HomeMy WebLinkAboutAffordable Pipeline Services Inc; 2012-12-21; UTIL 962UTIL962
AGREEMENT FOR PIPELINE INSPECTION SERVICES FOR THE
SOUTH AGUA HEDIONDA INTERCEPTOR SEWER
(AFFORDABLE PIPELINE SERVICES INC.)
THIS AGREEMENT is made and entered into as of the ^1^^ day of
PgC^mfegj^ 2012, by and between the CITY OF CARLSBAD, a municipal
corporation, ("City"), and AFFORDABLE PIPELINE SERVICES INC., a California corporation
("Contractor").
RECITALS
A. City requires the professional services of a Pipeline Inspection Firm that is
expenenced in video inspection and cleaning of large diameter sewer pipeline.
B. Contractor has the necessary experience in providing professional services and
advice related to video inspection and cleaning of large diameter sewer pipeline.
C. Contractor has submitted a proposal to City 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 one hundred (100) working days from
the date first above written.
4. TIME IS OF THE ESSENCE
Time is of the essence for each and every provision of this Agreement.
5 COMPENSATION
The total fee payable for the Services to be performed during the Agreement term shall not
exceed twenty nine thousand eight hundred dollars ($29,800). No other compensation for the
Services will be allowed to this Agreement. The City reserves the nght 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. 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
City Attorney Approved Version 2/17/12
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.
7. 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.
8. OTHER CONTRACTORS
The City reserves the right to employ other Contractors in connection with the Services.
9. 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 attorneys
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'
compensation is included as a loss, expense or cost for the purposes of this section, and that
this section will survive the expiration or eariy 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-:VH". OR
with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers
(LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X".
City Attorney Approved Version 2/17/12
10.1 Coverages and Limits.
Contractor will maintain the types of coverages and minimum limits indicated below, unless 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.
10.1.1 Commercial General Liabilitv Insurance. $1,000,000 combined single-limit
per occurrence for bodily injury, personal injury and property damage. If the submitted policies
contain aggregate limits, general aggregate limits will apply separately to the work under this
Agreement or the general aggregate will be twice the required per occurrence limit.
10.1.2 Automobile Liabilitv (if the use of an automobile is involved for
Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and
property damage.
10.1.3 Workers' Compensation and Emplover's Liabilitv. 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.
10.1.4 Professional Liabilitv. 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.
CP /jP I X I If box is checked. Professional Liability
tractor's Initials City's Initials Contractor's Initials ' ' Insurance requirement is waived.
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 The City will be named as an additional insured on Commercial General
Liability which shall provide primary coverage to the City.
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 City sent
by certified mail pursuant to the Notice provisions of this Agreement.
10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this
Agreement, Contractor will furnish certificates of insurance and endorsements to City.
10.4 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.
City Attorney Approved Version 2/17/12
10.5 Submission of Insurance Policies. Citv 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 Cartsbad 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 cleariy 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.
13. 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.
14. 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.
15. NOTICES
The name of the persons who are authorized to give written notices or to receive written notice
on behalf of City and on behalf of Contractor under this Agreement.
For Citv For Contractor
Name Mark Biskup Name Duane Johnson
Title Associate Engineer Title Vice President
Department Utilities Address 8340 Juniper Creek Lane
City of Carisbad San Diego, CA 92126
Address 1635 Faraday Avenue Phone No. 858-689-4000
Carisbad, CA 92008 Email djohnson@affordabledrain.com
Phone No. 760-602-2763
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 Carisbad Conflict of Interest Code. The Contractor shall report
investments or interests in all four categories.
City Attorney Approved Version 2/17/12
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 whose services are
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 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 ofthe
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.
20. 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.
City Attorney Approved Version 2/17/12
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, 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 ofthe 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 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 seg..
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.
23. JURISDICTIONS 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 City and
Contractor and their respective successors. Neither this Agreement or 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.
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.
City Attorney Approved Version 2/17/12
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
AFFORDABLE PIPELINE SERVICES
INC., a California corporation
(sign here)
CITY OF CARLSBAD, a municipal
corporation of the State of California
D^p. City Manager or Mayor or Divioion Director
' iQC authorized by the City Manager
(print name/title)
(sign here)
(print name/title)
If required by City, proper notarial acknowledgment of execution by contractor must be
attached. If a corporation. Agreement must be signed by one corporate officer from each of the
following two groups.
Group A
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:
RONALD R. BALL, City Attorney
Assistant City Attorney
City Attorney Approved Version 2/17/12
AFFORDABLE EXHIBIT A
P I P i; L i I E S E R S ? C li S
A DIVISION OF AFFORDABLE DRAIN SERVICE. INC.
