Loading...
HomeMy WebLinkAboutAffordable Drain Service Inc dba Affordable Pipeline Services; 2007-04-20; PWENG779AMENDMENT N0.4 TO EXTEND THE AGREEMENT FOR Storm Drain Inspection and Cleaning Services Affordable Drain Service Inc. dba Affordable Pipeline Sewices z This Amendment No.4 is entered into and effective as of the /I day of , 2C I&, extending the agreement dated April 20, 2007 (the between the City of Carlsbad, a municipal corporation, ("City"), and dba affordable pipeline services, ("Contractor") (collectively, the "Parties"). RECITALS A. On March 26 2008, the Parties executed Amendment No. 1 to the Agreement for storm drain cleaning services and to amend the agreement to include cleaning CDS units); and B. On May 30 2008 parties executed amendment No. 2 to change the total amount of the agreement for all services to be performed to $63,500; and on April 7, 2009 executed amendment No. 3 for an additional year; and C. The Parties desire to extend the Agreement for a period of one year; and NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows; and 1. The Agreement, as may have been amended from time to time, is hereby extended for a period of one year ending on June 2, 2011. 2. All other provisions of the Agreement, as may have been amended from time to time, shall remain in full force and effect. 3. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, shall include coverage for this Amendment. City Attorney Approved Version #05.22.01 4. The individuals executing this Amendment and the instruments referenced 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 hereof of this Amendment. J (print nameltitle) Tu 1, ,j (print nameltitle) CITY OF CARLSBAD, a municipal heputy City aanager ATTEST: (e-mail address) 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 ofticer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney By: - Deputy City Attohey City Attorney Approved Version #05.22.01 SCOPE OF SERVICES AND FEE 1) Clean city owned CDS vortex drains 2) Remove and deposit debris and sediment at city specified site 3) decant liquids at city specified location 4) Use 2000 or newer combination cleaning truck 5) Contractor will be compensated $1,000 per CDS vortex drain cleaned 6) Contractor will respond within 72 hours for routine cleaning and within three hours per emergency cleaning 7) City reserves the right to inspect and approve all work performed prior to issuing payment for said work AMENDMENT NO. 3 TO EXTEND THE AGREEMENT FOR STORM DRAIN INSPECTION AND CLEANING SERVICES AFFORDABLE DRAIN SERVICE, INC. dba AFFORDABLE PIPELINE SERVICES 7 ~&-*_ _ day of , 2009, extending the agreement dated April 20. 2007 (the "Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"), and Affordable Drain Service, Inc. dba Affordable Pipeline Services, ("Contractor") (collectively, the "Parties"). RECITALS A. On March 26. 2008 . the Parties executed Amendment No. 1 to extend the Agreement for storm drain inspection and cleaning services and to amend the Agreement to alter the Agreement's scope of work to include cleaning CDS units; and B. On May 30. 2008 . the Parties executed Amendment No. 2 to change the total amount of the Agreement for all services to be performed to SIXTY THREE THOUSAND FIVE HUNDRED DOLLARS ($63,500); and C. The Parties desire to extend the Agreement for a period of one yean and NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. In addition to those services contained in the Agreement, as may have been amended from time to time, the total annual Agreement amount shall not exceed SIXTY THREE THOUSAND FIVE HUNDRED DOLLARS ($63,500) and is hereby extended for a period of one year ending on April 20, 2010. 2. All other provisions of the Agreement, as may have been amended from time to time, shall remain in full force and effect. 3. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, shall include coverage for this Amendment. City Attorney Approved Version #05.22.01 4. The individuals executing this Amendment and the instruments referenced 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 hereof of this Amendment. CONT (sign rfere) ,r S- '(print name/title) (e-mail address) / (sigrj/fiere) (print name/title) (e-mail address) CITY OF corporatioi By: CARLSBAD, a pf the State of Californi municipal 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 City Attorney City Attorney Approved Version #05.22.01 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of JO. 0°[ Dale personally appeared before me,A" - -T T(M~ Otf\dj Name(s) of Signer(s) OFFICIAL SEAL I A. O'LOUGHLIN • NOTARY PUBLIC-CALIFORNIAK COMM. NO. 1696249 " SAN DIEGO COUNTY • MY COMM. EXP. OCT. 12,2010 I who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person (s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand Place Notary Seal Above Signature. OPTIONAL - official seal. Ub Signature of Notary Public Though the Information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Documei Title or Type of Document: Document Date:_ Number of Pages:. Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual D Corporate Officer —Title(s): D Partner — D Limited D General O Attorney in Fact D Trustee D Guardian or Conservator D Other: rllGHTTHUMBPRINT OF SIGNER ! Top of thumb here Signer Is Representing:. Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: RIGHT THUMBPRINT' OF SIGNER Top of thumb here Signer resenting:. agiffjigaaaasasgiSi^^ C2007National Notary Association- 9350 Oe Solo Ave.. P.O.Box 2402-Chatsworth.CA 91313-2402-www.NationalNotary.or8 Item #5907 Reorder:CalTol-Frae 1-800-876-6827 AMENDMENT NO. 2 TO AGREEMENT FOR STORM DRAIN INSPECTION AND CLEANING SERVICES (AFFORDABLE DRAIN SERVICE, INC. dba AFFORDABLE PIPELINE SERVICES) This Amendment No. 2 is entered into and effective as of S/go/gi-amending the agreement dated April 20th 2007 (the "Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"), and Affordable Drain Services ("Contractor") collectively, the "Parties" RECITALS A. On March 26, 2008 the parties executed Amendment No. 1 to the Agreement to add an additional scope of work and extend the agreement for a period of one year; and B. Paragraph 1 of Amendment 1 mistakenly limited the total amount of the agreement to TWELVE THOUSAND DOLLARS ($12,000); and C. The Parties desire to change the total amount of the agreement for all services to be performed to SIXTY THREE THOUSAND FIVE HUNDRED DOLLARS ($63,500) NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. In addition to those services contained in the Agreement, as may have been amended from time to time, the total annual Agreement amount shall not exceed SIXTY THREE THOUSAND FIVE HUNDARD DOLLARS ($ 63,500). 2. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 3. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. City Attorney Approved Version #05.22.01 4. The individuals executing this Amendment and the instruments referenced herein 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 Amendment. CONTRACTOR CITY OF/CARLSBAD, a corporation of the/SJafeof tfcipal (prfrft name/title)ATTEST: , (e-mail address) (sigrThere le (print name/title) LORRAINE M. WOOD City Clerk vXX^'"""/,//&**?o\^'^fc3^ (e-mail address) 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 EORM: RONALD R. BALL BY: Deputy" City"Attorney City Attorney Approved Version #05.22.01 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 3&JJ£©g^&@S@&@&5&i3&^&@^ State of California County of ss. On before me,, t\ - <J' personally appeared OFFICIAL SEAL O'LOUGHLIN I Name(s) of Signer(s) D personally known to me jB'yjroved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity (ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hfend and official seal.cLSignature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: fvtY&S\i NJ\£f\T V3(>> ^ Document Date: 1 I*\&JJ Signer(s) Other Than Named Abd Capacity(ies) Claimed by Signer Signer's Name: . Number of Pages:. D Individual D Corporate Officer — Title(s): D Partner - D Limited D D Attorney-in-Fact D Trustee D Guardian or Conservator D Other: RIGHT THUMBPRINT OF SIGNER Top of thumb here ieral Signer Is Representing:. « 1999 National Notary Association • 9350 De SotoAve., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.natiohalnotary.org Reorder: Call Toil-Free 1-800-876-6827 AMENDMENT NO. 1 TO EXTEND AND AMEND AGREEMENT FOR STORM DRAIN INSPECTION AND CLEANING SERVICES (AFFORDABLE DRAIN SERVICE, INC. dbaAFFORDABLE PIPELINE SERVICES) This Amendment No.1 is entered into and effective as of the .^° *® extending and amending the agreement dated April 20th 2007 (the "Agreement') by and between the City of Carlsbad, a municipal corporation, ("City"), and Affordable Drain Services ("Contractor") collectively, the "Parties" RECITALS A. On April 20th 2007, the Parties executed the original contract B. City requires the professional services of the contractor experienced in CDS vortex drain cleaning; AND C. The Parties desire to alter the Agreement's scope of work to include cleaning CDS units; AND D. The Parties desire to extend the Agreement for a period of One Year; AND E. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated herein by this reference as Exhibit "A", Scope of Services and Fee. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. In addition to those services contained in the Agreement, as may have been amended from time to time, Contractor will provide those services described in Exhibit "A". With this Amendment, the total annual Agreement amount shall not exceed TWELVE THOUSAND DOLLARS ($12,000). 2. City will pay Contractor for all work associated with those services described in Exhibit "A" on a time and materials basis not-to-exceed TWELVE THOUSAND dollars ($12,000). Contractor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include hours performed, hourly rates, and related activities and costs for approval by City. 3. Contractor will complete all work described in Exhibit "A" by April 28 2009. 4. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 5. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. City Attorney Approved Version #05.22.01 6. The individuals executing this Amendment and the instruments referenced therein on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Amendment. CONTRACTOR *By:, CITY OF CARLSBAD, a municipal corporation ofMe^afe of CaJtfofn) LORRAINE City Clerk (e-mail address) If required by City, proper notary's acknowledgment of execution by contractor must be attached. If a Corporation. Agreement must be signed by one corporate officer from each of the following two groups. *Group A. Chairman, President, or Vice-President **Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney City Attorney Approved Version #05.22.01 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT |$@g!-g<&^-6£^e£^6g&@&g6^@S^ State of California County of S<Xfl UXfcflfc V.J On \ Z V6VV\IAM Z$3& before me. 1 personally appeared O^ifcJ^? -A VCT^f 1 xtfSSSs. OFFICIAL SEAL I '^l!l&v A O'LOUGHLIN * ifel^PNOTARY PU NLC^1C696249 N * I^^^MV!