Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2017 Sanitary Collection Flow System-Res. No. 17-98
/Z 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 Gesellschap Date: April 20,2017 ADS,LLC Subject: Executed Agreement 340 The Bridge Street, Suite 204 2017 Sanitary Collection System Flow Huntsville,AL 35806 Monitoring Services Please find: Z Attached F-1 Under Separate Cover F-1 Copy of Letter Z Contracts F] Amendment F-1 Report ❑ Agenda F-1 Meeting Notes F-1 Photos [:1 Mylars 0 Change Order E] Plans F] Specifications F-1 Estimates El Diskette [:1 Zip Disk El Other Quantity Description 1 Executed Agreement These are being transmitted as indicated below: Fj For Approval Z For Your Use F-1 As Requested F-1 For Review&Comment Remarks: Enclosed is the executed agreement for the 2017 sanitary collection system flow monitoring services. Please reference Res. No.17-98 on all of your invoices. If you have any questions, please contact us. City Clerk's-Original Pete Gulbronson-Copy cc: —File-Original Signed: —To L. Tay t) l:\Engineering\1&I Work\Flow Monitoring\2017\ADS LOT-Executed AgreernenL_420-17.docx AGREEMENT -17+ This AGREEMENT,made on the day of t 2017,by and between the CITY OF OSHKOSH, party of the first part,hereinafter referred t as the 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 2017 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 11. 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 Ill. SCOPE OF WORK The CONSULTANT shall provide the services described in the CITY'S Request for Proposal. The 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:\Engineering\1&I Work\Flo%v Monitoring\2017\ADS Agreemenk_3-23-17.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 j CONSULTANT to aid in the progress of the PROJECT, providing it is reasonably obtainable from City E records. To prevent any unreasonable delay in the CONSULTANT's work, the CITY will examine all F 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. The 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 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. 1:\Engineering\1&1 Work\Flow Monitoring\2017\ADS Agreement_3-23-17.docxPage 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 for Proposal dated January 30,2017 and attached hereto. 3. CONSULTANT's Proposal dated March 1,2017 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 I 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$76,000(Seventy Six Thousand Dollars). B. Method of Payment. The CONSULTANT shall submit itemized monthly statements for j 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. 1:\Engineering\1&I Work\FIoW Monitoring\2017\ADS Agreement_3-23-17.docx Page 3 of 5 ARTICLE XIII. HOLD HARMLESS The CONSULTANT covenants and agrees to protect and hold the CITY harmless against all actions, claims, and demands which may be to the proportionate extent caused by or result from the intentional or negligent acts of the CONSULTANT, his/her agents or assigns, his/her employees, or his/her subcontractors related,however remotely, to the performance of this AGREEMENT or be caused or result from any violation of any law or administrative regulation,and shall indemnify or refund to the CITY all sums including court costs,attorney fees,and punitive damages which the CITY may be obliged or adjudged to pay on any such claims or demands within thirty (30) days of the date of the CITY's written demand for indemnification or refund for those actions, claim, and demands caused by or resulting from intentional or negligent acts as specified in this paragraph. Subject to any limitations contained in Sec. 893.80 and any similar statute of the Wisconsin Statutes, the CITY further agrees to hold CONSULTANT harmless from any and all liability, including claims,demands,losses,costs,damages,and expenses of every kind and description(including death),or damages to person or property arising out of re-use of the documents without consent where such liability is founded upon or grows out of the acts or omission of any of the officers,employees, or agents of the City of Oshkosh while acting within the scope of their employment. 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. I ARTICLE XVI. RE-USE OF PROTECT DOCUMENTS i 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. The 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 i unauthorized re-use,change,or alteration of these project documents. s E I I l:\Engineering\I&1 Work\Flow Monitoring\2017\ADS Agreement_3-23-17.docx Page 4 of 5 1 F 6 6 ARTICLE XVII. SUSPENSION,DELAY,OR INTERRUPTION OF WORK The CITY may suspend,delay,or interrupt the services of CONSULTANT for the convenience of the 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 the CITY and CONSULTANT and has no third-party beneficiaries. In the Presence of: CONSULT NT By: LT N *(Seal of Consultant if a Corporation) (Specify Title) By: (Specify Title) CITY OF OSHKOSH By: M A.Rohloff,City-M nag (Witness) 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. Ci t,orney �,, ._.,,. � _�C�.�.1�L� City Comptroller 1A Engineering\1&1 Work\Flow Monitoring\2017\ADS Agreernent_3-23-17.docx Page 5 of 5 Taylor, Tracy L From: Taylor,Tracy L Sent: Monday,January 30, 2017 12:40 PM To: 'Skehan, Chris'; 'ehehmann@idexcorp.com' Cc: Gulbronson, Peter P.; Rabe,James E.; Brand, Stephan; Gohde, Steven M. Subject: 2017 Flow Monitoring Services Request for Proposal Attachments: 2017 Flow Mon RFP_1-27-17.pdf Chris& Eric, Attached is our 2017 flow monitoring services request for proposal. Enclosed in this request for proposal are the Scope of Services,the location maps of the six (6) flow monitoring locations,the City of Oshkosh insurance requirements, and the City of Oshkosh's standard consultant agreement. Please submit,by 4 p.m. on Friday,March 3, 3017, four (4) copies of your proposal to me at: a Tracy Taylor I Department of Public Works I PO Box 1130 Oshkosh,WI 54903-1130 : If you have any questions,please contact Pete Gulbronson at(920)236-5258 or pgulbronson@ci.oshkosh.wi.us. Tracy L. Taylor Department of Public Works City of Oshkosh 920.236.5195 Follow us:Web I Facebook I Twitter 2017 Request for Proposal for Sanitary Collection System Flow Monitoring Services City of Oshkosh,Wisconsin City of Oshkosh 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 90 days and a maximum duration of 120 days,with anticipated start and end dates (FM1—FM6) for data collection of April 3, 2017 and July 3,2017, respectively. The duration of flow monitoring may be shortened if three (3) significant wet weather events are recorded before the conclusion of the 90-day monitoring period. I 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 1 summarizes the locations. Questions regarding this Request for Proposal (RFP) should be directed to Pete Gulbronson, P.E., Environmental €' Compliance Manager, at(920)236-5258 or e-mail to pgulbronson@ci.oshkosh.wi.us. Table 1 Proposed Flow Monitoring Locations C ty of Oshkosh.Sanitary Sewer System Preliminary Flow Pipe Size at Monitoring Monitor No. Manhole ID Approximate Location Location(inches)** FM1*** 01-224 Manhole is located at centerline of 36" Conc. (Upstream) Pearl Avenue at vacated Blackhawk 36" Conc. (Downstream) Street FM2*** 13-2995 Manhole is located in grassy area of 12" PVC(Upstream) South Park,north of South Park 12"PVC(Downstream) Avenue and west of Ohio Street FM3*** 11-919 Manhole is located in concrete 60"Hobas(Upstream) pavement of Hazel Street at 60"Hobas(Downstream) Menominee Drive FM4*** 15-497 Manhole is located in grass behind 18"VCP (Upstream) west curbline in front of 2333 Bowen 18"VCP(Downstream) Street FM5*** 15-656 Manhole is located in grass behind 12"VCP(Upstream) west curbline of Bowen Street,just 12"VCP(Downstream) north of West Starboard Court FM6*** 15-1073 Manhole is located in easement west 21"Transite(Upstream) of CTH A and north of MacArthur 21"Transite(Downstream) Road **All pipe sizes should be field verified. ***Flow monitoring period approximate start date of April 3,2017. Confirm with ENGINEER prior to installation. 