Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
Contract 2025-023ADocusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
AGREEMENT No. 2025-023
LEAK DETECTION SURVEYS
THIS AGREEMENT is made and entered into this loth day of March 2025, by and between the
CITY OF CLERMONT, FLORIDA, a municipal corporation under the laws of the State of Florida
whose address is: 685 W. Montrose Street, Clermont, Florida (hereinafter referred to as "CITY"),
and AMERICAN LEAK DETECTION, INC., whose address is: 199 Whitney Avenue, Suite 2,
New Haven, CT, 06511, (hereinafter referred to as "CONTRACTOR").
WHEREAS, New Hampshire Department of Environmental Services, through the public
procurement process, awarded an Agreement for Leak Detection Surveys Contract No. VC
#388478-13001;
WHEREAS, CITY desires to utilize the above -referenced awarded bid, CONTRACTOR's
response thereto, and Agreement in accordance with CITY's procurement policy; and
WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the terms and
conditions of the New Hampshire Department of Environmental Services Contract Number VC
#388478-13001;
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree
as follows:
1. SCOPE OF WORK
The CONTRACTOR shall furnish leak detection surveys as described in the New Hampshire
Department of Environmental Services Contract Number VC #388478-13001, which is attached
hereto and incorporated herein as Exhibit "A" and shall perform everything required by this
Agreement and the other exhibits attached hereto. Provided, however, that nothing herein shall
require CITY to purchase or acquire any items or services from CONTRACTOR that is not
specified in CITY's purchase order. To the extent of a conflict between this Agreement and Exhibit
"A", the terms and conditions of this Agreement shall prevail and govern. In all instances, the
CITY purchasing policy, resolutions, and ordinances shall apply.
2. THE CONTRACT SUM
CITY shall pay CONTRACTOR for the faithful performance of the Agreement as set forth in the
Agreement documents and the Price Schedule as set forth in Exhibit "B", attached hereto and
incorporated herein.
3. TERM AND TERMINATION
A. This Agreement is to become effective upon execution by both parties, and shall remain
in effect until Sunday, November 30, 2025 unless terminated or renewed by New
Hampshire Department of Environmental Services.
1
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
B. Notwithstanding any other provision of this Agreement, CITY may, upon written notice
to CONTRACTOR, terminate this Agreement: a) without cause and for CITY's
convenience upon thirty (30) days written notice to CONTRACTOR b) if
CONTRACTOR is adjudged to be bankrupt; c) if CONTRACTOR makes a general
assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of
the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a
labor dispute, which threatens to have a substantial, adverse impact upon the performance
of this Agreement, without prejudice to any other right or remedy CITY may have under
this Agreement. In the event of such termination, CITY shall be liable only for the
payment of all unpaid charges, determined in accordance with the provisions of this
Agreement, for work properly performed and accepted prior to the effective date of
termination.
4. PROVISION OF SERVICES AND COMPLETION OF WORK
A. The CONTRACTOR shall only provide to CITY the services contained under the Scope
of Work upon receipt of an authorized order from CITY and shall provide the requested
items in the timeframe and as set forth in New Hampshire Department of Environmental
Services Contract Number VC #388478-13001 or in the specific purchase order or
authorized order submitted by CITY. Nothing herein shall obligate CITY to purchase any
specific amount of product from CONTRACTOR or create an exclusive purchase
agreement between CITY and CONTRACTOR. CITY shall not be obligated or required
to pay for any items received until such time as CITY has accepted the items in
accordance with the order provided to CONTRACTOR.
B. CONTRACTOR, upon receipt of an order hereunder, shall immediately notify CITY if
there is an issue or question related to the fulfillment of the order or whether there will be
any delay in providing the items requested. Failure of CONTRACTOR to so notify CITY
will preclude CONTRACTOR from seeking payment of any kind for any items that were
delayed in delivery. Upon receipt of notification of the delay, CITY may, at its sole
option, cancel the order and seek the items from any available source.
C. It is expressly understood and agreed that the passing, approval, and/or acceptance of any
gasoline, diesel, kerosene, LP gas, and bio-diesel herein by CITY or by any agent or
representative as in compliance with the terms of this Contract shall not operate as a
waiver by the CITY of strict compliance with the terms of this Contract and the CITY
may require the CONTRACTOR replace the accepted gasoline, diesel, kerosene, LP gas,
and bio-diesel so as to comply with the warranties and specifications hereof.
D. COMPANY specifically acknowledges that this Contract does not bind or obligate CITY
to purchase any minimum quantity of product during the term hereof.
2
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
5. PAYMENTS
In accordance with the provisions fully set forth in the Contract Documents, the CONTRACTOR
shall submit an invoice to the CITY upon completion of the services and delivery of products as
set forth in the applicable purchase order. The CITY shall make payment to the CONTRACTOR
for all accepted deliveries and undisputed products delivered and services provided within thirty
(30) calendar days of receipt of the invoice.
6. DISPUTE RESOLUTION - MEDIATION
A. Any claim, dispute, or other matter arising out of or related to this Agreement shall be
subject to mediation as a condition precedent to voluntary arbitration or the institution of
legal or equitable proceedings by either party.
B. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes, and other
matters in question between them by mediation.
C. The parties shall share the mediator's fee and any filing fees equally. The mediation shall
be held in Clermont, Lake County, Florida unless another location is mutually agreed
upon. Agreements reached in mediation shall be enforceable as settlement Agreements in
any court having jurisdiction thereof.
7. INSURANCE AND INDEMNIFICATION RIDER
7.1. Worker's Compensation Insurance
The CONTRACTOR shall take out and maintain during the life of this Agreement, Worker's
Compensation Insurance for all its employees connected with the work of this Project and, in case
any work is sublet, the CONTRACTOR shall require the subCONTRACTOR similarly to provide
Worker's Compensation Insurance for all of the subCONTRACTOR employees unless such
employees are covered by the protection afforded by the CONTRACTOR. Such insurance shall
comply with the Florida Worker's Compensation Law. In case any class of employees engaged in
hazardous work under this Agreement at the site of the Project is not protected under the Worker's
Compensation statute, the CONTRACTOR shall provide adequate insurance, satisfactory to the
CITY, for the protection of employees not otherwise protected.
7.2. CONTRACTOR's Commercial General Liability Insurance
The CONTRACTOR shall take out and maintain during the life of this Agreement, Commercial
General Liability and Business Automobile Liability Insurance as shall protect it from claims for
damage for personal injury, including accidental death, as well as claims for property damages
which may arise from operating under this Agreement whether such operations are by itself or by
anyone directly or indirectly employed by it, and the amount of such insurance shall be as follows:
A. CONTRACTOR's Commercial General Liability, $1,000,000 Each ($2,000,000
aggregate). Liability Coverages, Bodily Injury Occurrence, & Property Damage
Combined Single Limit
3
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
B. Automobile Liability Coverages, $1,000,000 Each, Bodily Injury & Property Damage
Occurrence, Combined Single Limit
C. Excess Liability, Umbrella Form $2,000,000 Each Occurrence, Combined Single Limit
The insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended
to provide coverage on an occurrence basis.
7.3. Indemnification Rider
A. To the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold
harmless the CITY and its employees from and against all claims, damages, losses, and
expenses, including but not limited to reasonable attorney's fees, arising out of or
resulting from its performance of the Work, provided that any such claim, damage, loss
or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or
destruction of tangible property (other than the Work itself), and (2) is caused in whole or
in part by any negligent act or omission of the CONTRACTOR, any subcontractor,
anyone directly or indirectly employed by any of them or anyone for whose acts any of
them may be liable, regardless of whether or not such acts are caused in part by a parry
indemnified hereunder. Such obligation shall not be construed to negate, abridge, or
otherwise reduce any other right to obligation of indemnity which would otherwise exist
as to any parry or person described in this Article; however, this indemnification does not
include the sole acts of negligence, damage or losses caused by the CITY and its other
contractors.
B. In any and all claims against the CITY or any of its agents or employees by any
employee of the CONTRACTOR, any subcontractor, anyone directly or indirectly
employed by any of them, or anyone for whose acts any of them may be liable, the
indemnification obligations under this Paragraph shall not be limited in any way by any
limitation on the amount or type of damages, compensation or benefits payable by or for
the CONTRACTOR or any subcontractor under workers' or workmen's compensation
acts, disability benefit acts or other employee benefit acts.
C. The CONTRACTOR hereby acknowledges receipt of ten dollars and other good and
valuable consideration from the CITY for the indemnification provided herein.
8. NOTICES
All notices shall be in writing and sent by United States mail, certified or registered, with return
receipt requested and postage prepaid, or by nationally recognized overnight courier service to the
address of the party set forth below. Any such notice shall be deemed given when received by the
party to whom it is intended.
0
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
CONTRACTOR:
American Leak Detection
199 Whitney Avenue, Suite 2, New Haven, CT, 06511
Attn: Jimmy Carter, Senior Director of Field Operations
OWNER:
City of Clermont
685 W. Montrose Street, Clermont, FL 34711
Attn: Rick Van Wagner, Interim City Manager
Either party may change the name of the person receiving notices and the address at which notices
are received by so advising the other party in writing.
9. MISCELLANEOUS
9.1. Attorneys' Fees
In the event a suit or action is instituted to enforce or interpret any provision of this Agreement,
the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as
attorneys' fees at trial or on any appeal, in addition to all other sums provided by law.
9.2. Waiver
The waiver by CITY of breach of any provision of this Agreement shall not be construed or operate
as a waiver of any subsequent breach of such provision or of such provision itself and shall in no
way affect the enforcement of any other provisions of this Agreement.
9.3. Severability
If any provision of this Agreement or the application thereof to any person or circumstance is to
any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified
in such a manner as to make the Agreement valid and enforceable under applicable law, the
remainder of this Agreement and the application of such a provision to other persons or
circumstances shall be unaffected, and this Agreement shall be valid and enforceable to the fullest
extent permitted by applicable law.
9.4. Amendment
Except for as otherwise provided herein, this Agreement may not be modified or amended except
by an Agreement in writing signed by both parties.
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
9.5. Entire Agreement
This Agreement, including the documents incorporated by reference, contains the entire
understanding of the parties hereto and supersedes all prior and contemporaneous Agreements
between the parties with respect to the performance of services by CONTRACTOR.
9.6. Assignment
Except in the event of a merger, consolidation, or other change of control pursuant to the sale of
all or substantially all of either parry's assets, this Agreement is personal to the parties hereto and
may not be assigned by CONTRACTOR, in whole or in part, without the prior written consent of
CITY.
9.7. Venue
The parties agree that the sole and exclusive venue for any cause of action arising out of this
Agreement shall be Lake County, Florida.
9.8. Applicable Law
This Agreement and any amendments hereto are executed and delivered in the State of Florida and
shall be governed, interpreted, construed, and enforced in accordance with the laws of the State of
Florida.
9.9. Public Records
The CONTRACTOR expressly understands records associated with this project are public records
and agrees to comply with Florida's Public Records law, including the following:
A. Keep and maintain public records that ordinarily and necessarily would be required by
the CITY in order to perform the services contemplated herein.
B. Provide the public with access to public records on the same terms and conditions that the
CITY would provide the records and at a cost that does not exceed the cost provided in
Florida's Public Records law or as otherwise provided by law.
C. Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law.
D. Meet all requirements for retaining public records and transfer, at no cost, to the CITY all
public records in possession of CONTRACTOR upon the termination of the contract and
destroy any duplicate public records that are exempt or confidential and exempt from
public records disclosure requirements. The CONTRACTOR shall make reasonable
efforts to provide all records stored electronically to the CITY in a format compatible
with the information technology systems of the CITY.
E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, THE
Cel
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC
RECORDS AT THE CITY CLERK'S OFFICE, (352) 241-7331.
10. AGREEMENT DOCUMENTS
The Agreement Documents, as listed below, are herein made fully a part of this Agreement as if
herein repeated.
Document Precedence:
A. This Agreement
B. Purchase Order / Notice To Proceed
C. An applicable Contractor Quote or Statement of Work
D. All documents contained in the New Hampshire Department of Environmental Services
Contract Number VC #388478-B001.
7
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
IN WITNESS WHEREOF, the parties hereto have executed this Agreement.
CITY OF CLERMONT ATTEST
Signed by: DocuSigned by:
jE(,�c Val i�a�la t v EE� Zcl�, 14-0"
33260AB5B04D4AE... 36CE73E6E94E49F...
SIGNATURE
Rick Van Wagner
FULL NAME
Interim City Manager
TITLE
3/7/2025
DATE SIGNED
AMERICAN LEAK DETECTION, INC.
DocuSigned by:
30BEAOA0099D40F...
SIGNATURE
FULL NAME
3/7/2025
DATE SIGNED
Senior Director of Field Operations
TITLE
SIGNATURE on behalf of
Tracy Ackroyd Howe
FULL NAME
City Clerk
TITLE
3/10/2025
DATE SIGNED
STAMP
i
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
Exhibits List
A - NHDES Contract
B - Clermont Proposal
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
Exhibit A
N H DES Contract
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
_ The State of New Hampshire
NHDES Department of Environmental Services
Robert R. Scott, Commissioner
May 6, 2024
His Excellency, Governor Christopher T. Sununu
and the Honorable Council
State House
Concord, New Hampshire 03301
REQUESTED ACTION
APPROVED G C
DATE
rrEm o
Authorize the New Hampshire Department of Environmental Services (NHDES) to enter into a contract
with American Leak Detection, Inc. (VC #388478-8001), New Haven, CT, in the amount of $341,280 in
order to conduct leak detection surveys at 77 New Hampshire community water systems, effective upon
Governor and Council approval through November 30, 2025. 100% Federal Funds.
