Loading...
HomeMy WebLinkAboutDownstream Services Inc; 2019-10-07; PSA20-898UTILPSA20-898UTIL City Attorney Approved Version 6/12/18 1 AGREEMENT FOR CCTV INSPECTION SERVICES FOR THE VISTA-CARLSBAD INTERCEPTOR REACHES 2-10 SERVICES DOWNSTREAM SERVICES, INC. THIS AGREEMENT is made and entered into as of the ______________ day of _________________________, 2019, by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and DOWNSTREAM SERVICES, INC., a California corporation, ("Contractor"). RECITALS A. City requires the professional services of a consultant that is experienced in CCTV inspections. B. Contractor has the necessary experience in providing professional services and advice related to CCTV inspections. C. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. D. Contractor has submitted a proposal to the City under Bid No. RFP19-814UTIL and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City 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 six (6) months 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 fifty thousand seven hundred and sixty-five dollars ($50,765). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City reserves the right to withhold a ten percent (10%) retention until City 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: 5C54AF4A-B5FB-4C35-9CA6-6639C4C2F2B2 October 7th PSA20-898UTIL City Attorney 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 City. Contractor will be under control of City only as to the result to be accomplished but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City 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 City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City’s election, City 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 City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City 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 City. 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 City. 9. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 10. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its 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 any negligence, DocuSign Envelope ID: 5C54AF4A-B5FB-4C35-9CA6-6639C4C2F2B2 PSA20-898UTIL City Attorney Approved Version 6/12/18 3 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 City incurs or makes to or on behalf of an injured employee under the City’s 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 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager or City 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. City, 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 the City 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 $2,000,000 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 City). $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 City's satisfaction, a declaration stating this. 11.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor’s profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 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 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. DocuSign Envelope ID: 5C54AF4A-B5FB-4C35-9CA6-6639C4C2F2B2 PSA20-898UTIL City Attorney Approved Version 6/12/18 4 11.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 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 City sent by certified mail pursuant to the Notice provisions of this Agreement. 11.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 11.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City 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 City to obtain or maintain insurance and City 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. City reserves the right to require, at any time, 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 City 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 City. 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 City. 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 City and Contractor relinquishes all claims to the copyrights in favor of City. 16. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. DocuSign Envelope ID: 5C54AF4A-B5FB-4C35-9CA6-6639C4C2F2B2 PSA20-898UTIL City Attorney Approved Version 6/12/18 5 For City For Contractor Name Stephanie Harrison Name Wilma Roberts Title Utilities Asset Manager Title Project Manager Department Public Works Address 2855 Progress Place City of Carlsbad Escondido, CA 92029 Address 5950 El Camino Real Phone No. (760)746-2544 Carlsbad, CA 92008 Email WilmaR@downstreamservices.com Phone No. (760)603-7310 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 whose services are 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 City 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 City Manager. The City 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 City 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: 5C54AF4A-B5FB-4C35-9CA6-6639C4C2F2B2 PSA20-898UTIL City Attorney Approved Version 6/12/18 6 21. