Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
National Plant Services Inc; 2019-10-29; PSA20-902UTIL
PSA20-902UTIL AGREEMENT FOR CCTV INSPECTION SERVICES FOR N. BATIQUITOS INTERCEPTOR SERVICES NATIONAL PLANT SERVICES, INC. n ~'?~EEMENT is made and entered into as of the (:i, CJf)J day of ti.C~~ , 2019, by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and NATIONAL PLANT SERVICES, INC., aYl Illinois 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 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 will be sixty-seven thousand, nine hundred and sixty-two dollars ($67,962). 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". 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. City Attorney Approved Version 6/12/18 PSA20-902UTIL 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, 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' City Attorney Approved Version 6/12/18 2 PSA20-902UTIL 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). $2,000,000 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 one ( 1) year 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. 11.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. City Attorney Approved Version 6/12/18 3 PSA20-902UTIL 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. City Attorney Approved Version 6/12/18 4 For City Name Stephanie Harrison Title Utilities Asset Manager Department Public Works City of Carlsbad Address 5950 El Camino Real Carlsbad, CA 92008 Phone No. 760-603-7310 PSA20-902UTIL For Contractor Name Michelle Beason, PE Title Project Manager Address 1461 Harbor Avenue Long Beach, CA 90813 Phone No. 925-262-7366 Email mbeason@nationalplant.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 D 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. City Attorney Approved Version 6/12/18 5 P SA20-902 UTI L 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. City Attorney Approved Version 6/12/18 6 PSA20-902UTIL 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. Ill /II /II /II /II /II /II /II /II Ill /II /II /II /II Ill /II Ill /II /II Ill City Attorney Approved Version 6/12/18 7 PSA20-902UTIL 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 NATIONAL PLANT SERVICES, INC., a California corporation By: ~ (sign here) 7 A_ i, 1)~\,~ ~-~e-lB ~{b,~JM (print name/title) By: CITY OF CARLSBAD, a municipal corporation of the State of California , City Manager ATTEST: (. 1JmcJO-R 111~.__ /~bara Engleson, City Clerk -~~=--f<~~~~-=ce>.A~l' 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 Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, 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 City Attorney Approved Version 6/12/18 8 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 • A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of On ([)a &7¥ } /~1 t}z))q before me, L{)d)µµ_p d. J~ ~IJ~J>~J ?a./t4i. Date 1 (\ I ~. Here lnse. rt.ttame and Tit~/ ~tfJe<0=r personally appeared IJ.J/AI..J(M L Mf:JV ~ V~))J.J.,/ -~.J.,L, ~--·_:_;___ _tvame(s).~nir(/!~ ____ _ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)~/are subscribed to the within instrument and acknowledged to me that ~/they executed the same in ~/their authorized capacity(ies), and that by ~/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. -@:"·"'> Not~;YB:~~I~~ ~O~~i~:rnii ~ """', • · Los Angeles County 2 , . -· Commission~ 21i4653 My Comm. Expires Mir 25, 2021 z z J> Place Notary Seal and/or Stamp Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ......,......J~f1t~~~~·-711~· ~~----- Signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Title or Type of Do Document Date: _""""..J,,,£l,__._.........,'+-_,,_.Wo<:..L....:.4------------ Signer(s) Other Than Named Above: _--1..=...n.,,,__ ___________________ _ Capacity(ies) Clatf,:led by.Sigf}9r(s)~ Signer's Name: ,,..