Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Downstream Services Inc; 2019-02-22; PSA19-712TRAN
ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTR INSD WVD PRODUCER CONTACTNAME:FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person) $OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A(Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement onthis certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 11/12/2020 License # 0C36861 (619) 849-3871 (619) 699-2163 25682 DownStream Services, Inc.2855 Progress Place Escondido, CA 92029 25674 00000 A 1,000,000 X DT22-CO-8L890612-TCT-20 11/15/2020 11/15/2021 300,000 Owners & Contractor 10,000 EBL, Blkt AI,WOS,Pri 1,000,000 2,000,000 2,000,000 Deductible 5,000 1,000,000B X 810-8L837211-20-26-G 11/15/2020 11/15/2021 Comp/Coll Ded 1,000 10,000,000B CUP-8L903833-20-26 11/15/2020 11/15/2021 10,000,000 10,000 10,000,000 B X UB-3R104531-20-26-G 10/24/2020 10/24/2021 1,000,000 1,000,000 1,000,000 C Professional Liabili PGIARK04332-06 11/15/2020 11/15/2021 Each Claim/Gen. Agg. 1,000,000 Re: All Operations. Certificate Holder is named as Additional Insured. Cancellation clause applies per attached endorsement. Waiver of Subrogation applies. City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 4668 - ECM #35050 New York, NY 10163 DOWNSER-01 SVULLI San Diego-Alliant Insurance Services, Inc.701 B St 6th FlSan Diego, CA 92101 Norma Figueroa nfigueroa@alliant.com Travelers Indemnity Company of Connecticut Travelers Property Casualty Company of America Lloyd's of London PRO-COM OPE AGG X X X X X X X XX X X X © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTEDEACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $ UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PERSTATUTE OTH-ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe underDESCRIPTION OF OPERATIONS below (Mandatory in NH)OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNEDAUTOSAUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIODINDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSDADDL WVDSUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZEDREPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject tothe terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to thecertificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Acct#:2524781 4/29/2020 Willis of Greater Kansas City Inc.844-290-49085700 W 112th Street, Ste. 100 Overland Park, KS 66211 BBSIcerts@locktonaffinity.com Ace American Insurance Co.22667 Barrett Business Services, Inc.L/C/F DOWNSTREAM SERVICES, INC.2855 PROGRESS PLACEESCONDIDO, CA 92029 A X C66395960 5/1/2020 5/1/2021 X 2,000,000 2,000,000 2,000,000 Policy State = CA Waiver of Subrogation in favor of certificate holder when required by written contract ALL CA OPERATIONS City Of Carlsbad/CMWDDBA: C/o EXIGIS Insurance Compliance ServicesP.O. Box 4668 - ECM #35050New York, NY 10163-4668 Workers' Compensation and Employers' Liability Policy Named Insured Endorsement Number Policy Number Symbol: Number: Policy Period TO Effective Date of Endorsement Issued By (Name of the Insurance Company) Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. CALIFORNIA WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because California is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule, where you are required by a written contract to obtain this waiver from us. You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. Schedule 1.