Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
ADS Environmental Sevices LLC. 2016 Sanitary Collection System Flow Monitoring
1 CITY 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 OF TRANSMITTAL To: Vickie A. Gesellschap F Date. October 11,2016 340 The Bridge Street Subject: Executed Agreement for 2016 Huntsville, AL 35806 Sanitary Collection System Flow Monitoring Services 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 Quanti Description 1 Executed Agreement These are being transmitted as indicated below: ❑ For Approval ❑ For Your Use ® As Requested ❑ For Review&Comment Remarks: Enclosed is the executed agreement for the 2016 sanitary collection system flow monitoring services, as requested, A City of Oshkosh Purchase Order will follow shortly. Please reference this Purchase Order number on all of your invoices. If you have any questions,please contact us. City Clerk's- Original cc: _File -Original Signed: Tracy T ylor I:\Fngineering\1&I Work\Floiv MoMoring\201MADS LOT-Executed Agreement_10-11-16.docx AGREEMENT This AGREEMENT,made on the�day of 2016,by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and ADS ENVIRONMENTAL SERVICES, LLC, 935 West Chestnut, Suite 415, Chicago, IL 60642 party of the second part, hereinafter referred to as the CONSULTANT, WITNESSETH: The CITY and the CONSULTANT, for the consideration hereinafter named, enter into the following AGREEMENT for 2016 SANITARY COLLECTION SYSTEM FLOW MONITORING SERVICES. ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The CONSULTANT shall assign the following individual to manage the PROJECT described in this AGREEMENT: Robert Miller--Regional 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.—Environmental Compliance Manager ARTICLE III, SCOPE OF WORK The CONSULTANT shall provide the services described in the CITY'S Request-for 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, field data,notes, and other documents and instruments prepared by the CONSULTANT as instruments of service shall remain the property of the CITY. ARTICLE IV. 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. 1:\FngineeringSI&IWork\Flow hSonf1oAng\2016\RFP\AIDS Agreement 9-20-16.do Page 1 of 5 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 Iatent conditions of existing equipment or structures that may affect 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 the CONSULTANT makes no warranty the CITY's actual project costs, financial aspects, economic feasibility, or schedules will not vary from CONSULTANT's opinions,analyses,projections,or estimates. 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. If hazardous substances other than asbestos are suspected, CONSULTANT will, if requested, conduct tests to determine the extent of the problem and will perform the necessary studies and recommend the necessary remedial measures at an additional fee and contract terms to be negotiated. CITY recognizes CONSULTANT assumes no risk and/or liability for a waste or hazardous waste site originated by other than the CONSULTANT. ARTICLE X. TIME OF COMPLETION The work to be performed under this AGREEMENT shall be commenced and the work completed within the time Iimits as agreed upon in the CITY'S Request for Proposal. The CONSULTANT shall perform the services under this AGREEMENT with reasonable diligence and expediency consistent with sound professional practices. The CITY agrees 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 in an orderly and efficient manner, the CONSULTANT shall be entitled to an equitable adjustment in schedule. L-�F.ngineering�[ &I Work\Flow 1Jurfl1uriag12016�RFP\ADS Agreement 9-20-1&daar Page 2 of 5 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. CITY's Request far Proposal dated August 29,2016 and attached hereto 3. CONSULTANT's Proposal dated September 2,2016 and attached hereto In the event 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 otherwise specifically stated. 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$62,500(Sixty Two Thousand Five Hundred Dollars). S. 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. L\Engineering�I&I Work\F3ow Moniloring%2016\RFP\ADS Agreement 9-20-16.door Page 3 of 5 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 darnages 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. 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. L\Englre ring\l&I Work`Fluiv.Ntonitoring120161RFP\AD5 Agfeement_9-20-1&do x Page 4 of 5 r 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. ARTICLE XVIII. NO THIRD-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: CONSULTANT By: (Seal of Consultant if a Corporation) (Specify Title) By: (Specify Title) CITY OF OSHKOSH (Witness) Mar A.Rohloff,City Mana er r And: (Witness) Pamela R.Ubrig,City Cler APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this AGREEMENT. dyrtorney City Comptroller L•\Fngineedng`I&I Wurk\Flow ivlonitoring\20165 RFPN AUS Agmement_9-20-16.do" Page 5 of 5 Ta lor, Tracy L From: Gulbronson, Peter P. Sent: Monday,August 29, 2016 2:09 PM To: Icskehan@idexcorp.com'; 'ehehmann@idexcorp.com' Cc: Taylor,Tracy L Subject: . 2016 Flow Monitoring Program Attachments: 2016 Flow Monitoring RFP_$-29-16.pdf Chris or Eric, Attached is the request for proposal for the 2016 flow monitoring project. We have six locations to install flow monitors this year. The locations are shown on the drawings attached in the PDF document. Also attached is the insurance requirements. Any questions feel free to contact me. Tete Gulbronson, P.E., C.D.T. Environmental Compliance Manager,Departinent of Public Works -Water Filtration City of Oshkosh 920.236.5258(Office) 920.376.0413 (Cell) Follow cas:Web I Facebook I Twitter s' hk sh AGREEMENT This AGREEMENT,made on the clay of 2016,by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and CONSULTANT'S NAME, address party of the second part,hereinafter referred to as the CONSULTANT, WITNESSETH: The CITY and the CONSULTANT, for the consideration hereinafter named, enter into the following AGREEMENT for 2016 Sanitary Collection System Flow Monitoring Services. ARTICLE I. PROTECT MANAGER A. Assignment of Project Manager. The CONSULTANT shall assign the following individual to manage the PROJECT described in this AGREEMENT: Name w Title 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.--Environmental Compliance Manager ARTICLE III. SCOPE OF WORK The CONSULTANT shall provide the services described in the CITY'S Request for.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, field data, notes, and other documents and instruments prepared by the CONSULTANT as instruments of service shall remain the property of the CITY. ARTICLE IV. 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-perforin any services not meeting this standard without additional compensation. L-Wngha fing\1&I 1VorklFlo-Mordiaringk2Ol6NRFP1Blink Current Agrcement Form-8-24-16-docx Page 1 of 5 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 affect 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 the CONSULTANT makes no warranty the CITY's actual project costs, financial aspects, economic feasibility, or schedules will not vary from CONSULTANT's opinions,analyses,projections,or estimates. 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. If hazardous substances other than asbestos are suspected, CONSULTANT will, if requested, conduct tests to determine the extent of the problem and will perform the necessary studies and recommend the necessary remedial measures at an additional fee and contract terms to be negotiated. CITY recognizes CONSULTANT assumes no risk and/or liability for a waste or hazardous waste site originated by other than the CONSULTANT. 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 CITY'S Request far Proposal. The CONSULTANT shall perform the services under this AGREEMENT with reasonable diligence and expediency consistent with sound professional practices. The CITY agrees 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 in an orderly and efficient manner, the CONSULTANT shall be entitled to an equitable adjustment in schedule. 