&'SU&10| }ss. , f Name and Title ol^frtcer (e.iKj'Jane Iloe, Notary Public") ' Name(s) of Signer(s) D personally known to me ^proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS myJiand and official seal. ' Signature'of Notary Public SMIX I Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: 1v(N\5>Pdt (r^rA"" I ^VXVYKJV <JL»C\$l/\ \UW Document Date: Sianer(s) Other Than Named Above: Capacity(ies) Claimed by Signer /- ^Signer's Name: ^ D Individual / D Corporate Officer — Title(s): f D Partner - D Limited D General D Attorney-in-Fact ^v^^ D Trustee ^^^-^^^ D Guardian or Conservator ^""""'^ D Other: Signer Is Representing: Number of Paaes: ^ HH^^^^^H^^^^^^I OF SIGNER ^H<Top of thumb here •\ ^ EXHIBIT "A" SCOPE OF SERVICES AND FEE 1) clean city owned CDS vortex drains 2) remove and deposit debris and sediment at city specified site 3) decant liquids at city specified location 4) use 2000 or newer combination cleaning truck 5) contractor will be compensated $1,000 per CDS vortex drain cleaned 6) contractor will respond within 72 hours for routine cleaning and within three hours per emergency cleaning 7) city reserves the right to inspect and approve all work performed prior to issuing payment for said work City Attorney Approved Version #05.22.01 AGREEMENT FOR STORM DRAIN INSPECTION AND CLEANING SERVICES (AFFORDABLE DRAIN SERVICE, INC. dba AFFORDABLE PIPELINE SERVICES) THIS AGREEMENT is made and entered into as of the r day of 20C>7. by and between the CITY OF CARLSBAD, a municipal (corporation, f City"), and AFFORDABLE DRAIN SERVICE, INC. dba AFFORDABLE PIPELINE SERVICES, a California Corporation, ("Contractor"). RECITALS A. City requires the professional services of a contractor that is experienced in storm drain inspection and cleaning. B. Contractor has the necessary experience in providing professional services and advice related to storm drain inspection and cleaning. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. 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" and Contractor's proposal attached as Exhibit "B", which are 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 year from the date first above written. The City Manager may amend the Agreement to extend it for four (4) additional one (1) year periods or parts thereof in an amount not to exceed Fifty-one Thousand Five Hundred dollars ($51,500) per Agreement year. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. City Attorney Approved Version #11.28.06 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be in accordance with the bid prices and based on actual quantities not to exceed Fifty-one Thousand Five Hundred dollars ($51,500). 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" and the Contractor's proposal attached as Exhibit "B." 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 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. City Attorney Approved Version #11.28.06 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 early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:V". 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless City Attorney 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 Liability 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 Liability (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code and Employer's Liability City Attorney Approved Version #11.28.06 limits of $1,000,000 per accident for bodily injury. Workers' Compensation and Employer's Liability insurance will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 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 General Liability. 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. 10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. City Attorney Approved Version #11.28.06 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of 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. 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. 14. 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 City: For Contractor: Name DonWasko Name Duane Johnson Title Public Works Supervisor Title Vice President Department PW/M&O AFFORDABLE DRAIN SERVICE, INC. dba CITY OF CARLSBAD AFFORDABLE PIPELINE SERVICES Address 5950 El Camino Real Address 8340 Juniper Creek Lane Carlsbad. CA 92008 San Diego. CA92126 Phone No. (760) 438-2722 Phone No. (858) 689-4000 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. 15. CONFLICT OF INTEREST City will evaluate Contractor's duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and City's Conflict of Interest Code is required of Contractor or any of Contractor's employees, agents, or subcontractors. Should it be determined that disclosure is required, Contractor or Contractor's affected employees, agents, or subcontractors will complete and file with the City Clerk those schedules specified by City and contained in the Statement of Economic Interests Form 700. Contractor, for Contractor and on behalf of Contractor's agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that neither Contractor, nor Contractor's agents, employees, City Attorney Approved Version #11.28.06 subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the City an affidavit disclosing this interest. 16. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that the services required by this Agreement. 17. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 18. 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 #11.28.06 19. 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. 20. 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. 21. 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 City Attorney Approved Version #11.28.06 acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 22. 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. 23. 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. 24. 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 #11.28.06 25. 