Loading...
HomeMy WebLinkAboutNu Flow America Inc dba Aquam Pipe Diagnostics; 2019-12-03; PSA20-968UTILPSA20-968UTIL General Counsel Approved Version 6/12/18 1 AGREEMENT FOR EMERGENCY CCTV INSPECTION AT AVENIDA ENCINAS & SOUTH OF PALOMAR AIRPORT ROAD NU FLOW AMERICA, INC. dba AQUAM PIPE DIAGNOSTICS THIS AGREEMENT is made and entered into as of the ______________ day of ___________________, 2019, by and between the CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad, ("CMWD"), and NU FLOW AMERICA, INC. dba AQUAM PIPE DIAGNOSTICS, a New York corporation, ("Contractor"). RECITALS A. CMWD requires the professional services of a pipeline assessment and inspection technology provider that is experienced in CCTV inspection services. B. Contractor has the necessary experience in providing professional services and advice related to CCTV inspection and pipeline assessment. C. Contractor has submitted a proposal to CMWD and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, CMWD and Contractor agree as follows: 1. SCOPE OF WORK CMWD retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement’s terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of thirty (30) days from the date first above written. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term shall not exceed eleven thousand dollars ($11,000). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. CMWD reserves the right to withhold a ten percent (10%) retention until CMWD has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". DocuSign Envelope ID: 98FDD67A-21B5-443F-A8BC-8216831C48CC December 3rd PSA20-968UTIL General Counsel Approved Version 6/12/18 2 6. PREVAILING WAGE RATES Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. 7. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of CMWD. Contractor will be under control of CMWD only as to the result to be accomplished, but will consult with CMWD as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of CMWD for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. CMWD will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. CMWD will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify CMWD and the City of Carlsbad within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which CMWD may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At CMWD’s election, CMWD may deduct the indemnification amount from any balance owing to Contractor. 8. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of CMWD. If Contractor subcontracts any of the Services, Contractor will be fully responsible to CMWD for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and CMWD. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by CMWD. 9. OTHER CONTRACTORS CMWD reserves the right to employ other Contractors in connection with the Services. 10. INDEMNIFICATION Contractor agrees to indemnify and hold harmless CMWD and the City of Carlsbad, their officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney’s fees arising out of the performance of the work described herein caused by DocuSign Envelope ID: 98FDD67A-21B5-443F-A8BC-8216831C48CC PSA20-968UTIL General Counsel Approved Version 6/12/18 3 any negligence, recklessness, or willful misconduct 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 parties expressly agree that any payment, attorney’s fee, costs or expense CMWD or the City of Carlsbad incurs or makes to or on behalf of an injured employee under the their self- administered workers’ compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 11. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor’s agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California’s List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best’s Key Rating Guide of at least “A:X”; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 11.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless the Risk Manager or Executive Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. CMWD, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to CMWD as an additional insured. 11.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an “occurrence” basis, including personal & advertising injury, with limits no less than $1,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 11.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for CMWD). $1,000,000 combined single-limit per accident for bodily injury and property damage. 11.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to CMWD's satisfaction, a declaration stating this. 11.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 11.2.1 CMWD will be named as an additional insured on Commercial General Liability which shall provide primary coverage to CMWD. 11.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. DocuSign Envelope ID: 98FDD67A-21B5-443F-A8BC-8216831C48CC PSA20-968UTIL General Counsel Approved Version 6/12/18 4 11.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to CMWD sent by certified mail pursuant to the Notice provisions of this Agreement. 11.3 Providing Certificates of Insurance and Endorsements. Prior to CMWD's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to CMWD. 11.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then CMWD will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by CMWD to obtain or maintain insurance and CMWD may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 11.5 Submission of Insurance Policies. CMWD reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 12. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 13. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of CMWD during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 14. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of CMWD. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to CMWD. Contractor will have the right to make one (1) copy of the work product for Contractor’s records. 15. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in CMWD and Contractor relinquishes all claims to the copyrights in favor of CMWD. 16. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of CMWD and on behalf of Contractor under this Agreement. DocuSign Envelope ID: 98FDD67A-21B5-443F-A8BC-8216831C48CC PSA20-968UTIL General Counsel Approved Version 6/12/18 5 For CMWD For Contractor Name Matt Jacobs Name Sam Wick Title Utility Supervisor Title National Sales Manager Carlsbad Municipal Water District Address 7710 Kenamar Court Address 5950 El Camino Real San Diego, CA 92121 Carlsbad, CA 92008 Phone 904-456-7926 Phone 760-802-4504 E-mail samuel.wick@aquamcorp.com Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 17. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all categories. Yes No 18. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that the services required by this Agreement. 19. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 20. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or CMWD will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the Executive Manager. The Executive Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the Executive Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. DocuSign Envelope ID: 98FDD67A-21B5-443F-A8BC-8216831C48CC PSA20-968UTIL General Counsel Approved Version 6/12/18 6 21. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, CMWD may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If CMWD decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, CMWD may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by CMWD and all work in progress to CMWD address contained in this Agreement. CMWD will make a determination of fact based upon the work product delivered to CMWD and of the percentage of work that Contractor has performed which is usable and of worth to CMWD in having the Agreement completed. Based upon that finding CMWD will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of CMWD, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to CMWD. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. CMWD will make the final determination as to the portions of tasks completed and the compensation to be made. 22. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, CMWD will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 23. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any agreement claim submitted to CMWD must be asserted as part of the agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to CMWD, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If CMWD seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for CMWD to terminate this Agreement. 24. JURISDICTION AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. DocuSign Envelope ID: 98FDD67A-21B5-443F-A8BC-8216831C48CC PSA20-968UTIL General Counsel Approved Version 6/12/18 7 25. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon CMWD and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of CMWD, which shall not be unreasonably withheld. 26. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// DocuSign Envelope ID: 98FDD67A-21B5-443F-A8BC-8216831C48CC PSA20-968UTIL General Counsel Approved Version 6/12/18 8 27. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR NU FLOW AMERICA, INC dba AQUAM PIPE DIANOSTICS, a New York corporation CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad By: By: (sign here) Vicki V. Quiram, General Manager as authorized by the Executive Manager Steven Stringer, Secretary & CFO (print name/title) By: (sign here) Justin Mizell, President (print name/title) If required by CMWD, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Group B Chairman, Secretary, President, or Assistant Secretary, Vice-President CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, General Counsel By: _____________________________ Deputy General Counsel DocuSign Envelope ID: 98FDD67A-21B5-443F-A8BC-8216831C48CC PSA20-968UTIL General Counsel Approved Version 6/12/18 9 EXHIBIT “A” SCOPE OF SERVICES DocuSign Envelope ID: 98FDD67A-21B5-443F-A8BC-8216831C48CC Head office 7710 Kenamar Court, San Diego, CA 92121, USA. (858) 242-1640 E: info@aquamcorp.com UK office Unit 8, Masons Place Business Park, Nottingham Road, Derby, DE21 6YZ, United Kingdom. +44 (0)1332 200563 E: info@aquamcorp.com W: www.aquamcorp.com P a g e | 1 Investigator™ field Services pricing *Pilot entails showcasing or demonstrating the technology at a location chosen by the client. This discounted rate is made available to all clients ONCE as an introduction to APD if they have not had first hand experience of the technology in the field before. Investigator™ Field Services Overview and workflow Project Planning Prior to mobilization to project site, a Site Inspection Request Form will be sent to the client for completion. This process is an essential step in the project planning phase to accumulate all the data that is required to facilitate deployment. The purpose of this exercise is: 1. To review all available information including plans, profiles and as-builts. 