Loading...
HomeMy WebLinkAboutMatchpoint Inc dba Matchpoint Water Asset Management Inc; 2020-04-09; PSA20-1086UTILPSA20-1086UTIL General Counsel Approved Version 6/12/18 1 AGREEMENT FOR POTABLE WATER DISTRIBUTION SYSTEM LEAK DETECTION MATCHPOINT WATER ASSET MANAGEMENT, INC. THIS AGREEMENT is made and entered into as of the ______________ day of ___________________, 2020, 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 MATCHPOINT, INC. dba MATCHPOINT WATER ASSET MANAGEMENT, INC., a North Carolina corporation, ("Contractor"). RECITALS A. CMWD requires the professional services of a consultant that is experienced in leak detection of a potable distribution system. B. Contractor has the necessary experience in providing professional services and advice related to leak detection of a potable distribution system. 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 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 thirty-four thousand five hundred dollars ($34,500). No other compensation for the Services will be allowed. 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". 6. 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 DocuSign Envelope ID: 0D06EAEF-7326-4DB1-B8EE-8FAEBC321F48 April 9th PSA20-1086UTIL General Counsel Approved Version 6/12/18 2 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. 7. 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. 8. OTHER CONTRACTORS CMWD reserves the right to employ other Contractors in connection with the Services. 9. 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 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 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. 10. 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. DocuSign Envelope ID: 0D06EAEF-7326-4DB1-B8EE-8FAEBC321F48 PSA20-1086UTIL General Counsel Approved Version 6/12/18 3 10.1 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. 10.1.1 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. 10.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for CMWD). $2,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 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. 10.1.4 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. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 CMWD will be named as an additional insured on Commercial General Liability which shall provide primary coverage to CMWD. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 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. 10.3 Providing Certificates of Insurance and Endorsements. Prior to CMWD's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to CMWD. 10.4 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. DocuSign Envelope ID: 0D06EAEF-7326-4DB1-B8EE-8FAEBC321F48 PSA20-1086UTIL General Counsel Approved Version 6/12/18 4 10.5 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. 11. 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. 12. 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. 13. 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. 14. 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. 15. 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. For CMWD For Contractor Name Mario Remillard Name Austin Deaver Title Utilities Supervisor, Meter Services Title Area Account Manager Carlsbad Municipal Water District Address 2919 Orvilloe Wright Way, Ste 200 Address 5950 El Camino Real Wilmington, NC 28405 Carlsbad, CA 92008 Phone 910-584-5690 Phone 760-603-7343 E-mail adeaver@matchpointinc.us 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. 16. 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 DocuSign Envelope ID: 0D06EAEF-7326-4DB1-B8EE-8FAEBC321F48 PSA20-1086UTIL General Counsel Approved Version 6/12/18 5 17. 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. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. 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. 20. 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. DocuSign Envelope ID: 0D06EAEF-7326-4DB1-B8EE-8FAEBC321F48 PSA20-1086UTIL General Counsel Approved Version 6/12/18 6 21. 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. 22. 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. 23. 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. 24. 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. 25. 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: 0D06EAEF-7326-4DB1-B8EE-8FAEBC321F48 PSA20-1086UTIL General Counsel Approved Version 6/12/18 7 26. 