Funding is available in the account as follows.
FY 2024
03-44-44-441018-5564-102-500731 $341,280
Department of Environmental Services, DWSRF BIL Administration, Contracts for Program Services
EXPLANATION
The purpose of the project is to complete leak detection surveys at New Hampshire community water
systems. Leak detection and repair play a fundamental role in reducing water and energy consumption in
water systems through the identification and reduction of water loss and waste.
In June 2023, NHDES sent leak detection project solicitations to all community water systems in New
Hampshire. Seventy-seven water systems submitted applications with relevant details, such as a proposed
project description and demonstration of need. Members of the NHDES Drinking Water and Groundwater
Bureau reviewed the applications and selected all 77 water systems to be included in the Request for
Proposals (RFP).
N HDES posted the RFP for leak detection firms to place competitive bids for completing the leak detection
surveys at the 77 water systems. Three proposals were received. A three -person review team consisting
of experienced NHDES personnel scored the proposals in terms of adequacy of approach, qualifications
and experience, cost, survey completion times, and overall project understanding. See Attachment A for
a summary of the scoring.
The proposal submitted by American Leak Detection, Inc. (ALD) provided clear plans describing how
different leak detection techniques would be utilized and specifically considered the pipe materials and
contact point spacing within the water systems. ALD was awarded a similar leak detection contract in
www.des.nh.gov
29 Hazen Drive e PO Box 95 a Concord, NH 03302-0095
(603) 271-2513 . Fax: 271-5171 e TDD Access: Relay NH 1-800-735-2964
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
His Excellency, Governor Christopher T. Sununu
and the Honorable Council
Page 2 of 2
2022; therefore, the review team was also able to consider prior experiences with the firm. ALD's
experience and approach ensure a maximum return on investment in the form of water loss recovery and
energy savings.
ALD will complete leak detection surveys at 77 water systems during the 2024 and 2025 field seasons. The
surveys will be conducted in accordance with the "Manual of Water Supply Practices, Water Audits and
Loss Control Programs" document identification number AWWA M36, American Water Works
Association, 2016. Surveys will be performed in 2 phases: an initial screening of the area to identify
suspected leaks, followed by a pinpointing phase to locate the suspected leaks. A detailed report of the
findings will be filed with NHDES and the water system at the conclusion of each survey. It will be the
responsibility of the water system to repair any leaks found.
This contract has been approved as to form, substance, and execution by the Office of the Attorney
General. In the event that Federal funds no longer become available, General funds will not be requested
to support this program.
We respectfully request your approval.
A�
Robert R. Scott, Commissioner
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED FORM NUMBER P-37 (version 2/23/2023)
Notice: This agreement and all of its attachments shall become public upon submission to Governor and
Executive Council for approval. Any information that is private, confidential or proprietary must
be clearly identified to the agency and agreed to in writing prior to signing the contract.
AGREEMENT
The State of New Hampshire and the Contractor hereby mutually agree as follows:
GENERAL PROVISIONS
1. IDENTIFICATION.
1.1 State Agency Name
1.2 State Agency Address
New Hampshire Department of Environmental
29 Hazen Drive, Concord, NH 03301
Services
1.3 Contractor Name
1.4 Contractor Address
American Leak Detection, Inc.
199 Whitney Avenue, New Haven, CT 06511
1.5 Contractor Phone
1.6 Account Unit and Class
1.7 Completion Date
1.8 Price Limitation
Number
03-44-44-441018-5564-
11/30/2025
$341,280
760-320-9991
102
1.9 Contracting Officer for State Agency
1.10 State Agency Telephone Number
Kelsey Vaughn
603-271-6685
1.11 Contractor Signature /'
1.12(Name., andntractor Signatory
ame.:and Tale ooff Co
J
Date:..,
._ f
q
�-•..'
7-1
1.13 State Age cy Signature
1.14 Name and ttitle(o�f State Agency Signatory
Date: s
Z5Approval
, 1
ko, eer9, 7�oT1� l_p�l'1nassimeL N
by the N.H. Department of Administration, Division of Personnel (if applicable)
By: Director, On:
1.16 Approval by the Attorney General (form, Substance Execution) (if applicable)
--an``d
By: ,Y�l��ls�2 +?-LLI On: -11012
1.17 Approval by the G ernor and Executive Council (if applicable)
G&C Item number: G&C Meeting Date:
Page 1 of 4
Contractor Lnitials`�
Date'= . L
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
2. SERVICES TO BE PERFORMED. The State of New
Hampshire, acting through the agency identified in block 1.1
("State"), engages contractor identified in block 1.3 ("Contractor")
to perform, and the Contractor shall perform, the work or sale of
goods, or both, identified and more particularly described in the
attached EXHIBIT B which is incorporated herein by reference
("Services").
3. EFFECTIVE DATE/COMPLETION OF SERVICES.
3.1 Notwithstanding any provision of this Agreement to the
contrary, and subject to the approval of the Governor and
Executive Council of the State of New Hampshire, if applicable,
this Agreement, and all obligations of the parties hereunder, shall
become effective on the date the Governor and Executive Council
approve this Agreement, unless no such approval is required, in
which case the Agreement shall become effective on the date the
Agreement is signed by the State Agency as shown in block 1.13
("Effective Date").
3.2 If the Contractor commences the Services prior to the Effective
Date, all Services performed by the Contractor prior to the
Effective Date shall be performed at the sole risk of the Contractor,
and in the event that this Agreement does not become effective, the
State shall have no liability to the Contractor, including without
limitation, any obligation to pay the Contractor for any costs
incurred or Services performed.
3.3 Contractor must complete all Services by the Completion Date
specified in block 1.7.
4. CONDITIONAL NATURE OF AGREEMENT.
Notwithstanding any provision of this Agreement to the contrary,
all obligations of the State hereunder, including, without limitation,
the continuance of payments hereunder, are contingent upon the
availability and continued appropriation of funds. In no event shall
the State be liable for any payments hereunder in excess of such
available appropriated funds. In the event of a reduction or
termination of appropriated funds by any state or federal legislative
or executive action that reduces, eliminates or otherwise modifies
the appropriation or availability of funding for this Agreement and
the Scope for Services provided in EXHIBIT B, in whole or in part,
the State shall have the right to withhold payment until such funds
become available, if ever, and shall have the right to reduce or
terminate the Services under this Agreement immediately upon
giving the Contractor notice of such reduction or termination. The
State shall not be required to transfer funds from any other account
or source to the Account identified in block 1.6 in the event funds
in that Account are reduced or unavailable.
5. CONTRACT PRICE/PRICE LIMITATION/ PAYMENT.
5.1 The contract price, method of payment, and terms of payment
are identified and more particularly described in EXHIBIT C
which is incorporated herein by reference.
5.2 Notwithstanding any provision in this Agreement to the
contrary, and notwithstanding unexpected circumstances, in no
event shall the total of all payments authorized, or actually made
hereunder, exceed the Price Limitation set forth in block 1.8. The
payment by the State of the contract price shall be the only and the
complete reimbursement to the Contractor for all expenses, of
whatever nature incurred by the Contractor in the performance
hereof, and shall be the only and the complete compensation to the
Contractor for the Services.
5.3 The State reserves the right to offset from any amounts
otherwise payable to the Contractor under this Agreement those
liquidated amounts required or permitted by N.H. RSA 80:7
through RSA 80:7-c or any other provision of law.
5.4 The State's liability under this Agreement shall be limited to
monetary damages not to exceed the total fees paid. The Contractor
agrees that it has an adequate remedy at law for any breach of this
Agreement by the State and hereby waives any right to specific
performance or other equitable remedies against the State.
6. COMPLIANCE BY CONTRACTOR WITH LAWS AND
REGULATIONS/EQUAL EMPLOYMENT
OPPORTUNITY.
6.1 In connection with the performance of the Services, the
Contractor shall comply with all applicable statutes, laws,
regulations, and orders of federal, state, county or municipal
authorities which impose any obligation or duty upon the
Contractor, including, but not limited to, civil rights and equal
employment opportunity laws and the Governor's order on Respect
and Civility in the Workplace, Executive order 2020-01. In
addition, if this Agreement is funded in any part by monies of the
United States, the Contractor shall comply with all federal
executive orders, rules, regulations and statutes, and with any rules,
regulations and guidelines as the State or the United States issue to
implement these regulations. The Contractor shall also comply
with all applicable intellectual property laws.
6.2 During the term of this Agreement, the Contractor shall not
discriminate against employees or applicants for employment
because of age, sex, sexual orientation, race, color, marital status,
physical or mental disability, religious creed, national origin,
gender identity, or gender expression, and will take affirmative
action to prevent such discrimination, unless exempt by state or
federal law. The Contractor shall ensure any subcontractors
comply with these nondiscrimination requirements.
6.3 No payments or transfers of value by Contractor or its
representatives in connection with this Agreement have or shall be
made which have the purpose or effect of public or commercial
bribery, or acceptance of or acquiescence in extortion, kickbacks,
or other unlawful or improper means of obtaining business.
6.4. The Contractor agrees to permit the State or United States
access to any of the Contractor's books, records and accounts for
the purpose of ascertaining compliance with this Agreement and
all rules, regulations and orders pertaining to the covenants, terms
and conditions of this Agreement.
7. PERSONNEL.
7.1 The Contractor shall at its own expense provide all personnel
necessary to perform the Services. The Contractor warrants that all
personnel engaged in the Services shall be qualified to perform the
Services, and shall be properly licensed and otherwise authorized
to do so under all applicable laws.
7.2 The Contracting Officer specified in block 1.9, or any
successor, shall be the State's point of contact pertaining to this
Agreement.
Page 2 of 4
Contractor Initials
Date':�
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
8. EVENT OF DEFAULT/REMEDIES.
8.1 Any one or more of the following acts or omissions of the
Contractor shall constitute an event of default hereunder ("Event
of Default"):
8.1.1 failure to perform the Services satisfactorily or on schedule;
8.1.2 failure to submit any report required hereunder; and/or
8.1.3 failure to perform any other covenant, term or condition of
this Agreement.
8.2 Upon the occurrence of any Event of Default, the State may
take any one, or more, or all, of the following actions:
8.2.1 give the Contractor a written notice specifying the Event of
Default and requiring it to be remedied within, in the absence of a
greater or lesser specification of time, thirty (30) calendar days
from the date of the notice; and if the Event of Default is not timely
cured, terminate this Agreement, effective two (2) calendar days
after giving the Contractor notice of termination;
8.2.2 give the Contractor a written notice specifying the Event of
Default and suspending all payments to be made under this
Agreement and ordering that the portion of the contract price which
would otherwise accrue to the Contractor during the period from
the date of such notice until such time as the State determines that
the Contractor has cured the Event of Default shall never be paid
to the Contractor;
8.2.3 give the Contractor a written notice specifying the Event of
Default and set off against any other obligations the State may owe
to the Contractor any damages the State suffers by reason of any
Event of Default; and/or
8.2.4 give the Contractor a written notice specifying the Event of
Default, treat the Agreement as breached, terminate the Agreement
and pursue any of its remedies at law or in equity, or both.
9. TERMINATION.
9.1 Notwithstanding paragraph 8, the State may, at its sole
discretion, terminate the Agreement for any reason, in whole or in
part, by thirty (30) calendar days written notice to the Contractor
that the State is exercising its option to terminate the Agreement.
9.2 In the event of an early termination of this Agreement for any
reason other than the completion of the Services, the Contractor
shall, at the State's discretion, deliver to the Contracting Officer,
not later than fifteen (15) calendar days after the date of
termination, a report ("Termination Report") describing in detail
all Services performed, and the contract price earned, to and
including the date of termination. In addition, at the State's
discretion, the Contractor shall, within fifteen (15) calendar days
of notice of early termination, develop and submit to the State a
transition plan for Services under the Agreement.
10. PROPERTY OWNERSHENDISCLOSURE.
10.1 As used in this Agreement, the word "Property" shall mean
all data, information and things developed or obtained during the
performance of, or acquired or developed by reason of, this
Agreement, including, but not limited to, all studies, reports, files,
formulae, surveys, maps, charts, sound recordings, video
recordings, pictorial reproductions, drawings, analyses, graphic
representations, computer programs, computer printouts, notes,
letters, memoranda, papers, and documents, all whether finished or
unfinished.
10.2 All data and any Property which has been received from the
State, or purchased with funds provided for that purpose under this
Agreement, shall be the property of the State, and shall be returned
to the State upon demand or upon termination of this Agreement
for any reason.
10.3 Disclosure of data, information and other records shall be
governed by N.H. RSA chapter 91-A and/or other applicable law.
Disclosure requires prior written approval of the State.
11. CONTRACTOR'S RELATION TO THE STATE. In the
performance of this Agreement the Contractor is in all respects an
independent contractor, and is neither an agent nor an employee of
the State. Neither the Contractor nor any of its officers, employees,
agents or members shall have authority to bind the State or receive
any benefits, workers' compensation or other emoluments
provided by the State to its employees.
12. ASSIGNMENT/DELEGATION/SUBCONTRACTS.
12.1 Contractor shall provide the State written notice at least fifteen
(15) calendar days before any proposed assignment, delegation, or
other transfer of any interest in this Agreement. No such
assignment, delegation, or other transfer shall be effective without
the written consent of the State.
12.2 For purposes of paragraph 12, a Change of Control shall
constitute assignment. "Change of Control" means (a) merger,
consolidation, or a transaction or series of related transactions in
which a third parry, together with its affiliates, becomes the direct
or indirect owner of fifty percent (50%) or more of the voting
shares or similar equity interests, or combined voting power of the
Contractor, or (b) the sale of all or substantially all of the assets of
the Contractor.
