshkosh, WI Period of Firm's Involvement: 3 years Total dollar value of the project: $57K /$60K Total fee received by Firm: D.U.R. of Project Key Personnel Involved: Role Name Bob Miller Regional Project Manager Eric Hehmann Project Manager Pam Good Data Analyst Brian Walker Field Manager Role of the Firm: Reference Information: Name of Client: City of Oshkosh Engineering To Provide Flow Monitoring Services and Field Services for the City of Oshkosh in regards to Contact Person: Mr. Joe Sargent their sanitary sewer SWMM Model. Title: Civil Engineer Senior Address: 215 Church Ave, PO Box 1130 Oshkosh, WI 54903 Telephone No: (920) 236-5056 Brief Description of the Project: Professional Flow Monitoring Services for 5 temporary flow monitors to support the City's SWMM hydraulic model development. Work was conductetl July to September of 2013. ADS has moni[oring experience for FMS, which will be a repeat on the 20�4 study. All data was collected using wireless telemetry technology and reviewed 3-4 times a week for maintenance and QA/QC. Related Experience of Key Personnel Name of Personnel Involved: Robert Miller Person's Tile in Project: Project Manager /Engineer Project Tiile: Metro St. Louis Sewer District Time Period of Person's Involvement: 1/1/08 to Present 7otal dollar value of the project: $34,000,000 Total fee received by Firm: $34,000,000 Education: Referencelnformatfon: Name of Client: MSD— City of St. Louis B.S., Environmental Engineering, University of Central Florida Contact Person: Gary Moore Title: Planning & Engineering B.S., Sociology, Florida Technological University Address: MSD St. Louis 2350 Market Street St. Louis, MO 63045 Telephone (314) 768-6200 No: Brief description of the Project and role of person in project: Mr. Miller has been in charge of completing numerous flow monitoring, physical inspection, cleaning and TV inspection projects for the Metropolitan St. Louis Sewer District over the past 31 years. He has coordinated more than $9,500,000 in CCTV inspection and cleaning work for the District since 2003 alone. A total of nearly 4,250,000 feet of pipe inspections, more than 3,000 structure inspections, and nearly 2,000 flow meter installations have been completed during these projects over the past nine �9) years. Based in St. Louis, MO, Mr. Miller will be in frequent contact with Eric Hehmann, our Project Manager. Mr. Miller and Mr. Hehamnn have worked together for the past 30 years. He will provide guidance to project approaches, attend meetings with the City when requested or required, and review the project technical performance at various stages. BACKGROUND: ACCOMPLISHMENTS MBERSHIPS: ROBERT MILLER PROJECT DIRECTOR Mr. Miller has been working in th e water and wastewater industry for over 34 years. He is currently ADS Regio nal Manager for EPA Regions 5 and 7, and has direct oversight of all projects in this ar ea. Throughout his ca reer he ha s continually advanced field data collection an d reporting technologies using th e most current state of the art techniques. Data review, quality assurance and qualit y control sta ndards, project management a nd customer satisfaction are the keys to successful projects and Mr. Millers involvement gua rantees these standard s are met for each proje ct. Project Managers report direct ly to Mr. Miller on a weekly basis so he can have direct input on any potential problems that ma y arise so they can be corrected immediately. Over the p ast 8 years , Mr. Miller has devel oped a keen interest and experience in water distribution system field diagnostics and measurements. He has been in strumental in assisting Messrs. Hug gins and Calder in assembling the highly qualified project team for the propo sed Chicag o project. Mr. Miller has been the Manager of the consolidated Midwest Region for ADS since 2007. Under prior Severn Tre nt ownership, he manage d the St. L ouis and Cincinnati are a offices where he completed some of the largest underground pipe inspe ction project s in the co mpany history. He was responsible for multi-year projects in St. Louis, MO, Cleveland, OH, Portland, OR, Indi