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City 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 City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City 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 City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. 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. City 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, City 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 City 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 City, 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 City 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 City 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: 5C54AF4A-B5FB-4C35-9CA6-6639C4C2F2B2 PSA20-898UTIL City Attorney Approved Version 6/12/18 7 25. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City 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 City, 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: 5C54AF4A-B5FB-4C35-9CA6-6639C4C2F2B2 PSA20-898UTIL City Attorney 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 CITY OF CARLSBAD, a municipal corporation of the State of California DOWNSTREAM SERVICES, INC., a California corporation By: By: (sign here) for Scott Chadwick, City Manager Wilma Roberts, President & Secretary (print name/title) ATTEST: By: (sign here) for Barbara Engleson, City Clerk (print name/title) If required by City, 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, City Attorney BY: _____________________________ Deputy City Attorney DocuSign Envelope ID: 5C54AF4A-B5FB-4C35-9CA6-6639C4C2F2B2 PSA20-898UTIL City Attorney Approved Version 6/12/18 9 EXHIBIT “A” SCOPE OF SERVICES DocuSign Envelope ID: 5C54AF4A-B5FB-4C35-9CA6-6639C4C2F2B2 Scope of Services Downstream Services, Inc. (DSI) will perform Closed Circuit Television (CCTV) inspections per RFP19-814UTIL on the sewer gravity main segments that are listed in Exhibit "B", which constitute reaches 2-10 of the Vista/Carlsbad Interceptor. The Vista Carlsbad Interceptor, or VC for short, runs from the east end of Haymar Road to the Buena Vista lift station at the intersection of Jefferson St and Hwy 78. The CCTV work would pick up again at Jefferson and I-5 and continue through the Village of Carlsbad. It then flows through the railroad easement to the Agua Hedionda lift station located within the NRG property. Some segments (to be identified at the kick-off meeting) need to be inspected at night. All work needs to be completed on or before January 31, 2020. **Please note - Anyone working along the railroad tracks is required to have the NCTD Safety Training prior to entering. Also, safety training from NRG is required in order to perform work on their property. The NASSCO PACP standard will be used for all inspections. The following elements are included in the scope of services: Project Element 1 – Project Management 1.Kick-Off Meeting – DSI shall conduct a kick-off meeting with City staff upon issuance of the Notice to Proceed. The project manager and field supervisor, at a minimum, shall attend this meeting. Locations, schedule and any special instructions shall be reviewed at this time. 2.DSI shall provide contact information for a field point of contact that can be reached by City staff at any point in time while the work is being conducted. This representative shall coordinate with City staff to organize traffic control and to provide notification of work location. 3.DSI shall conduct project management activities, such as obtaining a City ROW permit and coordinating traffic control efforts as needed to complete the project within budget. Project Element 2 – Field Supervision and Traffic Control DSI is responsible for obtaining a City of Carlsbad ROW permit and maintaining traffic control throughout the project. The work zone will vary from open space areas to prime-arterial roads. It is the DSI’s responsibility to provide proper supervision at the site during all phases of work and to be responsible for planning, implementing and coordinating all traffic control work necessary, including the posting of ‘no- park’ signs. City code requires a minimum of 72 hours advanced notice prior to enforcement of the no park signs. The procedure to remove vehicles in violation of the no-park notice will be discussed at the project kick off meeting. Project Element 3 – Investigations and Equipment All CCTV inspection work shall be in accordance to the 2018 edition of the Standard Specifications for Public