2. To create a better understanding of the assignment and select the optimal tools to achieve the expected data output. 3. To assess project feasibility in terms of operational conditions, pipe configuration and access. We will need to know the exact specifications of hydrants that will be utilized as entry points and their condition to ascertain whether access is possible or if we need to use another location. This will be determined during a preliminary site inspection and a contingency plan will be developed. Preliminary Site Inspection Following review of all available data from the Site Inspection Request Form, Aquam Pipe Diagnostics will request an introductory project meeting with the client to meet the project team and to perform a Preliminary Site Inspection. This inspection will include the following tasks: INVESTIGATOR DAILY INSPECTION FEE (8hrs) 5,000 MOBILIZATION (1 per project) 5,000 PRE INSPECTION (1 per project) 2,500 REPORT (1 per project) 2,500 *PILOT (ONE OFF) 9,500 Investigator™ field services DocuSign Envelope ID: 98FDD67A-21B5-443F-A8BC-8216831C48CC Head office 7710 Kenamar Court, San Diego, CA 92121, USA. (858) 242-1640 E: info@aquamcorp.com UK office Unit 8, Masons Place Business Park, Nottingham Road, Derby, DE21 6YZ, United Kingdom. +44 (0)1332 200563 E: info@aquamcorp.com W: www.aquamcorp.com P a g e | 2 1. Verify and inspect insertion locations 2. Allocate alternate insertion locations 3. Take photographs of all insertion points 4. Identify any traffic control issues 5. Identify any health and safety issues 6. Pinpoint any potential challenges that may occur and develop a contingency plan. 7. Record any points of interest such as surfacing water, sinkholes, etc. Health and safety process Aquam Pipe Diagnostics is conscious that every environment presents its own challenges with regard to a safe worksite. Aquam Pipe Diagnostics implement safety measures to each environment’s specific challenges. A physical security survey and assessment will be conducted to determine areas that have a potential for safety issues. For work areas that are determined to have potential safety issues, Aquam Pipe Diagnostics will adopt additional security measures, adjust working hours and provide additional employee training to ensure workers’ safety as they conduct surveys in these areas. Our workplace safety strategy includes measures to detect, assess, and manage threats. Prior to working in each area, Aquam Pipe Diagnostics will: • Conduct a physical security survey and assessment of the area. • Establish procedures for addressing threats and threatening behavior. • If necessary, provide access to outside resources, such as threat assessment professionals. • Train field personnel on early recognition of warning signs of problematic situations. • Train field personnel on ways of preventing or defusing volatile situations • Provide a standard response action plan for volatile situations, including availability of assistance and communication procedures. All Aquam Pipe Diagnostics field personnel are trained in specific traffic control procedures. Crew members will be provided traffic control signs, rotating warning lights, corner strobe lights, cones, and traffic arrow boards on the trucks and will use these traffic control tools to set up safe workplaces as needed. If traffic control is very difficult in certain areas, then Aquam Pipe Diagnostics may reschedule to complete the work at night or when the volume of traffic is minimal. Chlorination Investigator™ Field Services DocuSign Envelope ID: 98FDD67A-21B5-443F-A8BC-8216831C48CC Head office 7710 Kenamar Court, San Diego, CA 92121, USA. (858) 242-1640 E: info@aquamcorp.com UK office Unit 8, Masons Place Business Park, Nottingham Road, Derby, DE21 6YZ, United Kingdom. +44 (0)1332 200563 E: info@aquamcorp.com W: www.aquamcorp.com P a g e | 3 Chlorination of cameras and equipment inserted into potable water mains will be performed continuously during deployment and pull back. Our process and chlorine solution exceeds AWWA Industry Standards C651 for in-line inspection technologies. All cameras have been used in potable water systems ONLY and are not adapted, recycled or sanitized for use in drinking water systems from any other industry or source. Field operatives are required to handle the equipment only when wearing hand protection and must keep the equipment elevated from the ground to prevent contamination from any other source. Average Daily Inspection Distances The typical average daily inspection distance utilizing the Investigator™ is approximately 1200ft or 3 insertions. This is assuming 200ft upstream and downstream of any one insertion point. This is an estimate and is largely determined by the conditions in the field and can be impacted by tuberculation and unknown obstructions in the pipe, multiple bends, complications with the access point, inadequate flows or pressure where required, etc. Thorough project planning and a pre-site inspection prior to mobilization is key to identify problematic situations and develop a contingency plan where required. If for some reason an inspection has to be abandoned or rescheduled, APD will not do so without approval from the client. Despite every effort that is made to avoid unfavorable conditions, APD cannot guarantee or predict the distance or the volume of data that will be captured during each inspection. Conversely, if conditions are optimal it