I2.3 None of the Services shall be subcontracted by the Contractor
without prior written notice and consent of the State.
12.4 The State is entitled to copies of all subcontracts and
assignment agreements and shall not be bound by any provisions
contained in a subcontract or an assignment agreement to which it
is not a party.
13. INDEMNIFICATION. The Contractor shall indenuufy,
defend, and hold harmless the State, its officers, and employees
from and against all actions, claims, damages, demands,
judgments, fines, liabilities, losses, and other expenses, including,
without limitation, reasonable attorneys' fees, arising out of or
relating to this Agreement directly or indirectly arising from death,
personal injury, property damage, intellectual property
infringement, or other claims asserted against the State, its officers,
or employees caused by the acts or omissions of negligence,
reckless or willful misconduct, or fraud by the Contractor, its
employees, agents, or subcontractors. The State shall not be liable
for any costs incurred by the Contractor arising under this
paragraph 13. Notwithstanding the foregoing, nothing herein
contained shall be deemed to constitute a waiver of the State's
sovereign immunity, which immunity is hereby reserved to the
State. This covenant in paragraph 13 shall survive the termination
of this Agreement.
Page 3 of 4
Contractor Initials
Date '�'
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
14. INSURANCE.
14.1 The Contractor shall, at its sole expense, obtain and
continuously maintain in force, and shall require any subcontractor
or assignee to obtain and maintain in force, the following
insurance:
14.1.1 commercial general liability insurance against all claims of
bodily injury, death or property damage, in amounts of not less than
$1,000,000 per occurrence and $2,000,000 aggregate or excess;
and
14.1.2 special cause of loss coverage form covering all Property
subject to subparagraph 10.2 herein, in an amount not less than
80% of the whole replacement value of the Property.
14.2 The policies described in subparagraph 14.1 herein shall be on
policy forms and endorsements approved for use in the State of
New Hampshire by the N.H. Department of Insurance, and issued
by insurers licensed in the State of New Hampshire.
14.3 The Contractor shall furnish to the Contracting Officer
identified in block 1.9, or any successor, a certificate(s) of
insurance for all insurance required under this Agreement. At the
request of the Contracting Officer, or any successor, the Contractor
shall provide certificate(s) of insurance for all renewal(s) of
insurance required under this Agreement. The certificate(s) of
insurance and any renewals thereof shall be attached and are
incorporated herein by reference.
15. WORKERS' COMPENSATION.
15.1 By signing this agreement, the Contractor agrees, certifies and
warrants that the Contractor is in compliance with or exempt from,
the requirements of N.H. RSA chapter 281-A ("Workers'
Compensation ').
15.2 To the extent the Contractor is subject to the requirements of
N.H. RSA chapter 281-A, Contractor shall maintain, and require
any subcontractor or assignee to secure and maintain, payment of
Workers' Compensation in connection with activities which the
person proposes to undertake pursuant to this Agreement. The
Contractor shall furnish the Contracting Officer identified in block
1.9, or any successor, proof of Workers' Compensation in the
manner described in N.H. RSA chapter 281-A and any applicable
renewal(s) thereof, which shall be attached and are incorporated
herein by reference. The State shall not be responsible for payment
of any Workers' Compensation premiums or for any other claim or
benefit for Contractor, or any subcontractor or employee of
Contractor, which might arise under applicable State of New
Hampshire Workers' Compensation laws in connection with the
performance of the Services under this Agreement.
16. WAIVER OF BREACH. A State's failure to enforce its rights
with respect to any single or continuing breach of this Agreement
shall not act as a waiver of the right of the State to later enforce any
such rights or to enforce any other or any subsequent breach.
17. NOTICE. Any notice by a party hereto to the other party shall
be deemed to have been duly delivered or given at the time of
mailing by certified mail, postage prepaid, in a United States Post
Office addressed to the parties at the addresses given in blocks 1.2
and 1.4, herein.
18. AMENDMENT. This Agreement may be amended, waived or
discharged only by an instrument in writing signed by the parties
hereto and only after approval of such amendment, waiver or
discharge by the Governor and Executive Council of the State of
New Hampshire unless no such approval is required under the
circumstances pursuant to State law, rule or policy.
19. CHOICE OF LAW AND FORUM.
19.1 This Agreement shall be governed, interpreted and construed
in accordance with the laws of the State of New Hampshire except
where the Federal supremacy clause requires otherwise. The
wording used in this Agreement is the wording chosen by the
parties to express their mutual intent, and no rule of construction
shall be applied against or in favor of any party.
19.2 Any actions arising out of this Agreement, including the
breach or alleged breach thereof, may not be submitted to binding
arbitration, but must, instead, be brought and maintained in the
Merrimack County Superior Court of New Hampshire which shall
have exclusive jurisdiction thereof.
20. CONFLICTING TERMS. In the event of a conflict between
the terms of this P-37 form (as modified in EXHIBIT A) and any
other portion of this Agreement including any attachments thereto,
the terms of the P-37 (as modified in EXHIBIT A) shall control.
21. THIRD PARTIES. This Agreement is being entered into for
the sole benefit of the parties hereto, and nothing herein, express or
implied, is intended to or will confer any legal or equitable right,
benefit, or remedy of any nature upon any other person.
22. HEADINGS. The headings throughout the Agreement are for
reference purposes only, and the words contained therein shall in
no way be held to explain, modify, amplify or aid in the
interpretation, construction or meaning of the provisions of this
Agreement.
23. SPECIAL PROVISIONS. Additional or modifying
provisions set forth in the attached EXHIBIT A are incorporated
herein by reference.
24. FURTHER ASSURANCES. The Contractor, along with its
agents and affiliates, shall, at its own cost and expense, execute any
additional documents and take such further actions as may be
reasonably required to carry out the provisions of this Agreement
and give effect to the transactions contemplated hereby.
25. SEVERABILITY. In the event any of the provisions of this
Agreement are held by a court of competent jurisdiction to be
contrary to any state or federal law, the remaining provisions of
this Agreement will remain in full force and effect.
26. ENTIRE AGREEMENT. This Agreement, which may be
executed in a number of counterparts, each of which shall be
deemed an original, constitutes the entire agreement and
understanding between the parties, and supersedes all prior
agreements and understandings with respect to the subject matter
hereof.
Page 4 of 4
Contractor Initials C4::r_
Date Al -30- a- 4 j
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
ALD — Leak Detection Survey Project
Page 1 of 12
EXHIBIT A
SPECIAL PROVISIONS
Federal Funds paid under this Agreement are from a Grant to the State from United States Environmental
Protection Agency, New Hampshire Drinking Water State Revolving Fund under CFDA #66.468. All applicable
requirements, regulations, provisions, terms and conditions of this Federal Grant are hereby adopted in full force
and effect to the relationship between the New Hampshire Department of Environmental Services (NH DES) and
the Contractor.
FEDERAL FUNDING ACCOUNTABILITY and TRANSPARENCY ACT (FFATA): The Subreciplent shall comply with the
terms of the FFATA by providing NHDES with their Unique Entity Identifier (UEI) and all applicable Executive
Compensation Data information as required under the FFATA. A UEI may be obtained by visiting
https://www.sam.gov.
SAM REGISTRATION: The Subrecipient must have an active registration with the System for Award Management
(SAM) (https://www.sam.gov).
GENERALLY ACCEPTED ACCOUNTING PROCEDURES: The Subrecipient, if a governmental entity, shall maintain
project accounts in accordance with the Generally Accepted Accounting Principles (GAAP), including standards
relating to the reporting of infrastructure assets as issued by the Governmental Accounting Standards Board
(GASB). The full text of Governmental Accounting Reporting Standards is available through the GASB website at:
http://www.gasb.org.
RECORDKEEPING REQUIREMENTS: The Subrecipient must maintain records and financial documents for five years
after all funds have been expended or returned to the State and/or Treasury. Treasury may request transfer of
records of long-term value at the end of such period. Wherever practicable, such records should be collected,
transmitted, and stored in open and machine-readable formats.
The Subrecipient must agree to provide or make available such records to the State and Treasury upon request,
and to the Government Accountability Office (GAO), Treasury's Office of Inspector General (OIG), and their
authorized representative in order to conduct audits or other investigations.
SINGLE AUDIT REQUIREMENTS: Recipients and subrecipients that expend more than $7S0,000 in Federal awards
during their fiscal year will be subject to an audit under the Single Audit Act and its implementing regulation at 2
CFR Part 200, Subpart F regarding audit requirements. Recipients and subrecipients may also refer to the Office of
Management and Budget (OMB) Compliance Supplements for audits of federal funds and related guidance and
the Federal Audit Clearinghouse to see example and single audit submissions.
CIVIL RIGHTS COMPLIANCE: The sub -grantee, contractor, subcontractor, successor, transferee, and assignee shall
comply, and shall include in every contract or agreement funded with these funds this same requirement to
comply, with Title VI of the Civil Rights Act of 1964, which prohibits recipients of federal financial assistance from
excluding from a program or activity, denying benefits of, or otherwise discriminating against a person on the
basis of race, color, or national origin (42 U.S.C. § 2000d et seq.), as implemented by the Department of the
Treasury's Title VI regulations, 31 CFR Part 22, which are herein incorporated by reference and made a part of this
contract (or agreement). Title VI also includes protection to persons with "Limited English Proficiency" in any
program or activity receiving federal financial assistance, 42 U.S.C. § 2000d et seq., as implemented by the
Contractor Initials '-AL
Date -7
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
ALD — Leak Detection Survey Project
Page 2 of 12
Department of the Treasury's Title VI regulations, 31 CFR Part 22, and herein incorporated by reference and made
a part of this contract or agreement.
In order to carry out its enforcement responsibilities under Title VI of the Civil Rights Act, NHDES may collect and
review information from subrecipients to ascertain their compliance with the applicable requirements before and
after providing financial assistance. Treasury's implementing regulations, 31 CFR part 22, and the Department of
Justice (DOJ) regulations, Coordination of Non-discrimination in Federally Assisted Programs, 28 CFR part 42,
provide for the collection of data and information from recipients and subrecipients (see 28 CFR 42.406),
PERIOD OF PERFORMANCE: This Agreement will commence upon approval of Governor and Council and the
Protect, including all reports required by this Agreement, and shall be completed in its entirety prior to the
completion date shown in block 1.7 of Form Number P-37.
PROCUREMENT, SUSPENSION AND DEBARMENT: Recipients are responsible for ensuring that any procurement
using SLFRF funds, or payments under procurement contracts using such funds, are consistent with the
procurement standards set forth in the Uniform Guidance at 2 CFR 200.317 through 2 CFR 200.327, as applicable.
The Uniform Guidance establishes in 2 CFR 200.319 that all procurement transactions for property or services
must be conducted in a manner providing full and open competition, consistent with standards outlined in 2 CFR
200.320, which allows for non-competitive procurements only in circumstances where at least one of the
conditions below is true: the item is below the micro -purchase threshold; the item is only available from a single
source; the public exigency or emergency will not permit a delay from publicizing a competitive solicitation; or
after solicitation of a number of sources, competition is determined inadequate. Subrecipients must have and use
documented procurement procedures that are consistent with the standards outlined in 2 CFR 200.317 through 2
CFR 200.320.
The subrecipient shall fully comply with Subpart C of 2 C.F.R. Part 180 entitled, "Responsibilities of Participants
Regarding Transactions Doing Business With Other Persons," as implemented and supplemented by 2 C.F.R. Part
1532. The subrecipient is responsible for ensuring that any lower tier covered transaction, as described in Subpart
B of 2 C.F.R. Part 180, entitled "Covered Transactions," and 2 C.F.R. § 1532.220, includes a term or condition
requiring compliance with 2 C.F.R. Part 180, Subpart C. The subrecipient is responsible for further requiring the
inclusion of a similar term and condition in any subsequent lower tier covered transactions. The subrecipient
acknowledges that failing to disclose the information required under 2 C.F.R. § 180.335 to NHDES may result in
the delay or negation of this assistance agreement, or pursuance of administrative remedies, including suspension
and debarment. Subrecipients may access the System for Award Management (SAM) exclusion list at
https:Hsam.gov/SAM/ to determine whether an entity or individual is presently excluded or disqualified.
By entering into this Agreement, the subrecipient certifies that the subrecipient is not debarred or suspended.
Furthermore, the subreciplent certifies that no part of this contract will be subcontracted to a debarred or
suspended person or firm.
PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT: This
term and condition implements 2 CFR 200.216 and is effective for obligations and expenditures of EPA financial
assistance funding on or after 8/13/2020. As required by 2 CFR 200.216, EPA recipients and subrecipients,
including borrowers under EPA funded revolving loan fund programs, are prohibited from obligating or expending
loan or grant funds to procure or obtain; extend or renew a contract to procure or obtain; or enter into a contract
(or extend or renew a contract) to procure or obtain equipment, services, or systems that use covered
telecommunications equipment or services as a substantial or essential component of any system, or as critical
Contractor Initials{_
Date '�c' • 1If
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
ALD — Leak Detection Survey Project
Page 3 of 12
technology as part of any system. As described in Public Law 115-232, section 889, covered telecommunications
equipment is telecommunications equipment produced by Huawei Technologies Company orZTE Corporation (or
any subsidiary or affiliate of such entities).
Recipients, subrecipients, and borrowers also may not use EPA funds to purchase:
a. For the purpose of public safety, security of government facilities, physical security surveillance of critical
infrastructure, and other national security purposes, video surveillance and telecommunications
equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology
Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities).
b. Telecommunications or video surveillance services provided by such entities or using such equipment.
c. Telecommunications or video surveillance equipment or services produced or provided by an entity that
the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of
the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or
otherwise connected to, the government of a covered foreign country.