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 DRAIN SERVICE, INC. dba AFFORDABLE PIPELINE SERVS CITY OF CARLSBAD, a municipal corporation of the State of California By: City Manager or Mayor (sign^nere) 7(tfrint name/title") ATTEST: (e-mail address) *Bv: (print name/titfe)~7 (e-mail address) 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 officers) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney By:_ Deputy City Atto City Attorney Approved Version #11.28.06 EXHIBIT "A" SCOPE OF SERVICE A. Contractor will provide catch basin inspection and cleaning per attached maintenance schedule, and on-call spot cleaning as requested in addition to routine cleaning as outlined in their proposal submitted in response to RFP PWGS315, incorporated herein as part of this contract identified as Exhibit "B." B. Total fees for these services shall not exceed $51,500 to be invoiced by contractor to the City on a monthly basis, based on actual work performed: B.1 Contractor will inspect and clean 225 routine "high priority" locations two times a year at a total cost of $13,500.00. Contractor may invoice City at a per unit rate of $30.00 per location cleaned on a monthly basis. All 225 routine "high priority" locations shall be inspected and/or cleaned by June 30, 2007 for the 1 round of cleanings. B.2 For additions to the routine cleaning areas, Contractor will be compensated at the spot cleaning unit rate of $120.00 for that type of cleaning. B.3 Deletions from the routine cleaning areas will be prorated at the unit rate of $120.00. B.4 "On Call" Spot Cleaning services will be paid at the unit price of $120.00 for actual quantities. C. In addition to normally scheduled cleaning as directed by the Project Manager, all drains in the City's downtown area are to be cleaned immediately after the Spring and Fall Fairs. The remaining high priority drains shall be cleaned within 45 days of each event. D. Contractor shall respond for routine spot cleaning services within 72 hours of request for routine cleaning and 2 hours for emergency cleanings. E. Contractor shall observe safe work practices, including traffic control and posting of work areas 72 hours in advance of any routine work performed. F. City reserves the right to inspect and approve all work performed prior to issuing payment for said work. City Attorney Approved Version #11.28.06 10 EXHIBIT "B" AFFORDABLE DRAIN SERVICE, INC. DBA: AFFORDABLE PIPELINE SERVICES 8656 COMMERCE AVENUE SAN DIEGO, CA 92121 (858) 689-4000 CFTY OF CARLSBAD PUBLIC WORKS - GENERAL SERVICES REQUEST FOR PROPOSALS STORM DRAIN INSPECTION AND CLEANING SERVICES RFP#PWGS315 HOMMARY EXECUTIVE SUMMARY In order to meet the needs of the City of Carlsbad, a project team needs to be responsive, available, and experienced. Our staff has over 75 combined years of pipeline inspection and cleaning experience. Affordable Pipeline Services has been providing exceptional service to the City of Carlsbad for over six years. Our company has an established working relationship with all of Carlsbad's crews. Not only have we worked with City staff for years, our crews also have an in depth knowledge of both the waste water and storm drain systems throughout the city. We have a history of responding to the City of Carlsbad's needs and will continue to provide the best possible service to the City on this contract. Our company has assessed over 1,000 miles of sewers and storm drains. We have the capability of performing the required scope of services needed for this project. We have the ability to meet aggressive schedules when called for. We have the resources to address diverse challenges that may be encountered on this contract. Affordable Pipeline Services has not only provided Cleaning and CCTV inspection services for The City of Carlsbad, but has worked with almost every city in San Diego County. This includes televising over 3,000,000 feet of pipeline for the City of San Diego and conditional assessment of all CMP storm drains for the City of Chula Vista. Our previous contracts with the City of San Diego earned "Outstanding Performance Ratings". Our experience and technical competence can be demonstrated through the diverse and challenging projects that we have successfully accomplished Including: 170 miles of Canyon Televising for the City of San Diego, cleaning and televising of 50 miles for the City of Anaheim's sewerage system, and the cleaning and televising of 25 miles of pipeline for Hill Air Force Base in Utah. Affordable Pipeline Services has an outstanding safety record. Our crews are trained on all aspects of our industry and our training program is constantly evolving to meet the changing needs of each contract we perform. We also have an excellent environmental record. All of Affordable's crews are extensively trained on how to eliminate any negative impact on the environment. Our team understands the sensitivity of Carlsbad's beaches and open space areas. We are not only committed to protecting these areas, but Carlsbad's community relations as well. Affordable Pipeline Services is without question one of the leaders in the pipeline industry, and is ready to meet all of the requirements of the City of Carlsbad. TEAM PROJECT TEAM Affordable Pipeline Services is a division of the San Diego-based Company Affordable Drain Service Inc. Affordable Drain Service has been serving San Diego County for 15 years and has vast experience working in the City of Carlsbad. Our goal is to provide the best service available in the industry. Our crews are prompt, professional, maintain the "Can do" attitude, and will stop at nothing until the client is completely satisfied. Affordable Pipeline Services is located centrally in San Diego County in the Miramar area. This means our crews are capable of responding to the City of Carlsbad in 30 minutes if the need arises. We have a history of meeting the City's needs and have responded to the calls for assistance many times over the years. Affordable Pipeline has not only worked with the City on scheduled projects but has been able to provide emergency response for both Waste Water and Public Works crews. For years, our team