60-day minimum monitoring period. t:\Engineering\i&1 Work\Flow Monitoring\2017\RFP\2017 Scope of Services_1-27-17.docx 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 Plow 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. I ` 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 information 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 Consultant, 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. 1:\Engineering\I&I Work\Flow Monitoring\2017\RFP\2017 Flow Monitoring RFP.docx 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(cfs 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. is\Engineering\I 6r I Work\Flow Monitoring\2017\RFP\2017 Flow Monitoring RFP.doc Page 3 of 5 Demobilization Period Upon notification from the City the required data has 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. i Contractor Schedule Four(4) copies of the proposal should be submitted by 4 p.m.,Friday,March 3,2017 to: Tracy Taylor Department of Public Works PO Box 1130 Oshkosh,WI 54903-1130 After award of the agreement,the Consultant should contact Pete Gulbronson at(920)236-5258 to confirm to schedule the Project Initiation Meeting. 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. I:\Engineering\I&I Work\Flow Monitoring\2017\RPP\2017 Flow Monitoring RFP.dooc Page 4 of 5 TABLE 2 Cost Basis for Fee Proposals—Flow Monitoring Cit o Oshkosh Sanitar Sewer S stem Cost per No.of Cost per Site per Cost Item No.of Sites Days Site Day Total Cost Sewer Monitoring Locations Mobilization 6 N/A N/A Installation 6 N/A N/A Monitoring 6 90 N/A Demobilization 6 N/A N/A Documentation Interim Reports and Final N/A N/A Report I:\Engineering\Ido I Work\Flow Monitoring\2017\RFP\2017 Flow Monitoring RFP.doa Page 5 of 5 FM1—LOCATION MAP e S. s F - w w x \ MH 01-224 LOCATION: Centerline of Pearl Avenue at vacated Blackhawk Street U/S PIPE: 36" Concrete D/S PIPE: 36" Concrete I:\Engineering\I k I Work\Flow Monitoring\2017\RFP\FM#1-Location Map_1-27-17.docx Page 1 of 1 FM2—LOCATION MAP 9 12T+AV --G cv ; 4 537 53 b N n ■ �j r N Gorr r N r Gd.T. ry r N Q > *MHIU-2901, "fr A � Al r` 53A -, Ay131 vo 550 r{ rr R 5A r 51.0k o 5 8 c O -- as c RKP� Ej1 souSHPP ys W < 625a a ■ osa.r t6 e0 a MH 13-2995 LOCATION: In grassy area of South Park U/S PIPE: 12" PVC D/S PIPE: 12" PVC I:\Engineering\I&I Work\Flow Monitoring\2017\RFP\FM2-Location Map_1-27-17.docx Page 1 of 1 FM3—LOCATION MAP 1202 1212 1106 1114 E NEW YORK AV 1107 1115 Q 180.0' W _ `y.4, 73 135.0' N N o b � n 135.0' O It i M111-919 1359' 125.32 3 f ti i BALDWINAV f i E --------------- MH .-MH 11-919 LOCATION: Hazel Street at Menominee Drive U/S PIPE: 60" Hobas D/S PIPE: 60" Hobas I:\Engineering\I&I Work\Flow Monitoring\2017\RFP\FM3-Location Map_1-27-17.docx Page 1 of 1 FM4—LOCATION MAP ' N N � O cr 806 816 0 834 85a E _._._-_BAVARIA N GT,— — s � tzob•""" -�-.b�on.�-•�,��._-_.� � 901 209.7. 1 805 807 815 817 823 825 o o � tizon' 0 0 {H 52 I�p 75 D• ceM 8976 _ 123;16. CD IIN M CD d d d et 4 120n• MH 15-497 �"C4C r f 120.0' Q N N N N Ct Z NNNN 12283. i W t "oA' tib I o '4+ 130oO r mC11 m t v �Q m 9: •— ! p 0 0 0 q CS)R , Q5 D* N I I,i N N N N mgr (57 N 4o n N COO 0) NO CD CD CD c „� ,,r •-_-+.-F N N :•f933 ., � N N N N is o 931 � uD.o• �ti 92r N ( 929 MH 15-497 LOCATION: Bowen Street just south of Bavarian Court U/S PIPE: 18"Vitrified Clay D/S PIPE: 18" Vitrified Clay a Page 1 of 1 I:\Engineering\I&I Work\Flow Monitoring\2017\RFP\FM4-Location Map_1-27-17.docx FM5—LOCATION MAP ! 1, nnn ��z a04 806 e30 �_-_-`0-_!�-- ,•,,r. a� . 93 AA 4 �r14 — NIC 1 � ?r' •5'91.._.. £>h5 72 723 703 705 707 711#2 i u 71l J0 h S 711#4 - ra 0 Z W 3 r F•�'" Q 4 co Q 0000 lV N = E20 kF MH 15 656�, ! a CO. A "I AE �'' i ncir�i 0?0 620 #C #ti fiCsO#b= 64 #D 720 AD '0 620#8 MA ' 640#C� o - m N #C � 721690 Wk630#A ti#U#B �'r 7? 7271#B 9 S 824 834 7?0#A m.c CSS#A 640 FA rt �Q r:o :,,STARBOARD 21— CT W E 21-- 823 —E.i �^•rs� nl ! ?33 v c m 635$A 643 r45 705#A 715 4A 7?5 705 if6 72"� p,i 635#B 7 05#C 715 4C 0 795 vfG 1 f o?.g 9 635f 7154D 7254 1 1 6 635$DD 705 lD = m i)f) �.I o000 q h Rl Cl C s K(C<O r0 _ GQAII CV IV IV(V - v> ul u� d0]U(l N N N 0 0 0 0 m e:m��pp 1 �1� �•�r:cv cv o:u ) Q�(�n f 0000 nnnr� E MH 15-656 LOCATION: Bowen Street just north of Starboard Court U/S PIPE: 12" Vitrified Clay D/S PIPE: 12" Vitrified Clay 1AEngineering\I&I Work\Flow Monitoring\2017\RFP\FM5-Location Map 1-27-17.docx Page 1 of 1 FM6—LOCATION MAP I � � e. _d1VI1LtE ° __ —0 f" U � � f MH 15-1073 ;; -7 r r r .----dVfACARTtiUR:RD - OS I11 l $ji I �S MH 15-1073 LOCATION: In Easement west of CTH A,north of MacArthur Road U/S PIPE: 21" Transite D/S PIPE: 21" Transite I:\Engineering\I&I Work\Flow Monitoring\2017\RFP\FM6-Location Map 1-27-17.docx Page 1 of 1 4/14/14 CITY OF OSHKOSH INSURANCE REQUIREMENTS III. 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 is prima 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 E 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 agaregate must apply separately to this project/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. III - 1 4/14/14 4, WORKERS COMPENSATION AND EMPLOStatutes aR t LIABILITY— If' required by Wisconsin State Statute or any Workers Compensation 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 Commercial General Liability, Watercraft Liability (if required), Automobile Liability i underlying00 and Employers Liability, with a minimum limit of of $10 OOOeach occurrence and $2,000,00 aggregate, and a maximum self-insured retention g, ADDITIONAL PROVISIONS A. Acce tabilit of Insurers - Insurance is to be placed with nsnoless than s who ClasVI, Best rating of no less than A- and a Financial Size Category of and who are authorized as an admitted insurance company in the state of Wisconsin. al B. Additional Insured Re uirements — The following must of ro'ecbe t workd as a�CityOf insureds on all Liability Policies for liability arising out project Oshkosh, and its officers, council members, agents, employees additional authorized insured volunteers. On the Commercial General Liability Policy, o include coverage must be ISO form CG s/ 10 07 04 Products — Completed Operations form CG 20 37 07 04 or is equor its equivalent and svalent for a minimum of 2 years after acceptance of work. This does not apply to Professional Liability,Workers Compensation and Employers Liability. Certificates of Insurance acceptable to the City of Oshkosh t all be submittedcertificatesior to C applicable Cit department.commencement of the work to the app� Y p shall contain a provision that coverage afforded written notice haunder the s been given to the City Clerk cies will not be canceled or non renewed until at least 30 days prior —City of Oshkosh. III - 2 CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYY) ACORr7` 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(les) 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 contact NAME: /nsurance Agent's information,including street PHONE contact information. AX address and PO Box if (A/C.No.Ext): A/C.No): applicable. E-MAIL ADDRESS: INSURERS AFFORDING COVERAGE NAIC# INSURER A: ABC Insurance Company NAIC# INSURED Insured's contact information, INSURER B: XYZ Insurance Com any NAIC# including name,address and NAIC# phone number. INSURERc: LMN Insurance Company INSURER D: Insurers)must have a minimum A.M.Best rating of A- and a Financial Performance Rating of VI or better. INSURER E: -- INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: I 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. I' INSR ADDL SUBR I POLICY EFF POLICY EXP F' LTR TYPE OF INSURANCE I INSR WVD POLICY NUMBER MMIDD/YYY MM/DDIYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $1,000,000 ® —� Policy effective and expiration date. DAMAGE TO RENTED ®j COMMERCIAL GENERAL LIABILITY I General Liability Policy Number PREMISES(Ea occurrence) $50,000 A CLAIMS-MADE ! MED EXP(Any one person) $5.000 ®! ISO FORM CG 20 37 OR EQUIVALENT j PERSONAL&ADV INJURY $1,000,000 ❑i GENERAL AGGREGATE $2,000,000 GENT AGGREGATE LIMIT�APPLIES PER: PRODUCTS–COMP/OPAGG $2,000,000_ ❑POLICY j®PRO-IuILOC � ! $ AJECT COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY (E a accident) $1,000,000 ®ANY AUTOI ® ❑ I Auto Liability Policy Number Policy effective and expiration date. BODILY INJURY(Per person) $ — g ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ 'ALL _■ AUTOS NON-OWNED PROPERTY DAMAGE ❑1HIREDAUTOS 1:1 AUTOS accident) $ AUTOS EJ ❑ i $ UMBRELLA 1-11B OCCUR ® ❑ I EACH OCCURRENCE $2,000,000 A EXCESS LIAR CLAIMS-MADE Umbrella L ability Policy Number Policy effective and ex irahon date. AGGREGATE $2,000,000 7o,DED j®RETENTION$10,000 $ c WORKERS COMPENSATION ❑ El - AND EMPLOYERS'LIABILITY I ®(WC STATU- OTH TORY LIMITS❑ ER ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICEIMEMBER EXCLUDED? Y/N Workers Compensation Policy Policy effective and expiration date. E.L.EACH ACCIDENT $ 100,000 (Mandatory in NH) N Number E.L.DISEASE–EA EMPLOYEEI $ 100,000 If yes,describe under j DESCRIPTION OF OPERATIONS below E.L.DISEASE–POLICY LIMIT 1 $500,000 A PROFESSIONAL LIABILITY ❑ 0 $1,000,000 EACH CLAIM Professional Liability Policy Policy effective and expiration date. $1,000,000 ANNUAL AGGREGATE Number DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional 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'prior written notice has been given to the City Clerk—City of Oshkosh. CERTIFICATE HOLDER CANCELLATION City of Oshkosh,Attn:City Clerk Insurance Standard 111 TSHOULD ANY OF HE EXPIRATION HE ABOVE DESCRIBEDNOTICPOLICIES BE L BE DELIVERED N CANCELLED BEFORE 215 Church Avenue SAMPLE CERTIFICATE ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 1130 Please indicate somewhere on this Oshkosh,WI 54903-1130 certificate,the contract or project# AUTHORIZED REPRESENTATIVE this certificate is for. ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY POLICY NUMBER: 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: i COMMERCIAL GENERAL LIABILITY COVERAGE PART 9 SCHEDULE f Name Of Additional Insured Person(s) Locations Of Covered Operations Or Or anization s : As required by contract Any and all job sites Information re uired to com tete this Schedule, if not shown above, will be shown in the Declarations. A. Section 11 — 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 111 SAMPLE CERTIFICATE Please indicate somewhere on this certificate,the contract or project# this certificate is for. CG 20 10 07 04 ©ISO Properties, Inc., 2004 Page 1 of 1 13 POLICY NUMBER: r°ir�y# 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 Person(s) Or Organizations : Location And Description Of Completed Operations i i As required by contract Any and all job sites Information re wired to com tete this Schedule, if not shown above, will be shown in the Declarations. Section II — 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 cgrtificate is fgr, CG 20 37 07 04 ©ISO Properties, Inc., 2004 Page 1 of 1 13 AGREEMENT This AGREEMENT, made on the day of 2017,by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as the 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 2017 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: Name—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. j 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. The 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:\Engineering\I&1 Work\Flow Monitoring\2017\RFP\Blank Current Agreement Fonn_1-27-17.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. The 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 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. I:\Engineering\I&I Work\Flow Monitoring\2017\RFP\Blank Current Agreement Form_1-27-17.docx 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 for 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 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 $ ( 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 the CIT may for withhold oldwithholding pent of such amount and shall provide to CONSULTANT a statementas t. 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 phonev 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. 1AEngineering\I&I Work\Flow Monitoring\2017\RFP\S1ank Current Agreement Form_1-27-17.docx Page 3 of 5 ARTICLE XIII. HOLD HARMLESS The CONSULTANT covenants and agrees to protect and hold the CITY 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 b written demand for indemnification or refund for those actions, claim, and demands caused y 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 j, Statutes, the CITY further agrees to hold CONSULTANT harmless from any and all liability, including E' 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 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. The 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. I:\Engineering\I&I Work\Flow Monitoring\2017\RFP\Blank Current Agreement Form_1-27-17.docx Page 4 of 5 ARTICLE XVII. SUSPENSION DELAY OR INTERRUPTION OF WORK The CITY may suspend, delay,or interrupt the services of CONSULTANT for the convenience of the 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 the CITY and CONSULTANT and has no third-party beneficiaries. In the Presence of: CONSULTANT E { 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 IAEngineering\I&I Work\Flow Monitoring\2017\RFP\Blank Current Agreement Form_1-27-17.docz Page 5 of 5 R F( tl l V i Aid NS➢...fl d�.�'y<..p k.V„ `� R r�...4.S Cid SIN Proposal for Sanitary Collection System Flow Monitoring Services for the City of Oshkosh, Wisconsin Attention: Pete Gulbronson, P.E. j� Proposal Submitted by: ENVIRONMENTAL SERVICES if 935 W. Chestnut—Suite 415 Chicago, IL 60642 Local Contact: Chris 5kehan—Business Development Manager Phone:(708)341-9701 e-mail: cskehan@idexcorp.com 935 W.Chestnut —Suite 415•Chicago,IL 60642 m, Phone: 708.341.9701•Fax:312.243.9440 wi ,n C www.adsenv.com UW March 1, 2017 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 I 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 in conjunction to calibrate and verify a Storm Water Management Model (SWM) and its hydraulic development. Our proficiency in flow monitoring equipment complements our emphasis on customized 'L service and our commitment to produce the requested services in a cost effective manner. Our proposal is designed to provide you with an indication of our demonstrated technical competence and experience e in this specialized ec iah' ed field. As a manufacture ofprofessional flow monitoring equipment, we offer several advantages in performing a project,such as ours, which will be outlined below. If you or anyone from the City has any questions regarding this proposal, osal, please do not hesitate to contact me at(708)341-9701. Sincerely, I Y Christopher Skehan, M.S. Business Development Manager ADS Environmental Services (708)341-9701 cskehan@idexcorp.com I Proposed Scope of Work Proiect 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 i 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. Investigation Site Investigations will begin immediately following mobilization. The proposed flow monitoring locations will be located and the manholes descended. Field crews generally consist of two workers, both of whom have