anapolis, IN , Cincinnati, OH, and Mi nneapolis, MN. He also completed undergrou nd surveys on 17 Air Force Bases throughout the United States. From 2008 through 2011 he manag ed and reported on two large water and sewe r system field surveys in Amman, Jordan. One project ($1.07M) was di rectly for the Jordanian - owned Miyahuna Water Compa ny and involved No n- Revenue Water evaluations at all levels. The second project , performed for CDM under USAID fun ding, involved temporary flow and pressure monito ring in both the collection and distribution systems to assist in model calibrations. Water Environment Federation National Association of Sewer Companies (past) Tau Beta Pi Related Experience of Key Personnel Name of Personnel Involved: Eric Hehmann Person's Tile in Project: Project Manager Project Title: Indianapolis LTCP —Sanitary Sewer and Time Period of Person's Involvement: 1/1/03 to Combined Sewer System Monitoring Present Total dollar value of the project: >$5,000,000 Total fee received by Firm: $4,990,000 Education: Referencelnformation: Name of Client: United Water Indianapolis B.S. in Environmental Sciences Purdue University,1999 Contact Person: Dan Hudson Title: Collections Engineer Operations and Maintenance of Collection Systems Address: United Water Indianapolis California State University, 2002 South Belmont Plant 2700 S. Belmont Ave, Indianapolis IN 46221 Telephone (317) 639-7000 No: Brief description of the Project and role of person in project: The scope of this project is for flow monitoring services in the Indianapolis Sanitary Sewer System which includes all operetions and maintenance of 60 flow monitoring devices and 21 rein gauges. ADS provides all of the data processing and reporting for United Water and the Citizens Water Group. ADS is also contracted to provide near-real-time data delivery and alarming via the ADS Intelliserve system and provides advanced reporting of their flow monitoring data via the Sliicer I/I application. �� o ENV/RONMENTAL SERV/CES Eric Hehmann Projeci Manager and Flow Monitoring Service Coordinator EDUCATION B.S. Purdue University, 1999 Wildlife and Environmental Sciences California State University, Sacramento-CA, 2002 Operation and Maintenance of Collections Systems PROFESSIONAL SUMMARY Mr. Hehman n has bee n with ADS Enviro nmental Servi ces for over 1 2 years as a F ield Repr esentative, F ield Manager, a nd currently as a Project M anager. As a Pr oject Ma nager, he is res ponsible for o perations i n Ohi o, Indiana, a nd II linois. T hese proj ects invo Ived a II major p roduct li nes including long te rm flo w mon itoring servic e, studies,data processing, tem porary flo w m onitoring studies, I/I analy sis and limited s ewer ev aluation and survey . Duties include contract negotiations, project scheduling, revenue and cost projections, and progress reporting and personnel development. Mr. Hehmann has been involved with new product development and beta testing. PROJECT EXPERIENCE Since becoming Project Manager, Mr. Hehmann has managed several temporary and long term flow monitoring projects. Major projects Mr. Hehmann has worked on include: Glenbard, IL - Long-term comprehensive service and data management with 16 SCADA interfacing meters Naperville, IL - Technical Flow Monitoring Service Advisor for 17 ADS Flow Monitors Fox River Water Redamation District, Elgin, IL - Project Manager for 8 temporary flow meters Q&I) Oak Park, IL - Project Manager for 5 temporary Flow monitors used for Model Calibration United Water / City of Indianapolis, IN - 9 year comprehensive service agreement with data processing for 64 meters and 21 rain gauges with near real time alarming system City of Bloomington, IN - Long-term comprehensive service and data management with 5 monitors Noblesville, IN - Long-term comprehensive service and data management with 12 CSO monitors CDM - Indianapolis, IN - 60 meter temporary flow monitoring project in 2007 CDM - Indianapolis, IN - 60 meter temporary flow monitoring project in 2008 City of Chicago, IL - 38 meter temporary flow monitoring project in 2008 Kokomo, IN - 16 Long-Term CSO Meters, comprehensive service and data management Anderson, IN - 12 Long-Term CSO Meters, comprehensive service and data management CERTIFICATIONS AND TRAINING Certified CSE; First Aid/CPR Defensive Driving Certified ADS Field Services Trainer 1880 W. Fullerton Ave — Building A• Chicago, IL • 60614 • PHONE: 708341-9701 • FAX: 773-252-9426 .