PROPOSAL
November 7, 2012
Mark Biskup
Associate Engineer
PW Engineering-Design Division
1635 Faraday Avenue
Carlsbad, CA 92008
RE: South Agua Hedionda Interceptor Sewer Cleaning and Inspection
Dear Mark,
Affordable Pipeline is pleased to offer the following proposal for your Cleaning and CCTV inspection project.
Scope of Work:
Affordable Pipeline Services to provide Pipeline Cleaning and CCTV Inspection services for approximately 15,539 If of
sewer pipeline. The pipeline in this project ranges in size from 15" to 24". Most ofthe work will be done during night
time hours to allow for low flow and low traffic conditions. The CCTV inspections will include identifying the existence
of any lateral connections and documenting the extent of any obstructions, structural deficiencies, sags or sediment
deposits. All inspection procedures will be in accordance with San Diego Regional defect coding system during low
flow conditions. Video shall include audio comments addressing conditions and abnormalities. Report to be provided
with comments and assessment of pipeline according industry assessment standards. Televising will conform to
Section 500-1.1.5 ofthe Standard Specifications for Public Works Construction (Green Book). All billing will be done
on a time and materiai bases according to the attached pricing sheet (exhibit A).
Price:
Video Inspection will be billed hourly in accordance with the rates set forth in the Master Agreement.
Item 1 Pipeline Cleaning and Inspection not to exceed $24,600.00
Item 2 Traffic Control Plans and Permits not to exceed $ 5,200.00
Total) Total cost for not to exceed $29,800.00
Exclusions:
• Does not include Railroad insurance. The final manhole is outside of the railroad right of way.
• Does not include Caltrans permits.
8340 Juniper Greek Lane, San Oleoo. Calirornla [858] 688-4000 Fax (8581 088-4035 0L#78iffl18
Assumptions:
• Project is Non-prevailing Wage.
• All fees will be based on hourly rates as listed in exhibit "A" of this proposal.
• All manholes are accessible by CCTV equipment.
• The City of Carlsbad to provide a water meter at no cost to Affordable Pipeline Service. If the Engineering
Department cannot provide a water meter one will be rented and all fees will be charged back to the City.
• Confined Space Entries may be needed during the inspection process. All entries will be done in accordance
with OSHA regulations.
• The City of Carlsbad will provide a disposal facility at no cost to Affordable Pipeline Services.
• Standard Traffic control and equipment will be provided and setup by Affordable Pipeline Services.
Secondary Traffic control will be provided by Acme Safety & Supply for sections on El Camino Real and the
final sections on Cannon near Hwy 5.
• Flexidata reporting database will be used for logs and video capture.
• All camera equipment conforms to OSHA's Title 8 Approval Requirements for electrical safety.
Thank you for contacting us. Please feel free to contact me at (858) 689-4000 or e-mail:
djohnson@affordabledrain.com.
Sincerely,
DuaneJohnson
Vice President
Affordable Drain Service, Inc.
DBA: Affordable Pipeline Services
Exhibit A
Affordable Drain Service, Inc.
DBA: Affordable Pipeline Services
Rates Schedule
(All wages are non-prevailing wage)
Rates for Contract
CCTV Inspection Trucl< 12 man crew)
CCTV Inspections:
Push Camera Inspection/Une Locating fl man crew)
Push Camera:
Combination Jet/Vac Cleaning Trucl< fl man crew)
Cleaning Truck (10-yard):
$185.00 per hour (4 hour minimum)
$165.00 per hour (3 hour minimum)
$205.00 per hour (4 hour minimum)
Emergency Response CCTV or Cleaning fless than 24-hour notice)
Emergency Callout
Hourly Rate
Trailer Jetter f 1 man crew)
Trailer Jetter:
Drain Cleaning Service f 1 man crew)
Monday through Friday 8:00 AM to 4:00 PM
Nights and Weekends:
Supervisor
Shop Trucl< f 1-man crew)
Additional Laborer
$250.00
$250.00 per hour (4 hour minimum)
$165.00 per hour (3 hour minimum)
$115.00 per hour
$165.00 per hour
$125.00 per hour
$115.00 per hour
$45.00 per hour
SAFETY & SUPPLY CORP.