[_.U'--""'LUJ,J--=-...... ~_,_b~--,..~~==-- □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General □ Individual □ Attorney in Fact □ Trustee □ Guardian or Conservator □ Other: Signer is Representing: --1'!-,---'--=:-.--r---- ©2018 National Notary Association ~;~no~~~~~;'~~1iiei £ ..... ~/W __ 1 _'J...,I ___ _ □ Partner -□ Limited □ General □ Individual □ Attorney in Fact □ Trustee □ Guardian or Conservator □ Other: Signer is Representing: ---~--,,.....--r-,1~--- PSA20-902UTIL EXHIBIT "A" SCOPE OF SERVICES City Attorney Approved Version 6/12/18 9 EXHIBIT A Scope of Services National Plant Services, Inc. (National Plant) will perform Closed Circuit Television (CCTV) inspections per RFP19-814UTIL on the sewer gravity main segments that are listed in Exhibit 11B11 , which constitute the North Batiquitos Interceptor. The headwaters of the North Batiquitos Interceptor are located just south of the intersection of Arenal Road and Manzanita. This interceptor runs along the north shore of the Batiquitos Lagoon. This sewer easement runs through native vegetation so there are strict limits regarding noise and disturbance to the surrounding vegetation. It also flows through private property and the Aviara golf course. Downstream of the sewer lift station location just south of Gabianno Drive the interceptor flows in between the 1-5 and the Sea Cliff condos. From there, it flows under the 1-5 to Ave. Encinas to Poinsettia Lane, along the railroad tracks to the Coaster Station. Portions of this section are in environmentally sensitive habitat and do not have vehicle access. Work done on the North Batiquitos interceptor pipe segments 1-42 cannot be started until on or after September 16 in order to prevent impacts to nesting birds, including raptors that are protected under the federal Migratory Bird Treaty Act and California Fish and Game Code. 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. 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. 2. 3. Kick-Off Meeting -National Plant 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. National Plant 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. National Plant shall conduct project management activities, such as obtaining a City ROW permit, confined space entry permit, and coordinating traffic control efforts, as needed to complete the project within budget. Project Element 2 -Field Supervision and Traffic Control National Plant 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 National Plant'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. EXHIBIT A 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 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 th~ 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 Contractor 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. National Plant 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 EXHIBIT A 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. National Plant is to abandon CCTV survey upon discovery of a plugged pipe and attempt to reverse pull if feasible. Cleaning and jetting will not be accepted as part of the proposed services. A QA/QC procedure by the Contractor shall be developed to ensure high quality results from the televising. Project Element 4 -Reporting and Deliverables National Plant 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. National Plant 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, Contractor 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, National Plant 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. National Plant 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 Contractor shall immediately notify the City of the need for emergency repair. At the end of the project National Plant 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 