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 CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad MATCHPOINT, INC. dba MATCHPOINT WATER ASSET MANAGEMENT, INC., a North Carolina corporation By: By: (sign here) Vicki V. Quiram, General Manager as authorized by the Executive Manager S. Barry Hales, President (print name/title) By: (sign here) Wendy Cogins, CFO (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: _____________________________ Assistant General Counsel DocuSign Envelope ID: 0D06EAEF-7326-4DB1-B8EE-8FAEBC321F48 PSA20-1086UTIL General Counsel Approved Version 6/12/18 8 EXHIBIT “A” SCOPE OF SERVICES DocuSign Envelope ID: 0D06EAEF-7326-4DB1-B8EE-8FAEBC321F48 PROPOSAL FOR CARLSBAD MUNICIPAL WATER DISTRICT 1 Leak Detection Services PROSPOSAL PREPARED FOR Carlsbad Municipal Water District 5950 El Camino Real Carlsbad, CA 92008 For Carlsbad Municipal Water PREPARED BY Austin Deaver Matchpoint Water Asset Management Inc. 2919 Orville Wright Way, Suite 200 Wilmington, NC 28405 adeaver@matchpointinc.us EXHIBIT A DocuSign Envelope ID: 0D06EAEF-7326-4DB1-B8EE-8FAEBC321F48 PROPOSAL FOR CARLSBAD MUNICIPAL WATER DISTRICT 2 Carlsbad Municipal Water District 5950 El Camino Real Carlsbad, CA 92008 Matchpoint Water Asset Management Inc. (MWAM) is pleased to submit to Carlsbad Municipal Water District the enclosed proposal to perform 115 Miles of Acoustic Leak Detection Services. Matchpoint is dedicated to the integration of people, processes, and technology that enable stewardship for the provision and procurement of water, the world’s most precious resource. Our commitment to efficiency, creativity, critical thinking, thoughtful solutions and responsible stewardship of the environment is expressed in every contact we make. MWAM uses highly trained and experienced personnel along with the most advanced equipment and technology, in performing our Leak Detection Services. We also offer these products for purchase and have developed an excellent hands-on training program for your staff, should this be of interest to you. I invite you to visit our website at www.matchpointinc.us to learn more about us and read some of the customer case studies. Know that the Matchpoint staff is worthy and capable and thanks you for the opportunity to submit its ideas and solutions to Carlsbad Municipal Water District. Sincerely, Barry Hales President P: (910) 509-7225 bhales@matchpointinc.us State of Incorporation: NC Years in Business: 14 Years Key Personnel: Austin Deaver, Area Account / Project Manager PH: 910-584-5690 adeaver@matchpointinc.us DocuSign Envelope ID: 0D06EAEF-7326-4DB1-B8EE-8FAEBC321F48 PROPOSAL FOR CARLSBAD MUNICIPAL WATER DISTRICT 3 Table of Contents Project Methodology • Initial Survey • Pinpointing Phase • Leak Reports and Communication Qualifications and Experience Performance of Previous Work Quality Control/Assurance Program Pricing DocuSign Envelope ID: 0D06EAEF-7326-4DB1-B8EE-8FAEBC321F48 PROPOSAL FOR CARLSBAD MUNICIPAL WATER DISTRICT 4 Project Methodology As standard, Matchpoint will execute all services 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. We understand all survey areas are different, varying in type of environment, pipe material, pipe sizes, number of listening points, and available system information. Matchpoint is accustomed to working under diverse circumstances. We have successfully executed many projects in complex areas with all pipe types for municipalities, mobile home parks, airports, large residential systems, prisons, and schools amongst others, where we have at times had to utilize specialized approaches and technologies. While our main methodology will guide the majority of our work, additional technology and methods may be implemented to address obscure areas. Matchpoint will execute each survey in two phases: the initial survey followed by the pinpointing phase to locate suspected leaks. Initial Survey Matchpoint will conduct an initial inspection of the service area and determine the best approach and equipment to be used for the most accurate and timely results. We will inspect all valves, hydrants and service connections as needed for adequate coverage based on pipe material and infrastructure environment in order to ensure a thorough initial investigation of the suspect area for any indications of leak noise. The area of investigation will be inspected initially with manual sounding equipment which includes the listening stick and ground microphone technology in the Primayer Mikron kit. Sounding will take place at the distances required in the project scope at minimum or as needed to comprehensively cover the area of investigation for the presence of leak noise based on the system pipe