1:1Engiwertng�l&I Work\Flow Mosutor1ng\W16SAF11k61ank Current Agrrement Form_8-24-16.dflcx Page 2 of 5 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. CITY's Request far Proposal dated and attached hereto 3. CONSULTANT's Proposal dated and attached hereto In the event 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 otherwise specifically stated. ARTICLE XII, PAYMENT A. The Agreement Sum. The CITY shaII 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 $ ( 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. I1Fngineerlrtg}i&]Work%Flow Montforir�6\2016]RFVblank Current Agrnment Form_8-24-16.do x Page 3 of 5 b . 1 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 See. 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. ARTICLE XIV. INSURANCE The CONSULTANT agrees to abide by the attached Cihj 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. R 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>.mder 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. 1:\Fnglnnring\1&I Work\Flow Monitoring12016MM13ta k Current Agntiment Form_8-29-16.doo Page 4 of 5 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. ARTICLE XVIII. NO THIRD-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: CONSULTANT By: (Seal of Consultant if a Corporation) (Specify Title) By: (Specify Title) CITY OF OSHKOSH By: (Witness) Mark A.Rohloff,City Manager And: (Witness) Pamela R.Ubrig,City Clerk APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this AGREEMENT. City Attorney City Comptroller L\Eng!n %Hog{I&i Work\Flom MoniInr ug\2016\RFP\Bhnk Current Agrczment Form_8-29-16.da Page 5 of 5 4114114 CITY OF OSHKOSH INSURANCE REQUIREMENTS Ill. PROFESSIONAL SERVICES LIABILITY INSURANCE REQUIREMENTS The Contractor shall not commence work on contract until proof of insurance required has been provided to the applicable City department before the contract or purchase order is considered for approval by the City. It is hereby agreed and understood that the insurance required by the City of Oshkosh isriA mare coverage and that any insurance or self insurance maintained by the City of Oshkosh, its officers, council members, agents, employees or authorized volunteers will not contribute to a loss. All insurance shall be in full force prior to commencing work and remain in force until the entire job is completed and the length of time that is specified, if any, in the contract or listed below whichever is longer. 1. PROFESSIONAL LIABILITY A. Limits (1) $1,000,000 each claim (2) $1,000,000 annual aggregate B. Must continue coverage for 2 years after final acceptance for service/job 2. GENERAL LIABILITY COVERAGE A. Commercial General Liability (1) $1,000,000 each occurrence limit (2) $1,000,000 personal liability and advertising injury (3) $2,000,000 general aggregate (4) $2,000,000 products—completed operations aggregate B. Claims made form of coverage is not acceptable. C. Insurance must include: (1) Premises and Operations liability (2) Contractual Liability (3) Personal Injury (4) Explosion, collapse and underground coverage (5) Products/Completed Operations must be carried for 2 years after acceptance of completed work (6) The general aggregate must apply se aratel to this rolect/location 3, BUSINESS AUTOMOBILE COVERAGE-- If this exposure shall exist; A. $1,000,000 combined single limit for Bodily Injury and Property Damage each accident B. Must cover liability for Symbol#1 - "Any Auto"—including Owned, Non-Owned and Hired Automobile Liability. 4114/14 4. WORKERS COMPENSATION AND EMPLOYERS LIABILITY— "If" required by Wisconsin State Statute or any Workers Compensation Statutes of a different state. A. Must carry coverage for Statutory Workers Compensation and an Employers Liability limit of: (1) $100,000 Each Accident (2) $500,000 Disease policy Limit (3) $100,000 Disease—Each Employee 5. UMBRELLA LIABILITY - If exposure exists, provide coverage at least as broad as the underlying Commercial General Liability, Watercraft Liability (if required), Automobile Liability and Employers Liability, with a minimum limit of$2,000,000 each occurrence and $2,000,000 aggregate, and a maximum self-insured retention of$10,000. 6. ADDITIONAL PROVISIONS A. Acceptability of Insurers - Insurance is to be placed with insurers who have an A.M. Best rating of no less than A- and a Financial Size Category of no less than Class VI, and who are authorized as an admitted insurance company in the state of Wisconsin. B. Additional Insured Requirements — The following must be named as additional insureds on all Liability Policies for liability arising out of project work - City of Oshkosh, and its officers, council members, agents, employees and authorized volunteers. On the Commercial General Liability Policy, the additional insured coverage must be ISO form CG 20 10 07 04 or its equivalent and also include Products — Completed Operations ISO form CG 20 37 07 04 or its equivalent for a minimum of 2 years after acceptance of work. This does not apply to Professional Liability, Workers Compensation and Employers Liability. C. Certificates of Insurance acceptable to the City of Oshkosh shall be submitted prior to commencement of the work to the applicable City department. These certificates shall contain a provision that coverage afforded under the policies will not be canceled or non renewed until at least 30 days' prior written notice has been given to the City Clerk --City of Oshkosh. 111 - 2 '` CERTIFICATE OF LIABILITY INSURANCE DATE(AV.VDI7VIYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the poficy(Ees) 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 CONTACT Insurance Agency confaci NAME: lnsuranceA ent'a Information,Including street PHONE g AX address and PO Box If contact Informatlon. applkabfe. AIC.No.Ext): E-MAIL ADDRESS: INSURERS AFFORDING COVERAGE NAIL I INSURER A: ABC Insurance Company NAIC# INSURED lasured'scontact Information, Including name,address and INSURER B: XYZ Insurance Company NAIC# phone number. INSURER e: LMN Insurance Company NAIC# INSURER D: Insurer{a)must have a mfnfmum A.M.Best rating of A. and a Financial Performance Raling of W or better. INSURER E: INSURER F1 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE AMY BE ISSUED OR MAY PERTAIN, THE INSURANCE: AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. [NSR ADDL SUBR POLICYEFF POLICYEXP LTR TYPE OF INSURANCE INSR wVD POLICYNUMBPR MWDDN MWD LIMITS GENERAL LIABILITY EACH OCCURRENCE $1,000,000 General[Jabs' Pafic Number Policy effective and a atkn dare. DAMAGE TO RENTED COMIAERCIAL GENERAL LIABILITY ® kl' y PREMISES(Ea occurrence) _ $50,000 A ❑CLAIMiS-MADEE�OCCUR MED EXP(Anyone person) $5,000 011 ISO FORM CG 2037 Oft EQUIVALENT PERSONAL&ADV INJURY $1,000,000 ❑I GENERALAGGREGATE $2,000,000 GEN'LAGGREGATEL)MITAPPLIESPER PRODUCTS–COMPIOPAGG $2,000000 ❑POLICY ®{PRO-❑ILOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea aoUdant $1,000,000 m.ANY AUTO ® ❑ Auto Lis uif;ryPolkyNumber PolicyeRectweandaxpbatandate, BODILY INJURY(Par person) $ B ■I ALL OWNED ❑ SCHEDULED AUTOS AUTOS BODILY INJURY(Per accident) $ HIREDAUTOS NON-OWNED PROPERTY DAMAGE AUTOS (Peraccidant) $ ❑I ❑ $ ®UMBRELLA LIAB OCCUR ' ® ❑ EACH OCCURRENCE $2,000,000 A ❑EXCESS LUt6 ' CLAIMS-MADE LAVNgfyPo� Fo Number yeffective and expkation date. AGGREGATE $2,000,000 ❑IDED ®RETENTION$10,000 $ G+ WORKERS COMPENSATION El 1:1WC STATIC- ❑ OTH- AND EMPLOYERS'LIAB]LITY TORY LIMITS ER ANY PROPRIETORIPARn4ERIEXECUTIVE OFFICEiMEMBER EXCLUDED? YIN E.L.EACH ACCIDENT $100,000 Workers CNombe atlan Po-5cy Paffcy elleuiva and expbatbn date. {MandalorylnNH) N �mb� —�-- Ifyes,descfibeunder E.L.DISEASE–EAEMPLOYEE $100,000 DESCRIPTION OF OPERATIONS belax E.L.DISEASE–POLICY L1Akfr 1 $500,000 A PROFESSIONAL LIABILITYI $1,000,000 EACH CLAIM ProresahnaltlabDafypaky PoReffewmand e*kaLbndate. $1,000,000 ANNUAL AGGREGATE Num1w DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(Attach ACORD 105,Addillonal Remarks Schedule,If more space is required) Additional Insureds per attached endorsements. Certificates of Insurance acceptable to the City of Oshkosh shall be submitted prior to commencement of the work to the