� Related Experience of Key Personnel Name of Personnel Involved: Christopher Skehan Person's Tile in Project: Data Analyst and GIS Support Project Title: Indianapolis LTCP —Sanitary Sewer and Time Period of Person's Involvement: 1/1/O8 to Combined Sewer System Monitoring Present Total dollar value of the project: >$5,000,000 Total fee received by Firm: $4,990,000 Education: Referencelnformation: Name of Client: United Water indianapolis B.S. Public Affairs in Environmental Management Contact Person: Dan Hudson Indiana University, 2005 Title: Collections Engineer M.S. Geographic Information Sciences Indiana University - Purdue University of Address: United Water Indianapolis Indianapolis, 2030 South Belmont Plant 2700 5. Belmont Ave, Indianapolis IN 46221 Telephone (317) 639-7000 No: Brief description of the Project and role of person in project: The scope of this project is for flow monitoring services in the Indianapolis Sanitary Sewer System which includes all operations and maintenance of 60 flow monitoring devices and 21 rain gauges. ADS provides all of the data processing and reporting for United Water and the Citizens Water Group. ADS is also contrected to provide near-real-time data delivery and alarming via the ADS Intelliserve system and provides advanced reporting of their flow monitoring data via the Sliicer 1/I application. CHRISTOPHER A. SKEHAN PROJECT ENGINEERING ASSISTANT / DATA ANALYST / GIS SUPPORT BACKGROUND: ACCOMPLISHMENTS: EDUCATION: Mr. Skehan has over11 years of wastewater data analysis. He is als GPS applications, Web-Based Dat Data Solutions. experience in water and o highly skilled in GIS and a Delivery, and Complex Chris has experience as a Project Engineering Assistant through ADS Environmental and has been assigned to manage all of the data management aspects for some of the largest Mid-West projects for ADS. This includes the city of Indianapolis (IN), the City of Fort Wayne (IN), West Lafayette (IN), the City of Naperville (IL), and many other high profile wastewater projects. Chris is currently responsible for managing all new Business Development in for ADS in the state of Illinois. This includes the development of strategic solutions for clients who require technical applications and approaches in the water and wastewater industry. Chris is a member of the Illinois AWWA and is currently a member of the Illinois WEA Collections Systems Committee. He also holds membership in the Indiana Geographic Information Council. Mr. Skehan has presented a number of water and wastewater related papers at local and national conferences, including a recent presentation at the 2011 WEFTEC annual conference in Los Angeles, CA. Chris has been a member of the geospatial community since 2001, and has a published thesis in GIS regarding spatial optimization for wastewater monitoring technologies. His knowledge and understanding of water and wastewater systems will be helpful towards the development of next- generation tools and services for this project. B.S. Public Affairs in Environmental Management Indiana University, 2005 M.S. Geographic Information Sciences Indiana University - Purdue University of Indianapolis, 2010 CERTIFICATE OF LIABILITY INSURANCE I°0;;05�20;5°"�"�' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS L1PON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELV AMEND, EXTEND OR AITER 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). PRODUCER GONTACT MARSH USA MC. unME: saow.MnoisoN RECETVED ra"c°NH e.ri� acNai: CHICAGO, IL 60661 E-MAIL Attn'. Fax: 212-94B-0770 or Chicaga.CertRequest@marsh.com ' aooRess: 401728-ADS-ADS-15-16 A�S INSURED ADS Envimnmenlal Services 1300 Meridian Slreet, Suite 3000 Huntsville, AL 35801 [K9�I�:7_[H�y J U N 17 2015 ixsi�REq o, �iberty MuNal Fire Ins Co DEPT