received extensive flow monitoring and safety training. Crews will check the proposed monitoring location for hydraulic suitability and look for evidence of erratic flow patterns. Crews will also check for debris and silt in the manhole that could impact hydraulics and data quality and coordinate any required cleaning efforts with the client. ADS will also investigate adjacent manholes in order to ensure the best possible monitoring location is selected and to verify that maps are accurate such that we can ensure the anticipated/expected flows are being correctly monitored. Upon completion of the investigations, the field crew will complete site reports which will include any necessary sketches, field measurements and required equipment utilized for the site. ADS will report the results of these investigations to the client along with recommendations for any location changes required to optimize measurement performance. Installation Monitor installations and calibrations will begin in conjunction with the investigations. ADS will schedule installations such that the flow monitors can be installed as rapidly as possible to maximize data collection. Installation of ADS flow monitors will typically be done in the lines incoming to the monitored manhole. The monitor and sensor cables will be firmly and neatly secured to the manhole walls and/or steps in order to allow ready access by ADS personnel and to minimize chances that debris and/or surcharging would cause the monitor or sensor ring to be washed down the line. a�ENVIRONMENTAL SERVICES The ADS flow monitor uses three measurement devices for a typical installation: an ultrasonic depth sensor that will be mounted at the crown of the pipe; a redundant pressure depth sensor mounted in the invert; and a Doppler velocity sensor also mounted in or near the invert. ADS' quad-redundant ultrasonic depth sensor is the industry's only true redundant depth sensor. This redundancy both increases sensor accuracy, data quality and depth data uptime. Monitors will typically be configured to record data on 5 minute intervals. Rapidly changing flows or other conditions may lead ADS to choose a more rapid data rate for a specific location. Data accuracy, integrity and uptime is critical to the success of the study, therefore, we take great pride in stressing the importance of our field procedures because we know that our processes lead to the most accurate and consistent data in the industry. ADS will utilize wireless telemetry where ever possible in order to allow remote communication and data access for each flow monitor. Telemetry allows us to review the data more frequently more timely to any (typically twice per week or as requested by the client) and to respond 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 (90-120 days) The data collection period will begin for each basin when all of the monitors and rain gauge(s) have been installed. During the data collection period, data will be collected, monitor maintenance will be performed, and sensor cleaning will be provided as needed. In addition, independent manual readings of depth and velocity will be performed periodically to confirm the accuracy of the flow monitor to site hydraulic conditions during the data collection period. ADS manages the data collection and processing with the same diligence and care that we use for site installations and commissioning. We are the only collection system performance diagnostics company in America that operates a Data Management Center. Through ISO 9001 certified work instructions, our data analysts follow quality control procedures on each and every data set collected from 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 ENVIRONMENTAL Q R / . . � K8Gnning'Sand Continuity equations will beplotted simultaneously and compared for consistency. The analyst will also utilize onothergraphe (depth vs. velocity readings)hmverify 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 eng|neer. Reportinq Tfinaldata report will include information such as installation detai|s, hydroQ[ephe, ooatte[grmpho. and tables appropriate[0the project needSmDdtosUpport the findings. . Abrief 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 @ CO in an EXCEL spreadsheet. The data will be reported in 5-minute intervals and will include the following columns of data: p Data and Time � Calibrated Depth (ft, inches) � Velocity (ft/s) * Computed Flow(cfs6yManning'sEquation) � Computed Flow(dsbyContinuity:Q=V*A) 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 torecommend 8quality control procedure for this scope mfwork. Because ADS will be utilizing wireless te|enleteryfor this project, our Data Analyst will be performing g data review ofeach location twice weekly. The analyst will check for items such mGthe power supply levels, ifthe sensors should be cleaned due to debris or silt, communication issues, and other necessary items that will ensure for qU@|\1V data deliverables. During this review pnDcosa` 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 bamade available to the client if necessary to see what items were ordered and resolved during the monitoring period. Acrew will respond toeach work order during the project toeDaUnah}rtheh\ghest |eVe| ofque|\b/. \fm crew entero into u manhole for any required maintenance, manual depth and velocity egoUna[neDtawU| betaken, and checked against the nOon\1o[sensors [ea|-tinleto ensure^calibration. ADS will later discuss its use ofredundant depth sensors equipped ateach monitoring site for this project, xvhichwi|| enSuF8forthehighRgt |eva| ofnn8ni[oriD0@nd noeooUrernenL ENVIRONMENTAL Deliverables For this project, ADS will deliver the following items as requested in the RFP: Weekly Monthly Final DelrvexablO [deliverables Deliverables Final Report(CD) MonitoOng,Notes�or Excel Data as including Graphs Cibservatlons outlined in RFP and Excel Data Future Malntenan�ce Or Site Summary of Work lr/ Recommendations Service Performed Orders and Comments f � Summary of Field Field logs logs Tables and Monthly Hydrergraphs(every Hydrographs and l� f two weeks) Scattergraphs Any,Problems that i occur during Monitorings Period f/ 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 May June July 15 March April Y 20-2S 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 / /j Flow Monitoring Study ' ���/�'///� i. � � Optional Extensions F92 ENVIRONMENTAL —EDSERVICES' Equipment and Calibration Procedures Monitoring Equipment ADS will utilize the ADS FlowShark TM series flow monitors exclusively for this project. Peter Petroff, the founder of ADS, created the first solid-state electronic flow monitor in 1973. Since then, our flow monitors have been in a continual state of improvement. We have developed better depth sensors, velocity sensors, sensor strategies, software, field procedures and management procedures. Our monitors have won more awards than any other sewer flow monitors including the Pollution Engineering Magazine 5-Star Award. ADS flow monitors are the most versatile and stable flow monitors available today for pipes ranging from 8"to 120" in diameter. Monitor Level Intelligence To build on the accuracy of our flow monitors, ADS has developed algorithms within the monitor to help reduce the occurrence of erroneous reading. This technology is called Monitor Level Intelligence (ML I TM). M L ITm 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, ML ITM is flow dependent. MLITm optimizes sensor performance and readings by continually learning the site-specific hydraulics and the changing dynamics of depth/velocity relationships. ML ITM 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 re that I Smart "Ensures data integrity and improves data quality. Proprietary softwa signal processing 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. minimize flow disruption for more stable and reliable Pressure depth and Doppler velocity Sensor profiles 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 gool certified company which indicates that equipment has been designed to standards specific to hardware design and manufacture. NOTE:ADS's Flow monitors are capable of providing very accurate and precise(repeatable)flow data. However,under some complex hydraulic conditions such as frequent backwater,surcharging,reverse flows,and complex bends in the flow path leading to and from the associated manhole in which the flow monitor is placed,the 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 sometimes be persistent. 