material, diameter and pressure. When warranted, Phocus 3 noise loggers will be placed in designated system areas on direct contact points during daytime hours. The loggers will be placed on points no farther than 500 feet apart on AC and metallic pipe as needed for initial investigation or additional follow up. It is ideal to conduct the initial survey using Phocus 3 loggers in conjunction with manual sounding as they are programmed to listen and record noise at night when listening conditions are optimal: the distribution system is at its highest pressure and ambient noise is lowest. The loggers take three separate listening samples throughout the night. Each morning the field crew will use a Phocus 3 communication module to extract the data from each logger for analysis. If leak noise is indicated by the loggers, then further investigation through the Pinpointing Phase methods will be carried out. The leakage data can also be sent to a remote viewing platform and contact points with leakage status are plotted on a map for easy tracking and reporting. Once the data is gathered and the area is fully investigated for leakage via manual sounding and logger deployments, the loggers will be removed and placed on the next area of the system along DocuSign Envelope ID: 0D06EAEF-7326-4DB1-B8EE-8FAEBC321F48 PROPOSAL FOR CARLSBAD MUNICIPAL WATER DISTRICT 5 with additionally manual sounding of assets. The process will continue until the entire system to be surveyed is complete. INITIAL PHASE TECHNOLOGY Technology Description Phocus 3 Acoustic Noise Loggers and Communication Module Wirelessly detects leak noise for temporary, semi-permanent or permanent applications. Provides a repeatability confidence as well as a decibel level and leak indication via wireless comms device or drive by applications. Mikron3 electronic listening stick A leak listening system with high acoustic sensitivity. Ideal for direct leak listening on water fittings and probing over the pipe. Mikron3 ground microphone A wireless ground microphone and electronic listening stick that can be used for initial survey and/or for pinpointing leaks by directly listening over the pipe. Pinpointing Phase All suspect leak locations will be subjected to further detection practices. For routine, non- complex areas, our field crew will utilize a Eureka3 and/or Enigma real-time computerized acoustic noise correlator to pinpoint suspect leak immediately following leak discovery. If multiple leaks are identified, then pinpointing practices will be prioritized by suspected severity of leaks. Two Eureka3 or Enigma loggers will be placed on direct contact points surrounding the identified leak. Pipe material, logger distance, and pipe size are entered into the system. The correlator uses the information, listens for leakage, and programmed algorithms generate the leak velocity and location of the leak in feet from each contact point. The field crew will then physically measure out the distance from each logger above the pipeline as indicated by provided system maps. Matchpoint will utilize pipe locators to find the pipelines and map the system if needed, prior to conducting the correlation. To ensure maximum precision and leak point accuracy, it is Matchpoint protocol to confirm all pinpointed leaks by listening over the pinpointed location using a ground microphone or probe rod for additional confirmation on the precise location where leakage is occurring. Once confirmed with the ground microphone, the pinpointed location is marked and reported via a daily leak card and report. DocuSign Envelope ID: 0D06EAEF-7326-4DB1-B8EE-8FAEBC321F48 PROPOSAL FOR CARLSBAD MUNICIPAL WATER DISTRICT 6 Complex areas: In complex areas, such as those with high environmental background noise, high day-time water usage, busy intersections with multiple pipes, quiet leaks, or large plastic mains, the Enigma and/or Enigma Hy-Q non-real time correlating noise loggers will be utilized. The Enigma and Enigma Hy-Q are the most accurate tools available for pinpointing on PVC or large mains as well as give the ability to correlate at a predetermined future time to gauge the best ability to obtain the highest leak noise evidence for pinpointing. The Enigma loggers will be placed on direct contact points on either side of the suspect leak and will log noise data during nighttime hours. If utilizing the Enigma Hy-Q loggers, fire hydrants or service taps are used to deploy the loggers inside of the water column for improved noise reception on larger or PVC mains. The field crew will collect the data the following morning