( ) Specific Waiver Name of person or organization: ( ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2.Operations: 3. Premium: The premium charge for this endorsement shall be percent of the California premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4.Minimum Premium: _______________________________________ Authorized Agent WC 99 03 22 Barrett Business Services, Inc. L/C/F DOWNSTREAM SERVICES, INC. 2855 PROGRESS PLACE ESCONDIDO, CA 92029 C66395960 5/1/2020 5/1/2021 5/1/2020 Ace American Insurance Co. X INCLUDED INCLUDED PSA19-712TRAN City Attorney Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 5 PROJECT NO. 6620 This fifth Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Downstream Services, Inc., a California corporation, ("Contractor") and the City of Carlsbad, ("City") dated February 22, 2019, (the “Agreement”), and subsequent amendments dated February 6, 2020 and January 26, 2021, the terms of which are incorporated herein by this reference. 1.CONTRACTOR'S OBLIGATIONS Contractor shall provide Closed Circuit Television (CCTV) Inspection in accordance with the City of Carlsbad Engineering Standards, 2016 Edition, the Standard Specifications for Public Works Construction, 2018 Edition and the supplements thereto as published by the “Green Book” Committee of Public Works Standards and the proposal dated May 8, 2021, (“proposal”), attached as Appendix "A" for the Work Order 5 - FY2021-22 Storm Drain System Inspections, (the “Project"). The Project services shall include CCTV inspection, traffic control & PACP scoring for 34,862 LF of storm drain. 2.PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within five (5) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within ninety (90) working days thereafter. Working days are defined in section 6-7.2 "Working Day" of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Agreement, as amended by this Project Task Description and Fee Allotment. 3.FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on work days. Appendix "A", attached, prepared byContractor and reviewed by City, shows the parties’ intent as to the elements, scope andextent of the task groups. Contractor acknowledges that performance of any and all tasksby the Contractor constitutes acknowledgment by Contractor that such tasks are thosedefined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix “A”, then the Contractor shall only invoice the City for work actually DocuSign Envelope ID: B67817C0-2372-456A-9D54-3C02F02041EF June 21, 2021 PSA19-712TRAN City Attorney Approved Version 7/19/17 2 performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $76,992. 4.PREVAILING WAGE RATES Any construction, alteration, demolition, repair, and maintenance work, including workperformed during design and preconstruction such as inspection and land surveying work,cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of workerneeded to execute the contract, shall be those as determined by the Director of IndustrialRelations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code.Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wagerates is on file in the office of the City Engineer. Contractor shall not pay less than the saidspecified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section1776 of the California Labor Code, which generally requires keeping accurate payrollrecords, verifying and certifying payroll records, and making them available for inspection.Contractor shall require any subcontractors to comply with Section 1776. /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// DocuSign Envelope ID: B67817C0-2372-456A-9D54-3C02F02041EF PSA19-712TRAN City Attorney Approved Version 7/19/17 3 TABLE 1 FEE ALLOTMENT CCTV INSPECTION, TRAFFIC CONTROL IMPLEMENTATION, PACP SCORING TASK GROUP TIME & MATERIALS Provide CCTV inspection, traffic control & PACP scoring for 34,862 LF of storm drain. $76,992 TOTAL (Not-to-Exceed) $76,992 CONTRACTOR Downstream Services, Inc. (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Wilma G. Roberts, President & Secretary (print name/title) (print name/title) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column 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. CITY OF CARLSBAD, a municipal corporation of the State of California By: ________________________________ Date: _________________________ Geoff Patnoe, Assistant City Manager, as authorized by the City Manager APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ____________________________ Assistant City Attorney DocuSign Envelope ID: B67817C0-2372-456A-9D54-3C02F02041EF June 21, 2021 APPENDIX "A" SCOPE OF SERVICES DocuSign Envelope ID: B67817C0-2372-456A-9D54-3C02F02041EF Contractor's License #807953 DIR Registration #1000004632 Certified SBE #30938 To:Date: Attn:Project Name: Address:Project Location: Email: ITEM QTY UNIT UNIT PRICE ITEM TOTAL 1 32.0 HR $ 100.00 $ 3,200.00 2 160.0 HR $ 231.00 $ 36,960.00 3 160.0 HR $ 156.00 $ 24,960.00 4 56.0 HR $ 50.00 $ 2,800.00 5 84.0 HR $ 108.00 $ 9,072.00 76,992.00$ 76,992.00$ 1) 2) 3) 4) 5) 6) 7) 8) 9) 1) 2) 3) 1) TOTAL ESTIMATED COST Subtotal EXCLUSIONS: Confined Space Entries. INCLUSIONS: Traffic control. NASSCO PACP Standards Blockages or errors in the map resulting in incomplete inspections will still be billed at current rate TERMS AND CONDITIONS: This proposal will remain valid for a period of sixty (60) days from the date set forth above. Progress and final payments are to be made to Downstream Services, Inc. per the California Civil and Business and Professions Codes. Payments are Net 30 days. Insurance coverage includes a blanket additional insured endorsement. Owner to carry general liability, workers' compensation and other necessary insurance. Contract bond premium is not included in the unit prices and can be supplied, if requested, at the additional cost of 1.5% of the contract amount. Prices are based on plans and specifications provided, including all addenda. A 15% markup applies to work scheduled between the hours of 5 PM and 5 AM. Hourly rates are portal to portal and subject to a four (4) hour minimum. State prevailing rate of pay. 2855 Progress Place, Escondido, CA 92029Office: (760) 746-2544 | Fax: (760) 746-2667Ryan Foster | Direct: (760) 666-3210 Project Manager Scope: CCTV 34,862 LF of 18" to 84" Storm Drain lines. Per maps provided RyanF@downstreamservices.com 5/8/2021 CCTV Operator and Equipment City of Carlsbad Jason Evans WO# 5 Storm Water CCTV- PSA19-712TRAN DESCRIPTION 1635 Faraday Avenue Carlsbad, CA jason.evans@carlsbadca.gov CCTV Technician Carlsbad, CA 92008 Data Analyst Report Deliverables Traffic Control *Master Agreement PSA19-712TRAN* Page 1 of 1 City of Carlsbad- Storm drain Inspection DocuSign Envelope ID: B67817C0-2372-456A-9D54-3C02F02041EF Work Order 2 CCTV Condition Assessment Program FY 2021-22 Inspection Issue Date: 04/16/21 Map 1 - Chestnut - Siera Morrena Count Faciltiy ID Access #1 Access #2 Material Diameter Length 1 SDC740 11B-1 11B-51 RCP 18 67 2 SDC1686 11A-30 11B-50 RCP 18 156 3 SDC9620 11B-50 11B-9 RCP 18 400 4 SDC748 11B-9 11B-49 RCP 48 24 5 SDC749 11B-9 11B-10 RCP 48 47 6 SDC750 11B-10 11B-48 RCP 48 28 7 SDC747 11B-9 11B-8 RCP 24 125 8 SDC746 11B-8 11B-6 RCP 24 197 9 SDC744 11B-6 11B-5 RCP 18 60 10 SDC745 11B-6 11B-7 RCP 18 73 11 SDC743 11B-6 11B-4 RCP 18 244 12 SDC741 11B-4 11B-2 RCP 18 43 13 SDC742 11B-4 11B-3 RCP 18 41 1505 Map 2 -Victoria - CVD Count Facility ID Access #1 Access #2 Material Diameter Length 1 SDC185 12A-40 12A-38 RCP 18 75 2 SDC186 12A-40 12A-39 RCP 18 78 3 SDC187 12A-40 12A-41 RCP 24 132 4 SDC188 12A-41 12A-42 RCP 24 50 5 SDC189 12A-41 12A-44 RCP 24 51 6 SDC12888 12A-43 12A-79 RCP 18 9 7 SDC190 12A-43 12A-44 RCP 18 65 8 SDC191 12A-44 12A-45 RCP 24 192 9 SDC192 12A-45 12A-46 CIPP 24 51 703 Map 3 - Treiste/Longview/Sutter Count Facility ID Access #1 Access #2 Material Diameter Length 1 SDC634 11C-4 11C-3 RCP 18 32 2 SDC635 11C-4 11C-5 RCP 18 57 3 SDC1665 11C-4 11C-29 RCP 18 125 4 SDP100610 11C-S210 11C-1 ACP 18 8 5 SDC633 11C-1 11C-2 ACP 18 50 6 SDC1666 11C-2 11D-80 ACP 24 400 7 SDC13885 11D-80 11D-81 ACP 24 218 8 SDC13886 11D-81 11D-6 ACP 24 97 9 SDC691 11D-6 11D-7 ACP 24 47 10 SDC692 11D-7 11D-82 ACP 24 210 11 SDC13887 11D-82 11D-83 ACP 24 50 12 SDC12897 11D-70 11D-8 RCP 18 178 13 SDC693 11D-8 11D-9 RCP 18 37 14 SDC694 11D-9 11D-69 RCP 18 175 15 SDC12896 11D-69 11D-59 RCP 18 45 CIP 6620 DocuSign Envelope ID: B67817C0-2372-456A-9D54-3C02F02041EF Work Order 2 CCTV Condition Assessment Program FY 2021-22 Inspection Issue Date: 04/16/21 16 SDC686 11D-5 11D-4 RCP 18 423 17 SDC687 11D-4 11D-3 RCP 18 101 18 SDC688 11D-3 11D-2 RCP 18 130 19 SDC689 11D-2 11D-1 RCP 18 55 20 SDC690 11D-1 11D-60 RCP 24 244 2682 Map 4 - Valewood Drainage Count Facility ID Access #1 Access #2 Material Diameter Length 1 SDC758 11B-20 11B-19 RCP 18 181 2 SDC759 11B-20 11B-21 RCP 18 58 3 SDC760 11B-20 11B-22 RCP 18 54 4 SDC761 11B-22 11B-23 RCP 24 184 5 SDC762 11B-23 11B-24 RCP 24 190 6 SDC763 11B-24 11B-25 RCP 36 100 7 SDC764 11B-25 11B-26 RCP 36 303 8 SDC765 11B-26 11B-27 RCP 36 237 9 SDC766 11B-27 11B-28 RCP 36 228 10 SDC767 11B-28 11B-30 RCP 36 276 11 SDC768 11B-29 11B-30 RCP 18 62 12 SDC769 11B-31 11B-30 RCP 18 90 13 SDC854 11B-30 11B-S202 RCP 36 120 14 SDP101562 11B-S202 11B-42 CMP?36 106 15 SDC779 11B-42 11B-41 RCP 36 100 16 SDC770 11B-32 11B-35 RCP 18 140 17 SDC771 11B-33 11B-34 RCP 18 44 18 SDC772 11B-34 11B-35 RCP 24 168 19 SDC773 11B-35 11B-36 RCP 24 171 20 SDC774 