3 ENVIRONMENTAL SERVICESO 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 sure that all products and deliverables meet project requirements. The roach to quality to en a q Y pp program will address methodologies, work review, frequency and timing of review, review documentation and distribution, and approval/sign-off requirements. This ensures a data editing £' and processing "paper trail" to address any questions, regarding data accuracy, overflow volume calculations, etc. ADS is ISO 9001 certified for manufacturing, field services, engineering, data analysis and management. ADS is unique in that it maintains ISO 9001 certification for not only design and manufacturing of flow monitors, but also for all of the field services related to flow monitoring, including: Site investigation, Field installation, Confirmations, Data collection, Monitor maintenance, Data analysis and Rainfall monitoring. By applying ISO 9001 to all aspects of the flow monitoring process, ADS assures clients of high quality throughout the project. Calibration Procedures ADS work instructions for Calibration and Confirmation are held to the highest standards. Each field personnel is responsible for following a detailed and outlined procedure to ensure the flow monitoring devices are installed and working correctly during the monitoring period. A field supervisor or manager will ensure that each field employee is maintaining the equipment as specified. ADS will utilize a folding carpenter's ruler for measuring depth of flow. Devices such as wading rods or surveying rods are accepted for unusual flow depths. Each manual measurement will be taken by performing a full confined space entry to ensure the accuracy of each measurement. A Marsh-McBirney Model 2000 or Model 201 D or Nivus FlowShark HV will be used or other approved portable velocity metering device for measuring velocity profiles in depths above 5 inches. As a last resort, ADS will attempt to measure flows between 1" and 5" if possible, however each approved device has its depth limitations. Valid Confirmation Points are defined as one that passes the automated quality checks in our ADS Profile Software and/or is accepted by a certified Data Analyst using performance criteria defined in Q1684004 Data Analyst Work Instructions. All ADS Crews will have at least one employee certified in performing these confirmation procedures. 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. It is not designed ned occupancy. for continuous p y 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 At least two people are required for a confined space entry. At least one attendant must be present at all times. The number of attendants necessary for multiple entrants will depend on the configuration of the confined space, the nature of work to be performed, and the communications equipment available. Normally, every two entrants require three attendants. Crew Member Duties Entry Supervisor: The senior person on a crew serves as the entry supervisor and has overall responsibility for worksite safety. The entry supervisor also may be an authorized entrant or attendant. The entry supervisor shall be responsible for the following: ❑ Determining the hazards that may exist during a specific entry, including information on the mode, signs or symptoms, and consequences of exposure to specific hazards ❑ Ensuring that the crew has conducted atmospheric tests prior to entry and continuously while the confined space is occupied ❑ Ensuring that all procedures and equipment required for safe entry are in place before certifying the space as safe for entry ❑ Ensuring that the confined space entry log is properly filled out ❑ Verifying that rescue services are available and that communication devices are operable ❑ Certifying on the entry log that the space is safe for entry Authorized Entrant: The employee entering the confined space serves as the entrant and shall be responsible for the following: ❑ Knowing the hazards that may exist during entry ❑ Properly using equipment as required by the Field Safety Manual and Entry Supervisor ❑ Communicating with the attendant as necessary to enable the attendant to monitor entrant status 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 sign or symptom of exposure to a dangerous situation. i - 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. Atmospheric Monitoring 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 System 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 ENVIRONMENTAL ` SERVICES 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 Loq The Pre-Operations Checklist on side A of the Confined Space Entry Permit form (QF 603004) must be completed by each crew for any day that work is to be performed in the field. The crew must maintain completed logs with project records for a period of 1 year and make them available for inspection. Communications • Worksite Continuous communications must be maintained with confined space entrants at all times. This communication may occur in the form of visual line of sight, a sound-powered device, or electronic communications equipment. • Off-Site Each production crew must be able to summon rescue and/or emergency medical services to the worksite. Regional and project managers must ensure that appropriate equipment and communications procedures are in place at the start of each project. Project managers will include coordination with local rescue/EMS providers in determining appropriate communications procedures. Field 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. _i This section isJust a small example that is taken from our ADS 1"' I e d and Safety Manual. The ADS manual is composed of over 149 pages of Industry Standard Safety Requirements and Procedures. In fact, this docurrient has been ad(,,)ptc-0 by many of our clients foitheir own, internal fie/c6 safety prograins, A full copy of this manual can be made available during the course of the project if requested. ��SEENRVICVIROESONMENTAL Z Qualifications With more than 40 years of experience in wastewater collection system evaluation, ADS, LLC is pleased to provide this overview of our qualifications and services. Our vast experience includes comprehensive sewer system services (flow monitoring to identify and prioritize affected basins, SSES field activities to obtain sewer inventory, condition and performance knowledge, point source identification of inflow/infiltration, project management, rehabilitation recommendation), pipeline services (water audits, hydraulic modeling, master planning, water quality modeling, master meter tests, meter accuracy tests, consumption analysis, loss of head tests), and rehabilitation services (line tapping, line stopping). ADS's management philosophy of earning customer loyalty demonstrates that we are not only committed to providing our clients with the industry's very best equipment and services, but we are also committed to grow and innovate to meet our clients evolving needs. We have been a partner on some of the largest and most successful water and wastewater I 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 customersexacting specifications. ADS Environmental Services is headquartered in Huntsville, Alabama. Founded in 1975, with the invention of the first of its kind self-contained, microprocessor based, battery powered area- velocity flow monitor, ADS continues to invest in research and development. This investment in equipment, software and web-based system development ensures our clients that they are working with the best in the business when they select ADS. ADS is one of the largest water and wastewater service firms in the United States, a U.S.