No preview available
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