has consistently and professionally represented the City of Carlsbad as an extension of their crews. The City of Carlsbad is without question, one of Affordable Pipeline's most valued clients. Each member of our team not only has been with Affordable for many years, but has worked with the City of Carlsbad through their entire employment. For the City this means no break- in period or additional training will be needed to get us up to speed. No other company in the pipeline industry is more familiar with the City's infrastructure or its staff than Affordable Pipeline Services. Affordable Drain Service is a Corporation. The office of record and primary office location for our team is located at: Affordable Drain Service, Inc. (DBA) Affordable Pipeline Services 8340 Juniper Creek Lane San Diego, CA92126 Phone:(858)689-4000 Fax: (858) 689-4035 The project manager for this contract will be: Duane Johnson Vice President Phone: (858) 689-4000 Mobil: (619) 818-6795 E-Mail: djohnson(g)affordabled rain, com The Corporate Officers are as follows: Craig Post President/CEO Duane Johnson Vice President Julie Post Secretary We have included the Resumes of key personnel that will be responsible for the coordination and production of this project. We believe that Affordable Pipeline Services is the best suited company for this contract and look forward to providing continued service to the City of Carlsbad in the up coming years. City of Carlsbad - Request for Proposals Storm Drain Inspection and Cleaning Services Affordable Pipeline Services PROJECT TEAM Duane Johnson Vice President Affordable Drain Service, Inc. (DBA) Affordable Pipeline Services Experience Summary Mr. Johnson has over twelve years of experience in the construction and pipeline industries, in both field and office environments. He has developed, directed and managed projects ranging from very small, short duration projects to large projects extending over several years. He has successfully worked with municipal officials and staff, public and private agencies, military organizations, construction companies and private property owners. Selected Professional Experience Affordable Pipeline Services, Vice President - Responsible for managing and operating all CCTV camera trucks, supervising pipeline cleaning crews. Additional responsibilities include, coordination of project operations, budget management and project development, AIR, A/P. Precision Plumbing Enterprises, CCTV Operations Manager - Responsible for managing and operating a CCTV camera truck, supervising pipeline cleaning crews and project development. MGD Technologies Inc., Engineering Technician, Data Analysis - Field service project involvement including temporary and permanent flow monitoring studies, water quality sampling projects, pump station studies, site calibration, hydraulic calibration and data collection and analysis. Professional Credentials > California Water Environment Association - Collection System Maintenance Grade III, Certificate number 050723009 > National Association of Sewer Service Companies - Certified National Trainer in their "Pipeline Assessment and Certification Program" (PACP). > CWEA Southern Sections Collections System Committee - Treasurer > Confined Space Certified Partial Project Experience > Cleaning and CCTV inspection of 260,000 feet of sewer pipeline, Hirsch and Company, City of Anaheim, CA > CCTV inspection of 70,000 feet of storm drain, San Diego International Airport. > CCTV inspection of 80,000 feet of trunk sewer, Rancho California Water District, Temecula, CA > CCTV inspection of 3,000,000 feet of sewer pipeline, Hirsch & Company, MWWD, San Diego, CA > CCTV inspection of 170,000 feet of sewer pipeline with hand carry equipment in canyon areas, Hirsch and Company, MWWD, San Diego, CA > CCTV QA/QC 600,000 feet of sewer pipeline, Honolulu Hawaii > Storm Water System Inspection Project, U.S. Naval Submarine Base, Point Loma, U.S. Navy, San Diego CA > Countywide Storm Water Monitoring Program, County of San Diego, CA > 87" Diameter Wastewater Force Main No. 1 Condition Assessment Inspection Project, MWWD, San Diego, CA "The City of San Diego Storm Water Pollution Program thanks you for protecting our beaches, bays and watersheds. Your quick response, keeping me updated and follow-up was impressive. What you do on a daily basis keeps sewage out of the conveyance system." Karen Maillet, Storm Water Pollution Program, City of San Diego References: City of San Diego Metropolitan Wastewater Department Mr. Farid Sadeghipour (858) 292-6438 City of San Diego Water Utilities Department Ms. Myrna Dayton (619)533-5107 City of Carlsbad Municipal Water District Mr. Don Wasko (760) 438-2722 RBF Consulting Engineers John Harris (858) 565-4545 City of Carlsbad - Request for Proposals Storm Drain Inspection and Cleaning Services Affordable Pipeline Services ^ROJECTTEAM John Lukaesko Assistant Operations Manager Affordable Pipeline Services Qualifications Thirteen years experience in the Construction Industries. Experienced in project management and data management on large municipal projects. Confined Space and first- aid certified. Certifications • California Water Environment Association - Collection System Maintenance Grade II • National Association of Sewer Service Companies - Certified National Trainer in their "Pipeline Assessment and Certification Program" (PACP). Selected Professional Experience 1987-1989 Eagle Valley Construction, Carson City NV - Pipe Layer Installed sewer, water, gas, and power lines. Equipment operator, including Front loader and Back hoe. 1995-1997 Video Pipe Services, Newfield NJ - CCTV / Vactor truck Operator. Complete operation and management of CCTV inspection truck and combination sewer cleaning truck. Installation of CIP pipe liners. Lateral cutting. 