applicable City department. These certificates shall contain a provision that coverage afforded under the policies will not be canceled or non renewed until at least 30 days'priorwritten notice has been given to the City Clerk—City of Oshkosh. CERTIFICATE HOLDER CANCELLATION City of Oshkosh,Attn:City Clerk Insurance Standard 111 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 215 Church Avenue SAMPLE CERTIFICATE THE EXPIRATACCORDANCEION DH THE HEREOF,POLICY NOTICE PROVISIONS. BE DELIVERED IN PO Box 1130 Please indicate somewhere on this Oshkosh,WI 54503-1130 certificate,the contract or project# AUTHORIZED REPRESENTATIVE this certificate Is for. 0 4988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Mame Of Additional Insured Person(s) Or Organization(s): Locations Of Covered Operations As required by contract Any and all job sites Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section lI — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional exclu- organization(s) shown in the Schedule, but only sions apply: with respect to liability for "bodily injury', "property damage" or "personal and advertising injury' This insurance does not apply to "bodily injury" or caused, in whole or in part, by: "property damage"occurring after: 1. Your acts or omissions; or 1. All work, including materials, parts or equip- 2. The acts or omissions of those acting on your ment furnished in connection with such work, behalf; on the project(other than service, maintenance or repairs) to be performed by or on behalf of In the performance of your ongoing operations for the additional insured(s) at the location of the the additional insured(s) at the location(s) design- covered operations has been completed; or nated above. 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. Insurance Standard III SAMPLE CERTIFICATE Please Indicate somewhere on this certificate,the contract or project# this certificate Is CG 20 10 07 04 ©ISO Properties, Inc.,2004 Page 1 of 1 ❑ POLICY NUMBER: Policy COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Persons) Or Organization(s): Location And Description Of Completed Operations As required by contract Any and all job sites Information required to complete—this Schedule, if not shown above,will be shown in the Declarations. Section it — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury', "property dam- age" caused, in whole or in part, by "your work" at the location designated and described in the sched- ule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". Insurance Standard 111 SAMPLE CERTIFICATE Please indicate somewhere on this certificate,the contract or project# this certificate Js for. CG 20 37 07 04 ©ISO Properties, Inc.,2004 Page 1 of 1 ❑ . f 2016 Request for Proposal for Sanitary Collection System Flow Monitoring Services City of Oshkosh,Wisconsin The City of Oshkosh, Wisconsin, is requesting proposals for professional services to install and maintain six (6) flow monitors at selected locations in the sewer system. Collected information will be used to calibrate and verify a Storm Water Management Model (SWMM) hydraulic model developed by others for the City of Oshkosh Collection System. The project will have an anticipated minimum duration of 60 days and a maximum duration of 120 days,with anticipated start and end dates (FM1—FM6) for data collection of October 3, 2016 and December 5, 2016, respectively. The duration of flow monitoring may be shortened if three (3) significant wet weather events are recorded before the conclusion of the 60-day monitoring period. The City of Oshkosh sanitary sewer conveyance system consists of 263 miles of sanitary sewers, 17 lift stations,and 10 miles of wastewater force mains. A schematic of the sewer system and the proposed monitoring locations are shown in the attached six(6)maps. Table I summarizes the locations. Questions regarding this Request for Proposal (RFP) should be directed to Pete Culbronson,P.E., Environmental Compliance Manager,at(920)236-5258 or E-mail to ulbronson@ci.oshkosh.wi.us. Table 1 Proposed Flow Monitoring Locations Ci h o Oshkosh,Wisconsin, Sanifaiy Sewer 5 stern Preliminary Flow Pipe Size at Monitoring Monitor No. Manhole ID Approximate Location Location(inches)** FM1*** Unknown Manhole is located at 3514 Fond du Unknown Lac Road near Town of Black Wolf Pump Station#8. FhU*** 12-1443 Manhole is located in easement on 21"PVC Stearns Avenue in front of Zillges Materials(1990 Snell Road), FM3*** 03-94 Manhole is located on the centerline 24" RCP(Downstream) across from 1643 Nebraska Street. 24"PVC stream) FM4*** 03-181 Manhole is located in the westerly 21" Concrete gutter line across from 1610 South Main Street. FMS*** 03-10 Manhole is located in the roadway of 42"RCP West 8th Avenue across from 851 South Main Street, FM6*** 13-661 Manhole is located in the westbound 12"ABS lane of roadway across from 1024 West 2011,Avenue. `*All pipe sizes should be field verified. k"Flow monitoring period appraximate start date of 10/03/2016. Confirm with ENGINEER prior to installation. 60-day minimum monitoring period. I:�Englnc�tingSI&IWorkArlowMoNtoringV0I6\W\7016Flow%fanA0ringRFP -29-I6.dm Page 1 of 5 Scope of Work The goal of this flow monitoring project is to collect continuous flow data to compare against results obtained through the use of a SWMM hydraulic model. Monitoring activities for this project will include equipment installation, operation and maintenance of flow monitors, mobilization and demobilization of crews and devices needed to perform thse tasks,and data submittals to the City. Project Initiation Meeting The City and the Flow Monitoring Consultant (Consultant) will meet to outline the various activities, responsibilities,and scheduling for the project. The parties will clarify any ambiguities related to the work. At this meeting,the Consultant's Project Manager will present: • A safety plan for the tasks described in this Scope of Work(a confined space entry permit or waiver may be required from the Consultant). • A schedule that will identify each of the Consultant's work tasks and a time schedule for each. • The reporting and invoicing procedures. • A list of key personnel,with titles and responsibilities,including contact information. The initiation meeting will allow the Consultant to interview the City about specific questions relating to the sewer system. The City will provide the following during the project initiation meeting; • Information related to the design and operation of applicable collection system structures. • Information related to the existence of known safety hazards. • List of key personnel, with titles and responsibilities, who can be contacted by the Contractor, as appropriate,including at least one(1)contact for non-business hours. Mobilization The Consultant shall perform detailed reconnaissance on each suggested monitoring location and will evaluate the hydraulics at each site to determine the most suitable approach for monitoring. The Consultant shall review results of reconnaissance work with the City prior to installing any monitors. Any problems that might interfere with the proposed flow monitoring shall be noted and,if necessary,alternative sites shall be evaluated. A flow monitoring plan, containing a short site assessment report for each site, shall be submitted to the City for review before the installation of any monitors. The plan must include installation forms for each location, including location sketches, arrangement sketches,field measurements,and equipment to be installed. Installation During this period, all the monitoring units will be installed, activated, and calibrated, The flow monitors will include six(6)monitors that provide both water level and velocity measurements in the sanitary sewers. The flow monitors will be installed as summarized in Table 1. Meter installation pictures and dimensioned sketches will be provided to the City. The Consultant will be responsible for providing all equipment required for the installation of flow monitors, and for returning facilities to the condition they were in prior to the installation of