1616 WEST AVE., NATIONAL CITY, CA 91950
P (619)299-5100 F (619)542-0763
WWW.ACMESAFETYSUPPLY.COM
SBE*HUBZONE*WBE*UDBE*DBE
QUOTE
October 29,2012
Co: Affordable Pipeline Services
Attn: Duane Jolinson
Re: Traffic Control Proposal-Canyon Rd./EI Camino Real
E-mail: djohnson@affordabledrain.com
I) Traffic Control Plan/Permit
A) Approved Traffic Control Plans
-Estimated 24 pages...... ................$4200.00
Additional pages (if needed)...... ..$100.00/each
^Includes drawing, submittal & approval
B) City of Carlsbad Right-of-Way Permit
-Minimum Permit fee..... $336.00
Additional deposit may be required
**A 15% surcharge will be added to any permit fees paid by Acme.
II) Traffic Control
A) Daily lump sum for set-up, rental & maintain & take-down of all traffic control
equipment (per proposed traffic control plans) for lane closures on Cannon Rd.
& El Camino Real for manhole inspection. Lump sum = $1475.00/day
*Mon. - Fri. 8:30 am - 3:30
"'Includes 2 traffic control techs for up to 8 hrs. on-site
*One location at a time
B) Overtime (over 8 hrs.)
(8-12 hrs.) $150.00/hr.
(over 12 hrs.) $200.00/hr.
4f /41o/i„ - pr{..
Notes:
1) All rates & quantities are base on proposed traffic control plans, and are subject
to approval by the City of Carlsbad.
2) Typical working hours for City of Carlsbad are Mon. - Fri. 8:30 am - 3:30 pm
3) Rates are not based on prevailing wages.
4) Please provide 24 hr. minimum notice for scheduling traffic control set-ups, 48 hrs.
if night work.
Thank you for the opportunity to bid this Job!
Jesse Sharpe
Estimating
SOUTH AGUA HEDIONDA INTERCEPTOR SEWER
CLEANING AND INSPECTION
ASSET INFORMATION TABLE
SEPT 10, 2012
PIPELINE ID UPSTREAM MANHOU DOWNSTREAM MANHOLE PIPELINE DETAILS
Map IH FacilitylD aty(UnKlD) Depth (ft)
Invert
Elevation City{UnitlD) Depth {ft]
Invert
ElaMtlon Diameter (inch) PipeUngth (ft)
1 SWM4223 24A-6 15.54 64.46 24A-7 17.3 63.30 PVC 18 288.43
2 SWM4229 24A-7 17.3 63.30 24A-8 16.54 62.26 PVC 18 253.93
3 SWM6019 24A-8 16.54 62.26 24A-48 71.2 61.84 PVC 18 104.95
4 SWM4230 24A-48 71.2 62.95 24A-9 21.23 61.37 PVC 18 115.93
5 SWM4260 24A-9 21.23 61.37 24A-10 27.485 61.05 PVC 18 230.31
6 SWM4247 24A-10 27.485 60.45 24A-1 25.355 59.58 PVC 18 216.86
7 SWM4150 24A-1 25.355 59.58 24A-2 26.03 58.87 PVC 18 176.63
8 SWM4151 24A-2 26.03 58.87 24A-3 13.61 58.39 PVC 18 119.53
9 SWM4210 24A-3 13.61 58.39 24A-5 11.21 57.69 PVC 18 209.36
10 SWM4196 24A-5 11.21 57.69 24A-4 11.39 56.61 PVC 18 315.55
11 SWM4182 24A-4 11.39 56.61 19C-3 13.425 55.08 PVC 18 450.82
12 SWM4172 19C-3 13.425 55.07 19C-2 11.56 53.74 PVC 18 396.79
13 SWM4166 19C-2 11.56 53.74 19C-1 10.27 52.63 PVC 18 330.98
14 SWM4152 19C-1 10.27 52.63 18D-1 7.18 51.12 PVC 18 441.31
15 SWM4163 18D-1 7.18 51.12 18D-5 6.75 50.45 PVC 18 196.26
16 SWM4155 18D-5 6.75 50.45 18D-4 10.36 49.84 PVC 18 181.70
17 SWM4154 18D-4 10.36 49.84 18D-2 14.24 48.06 PVC 18 518.87
20 SWM2553 18D-3 14.93 47.86 18D-6 14.225 47.19 PVC 24 12.21