ofthe charged time and materials. EXHIBIT A Fee Schedule: Description Rate Unit Usage Total Michelle Beason, PM $180.00 HR 35 $ 6,300.00 Daniel Solano, Operations Manager $140.00 HR 10 $ 1,400.00 Crew Foreman -CCTV $125.00 HR 120.4 $15,050.00 CCTV Technician 1 $110.00 HR 120.4 $13,244.00 Jazmin Villalobos, Reporting/QA/QC $ 50.00 HR 40 $ 2,000.00 CCTV Truck $1,000.00 DAY 15.4 $15,400.00 Winch Truck $920 DAY 10.4 $ 9,568.00 Permits, railroad safety training* $ 5,000.00 ---------- Estimated Total $67,962.00 *Billed as incurred; not to exceed $5,000. PSA20-898UTIL EXHIBIT "B" NORTH BATIQUITOS INTERCEPTOR SEWER PIPE SEGMENT DATA City Attorney Approved Version 6/12/18 10 Segment Reach 1 1 2 1 3 1 4 1 5 1 6 1 7 1 8 1 9 1 10 1 11 2 12 2 13 2 14 2 15 2 16 2 17 2 18 3 19 3 20 3 21 3 22 3 23 3 24 3 25 3 26 4 27 4 28 4 29 4 30 4 31 4 32 4 33 4 34 4 35 4 36 4 37 4 38 4 39 4 40 4 41 4 42 4 43 6 44 6 45 6 46 6 47 6 48 6 49 6 Revised 02/25/2019 NORTH BATIQUITOS INTERCEPTOR SEWER REACHES 1 THROUGH 8 PIPE SEGMENT DATA SPREADSHEET FacilitylD Uo MH Down MH Material Diameter Slope SWM1332 48D-16 48D-35 VCP 12 2.50 SWM1331 48D-35 48D-34 VCP 15 0.15 SWM1330 48D-34 48D-33 VCP 15 0.14 SWM1329 48D-33 48D-32 VCP 15 0.15 SWM1328 48D-32 48D-31 VCP 15 0.14 SWM1327 48D-31 48D-30 VCP 15 0.15 SWM1326 48D-30 48D-28 VCP 15 0.14 SWM1325 48D-28 48D-29 VCP 15 0.06 SWM2129 48D-29 48D-27 VCP 15 0.21 SWM1324 48D-27 48D-26 VCP 15 2.50 SWM1323 48D-26 48C-24 VCP 18 0.09 SWM1322 48C-24 48C-23 VCP 18 0.10 SWM1321 48C-23 48C-22 VCP 18 0.09 SWM1320 48C-22 48C-2 VCP 18 0.10 SWM1318 48C-2 48C-21 VCP 18 0.09 SWM1315 48C-21 48C-20 VCP 18 0.09 SWM1314 48C-20 48C-19 VCP 18 0.10 SWM1313 48C-19 49C-18 VCP 21 0.09 SWM1312 48C-18 48C-17 VCP 21 0.10 SWM1311 48C-17 48C-14 VCP 21 0.09 SWM1310 48C-14 48C-16 VCP 21 0.10 SWM1309 48C-16 47D-67 VCP 21 0.09 SWM1308 47D-67 47D-66 VCP 21 0.09 SWM1307 47D-66 47D-38 VCP 21 0.10 SWM1191 47D-38 47D-21 VCP 21 0.10 SWM1173 47D-21 47D-27 VCP 24 0.09 SWM1154 47D-27 47D-12 VCP 24 0.09 SWM1051 47D-12 47D-13 VCP 24 0.10 SWM1737 47D-13 47D-1 VCP 24 0.10 SWM472 47D-1 47D-2 VCP 24 0.09 SWM1915 47D-2 52B-2 VCP 24 0.10 SWM1597 52B-2 52B-1 VCP 24 0.10 SWM890 52B-1 47D-4 VCP 24 0.10 SWM872 47D-4 47D-3 VCP 24 0.10 SWM853 47D-3 47D-10 VCP 24 0.09 SWM835 47C-10 47C-9 VCP 24 0.10 SWM818 47C-9 47C-1 VCP 24 0.10 SWM525 47C-1 47C-2 VCP 24 0.09 SWM1970 47C-2 47C-49 VCP 24 0.10 SWM1652 47C-49 47C-48 VCP 24 0.10 SWM1351 47C-48 47C-7 VCP 24 0.10 SWM1210 47C-7 47C-15* VCP 24 0.03 SWM674 47C-4 47C-3 VCP 18 0.79 SWM655 47C-3 47A-54 VCP 18 0.80 SWM637 47A-54 46B-11 VCP 18 0.79 SWM620 46B-11 46B-10 VCP 18 0.79 SWM600 46B-10 46B-9 VCP 18 0.79 SWM582 46B-9 46B-8 VCP 18 0.79 SWM561 46B-8 46B-7 Cl 18 11.97 EXHIBIT B Date of Last Pipe Cleaning Length 6/2005 183 6/2005 306 6/2005 201 6/2005 351 6/2005 236 6/2005 138 6/2005 110 6/2005 145 6/2005 171 6/2005 355 6/2005 300 6/2005 349 6/2005 341 6/2005 268 6/2005 266 6/2005 340 6/2005 308 6/2005 333 6/2005 345 6/2005 166 6/2005 221 6/2005 241 6/2005 307 6/2005 350 6/2005 350 6/2005 353 6/2005 181 6/2005 81 6/2005 167 6/2005 280 6/2005 364 6/2005 238 6/2005 238 6/2005 349 6/2005 405 6/2005 259 6/2005 350 6/2005 155 6/2005 208 6/2005 349 6/2005 100 6/2005 32 6/2005 346 6/2006 279 6/2006 349 6/2006 351 6/2006 351 6/2006 253 6/2006 320 1 of 2 Seament Reach 50 6 51 6 52 7 53 7 54 7 55 7 56 7 57 7 58 7 59 7 60 7 61 7 62 7 63 7 64 7 65 8 66 8 67 8 68 8 69 8 70 8 71 8 72 8 NORTH BATIQUITOS INTERCEPTOR SEWER REACHES 1 THROUGH 8 PIPE SEGMENT DATA SPREADSHEET FacilitvlD Un MH Down MH Material Diameter Slope SWM540 468-7 468-6 VCP 18 3.77 SWM505 468-6 468-5 VCP 18 4.80 SWM486 468-5 468-41 PVC 21 0.50 SWM6898 468-41 468-1 VCP 21 1.00 SWM414 468-1 468-2 VCP 21 0.50 SWM470 468-2 468-4 VCP 21 0.50 SWM453 468-4 468-42 VCP 21 0.01 SWM5644 468-42 