Consistent with 2 CFR 200.471, costs incurred for telecommunications and video surveillance services or
equipment such as phones, internet, video surveillance, and cloud servers are allowable except for the following
circumstances:
a. Obligating or expending EPA funds for covered telecommunications and video surveillance services or
equipment or services as described in 2 CFR 200.216 to:
(1) Procure or obtain, extend or renew a contract to procure or obtain;
(2) Enter into a contract (or extend or renew a contract) to procure; or
(3) Obtain the equipment, services, or systems. Certain prohibited equipment, systems, or
services, including equipment, systems, or services produced or provided by entities
identified in section 889, are recorded in the System for Award Management exclusion list
which can be found at https:awww.sam.gov/SAM/pages/public/index.isf.
OTHER SPECIAL PROVISIONS
1. Changes to the Scope of Services or reallocation of funds require NHDES approval in advance. Payments will
be made based on submitted invoices. Work must be completed by the completion date listed on the
Agreement (section 1.7).
2. Allowable costs. All costs charged to this Agreement shall be eligible, necessary, and reasonable for
performing the tasks outlined in the approved project scope of services. The costs, including match, shall be
incurred during the period of performance of the project, and shall be allowable, meaning that the costs must
conform to specific federal requirements detailed in 2 CFR part 200 Subpart E.
3. Property Management. The Contractor shall comply with the property management and procedures detailed
in 2 CFR Part 200 Subpart D, if applicable.
4. Restrictions on Lobbying. The Contractor shall comply with the terms of 15 CFR part 28 and 2 CFR Part 200
Subpart E which prohibit the use of federal Contract funds to influence (or attempt to influence) a federal
employee and requires the submission of Standard Form LLL ("Disclosure of Lobbying Activities") if nonfederal
funds have been used to influence (or attempt to influence) a federal employee.
Contractor Initials
Date
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
ALD — Leak Detection Survey Project
Page 4 of 12
5. Drug -Free Workplace. The Contractor shall comply with the terms of 2 CFR part 1329, which require that as a
condition of the Agreement, certification that they maintain a drug -free workplace. By signing and submitting
the Agreement, the Contractor certifies that he or she will not engage in the unlawful manufacture,
distribution, dispensing, possession, or use of a controlled substance in conducting any activity associated
with the Agreement.
Protection for Whistleblowers. The Contractor shall comply with the terms of 41 U.S.C. §471 regarding
Whistleblower protections. As described in 41 USC §471 "an employee of a contractor, subcontractor,
grantee, or subgrantee or personal services contractor may not be discharged, demoted, or otherwise
discriminated against as a reprisal for disclosing to a person or body described in paragraph (2) information
that the employee reasonably believes is evidence of gross mismanagement of a Federal contract or grant, a
gross waste of Federal funds, an abuse of authority relating to a Federal contract or grant, a substantial and
specific danger to public health or safety, or a violation of law, rule, or regulation related to a Federal contract
(including the competition for or negotiation of a contract) or grant."
EXHIBIT B
SCOPE OF SERVICES
American Leak Detection, Inc. (ALD) shall perform work outlined in their proposal entitled Leak Survey Proposal,
dated January 20, 2024, and incorporated herein by reference.
ALD shall complete a comprehensive acoustic leak detection survey on the water distribution system as well as an
accompanying report for 77 New Hampshire community water systems. The leak detection surveys shall be
conducted in accordance with the fourth edition of the AWWA Manual of Water Supply Practices M36: Water
Audits and Loss Control Programs. The 77 water systems, totaling approximately 1,400 miles of distribution pipe,
have been selected by NHDES as follows:
PWSID
Water System.
Town
of System to
Be Surveyed . ';,
Milesto Be'
Surveyed
0091010
ANTRIM SEWER & WATER DEPARTMENT
ANTRIM
100%
8
0101010
ASHLAND WATER DEPARTMENT
ASHLAND
100%
12
0162050
NORTH LEDGE
BARTLETT
100%
4
0162190
CRAWFORD HILLS
BARTLETT
100%
1
0162350
GOODRICH PROPERTY
BARTLETT
100%
4
0162410
STILLINGS GRANT
BARTLETT
100%
2
0202010
ABENAKI WATER/LAKELAND
BELMONT
100%
4
0202030
ABENAKI WATER/TIOGA BELMONT
BELMONT
100%
1
0211010
BENNINGTON WATER DEPARTMENT
BENNINGTON
100%
7
0224010
GLENCLIFF HOME FOR THE ELDERLY
BENTON
100%
5
0251010
PENACOOK BOSCAWEN WATER PRECINCT
BOSCAWEN
100%
20
0262020
ABENAKI WATER/WHITE ROCK WATER
BOW
100%
3
0262040
COTTAGES AT WINDCHIMES
BOW
100%
1
0382010
ROSEBROOK WATER
CARROLL
100%
9
0481010 1
COLEBROOK WATERWORKS
COLEBROOK
100%
12
Contractor Initials fir^'
Rate
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
ALD — Leak Detection Survey Project
Page 5 of 12
0501010
CONCORD WATER DEPARTMENT
CONCORD
31%
61
0583010
SPRUCE VALLEY MHP
DANVILLE
100%
1
0583050
ROCK RIMMON COOPERATIVE
DANVILLE
100%
2
0612020
PEU/MAPLE HILL ACRES
DERRY
100%
4
0613030
RUNNING BROOK
DERRY
100%
1
0732030
LOST VALLEY
EFFINGHAM
100%
3
0801010
EXETER WATER DEPARTMENT
EXETER
100%
65
0881010
ABENAKI WATER/GILFORD VILLAGE
GILFORD
100%
2
0881020
GUNSTOCK ACRES VILLAGE DISTRICT
GILFORD
100%
16
0882060
WINNSTOCK CONDOS
GILFORD
100%
1
0911010
GOFFSTOWN VILLAGE PRECINCT
GOFFSTOWN
100%
25
0911020
GRASMERE WATER PRECINCT/MAIN
GOFFSTOWN
100%
6
0951010
VILLAGE DISTRICT OF EASTMAN
GRANTHAM
100%
40
0952020
GRAY LEDGES
GRANTHAM
100%
3
1051010
AQUARION WATER/NH
HAMPTON
63%
88
1101040
WOODSVILLE WATER & LIGHT
HAVERHILL
100%
15
1141020
EMERALD LAKE VILLAGE DISTRICT
HILLSBOROUGH
57%
8
1182040
PEU/SMYTHE WOODS
HOOKSETT
100%
2
1191020
HOPKINTON VILLAGE PRECINCT
HOPKINTON
100%
3
1193020
ELM BROOK VILLAGE
HOPKINTON
100%
1
1201010
HUDSON WATER DEPARTMENT
HUDSON
83%
100
1211010
JACKSON WATER PRECINCT
JACKSON
100%
3
1212130
EAGLE BROOK
JACKSON
100%
1
1221010
JAFFREY WATER WORKS
JAFFREY
100%
40
1241010
KEENE WATER DEPARTMENT
KEENE
85%
100
1281010
LACONIA WATER WORKS
LACONIA
50%
50
1332010
OYSTER RIVER CONDOS
LEE
100%
1
1381010
LITTLETON WATER & LIGHT
LITTLETON
100%
44
1471010
MANCHESTER WATER WORKS
MANCHESTER
50%
256
1521010
MEREDITH WATER DEPARTMENT
MEREDITH
100%
18
1522040 SANDS OF BROOKHURST
MEREDITH
100%
2
1542030 PEU/SUNRISE ESTATES i
MIDDLETON
100%
2
1561010 MILFORD WATER UTILITIES DEPARTMENT
MILFORD
100%
64
1581010 MILTON WATER DISTRICT
MILTON
100%
8
1612230 KILNWOOD ON KANASATKA
MOULTONBOROUGH
100%
1
1612260 CROSSWINDS
MOULTONBOROUGH
100%
2
1661010 NEW CASTLE WATER WORKS NEW CASTLE
100%
7
1672020 COPPLE CROWN VILLAGE DISTRICT NEW DURHAM
100%
3
1741010 NEWPORT WATER WORKS NEWPORT
100%
50
1763010 SODA BROOK NORTHFIELD
100%
1
17 11010 GROVETON WATER SYSTEM NORTHUMBERLAND
100%
20
Contractor Initials.
Date d -3C:
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
ALD — Leak Detection Survey Project
Page 6 of 12
19710101
RAYMOND WATER DEPARTMENT
RAYMOND
100%
23
2001010
ROCHESTER WATER DEPARTMENT
ROCHESTER
18%
25
2041010
RYE WATER DISTRICT
RYE
100%
52
2191020
W EST STEWARTSTOW N WATE R P R E C I N CT
STEWARTSTOWN
100%
3
2232190
VINEYARDS
STRATHAM
100%
2
2232200
CHISHOLM FARM
STRATHAM
100%
2
2232210
STONEARCH CONDO ASSOCIATION/KIRKWALL
STRATHAM
100%
1
2271010
SUNAPEE WATER WORKS
SUNAPEE
100%
26
2271020
GEORGES MILLS WATER WORKS
SUNAPEE
Number of Miles Included
with PWSID 2271010's Miles
2272020
MEADOW BROOK AT SUNAPEE
SUNAPEE
100%
1
2313010
TAMWORTH MOBILE HOME PARK
TAMWORTH
100%
1
2353040
COUNTRY MEADOWS
TILTON
100%
1
2361010
TROY WATER WORKS
TROY
100%
S
2392010
BEVERLY HILLS WATER
WAKEFIELD
100%
1
2392030
MICHAWANIC VILLAGE CONDOMINIUMS
WAKEFIELD
100%
1
2462040
PILLSBURY LAKE/FRANKLIN PIERCE
WEBSTER
100%
2
2462050
PILLSBURY LAKE/PENINSULA
WEBSTER
100%
3
2531010
WINCHESTER WATER DEPARTMENT
WINCHESTER
100%
30
2542010
PEU/GOLDEN BROOK
WINDHAM
100%
3
2562010
WENTWORTH ESTATES
WOLFEBORO
100%
1
2562050
SHERWOOD FOREST
WOLFEBORO
100%
1
Tota I
1,400
Communication with NHDES
Within 1 week of contract approval, NHDES shall provide ALD with the contact information for the water systems.
Within 1 month of contract approval, ALD shall provide NHDES with a schedule for the project, which shall include
the month(s) that the leak detection survey will be conducted for each water system.
ALD shall communicate the project progress to NHDES at least monthly via email, telephone call, and/or virtual
meeting on the first business day of each month. As part of that progress update, ALD shall provide NHDES with a
list of leak detection surveys to be conducted in the upcoming month and a list of leak detection surveys
completed to date.
At least 1 week prior to an ALD field technician starting field work on this project, ALD shall provide NHDES with
their name, their role, and a description of their qualifications, training, and experience related to the completion
of leak detection surveys. The field lead shall have no less than 5 years of relevant experience, and any other field
personnel shall have no less than 1 year of relevant experience.
ALD shall keep NHDES informed in a timely manner of complications that arise during all stages of the project,
including but not limited to, the inability to reach water system representatives and the impact from weather.
Contractor Initials—,".z
Date -r �� �N
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
ALD — Leak Detection Survey Project
Page 7 of 12
Communication with Water Systems
At least 2 weeks prior to field work commencing for this project, ALD shall email all water systems participating in
the project in order to introduce the firm, provide contact information for the firm's personnel, and provide a
tentative schedule for the field work.
ALD shall contact each water system prior to their leak detection survey to schedule a starting date for the leak
detection survey and to request the following:
• A map of the distribution system that clearly shows the areas of the water system to be surveyed and the
system characteristics, such as the locations of the mains and contact points.
• The name, phone number, and email address of the water system representative that shall be the point of
contact for the leak detection survey.
• That valve and service boxes are painted and/or cleaned out to facilitate the leak detection survey and
operation of valves.
ALD shall schedule the leak detection survey and provide reasonable accommodation of the water system
representative's availability both before the survey (to conduct the necessary preparatory work) and during the
survey. ALD shall work with the water system representative to determine when the water system representative
will be available for the leak detection survey and if the water system representative would like to accompany
ALD staff during any portions of the leak detection survey.
ALD shall meet with the water system representative prior to starting the leak detection survey at each water
system and go over the following with the water system representative:
• The anticipated leak detection survey process and methodology.
• The maps provided to ALD.
• The areas of the distribution system to be surveyed.
• Days or hours ALD plans to be onsite to complete the leak detection survey.
• Days or times water system staff will join ALD for the leak detection survey.
• The field technician's needs, such as the identification of curb stops.
• Contact information for the water system representative.
• Communication expectations.
ALD shall check in with the water system representative daily and provide at least the following:
• A summary of the work completed and findings in the field. If necessary or per the water system
representative's request, ALD shall review the results in the field with the water system representative.
• Changes to the leak detection survey schedule.
Completion of Leak Detection Surveys
The completion of a leak detection survey is based on the successful completion of the following 3 tasks for each
water system listed in the above table:
Task 1-- Initial Listening Survey
ALD shall arrive on site at the mutually agreed upon date and time for the leak detection survey following
coordination with the water system representative.
ALD shall utilize specialized equipment to "listen" for sounds on the water mains as well as on a
comprehensive spread of direct contact points including, but not limited to, main line gate valves, fire
hydrants, meter/curb valves, and blow -offs.
Contractor Initials
Date "-I ,; t(
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
ALD — Leak Detection Survey Project
Page 8 of 12
Listening intervals shall be no more than 500 feet for metallic pipe and no more than 150 feet for non-metallic
pipe. In areas where pipe will only carry sound through a short distance, such as on certain non-metallic pipe,
and appurtenances are not close enough to capture the sound when listened on, a ground microphone shall
be used to surface sound at 6-10-foot intervals, and every contact point shall be listened on.
