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