11B-36 11B-37 RCP 24 776 21 SDC775 11B-37 11B-38 RCP 24 146 22 SDC776 11B-38 11B-39 RCP 24 191 23 SDC777 11B-39 11B-40 RCP 24 269 24 SDC778 11B-41 11B-40 RCP 24 167 25 SDC780 11B-41 11B-45 RCP 36 308 26 SDC2962 11B-45 11B-47 RCP 60 28 27 SDC781 11B-45 11B-46 RCP 60 53 28 SDC783 11B-43 11B-J200 RCP 18 27 29 SDC782 11B-44 11B-J201 RCP 18 27 4804 Map 5 - Chestnut Drainage Count Facility ID Access #1 Access #2 Material Diameter Length 1 SDC2866 10C-12 10C-10 RCP 24 23 2 SDC2868 10C-10 10C-26 RCP 24 76 3 SDC2870 10C-27 10C-26 RCP 18 24 4 SDC2869 10C-26 10C-28 RCP 30 104 5 SDC2871 10C-29 10C-28 RCP 18 24 CIP 6620 DocuSign Envelope ID: B67817C0-2372-456A-9D54-3C02F02041EF Work Order 2 CCTV Condition Assessment Program FY 2021-22 Inspection Issue Date: 04/16/21 6 SDC2872 10C-28 10C-9 RCP 30 267 7 SDC2877 10C-30 10C-9 RCP 18 12 8 SDC2873 10C-9 10C-33 RCP 36 90 9 SDC2875 10C-32 10C-33 RCP 18 12 10 SDC2876 10C-31 10C-33 RCP 18 24 11 SDC2874 10C-33 10C-21 RCP 42 71 12 SDC2878 10C-21 10C-34 RCP 42 251 13 SDC2879 10C-34 10C-35 RCP 42 222 14 SDC2884 10C-22 10C-37 RCP 24 33 15 SDP100305 10C-68 10C-37 PVC 8 34 16 SDC2883 10C-37 10C-38 RCP 24 48 17 SDC2886 10C-40 10C-38 RCP 18 10 18 SDC2882 10C-38 10C-39 RCP 30 61 19 SDC2887 10C-41 10C-39 RCP 18 10 20 SDC2881 10C-39 10C-36 RCP 30 326 21 SDC2880 10C-36 10C-35 RCP 30 84 22 SDC2888 10C-35 10C-42 RCP 48 297 23 SDC2889 10C-44 10C-42 RCP 18 46 24 SDC2890 10C-42 10C-43 RCP 48 288 25 SDP101674 10C-S220 10C-43 RCP 18 44 26 SDC2891 10C-45 10C-43 RCP 18 46 27 SDC2892 10C-43 10C-5 RCP 48 176 28 SDC1569 10C-3 10C-5 RCP 18 31 29 SDC1570 10C-4 10C-5 RCP 18 20 30 SDC1571 10C-5 10C-7 RCP 48 168 31 SDP100434 10C-S211 10C-46 RCP 18 211 32 SDC2894 10C-47 10C-46 RCP 18 8 33 SDC2895 10C-48 10C-46 RCP 18 25 34 SDC2893 10C-46 10C-6 RCP 24 76 35 SDC2896 10C-49 10C-6 RCP 18 9 36 SDC1573 10C-8 10C-6 RCP 18 25 37 SDC1572 10C-6 10C-7 RCP 30 56 38 SDC2864 16A-27 16A-50 RCP 24 20 39 SDC2865 16A-28 16A-50 RCP 24 24 40 SDC1803 16A-50 16A-26 RCP 30 120 41 SDC1802 16A-25 16A-26 RCP 18 21 42 SDC1801 16A-26 16A-24 RCP 30 17 43 SDC1800 16A-24 16A-23 RCP 30 241 44 SDC1799 16A-23 16A-22 RCP 30 237 45 SDC1798 16A-21 16A-22 RCP 18 16 46 SDC1797 16A-22 16A-20 RCP 30 125 47 SDC2926 16A-18 16A-49 RCP 24 21 48 SDC2927 16A-19 16A-49 RCP 24 25 49 SDC1796 16A-49 16A-20 RCP 24 217 50 SDC2928 16A-20 16A-51 RCP 42 36 51 SDC2929 16A-51 16A-52 RCP 42 106 52 SDC2930 16A-52 10C-52 RCP 42 245 CIP 6620 DocuSign Envelope ID: B67817C0-2372-456A-9D54-3C02F02041EF Work Order 2 CCTV Condition Assessment Program FY 2021-22 Inspection Issue Date: 04/16/21 53 SDC2899 10C-52 10C-58 RCP 42 211 54 SDC2898 10C-58 10C-7 RCP 42 52 55 SDC2897 10C-50 10C-58 RCP 18 35 56 SDC1574 10C-7 10C-64 RCP 60 387.65 57 SDC13690 10C-62 10C-64 RCP 24 20 58 SDC13691 10C-63 10C-64 RCP 24 44 59 SDC13694 10C-64 10C-66 RCP 60 142 60 SDC13692 10C-67 10C-66 RCP 18 18 61 SDC13693 10C-65 10C-66 RCP 18 46 62 SDC13695 10C-66 10C-11 RCP 60 80 63 SDC1543 10C-11 16A-82 RCP 60 370 64 SDC3017 16A-81 16A-82 RCP 18 6 65 SDC1544 16A-7 16A-82 RCP 18 9 66 SDC1565 16A-16 16A-17 RCP 18 163 67 SDC1538 16A-13 16A-14 RCP 18 149 68 SDC1539 16A-14 16A-15 RCP 18 82 69 SDC1540 16A-11 16A-12 RCP 18 75 70 SDC1541 16A-10 16A-12 RCP 18 8 71 SDC1542 16A-12 16A-9 CMP?18 