Works Construction (Greenbook). The City of Carlsbad’s supplemental provisions for CCTV equipment and inspections is provided below: Section 500-3.2.2 Closed Circuit Television (CCTV) System Equipment EXHIBIT A DocuSign Envelope ID: 5C54AF4A-B5FB-4C35-9CA6-6639C4C2F2B2 Add the Following: The camera head shall have a rotary head with rotational, pan and tilt movement in order to allow a full circumferential inspection and observe all portions of the pipeline. It shall have a high resolution lens capable of spanning 360 degrees circumference and 270 degrees on a horizontal axis to televise pipelines. The camera source image capture shall provide a high resolution image with a minimum of 320x240 pixels capture. The camera shall clearly show all conditions and defects. The purpose of the rotating head camera is to view all service connections, locate all defects, and confirm/identify pipe size and fabrication date. The video shall be of a high resolution quality, to be viewed on DVD reader system. The video file format shall be either MPEG 4 or WMV. Lettering 3/8- inch high and internal approval stamps of pipe manufacturers shall be clearly readable on the video. Continuously displayed on the monitors and recorded on the video shall be the date of the survey, the facility ID of the section being surveyed, upstream and downstream manhole ID numbers, distance (feet) traveled into pipeline, diameter and material. Due to the nature of the work, the DSI shall provide a self-propelled camera, capable of recording videotaped lengths and that can operate in remotely accessed areas without direct vehicular access. Section 500-3.4 Closed Circuit Television (CCTV) Inspection Add the Following: Inspection reports shall be in accordance with the standardized NASSCO Pipeline Assessment Certification Program (PACP) rating system. All CCTV operators and quality control personnel shall be PACP certified. Copies of the certification certificates with certification number of each operator expected to conduct inspections for this project must be provided in the proposal. DSI shall stop for at least 15 seconds to properly document the condition of laterals, size of pipeline, and to observe structural defects and other pertinent observations as they are encountered. The camera will pause as necessary and pan/tilt/rotate to clearly show manhole condition and structural defects from the lower manhole area to the upper manhole area as viewable by the camera. Pipe condition in respect to pipe location shall be recorded in the inspection database associated with each video. This information shall be in tabular form and include the following information: pipeline run from upstream to downstream manhole, location of defects in feet from upstream manhole, description of the defect, and other pertinent information. Location records shall also show all lateral connections. The camera operator shall record all fault conditions and other required information as an audio commentary on the tape. The audio portion of the file shall be sufficiently free from electrical interference and/or background noise so that the narration is completely intelligible. The audio shall remain accurate to the original source voice through the digital video processing. The audio narrative shall describe all notable defects found including the location in feet from the upstream manhole and type of each defect. EXHIBIT A DocuSign Envelope ID: 5C54AF4A-B5FB-4C35-9CA6-6639C4C2F2B2 EXHIBIT A DSI is to abandon CCTV survey upon discovery of a plugged pipe and attempt to reverse pull if feasible. If a plugged pipe is found DSI will notify the city project manager immediately. A QA/QC procedure by DSI shall be developed to ensure high quality results from the televising. *Vista-Carlsbad interceptor sewer pipe information and segment data can be found on Exhibit "B" Project Element 4 – Reporting and Deliverables The DSI shall provide electronic PDF reports of inspection results from the CCTV and condition assessment. All CCTV inspections must be coded using NASSCO’s PACP v7.0 coding system. CUES GraniteNet is the preferred inspection software. If Granite Net will not be used, then use of NASSCO certified CCTV inspection software is required. DSI will make available for download either a GraniteNet or PACP database with the inspections and video/pictures. In the event that a PACP database is used, there are sometimes problems importing from a PACP database into the City of Carlsbad’s GraniteNet software. If this occurs, DSI agrees to modify any problem codes on their end and resubmit the database as needed until the inspections are imported successfully into the city’s database. Upon completion of the