OF PUBLIC WORK ,tisuaea OSHKOSH, A�'ISCONSIN o e CERTIFICATE NUMBER: CHI-004700554�11 REVISION NUMBER:20 THIS IS TO CERTIFY THAT THE POLICIES OP INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTAN�ING ANY REQUIREMENT, TERM OR CONDITION OF ANV CONTRACT OR OTHER DOWMENT WITH RESPECT TO WHICH THIS CERTIFlCATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS ANO CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REWCED BY PAID CLAIMS. INSR ryPE OF INSURNNCE AOOL SUBR POLICY EFF POLICY EXP LIMITS LTR POLICV NOMBER MMI�DIYY I MMIDOM'Y I A GENEtuLLIABILm TB2-681-0040B8-O4$ OlIOV2015 O7/O1IZO16 EACHOCCURRENCE $ 1,000,000 DAMAGE NTE� x COMMERGIALGENEftALLIABILiiY PREMISES Eaocarrence E ��000,000 CUIMS-MADE � OCCUR MED EXP (Any ona person) 5 10,000 PERSONALBApVINJURV b �'���,��� GENERALAGGREGATE � 2,000,000 GEN'LAGGREGHTELIMITAPPLIESPER: PRO�UCTS-COMP/OPAGG S 2,0�0,000 POLICV X PRO- � LOC $ (� AUTOMOBILELIABILITY A$2-68b�04088-035 0�����2��$ 01/O�I�01fi COMBINE�SINGLELIMR 1,000,000 _LacdEe�—_— $_— —_— X ANVAUTO BODILVINJUftY(Perperwn) 5 X ALLOWNE� �.; SCHEDULED BODILYINJURV(Peraaitlenl) 5 _ __ AUTOS � AUTOS x ,, x NON-OWNED PROPERTY�AMAGE s � HIREOAUTOS AUTOS Peraccident 5 B x UMBRELLA LIAB I X pGGUR USOD066380LI15A 01I0112015 01/OV2016 cqCH OCCURRENCE $ � ZA00,000 EXCESSLIAB CLAIMS-MADE AGGREGATE § 2,000,000 DEO RErENTIONY SIR 3 $10.000 � WORKERSCOMPENSATION WA7-68D-004088�515(AOS) 0110112015 -01/0112016 x 4�1CSTATU- OTH- AND EMPLOYERS' LIABILITY � ANYPROPRIETOwPARTNEwEXECUTIVE Y�N WC7-681-004088-015(OR,WI) 01101I2015 01/01/2016 E.LFAGHAGaoENT g 2,000,000 OFFlCEFUMEMBERE%GLUDEO) � N�A (MantlatorylnNH) E.L.DISEASE-EAEMPLOVE E 2,000,000 Ifyes. Eescnbe under 2,000,000 DESGRIPTIONOFOPERATIONSbelow ELDISEASE-POLICVLIMIT 5 OESCRIPTIONOFOPERATIONSILOCATIONSIVEMICLES (Attm�ACORU101,A0tlillonalR<marksSCheEWe,i/morespacelsreqWreO) Re: Sanilary ColleIXion System Flow Monitonng Services for the Ciry of Oshkosh, WI - Install and maintenance of fve (5) Flow monitors in ihe City of Oshkosh, Wsconsin SanitarySewer System. Ciry of Oshkosh, and its oficers, wuncil members, agenis, employees, and auNOnzed volunteers are inclutled as Additional Insured with respect to General and Automobile Liability coverages as required bywritlen contract, subjec� to poliqterms and condilions. Waiver of Submgation is applicable where required bywrif�en contract. City oi Oshkosh, WI 216 Church Avenue Oshkosh,Wl 54903 ACORD 25 (2010/OS) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE �ELIVERED IN ACCORDANCE WITH THE POUCY PROVISIONS. AIITHORIZE� REPRESENTATIVE of Marsh USA Inc. Manashi Mukherjee .�n�uoo�.+� �}+4µ.(Lwa��u OO 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and Iogo are registered marks of ACORD RECENED �uN l� za�5 POLICYNUMBER: A52�687-004088-035 DEY��Fp�BL�� W������5 �SHKOSH,������������ COATvERCIALAUTO CA a4 44 1013 THIS ENDORSEMENT CHANGESTHE POLICY. PLEA5E READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGA710N) Thisendorsementmodifiesinsu�ance providedunderthe following: AUTO OEALERS COVERAGE FORM BUSINE55 AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM WRh respedto roverage provided by ihis endarsement, the provisions oYthe Coverage. Fortn apply unless modifred by the endarsement. SCNEDULE Name(s) Ot Person(s) Or OrganimUon(s): Any person or orgartizativn for whom you pefiorm work ander a w�ten canVact dthe cantnct requires you to obtah'this.agreemeM from us,. bu[. onfy if ihe coMract is executed pnor W tfic injury or damage occurring S INCL lnformatiort requlsei! to comPlete this. Schedule, if not sfiawn above, wil be stiown in the Decfaratfons. The Transfer Of Rights Of Recovery Ayainat Othen To Us cond�ion does not appiy to ffie person(s) or arganization(s) shown in the Schedule, but only to the aztertt that subrogation is waived prior 10 tho "accidaM' ar the 9oss' under a coMrad v+rth that person or organ¢a6on. CA 04 44 l0 13 � Inwrance Services Offlce. Inc.. 2011 Paqe 1 of 1 PolicyNUmbe1 T8�-681-004088-045 Issued 6y li6erty MuNal Fire Insurance Co. RECEI V ED JUN 17"2015 DEPTOFPUBLIC WORKS OSHKOSH, WI�C�»SIN 7HI5 ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED This endorsement modifies insurance prohded undv the fdlowirg: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SECTIDN II - W HO IS AN INSURED is amended to indude as an insured a�y person ar orga�ization fa whom you ha� agreed in vrtiting to provide liabiliry insurarrce. But: The insurance provided bythis amendmeM: 1• App��� onN to "botlity injury of "property damage' arising out d(a) "your work" a(b) premises qr Mher property ovmed by a renced to you; 2. Appiies only to coverage and minimum limits of insurance required by the vrtitten agreems�t, but in no event �ceeds either ihe scope of coverage or the limits of insurance p,ovided by this policy, and 3. Dces nd apply to any pelson �or aganization for wt�om you have procured separate liability insurance while such tnsurante is in effect, regardless oF whMher the scope� of coverage o� limits of insurance of ihis policy e�ceed those d such other insurance or whethersuch aiher insurance is valid and cdlectitile. Thefollowirg�provisims also apply. 1. Whae the applicable writt� agreement requires tlie insured to provide liabiliry insurance on a primary, excess, contingent, a any other basis, this pollcy will apply soldy m the basls required by such wrft2en apreement antl Iten 4. Other Insurance oF SECTION IV af this policy will not apply. 2. W here ihe applica6le written agreemerrt dces not spec'rfy m wfiat 6asis the liability �insurance will appy, the provisims d Item 4. Other Insurance oi SECTION N oF this pdicywill 9ovem. - 3 7his endorsemerrt shal I not apply to any�person a organization fa arry "bodily Injup+' oY "propelry darnage' if� any otfier addiUonal insured endorsemeht m this pdicy applies to that person or�organization wRh regard to the "bodily inlu�" w "ProPe�1Y damage" . 4. If any other additional insured endasement applies to� any person or organizatim and yw are obligated under a written agree�nent to provide Ifa6ility insurance on a primary. acess, caiting�t. or arry other basis fa thaz additional insured, this policy will appty soldy m}he basis required by such writtm agreement and Item 4. Other Inwrance of SECTION IV d this policy will not apply, regardlczs oF whethexthe person a organization has� avalable other vafid and collectible insurance. if the applicable mitTen agreement dces not specify m what basis tt�e liabilityinsurance wlll appty, the proNSions of Item 4. Othe� Insurance oF SECTION N of Uris pdicy will go4ern. LN 20 01 06 OS POLICY NUMBER:TB2�81-004088-Od5 COMMERCIAL GENERAL LIABILITY CG 20 75 OA 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEA5E READ IT CAREFULLY. ADDITIONAL INSURED - VENDORS This endorsement mod�es insurance provided under the follovti�g; COMMERCIALGENERALl1AflIL17YC0VERAGEPAR7 ' PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART A. Sectlon II — VJho Is M InsuraE is amended to Inctude az an additimal Insured any person(sj or �organizatlon(s) pe�erred ro throughout this endasement as vaida) shown in the Sct�edufe, 6ut ony with respect to 'bodity injuN' a"P�Y aamage^ arisirg art d°your products• sham rn tFie Schedule whlch are tlistributed a sold in tlse regular course of the venda's business. Howeve�: 1. The insurance affaded to such vendw only appfia to thr extent pamiUed by tavr, and Z. It coverage provida�l to the �dor is required by a contract a agrarnent, the insurance affortied to such vr�xla will not bc 6rmd� than that vfiich you are required by the cmtract a agrecn�t to prwide tat such vendor. B. W't�h respect ta the insurance affaded to these yendors, thefollowing additimal exclusions apply. 1. The insurance affaded C�e� vendar does not aavN w: a. ^BoCiy. injury" a"proryaty damage^� tor which the venda is o6ligaled ro pay damages by reasort of the assumption of Iiability in a cw�tract a agree�nmt This exclus(on does nd apply to Ila6iliry fot damage5 tha[ tlm.vendor wauld have in the absence af the con7act or ag1eenent b. Mye.