1999-2001 Gary's Construction, San Diego CA - Erosion Control Specialist 2001-Present Affordable Pipeline Services, San Diego CA-Assistant Operations Manager Responsible for management and operation of CCTV camera trucks, supervising and performing pipeline cleaning operations. Additional responsibilities include, coordination of project operations and management of crews. Partial Project Experience > CCTV inspection of 1,500,000 feet of sewer pipeline, Hirsch & Company, MWWD, San Diego, CA > CCTV inspection of 170,000 feet of sewer pipeline with hand carry equipment in canyon areas, Hirsch and Company, MWWD, San Diego, CA > CCTV Inspection and cleaning of 260,000 feet of sewer pipeline, Hirsch and Company, City of Anaheim, CA > CCTV Inspection and cleaning of 100,000 feet of sewer pipeline. Responsible for complete management of project, Hill Air Force Base, Utah City of Carlsbad - Request for Proposals Storm Drain Inspection and Cleaning Services Affordable Pipeline Services FIRM EXPERIENCE EXPERIENCE & TECHNICAL COMPETENCE The Affordable team has experience with every aspect of the current contract requirements. We have sufficient resources and expertise to meet and surpass the needs of the upcoming contract. Our company represents the best in the industry. We are called upon for challenging work when other companies have attempted and failed. The crews that will be working on this contract have been employed by Affordable Pipeline Services for years. They are some of the most experienced in the industry. They have the comprehensive knowledge of the equipment needed to complete this contract. This knowledge is fundamental in achieving a high completion rate without incident. Our crews are extremely well versed in the equipment capabilities. This fact allows our crews to excel were other companies try and fail. Our commitment to quality doesn't begin and end with the field crews. Affordable Pipeline is committed to the effective managing of our projects to ensure the highest quality for our clients. We perform extensive quality control so that we achieve the high level of service that our clients have come to expect. Our Field Manager reviews the assigned work and develops a plan for each assigned task. This includes the requirements for traffic control, night work, or other special circumstances. The Field Manager will stay in close contact with City crews verifying that each project is proceeding as projected. If necessary, our crews can perform confined space entries into manholes. All field operators and assistants are confined space certified, have current health and safety certificates and are CPR trained. Safety is our primary concern and each project is analyzed for any potential health or safety risks. Affordable Pipeline crews are tasked with completing each job in the safest possible way. All personnel are trained in the proper use of traffic control devices and extensively trained in the deployment of traffic control plans. Over the years, Affordable Pipeline Services has met the challenges of numerous difficult projects. Our crews are trained to think outside the box. Due to this fact, we have the ability to do in-house fabrication for all of our equipment. Many times our technicians have assessed a situation and determined standard equipment would not be able to complete the job. Our crew would then determine what needs to be manufactured or what changes to the existing equipment was needed and our shop would make the changes. All of Affordable Pipeline's management team and all of the current field crews participated on each of the following projects. We believe that these projects demonstrate the level of expertise and care that we take with all of our contracts. City of Carlsbad - Request for Proposals Storm Drain Inspection and Cleaning Services Affordable Pipeline Services ^EXPERIENCE Project Name: Owner: Client: Client's Project Manager: Phone Number: Owner's Project Manager: Project Type: Phone Number: Construction Value: CCTV Inspection and Condition Assessment of CMP Storm Drain Pipe City of Chula Vista Hirsch & Company Mark Hill, P.E. (858) 565-4545 Mr. Roberto Yano, PE Storm Sewer Condition Assessment (619)397-6217 $504,898 Affordable Pipeline Services recently completed working with Hirsch & Company to provide consultant services to the City of Chula Vista. This project included the inspection and condition assessment of their CMP storm drains. There had been increasing concern over the high rate of failure of these lines during past rain events. The storm drains ranged in diameter from 8" to 180". The pipelines and access structures were located in streets, open space and easements on private property. This project included only the CMP pipelines and therefore the inspections were scattered throughout the entire city. Proper coordination of the crews and equipment was paramount to the successful completion of the project. The early indications showed that these lines were in very poor condition and this was proven to be true. This inspection project identified numerous pipeline sections that were in desperate need of cleaning, rehabilitation or replacement. Key project elements: > Reconnaissance of access point locations > Developed codes for defect identification > Access point locating using metal detectors and As-Built information >> Coordinated with City crews for access point locating > Provided updated CIS shapefiles of the project > Identified the presence of problem conditions that would require high priority repairs or replacement > Provided CCTV inspection of pipelines and pipeline views of associated cleanouts, catch basins and junction structures on a digital video color format recording, including narrative soundtrack and digital photos * Provided detailed, site specific recommendations for rehabilitation or replacement of storm drains > Provided a database of all inspection findings, assessment data and recommendations Project Elements CIS Revisions Reconnaissance Pipeline CCTV Inspection Database Management Digital Video Environmentally sensitive areas PROJECT CHALLENGES AFFORDABLE PIPELINE SERVICES SOLUTIONS BENEFITS TO CITY Pipelines scattered throughout city Effective project management Increased Productivity resulting i.n ??.r'y. C9.m.p'?