A test rod and/or resonance plate shall be used with the ground microphone in instances where the main is
located more than 3 feet off a hard surface.
If the curb stop cannot be located, if available, a silcock shall be listened on. This step is especially important
for mobile home parks.
in areas where a cross-country water main is longer than 500 feet, but the conditions exist where a correlator
may capture the sound, ALD shall use electronic digital leak noise correlators.
In high traffic areas, noise correlators may be left overnight to listen for leaks when noise is at its lowest and
pressures are at their highest.
Task 2 -- Secondary Listening Survey and Pinpointing Phase
All areas identified during the initial listening survey as having potential leak activity shall be scheduled for a
secondary listening survey and pinpointing phase.
In areas where a potential leak is detected, ALD shall first confirm the locations of mains using maps and/or
pipe locators. ALD shall then perform an intensified pattern of sonic tests directly over the mains to identify
the location of the leak. Electronic digital leak noise correlators may be used as a pinpointing tool, but a
ground microphone shall be used to confirm all leak locations.
In the case where a leak is suspected to be associated with a hydrant, ALD shall contact the water system
representative before operating the hydrant. Then, the hydrant shall be valved off, and additional listening on
the water mains and contact points in the vicinity shall be conducted to rule out other types of leaks.
Information about the leak and leak location shall be noted for the leak report, and the coordinates of the
leak location shall be taken on -site.
The estimation of the leakage rate shall be made based on a combination of decibels caused by the leak, the
pipe material, and visual signs.
Task 3 — Reports
Leak Reports:
ALD shall provide the water system representative with a leak report no later than one day after pinpointing
a leak.
The leak report shall include at least the following:
• Date the leak was pinpointed;
• Photograph of the leak location;
• Nearest address/cross street of the leak location;
• Latitude/Longitude of the leak location;
Contractor Initials
Date Z4 %; '
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
ALD— Leak Detection Survey Project
Page 9of12
• Leak type (main, valve, hydrant, service, etc.);
• Estimated leakage rate in gallons per minute (GPM), gallons per day (GPD), and gallons per year (GPY);
• Whether there was visible water (Yes/No);
• Ground cover type at the leak location;
• Pipe material (if known or indicated on the distribution system map); and
• Pipe diameter (if known or indicated on the distribution system map).
Final Survey Report:
No later than 2 weeks from the completion date of the leak detection survey, a final survey report shall be
emailed to the water system representative with NHDES copied.
The final survey report shall include at least the following:
• A cover page;
• A summary of the leak detection survey, including at least the following:
o A description of the specific methodology and types of equipment used during the leak
detection survey,
o A map or detailed description of the areas of the distribution system that were surveyed,
o The number of miles surveyed,
o The percentage of the distribution system that was surveyed,
o The specific dates the leak detection survey took place,
a The total number of leaks found,
o The number of each type of leak found,
o The total leakage rate for all leaks found,
o A description of difficult areas to survey, and
o Recommendations to address the difficult areas to survey or to improve future leak detection
surveys (ex. need to better locate certain portions of water main);
The leak report for each leak as outlined above; and
A table summarizing the total number of leaks by type and the total leakage rate by leak type.
Before the final survey report is issued to the first -completed water system, ALD shall provide NHDES with a
copy of that report for review. NHDES shall provide ALD with written comments about revisions that are
needed for the report to ensure that the requirements summarized in this section of the Agreement are met.
Leak Summary Table:
Upon completion of the leak detection surveys at all of the water systems, a Microsoft Excel document with
editing capabilities shall be submitted to NHDES. The document shall contain a list of all leaks found for the
project. Each leak shall have a row, which shall contain the following information:
• Water system name;
• Date the leak was pinpointed;
• Nearest address/cross street;
• Latitude/longitude;
• Leak type;
• Estimated leakage rate in GPM;
• Whether there was visible water;
• Ground cover type;
• Pipe material; and
• Pipe diameter.
Contractor Initials C-
Date`{
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
ALD — Leak Detection Survey Project
Page 10 of 12
Changes to the Scope of Services require NHDES approval in advance.
EXHIBIT C
PAYMENT TERMS
All services shall be performed to the satisfaction of NHDES before payment is made. Invoices shall be submitted
to NHDES for payment no more than once per calendar month. The invoice shall only include water systems
where the scope of services listed in Exhibit B have been fully completed and shall not exceed the payment
amount per water system as specified in the contract budget table below. Payments shall be made by NHDES
within 45 days of invoice receipt and approval.
All work must be completed by the completion date listed in Section 1.7 of the Agreement.
Payments shall be made for the services stated in Exhibit B and in accordance with the following contract budget:
PWSID Wafter System
Town
Payment Amount
0091010 ANTRIM SEWER & WATER DEPARTMENT
ANTRIM
$2,160
0101010 ASHLAND WATER DEPARTMENT
ASHLAND
$3,240
0162050 NORTH LEDGE
BARTLETT
$1,080
0162190 CRAWFORD HILLS
BARTLETT
$1,080
0162350 GOODRfCH PROPERTY
BARTLETT
$1,080
0162410 STILLINGS GRANT
BARTLETT
$1,080
0202010 ABENAKI WATER/LAK£LAND
BELMONT
$1,080
0202030 ABENAKI WATER/TIOGA BELMONT
BELMONT
$1,080
0211010 BENNINGTON WATER DEPARTMENT
BENNINGTON
$2,160
0224010 GLENCLIFF HOME FORTH E ELDERLY
BENTON
$1,080
0251010 PENACOOK BOSCAWEN WATER PRECINCT
BOSCAWEN
$4,320
0262020 ABENAKI WATER/WHITE ROCK WATER
BOW
$1,080
0262040 COTTAGES AT WINDCHIMES
BOW
$1,080
0382010 ROSEBROOK WATER
CARROLL
$2,160
4481010 COLEBROOK WATER WORKS
COLEBROOK
$3,240
0501010 CONCORD WATER DEPARTMENT
CONCORD
$14,040
0583010 SPRUCE VALLEY MHP
DANVILLE
$1,080
0583050 ROCK RIMMDN COOPERATIVE
DANVILLE
$1,080
0612020 PEU/MAPLE HILL ACRES
DERRY
$1,080
0613030 RUNNING BROOK
DERRY
$1,080
0732030 LOST VALLEY
EFFINGHAM
$1,080
0801010 EXETER WATER DEPARTMENT
EXETER
$14,040
0881010 ABENAKI WATER/GILFORD VILLAGE
GILFORD
$1,080
0881020 GUNSTOCK ACRES VILLAGE DISTRICT
GILFORD
$4,320
Contractor Initials`
Date`
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
ALD - Leak Detection Survey Project
Page 11 of 12
0882060 WINNSTOCK CONDOS
GILFORD
$1,080
0911010 GOFFSTOWN VILLAGE PRECINCT
GOFFSTOWN
$5,400
0911020 GRASMERE WATER PRECINCT/MAIN
GOFFSTOWN
$2,160
0951010 VILLAGE DISTRICT OF EASTMAN
GRANTHAM
$8,640
0952020 GRAY LEDGES
GRANTHAM
$1,080
11051010 AQUARION WATER/NH
HAM PTON
$19,440
1101040 WOODSVILLE WATER & LIGHT
HAVERHILL
$3,240
1141020 EMERALD LAKE VILLAGE DISTRICT
HILLSBOROUGH
$2,160
1182040 PEU/SMYTHE WOODS
HOOKSETT
$1,080
1191020 HOPKINTON VILLAGE PRECINCT
HOPKINTON
$1,080
1193020 ELM BROOK VILLAGE
HOPKINTON
$1,080
1201010 HUDSON WATER DEPARTMENT
HUDSON
$21,600
1211010 JACKSON WATER PRECINCT
JACKSON
$1,080
1212130 EAGLE BROOK
JACKSON
$1,080
1221010 JAFFREY WATER WORKS
JAFFREY
$8,640
1241010 KEENE WATER DEPARTMENT
KEENE
$21,600
1281010 LACONIA WATER WORKS
LACONIA
$10,800
1332010 OYSTER RIVER CONDOS
LEE
$1,080
1381010 LITTLETON WATER & LIGHT
LITTLETON
$9,720
1471010 MANCHESTER WATER WORKS
MANCHESTER
$56,160
1521010 MEREDITH WATER DEPARTMENT
MEREDITH
$4,320
1522040 SANDS OF BROOKHURST
MEREDITH
$1,080
1542030 PEU/SUNRISE ESTATES
MIDDLEi'ON
$1,080
1561010 MILFORD WATER UTILITIES DEPARTMENT
MILFORD
$14,040
1581010 MILTON WATER DISTRICT
MILTON
$2,160
1612230 KILNWOOD ON KANA5ATKA
MOULTONBOROUGH
$1,080
1612260 CROSSWINDS
MOULTONBOROUGH
$1,080
1661010 NEW CASTLE WATER WORKS
NEW CASTLE
$2,160
1672D20 COPPLE CROWN VILLAGE DISTRICT
NEW DURHAM
$1,080
1741010 NEWPORT WATER WORKS
NEWPORT
$10,800
1763010 SODA BROOK
NORTHFIELD
$1,080
1781010 GROVETON WATER SYSTEM
NORTHUMBERLAND
$4,320
1971010 RAYMOND WATER DEPARTMENT
RAYMOND
$5,400
2001010 ROCHESTER WATER DEPARTMENT
ROCHESTER
$5,400
2041010 RYE WATER DISTRICT
RYE
$11,880
2191020 WEST STEWARTSTOWN WATER PRECINCT
STEWARTSTOWN
$1,080
2232190 VINEYARDS
STRATHAM
$1,080
2232200 CHISHOLM FARM
STRATHAM
$1,080
2232210 STONEARCH CONDO ASSOCIATION/KIRKWALL
STRATHAM
$1,080
2271010 SUNAPEE WATER WORKS
SUNAPEE
$6,480
Contractor Initials
Date
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
ALD — Leak Detection Survey Project
Page 12 of 12
2271020
GEORGES MILLS WATER WORKS
SUNAPEE
Price included with
PWSID 2271010
2272020
MEADOW BROOK AT SUNAPEE
SUNAPEE
$1,080
2313010
TAMWORTH MOBILE HOME PARK
TAMWORTH
$1,080
2353040
COUNTRY MEADOWS
TILTON
$1,080
2361010
TROY WATER WORKS
TROY
$2,160
2392010
BEVERLY HILLS WATER
WAKEFIELD
$1,080
2392030
MICHAWANIC VILLAGE CONDOMINIUMS
WAKEFIELD
$1,080
2462040
PILLSBURY LAKE/FRANKLfN PIERCE
WEBSTER
$1,080
2462050
PILLSBURY LAKE/PENINSULA
WEBSTER
$1,080
2531010
WINCHESTER WATER DEPARTMENT
WINCHESTER
$6,480
2542010
PEU/GOLDEN BROOK
WINDHAM
$1,080
2562010
WENTWORTH ESTATES
WOLFEBORO
$1,080
2562050
SHERWOOD FOREST
WOLFEBORO
$1,080
Total
$341P280
Contractor Initials-,—L --
Date - 1•v
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
State of New Hampshire
Department of State
CERTIFICATE
I, David M. Scanlan, Secretary of State of the State of New Hampshire, do hereby certify that A ERICAN LEAK DETECTION,
INC. is a California Profit Corporation registered to transact business in New Hampshire on December 15, 2021 _ I further certify
that all fees and documents required by the Secretary of State's office have been received and is in good standing as far as this
office is concerned.
Business ID: 888316
Certificate Number: 0006681917
IN TESTIMONY WHEREOF,
I hereto set my hand and cause to be affixed
the Seal of the State of New Hampshire,
this 3rd day of May A.D. 2024.
r
David M. Scanlan
Secretary of State
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
Certificate of Authority
r� I�At.zic�
vFF(cC2 of i �7`�a��, . �.fG do
Printed Name of Certifying Officer Title Name of Company
hereby certify that l'� r �. �'� �21 ��� is authorized to execute any documents
Printed Name of Person Authorized to sign
that may be necessary to enter into a contract with the State of New Hampshire.
In witness whereof, I have hereunto set my hand as the c11iil" F,141114�`e /ffl-
1"eelzlain I' . K Office/Position of Certifying Officer
of D'i �c ;7o:�y,,yi� , this day of /-X 20.1'
Name of Company
Signature of Certifying Officer
Notarization
State ofL
County of
On G �-o `t , before me, C rs r A P is
,bate Name of Notary or Justice of the Peace
the undersigned officer, personally appeared ,f 7��, , who
Printed Name of Certifying Officer,gML�,,Zec:fi� tK
acknowledged him/herself to be the_,'« , of
Office/Position Name of Company
and that she/he, being authorized to do so, executed the foregoing instrument for the
purposes therein contained.
In witness hereof, I hereunto set my hand and official seal.
CIIAiG A. PAIGE Nn,�ary Pub {'cPr ustice of the Peac(affixt[
` (affix seal)
Notary Public, State of Connecticut p2,; 2
Cf)"ssion ExWe-s Nov. 30, 2024 Commission Expires: 1 V3,0 � /
1
r1t ;n.. r_: l.,no Ir) R'JFAAr)!A_'2r-:QQ n)rF QCA0_r`A17AG11r1RCr%
AMERLEA-03 LMITCH-ELTREE
CERTIFICATE OF LIABILITY INSURANCE
DATE(M 4123/2024YY)
2024
FTHIS 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 pol(cy(ies) must have ADDITIONAL INSURED provisions or 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 endorsements).