-based business formed to bring together several proven, established companies in their respective markets. It has evolved into a solutions-driven provider of environmental products and services that will create value for its customers and employees through technology, world-class service and environmental leadership. ADS Environmental Services is the leader in flow monitoring technology and information services and presents outstanding credentials to ensure successful completion of all projects it undertakes. Thousands of miles of sewer have been analyzed by ADS. ADS offers expert water distribution and sewer collection system analysis, specialty pipeline and structure rehabilitation and line stopping.We specialize in the collection and analysis of accurate information about the efficiency of existing water and sewer systems. Our clients are typically small and large municipalities, but we also perform similar work for industrial clients. Our engineers and field technicians work closely with client representatives to help them solve flow, pressure and leakage problems in their systems. ADS features recognizable product lines in the U.S. and around the world. We strive to deliver high-performance solutions and world-class service to customers worldwide. We bring to our clients the stability and strength of a global corporation while embodying the commitment and attention to detail of a small, local company through its network of regional offices. We have the philosophy, experienced personnel and equipment that are unequaled in the industry. This is ENVIRONMENTAL ° SERVICES . ' | evidenced bvthe fact that ADS has than 8,000pipeline in 32 countries. Our reputation for quality workis supported bxthe high degree ofrepeat clients that vVehave had over the years. What makes ADS unique inperforming 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 \nthe industry for many years. ADS Professional Engineers and Project K8anogarSapen't8hoidtoente[nnanhn|eo. gndinfactdoso nagV|er|y. ADS is mfull-service field service firm, with Professional Engineers in most all major offices. ADS encourages movement through the ranks from Field Representative to Data Analyst toProject K8aDaQe[ A[)8' size is also distinctive as an international firm participating in a niche service industry that \Smade Upprimarily oflocal and regional small businesses. Our size provides economies of scale along with the capability to perform large projects that m0StnOnnputit0re are too small to staff. This distinction as a large international firm is also tempered byour 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 ofboth worlds. ADS not only performs flow monitoring services, but we also manufacture our flow monitoring equipment. ADS uses our own equipment aowell @severy type Vfflow monitoring equipment oD a daily basis. This experience cannot be matched by any other flow service provider. We provide our clients the best equipment and services. Another distinction of the team is ADS's commitment to safety. ADS field crews open approximately 1.5OUmanholes 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, |nfact, the ADS Safety Manual has been used bysome municipalities aaacomponent oftheir internal safety programs. The philosophy/mission statement ofADS imexpressed osfollows: 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 h}everything wedo: Our CUSTOMER isour priority. We GROW our enterprise and people. Our INTEGRITY imparamount. VVestrive for EXCELLENCE. We are passionate about SUCCESS. � ENVIRONMENTAL ` . . � i ADS' fu|l-aoec�u[nhas a |G(J9OU1 rnanUfaotuhnQfao0v. \nmtmUat�Dand oonnr�iaeio'ingservices, telecommunications expertise, field services for maintaining flow monitoring Debworke, data collection, processing, � management and hydraulic analysis services to include comprehensive flow information reports. ADS has also adopted the Six Sigma quality assurance program, underscoring our determination toprovide only the most accurate data and information possible. As the nation's largest specialized collection system flow services firm, ADS has the financial strength and resources for a project of any size. Proposed Cost Estimate — Total System Survey The fee tocomplete the Project Scope ofWork isasFollows: Temporary Flow Temporary Flow Monitoring Services foMr9MODays at 6 selected $ 62,500.00 locations to support SWMM Mo e Services Total $62,500-00 30 Day Extens�on Costs F'roposed at: $13,500 per month to extend monitoring period Table 2: Cost Basis for Fee Proposal outlined in RFP for 60 Days—(Extension Price Listed under Table) Cost Item No. of Days Cost Per Site Cost Per Day Total Cost No. of Sites Mobilization NA $7,500 6 NA Lump Sum Installation NA $6,000 Monitoring 6 90 NA Demobilization NA $2,500 6 NA Lump Sum Interim Reports and Final Reports NA NA NA NA $6,000 °To1a� Cost for Monitoring at 120 Days: $76^000 EmVIRONMENTAL . . . ^ � Project References Since 2013,ADS has been assisting the City of Oshkosh with their Temporary Flow Monitoring Projects. The purpose ofthis work has been tosupport asanitarysewor 8VKMModel. Professional Services have been conducted in2O13,2O14'and 2015. Each year the City has installed 5-0monitoring 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 W ADS currently provides the Chicago MWRD with flow monitoring maintenance and reporting services on an as needed basis for thierR0|reduction program. Each project isunique,and with a2O15/2O1hstudy ofover 3O locations,including temporary flow monitoring for several of the satellite communities of MWRD, ADS has provided all the data on our FlowView.corn website for access between the owner and their consultants. Maureen Durkin-Civil Engineer MWRD of Greater Chicago,IL 111 E. Erie Street Chicago, IL 60611 (312)751-3250 ADS provides Naperville with flow monitoring maintenance and reporting services on 24 permanent ADS flow meter and 1ADS rain gauges. Zufthese flow meters are tied direction into the Naperville 3CADASystem. 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 osneeded tuassist the City intheir C|Pprogram. Robert Miller Regimial Manager 13266 Lakefront Drive.. Earth City,MO 63045 www.adseriv.corn - rrrrfller°@fdexcorp.corrr- (314) 209-7774 Professional Industry Respected Professional with over 38 Years of Experience • CCN Inspection,Data Analysis,Sewer Remediation and Recommendations Attributes • 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 to years, Mr.Miller has also developed a keen interest and experience in water distribution system field diagnostics no sties a nd measurements nts for numerous Midwest communities,as well as for two USAID-funded projects in Amman,Jordan. Experience i, 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. i OH and Minneapolis, Cincinnati, , olis IN P Portland,OR Indiana , , Cleveland OH Por p , Louis, MO, , , , 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 N 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 . . ` . the past eleven h1\years, Fronnaoo8throuuhzcn1hennanaoedandneportedontvvobrgevva1erandsevversys1enn field surveys inAmman,Jordan.One project/$1.o7KAldinect|yfortheJordaninn-ovvned 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|nmodel calibrations. Educat°orl UN|VER5|TYOFCENT{)RALFL0R|OA—(]RLANDO, FL 1979 BSynEnvironmental Engineering FLC>R[AD TECH N|CAL UN|VERS|TY—K4ELBC)URNE/ FL 1976 BS in Sociology Professional WATER ENVIRONMENT FEDERATION Involvement MISSOURI WEA NATIONAL ASSOCIATION OF SEWER C{)K8PA|N|ES (PAST) NASS[{J TAU BETA P| ENVIRONMENTAL Christopher A. Skehan Btisiriess Development Manager wrr" ' 1 )It160642( n w n u9.