19 SWM4153 18D-2 14.24 48.06 18D-3 14.93 47.60 PVC 24 148.68
21 SWM2544 18D-6 14.225 47.19 18D-9 12.195 45.32 PVC 24 306.00
22 SWM2S4S 18D-9 12.195 45.32 18D-11 11.15 42.85 PVC 24 326.34
23 SWM2546 18D-11 11.15 42.85 18D-12 11.59 40.41 PVC 24 324.22
24 SWM2547 18D-12 11.59 40.41 18D-13 12.09 37.91 PVC 24 324.10
25 SWM2548 18D-13 12.09 37.91 18D-14 10.56 35.44 PVC 24 322.25
26 SWM2549 18D-14 10.56 35.44 18D-15 12.02 32.97 PVC 24 327.37
27 SWM2550 18D-15 12.02 32.97 18D-16 19.49 25.81 PVC 24 301.45
28 SWM2551 18D-16 19.49 25.81 18C-14 23.26 23.83 PVC 24 148.59
29 SWM2552 18C-14 23.26 22.83 18C-1 24.9 20.00 PVC 24 164.75
30 SWM4285 18C-1 24.9 20.00 18C-13 25.42 19.80 PVC 24 45.15
31 SWM43S3 18C-13 25.42 19.08 18C-12 27.115 17.42 PVC 20 248.19
32 SWM4352 18C-12 27.115 17.35 18C-11 30.76 15.39 PVC 20 130.56
33 SWM4351 18C-11 30.76 15.19 18C-10 27.97 14.08 PVC 20 324.53
34 SWM4350 18C-10 27.97 13.98 18C-9 25.56 12.94 PVC 20 348.36
35 SWM4349 18C-9 25.56 12.82 18C-8 22.025 11.72 PVC 20 325.74
36 SWM4348 18C-8 22.025 11.61 18C-7 19.58 10.59 PVC 20 348.97
37 SWM4347 18C-7 19.58 10.49 18C-6 18.555 9.18 PVC 20 320.12
38 SWM434e 18C-6 18.555 8.97 23A-3 18.24 8.38 PVC 20 228.23
39 SWM4345 23A-3 18.24 8.24 23A-2 15.89 7.54 PVC 20 235.46
9/11/2012
SOUTH AGUA HEDIONDA INTERCEPTOR SEWER
CLEANING AND INSPECTION
ASSET INFORMATION TABLE
SEPT 10, 2012
PIPELINE ID UPSTREAM MANHOLE DOWNSTREAM MANHOLE PIPELINE DETAILS
FacilitylD Clty(UnRID} Depth (ft) Elevation Gty{UnitlD) Depth (ft]
tmeit
Elevation Material Diameter (inch) PipeUngth (ft)
40 SWM4344 23A-2 15.89 7.44 23A-67 17.09 2.60 PVC 20 73.87
41 SWM5434 23A-67 17.09 6.86 23A-68 19.49 6.56 PVC 20 82.48
42 SWM5435 23A-68 19.49 6.46 SLS17 23.5 6.40 PVC 20 25.98
43 SWM5446 28B-7 8.03999 170.26 28B-8 7.77 162.79 PVC 15 509.86
44 SWM5447 28B-8 7.77 162.67 28A-30 6.94999 144.61 PVC IS 526.09
45 SVi^M5448 28A-30 6.94999 144.49 28A-27 7.57999 139.07 PVC 15 396.75
46 SWMS449 28A-27 7.57999 138.97 28A-28 6.47 134.19 PVC IS 379.02
47 SWM5450 28A-28 6.47 134.07 28A-29 7.325 120.49 PVC 15 400.15
48 SWM5451 28A-29 7.325 120.26 22C-9 10.4 98.94 PVC 15 386.29
49 SWM6516 22C-9 10.4 98.65 22C-2 15.99 81.89 PVC 15 287.53
50 SWM5119 22C-2 15.99 81.91 22C-5 13.58 77.70 PVC 24 212.90
51 SWM5120 22C-5 13.58 77.50 22C-6 13.3 72.85 PVC 24 250.79
52 SW/M5121 22C-6 13.3 72.65 22C-7 12.69 68.40 PVC 24 259.35
53 SWM5122 22C-7 12.69 68.20 21D-6 15.1 58.04 PVC 24 322.91
54 SW/M5236 21D-6 15.1 57.84 21D-7 9.35 51.10 PVC 24 412.55
55 SWM5237 21D-7 9.35 51.00 27B-22 7.05 40.00 PVC 24 600.30
56 SV\/M5240 27B-23 7.6 37.35 27B-24 7.87 36.63 PVC 24 160.75
57 SWM5238 27B-22 7.05 39.90 27B-23 7.6 36.94 PVC 24 419.03
58 SWM5241 27B-24 7.87 36.63 27B-25 11.02 35.48 PVC 24 23.04
TOTAL 15,539
9/11/2012
\ \ u r .vT V \ \ y<>jb
\
' y
A.
' ^ \\ \ \ 7^77/ 7 \ /) 7^'"'7^
Legend
o Manholes
AccessHole
H TreatmentPlant
L LiftStation
Mains
GravityMain
V X
2<r? il
3 of U
H il
S <^ II
(, .-p //
43 42
J]51 28B
7-c-P fJ
52
50
4$
22C
-iti-
9 //
// ^ //