is possible to achieve a greater inspection distance than the above mentioned daily average. Mobilization Summary Mobilization fees cover the following costs: • Review of project plans • Equipment and staffing logistics to and from the project sites • Tool calibration • Project Management • Labor and expenses including accommodations and per diems. Investigator™ Field Services DocuSign Envelope ID: 98FDD67A-21B5-443F-A8BC-8216831C48CC Head office 7710 Kenamar Court, San Diego, CA 92121, USA. (858) 242-1640 E: info@aquamcorp.com UK office Unit 8, Masons Place Business Park, Nottingham Road, Derby, DE21 6YZ, United Kingdom. +44 (0)1332 200563 E: info@aquamcorp.com W: www.aquamcorp.com P a g e | 4 Deliverables On completion of the inspection, a summary report in PDF format will be submitted to the client within 14 days of leaving the inspection site. The summary report shall include: 1. Site Inspection Report for each insertion point 2. A Leak Report for every confirmed leak 3. Pictures taken during the inspection 4. Results of the inspection 5. Data Analysis 6. Recommendations All video footage and imagery from the inspection will be made available to the client via a shared portal to accompany the summary report. Additional Information The field services pricing structure for the Investigator™ is charged on a per day basis. Please note, we do not charge per insertion or per foot inspected. A pre-inspection fee is applicable prior to mobilization to conduct an on-site preliminary job walk to verify project feasibility and determine what enabling works are necessary to access the pipeline. This is charged at a daily rate regardless of location. This is our typical protocol, however this may not always be possible in an emergency situation. Mobilization to and from the project site will be charged at a flat rate each time mobilization is required. Pricing assumes access to the pipe is achievable. Enabling works or additional means to get on to the pipe are not included in this pricing. During the inspection, if an insertion point becomes unsuitable to continue the inspection, the APD Team will notify the onsite client representative of termination of the investigation and with approval, will move to the next available access point or abandon the project if an alternative is not available. Investigator™ Field Services DocuSign Envelope ID: 98FDD67A-21B5-443F-A8BC-8216831C48CC Head office 7710 Kenamar Court, San Diego, CA 92121, USA. (858) 242-1640 E: info@aquamcorp.com UK office Unit 8, Masons Place Business Park, Nottingham Road, Derby, DE21 6YZ, United Kingdom. +44 (0)1332 200563 E: info@aquamcorp.com W: www.aquamcorp.com P a g e | 5 Excessive sedimentation and discoloration that is present in the pipe may impact visibility throughout the inspection. Investigator™ PRODUCT Pricing See below details of product pricing for both Investigator systems. Product development and manufacturing of all Aquam technologies takes place at our San Diego, CA facility, therefore all equipment and parts will ship from this location. All products come with a warranty of 12 months as standard from the date of delivery. Repairs are also conducted out of our San Diego facility. Loaner cameras are available during this period. Software is included with the system and updates are available at no charge. Product Price (MSRP) Investigator E 58,000 (Currently 30% off listed price) Investigator PRO 85,000 (Currently 30% off listed price) *These prices do not include S&H System Components Investigator E (MSRP $58K + S&H) QTY 300ft rigid push rod cable 1 Cable Drum w/encoder 1 Electronic drive system and seal arrangement 1 Electronic drive system control box 1 37mm camera head with 512hz sonde 1 Control station with Panasonic Toughbook PC 1 2in. BSP quick release adapter fitting 1 Cable Pack (3m + 6m interface, 6m drive mech lead, and region specific power cable) 1 Software for CCTV and leakage viewing and recording 1 Chlorination package (swabs, tablets and spray) 1 Consumables package (Seals, O-Rings, Silicone, Screws, Loctite) 1 Headphones for leak detection 1 Investigator™ Product pricing DocuSign Envelope ID: 98FDD67A-21B5-443F-A8BC-8216831C48CC Head office 7710 Kenamar Court, San Diego, CA 92121, USA. (858) 242-1640 E: info@aquamcorp.com UK office Unit 8, Masons Place Business Park, Nottingham Road, Derby, DE21 6YZ, United Kingdom. +44 (0)1332 200563 E: info@aquamcorp.com W: www.aquamcorp.com P a g e | 6 Investigator PRO (MSRP $85K + S&H) QTY Investigator Dual sensor camera head (Small, 22mm) 1 Investigator+ Dual sensor camera head (Large, 37mm) 1 Cable drum with slip-ring and encoder 2 300ft Cable (Flexible) 1 300ft Cable (Rigid) 1 Electronic drive system and seal arrangement 2 Electronic drive system control box 1 Control station with Panasonic Toughbook 1 Female 2.0in BSP bossed DN80 / DN100 Adaptor plate (316 Stainless) 1 Male 2.0in BSP Standpipe (316 Stainless) 1 Instantaneous Fitting 1 Set of centralizing skids 1 Chlorination package including swabs, tablets, spray bottle 1 Consumables package (Seals, O-Rings, Silicone, Screws, Loctite) 1 Headphones for leak detection 1 Cable Pack (3m + 6m interface, 6m drive mech lead, and region specific power cable) 1 Product Training All Investigator purchases include two full days on-site training free of charge. Additional training days will be charged at $2500 per day. Investigator™ Product pricing DocuSign Envelope ID: 98FDD67A-21B5-443F-A8BC-8216831C48CC