PRODUCER
CONTACT Lisa Mitcheltree
NAME:
Hollis D. Segur Inc.
Research Pkwy, Ste. 400
Wallingford, CT 06492
PHONE -4579457910 w . Nal:
EMAIL
qoD Ess Imm hdseg ur.com
INSURERS AFFORDING COVERAGE
NAIC #
INSURER A: Employers Mutual Casualty Company
21415
INSURED
l INSURER B: Allied World Surplus Lines Insurance Company
24319
INSURERC:
American Leak Detection Inc
INSURER D :
199 Whitney Ave
New Haven, CT 06511
fNSURERE:
INSURER F :
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER'
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE ENSURED 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
LTR
TYPE OF INSURANCE
ADDL
INSD
SUER POLICY EFF POLICY EXP
Vivo , POLICY NUMBER tMM1oDNYYY11(MMIDDNYM I LIMITS
A
X COMMERCIAL GENERAL LIABILITY
I
I CLAIMS -MADE a OCCUR
X ISO Form CG001
I X
J
I
EACH OCCURRENCE
,6N5-67-31 I 7I112023 7/1/2024 DAMAGE TO RENTED
X I R MISES Ea occurrence
I MED EXP (Any one person)
! PERSONAL a Anv INJURY
.GENERAL AGGREGATE
I PRODUCTS - COMPIOP AGG
1,000,000
Is
500,000
$
$ 15,000
No 50' Railroad Exc
1,000,000
GEN'LAGGREGATE LIMIT APPLIES PER:
POLICY lJE d I__X1 LOC
X ! OTHER: C.ontractural
$ 3,000,000
$ 3,000,000
A
I AUTOMOBILE LIABILITY
X I ANY AUTO
? X AUTOS ONLY X f AUTOS
X HJRED �( NON -OWNED
AUTOS ONLY AUTOS ONLY
l
i X
I
I EOMBIHED SINGLE LIMIT
r
�( 6MS673124 7/1/2023 7/1/2024 BODILY INJURY Per person)$
BODILY INJURY {Per accident}'
I I PROPERTY DAMAGE
l Per accident
!
` $ 1,000,000
$
$
$
A I
X ( UMBRELLA LIASX OCCUR ! l
EXCESS CLAIMSMADEI
X
I € I EACH OCCURRENCE
X 16J5673124 7/1/2023 7/1/2024 AGGREGATE
(Aggregate
$,000,000
$
€
DED X RETENTION$
$ 8,000,000
IAND
:ANY
WORKERS COMPENSATION I
EMPLOYERS' LIABWTY YIN
PROPRIETOR/PARTNERIEXECUTWE ❑ f
OFF'CatWM'MBER EXCLUDED?
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
NIA
I 3 STAT TE 'RH ': i
l
I I E.L. EACH ACCIDENT !
! E.L. DISEASE - EA EMPLOYEE;
I ! I E.L. DISEASE - POLICY LIMIT 1
$
_
$
$
B
B
Errors & Omissions 1
Errors & Omissions
10313-91108 7/1/2023 71112024 (Each Claim €
0313-91108 7/1/2023 711/2024 Aggregate
3
I i
1,000,000
2,000,000
DESCRIPTION of OPERATIONS I LOCATIONS I VEHICLES (ACORD 1(11, Additional Remarks Schedule, may be attached if mores ace is required}
State of New Hampshire, Department of Environmental Services are included as Additional Insureds, for General Liability and Auto Liability including
completed operations, when required by written contract or agreement, subject to the terms and conditions of the insurance policy. Coverage is Primary and
Non -Contributory with respects to the general liability policy. Waiver of subrogation is included in favor of the Additional Insured when required by written
contract or agreement, subject to the terms and conditions of the insurance policy.
State of New Hampshire, Department of Environmental
Services
29 Hazen Drive, PO Box 95
Concord, NH 03302-0095
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
ACORD 25 (2016103) © 1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
AC[7R i CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY)
04123/2024
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: if the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or 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(a).
PRODUCER
CONTACT
NAME: Marsh Affinity
Marsh Affinity
AIC No Ext : 800 743$130 AIC, No):
a division of Marsh USA L-C.
PO BOX 14404
ADDRESS: ADPTotaZcurce@marsh.com
INSURER(S) AFFORDING COVERAGE
NAIC #
Des Moines, IA 5D306-9686
ENSURER A: New Hampshire Insurance Co.
23841
INSURED
INSURER B:
INSURER C:
ADP ToUSeurce FL XVII, Inc.
INSURER D:
5600 Windward Parkway
Alpharetta, GA 30005
INSURER E;
Alternate Employer.
American Leak Detection Inc
INSURER F:
199 WHITNEY AVENUE
New Haven, CT065110000
COVERAGES CERTIFICATE NUMBER: REVISION NIJMRFR-
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 POLIO#ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS,
INSR
TYPEOFINSURANCE
ADDLSUBR
POLICY NUMBER
POLICYEFP
(MMIDDIYYYY)
POLICYEXP
(MMIDDMYYY)
LIMITS
COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE
fi
CLAIMS -MADE ❑OCCUR
DAMAGE TO RENTED
PREMISES Ea occurrence
$
MED EXP (Any one person)
S
PERSONAL & ADV INJURY
S
GFN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$
POLICY PROT ❑ LOC
PRODUCTS - COMPIOP AGG
$
OTHER:
$
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
Ea acc dent
$
ANY AUTO
BODILY INJURY (Per person)
S
H
OWNED SCHEDULED
AUTOS ONLY AUTOS
t BCDILYINJURY Per accident)
( )
S
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
PROPERTY DAMAGE
Per accident
$
fi
UMBRELLA LIAR
OCCUR _
-
EACH OCCURRENCE
$
EXCESSLIAB
CLAIMS -MADE
AGGREGATE
$
OED I I RETENTION $
$
WORKERS COMPENSATION
AND EMPLOYERS'LIABILITY YfN
X STATUTE I IER�
E.L. EACH ACCIDENT
$ 2,000,000
A
ANYPROPRIETCRIPARTNER!EXECUTIVE
OFFICER/MEMBER EXCLUDED? ❑
(Mandatory in NH)
ff yes, describe under
NIA
K
WC 034274991 CT
0110112023
07/01/2024
E.L. DISEASE- EA EMPLOYEE
S 2,000,000
E.L. DISEASE - POLICY LIMIT
$ 2 000 000
DESCRIPTION OF OPERATIONS below
DESCRIPTION OF OPERATIONS f LOCATIONS! VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
All worksibe employees working for American Leak Detection Inc paid under ADP TOTALSOURCE, INC's
payroll, are covered under the above stated policy. Ame(can Leak Detection Inc Is an 0ernate
employer under this policy. WAIVER OF SUBROGAitON IN FAVOR OF CERTIFICATE HOLDER AS RESPECTS OF JOB
PERFORMED BY Amerfcan Leak Detection Inc AS REQUIRED BY WRITTEN CONTRACT
CERTIFICATE HOLDER CANCELLATION
State of New Hampshire, Department of Environmental Services
29 Hazen Drive. PO Box 95
Concord, NH 033024)095
ACORD 25 (2016103)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE I ./ I .. _ .
O 1988-2015 ACORD CO
The ACORD name and logo are registered marks of ACORD
reserved.
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
Attachment A
Leak Detection Survey Project Proposal Rankings
Rankings for Firms Responding to Request for Proposals
Adequacy
Qualifications
Cost of
Time to
of the
and Experience
Deliverables
Complete
Experience
Quality of
Approach
of Staff
and Project
Project
of Firm
Proposal
Total
Firm
(30 Points)
(25 Points)
(15 Points)
(15 Points)
(10 Points)
(5 Points)
(100 Points)
Rank
American Leak Detection, Inc.
25
23
12
14
10
2
86
1
New England Water Distribution
21
20
10
11
9
3
74
2
Services, LLC
Second Sight Systems, LLC
21
20
11
12
7
2
73
3
Review Team Members
Name
Title
Bureau
Years of Service
Kelsey Vaughn
Environmentalist IV
Drinking Water and Groundwater Bureau
12
Kaitlin Curtis
Administrator II
Drinking Water and Groundwater Bureau
10
Christina Rambo
Administrator 11
Drinking Water and Groundwater Bureau
2
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
Exhibit B
Clermont Proposal
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
AMER=CAN
LEAK
DETECTION
THE ORIGINAL LEAK SPECIALISTS"
Leak Survey
Proposal
M478 — City of Clermont
February 2025
American Leak Detection
Jimmy Carter, Sr. Dir. of Field Operations
Corporate Office
199 Whitney Ave New Haven CT. 06511
And
77551 El Duna Ct Palm Desert Ca 92211
760-320-9991 or 760-408-4835
JcarterAamericanleakdetection.com
Corporate Office: 199 Whitney Ave New Haven CT. 06511 & 77551 El Duna Ct Palm Desert Ca 92211
Phone: 760-320-9991 or 760-408-4835
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
AMERICAN
LEAK
DETECTION
THE ORIGINAL LEAK SPECIALISTS'
Table of Contents
Overview
Project Approach
Project Team
Supplemental Information
Products / Services
Company References and Experience
Work..Plar,
r ,
,. Equal Opportun ties Statement
Page 3
Page 5
Page 8
Page 11
Page 12
1,
Page 13
fi Page 17
T ,I Page 20
"Drug and, Alcohol Policy %�^� Page 22
Estimate for Worksr r 23
�* A �c
s
� s
2
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
h AMERICAN
�w LEAK
"" 'DETECTION
THE ORIGINAL LEAK SPECIALISTS'
OVERVIEW AND SUMMARY
American Leak Detections (ALD) is a consulting company specialized in water loss control -
water loss management is the sole focus of ALD's services.
Water loss management requires an in-depth understanding of many aspects of a water
utility's organization and operations. Our wide range of knowledge and skill set enables us to
provide the most effective water loss assessment for you.
ALD and our team are uniquely equipped to assist the City of Clermont in achieving increased
efficiency through the reduction of water losses on the distribution system.
City of Clermont is requesting services for a comprehensive leak detection survey of
approximately 30 miles of the water distribution network.
The system consists of approximately 30 miles of mainly non-metallic pipework. The purpose
of the survey is to locate water leaks throughout the water network. The City of Clermont can
then proceed with the necessary repair of the located leaks to stop excessive water losses in
the system.
The identification and repair of leaks in the distribution system will reduce water losses in the
city which will increase cost savings and prevent unnecessary strain on the water network.
The surveys will be completed by experienced leakage technicians making use of a variety of
specialized acoustic leak detection equipment.
The leak survey process entails various phases
✓ leak identification
✓ leak confirmation
✓ leak location
for which different types of equipment may be necessary. ALD utilizes state -of -the art acoustic
equipment such as sounding devices, microphones, digital correlators, and loggers.
The survey requires the acoustic and visual inspection of all water meters, without skipping
any available appurtenance regardless of proximity to another inspected appurtenance. This
type of leak survey is the most effective method to located all acoustically detectable leaks. Ii
is especially important to follow this survey methodology in a system like the City of Clermont.
The identification of leaks in non-metallic pipes by acoustic methods is more complex because
sound does not travel as far as it does through metallic pipes. Therefore, sounding all water
meters and available appurtenances is key to ensure that all detectable leaks are identified.
In these circumstances we shall also surface sound every 10-12ft using ground microphones.
Where PRV's are present extra consideration should be taken in order to nullify the noise
created by the apparatus. We shall liaise with our clients in order to see if it is possible to shut
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
AMERICAN
LEAK
DETECTION
THE ORIGINAL LEAK SPECIALISTS'
the PRV's whilst we are testing in these areas or shall measure the sound created in order to
remove these from any correlations.
Through our extensive experience conducting leak detection work throughout the US and UK,
ALD has developed successful strategies to overcome the challenges that may arise during
this type of field work. Some of the challenges of this type of work may include high noise or
high traffic areas, other sources of noise, incomplete information on the mapping system, and
complex pipe networks, among others. Employing a variety of strategies and equipment with
distinct capacities, detailed review of maps, discussions with utility personnel, adjusting work
hours, and repeat visits at different times are some of the general strategies that we use to
guarantee the most possible accurate result. Each location surveyed and each potential leak
noise is approached with the unique strategy that is most appropriate for that location's
conditions.
c
M
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
h AMERICAN
�« LEAK
'DETECTION
THE ORIGINAL LEAK SPECIALISTS'
PROJECT APPROACH
The project involves performing a detailed leak detection survey on approximately 30 miles of
the water distribution system comprised of predominately PVC pipework.
All water meters and accessible appurtenances will be sounded during the survey. Prior to
performing the field survey, ALD technicians will review infrastructure maps and then
coordinate with the City of Clermont the most appropriate plan and route for the survey.
During planning ALD may request for the City of Clermont to identify any areas that may
require special City of Clermont consideration such as high -risk areas, gated communities,
and sensitive or high -use customers. The project will commence with a kick-off meeting with
project and utility staff to discuss the suggested project approach and coordinate logistics.
Upon agreement of approach and logistics, the ALD technicians will commence the field work.
ALD will attend meetings a set out by the city to discuss progress, projected work, support
needed from the City of Clermont, and any other questions that may arise during the survey.
The field work is generally performed in two phases: first, there is a general surveying phase
where all assets are surveyed and second, there is a leak confirmation and pinpointing phase,
where potential leak noises are verified and located. With some leaks the two steps may be
performed within the same work session, but other noises in more complicated settings may
need additional work sessions, additional equipment, or both to be verified and pinpointed.