468-3 VCP 21 0.99 SWM433 468-3 410-4 VCP 21 0.50 SWM1 410-4 41 D-69 VCP 21 1.03 SWM171 41D-69 41D-3 PVC 27 1.41 SWM376 410-3 41D-2 VCP 21 0.19 SWM355 41D-2 410-1 VCP 21 0.19 SWM335 410-1 41C-1 VCP 21 0.20 SWM1640 41C-1 41C-6 VCP 27 0.16 SWM6222 41C-6 41C-55 VCP 27 0.16 SWM1639 41C-55 41C-55 VCP 27 0.16 SWM1638 41C-5 41C-4 VCP 27 0.16 SWM1637 41C-4 41C-3 VCP 27 0.16 SWM1636 41C-3 41C-2 VCP 27 0.10 SWM1634 41C-2 41A-7 VCP 27 0.21 SWM1633 41A-7 41A-6 VCP 27 0.16 SWM1630 41A-6 41A-5 VCP 27 0.16 TOTAL LINEAL FEET EXHIBIT B Date of · Last Pipe Cleaning Length 6/2005 189 6/2005 267 6/2005 145 6/2005 210 6/2005 351 6/2005 348 6/2005 102 6/2005 249 6/2005 357 6/2005 215 6/2005 117 6/2005 132 6/2005 141 6/2005 136 6/2005 151 6/2005 56 6/2005 403 6/2005 398 6/2005 404 6/2005 398 6/2005 399 6/2005 399 6/2005 368 19,071 * "Smartcover" level detector is installed in this manhole. Coordinate shutdown with City prior to removina manhole cover to avoid damaging the device. Revised 02/25/2019 2 of 2 ACORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DDNYYY) ~ 10/9/2019 THIS CERTIFICATE 15 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION 15 WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER ~~:i~cT Christina Zumrick, Client Service Manaoer Arthur J. Gallagher Risk Management Services, Inc. rA~~N~~ "•"· 630.694.5458 I FAX 2850 Golf Road IA/C Nol: Rolling Meadows IL 60008 ~t'D~~ss: Christina zumrick@aio.com INSURER{$) AFFORDING COVERAGE NAIC# INSURER A: Zurich American Insurance Company 16535 INSURED CAROCOR-04 INSURER B : American Zurich Insurance Company 40142 NATIONAL PLANT SERVICES, INC. INSURER c : American Guarantee and Liabilitv Ins Co 26247 2159 National Avenue Hayward, CA 94545 INSURER D : Lexinaton Insurance Company 19437 INSURER E : Indian Harbor Insurance Company 36940 INSURER F: Zurich American Ins. Co. COVERAGES CERTIFICATE NUMBER: 1537833886 REVISION NUMBER: 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. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE OUQn ~,n POLICY NUMBER IMM/DDNYYYl IMM/DDNYYYl LIMITS A X COMMERCIAL GENERAL LIABILITY y GLO 9377201-15 10/31/2018 10/31/2019 EACH OCCURRENCE $2,000,000 -0 CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED -PREMISES /Ea occurrence) $300,000 X Contractual Incl MED EXP (Any one person) $0 -X XCU Cov Included PERSONAL & ADV INJURY $2,000,000 - GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $4,000,000 Fl 0PRO-□LOC PRODUCTS -COMP/OP AGG $4,000,000 POLICY JECT OTHER: $ A AUTOMOBILE LIABILITY BAP 9377199-15 10/31/2018 10/31/2019 fOMBINED SINGLE LIMIT Ea accident) $2,000,000 X ANY AUTO BODILY INJURY (Per person) $ -OWNED ~ SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ HIRED >--NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY /Per accident) $ $ C X UMBRELLA LIAB MOCCUR AUC 5916947-13 10/31/2018 10/31/2019 EACH OCCURRENCE $5,000,000 ~ EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 OED I X I RETENTION$ n $ B WORKERS COMPENSATION y WC 9377202-15 10/31/2018 10/31/2019 X I ~~%UTE I I OTH-ER F AND EMPLOYERS' LIABILITY Y/N WC0122619-02 (\NI) 10/31/2017 10/31/2019 ANYPROPRIETOR/PARTNER/EXECUTIVE ~ N/A E.L. EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L. DISEASE -EA EMPLOYEE $1,000,000 If yes, describe under E.L. DISEASE -POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS below D Pollution Liability CP015012758 10/31/2016 10/31/2019 Pollution Liability $10,000,000 E Professional Liability CE07446379 7/3/2018 10/31/2019 Prof Liablity $2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) The City of Carlsbad is an additional insured per contract or written agreement on the general liability and waiver of subrogation applies on the workers compensation in favor of the additional insured. 