for analysis. If leak noise is pinpointed by the system, then the field crew will follow the same aforementioned protocol for measuring the distance to the leak, confirming with the Mikron3 ground microphone and physically marking the leak location. PINPOINTING PHASE TECHNOLOGY Technology Description Eureka3 Real-time acoustic correlator Real-time correlator with advanced filtering system to pinpoint the most difficult leaks. Enigma Non-real time acoustic correlator Non-real time correlating system for noisy, complex, or busy areas. Enigma Hy-Q with Hydrophone Adaptor Non-real time acoustic correlator Non-real time correlating system further optimized for larger pipes and over longer distances. Mikron3 ground microphone A wireless ground microphone and electronic listening stick that can be used for initial survey and/or for pinpointing leaks. DocuSign Envelope ID: 0D06EAEF-7326-4DB1-B8EE-8FAEBC321F48 PROPOSAL FOR CARLSBAD MUNICIPAL WATER DISTRICT 7 ADDITIONAL TECHNOLOGY TO BE USED AS NEEDED: • Rycom Stick3 Box Locator and Pipe Tracing Tool for locating pipelines and assets • Trimble R1 GPS location equipment to assist with pipe location and mapping accuracy • Flir Infrared handheld camera for evaluating thermal signatures at leak locations or stream intrusions etc. and further confirmation of leak location accuracy when available • Esri-based data collection software for project reporting and mapping for the ability to provide the client with valuable reporting data to build historical databases for leaks. Leak Reports and Communication All findings will be reported to your designated representative. Matchpoint’s protocol is to submit daily and weekly progress reports to the designated representative unless specified otherwise. Our Project Manager will communicate and meet regularly with the representative to ensure all are consistently up to date with the latest leak data and project progress. The Matchpoint field team will use an Esri based data collection device to collect all reported findings and plot out progress. The collected project data is overplayed on the client’s existing mapping information and is made available for real time viewing on our Esri dashboard. The Ersi online dashboard is made available to the client group for monitoring real time project progress maps, statistics, and other project information throughout the investigation for each survey area. This dashboard can also be customized to the clients’ requests and needs. It serves as a quick reference with up to date project data in addition to our standard daily and weekly reporting processes. This graphic displays the Esri online project dashboard containing the progress map and other key statistics of the project. With the incorporation of date and time stamped progress point collections (along with the other mapped information being reported), we are able to provide clients with an up to the minute view of the areas being covered and peace of mind that the work force is thoroughly inspecting every mile of the distribution system. DocuSign Envelope ID: 0D06EAEF-7326-4DB1-B8EE-8FAEBC321F48 PROPOSAL FOR CARLSBAD MUNICIPAL WATER DISTRICT 8 DAILY / WEEKLY REPORTS As standard, leaks will be reported on a daily basis (unless immediate action is required, then they are reported ASAP) and submitted in our customized Leak Card format. Leak Cards will contain all the supporting information about the leak characteristics and marked location. This information includes the address or location, urgency of the leak, surface material around the leak location, type of leak, pipe material and size, methodology employed to identify and verify the leak, if visible water is present, the decibel of the noise the leak is producing on the closest asset, who the leak is reported to, the estimated size of the leak and a description of the leak along with how it was found. The cards also include a vicinity map with coordinates of the leak location along with pictures of the leak area in the field with other visual aids to help support the leak location accuracy such as correlation results or decibel level spreads. This table is the summary page from our standard excel daily/weekly report that includes all project findings in other detailed tabs and is submitted along with the leak cards daily. It displays the number and type of leak confirmed where main, service and fitting leaks are considered distribution leaks. DocuSign Envelope ID: 0D06EAEF-7326-4DB1-B8EE-8FAEBC321F48 PROPOSAL FOR CARLSBAD MUNICIPAL WATER DISTRICT 9 Progress reports will be submitted daily with