�qiress warranry unazrthaized bYY�; c. Any physical or chcnk3� chdnge In UtC . praduct made intentionally by tlx widar; d. Repackaglnq, except wh� unpacked soley far ihe purpose af inspectim, danms7ation, testing, or ihe substiWtion of parts undv instructions bom the manufacturel, and then repackaged in the criginal cmfafrw; e. My failure [o make such inspections, adjustments, tests a swfting as the �renda has agreed W make or normalty undertalces to make in the usual course of business, In cmnectim with the distributim a sale of the products; t. Demonstratim, installatim, servicing w repair operations�, encept such opetations perfamed� al the vnsdors premises in cannection with the saVe oF the p.aduct; y.. Prvducts which, aft� distri6uGm a sale by Ya�� have been labefed or relabeled or ..u5ed as a container. part or Ingrcdimt of any other thiig a wbsta�ce ..by or fu the .endor, a h. 'SOdlly inN7 a'P�IX�Y ��4e" an5�9 out of the sde negiigence oF ttie vendor for its own acts w«nissims a those of its anployees or anyone dse acting on ft, bdw�tf. Havever, this �ciusbn dces nat �Py to: t7) The exceptims� contained in Subparagraphs d. a f.; or � (2) Such inspecpons, adJusunents, tests or servicing as ihe wndor has agreed W make or namally undesta�ces to make in the usual caurse� d busi�s, in cm�ection with the distributim a sak oF the producLS. 2. This insurence does not ap�y ta arry insured� persal or orQanaation, from whari yuu ha�c acquired such prod�cCs, or any ingrediait part a container. enterin9 irno, accomparrying or contatningsuch products, G With respect to the� insurance affaded to thCSe vPndorS, ihe foltowing is added W Sectlon III — Llmits Of Infulance: If crnerage prwided to ihe v�dw is required 6y a contract a agreement, the most »e will pay m behalf d the �a}dor is the amouM d insurance: t. Required by the corrtract or agreemenh or 2. Avaflabk undes the applic�k Limits of Insurance shown in the Dectaratims; whiche�cis less. This endwsemrnt shall rwt incmase Ihe applica6le Limits of Insurance shown in the Declaratlau. CG 20 15 00 73 O Insura�ce Servlces Office, Inc., 2072 Page t of 2 Nam� Of �WdlUonai Insurad Parson(s) Or Oryanizatlon(s) ryendw) AnY Person a aganizatim purchasin9 9oods a praducts frem the named Insuretl a an �ins�red�s dtstribu[or fa the pwpose of resale. W.W, Gralner, inc, and Its Su6sldiaries and Affiliates 100 Grainger pm�y g2KO5;�Lake Forest; IL 600455207� . The RegeMS oF tlie Uniw�siry of Callfomia 9500. Gilman Dr; Ma�7 Cade OB14, La Jol�a, Ge, g�043 SCHEDULE vour Products Rtl praiucts: d the named insured. All d'Ynu�" Woduc[s eucept aittreft products.and irrvaslve aridlor implaitffik medical pruduUs Alld "Ycur Producfs` except aircraft products and imaslve�and/otimplenta6le medical�Praducts Inforrnaym r¢quired to canplete ihis. Schedu(G 'rf rwt sham apo�, will be sho�m In fhe Declaratfoe�,. z�.. PeA° 2 a 2 � Insurance Services OHke, Inc., 2012 CG 20 15 04 13 POLICV NUMBER:T62�B7-00408&645 COMMERCIA6 GENERAL LIABIUTY CG 24 U4 OS 09 WAIVER OF TRANSFER OF RlGHTS OF RECOVERY AGAIN5T OTHERS TO US This mdasement modifies insurance plovided under the fdiavin9: COMMERCIAL GENERAL UABIUTY COVERAGE PART PRODl/CT5/COMPLETED OPERATIONS LUBILfTYCOVERAGE PART The fdlowing is added to Paragraph 8. Transfer OF Riyhts Of Recwery Ayalnst Others To� Us of Sectio� IV—COndiUcns7 lNe waiHe arry rigM oF recovery we may have against the person a aganiratlon sham fn the Schedule below�because of paymans we make fa injury or damage arising out d your «igdny aperations or 'yav�wak" dme undef a contract with that pefson a�rganiza6on and. included in tlie •products- completed operations hazard". This wai4er�apPlies only fo the persm or organization sha+m in the Schedule belav. SCHEDULE Name Of Person Or Organtzation: As required hy written tmUact or agreement entered inio pria to lass. Information requNed tv complete this Schedule, R not shown above, will be shovrtt in the Declarations. CG 24 04 OS 09 !9 Insurance Sernces Of�ice, Inc., 2008 paye 1 oi 1 C - RECCIVED � WAIVER OF OUR RIGH7 TO RECOVER FROM OTHERS ENDORSEMENT �`�N � � Z O�5 DEP"I�UI� PU!iLIC WORKS We have the nght to recover our payments from anyone liable for an injury covered by this��:�-'W�•vJi1l�r�tONSIN enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Not applicable