30 days written notice of cancellation applies on the general liability, automobile and workers compensation. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Carlsbad/CMWD ACCORDANCE WITH THE POLICY PROVISIONS. c/o EXIGIS Insurance Compliance Services P.O. Box 4668 -ECM #35050 AUTHORIZED REPRESENTATIVE New York NY 10163-4668 #f/~ I © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Additional Insured -Owners, Lessees Or Contractors - Ongoing Operations -Scheduled ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Add'I. Prem Return Prem. GLO 9377201-15 10/31/2018 10/31/2019 10/31/2018 24059000 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part SCHEDULE Name of Person or Organization: Location and Description of Additional Ongoing Operations: Premium: ANY PERSON OR ORGANIZATION, Bu I ONLY WHEN ANY LOCATION uR PROJECT, OTHER THAN A YOU ARE REQUIRED TO PROVIDE ADDITIONAL WRAP-UP OR OTHER CONSOLIDATED INSURANCE INSURED STATUS IN A WRITTEN CONTRACT OR PROGRAM LOCATION OR PROJECT FOR WHICH WRITTEN AGREEMENT EXECUTED PRIOR TO LOSS INSURANCE IS OTHERWISE SEPARATELY AND WHERE THAT CONTRACT SPECIFICALLY PROVIDED TO YOU BY A WRAP-UP OR OTHER REQUIRES THE ISO CG2010 10/2001 EDITION FORM CONSOLIDATED INSURANCE PROGRAM OR THE EQUIVALENT OF SAME A. Section II -Who Is An Insured is amended to include as an insured any person or organization shown in the Schedule of this endorsement, but only with respect to liability arising out of your ongoing operations performed for that insured at or from the corresponding location designated and described in the Schedule. However, if you have entered into a construction contract with an additional insured person or organization shown in the Schedule of this endorsement, the insurance afforded to such additional insured only applies to the extent permitted by law. B. With respect to the insurance afforded to any additional insured shown in the Schedule of this endorsement, the following additional exclusion applies: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. All other terms and conditions of this policy remain unchanged. Includes copyrighted material of Insurance Services Office, Inc., with its permission. U-GL-1465-D CW (12-13) Page 27 of 43 Additional Insured -Owners, Lessees Or Contractors - Completed Operations -Scheduled g ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Add'I. Prem Return Prem. GLO 9377201-15 10/31/2018 10/31/2019 10/31/2018 24059000 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part SCHEDULE Name of Person or Organization: Location and Description of Additional Completed Operations: Premium: ANY PERSON OR ORGANIZATION, BUT ONLY ANY LOCATION OR PROJECT, OTHER THAN A WHEN YOU ARE REQUIRED TO PROVIDE WRAP-UP OR OTHER CONSOLIDATED ADDITIONAL INSURED STATUS IN A WRITTEN INSURANCE PROGRAM LOCATION OR CONTRACT OR WRITTEN AGREEMENT PROJECT FOR WHICH INSURANCE IS EXECUTED PRIOR TO LOSS AND WHERE THAT OTHERWISE SEPARATELY PROVIDED TO YOU CONTRACT SPECIFICALLY REQUIRED THE ISO BY A WRAP-UP OR OTHER CONSOLIDATED CG2037 10/2001 EDITION FORM OR THE INSURANCE PROGRAM EQUIVALENT OF SAME Section II -Who Is An Insured is amended to include as an insured any person or organization shown in the Schedule of this endorsement, but only with respect to liability arising out of "your work" at or from the corresponding location designated and described in the Schedule performed for that insured and included in the "products-completed operations hazard". However, if you have entered into a construction contract with an additional insured person or organization shown in the Schedule of this endorsement, the insurance afforded to such additional insured only applies to the extent permitted by law. All other terms and conditions of this policy remain unchanged. Includes copyrighted material of Insurance Services Office, Inc., with its permission. U-GL-1466-D CW (12-13) Page 26 of43 ENDORSEMENT Policy Number GLO 9377201-15 ZURICH AMERICAN INSURANCE COMPANY Named Insured CARYLON CORPORATION Agent Name GALLAGHER Effective Date: 1 O -31-18 12:01 AM., Standard Time Age~ 24059-000 l'tU .. 