the flow monitors. The Consultant will be responsible for the costs and equipment for traffic control at all sites, where needed, during the installation of the meters. This entails use of a vehicle with flashing yellow warning lights, and placement of traffic cones. MEngkvcmaring`1&I WorkI Flow hlonitoring�20161AFP12016 Flow MmOoring RFP&-29-16.dooc Page 2 of 5 Monitoring Period During the monitoring period, measurement of both dry and wet weather flows will be obtained, weather permitting, for later analysis. Data obtained during the mobilization, installation, and demobilization periods is not to be considered for use in this analysis. Flow measurements will include depth, pressure head, and velocity readings every five(5)minutes. Data Format: Flow data will be provided to the City on a CD in an EXCEL spreadsheet. The data will be reported in five (5)minute intervals and will include the following columns of data: • Date and time. • Calibrated Depth(ft). • Calibrated Velocity(ft/s). • Computed Flow(efs by Manning's Equation). • Computed Flow(cfs by Continuity: Q=V*A). In addition,the Consultant will provide flow plots based on: • Calibrated depth using Manning's Equation. • Calibrated depth and velocity using continuity equation(Q V*A). In addition, depth vs. area curves will be provided for each flow monitoring site for all non-circular pipes(if any). A log of site visits will be kept describing findings, calibration procedures, and any monitor relocations. The Consultant will provide this information to the City,with a copy of this log,with each bi-weekly flow monitoring progress submittal. Monitor Quality Control Procedures: During the monitoring period, each monitor will be checked in the field twice per week by the Consultant's personnel, A field log of all monitor checks will be maintained as documentation. Field checks will involve,at a minimum,the following: • Check power supply levels and replace batteries, as necessary. • Clean sensors,if necessary. • Descend manhole to check level of silt and debris. • Obtain manual depth of flow and velocity measurements. • Check and adjust sensor calibration,if necessary. • Download flow information from data logger. • Determine if monitors require relocation and do so,if necessary. .Interim Reports: The following interim reports will be required: • The flow monitoring plan, with meter installation pictures and dimensional sketches, will be provided to the City within one(1)week of meter installation. • The field log will be maintained and submitted weekly to the City. • Complete data tables and hydrographs for all locations will be completed and submitted to the City every two(2)weeks. • Any problems in data collection due to meter malfunctions should be reported within two (2) days of discovering the problem. h\Engbwer1ng\1 k I WorkkFlow hforliloring\2016MP\2016 Am Monitoring AFP B-29-16.do Page 3 of 5 Demobilization Period Upon notification from the City the required data have been obtained, the Consultant will remove the flow monitors and return the site to pre-monitorining functionality. Interim Reports and Final Report Finalized flow data, with a discussion of methodology, will be delivered within thirty (30) days of completion of the monitoring period. Reports will consist of data tables,brief methodologies used, schematics, and sketches of CSO configurations. Five (5)copies of the final report will be provided, along with two (2) copies of the final flow data on CD. Contractor Schedule Please contact Pete Gulbronson at (920)236-5258 to confirm the schedule for this site visit. Four (4) copies of the proposal should be submitted by 4 p.m.,Friday,September 2,2016, to: Pete Gulbronson City of Oshkosh Water Filtration Plant 425 Lakeshore Drive Oshkosh,WI 54901 Proposal Requirements Proposals will be structured as follows: • Scope of Work,including Deliverables,Procedures, and Schedule. • Monitoring Equipment,including Calibration Procedures. • Safety and Confined Space Entry Procedures. Qualifications. • Fee Proposal, The qualifications section should include an explanation of the proposed project team organization and resumes for project team members, as well as project descriptions and references for selected similar projects conducted in the Midwest in the last five(5)years by the firm and by the project team members. The fee proposal should be organized based on unit costs, as shown in Table 2 on the next page. Proposal Selection and Agreement The proposals will be reviewed for completeness and how well it is demonstrated the needs of the City of Oshkosh can be met. The award of this work will not be based solely on cost of the proposal. Beyond this scope and budget, the contractual agreement will require those submitting proposals to provide proof of required insurance coverage,naming the City as an additional insured, to the City as part of their RFP submittal. The City's insurance requirements are attached to this RFP. Upon signature by designated City officials, the agreement will become binding and the Consultant may begin to execute its scope of work. A sample of the Standard Engineering Services Agreement is also attached to this RFP. 175 EnSk rigg\l&I Work\Flow3%10nitorinSN2016%RFP\2016 Flow Monitoring RFP-8-Z9-16d= Page 4 of 5 TABLE 2 Cost Basis for Fee Proposals—Flow Monitoring Cihl of Oshkosh, Wisconsin SatdtarV Sezner System Cost per No.of Cost per Site per Cost Item No.of Sites Das Site Da Total Cost Sewer Monit ring Locations Mobilization 6 N/A N/A Installation 6 N/A N/A Monitoring 6 120 N/A Demobilization 6 N/A N/A Documentation Interim Reports and Final N/A N/A Report 1:y Fngfn�aringl[&I WcTM flow MOnit06ng12016\RFPS2016 Flow Monitoring RFP&29-16Ad Page 5 of 5 TOWN OF BLACK WOLF MANHOLE(FM#1 LOCATION) t f I IIII i S • The map above shows the location of Black Wolf Pump Station No.S that discharges to the City collection system, The photo on the next page shows Chuck Linde standing on the candidate manhole upstream of the station, The manhole cover was bolted down. Please have the flow monitoring company you contract with open and confirm manhole is adequate for monitor installation. We suspect this manhole gets surcharged in wet weather events, so please confirm that flow monitor measures flow and pressure,as was done in past years. Chuck would like 1—2 day advance notice of when the monitor will be installed and removed. You/flow monitoring company can call and leave voice message at Chuck Linde(920)527-1270. 1:SEngineering\i&119ork1FlowMonitodiig12016\RFP1FM91 Lwa11onMap_&24-16.d0oc Page 1 oft �dr����� 36+ �°� X54+ 1` t�f 3�#fit• s4�47� #t �,, ' >`'Y:: A F A. � - 4 �f dw �Ff 3 �ZT AP�iR , n z s 1 . FM#2-LOCATION MAP ® MH 12-9443 TO A RD X11 J �Q 4� 9 1:1Engineedng�I&I Work\FlowMoniledrtg\20161RFPkFM62Location Map-29-16.doa Page 1 of I FM#3--LOCATION MAI' ST luW Y• {y/t MH Q3-94 v L h ' 0 I:�Enginming\1&I Work`Flow Moniloring\2016RFP\Fbl 93 Location h1ap_-29-16.doec Page 1 of 1 FM#4-LOCATION MAP I zr� � �_.I 16T 3 MH 03-181 In LU At 4 a G) lw u I.,Mlgineering`I&I Work\Flow Mon toring\20161RFPIFb414 LocaBon Map&29-16.dooa page 1 of I FM#5—LOCATION MAP ;o$ 512 24 ��. 628 �s ur 3 Sr 7 , �3 3666 37� Q h D � Ftp O - � m MH 03-233 ! hgr ! O `�ba�Va ' QQ f! i TAFngineering\1&I WorklFlotvMoniloring\2Oi6\RFPXFN4 85 Location Map 5-29-16.do page 1 of I FM-#6 LOCATION MAP 4 MH 13-661 f 1.S Engiaeering\l&I WorkN Flaw h4oailoAng\2416\RFP\nl:6 Location Map 8.29-16.do" Page I of I Cite Oshkosh .-, A A r Alp .