in KY, NH and NJ. The waiver does not apply to any right to recover payments which the Minnesota Workers Compensation Reinsurance Association may have or pursue under M.S. 79.36. Schedule Where required by contract or written agreement prior to loss and allowed bylaw. In the states of Alabama, Arizona, Colorado, Delaware, Georgia, Idaho, Illinois, Indiana, Kansas, Michigan, Minnesota, Missouri, Nevada, New Mexico, North Carolina, Oklahoma, Pennsylvania, Rhode Island, South � Carolina, South Dakota, West Vrginia the premium charge is 2% of the total manual premium, subject to a minimum premium of $100 per policy. In the states of Connecticut, Florida, lowa, Maryland, Oregon the premium charge is 1°/, of the total manual premium subject [o a minimum premium of $250 per policy. . In the state of Louisiana the premium charge is 2°/, of the total standard premium subject to a minimum premium of $250 per poticy. In the state of Massachusetts the premium charge is t% of the totai manual premium. In the state of New York the premium charge is 2.00% of the total manual premium, su6jed to a minimum premium of $250 per policy. In the sta[e oi Tennessee there is No Premium Charge. In the state of Virginia the premium charge is 5.00% of the total manual premium, subject to a minimum premium of $250 per policy. Westem Summit Constructors. Inc. 7520 Cochran Road College Park, GA 30349 WC 00 03 13 n 1983 Nauonal Counul on Compensa[ion Insurance. Page 1 of 2 Ed. 04/01I1984 And/or where required by contract or written agreement prior toloss City of Las Vegas, Its Officers, Employees and Agents MWH Constructors, Inc, and Renewable Water Resources (Project Owner) 370 Interlocken Blvd, Suite 300 Broomfield, OH 80021 � Re: Agreement #P7012939-10/Project #7012939 and Purchace Agreement #P7012395-11 Issued by Liberty Insurance Corporation 2'1814 For attachment to Policy No. WA7-68D-004088-515 Effective Date Premium $ Issued to IDEX Corporation WC 00 03 13 � �O 1983 National Council on Compensation Insurance. Page 2 of 2 Ed. 04/Ot/1984 WAIVER OF OUR RIGHT TO RECOVER FROM 07HERS ENDORSEMENT We have the right to �ecover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us J This agreement shall not operate directly or indirectly to beneft anyone not named in the Schedule. Schedule Where requfred by contract or written agreement prior to loss and allowed by law. In the state of Wisconsin the premium charge is 2°l0 of the total manual premium, subject to a minimum premium of $50 per policy. Issued by Liberty Insurance Corporation 21814 For attachment to Policy No. WC7-681-004088-015 Issued to IDEX Gorporation WC000373 Ed. 04/0111984 Effective Date Premium $ � 1983 National Counal on Compensation Insurance. Page 1 ot t VOLUNTARY COMPENSATION AND EMPLOYERS LIABILITY COVER,4GE ENDORSEMENT - CALIFORNIA If the employer named in item 1 of the Information Page has in his employmenl persons not entitled to compensation under Division 4 of the Labor Code of the State of Califomia, this policy shall operate as an election on the part of [he employer to come under the compensation provisions of Division 4 with respect to those persons described in the Schedule below. This policy applies to those persons described in the Schedule below as employees. Schedule All employees not subject to the Workers Compensa[ion Law Issuetl by Liberty Insurance Corporation 21814 For attachment to Policy No. WA7-68D-004088-515 Efteclive Date Premium $ Issued to IDEX Corporation WC 04 03 OS Page 1 of 1 Ed. 01/01/1985 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain lhis agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for lhis endorsement shall be 2% of the California workers' compensation premium otherwise due on such remuneration. Schedule Additional premium is a percent of the Califomia Manual Workers Compensation premium. Subjec[ to a minimum premium charge of $ 250 Person or Orqanization Job Descriotion See attached Issuetl by Liberty Insurance Corporation 21814 For attachment to Policy No. WA7-66D-004088-515 Eflective Da�e Premium $ Issued to IDEX Coryoration WC 04 03 O6 Paga 1 oF 2 Etl:04/7984