the all project data including all cumulative information for the week completed thus serving as a daily and weekly report combined. The daily/ weekly report includes cumulative information gathered to date, such as: • Details of leaks located (including type, visible versus non-visible, size, location) • Mileage surveyed • Location and status of loggers deployed • Number of fittings sounded • Estimated gallons per minute found to date • Suspected custom service leaks • System notes • Requested customer shutoffs PROJECT SUMMARY REPORT A comprehensive report will be prepared and submitted to Carlsbad Municipal Water District upon completion of the investigation. The summary report includes appendices with a final version of our daily report, a combined PDF file of all leak cards submitted for the project, a GIS database of all findings that is easily integrated into customer’s existing GIS network and project/system specific recommendations based on our investigation analysis, as well as other supporting documentation gathered throughout the project. The above are examples of Matchpont’s Leak Cards that are submitted to the client daily for each leak found. These are able to be customized as needed to contain information most valuable to the end client. DocuSign Envelope ID: 0D06EAEF-7326-4DB1-B8EE-8FAEBC321F48 PROPOSAL FOR CARLSBAD MUNICIPAL WATER DISTRICT 10 Qualifications and Experience Matchpoint Water Asset Management Inc. is a non-revenue water and water loss recovery company. Vision is our driving force, but value is our promise. We’re dedicated to helping clients save valuable resources by bringing water infrastructure to life. Water is invaluable and it is our mission to save and make better use of it. Our corporate office located in Wilmington, NC. Since our establishment in 2005, we have provided an umbrella of Smart water solutions to help utilities, municipalities and commercial enterprises nationwide and in the Caribbean, effectively manage water infrastructure. Matchpoint’s combined water industry and water loss expertise expands over 100 years. Leak detection services are Matchpoint’s core competency and we have executed hundreds of leak detection surveys using the acoustic investigative methodology we plan for this project. Our service offering has grown to include comprehensive and data-driven infrastructure management solutions without compromising the quality of our foundational service: leak detection. In addition to our field services, in 2016 we opened the doors to our Certified Technical Center in NC to better serve clients by providing service, repair, and calibration of leak detection and network monitoring equipment. In 2018 we became an Esri-certified partner in order to better serve our clients with the ability to view and access reported data within their own GIS system. Commitment to customer objectives is at the center of everything we do. Matchpoint works in collaboration with our clients and their teams to ensure our solutions meet our clients’ needs in an effective and efficient manner. Throughout our history, Matchpoint consistently scores a 4.90 out of 5.00 on our customer satisfaction surveys. DocuSign Envelope ID: 0D06EAEF-7326-4DB1-B8EE-8FAEBC321F48 PROPOSAL FOR CARLSBAD MUNICIPAL WATER DISTRICT 11 Services • Leak Detection: Acoustic and In- pipe Inspections • Network Monitoring and Data Analytics • Data Driven Solutions & Risk Management Assessments • Full Suite of UAV-Based Services, including Infrared Assessment • Training and Support • Rental Program • Equipment Service, Repair, and Calibration • Consultation and Design Services • GIS Mapping partnered with Esri This leak detection experience [provided by Matchpoint] was the best that Bennington has seen in a very long time…When we do additional leak detection in the future, we will look to Matchpoint first.” TERRY MORSE, WATER RESOURCES SUPERINTENDENT TOWN OF BENNINGTON, VERMONT [STATE OF VERMONT DEPARTMENT OF ENVIRONMENTAL CONSERVATION CONTRACT] ” DocuSign Envelope ID: 0D06EAEF-7326-4DB1-B8EE-8FAEBC321F48 PROPOSAL FOR CARLSBAD MUNICIPAL WATER DISTRICT 11 ACCOMPLISHMENTS & ACCOLADES • MONITORING THOUSANDS OF MILES OF PIPE • 100 PLUS YEARS OF COMBINED EXPERIENCE • TRAINING HUNDREDS OF WATER COMPANIES IN THE ART OF WATER LOSS RECOVERY AND CONTROL • SUCCESSFULLY EXECUTING 1000’S OF LEAK DETECTION SURVEYS • SERVICES CUSTOMERS NATIONWIDE AND IN THE CARIBBEAN OUR SOLUTIONS Risk Management Network Monitoring & Data Analytics Leak Detection: Acoustic and In- Pipe Services Training & Support Financing GIS Mapping Satellite & UAV Based