*io.n. Pipe size ranging from 8" to 180" Specially developed equipment carried on each truck that was project specific Excellent digital view of defects Project Name: Owner: Client: Client's Project Manager: Phone Number: Owner's Project Manager: Project Type: Phone Number: Contract Value: West Anaheim CCTV, Manhole Inspection, I/I Identification and Condition Assessment City of Anaheim Department of Public Works Hirsch & Company Mark Hill, P.E. (858) 565-4545 Mr. Eric Wiebke PE CCTV and Manhole Inspections (714) 765-4589 $1,900,000 Affordable Pipeline Services provided field services in conjunction with Hirsch & Company Consulting Engineers to the City of Anaheim. This project included CCTV inspection, manhole inspection, inflow/infiltration identification, system condition assessment, recommendations for inflow/infiltration elimination and pipeline/manhole rehabilitation for the West Anaheim Sanitary Sewer System. The project area has approximately 11.65 square miles made up of residential, commercial and industrial land use designations. Services include inspection of 615,245feet of sewer main. Pipe diameters ranged from 8 to 30 inches. Key project elements: ^ Identified and established date of construction for all sanitary sewer segments "^ Provided a complete record search through the City of Anaheim CIS Department to determine the pipeline segments and manholes constructed prior to 1960 and constructed post 1961 ^ Cleaned all sanitary sewer segments and manholes using a combination of hydro-cleaning and vacuum removal equipment; root cutter; and high pressure washing and scouring of manhole walls, channels, shelves, and manhole frames > Prepared a structural condition assessment of all sanitary sewer pipeline segments in the project area using the CCTV inspection logs and videos > Inspection and structural condition assessment of 2,377 sanitary sewer manholes in the project area >> Identified and located illegal connections, recommendations for flow isolations, smoke testing, and additional CCTV inspections > Developed Red Flag Notification system to inform the City of severe structural defects found during inspections. Notification was given within 24-hour to the City's project manager RED FLAG NOTIFICATION AFFORDABLE PIPELINE SUBMITTED BY Duane Johnson 8656 Commerce Ave SAN DIEGO. CA92121 Date Thursday, October 21, 2004 Map Pipe Size 8 Map Pipe Material VCP USMHSWQ13316 DSMHSVJ013317 Street W ACADEMY AVE Install Date: Location 267 from US MH Impact on Televising Broken pipe with visible void District: 13 Thursday, October 21, 2004 Page I of 1 4f # FIRM EXPERIENCE RELATED PROJECTS The following is a partial list of projects that have been successfully completed by our company: Project Name & Location 25 Mile Cleaning/CCTV inspection 88,000 Feet CCTV Inspection & Condition Assessment CMP Storm Pipe 100 Mile Cleaning/CCTV inspection 325 Mile CCTV inspections Sewer Phase III 100 Mile CCTV inspections of Trunk Sewers Phase II 60 Mile CCTV inspections of Sewer Mains 33 Mile CCTV inspections of Canyon Areas As Needed Sewer Inspection of Trunk and Sewer Mains Sewer Flow Monitoring Study For Rancho California Water District Nature of Firm's Responsibility CCTV Inspection and cleaning, GPS of all structures CCTV Inspection and As-needed cleaning CCTV Inspection and cleaning CCTV Inspection and As-needed cleaning CCTV Inspection CCTV Inspection CCTV Inspection CCTV Inspection CCTV Inspection of 80,000 feet of Trunk Sewer Project Owner's Name & ' . ' •- Address . Hill Air Force Base, Utah Ron Call (801) 777-3279 City of Chula Vista Alan Reyes (619)397-6101 City of Anaheim EricWiebkePE (714) 765-4589 City of San Diego MWWD Farid Sadeghipour (858) 292-6438 City of San Diego Water Utilities Department Myrna Dayton Project Mgr. (619)533-5107 City of San Diego Water Utilities Department Myrna Dayton Project Mgr. (619)533-5107 City of San Diego Water Utilities Department Myrna Dayton Project Mgr. (619)533-5107 City of San Diego Water Utilities Department Myrna Dayton Project Mgr. (619) 533-5107 Rancho California Water District Mike Culvert Project Mgr. (909) 296-6900 (Actual or estimated) 06/2006 11/2005 01/2005 2004 2002 2002 2002 2001 2001 > - "" ,Owbii ^ Entire Project $100,000 $500,000 $1,500,000 $6,000,000 $3,000,000 $1,500,000 $1,800,000 $3,000,000 $200,000 itBdCost$ Work for which Firm was/is Responsible $100,000 $85,000 $320,000 $1,300,000 $800,000 $130,000 $380,000 $60,000 $46,000 City of Carlsbad - Request for Proposals Storm Drain Inspection and Cleaning Services Affordable Pipeline Services liXPERIENCE TRAINED STAFF EQUALS SUCCESS > Crew Training NASSCO/ CWEA 'r Safety and Traffic Control Training <"• Comprehensive Knowledge of the Industry r Experience to correctly identify defects ^ Proficient with computers, CCTV and Cleaning Equipment r- Know how on NON- conventional working conditions r Ability to identify and comply with safety standards SPECIALIZED EXPERIENCE > CCTV Inspection of Sewer and Storm Drain Pipelines 'r Cleaning of Sewer and Storm Drain Mains 'r Lateral Televising > Lateral Locating 'r Manhole Locating '*• Manhole Inspections 'f Construction Inspections r- By-pass Projects ^ Canyon Televising r Dye Testing r Smoke Testing ^ Warranty Inspections 'r Emergency Response Cleaning & Televising ^ CCTV Verification of Cleaning r Assistance to Law Enforcement AFFILIATIONS California Water Environment Association P-i.t'.