�E.p��v�c cy��r 1.7G 51<c h,1�r( ai I �xc.4xrla,`,�,alk ��P ('708) 341 9701 Professional Has Worked with Naperville Public Utilities since 2012 • Flow Monitoring Equipment Expert for all ADS Products Attributes • 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 Creating Cost Effective Monitoring Programs Projects CHICAGO, IL 2012-2013 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 i 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. i t 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. j ducatiorl INDIANA UNIVERSITY - BLOOMINGTON, IN 2005 BS in Environmental Management Public Affairs IUPUI - INDIANAPOLIS, IN 2010 MS in Geographic Information Sciences-Wastewater i "S � S IWEA COLLECITON SYSTEMS COMMITTEE MembeIL AWWATECHNOLOGY COMMITTEE . ENVIRONMENTAL wµ SERV/CES Eric Hehmann Prof(-� is Manager ager anc r1cpw Monitoring :,00rdinafor r/ 7215 L' 115t Street-_ `quite I), Indianapolis, IN 46219 www,adsenv.corn -ehehmariri@idexcorp.com - (31I) 357-91.16 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 Management Project Mana " Y �� S g Long Term Flow Meter Networks Temporary Flow Monitoring Studies Inflow and Infiltration Analysis Field Services and Hardware Repair 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 • Oshkosh,WI-Temporary Flow Monitoring Projects in 2014,2015,and 2o16. • Peoria,IL-44 Temporay monitoring locations in 2015//12 Permenant and 9 Temporary monitoring locations in 2o16-2019 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 • West Lafayette,IN-4 Long-Term CSO Meters,comprehensive service and data management LiC ti n PURDUE UNIVERSITY—WEST LAFAYETTE, IN 1999 BS in Wildlife and Environmental Sciences I CALIFORNIA STATE UNIVERSITY, SACRAMENTO, CA 2002 Operation and Maintenance of Collection Systems cations CERTIFIED CONFINED SPACE ENTRY RED CROSS FIRST AID AND CPR DEFENSIVE DRIVING CERTIFIED ADS FIELD SERVICES TRAINER ENVIRONMENTAL SERV/CES Kristopher Dowd Fleld Manager 7215 E. 21st Street-Suite D,Indianapolis, IN 46119 www.adsenv.corn -kdowd@idexcorp"corn - (317) 357-9116 OSSOl • Field Representative with ADS for over 8 Years • Highly Skilled in all ADS Equipment Repair and Diagnostics AttrIbUtes • 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 Flow Monitor Calibration j Flow Monitoring Data Processing F 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 • Oshkosh,WI-Temporary Flow Monitoring Projects in 2014,2015,and 2o16. • Peoria,IL—44 Temporay monitoring locations in 2015//12 Permenant and 9 Temporary monitoring locations in 2o16—2019 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—3o Temporary flow monitoring locations,data collection,and repair in Zoog Ed u Cif BALL STATE UNIVERSITY- MUNCIE, IN 2o18 BS in Business Information Systems CALIFORNIA STATE UNIVERSITY, SACRAMENTO, CA 2012 Operation and Maintenance of Collection Systems I&II i Certif icatio s CERTIFIED CONFINED SPACE ENTRY DEFENSIVE DRIVING r RED CROSS FIRST AID AND CPR NASSCO MACP/PACP (Zoog) ENVIRONMENTAL " SERVICES Pamela Good Data Manager, and lAosted Syste00s Specialist 721SO. 21siStreet- Suite I\ Indianapolis, l0 46319 vvvvw.odueoncono - pgnod@k]excnrp.corn - (317) 3S7-9116 Professional ° Over loYears ofExperience with Long Term Flow Monitoring Networks �����.��K����� w Highly 5kU|ed|nData K4anagennentfor ADS Profile,OStart/and F|nvvV|evvOperations Attributes * Custom Data Importing Specialist for 3 rd 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 QAOCand Editing Customized Alarming Configurations Customized Data Importing and Exporting Pro~���t� ° United VVater/City nf|nd|anopmUs/|N'9year comprehensive service ageementvvithdata ° processing for 150 meters and 25 rain gauges with near real time alarming system ~ G|enband,|L-Lead Data Manager for 1h5[A04interfacing meters ° Citizens Energy Group/City of Indianapolis,IN-72 Meter Model Expansion Project with quarterly monitor removals and reinstaUaUons-Data Manager ° Peoria,IL-44 Temporay monitoring locations in 2015 02 Permenant and 9 Temporary monitoring locations in2o1O-2o19and]rain gauges ° Noblesville,IN-Long-term comprehensive service and data management with 12 CSO monitors-DataManager ° Kokomo,IN-16 Long-Term CSO Meters,comprehensive service and data management ° Anderson,IN-12 Long-Term CSO Meters,comprehensive service and data management w West Lafayette,|N-4 Long-Term CSO Meters,comprehensive service and data management � Fostoria,OH-15Long-Term Sanitary Meters-Primary Data Analyst � West Lake,OM-3oTemproaryFlow Meters for Hydraulic Model Calibration-zo10 ° Oshkosh,VV|-5Temporary Roving Flow Meters for Hydraulic Model([HzK8)-2o1x'2o15 Education UNIVERSITY OF INDIANAPOLIS - INDIANAPOLIS, IN 2006 0SynEnvironmental Sciences Cert~f~cat^ons ADS CERT|F|EDDATA ANALYST |, ||/ ||| RED CROSS FIRST AID AND CPR ADS ILLC Field Staff Available for this Project ADS will assign afield crew for all required Service. ADS Field Crews can mobilize infrom different parts of the region to assist with the work, however, it is expected that a consistent crew will be utilized for � this project asthe work gets started. Technician Home 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 Williarn 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 � Victor Colon Chicago, IL Technician/Meter Specialist/Comm. Tech 2 i � � � Field Crew Training andcerUficodonsareovai|abJeuponrequeut ACCERTIFICATE OF LIABILITY INSURANCE DATE(MMDD/YYYY) 03/30/20117 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(les)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.MADISON j I•:,I I,L" AHC NnE E t: AC No CHICAGO,IL 60661 E-MAILs: Attn:Fax:212-948-0770 or Chicago.CertRequesl@marsh.com r ?,017 INSURERS AFFORDING COVERAGE NAIC# 401728-ADS-ADS-17-18 ADS P, r' 8 N INSURER A:Liberty Mutual Fire Ins Cc 23035 INSURED r y a' INSURER B:XL Specialty Company ADS Environmental Services 340 The Bridge Street,Suite 204 j V S I I jv 0 a I I W I s c" ("'i i,,,1 S j�``j INSURER C:Liberty Insurance Corporation 42404 Huntsville,AL 35806 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: CHI-005943797-20 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. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR POLICY NUMBER MM/DD/YYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY TB2-681-004088-047 01/01/2017 01/01/2018 EACH OCCURRENCE $ 1,000,000 a OCCUR DAMAGES(RENTED CLAIMS-MADE PREMISES Ea occurrence) $ 1,000,000 MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY JECT �LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ A AUTOMOBILE LIABILITY AS2-681-004088-037 01/01/2017 01/01/2018 COMBINED SINGLE LIMIT $ 1,000,000 Ea accident JXX ANY AUTO BODILY INJURY(Per person) $ X ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY(Per accident) $ HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS Per accident $ B X UMBRELLA LIAR X OCCUR US0006638OL117A 01/01/2017 01/01/2016 EACH OCCURRENCE $ 2,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 2,000,000 DED I X I RETENTION$10 000 $ C WORKERS COMPENSATION WA7-68D-004088-517(AOS) 01/01/2017 01/01/2018X PER oTH- STATUTE ER C AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN WC7-681-004088-017(WI,OR) 01/01/2017 01/01/2018 E.L.EACH ACCIDENT $ 2,000,000 OFFICERIMEMBER EXCLUDED? N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYE $ 2,000,000 If yes,describe u DESCnder 2,000,000 RIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Re:Sanitary Collection 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 Sewer System. City of Oshkosh,and its officers,council members,agents,employees,and authorized volunteers are included as Additional Insured with respect to General and Automobile Liability coverages as required by written contract,subject to policy terms and conditions. Waiver of Subrogation is applicable where required by written contract. CERTIFICATE HOLDER CANCELLATION City of Oshkosh,WI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 216 Church Avenue THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Oshkosh,WI 54903 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Manashi Mukherjee ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD POLICY NUMBER:TB2-681-004088-045 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 follmving: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule below because of payments we make for injury or damage arising out of your ongoing operations or "your work"done under a contract with that person at 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. CO 24 04 05 09 CO Insurance Services Office, Inc.,2008 Page 1 of 1 POLICY NUMBER: A52-681-004068-035 COMWRCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance, provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. SCHEDULE Name(s)Of Person(s)Or Organization(s); 'Any person or organization for whom You perform Work under a written ;contract if the contract requires you to obtain this agreement from us, but !only T the contract is executed prior to the injury or damage occurring Premium: $ INCL Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organizat]ion(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the 'loss' under a contract with that person or organization. CA 04 4410 13 Cc,Insurance Services Office, Inc., 2011 Page 1 of 1 I I I g WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT E f I 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 KY, NH and NJ. The waiver does not apply to any right to recover payments which the Minnesota Workers Compensation Reinsurance Association may have or pursue under M.S. 79.36. Schedule Where required by contract or written agreement prior to loss and allowed 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 premium charge 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 1%of the total manual premium. In the state of New York the premium charge is 2.00%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 of Virginia the premium charge is 5.00%of the total manual premium, subject to a minimum premium of$250 per policy. Western Summit Constructors, Inc. 7520 Cochran Road College Park, GA 30349 WC 00 03 13 1983 Natronal Council on Compensatirm Insurance. Page 1 of 2 Ed.04/01/1984 li I i i And/or where required by contract or written agreement prior toloss City of Las Vegas, Its Officers, Employees and Agents MWH Constructors, Inc. and Renewable Water Resources (Project Owner) 370 Interlocken Blvd, Suite 300 Broomfield, OH 80021 Re: Agreement#P7012939-10/Project#7012939 and Purchace Agreement #P7012395-11 Issued by Liberty Insurance Corporation 21814 For attachment to Policy No.WA7-68D-004088-515 Effective Date Premium$ Issued to IDEX Corporation WD 00 03 13 D 1983 National Council on Compensation Insurance Page 2 of 2 Ed-041010984 0092015,00028500054 I POLICY NUMBER:T62-681`W4ttg8.445 COMMERCIAL GENERAL L#RatUTY CG 25 03 05 09 THIS ENDORSEMENT ES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATEDTI T( GENERAL AGGREGATE IT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. For all sums which the insured becomes legally EL For all sumS which the insured becomes legally oNigated to pay as damages caused by "occur- obligated to pay as dam rences" under Section I—Coverage: A, and for all ages caused by medcai expenses caused by accidents urxter Poco all meds under Section I--Coverage A, and Section I — Coverage C, which can be attributed for all medical expenses caused by accidents aril to ongoing under Scotian I �- Coverage C, which carrot be y g g operations at a single designated attributed only to ongoing operations at a single construction project shown in the Schedule below_ desi 7. A separate Designated Construction Project Schedule below:emu structioxn project shrn+m in the Generat Aggregate Limit applies to each des- 1. Any payments made under Coverage A for ignated co'sbuction project, and that limit is damages or under Coverage C for medical equal to the amalnt of the General Aggregate expenses shall reduce the arnourd available Limit shown in the Declarations. under the General Aggregate Limit or the x. The Designated Consuixtiosn Project General Products-cOmPleted ppttions Aggregate Aggregate Limit is the most we will pay for the Limit,whichever is applicable;and sum of all damages under Coverage A, ex- z. Such payrnents shall not reduce any cept damages because of bodily Injury or Designated Construction Project General property damage" included in the "product's- Aggregate Limit. completed operations hazard". and for mei- C. When coverage for liatnility arising out of the cal enmses under Coverage C regardless of g g the number of: "pr+nducts-completed operations ham" i5 provr a. insureds. idea. any payments for damages because of 'bodily injury'or"property damage" included in the b, Claims made or"suits"brought;or 'products-completed operations hazard" will c. Persons or organizations making claims or reduce the Products-completed Operations Agg- bringing"suits". regate Limit, and not reduce the General Agg- 3. A negate Limit nix' the Designated Construction Any parts matte under Coverage A for Project General Aggregate Limit. damages or under Coverage C for medical a D. If the applicable designated coxnstrurtion project expenses shall reduce the Designated has been abandoned, def orabandoned Con- struction Project General Aggregate Limit for aan that designated co nstructicrs project. Stich then restarted, n Nth horized contracting payments g payments shall not reduce the General Ag- parties deviate from plans, blueprints, designs, gregate Limn shown in the Declarations nor Specifications or timetables. the project well still be shall they reduce any other Designated Con• deemed to be the same constructkn project. stnrction Project Geral Aggregate Limit for E. The provisions of Section III—Limits Of insurance any other designated construction project not othewise modified by this endorsement shall shown in the Schedule Wow, continue to apply as stipulated. 4. The limits shorn in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. Howe, instead of being subject to the General Aggregate Limit shove in the Decla- rations. such limits MR be subject to the appil- cable Designated Construction Project Gen- eral Aggregate Limit CG 25 03 05 09 0 insurance Services Office,Inc,,200 Rage y of 2 ✓ I)OYZOrSI1pOZ85(I(N)!SS SCHEDULE Designated Construction Project(s): Schedule RFS 210014-Water System Leak Detection Services and Survey for The Village of Glenview and the Village of Wlnnetka;f=low monitoring services for AC51HydrostRxture s of Virginia, LLC;Hanford County,MIS,220 South Main Street,Bel Air, MD 21014;Project Name; Bid NO, 11-136,Open-End Sewer Line Televising; Lccatbn: Hartford County Maryland_City of Oshkosh,Wt,Sanitary Collection System Flow Monitoring Services for the City of Oshkosh,WI:216 Church Ave.,Oshkosh,Wt 54903 Information required to complete this Schedule,if not shown at>gve,will be shown In the Declarations. CG 25 03 05 09 9)Insurance Services Office. Inc., 2008 Page 2 of 2 1