� AN a 935 W. Chestnut —Suite 415• Chicago,IL 60642 ® LLC Phone; 708.341.9701• Fax; 312.243.9440 . www.adsenv.com - September 2"d, 2016 Mr. Pete Gulbronson City of Oshkosh Engineering Division Room 301 215 Church Ave, PO Box 1130 Oshkosh, WI 54903-1130 Re. Proposal for Sanitary Collection System Flow Monitoring Services—Oshkosh,WI Mr. Gulbronson, We are very pleased to have this opportunity to submit our proposal for providing professional services to perform sewer flow monitoring in Oshkosh,WI. We understand that the data collected will be used u in conjunction to calibrate and verify a Storm Water Management Model (SWM)and its hydraulic v 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. v 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, ti Christopher Skehan, M.S. Business Development Manager ADS Environmental Services ` (708)341-9701 cskehan@idexcorp.com Proposed Scope of Work Project Initiation Meeting 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 project's timeline goals. During this meeting, the client's 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. investi ation Site Investigations will begin immediately following mobilization. The proposed flow monitoring v locations will be located and the manholes descended. Field crews generally consist of two y 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 slit 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. Instate 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. a p ENVIRON-MENTAL 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 L 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. �. Monitoring 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 U 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 Y accuracy of the flow monitor to site hydraulic conditions during the data collection period. V 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 field 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 Analysis 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 v a ENVIRONMENTAL _, 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. ` Reporting 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 methodology 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. Monitorinci Quality Control Procedures ADS would like to recommend a quality control procedure for this scope of work. Because ADS will be utilizing wireless tefemetery 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 sift, 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. A , S v% W NTAL Deliverables For this project, ADS will deliver the following items as requested in the RFP: �` � Weeklly Manthty Fllnal: xD'eliivetbles E>«ehvelrabtes Delveirobles s J z IlonttorErigfflloe ar I=xcei[3at�as t�j�al Report(GDy Ot seri fii x= outI"'d i RFP �ncludingGfap s andxCel beta' raMOptONe flr bite` Summary of Work f Recarnm2atlons Seutc pe9i oEet 3� ' Orders Ec and COr�rnnts NSurnrr)ary of Field W-0 lidgs F 4 _ -R ���X* 1 ry 1 � a Ru 05, T MoElthty y x F }'Hydra pbveiyd�agraph$and �Q Y4IQ��CS�S� �' Scattergr�phs � - w Ani F1�nble fa x � rCC[!rflxiflgRZ€ r' a Any additional information or deliverables can be discussed during the kick-off meeting prior to starting the project, Schedule ADS recommends the Proposed Schedule for This Project Sept Oct Nov Dec Jan 17 20-25 25-31 1-15 16-31 1-15 16-30 1-15 16-31 End of Study Notice to Proceed Kickoff meeting&Maps Review Investigation and Installation Flow Mo(E�5) Monitoring Study .. Optional Extensions a ENVIRONMENTAL - s�vrcEs® - Equipment and Calibration Procedures Monitoring Equipment ADS will utilize the ADS FlowShark7PA 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 920" 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 4 Intelligence (ML ITM). MLI-Im automatically adjusts to site conditions to extract accurate, reliable measurements. While all other Doppler manufacturers calibrate instruments and establish sensor-reading algorithms at the factory, MLITM is flow dependent. MLI TM optimizes sensor performance and readings by continually learning the site-specific hydraulics and the changing dynamics of depth/velocity relationships. MLITM 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 flow monitoring program. Feature Smart signal processing Ensures data integrity and Improves data quality. Proprietary software that automatically recognize and discard aberrant readings for optimum data integrity and reduced data processing for optimum accuracy. Redundant ultrasonic level sensor Provides built-in confidence and reliability. Patented redundant technology assures uninterrupted data acquisition of critical management information. Pressure depth and Doppler velocity Sensor profiles minimlze flow disruption for more stable and reliable sensor capabilities performance. Pressure sensor innovations reduce potential for drift and hysteresis. Doppler velocity sensor provides proven,accurate information. Quality certification Ensures that equipment has been developed to rigorous quality standards. -` ADS is an ISO 9001 certified company which indicates that equipment has ,1 been designed to standards specific to hardware design and manufacture. NOTA::ADS's Flow monitors are capable of providing very accurate and precise{repeatable}flow data. However,undersome 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 accuracy 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 compromised in locations immediately upstream of pump stations or other locations where the above listed hydraulic conditions can J sometimes be persistent. ENIVIRQN!{ENTAL Quality Assurance & Quality Control (QA/QC) 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 9009 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 209 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 9" 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 Q1684004 Data Analyst Work Instructions. All ADS Crews will have at least one employee certified in performing these confirmation procedures. e ENVIRONMENTAL SERVICES® 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. ft 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 entrant's body breaks the plane of an opening into the space. Crew Size f 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 y 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 �, . a ENVIRONMENTAL ❑ 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 signor 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 attendant's 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. Atmos hed Monitorin 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 S +stem 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 `J ,� ENVIRONMENTAL required and the risk of engulfment 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 Entry Loa 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 fine 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 Safety 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 internal field safety programs. A full copy of this manual can be made available during the course of the project if requested. `J \1 U �J U • 12 ENVIRONMENTAL QuaIificat>ions 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, lime 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. V 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. s=ounded 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 A Z2 ENVIRONMENTAL.. 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 performing temporary flow monitoring 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 9,500 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 behavior. 