184 72 SDC1546 16A-9 16A-6 CMP?18 271 73 SDC1545 16A-6 16A-4 RCP 60 315 74 SDC1547 16A-3 16A-80 RCP 18 32 75 SDC3018 16A-80 16A-4 RCP 18 28 76 SDC1548 16A-5 16A-4 RCP 18 5 77 SDC1549 16A-4 16A-2 RCP 72 403 78 SDC1550 16A-2 15B-11 RCP 72 181 79 SDC2904 16A-57 15B-J200 RCP 18 15 80 SDC2902 15B-11 15B-55 RCB 8x3 32 81 SDC2906 9D-97 9D-96 RCP 18 18 82 SDC2907 9D-109 9D-96 RCP 28 18 83 SDC2905 9D-96 9D-100 RCP 30 250 84 SDC2913 9D-99 9D-100 RCP 18 32 85 SDC2914 9D-101 9D-100 RCP 18 16 86 SDC2909 9D-100 9D-102 RCP 36 150 87 SDC13112 9D-161 9D-102 RCP 18 4 88 SDC2910 9D-102 9D-103 RCP 36 163 89 SDC2915 9D-105 9D-103 RCP 18 50 90 SDC2911 9D-103 9D-104 RCP 42 111 91 SDC2912 9D-104 9D-107 RCP 54 49 92 SDC2917 9D-107 9D-108 RCP 54 434 93 SDC2918 9D-108 15B-53 RCP 54 466 94 SDP100306 15B-53 15B-S201 RCP 54 434 95 SDC2901 15B-S201 15B-55 RCP 54 26 10387.65 CIP 6620 DocuSign Envelope ID: B67817C0-2372-456A-9D54-3C02F02041EF Work Order 2 CCTV Condition Assessment Program FY 2021-22 Inspection Issue Date: 04/16/21 Map 6 - Rail Trail Trunk Line Count Facility ID Access #1 Access #2 Material Diameter Length 1 SDC9645 16C-86 16C-87 RCP 18 32 2 SDC1406 16C-21 16C-87 RCP 18 27 3 SDC9646 16C-87 16C-89 RCP 18 8 4 SDC9647 16C-89 16C-88 RCP 18 20 5 SDC9648 16C-88 16C-90 RCP 18 19 6 SDC9649 16C-90 16C-91 RCP 18 54 7 SDC9650 16C-91 16C-74 RCP 84 108 8 SDC2948 16C-74 16C-57 RCP 84 606 9 SDC2938 16C-58 16C-56 PVC 12 18 10 SDC2939 16C-1 16C-56 RCP 18 21 11 SDC2937 16C-56 16C-57 RCP 30 18 12 SDC2936 16C-57 16C-59 RCP 84 356 13 SDC2935 16C-59 16C-60 RCP 84 290 14 SDC2934 16C-60 16C-61 RCP 84 248 15 SDC2950 16C-72 16C-91 RCP 84 138 16 SDC9654 16C-84 16C-72 RCP 24 22 17 SDC2951 16C-72 16C-71 RCP 84 98 18 SDC2952 16C-71 16C-76 RCP 84 328 19 SDC13111 16C-76 16C-115 PVC 12 22 20 SDC2954 16C-76 16A-S202 RCP 84 442 21 SDC2953 16A-40 16A-S202 RCP 18 37 22 SDC2955 16A-S202 16A-78 RCP 84 612 23 SDC2957 16A-39 16A-78 RCP 24 20 24 SDC13755 16A-78 16A-101 RCP 84 612 25 SDC13740 16A-101 16A-99 RCP 84 397 26 SDC13739 16A-100 16A-99 PVC 12 31 27 SDC2956 16A-99 15B-55 RCP 84 291 4875 CIP 6620 DocuSign Envelope ID: B67817C0-2372-456A-9D54-3C02F02041EF Work Order 2 CCTV Condition Assessment Program FY 2021-22 Inspection Issue Date: 04/16/21 Map 7 - State Street Drainage Count Facility ID Access #1 Access #2 Material Diameter Length 1 SDP100848 9D-S425 9D-S427 RCP 18 200 2 SDC2533 9D-72 9D-70 RCP 18 87 3 SDP100949 9D-S427 9D-70 RCP 18 7 4 SDC2535 9D-70 9D-149 RCP 24 50 5 SDP101799 9D-S450 9D-S451 RCP 36 3 6 SDP101800 9D-S451 9D-148 RCP 36 121 7 SDP101801 9D-148 9D-149 RCP 36 150 8 SDC11603 9D-89 UNK RCP 15 107 9 SDC11604 9D-80 UNK RCP 15 29 10 UNK 9D-89 UNK CMP?8 ? 11 SDC2536 9D-80 9D-84 RCP 15 243 12 SDC2537 UNK 9D-94 RCP 18 9 13 SDP101803 9D-149 9D-S452 RCP 48 223 14 SDP101802 9D-S452 9D-69 RCP 18 3 15 SDP100586 9D-S406 9D-J407 RCP 18 10 16 SDC2537 9D-69 9D-S452 RCP 18 3 17 SDP101805 9D-S452 9D-S453 RCP 48 111 18 SDC2797 9D-94 9D-68 RCP 18 88 19 SDP101804 9D-68 9D-S453 RCP 18 8 20 SDP100556 9D-68 9D-S404 PVC 8 76 21 SDC2538 9D-68 9D-67 RCP 28 76 22 SDP101807 9D-S453 9D-S454 RCP 48 304 23 SDC2539 9D-68 9D-66 RCP 18 292 24 SDP101806 9D-66 9D-S454 RCP 18 10 25 SDC2547 9D-66 9D-47 RCP 18 187 26 SDP101808 9D-S455 9D-73 RCP 48 90 