The exact methods used for leak detection will vary across the area and will be dependent on
the following: -
✓ Available pressure in the system
✓ Pipe material
✓ Availability of fittings
✓ Levels of commercial consumption
✓ Diurnal consumption patterns
✓ Ground conditions
✓ Water quality issues
✓ Extraneous noise within the system
ALD will provide as a minimum;
✓ Management support
✓ High specification of equipment
✓ Flexibility
✓ Excellent levels of customer care and
support
✓ High levels of Health and Safety training
and awareness
5
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
h AMERICAN
�w LEAK
"" 'DETECTION
THE ORIGINAL LEAK SPECIALISTS'
The main skill sets of all our field teams are as follows: -
✓ Basic correlation
✓ Pipe -tracing
✓ Sounding techniques
✓ Use of ground Microphones
✓ Confined Space Awareness
✓ Valve Ops
✓ Health & Safety Awareness
✓ Environmental Awareness
✓ Manual Handling
✓ COSHH awareness
✓ Basic understanding of
pressure management
✓ Understanding of regulatory
requirements
✓ Customer awareness
Our Team Leads are profound in: -
a it J J� �` y I- 'y L • '. �
✓ Advanced correlation (digital correlators, hydrophones etc.)
✓ Good working understanding of pressure management
✓ Acoustic logging and an understanding of associated data
✓ Ability/experience to undertake zone validation exercises, PST's etc.
✓ Understanding of DMA data
✓ Skills to undertake trunk main surveys and balances
✓ Ability to undertake commercial water audits
All of our technicians have worked on both large- and small-scale Leak Detection framework
agreements and are fully committed to providing a first-class service at all times.
During the initial survey work, ALD's leak detection technicians will use an acoustic leak
sounding device to come into contact with meters, service connections, hydrants, and valves
throughout the water distribution system to listen for any possible leak noise. If there is a leak
in the surrounding area, the electronic equipment amplifies the noise generated by the leak
and the technician is alerted that there is a leak. When the technicians hear a potential leak
noise and there are no visible signs of a leak, such as water on the surface, all potential leak
noises are verified either with an alternate method or at a later time.
During the leak verification process, the technicians work to confirm that the noise is caused
by a leak and to identify a more exact location of the leak. Depending on the complexity in
locating the leak, a leak noise correlator, noise loggers, or a ground-mic may be used. This
phase may also require assistance from the City of Clermont either to open hydrants, operate
valves, or shut-off water service to a particular customer. ALD will inform the City of Clermont
by weekly emails of any type of assistance requested from the City of Clermont for this
purpose. If the noise is confirmed as a leak noise and upon pinpointing the leak location, the
ALD technician will mark the location of the leak as agreed with the City of Clermont and
generate a leak report documenting the location and any other relevant information.
6
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
AMERICAN
LEAK
DETECTION
THE ORIGINAL LEAK SPECIALISTS'
ALD understands that the City of Clermont will confirm the leak location with their own crew.
ALD will re- survey if there are any conflicting results. In addition, if the utility is having trouble
locating the reported leak, ALD technicians can assist in locating the leak during the
excavation process.
In the event that ALD technicians cannot perform the survey during normal business hours
due to traffic congestion, ambient noise, or safety concerns, the City of Clermont will be
contacted to determine if off -hours surveying, or overnight logging is appropriate. ALD will
seek approval from the City of Clermont prior to execution of any off -hours work at no
additional cost.
ALD will communicate general project progress and report located leaks.
■ Each week ALD will provide a daily summary of miles surveyed, number and type of
leaks detected and estimated loss. Individual Leak Sheets for each confirmed leak will
be submitted indicating type of leak (main, valve, hydrant, etc.), leak location (address
if available), geographic coordinates, estimated leak flow, map of leak location, and
photographs.
■ A Final Report will be provided for each survey round that will include a summary of
the work performed, approximate GPD loss, types of leaks found, quantity of leaks
found and recommendations.
31
` U
m �4 • _
o -
ti
ec c
7
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
�, AMERICAN
�0 LEAK
`'"' - DETECTION
THE ORIGINAL LEAK SPECIALISTS'
PROJECT TEAM
ALD will provide a dedicated project team of leading water loss management experts. No
portion of the work will be subcontracted.
Steve Gayler — Operations Director
Steve is an acknowledged specialist in water loss management in the US, UK and Australia,
With over 30 years of experience in the water industry.
Jimmy Carter — Project Manager
Cell: 760 408-4835 Email: icarter@americanleakdetection.com
Jimmy will provide the daily contact to our client and manage all field operations. He will
liaise on a daily basis or as required to provide reports, check progress and ensure a high -
quality service is being provided. Jimmy will also ensure H&S compliance.
Brian Carey — Lead Technician
Cell: 910-617-2024 Email: bcarey@americanleakdetection.com
Brian will be responsible for the field surveys and ensuring that all leaks present are
accurately located and correctly reported.
Support Technicians will report directly to Brian and complete surveys as required.
Siobhan Gayler — Technical Co-ordinator Email: sgaylerl @americanleakdetection.com
Siobhan will produce daily reports and monitor performance against schedule. Siobhan will
also provide the final reports and ensure accurate billing.
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
AMERICAN
LEAK
DETECTION
THE ORIGINAL LEAK SPECIALISTS'
Management and Staffing
-Management
Steve Gayler
Director of Operations 30yrs in water indu
NRW specialist
Water Management & Conservation
Pressure Management
DMA Design and Build
Numerous contracts worldwide
Long term multimillion (£) Frameworks
Military Bases, Schools, Hospitals, Public Buildings
Jimmy Carter
Over 30 years in water industry
Project Manager
Project Management
Leak Survey/Correlation
Military Bases, Schools, Hospitals, Public Buildings
Trainer
Technical Support
Numerous projects across US
9
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
AMERICAN
LEAK
DETECTION
THE ORIGINAL LEAK SPECIALISTS'
Field Technicians Skill Sets
Employee
Ken Brighton (USA)
Jordan Marsh (USA)
Thomas Walker (USA, AUS)
Jeff Deel (US)
Wally Litwin (USA)
Dominick Rapisardi (USA)
Perry Goutzos (USA)
Callum Fowler (UK, USA, AUS)
Adrian Parker (UK, USA, AUS)
Neil Powell (UK, AUS)
Frank Hardie (UK, AUS)
Matthew Dear (UK, USA)
Matthew Phair (IR, UK, USA)
Brian Carey (USA)
David Leffingwell (USA)
LaDanta Barnes (USA)
Qualifications
• Data Logging
• Correlation
• Hydrophones
• Velocity Measurement
• Step Testing
• Trunk/Strategic Mains
• Ground Microphone
• Tracing/Line Location
• Gas Injection
• NRW Management
• Smoke testing
y _
6e
10
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
h AMERICAN
�« LEAK
'DETECTION
THE ORIGINAL LEAK SPECIALISTS'
SUPPLEMENTAL INFORMATION
Company Profile / Background
ALD is an established professional company with over 40 years' experience in the field of leak
detection and water conservation. We were established in 1974 and have therefore many
years' experience.
ALD work with many water companies and have formed trusted working relationships which
have led to our growth in this sector. Due to our spread of work across the country we have
been able to adopt many different techniques and methods which in turn enable us to
implement and adopt best practice across a number of our contracts.
It is our belief that by leading from the top, we are able to fully motivate our staff and therefore
provide trusted and stable teams who are committed to providing a first-class service at all
times.
In order to fully understand our client's requirements, we will put forward a bespoke works
management system in order that we can identify any problem areas and enhance operations
to suit. We will then ensure the staff allocated to this contract will be of the right caliber and
skill set and through continuous monitoring, will aim to exceed expected performance.
We strongly believe in adding value to all parts of our operations, which in turn enhances the
experience to the customer. Our level of client support is not matched by any of our
competitors, which results in a high level of customer satisfaction.
Founding Date
We were established in mid 1974 and have therefore many years' experience.
Company Size
We are a large company with over locations in 48 states with over 100 locations in all. We
have a mix of corporate owned office and Franchisee owned offices with over 700 staff
employed.
11
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
AMERICAN
LEAK
DETECTION
THE ORIGINAL LEAK SPECIALISTS -
PRODUCTS / SERVICES
ALD are able to offer the following services;
Potable Water Network
• Leak Detection Surveys
✓ Correlation
✓ Accelerometers and Hydrophones
✓ Open Sounding
✓ Acoustic Logging
✓ Ground Microphone
✓ Gas Injection
• Mains/Services Mapping & Tracing
✓ Mains and asset mapping with highly accurate GPS, plotting to GIS platforms
• Flow and Pressure Logging
✓ Installation, monitoring and analysis
• PMA Design / Optimization
✓ Monitoring, design and installation
• DMA / Zone Design / Optimization
✓ Meter sizing, design, Pressure Zero
Testing, meter accuracy testing,
installation of data -loggers and
telemetry, Water Balance
• Water Efficiency Surveys
✓ Flow testing, Pressure Testing, Retro-fit Flow Restrictors for Showers, Taps, Urinals,
Lavatories, Syphon Dams, Dual Flush Systems, Flow Regulators
• Water Audits
✓ Flow / Pressure Surveys, Analysis of Areas of consumption
12
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
AMERICAN
.1�
LEAK
DETECTION
THE ORIGINAL LEAK SPECIALISTS'
COMPANY REFERENCES AND EXPERIENCE
References
ALD work with many water companies and have formed trusted working relationships which
have led to our growth in this sector. In 2016 we acquired additional capabilities in order to
build and fully exploit the municipal line of business through the purchase of NRW Utilities Ltd,
a UK based company specializing in leak detection services.
By combining our experience within the group, ALD are able to utilize the expertise of the UK
technicians and work closely together with our US technicians. Together, we are able to
provide highly experienced and knowledgeable staff from many different sectors of the water
industry. Staff have worked at all levels and have been involved in all stages of leakage
management from planning and conception to the implementation and management. This
coupled with an in-depth understanding of leak detection and water management enables
ALD to tackle leakage with high levels of efficiency and success.
Reference Contact Details
en State Wat
Project: Leak detection of 10% per year of the potable water network
Project Manager:
Larry Dees
Address:
3005 Gold Canal Dr. Rancho Cordova CA 95670
Telephone Number:
916-207-9686 Cell Phone: 805-878-5592
Email:
Idees@gswater.com
Overview
2019,2020 & 2021 Rancho Cordova, Arden, Bay Point & Clearlake
Project: Leak detection survey of the entire water network
Project Manager:
Joseph Salcido
Address:
14835 S. Spring Street, Gardena CA 90248
Telephone Number:
310-660-0320 Ext 101
Email:
Joseph. s 9 gswater.com
Overview
2019 & 2020 Phase I and Phase II Gardena
Project: Leak detection survey of the entire water network 600 miles
Project Manager:
Paul Simpson
Address:
1101 S Sag inaw St Room 203, Flint MI 48502
Telephone Number:
810-766-7202 Ext 3411. Cell Phone: 810-397-7247
Email:
psimpson@cityofflint.com
Overview
2018 & 2020 Leak detection survey of entire 600 mile network
13
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
AMERICAN
.1�
LEAK
DETECTION
THE ORIGINAL LEAK SPECIALISTS'
ity of Sse, New York
Leak Survey of system, provide 50 days of survey work per year on 2-
Project:
year contract
Project Manager:
Chris Catalano
Address:
101 North Beech Street, Syracuse NY 13210
Telephone Number:
315-448-8340 Cell: 315-461-7199
Email:
ccatalano@syrgov.net
Overview
2018, 2019 & 2020 provide 50 days of leak detection survey work
Project:
Leak detection of individual zones, main) C-900 plastic
Project Manager:
Jerome McLaren
Address:
3335 Hancock Road, Clermont, FL 34711
Telephone Number:
352-241-0178
Email:
Imclaren@clermontfl.org
Overview
2019 & 2020 leak detection survey
City of Spring Hill, TN
Leak Survey of entire system — total of 20,290 connections checked.
Project:
Poly and Copper Services.
Project Manager:
TC Norman and Missy Stahl
Address:
P.O. Box 789, Spring Hill, TN 37174
Telephone Number:
931-486-2252 ext. 202
Email:
tcnorman@springhilltn.org mstahl@springhilltn.org
Overview
2020 & 2021 leak detection survey
c
n Fi
Y K,.
it
it ry
14
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
•1)r
AMERICAN
LEAK
DETECTION
THE ORIGINAL LEAK SPECIALISTS'
Leak detection surveys that have been carried out by ALD in the US.
Municipal
Reference
City of Miramar, Florida
Stephen Glatthorn — sglatthorn@miramarfl.gov
Tellico Area Services Systems Mark Clinton (423) 884 - 6400
Knox Chapman Utility District Scott Prater (865) 577 - 4497
Oak Ridge National Laboratory — Utilities Division Tim Cofer (865) 576 - 3332
Shane Sheppard
Consolidated Irrigation Manager
consolidatedirrigation@comcast.net 509-924-
3655
Bryan St Clair
Modern Electric Water Superintendent
bstclair@mewco.com 509-928-4540
Yakima County Water
Mike Shane — Irrigation Engineer
mike. shane@ yakimawa. ov 509-576-6480
City of Stayton
Tom Eztel, Public Works, 503/302-
5268 tetzel@ci.stayton.or.us
City of Banks
Tom Tuski 503/729-
1028 ttuski@cityofbanks.org
City of Roseburg
Tony Dietrich, PW Superintendent, 541/492-
6898 tdietrich@cit ofrosebur .or
Pine Cove Water
Jerry Holdber, 24917 Marion Ridge, Pine Cove,
CA (951) 659 2675
City of Gridley California
City of Winters California
Paso Robles Beach Water Assoc.