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, u l ENVIRONMENTAL ADS` full-spectrum has a IS09001 manufacturing facility, installation and commissioning services, telecommunications expertise, field services for maintaining flow monitoring networks, data collection, processing, 1 management and hydraulic analysis services to include comprehensive flow I information reports. ADS has also adopted the Six Sigma quality assurance program, underscoring our determination to provide only the most accurate 1 data and information possible. As the nation's largest specialized collection 1 d system flow services firm, ADS has the financial strength and resources for a project of any size. t Proposed Cost Estimate - Total System Survey The fee to complete the Project Scope of Work is as Follows: Task Description U Temporary Flow Temporary Flow Monitoring Services for 60 Days at 6 selected Monitoring $49,000,00 Services locations to support SWMM Model .Y Total $49,000,00 30 Day Extension Costs proposed at: $13,500 per month to extend monitoring period v 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 Days) 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 'Notal Cost for Monitoring at 120 Days: $76,000 ENVIRDNMEENTAL Project References Oshkosh, WI - Temporary Flow Monitoring Projects Since 2013,ADS has been assisting the City of Oshkosh with their Temporary Flow Monitoring Projects. The purpose of this work has been to support a sanitary sewer SWMM Model, Professional Services have been conducted in 2013, 2014, and 2015. Each year the City has installed 5-6 monitoring locations. ADS introduced the use of wireless telemetry equipment,which allows us to keep a closer eye on the data during the monitoring period. ADS has a good understanding of the Oshkosh sewer system and working with local Oshkosh staff on these projects. — Pete Gulbronson—Env.Compliance Manager City of Oshkosh Water Filtration Plant 425 Lakeshore Drive Oshkosh,Wl 54901 pgulbronsoI&ci.oshkosh.wi.us U Glenbard Wastewater Authority- Long Term Flow Monitoring Program ADS provides the Glenbard Wastewater Authority(GWA)with flow monitoring maintenance and reporting services on 16 permanent ADS flow meter and 2 ADS rain gauges. The equipment and services are unique in that all of these flow meters are tied direction into the GWA SCADA System. ADS maintains independent communication between the monitoring locations while the equipment communications the SCADA System. We have been performing this work since 2007. Erik Lanphier-Wastewater Manager Glenbard Wastewater Authority 21W 551 Bemis Rd. Glen Ellyn IL,60137 0 630.790.1901 x125 elanphier@gbww.org .1 Naperville, IL -LoI-ig Terin Flow monitoring Program ADS provides Naperville with flow monitoring maintenance and reporting services on 24 permanent ADS flow meter and 1 ADS rain gauges. 2 of these flow meters are tied direction into the Naperville SCADA System. ADS maintains independent communication between the monitoring locations while the equipment communications the SCADA System. We have been performing this work since 2015. We also provide RDII analysis and reporting as needed to assist the City in their CIP program. Tony Conn—Pumping and Collection Supervisor City of Naperville 1200 W.Ogden Ave. Naperville,IL 60563 0.630.305.5537 conntlpnaperville.il.us v u u - Ro elr� Mr1leC e �ona1 an ger 13266 Lakefront Drive - Earth City, MO 63045 WMAI.adseriv.com -i-rnillea•@idexcorp.com - (314) 209-7774 Professional • Industry Respected Professional with over 38 Years of Experience Attributes ° CCTV Inspection, Data Analysis, Sewer Remediation and Recommendations • Assisted in the development of NASSCO • Experienced in the Management and Oversight of$1 Million+Projects Skills Regional Manager and Project Oversight Sewer Evaluation Studies "Specialty Sewers"Services -- Water Distribution Services Management Manual Pipe Inspections Summary Mr. Miller has been working in the water and wastewater industry for 38 years. He is currently Regional Manager for EPA Regions 5 and 7, and has direct oversight of all projects in this area, Throughout his career he has continually advanced field data collection and reporting technologies using the most current state of the art techniques. Data review, quality assurance and quality control standards,project management and customer satisfaction are the keys to successful projects and Mr. Miller's involvement guarantees these standards are met for each project. Project Managers communicate directly with Mr. Miller on a continuous basis so he can have direct input on any potential problems that may arise and assist in their immediate correction.Over the past 10 years, Mr.Miller has also developed a keen interest and experience in water distribution system field diagnostics and measurements for numerous Midwest communities, as well as for two USAID-funded projects in Amman,Jordan. Experience Mr.Miller has been the Manager of the consolidated Midwest Region for ADS since 2007. Under prior Severn Trent ownership, he managed the St. Louis and Cincinnati area offices where he completed some of the largest underground pipe inspection projects in " the company history, He was responsible for multi-year pipe inspection projects in St. Louis, MO, Cleveland, OH, Portland,OR, Indianapolis, IN,Cincinnati,OH, and Minneapolis, MN, He has also managed 59 individual collection system projects on 29 Air Force Bases and other military installations throughout the United States,Japan,S. Korea, Spain and Turkey. 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 35 years. He has coordinated more than$11,500,000 in CCN inspection and cleaning work for the District since 2003 alone. A total of nearly 5,250,000 feet of pipe inspections,more than 3,000 structure inspections, and nearly 2,000 flow meter installations have been completed during these projects over �1 the past eleven(11)years, From 2008 through 2011 he managed and reported on two large water and sewer system field surveys in Amman,Jordan.One project($1.07M), directly for the Jordanian-owned Miyahuna Water Company involved Non-Revenue Water evaluations at all levels.The second project, performed for CDM under USAID funding, involved temporary flow and pressure monitoring in both the sanitary collection and water distribution systems to assist in model calibrations. Education UNIVERSITY OF CENTORAL FLORIDA— ORLANDO, FL 1979 BS in Environmental Engineering FLORIAD TECHNICAL UNIVERSITY-- MELBOURNE, FL 1976 BS in Sociology Professional WATER ENVIRONMENT FEDERATION Involvement MISSOURI WEA NATIONAL ASSOCIATION OF SEWER COMPAINIES (PAST) NASSCO TAU BETA PI U .SERV C NMENrAL hrst �ei ` . Stehan 3 Y - „ f 935 1� , Chests _ W. gut Street— Suite 415, Chicago, IL 60642 xvw w.adsenv.com - cskehan@idexcorp.coin - (708) 341-9701 Professional • Has Worked with Naperville Public Utilities since 2012 • Flow Monitoring Equipment Expert for all ADS Products Attributes e Local Illinois Program Coordination for ADS Flow Monitoring Networks • Highly Skilled in GIS,ADS Hosted Systems,and Flow Data Management Skills Inflow and Infiltration Studies Flow Data Management * Flow Meters linked to SCADA Equipment Site-Specific Equipment Selection �r v Creating Cost Effective Monitoring Programs CHICAGO, 1L 2012-2013 Projects Hydraulic Model Calibration Study—Dept.Water Management Assisted the City of Chicago and CH2M Hill with a Hydraulic Calibration Study for the Department of Water Management which encompassed 4o Flow Meters for 6 Months GLENBARD, IL 2012-2016 Flow Meter Maintenance,Data Analysis, Reporting Currently the Business Development Manager for the Glenbard Wastewater Authority who use 16 Permeant ADS Flow Meters and 2 Permeant ADS Rain Gauges. ~ PEORIA, IL 2015-2016 Flow Meter Maintenance,Data Analysis, Reporting&Temporary Studies Currently the Business Development Manager for the City of Peoria,who has 12 Permeant ADS Flow Meters and 3 Permeant ADS Rain Gauges,and who recently conducted a 44-meter temporary study to assist with the calibration of a hydraulic model. Education INDIANA UNIVERSITY -- BLOOMINGTON, IN 2005 BS in Environmental Management/Public Affairs IUPUI - INDIANAPOLIS, IN 2010 MS in Geographic Information Sciences-Wastewater Memberships IWEA COLLECITON SYSTEMS COMMITTEE IL AWWA TECHNOLOGY COMMITTEE , ENVIRONMENTAL ,1 m SERVICES 7215 E. 21st Street-Suite D, Indianapolis, IN 46219 www.adsenv.com-ehehmann@idexcoi-p.com - (317) 357-9116 Professional • Has Worked with Naperville Public Utilities since ADS Meter Installations • Experienced Project Manager with over 14 Years of Experience - Attributes • Beta Testing Expert for all new ADS Product Technologies • Highly Skilled in managing Long Term and Temporary Flow Monitoring Networks Skills Project Management Long Term Flow Meter Networks Temporary Flow Monitoring Studies inflow and Infiltration Analysis Field Services and Hardware Repair Projects • United Water J City of Indianapolis,IN-9 year comprehensive service agreement with data processing for 150 meters and 25 rain gauges with near real time alarming system ` • Glenbard, IL—Long-term comprehensive service and data management with 16 SCADA interfacing meters • Peoria,IL—44 Temporay monitoring locations in 2015 1112 Permenant and 9 Temporary monitoring locations in 2ol6-2019 and 3 rain gauges • City