27 SDP101809 9D-S455 9D-73 RCP 48 85 28 SDC2545 9D-47 9D-J439 RCP 18 27 29 SDC2541 9D-50 9D-49 RCP 18 97 30 SDP101561 9D-50 9D-73 RCP 48 475 UP ID may be 9D-52 31 SDP101560 9D-50 9D-73 RCP 48 476 UP ID may be 9D-52 32 SDC2542 9D-49 9D-48 RCP 18 126 33 SDC2544 9D-48 9D-J441 RCP 18 181 34 SDC2546 9D-46 9D-J456 RCP 18 59 Confirm pipe is not extending north on Madison CIP 6620 DocuSign Envelope ID: B67817C0-2372-456A-9D54-3C02F02041EF Work Order 2 CCTV Condition Assessment Program FY 2021-22 Inspection Issue Date: 04/16/21 35 SDC2309 9D-38 9D-39 PVC 24 25 36 SDC2310 9D-39 9D-40 PVC 24 24 37 SDC2311 9D-39 9D-40 PVC 24 24 38 SDC2312 9D-39 9D-40 PVC 24 24 39 SDC2313 9D-40 9D-41 RCP 24 38 40 SDC2307 9D-37 9D-41 RCP 18 90 41 SDC2543 9D-41 9D-J442 RCP 24 230 42 SDC2794 9D-73 9D-91 RCP 66 23 43 SDC2549 9D-74 9D-91 RCP 18 13 44 SDC2795 9D-91 9D-92 RCP 66 11 45 SDC2550 9D-76 9D-75 RCP 18 41 46 SDC2551 9D-75 9D-92 RCP 18 6 47 SDC2548 9D-92 9D-78 RCP 66 156 48 SDC2552 9D-77 9D-78 RCP 18 40 49 SDC2854 9D-78 9B-42 RCP 66 702 50 SDC1836 9B-42 9B-2 RCP 24 10 51 SDC1835 9B-1 9B-2 RCP 24 12 52 SDC2855 9B-42 9B-4 RCP 66 193 53 SDC2791 9B-4 9B-43 RCP 66 179 54 SDC2525 9D-79 9B-S223 RCP 18 721 55 SDP101268 9B-S223 9B-21 RCP 18 8 56 SDC1841 9B-21 9B-S210 RCP 18 24 57 SDP100408 9B-S209 9B-S208 RCP 18 25 58 SDP100409 9B-S208 9B-S207 RCP 18 56 59 SDP100406 9B-S205 9B-S206 RCP 18 49 60 SDP100407 9B-S206 9B-S207 RCP 18 43 61 SDP100410 9B-S207 9B-S210 RCP 18 112 62 SDP100411 9B-20 9B-S210 RCP 24 17 63 SDP100412 9B-S210 9B-S211 RCP 36 221 64 SDP100413 9B-S211 9B-J212 RCP 36 181 65 SDC1838 9B-43 9B-6 RCP 66 311 66 SDP101546 9B-6 9B-S263 RCP 66 34 67 SDC1840 9B-S263 9B-7 RCP 66 476 68 SDP102554 9B-S136 9B-S135 RCP 66 476 69 SDP102553 9B-S135 9B-J134 PVC 8 21 70 SDC1843 9B-8 9B-7 RCP 18 47 71 SDC1867 9B-7 9B-S216 RCP 66 326 72 SDP101445 9B-S255 9B-38 RCP 48 217 73 SDP101447 9B-S257 9B-S258 RCP 24 32 74 SDP101448 9B-S258 9B-S259 RCP 24 12 9263 Map 8 Holly Brae/Alder Av CIP 6620 DocuSign Envelope ID: B67817C0-2372-456A-9D54-3C02F02041EF Work Order 2 CCTV Condition Assessment Program FY 2021-22 Inspection Issue Date: 04/16/21 Count Facility ID Access #1 Access #2 Material Diameter Length 1 SDP100106 11C-S200 11C-S201 RCP 12 27 2 SDP100107 11C-S201 11C-33 RCP 12 111 3 SDP100108 11C-S202 11C-S203 RCP 12 13 4 SDP100109 11C-S203 11C-33 RCP 12 15 5 SDC1687 11C-33 11C-15 ACP 12 132 6 SDC1688 11C-15 11C-32 ACP 18 219 7 SDP104021 11C-32 UNK UNK 18 126 643 Work Order Totals Diameter Segment Length Inch Count Feet 8 3 110 12 2 53 15 2 350 18 110 8128 24 49 5493 28 2 94 30 12 1888 36 17 2857 42 9 1305 48 15 3009 54 5 1409 60 7 1375 66 10 2411 72 2 584 84 8 2918 8x3 1 32 254 32,016 UNK NOTE: FACILITY ID SDP104021 length and alignment are only approximations.It is assumed that the diameter matches the upstream line. CIP 6620 DocuSign Envelope ID: B67817C0-2372-456A-9D54-3C02F02041EF *) *)*) *) *) *) *) *) *) §|B@ *)*)$1 $1 $1 $1 SI E R R A M O R E N A A V CHESTNUT AV OXFORD STAMES PL 11B-4 11B-6 11B-8 11B-5011B-48 11B-5111B-1 11B-211B-3 11B-5 11B-7 11B-9 11B-10 11A-30 11B-49 SDC750 SDC742SDC745 SDC748 SDC741 SDC744 SDC749 SDC740 SDC747 SDC1686SDC746 SDC743SDC9620 Legend Pipes To Be Televised Storm CleanoutCleanout Type $1 Cleanout "!