24059- 000 BLANKET NOTICE TO OTHERS OF CANCELLATION BLANKET NOTIFICATION TO OTHERS OF CANCELLATION THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. IF WE CANCEL THIS COVERAGE PART BY WRITTEN NOTICE TO THE FIRST NAMED INSURED FOR ANY REASON OTHER THAN NONPAYMENT OF PREMIUM, WE WILL DELIVER ELECTRONIC NOTIFICATION THAT SUCH COVERAGE PART HAS BEEN CANCELLED TO EACH PERSON OR ORGANIZATION SHOWN IN A SCHEDULE PROVIDED TO US BY THE FIRST NAMED INSURED. SUCH SCHEDULE: 1. MUST BE INITIALLY PROVIDED TO US WITHIN 15 DAYS: A. AFTER THE BEGINNING OF THE POLICY PERIOD SHOWN IN THE DECLARATIONS; ORB. AFTER THIS ENDORSEMENT HAS BEEN ADDED TO POLICY; 2. MUST CONTAIN THE NAMES AND E-MAIL ADDRESSES OF ONLY THE PERSONS OR ORGANIZATIONS REQUIRING NOTIFICATION THAT SUCH COVERAGE PART HAS BEEN CANCELLED; 3. MUST BE IN AN ELECTRONIC FORMAT THAT IS ACCEPTABLE TO US; AND 4. MUST BE ACCURATE. SUCH SCHEDULE MAY BE UPDATED AND PROVIDED TO US BY THE FIRST NAMED INSURED DURING THE POLICY PERIOD. SUCH UPDATED SCHEDULE MUST COMPLY WITH PARAGRAPHS 2. 3. AND 4. ABOVE. B. OUR DELIVERY OF THE ELECTRONIC NOTIFICATION AS DESCRIBED IN PARAGRAPH A. OF THIS ENDORSEMENT WILL BE BASED ON THE MOST RECENT SCHEDULE IN OUR RECORDS AS OF THE DATE THE NOTICE OF CANCELLATION IS MAILED OR DELIVERED TO THE FIRST NAMED INSURED. DELIVERY OF THE NOTIFICATION AS DESCRIBED IN PARAGRAPH A. OF THIS ENDORSEMENT WILL BE COMPLETED AS SOON AS PRACTICABLE AFTER THE EFFECTIVE DATE OF CANCELLATION TO THE FIRST NAMED INSURED. C. PROOF OF EMAILING THE ELECTRONIC NOTIFICATION WILL BE SUFFICIENT PROOF THAT WE HAVE COMPLIED WITH PARAGRAPHS A. AND B. OF THIS ENDORSEMENT. D. OUR DELIVERY OF ELECTRONIC NOTIFICATION DESCRIBED IN PARAGRAPHS A. AND B. OF THIS ENDORSEMENT IS INTENDED AS A COURTESY ONLY. OUR FAILURE TO PROVIDE SUCH DELIVERY OF ELECTRONIC NOTIFICATION WILL NOT: 1. EXTEND THE COVERAGE PART CANCELLATION DATE; 2. NEGATE THE CANCELLATION; OR 3. PROVIDE ANY ADDITIONAL INSURANCE THAT WOULD NOT HAVE BEEN PROVIDED IN THE ABSENCE OF THIS ENDORSEMENT. E. WE ARE NOT RESPONSIBLE FOR THE ACCURACY, INTEGRITY, TIMELINESS AND VALIDITY OF INFORMATION CONTAINED IN THE SCHEDULE PROVIDED TO US AS DESCRIBED IN PARAGRAPHS A. AND B. OF THIS ENDORSEMENT. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. U-GL-1114-A CW (10/02) SCHEDULE OF NAMED INSURED($) Policy Number GLO 9377201-15 ZURICH AMERICAN INSURANCE COMPANY Named Insured CARYLON CORPORATION Agent Name GALLAGHER NAMED INSURED CARYLON CORPORATION VIDEO INDUSTRIAL SERVICES, INC. ACE PIPE CLEANING, INC. NATIONAL PLANT SERVICES, INC. DEEP SOUTH INDUSTRIAL SERVICES, INC. NATIONAL POWER RODDING CORP. ODESCO INDUSTRIAL SERVICES, INC. SEWER SYSTEM EVALUATIONS, INC. NATIONAL INDUSTRIAL MAINTENANCE, INC. MOBILE DREDGING & VIDEO PIPE, INC. NATIONAL WATER MAIN CLEANING COMPANY METROPOLITAN ENVIRONMENTAL SERVICES, INC. BIO-NOMIC SERVICES, INC. ROBINSON PIPE CLEANING CO. ROBINSON PIPE SERVICES, INC. BEARY PROPERTIES, INC. DEEP SOUTH SOLUTIONS, INC. SPECIALIZED MAINTENANCE SERVICES, INC. NATIONAL INDUSTRIAL MAINTENANCE SOLUTIONS, INC. SELECT TRANSPORTATION, INC. U-GU-621-A CW (10/ 02) Effective Date: 1 O -31 -18 12:01 AM., Standard Time Agent 2 4 O 5 9-O O O POLICYNUMBER:GLO 9377201-15 COMMERCIAL GENERAL LIABILITY CG25030509 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT($) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): A GENERAL AGGREGATE LIMIT APPLIES TO EACH CONSTRUCTION PROJECT WHERE THE NAMED INSURED IS PERFORMING OPERATIONS, HOWEVER, A GENERAL AGGREGATE LIMIT DOES NOT APPLY TO ANY CONSTRUCTION PROJECT WHERE THE NAMED INSURED IS PERFORMING OPERATIONS THAT ARE INSURED UNDER A WRAP- UP OR ANY OTHER CONSOLIDATED OR SIMILAR INSURANCE PROGRAM. n orma 10n require no s own a ave, w1 ecara ions. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I -Coverage A, and for all medical expenses caused by accidents under Section I -Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A,except damages because of "bodily injury" or "property damage" included in the "products- completed operations hazard", and for medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Construction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. CG 250305 09 © Insurance Services Office, Inc., 2008 Page1 of2 □ B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I -Coverage A, and for all medical expenses caused by accidents under Section I -Coverage C, which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Designated Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products-completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard" will reduce the Products-completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Section Ill -Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of2 © Insurance Services Office, Inc., 2008 CG 25 0305 09 □ POLICY NUMBER: GLO 9377201-15 COMMERCIAL GENERAL LIABILITY CG 02 2410 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/ COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Number of Days' Notic~ 6_0 __ (If no entry appears above, information required to complete this Schedule will be shown in the Declarations as applicable to this endorsement.) For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation, as provided in paragraph 2. of either the CANCELLATION Common Policy Condition or as amended by an applicable state cancellation endorsement, is increased to the number of days shown in the Schedule above. CG 02 241093 Copyright, Insurance Services Office, Inc., 1992 Page 1 of 1 □ Waiver Of Subrogation (Blanket) Endorsement Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer Add'! Prem. Return Prem. GLO 9377201-15 10/31/2018 10/31/2019 24059000 $ INCL $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from others, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. U-GL-925-B CW (12/01) Other Insurance Amendment -Primary And Non- Contributory Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff Date of End. Producer No. GLO 9377201-15 10/31/2018 10/31/2019 10/31/2018 24059000 @ ZURICH" Add'!. Prem Return Prem. INCL THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Carylon Corporation Address (including ZIP Code): 2500 Arthington; Chicago, IL 60612 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part 1. The following paragraph is added to the Other Insurance Condition of Section IV -Commercial General Liability Conditions: This insurance is primary insurance to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by a written contract or written agreement that this insurance would be primary and would not seek contribution from any any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV -Commercial General Liability Conditions: This insurance is excess over: Any of the other insuranc e, whether prim ary, excess, contingent or on any ot her basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional ins ured on another policy providi ng coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by writt en contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. All other terms and conditions of this policy remain unchanged. Includes copyrighted material of Insurance Services Office, Inc., with its permission. U-GL-1327-B CW (04/13) Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT WC 00 0313 (Ed. 4-84) We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION. WC 