of Bloomington,IN-Long-term comprehensive service and data management for 15 flow ~' monitors • Noblesville,IN—Long-term comprehensive service and data management with 12 CSO monitors • Kokomo,IN—16 Long-Term CSO Meters,comprehensive service and data management • Anderson, IN—12 Long-Term CSO Meters,comprehensive service and data management `J • West Lafayette,IN—4 Long-Term CSO Meters, comprehensive service and data management L. Education PURDUE UNIVERSITY -WEST LAFAYETTE, IN 1999 BS in Wildlife and Environmental Sciences CALIFORNIA STATE UNIVERSITY, SACRAMENTO, CA 2002 `J Operation and Maintenance of Collection Systems Certifications CERTIFIED CONFINED SPACE ENTRY RED CROSS FIRST AID AND CPR DEFENSIVE DRIVING CERTIFIED ADS FIELD SERVICES TRAINER ---------- ® ENVIRONMENTAL SERVICES 7215 E. 21st Street-- Suite D, Indianapolis, IN 46219 wwvv.adsenv.com -kdowd@idexcorp.com - (317) 357-9116 Professional • Field Representative with ADS for over 8 Years Attributes ' Highly Skilled in all ADS Equipment Repair and Diagnostics • Manages and Schedules ADS Field Crews for Indiana, Illinois,and East Ohio • Proven Experience with Long Term and Temporary Flow Monitoring Networks Skills ADS Field Services and Repair Long Term Flow Meter Networks * Field Supervision and Scheduling ,t * r Flow Monitor Calibration *yk Flow Monitoring Data Processing Projects • United Water/City of Indianapolis,IN-9 year comprehensive service agreement with data processing for 150 meters and 25 rain gauges with near real time alarming system • Glenbard, IL—Long-term comprehensive service and data management with 16 SCADA — interfacing meters • Peoria,IL—44 Temporay monitoring locations in 2015 1112 Permenant and 9 Temporary monitoring locations in 2016—2oig and 3 rain gauges • Chicago,IL—25 Temporary flow monitoring locations in 2015 • City of Bloomington,IN— Long-term comprehensive service and data management for 15 flow -- monitors • Noblesville,IN—Long-term comprehensive service and data management with 12 CSO monitors • Kokomo,IN--16 Long-Term CSO Meters,comprehensive service and data management • Anderson, IN—12 Long-Term CSO Meters,comprehensive service and data management ' • West Lafayette, IN—4 Long-Term CSO Meters, comprehensive service and data management • Lawrence, IN—30 Temporary flow monitoring locations, data collection, and repair in 2oo9 Education BALL STATE UNIVERSITY— MUNCIE, IN 2o18 BS in Business Information Systems CALIFORNIA STATE UNIVERSITY, SACRAMENTO, CA 2012 Operation and Maintenance of Collection Systems I & it Certifications CERTIFIED CONFINED SPACE ENTRY DEFENSIVE DRIVING RED CROSS FIRST AID AND CPR NASSCO MACPJPACP (2009) .SERV CES ENT.4[ P a Good- r ata� rta �r � steel 5ysteTs Specralist 7215 E. 21st Street-Suite D, Indianapolis,IN 46219 - %,vN41w.adsenv,com -pgood@idexcorp.corn - (317) 357-9116 -- Professional Over 10 Years of Experience with Long Term Flow Monitoring Networks Attributes ' Highly Skilled in Data Management for ADS Profile, QStart,and FlowView Operations • Custom Data Importing Specialist for 3rd party monitoring or rain gauge hardware • Trained and Certified Data Analyst for All ADS Products Skills Flow Meter Data Management ,� ,�,� Flow Meter Data Reporting Hydraulic Data QAQC and Editing Customized Alarming Configurations Customized Data Importing and Exporting V Projects • United Water City of Indianapolis,IN-9 year comprehensive service agreement with data Processing for 150 meters and 25 rain gauges with near real time alarming system • Glenbard,IL—Lead Data Manager for 16 SCADA interfacing meters • Citizens Energy Group/City of Indianapolis, IN—72 Meter Model Expansion Project with quarterly monitor removals and reinstallations—Data Manager y • Peoria,IL—44 Temporay monitoring locations in 2015//12 Permenant and 9 Temporary monitoring locations in 2016—2019 and 3 rain gauges • Noblesville,IN—Long-term comprehensive service and data management with 12 CSO monitors—Data Manager • Kokomo,IN—16 Long-Term CSO Meters,comprehensive service and data management • Anderson,IN-12 Long-Term CSO Meters,comprehensive service and data management • West Lafayette,IN—4 Long-Term CSO Meters,comprehensive service and data management • Fostoria,OH--15 Long-Term Sanitary Meters—Primary Data Analyst • West Lake,OH—30 Temproary Flow Meters for Hydraulic Model Calibration—2010 • Oshkosh,WI—5 Temporary Roving Flow Meters for Hydraulic Model(CH2M)--2012-2015 Education UNIVERSITY OF INDIANAPOLIS -- INDIANAPOLIS, iN 2006 BS in Environmental Sciences Certifications ADS CERTIFIED DATA ANALYST 1, 11, 111 .� RED CROSS FIRST AID AND CPR `J A ENVIRONMENTAL .SERVICES ADS LLC Field Staff Available for this Project ADS will assign a field crew for all required Service. ADS Field Crews can mobilize in from different parts of the region to assist with the work, however, it is expected that a consistent crew will be utilized for this project as the work gets started. Technician FNorrie Office Operating Classification Experience in Years Scott Warren Erlanger, KY Field Manager/Meter Specialist 27 William Stanfield Erlanger, KY Lead Technician/Meter Specialist 22 Geoffrey Radcliff Erlanger, KY Lead Technician/Meter Specialist 17 William Gilliard Peoria,IL Lead Technician/Meter Specialist 17 Andrew Rood Troy, OH Field Supervisor/ Meter Specialist 11 Derek Doty Indianapolis, IN Lead Technician/Meter Specialist 4 Joseph Kalwara Indianapolis, IN Lead Technician/Meter Specialist 4 Kody Showers Indianapolis, IN Lead Technician/Meter Specialist 3 Christopher Vickers Indianapolis, IN Technician/Meter Specialist 3 Edmund Hulet Indianapolis, IN Technician/Meter Specialist 3 Kristopher Jenkins Indianapolis, IN Technician/Meter Specialist 3 Gavin Zinn Indianapolis, IN Technician/Meter Specialist 3 �. Jimmie Hinton Troy, MI Technician/Field Representative 3 U Victor Colon Chicago, IL Technician/Meter Specialist/Comm. Tech 2 Field Crew Training and certifications are available upon request. v CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYY" 1212312015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT MARSH USA INC. NAME: 540 W.MADISONPHo{{EFAX CHiCAGO,1L 6081 RU .r 1'7 3� Ar NoL E NoL. MAI Attn:Fax:212-948-0770 or CN0ago.CertRequest@rn3rsh.corn ADDRESS: QiEi INSURER 5 AFFORDING COVERAGE NAIC# 401728-ADS-ADS-16-17 ADS e 1 INSURED LIberlyh,4UtuatFifelnSCp 23035 ADS Environmental f9e Iran Street, In a 3000 L �t ],1 C,lit QCZ L Spec ally Insurance CoNlparry 37885Huntsville,AL 35601 ��� OV,IS1 L ylnsuranceCorporation 42404 COVERAGES CERTIFICATE NUMBER: CHI-005943797-16 REVISION NUMBER:21 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED- NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRTypo OF INSURANCE D POLICY EFF POLICY EXP LTR POLICY NUMBER MMQDNYYYj (MWDDNYYYI LIMITS A X COMMERCIAL.GENERAL LIABILITY T82-681-004088-046 01101/2016 01H112017 EACH OCCURRENCE $ 1,000,000 CLAWS-MADE Ifl OCCUR PREMISES EaEocawence $ 1,000,000 MED EXP(Any we son) $ 10,000 PERSONAL RADVINJURY $ 1,000,000 GFITL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY a]PEC0. ❑LOC PRODUCTS-COAIP/OPAGG $ 2,000,000 OTHER —i — A AUTOMOBILE LIABILITY AS2-661-044088 036 01101/2016 0110172017 0111=SINGLE LIM $ 10001700 A1NY AUTO ALL OWNED SCHEDULED BODILY INJURY(Per person) $ X AUTOS AUTOS BODILY INJURY(Per accident) $ X HIREgAUTOS FX AUTOS ED PROPERTYDAMIAGE Per accident) $ X e X UMBRELLA LAB_ X OCCUR U5JOO66380LI16A 0110112016 10110f/2017 EACH OCCURRENCE $ 2,001,000 EXCESS LIAR CLAIMS-MADE AGGREGATE $ 2,040,000 DED RETENTION$ SIH $ $10,000 C WORKERS COMPENSATION WA7-68D-004088-516(ADS) O1fl)1 016 0117112017 X PER OTH- AND EMPLOYERS'L[AD]LtTY STATUTE ER C' ANY PROPRIETORIPARTNERIEYECUTIVE YIN WC7-681-(X14088-016{WI,OR} 0V0112t116 01i01C2017 $ 2 000 QQD OFF{CERIMEM1BEREXCLUDED? N NIA EL EACH ACCIDENT (Mandatory In NH) if yes,describe under E.L.DISEASE-EA EMPLOYE $ 2,(340,000 DESCRIPTION OF OPERATIONS beau E.L.DISEASE-POLICYLIMIT $ 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS r VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached it more space is required) Re:Sanitary CoOec6ori System Flow Monitoring Services for the City of