Infrastructure Assessment Rental Program Service and Calibration DocuSign Envelope ID: 0D06EAEF-7326-4DB1-B8EE-8FAEBC321F48 PROPOSAL FOR CARLSBAD MUNICIPAL WATER DISTRICT 12 Performance of Previous Work Matchpoint is well-versed in completing selected sections of a utility’s water system. We are exceptionally qualified to perform Leak Detection Surveys even when the water system sections vary in miles to survey, pipe type, age of pipe, and pipe material. Included on the next pages are our references, a sample of our customers, from relevant projects of similar nature and location. We have many more references that are available upon request from our previous and current nationwide client base of which we have assisted in the reduction non-revenue water employing various approaches and technology developed specifically for each individual client. CLIENT REFERENCES 1. Otay Water District, CA Jake Vaclavek 619-670-2230 jakev@otaywater.gov This project was awarded in 2014 for 148 miles of distribution system and 19 miles of reclaim system. We confirmed 93 distribution leaks and 44 customer leaks. We can conservatively estimate that the total volume of distribution leaks pinpointed will equate to an approx. savings of 50.31 gal / min, 72,446.4 gal / day, 2,173,392 gal / month, 26,442,936 gal / year, once the leaks are repaired. We were awarded a second contract in 2016 to perform a leak detection survey on 241.64 miles of the distribution system. 2. Los Osos Community Services District, CA Jose Acosta 805-528-9370 jacosta@losososcsd.org MWAM was awarded a contract for 11-days of leak detection services across the city’s water distribution system in 2019. Matchpoint was able to survey 25.9 miles and confirmed a total of 10 distribution leaks. These leaks are conservatively estimated to account for approximately 14.1 gallons per minute. One hundred (100) % of the 10 leaks were non-visible leaks. This was completed in September 2019. DocuSign Envelope ID: 0D06EAEF-7326-4DB1-B8EE-8FAEBC321F48 PROPOSAL FOR CARLSBAD MUNICIPAL WATER DISTRICT 13 3. City of Scappoose, OR Doug Nassimbene 503-543-8404 dnassimbene@cityofscappoose.org MWAM was awarded a contract to complete leak detection services across 42.57 miles of the city’s water distribution system in 2016. Matchpoint was able to survey all 42.57 miles in 9 days and was able to confirm a total of 27 distribution leaks. These leaks are conservatively estimated to account for approximately 91.3 gallons per minute. This was completed in August of 2016. 4. City of Pullman, WA Brian Druffel 509-338-3241 brian.druffel@pullman-wa.gov MWAM was awarded a contract for 7-days of leak detection services across the city’s water distribution system in 2016. Matchpoint was able to survey all 41 miles confirmed a total of 13 distribution leaks. These leaks are conservatively estimated to account for approximately 28.25 gallons per minute. This was completed in June of 2016. 5. San Marcos, TX Tony Salinas (512) 393-8024 tsalinas@sanmarcostx.gov In 2017, MWAM was awarded a contract for leak detection services on 75 miles of the city’s water distribution system, and then was awarded a contract extension for an additional 75 miles to be surveyed in 2018. Most recently, MWAM was awarded a contract for leak detection services on 75 miles of the city’s water distribution system. In the most recent survey, Matchpoint was able to confirm a total of 45 leaks. These leaks are conservatively estimated to account for approximately 100.20 gallons per minute. Ninety-eight (98) % of the 45 leaks were non-visible leaks. This was completed in May 2019. Additionally, MWAM and San Marcos are under contract for another 2-3 years of non-revenue water loss recovery services together. Quality Control/Assurance Program Matchpoint takes great pride in providing professional leak detection services. Our technicians are trained to conduct themselves in a professional manner and to put the customer’s needs in top focus while they are conducting the leak surveys. Our leak detection services are traditional, non-invasive, and are reliant on acoustic technology combined with personnel expertise. Our leak detection approach has been refined over the lifetime of our company, to ensure optimum customer satisfaction, effective communication and precise results. We abide by a comprehensive process that maximizes DocuSign Envelope ID: 0D06EAEF-7326-4DB1-B8EE-8FAEBC321F48 PROPOSAL FOR CARLSBAD MUNICIPAL WATER DISTRICT 14 the potential of reducing water loss and minimizes the likelihood of dry holes or excavating a leak-free hole All