first day of inspections, DSI shall submit a copy of all segments inspected to demonstrate the typical video, audio quality, summary log of inspection, and database format that will be provided throughout the project. Upon approval, submittal of this data shall be delivered to the Project Manager after the completion of the project. DSI may use Drop Box, One Drive, ShareFile or an FTP site as a method of delivery for the progress submittal. Representative photos of pipeline conditions shall be taken at serious defect locations. When these “red flag” conditions are noted, the DSI shall immediately notify the City of the need for emergency repair. At the end of the project the DSI shall also submit a summary inspection log that shows for each segment the televised date of inspection, PACP score, summary of defect codes and all red flags. CCTV site maps provided by the city shall also be returned with redlines to display any discrepancies between the City’s asset inventory and actual field conditions. Billing shall be in accordance with the fee schedule below and occur monthly. Invoices shall include a backup of the charged time and materials. DocuSign Envelope ID: 5C54AF4A-B5FB-4C35-9CA6-6639C4C2F2B2 Fee Schedule: Description Rate Unit Usage Total Project Manager $100.00 HR 36 $ 3,600.00 Foreman and Crew Truck $141.75* HR 36 $ 5,103.00 CCTV Operator and Equipment $242.55* HR 72 $17,463.60 CCTV/TC Technician $113.40* HR 72 $ 8,164.80 Traffic Control Truck, Signage Technician $ 163.80* HR 72 $11,793.60 Data Analyst – Reporting and Deliverables $ 65.00 HR 16 $ 1,040.00 Crew Training (non-PW) Per Employee $ 100.00 HR 36 $ 3,600.00 ========== Estimated Total (not to exceed) $50,765.00 *Night work (5pm to 5am) is billed at 5% above regular rates. Current assumption is that all CCTV work will be done at night and these rates have already been marked up 5%. At the project kick-off meeting DSI and the City will determine what work will be done at night. Only night work will be billed at these rates. Any work done during the day will be billed at 5% less per hour. EXHIBIT A DocuSign Envelope ID: 5C54AF4A-B5FB-4C35-9CA6-6639C4C2F2B2 PSA20-898UTIL City Attorney Approved Version 6/12/18 10 EXHIBIT “B” VISTA-CARLSBAD INTERCEPTOR SEWER REACHES 2-10 PIPE SEGMENT DATA DocuSign Envelope ID: 5C54AF4A-B5FB-4C35-9CA6-6639C4C2F2B2 VISTA-CARLSBAD INTERCEPTOR SEWER REACHES 2 THROUGH 10 PIPE SEGMENT DATA SPREADSHEET EXHIBIT B Segment Reach FacilityID Up_MH Down_MH Material Diameter Slope Date of Last Cleaning Pipe Length 1 2 SWM1533 2C-7 2C-6 DIP 42 0.61 2/1987 86 2 2 SWM1532 2C-6 2C-5 DIP 42 0.76 2/1987 337 3 2 SWM1531 2C-5 2C-4 DIP 42 0.49 2/1987 407 4 2 SWM1530 2C-4 2C-2 DIP 42 0.37 2/1987 525 5 2 SWM1529 2C-2 2C-3 DIP 42 0.25 2/1987 204 6 2 SWM1527 2C-3 1D-8 DIP 42 0.37 2/1987 564 7 2 SWM1526 1D-8 1D-2 DIP 42 0.14 2/1987 334 8 2 SWM1524 1D-2 1D-6 DIP 42 0.36 2/1987 145 9 2 SWM1474 1D-6 1D-9 DIP 42 0.38 2/1987 153 10 3 SWM1528 1D-9 1D-7 DIP 36 10.00 8/2006 13 11 3 SWM1562 1D-7 1D-14 DIP 36 0.20 8/2006 415 12 3 SWM1560 1D-14 1D-13 DIP 36 0.19 8/2006 246 13 3 SWM1559 1D-13 1D-12 DIP 36 0.19 8/2006 480 14 3 SWM1558 1D-12 1D-11 DIP 36 0.20 8/2006 345 15 3 SWM1556 1D-11 1D-10 DIP 36 0.20 8/2006 335 16 3 SWM1555 1D-10 1C-3 DIP 36 0.20 8/2006 340 17 3 SWM1554 1C-3 1C-1 DIP 36 0.19 8/2006 305 18 3 SWM1553 1C-1 1C-2*DIP 36 0.19 8/2006 328 19 3 SWM1563 1C-2 1C-4 DIP 36 0.36 8/2006 391 20 3 SWM1655 1C-4 SLS20 DIP 30 2.00 2/2000 45 21 3 SWM1621 4D-16 4D-17 RCP 36 2.10 2/2000 330 22 3 SWM1622 4D-17 4D-15 RCP 36 2.64 3/2006 311 23 3 SWM1619 4D-15 4D-14 HOBAS 36 2.68 3/2006 329 24 5 SWM1618 4D-14 9B-32 HOBAS 42 0.19 3/2006 838 25 5 SWM1617 9B-32 9B-21 HOBAS 42 0.20 3/2006 859 26 5 SWM1616 9B-21 9B-31 HOBAS 42 0.19 3/2006 132 27 6 SWM1613 9B-31 9D-28 HOBAS 42 0.20 3/2006 1076 28 6 SWM1612 9D-28 10C-34 HOBAS 42 0.19 3/2006 895 29 7 SWM1611 10C-34 9D-33 HOBAS 42 0.65 3/2006 785 30 7 SWM1610 9D-33 9D-32 HOBAS 42 0.20 3/2006 542 31 8 SWM1609 9D-32 15B-11 RCP 42 0.26 6/2006 972 32 9 SWM1608 15B-11 15B-13 RCP 48 0.07 6/2006 475 33 10 SWM1607 15B-13 16A-78 RCP 48 0.08 6/2006 538 34 10 SWM1606 16A-78 16A-77 RCP 48 0.07 6/2006 530 35 10 SWM1605 16A-77 16C-92 RCP 48 0.07 6/2006 958 36 10 SWM1604 16C-92 16C-91 RCP 48 0.08 6/2006 106 37 10 SWM1602 16C-91 16C-90 RCP 48 0.07 6/2006 297 38 10 SWM1601 16C-90 16C-59 RCP 48 0.07 6/2006 439 39 10 SWM1600 16C-59 16C-2 RCP 48 0.08 6/2006 455 40 10 SWM1599 16C-2 16C-87 RCP 48 0.08 6/2006 428 17,295TOTAL LINEAL FEET * "Smartcover" level detector is installed in this manhole. Coordinate shutdown with City prior to removing manhole cover to avoid damaging the device. Revised 09/25/2018 1 of 1 DocuSign Envelope ID: 5C54AF4A-B5FB-4C35-9CA6-6639C4C2F2B2