Robert Ruiz, PO Box 315, Cayucos
(805) 235 5417
Terrace Water
Tobi, PO Box 640, Colton
(909) 838 0291
Syracuse, New York
Clermont Florida
15
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
AMERICAN
LEAK
DETECTION
THE ORIGINAL LEAK SPECIALISTS'
City of Flint, Michigan Robert Binscik
City Of Westland, Michigan Douglas Morton
Bay Point GSW California
Arden Cordova GSW California
Clearlake GSW California
Kittery Water District Guy Hodgdon, 17 State Road, Kittery, Maine
(207) 439 0775
Specialist Fields — Military Bases
Mountain Home Air Force Base
Idaho
Edwards Air Force Base
California
Offutt Air Force Base
Omaha Nebraska
Kingsley Air Force Base
Klamath Oregon
USA Air Force Base
Romania
Previous leak detection surveys that have been carried out by our staff in the UK and
overseas.
Duration
Client
No of Connections
6 years
Essex & Suffolk Water - UK (2008 —
2014)
3m
11 years
Thames Water- UK (2002 — 2013)
15m
6 years
Scottish Water - UK (2008 — 2014)
4m
1 month
UAE
3 years
Veolia Water - UK (2009 — 2012)
5m
3 years
Veolia Water - UK (2015)
5m
3 years
Sydney Water - Aus (2015 — Present)
5m
5 years
Hunter Water NSW - Aus (2018 - 2023)
2m
6 years
Northumbrian Water — UK (2008 —
2014)
3m
12 years
South East Water - UK (1999 — 2011)
1 m
6 years
South West Water - UK (2006 — 2011)
1 m
3 years
Sutton & East Surrey Water - UK (2011
—2014)
0.3m
1 year
Severn Trent Water - UK (2012 — 2013)
4.5m
16
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
h AMERICAN
�w LEAK
"" 'DETECTION
THE ORIGINAL LEAK SPECIALISTS'
Work Plan
Methodology
Scope of works — Leak Detection Surveys
In order to tackle leakage in the most cost-effective manner it is imperative that the correct
method of leakage detection is used. Often a mix of techniques will be required to meet
objectives. The main methods we tend to adopt are; -
Open Sounding: This can take the form of either mains sounding or blanket sounding,
where all fittings are sounded, including customer stop -taps. This method is time-consuming
but can be very effective on non-metallic systems or poor pressure areas. Correlation will be
used to accurately position the leaks.
Leak Noise Correlation: Leak noise correlation is used to accurately pinpoint any leaks.
This method is able to detect the sound and vibration of water escaping from a hole or
fracture in the pipe using acoustics. By understanding the velocity of noise in any particular
pipe and taking record of the pipe material, length and diameter, we are able to accurately
locate the position of leaks on the pipeline.
Acoustic Logging: to include technologies such as `lift and shift', permanent installations
and correlating loggers. This method can be used to great effect on most networks and can
reduce survey times significantly in some areas. The main areas where this method has
limitations is in areas of high consumption, areas with a high level of MDPE, HDPE or PVC
and areas where there are few mains fittings.
Ground Microphone: Ground Microphones are particularly useful for pinpointing leaks,
especially in non-metallic networks or where noise is minimal. Where conventional methods
such as correlators cannot be use, the ground microphone can be used as a survey tool as
this equipment can detect noises at very low frequency and decibel.
Hydrogen/Nitrogen or Helium Gas Injection: Will only be used where other methods have
not been effective.
Inert gases such as Hydrogen and Helium can be fed into the pipeline to either mix with the
water directly. Where leaks are present the gas will escape with the water and due to it
being lighter than air, will find its way to the surface. We will use specialist tracing tools to
locate the gas and therefore pinpoint the leak. This approach is particularly useful in non-
metallic networks or low-pressure areas where leak noise is minimal.
Step -testing: enables areas of leakage to be narrowed down through a number of valve
operations and noting the resultant drops on the meter. This enables areas of possible
leakage to be localised quickly and therefore survey times reduced. As a company, we
favour a slightly different method to standard step -testing, where areas are completely
isolated for a period of time leaving customers with no water. Our method is to shut out an
17
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
�, AMERICAN
�0 LEAK
`'"' - DETECTION
THE ORIGINAL LEAK SPECIALISTS'
area, check the drop on the meter and then get the area opened up and the process repeated.
This ensures that customers are out of water for the shortest possible time. However, we are
happy to adopt any practices the client sees fit. The main drawbacks with all methods of step -
testing are the possible problems with water quality, poor condition of SV's (do not hold), all
work has to be done at night and interruptions to customers supplies.
The exact methods used for leak detection will vary across the area and will be dependent
on the following: -
• Available pressure in the system
• Pipe material
• Availability of fittings
• Levels of commercial consumption
• Diurnal consumption patterns
• Ground conditions
• Water quality issues
• Extraneous noise within the system
• Current level of losses
A key area of leak detection is to ensure the completeness of repairs and that the leaks can
be accurately prioritised for repair thus enabling those with the larger volumes to be repaired
first. This can be achieved by shutting out all mains leaks at night noting the drop on the district
or zonal meter and therefore quantifying the volume.
We must always ensure all staff are adequately trained, both in terms of correlation and pipe
tracing, all equipment is regularly checked for accuracy and that all GIS systems are updated
when anomalies are found. We possess our own system of regular assessment and
equipment audits that ensures that dry holes are kept to a minimum.
Method for Determining Leak Noise
In order to ascertain how far leak noise can travel in any material it is necessary to
create a noise within the network and use a correlator to trace this noise. The distance
can then be increased to the point that the correlator can no longer receive this noise.
This can be achieved by either slightly opening a fire hydrant or by creating a noise
through percussion directly onto a mains fitting.
Estimation of Leak Volume
The volume of water lost through leaks is estimated by the field engineer. This is
based on the decibels caused by the leak, the pipe material together with any visual
signs.
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
AMERICAN
LEAK
DETECTION
THE ORIGINAL LEAK SPECIALISTS -
Sub -contracting
American Leak Detection does not sub -contract any part of its work. We believe that
our client deserves the highest quality of work and this can only be achieved by using
our own highly skilled / trained staff.
Quality and Assurance
American Leak Detection subscribes to operating at the highest possible standards.
To achieve this and ensure a system of constant improvement to operate to ISO
standards and constantly review our operations.
Problem Resolution
Although our field teams are of a very high caliber there will always be times where
problems or situations are encountered. We provide highly experienced project
managers and project support staff that are on hand to provide support and advice
wherever required. The performance of the field teams is also constantly reviewed
and additional training will be provided where necessary.
Employment Practices
American Leak Detection has dedicated trainers that provide training in all aspects of
Leak Detection and Health and Safety. This is also re -enforced by company H&S
bulletins and regular H&S briefings.
I,
WE
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
h AMERICAN
�w LEAK
"" 'DETECTION
THE ORIGINAL LEAK SPECIALISTS'
Equal Opportunities Policy
American Leak Detection recognizes that it is essential to provide equal opportunities to all persons
without discrimination. This policy sets out the organizations position on equal opportunity in all
aspects of employment, including recruitment and promotion, giving guidance and encouragement to
employees at all levels to act fairly and prevent discrimination on the grounds of sex, race, marital
status, part-time and fixed term contract status, age, sexual orientation or religion.
Statement
It is the policy of ALD to ensure that no job applicant or employee receives less favorable
treatment on the grounds of sex, race, marital status, part-time and fixed term contract status,
age, sexual orientation or religion or is disadvantaged by conditions or requirements that
cannot be shown to be justifiable. The organization is committed not only to its legal
obligations but also to the positive promotion of equality of opportunity in all aspects of
employment.
The organization recognizes that adhering to the Equal Opportunities Policy, combined with
relevant employment policies and practices, maximizes the effective use of individuals in both
the organizations and employees' best interests. ALD recognizes the great benefits in having
a diverse workforce with different backgrounds, solely employed on ability.
The application of recruitment, training and promotion policies to all individuals will be on the
basis of job requirements and the individual's ability and merits.
• All employees will be made aware of the provisions of this policy.
Recruitment and Promotion
• Advertisements for posts will give sufficiently clear an accurate information to enable
potential applicants to assess their own suitability for the post. Information about
vacant posts will be provided in such a manner that does not restrict its audience in
terms of sex, race, marital status, part-time and fixed term contract status, age,
sexual orientation or religion.
• Recruitment literature will not imply a preference for one group of applicants unless
there is a genuine occupational qualification that limits the post to this particular
group, in which case this must be clearly stated.
• All vacancies will be circulated internally.
• All descriptions and specifications for posts will include only requirements that are
necessary and justifiable for the effective performance of the job.
• All selection will be thorough, conducted against defined criteria and will deal only
with the applicant's suitability for the job. Where it is necessary to ask questions
relating to personal circumstances, these will be related to job requirements and
asked to all candidates.
20
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
h AMERICAN
�w LEAK
"" 'DETECTION
THE ORIGINAL LEAK SPECIALISTS'
Employment
• ALD will not discriminate on the basis of sex, race, marital status, part-time and fixed
term contract status, age, sexual orientation or religion in the allocation of duties
between employees employed at any level with comparable job descriptions.
• ALD will put in place any reasonable measure and/or adjustments within the
workplace for those employees who become disabled during employment or for
disabled appointees.
• All employees will be considered solely on their merits for career development and
promotion with equal opportunities for all.
Training
• Employees will be provided with appropriate training regardless of sex, race, marital
status, part-time and fixed term contract status, age, sexual orientation or religion.
• All employees will be encouraged to discuss their career prospects and training need
with their Line Manager or the HR department.
Grievances and victimization
• ALD emphasizes that discrimination is unacceptable conduct which may lead to
disciplinary action under the organizations Disciplinary Procedure.
• Any complaints of discrimination will be pursued through the organizations Grievance
Procedure.
21
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
h AMERICAN
�« LEAK
'DETECTION
THE ORIGINAL LEAK SPECIALISTS'
DRUG AND ALCHOL POLICY
American Leak Detection has a zero -tolerance approach to the misuse of drugs or alcohol
and employees should not report to work under the influence of drugs or alcohol.
There is evidence that the effects of drinking or drug use or abuse can reduce personal
performance and potentially increase absence rates. In jobs where safety is paramount, such
as the transport industry, any form of drug or alcohol related problem is a very serious matter
and, in some circumstances, may be a criminal
offence.
The scope of this policy extends to alcohol, illicit drugs or substances and over-the-counter or
prescription medication if abused or taken in an irresponsible manner.
ALD reserve the right to request that an employee submit to a drug test if there is reasonable
suspicion that he or she is under the influence of alcohol and/or other drugs.
Associated hazards
Impairment of co-ordination.
Inability to drive or use equipment safely.
Lack of awareness, judgment and sense of danger.
Employer's responsibilities
American Leak Detection will: -
• Seek to identify problems at an early stage and thus minimise the risk posed to the
health and safety of employees and others.
• Ensure that appropriate arrangements are in place to minimise the likelihood of
alcohol, drugs and substance abuse occurring.
• Recognise that drug and alcohol problems are medical conditions that are potentially
treatable.
• Treat all information in the strictest of confidence.
Disciplinary procedures
If an alcohol or drug related problem comes to light that results in unacceptable
behaviour or performance it may be dealt with in accordance with our disciplinary or
capability procedures.
Behaviour or performance which is found to be unacceptable and related to alcohol or
drug abuse, may, depending on the circumstances of the individual case, result in
summary dismissal.
Employee's responsibilities
Employees must: -
• Not attend for work at any time whilst under the detrimental influence of alcohol or
drugs.
• Seek help voluntarily if they recognise they have an alcohol or drug related problem.
• Advise the employer if they are aware that a colleague has an alcohol or drug related
problem that is affecting their work. This will ensure that the employee receives the
necessary support and assistance needed.
22
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
•1)r
AMERICAN
LEAK
DETECTION
THE ORIGINAL LEAK SPECIALISTS'
ESTIMATE
Billing Phone:
Billing Fax:
Attn:
Public Services Manager
Asset Management
3335 Hancock Road
Clermont, FL 34711
Tel: 352-241-0178
Email: 352-241-0542
Estimate No: M312
Estimate Date: February 2025
Billing Address
Job Site Address
As above
City of Clermont
Item
Description of work to be performed
TOTAL
Estimate
We propose to undertake an initial Leak Detection Survey of the City of
Clermont, utilizing sonic and sub -sonic acoustic equipment in order to
localize any leaks from the potable water network.
It is understood that the area to be surveyed is approximately 30 miles of
pipework, it is estimated that this would take approximately 9 -11 days to
complete based on the pipework being predominately non-metallic. If this
is not the case costings and timeframes will need to be revised.
We shall use all available main apparatus such as gate valves, kerb stops,
fire hydrants etc. Where circumstances dictate, we shall use ground
microphones to surface sound in order to ensure the survey is accurate.
Leaks shall then be pin -pointed using Leak Noise Correlators, Pipe Tracing
Equipment and Ground Microphones. We shall complete velocity checks
and multi -point correlation to enhance accuracy.
The survey will be done at times to suit the client's requirements. This may
include working out of hours in order to gain access to traffic sensitive
roads or areas of high background noise.
A full detailed Leak report of each area will be provided in line with the
requirements.
Total
$11,800.00
Leak survey methods meet AWWA M-36 requirements.
23
Docusign Envelope ID: B26AAD1A-3E89-42C6-9E49-C81785110BED
h AMERICAN
�w LEAK
"" 'DETECTION
THE ORIGINAL LEAK SPECIALISTS'
GUARANTEE ON DETECTIONS & REPAIRS
DETECTIONS: All leak detection work is guaranteed for 30 days from the date of completion. In the
event the leak is not where marked, the customer must notify ALD within the 30-day period of
guarantee in order to receive a free re -test or to determine if a refund is valid. ALD will not be liable for
any consequential losses
24