00 0313 (Ed. 4-84) o 1983 National Council on Compensation Insurance. SCHEDULE OF NAMED INSURED(S) Policy Number BAP 9377199-15 ZURICH AMERICAN INSURANCE COMPANY Named Insured CARYLON CORPORATION Agent Name GALLAGHER NAMED INSURED CARYLON CORPORATION ACE PIPE CLEANING, INC. BEARY PROPERTIES, INC. BIO-NOMIC SERVICES, INC. DEEP SOUTH INDUSTRIAL SERVICES, INC. DEEP SOUTH SOLUTIONS, INC. METROPOLITAN ENVIRONMENTAL SERVICES, INC. MOBILE DREDGING & VIDEO PIPE, INC. NATIONAL INDUSTRIAL MAINTENANCE, INC. NATIONAL INDUSTRIAL MAINTENANCE SOLUTIONS, INC. NATIONAL PLANT SERVICES, INC. NATIONAL POWER RODDING CORP. NATIONAL WATER MAIN CLEANING COMPANY ODESCO INDUSTRIAL SERVICES, INC. ROBINSON PIPE CLEANING CO. ROBINSON PIPE SERVICES, INC. SEWER SYSTEM EVALUATIONS, INC. SPECIALIZED MAINTENANCE SERVICES, INC. VIDEO INDUSTRIAL SERVICES, INC. SELECT TRANSPORTATION, INC. U-GU-621-A CW (10/ 02) Effective Date: 1 0 -31 -18 12:01 A.M., Standard Time Agent No. 24059-000 POLICY NUMBER: BAP 9377199-15 COMMERCIAL AUTO CA 04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: CARYLON CORPORATION Endorsement Effective Date: 10/31/2018 Name(s) Of Person(s) Or Organization(s): SCHEDULE ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THE POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. Page 2 of 12 © Insurance Services Office, Inc., 2011 CA 04441013 □ ZURICH ENDORSEMENT Insurance for this coverage part provided by: ZURICH AMERICAN INSURANCE COMPANY Policy Number BAP 9377199-15 Renewal of Number BAP 9377199-14 BLANKET NOTIFICATION TO OTHERS OF CANCELLATION THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE: COMMERCIAL AUTO COVERAGE PART A. IF WE CANCEL THIS COVERAGE PART BY WRITTEN NOTICE TO THE FIRST NAMED INSURED FOR ANY REASON OTHER THAN NONPAYMENT OF PREMIUM, WE WILL DELIVER ELECTRONIC NOTIFICATION THAT SUCH COVERAGE PART HAS BEEN CANCELLED TO EACH PERSON OR ORGANIZATION SHOWN IN A SCHEDULE PROVIDED TO US BY THE FIRST NAMED INSURED. SUCH SCHEDULE: 1. MUST BE INITIALLY PROVIDED TO US WITHIN 15 DAYS: A. AFTER THE BEGINNING OF THE POLICY PERIOD SHOWN IN THE DECLARATIONS; OR B. AFTER THIS ENDORSEMENT HAS BEEN ADDED TO POLICY; 2. MUST CONTAIN THE NAMES AND E-MAIL ADDRESSES OF ONLY THE PERSONS OR ORGANIZATIONS REQUIRING NOTIFICATION THAT SUCH COVERAGE PART HAS BEEN CANCELLED; 3. MUST BE IN AN ELECTRONIC FORMAT THAT IS ACCEPTABLE TO US; AND 4. MUST BE ACCURATE. SUCH SCHEDULE MAY BE UPDATED AND PROVIDED TO US BY THE FIRST NAMED INSURED DURING THE POLICY PERIOD. SUCH UPDATED SCHEDULE MUST COMPLY WITH PARAGRAPHS 2. 3. AND 4. ABOVE. B. OUR DELIVERY OF THE ELECTRONIC NOTIFICATION AS DESCRIBED IN PARAGRAPH A. OF THIS ENDORSEMENT WILL BE BASED ON THE MOST RECENT SCHEDULE IN OUR RECORDS AS OF THE DATE THE NOTICE OF CANCELLATION IS MAILED OR DELIVERED TO THE FIRST NAMED INSURED. DELIVERY OF THE NOTIFICATION AS DESCRIBED IN PARAGRAPH A. OF THIS ENDORSEMENT WILL BE COMPLETED AS SOON AS PRACTICABLE AFTER THE EFFECTIVE DATE OF CANCELLATION TO THE FIRST NAMED INSURED. C. PROOF OF EMAILING THE ELECTRONIC NOTIFICATION WILL BE SUFFICIENT PROOF THAT WE HAVE COMPLIED WITH PARAGRAPHS A. AND B. OF THIS ENDORSEMENT. D. OUR DELIVERY OF ELECTRONIC NOTIFICATION DESCRIBED IN PARAGRAPHS A. AND B. OF THIS ENDORSEMENT IS INTENDED AS A COURTESY ONLY. OUR FAILURE TO PROVIDE SUCH DELIVERY OF ELECTRONIC NOTIFICATION WILL NOT: 1. EXTEND THE COVERAGE PART CANCELLATION DATE; 2. NEGATE THE CANCELLATION; OR 3. PROVIDE ANY ADDITIONAL INSURANCE THAT WOULD NOT HAVE BEEN PROVIDED IN THE ABSENCE OF THIS ENDORSEMENT. E. WE ARE NOT RESPONSIBLE FOR THE ACCURACY, INTEGRITY, TIMELINESS AND VALIDITY OF INFORMATION CONTAINED IN THE SCHEDULE PROVIDED TO US AS DESCRIBED IN PARAGRAPHS A. AND B. OF THIS ENDORSEMENT. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. U-CA-388-A (07-94) ,,,