services will be executed to meet and often exceed, the best practices listed in the AWWA Manual of Water Supply Services (M36) and will be performed at the highest level of health and safety standards (OSHA safety standards). We use technology in addition to personnel, wherever possible to ensure the results are supported by multiple investigation methods. All investigation points are visited a second time to ensure that the leakage indication is present on multiple visits, as leakage is continuous in nature. Our on-site project manager, as well as the Director of Operations, conducts a daily review of all data collected to ensure accuracy and consisting of reported information and processes. All of our technicians have passed certified technical training on the equipment and all are well trained in the functionality and limitations of this equipment. Our Support Services department is also involved in Quality Control of each project by assisting with the data review captured throughout the project and advises on further interpretations of potential outcomes for leak location pinpointing. 90 days after the completion of each project, Matchpoint contacts each client to understand their perspective of the overall success of the project and to see if there is anything we could change to improve our services. We use this customer data to refine and customize our internal processes. Pricing. Leak Detection Services on 115 miles (both water transmission and distribution mains) within the Carlsbad Municipal Water District distribution system. Price per Mile: $300.00/mile Total Price of 115 Miles: $34,500.00 DocuSign Envelope ID: 0D06EAEF-7326-4DB1-B8EE-8FAEBC321F48 ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTR INSD WVD PRODUCER CONTACTNAME:FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A(Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZEDREPRESENTATIVE 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 onthis certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD MATCHP1 OP ID: CP 03/24/2020 Carol Palmer GEORGE CHADWICK-INSURANCE3301 WRIGHTSVILLE AVENUEWILMINGTON, NC 28403-4195George Chadwick III 910-762-2489 910-763-8006 cpalmer@chadwickinsurance.com Travelers Property Casualty Co Underwriters at Lloyds ofMatchpoint Inc & MatchpointWater Asset Management IncPO Box 12448Wilmington, NC 28405 Farmington Casualty Company A X 1,000,000 X X X ZLP91N02742-19 09/01/2019 09/01/2020 300,000 10,000 1,000,000 2,000,000 2,000,000 1,000,000A X BA1L70165A-19 09/01/2019 09/01/2020 XX 5,000,000A CUP2L138855-19 09/01/2019 09/01/2020 5,000,000 10000X X XC UB-5N96224120I5G 03/02/2020 03/02/2021 1,000,000 1,000,000 1,000,000 B ENC000010603 03/22/2020 03/22/2021 Aggregate 2,000,000 Pollution Occurrenc 1,000,000 City of Calsbad is Additional Insured. Waiver of Subrogation applies. See included forms CGD4170112 blanket additional insured and blanket waiver of subrogation on GL policy. 30 day cancellation notice applies except nonpay cancel. CITYCA2 City of Carlsbad/CMWD c/o Exigis Insurance Compliance Services PO Box 4668 ECM#35050 New York, NY 10163 910-762-2489 25674 41483 Professional & ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTR INSD WVD PRODUCER CONTACTNAME:FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A(Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZEDREPRESENTATIVE 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 onthis certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD MATCHP1 OP ID: CP 03/24/2020 Carol Palmer GEORGE CHADWICK-INSURANCE3301 WRIGHTSVILLE AVENUEWILMINGTON, NC 28403-4195George Chadwick III 910-762-2489 910-763-8006 cpalmer@chadwickinsurance.com Travelers Property Casualty Co Underwriters at Lloyds ofMatchpoint Inc & MatchpointWater Asset Management IncPO Box 12448Wilmington, NC 28405 Farmington Casualty Company A X 1,000,000 X X X ZLP91N02742-19 09/01/2019 09/01/2020 300,000 10,000 1,000,000 2,000,000 2,000,000 1,000,000A X BA1L70165A-19 09/01/2019 09/01/2020 XX 5,000,000A CUP2L138855-19 09/01/2019 09/01/2020 5,000,000 10000X X XC UB-5N96224120I5G 03/02/2020 03/02/2021 1,000,000 1,000,000 1,000,000 B ENC000010603 03/22/2020 03/22/2021 Aggregate 2,000,000 Pollution Occurrenc 1,000,000 City of Calsbad is Additional Insured. Waiver of Subrogation applies. See included forms CGD4170112 blanket additional insured and blanket waiver of subrogation on GL policy. 30 day cancellation notice applies except nonpay cancel. CITYCA2 City of Carlsbad/CMWD c/o Exigis Insurance Compliance Services PO Box 4668 ECM#35050 New York, NY 10163 910-762-2489 25674 41483 Professional &