Oshkosh,WI-Install and maintenance of five(5)Flow monitors in the City of Oshkosh,Wisconsin Sanitary Sever System City of Oshkosh,and its officers,council members,agents,employees,and authorized volunteers are included ss Add-4ion4 Insured with respect to General ora#Aulomob3a Liab?rty coverages as recidied by mitten contract,subject to por{ey terms and condtions.Waiver of Subrogation is applicable where reO.fed by wrilten contract. CERTIFICATE HOLDER CANCELLATION City of Oshkosh,WI 216 Church Avenue SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Oshkosh,WI 54903 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Manashi Mukherjee ©1988-2014 ACORD CORPORATION, All rights reserved, ACORD 25{21)94107) The ACORD name and logo are registered marks of ACORD 1 364201500030300143 I Policy Number T82-681-004088.046 Issued by Liberty Mutual Fire Insurance Co. THIS EN DORSEIVEN T CHANGES THE POLICY. PLEASE READ ITCAREFULLY. BLANKET ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SECTION R-WHO IS ANINSURED Is amended to include as an insured any person or organization for whom you have agreed in writing to provide liability insurance. But: The insurance provided by this amendment: 1. Applies only to 'bod'dy injury'or`property damage'arising out of(a)"your work'or(b)premises or other property owned by or rented to you, 2. Applies only to coverage and minimum limits of insurance required by the written agreement but in no event exceeds either the scope of coverage or the thits of insurance provided by this policy; and 3. Does not apply to any person or organization for whom you have procured separate liability insurance while such insurance Is In effect, regardless of whether the scope of coverage or limits of Insurance of this policy exceed those of such other insurance or whether such other Insurance Is valid and collectible. The following provisions also apply: 1. Where the applicable written agreement requires the Insured to provide Ilabildy insurance on a primary,excess, contingent or any other basis,this policy Will apply solely on the basis required by such written agreement and Item 4.Other Insurance of SECTION N of this policy will not apply. 2. Where the applicable written agreement does not specify on what basis the lfabllity Insurance will apply,the provisions of Item 4.Other insurance of SECTION IV of this policy will govem. 3 This endorsement shall not applyto any person or organization for any 'bodily Injury'or'Property damage if any other additional insured endorsement on this policy applies to that person or organtzabon with regard to the `bodily Injury"or"property damage% 4. If any other additional insured endorsement applies to any person or organization and you are obligated under a written agreement to provide liability Insurance on a primary,excess, contingent,or any other basis for that addillonal Insured,this policy will apply solely on the basis requited by such written agreement and gem 4, Other Insurance of SECTION N of this pollcy will not apply, regardless of whether the person or organization has available other valid and collectible insurance. ifthe applicable written agreement does not specify on what basis the liability insurance will apply,the provisions of item 4.Other Insurance of SECTION N of thfs policy will govem, I LN 200106o5 E 1 t 3 364201500030300087 Policy Number: T132-681-004088-046 Issued by: LIBERTY MUTUAL FIRE INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following; BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF-INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART COMMERCIAL LIABILITY—UMBRELLA COVERAGE FORM Schedule Name of Other Person(s) Erna[)Address: OriRanization s): Per schedule on file with the company Per Schedule on file with the company A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown In the Schedule above by email as soon as practical after notifying the first Named Insured. B. This advance email notification of a pending cancellation of coverage is Intended as a courtesy only. Our failure to provide such advance notifloallon will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged, LIM 89 02 0811 ®2011 Liberty Mutual Group of Companies.All rights reserved. Page 1 of 1 Indudes copyrighted material of Insurance Services Office.Inc„with Its permission. 364201500D30300048 POLICY NUMBER:T132-687.004088-046 COMMERCIAL GENERAL.LIABILITY CG 24 04 OS 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE=PART PRODUCTS/COMPLETED OPERATIONS LIABILITYCOVERAGEPART The following Is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IY—Condidons: We waive any right of recovery we may have against the person or organization shown in the Schedule below because of payments we make forin)ury or damage arising out of your ongoing operations or "your work"done under contract with that person or organization and included In the 'products- completed operations hazard'.This waiver applies only to the person or organization shown in the Schedule below. SCHEDULE Name Of Person Or Organization: As required by written contract or agreement entered Into prior to loss. Information required to complete this Schedule,if not shown above, will be shown in the Declarations. CG 24 04 05 09 0 Insurance Services Office,Inc.,2006 Page 7 of I NOTICE OF CANCELLATION TO THIRD PARTIES A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown In the Schedule below.We will send notice to the email or mailing address listed below at least 10 days, or the number of days listed below, if any, before cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B, This advance notification of a pending cancellation of coverage Is Intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. Schedule Name of Other Person(s)f Email Address or mailing address: Number nays Notice: Organlzation(s): Per schedule on file with the 30 Company All other terms and conditions of this policy remain unchanged. Issued by t.ibeny Insurance Corporation 21814 For attachment to Policy No.WA7-68D-004088-516 Effective Dale Premium s Issued to IDE X Corporation WM 90 18 0611 0 2011, Liberty Mutual Group. All Rights Reserved. page 1 of 1 Ed. 06/0112011 WAIVED OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT 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 this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named In the Schedule. Not applicable in Kentucky, New Hampshire and New Jersey. 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. 79.38. Schedule Where required by contract or written agreement prior to loss and allowed by law. 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 Virginia,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, Iowa,Maryland,Oregon,the premiumcharge is 1%of the total manual premium subject to 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 policy. in the state of Massachusetts,the premium charge Is 11%of the total manual premium. In the state of New York,the premium charge Is 2%of the total manual premium,subject to a minimum premium of$250 per policy. In the state of Tennessee,there is no premium charge, in the state oNirginla,the premium charge is 5%of the total manual Premium,subject to a minimum premium of$250 per policy. WC 00 0313 091983 National Council on Compensation insurance, Page 1 of 2 Ed,04/01/1984 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 this 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 this endorsement shall be 2% of the California workers' compensation premium otherwise due on such remuneralion. Schedule Additional premium is a percent of the California Manual Workers Compensation premium. Subject to a minimum premium charge of$250 Person r organization Job DescrIeLlon See attached Issued by Liberty Insurance Corporation 21814 For attachment to Policy No,WA7.68D-004088-516 Effective pale Premium S Issued to IDEX Corporation WC 04 03 06 £d:04/1984 Page 1 of 2 Attachment Where required by contract or written agreement prior to loss and allowed by law. Premium is Included in the blanket waiver's premium charge. For attachment to Policy No. WA7-68D-004088-516 Page 2 WMAn Ed,0312912001