-.'1'i.i1 <J.K '.-.'.iter environment th?ough education jnc! training National Association of Sewer Service Companies ItePROACH PROJECT APPROACH Affordable Pipeline Services is dedicated to providing a Storm Drain Inspection and Cleaning program tailored to meet the specific needs of the City of Carlsbad's Public Works Department. Many other companies are capable of performing well on large projects for municipalities. Few, if any, have the resources and trained staff needed to excel at the requirements of the Scope of Services for this Agreement. The diverse requirements of this contract necessitate an adaptable program. Affordable Pipeline Services will provide just this type of service to the City. We will approach each aspect of this contract individually and follow through with the task to its completion. Affordable Pipeline Services is prepared to start work as soon as the contract is awarded. We currently have all needed equipment and trained staff to complete the contract. It is our understanding that the first phase of the contract (Item No. 1, a total of 225 catch basins) will need to be completed by June 15th, 2007. This allows 55 working days to complete 225 catch basins with a projected start date of April 2nd, 2007. With an estimated completion rate of 20-30 MH's each work day, the schedule will be easily obtained including all On-Call Spot Cleaning that is necessary for the project area. Affordable Pipeline Services has a proven track record of meeting any schedule put forth by the City of Carlsbad and is confident that we can perform all needed work within the constraints of the contract. The following is our proposed approach: General Procedures 1. Task order given by the City of Carlsbad to Affordable Pipeline Services 2. Affordable Pipeline's Project Manager will assess the Task order and determine any additional crew and equipment needs. 3. A specific daily schedule will be laid out with City staff. Once the schedule is approved, the site work will commence at the date and time requested by the City. 4. Crews will stay in daily contact with The City's Project Manager updating him with progress or any specific issues noted in the field. Item No. 1 Catch Basin Inspection and Cleaning 1. Technician will meet with city staff to identify locations to be cleaned and to pickup inspection forms. 2. Technician will be utilizing a standard pickup truck outfitted with a complement of traffic control devices and signage to protect the work sites. The truck will carry a sealable 50 gal. container to store and transport debris removed from the catch basins. The truck will also be outfitted with an assortment of retrieval devices, extendable claws and all necessary hand tools needed to remove trash and light debris from the Catch Basins. Many of the tools used are fabricated in our shop. PPROACH 3. Upon arriving at the site the technician will cone off the work zone and secure a safe work environment. Once the area is safe for the public, the catch basin will be opened and the inspection report will be filled out and all debris removed. Heavy silt and rock will not be removed at this time. 4. Debris removal will be accomplished from top side using hand tools to collect all trash from the collection box. The weight of the debris removed will be estimated and included on the inspection report. 5. Debris will be collected during the day and transported at the conclusion of the work day to the disposal site. Item No. 2 On-Call Spot Cleaning 1. Technician will meet with city staff to identify locations to be cleaned. 2. Technician will be utilizing a Combination Jet/Vac truck ("Vactor Style Unit") outfitted with a complement of traffic control devices and signage to protect the work sites. All Traffic Control shall be in accordance with the California Manual on Uniform Traffic Control Devices. 3. Upon arriving at the site the technician will cone off the work zone and secure a safe work environment. Once the area is safe for the public, the catch basin will be opened and the cleaning of the Catch Basin and the Catch Basin "Wings" will be accomplished with the Combination Jet/Vac truck. All dirt and waste will be removed during this operation. Cleaning will be done from topside. 4. Debris will be collected during the day and transported at the conclusion of the work day to the disposal site. Affordable Pipeline Services looks forward to having the opportunity to work with the City of Carlsbad on this Storm Water program. We are confidant that we can provide Carlsbad with the finest service available in the industry. City of Carlsbad - Request for Proposals Storm Drain Inspection and Cleaning Services Affordable Pipeline Services EQUIPMENT LIST Make Model Aquatech B10 Vactor 2110 Vactor 2103 Harben Harben US-Jetting US-Jetting US-Jetting Pearpoint GMC Pearpoint GMC Cues GMC Pearpoint Hand Carry Pearpoint Hand Carry Seasnake Push Cameras City of Carlsbad - Request for Proposals Q/rifrw r\t*ain tr»c*t-ic%f*tis\rt on/V f~*1r*?*rtinn Gnrtfif Year 2005 1993 1995 1996 1999 2001 2003 2005 2000 2001 2007 2002 2003 1995-2006 •*f\f? Function Combination Cleaning Truck Combination Cleaning Truck Combination Cleaning Truck Trailer Jetter for Cleaning Small Diameter Lines Trailer Jetter Trailer Jetter Trailer Jetter Trailer Jetter CCTV Inspection Van CCTV Inspection Van CCTV Inspection Van Remote CCTV Inspection System Remote CCTV Inspection System 4 Push Cameras for Small Pipe Inspection & Line Locating I, ,.,,,,,,. &r, ,y... •. , - .- ..,. .,.. - . . •,,.;..,.„„,., Affordable Pipeline Services