±b Water Treatment UnitStorm Discharge PointStructureType *)Curb Outlet @Outfall BOutfall HeadwallStorm InletStructureType *)Inlet "?B Area Drain N Catch Basin ëRiser *)Curb Inlet §|HeadwallStorm PipeMaterial Asbestos Cement Pipe Corrugated Metal Pipe Cured-in-place Pipe High-density Polyethylene Polyvinyl Chloride Reinforced Concrete Box Reinforced Concrete Pipe Steel Storm Drain Condition Assessment FY 2021-22 Map 1 Chestnut-Sierra Morena Av S I E R R A M O R E N A A V I- 5 SR-78 SR-78 E B §¨¦I-5 §¨¦I-5 ³Feet010050 DocuSign Envelope ID: B67817C0-2372-456A-9D54-3C02F02041EF *) *) *) *) *)B$1 $1 $1 $1 C A R L S B A D VIL L A G E DRIVE VICTORIAAVSDC12888 SD C 1 8 6 SDC185 SDC 1 8 8 SDC192SDC189SD C 1 9 0 SDC187SDC19 1 12A-3812A-3912A-41 12A-42 12A-79 12A-4012A-43 12A-44 12A-45 12A-46 Storm Drain Condition Asssessment FY 2021-22 MAP 2 Victoria-CVD ELCAMI NOR E AL C AN N ONRD§¨¦I-5 SR-78 SR-78 E B ³ Legend Pipes To Be Televised Storm CleanoutCleanout Type $1 Cleanout "!±b Water Treatment UnitStorm Discharge PointStructureType *)Curb Outlet @Outfall BOutfall HeadwallStorm InletStructureType *)Inlet "?B Area Drain N Catch Basin ëRiser *)Curb Inlet §|HeadwallStorm PipeMaterial Asbestos Cement Pipe Corrugated Metal Pipe Cured-in-place Pipe High-density Polyethylene Polyvinyl Chloride Reinforced Concrete Box Reinforced Concrete Pipe Steel Feet 0 50 100 DocuSign Envelope ID: B67817C0-2372-456A-9D54-3C02F02041EF B@ @ @ @ @ *)*)B@ $1 $1 $1 $1 $1 $1 SUTTER ST TRIESTE DRLONGVIEW DR11D-2 11D-9 11C-1 11C-2 11C-3 11C-5 11D-1 11D-4 11D-5 11D-8 11D-70 11D-6 11D-7 11C-S210 11C-4 11D-3 11D-69 11D-80 11D-81 11D-82 Outfall 11C-29 11D-59 Outfall11D-60 Outfall11D-83 *) *)*) *)*) *)*) *)*) N *) *) *)N SDC633 SDC694 SDC13886 SDC688SDC1665 SDC12897SDP100610 SDC634 SDC693 SDC13887 SDC689 SDC635 SDC12896 SDC691 SDC1666 SDC687 SDC692 SDC13885 SDC690 SDC686 SALIS B U R Y D R Legend Pipes To Be Televised Storm InletStructureType *)Inlet "?B Area Drain N Catch Basin ëRiser *)Curb Inlet §|Headwall Storm Discharge PointStructureType *)Curb Outlet @Outfall BOutfall Headwall Storm CleanoutCleanout Type $1 Cleanout "!±b Water Treatment Unit Storm PipeMaterial Asbestos Cement Pipe Corrugated Metal Pipe Cured-in-place Pipe High-density Polyethylene Polyvinyl Chloride Reinforced Concrete Box Reinforced Concrete Pipe Steel Storm Drain Condition Assessment FY 2021-22 Map 3 Trieste Dr. /Longview Dr./Sutter St.EL CAMINO REALCANNONRD§¨¦I-5EL C A MI NO REAL SR-78 §¨¦I-5 ³³ ³Feet010050 DocuSign Envelope ID: B67817C0-2372-456A-9D54-3C02F02041EF *)*) *) *) *) *) *) *) *)*)*) N *) *) §|B$1 $1 $1 $1 $1 $1 $1 $1 $1 $1 $1$1 $1 $1 Outfall11B-46 VALEWOOD A V 11B-22 11B-2311B-2511B-26 11B-27 11B-28 11B-3511B-36 11B-38 11B-39 11B-4011B-41 Cleanout11B-45 11B-S202 11B-1911B-20 11B-21 11B-24 11B-29 11B-30 11B-31 11B-32 11B-3311B-3411B-37 11B-4211B-43 11B-44 11B-47 SDC783 SDC759 SDC781 SDC2962 SDC782 SDC760 SDC771 SDC768 SDC763 SDC779 SDP10156 2 SDC854 SDC769 SDC770SDC775SDC778 SDC758 SDC772SD C 7 7 4SDC776 SDC773 S D C 762 SDC761SDC766 SDC765SDC777 SDC767 SDC764SDC780 11B-J200 11B-J201 PO IN T REYES C T PONTIAC DR LY O N S C T CHESTNUT AV YORK RD AVALON AV L A R E DO S T OXFORD STCARMEL DRSAUSALITO AVATHENS AVStorm Drain Condition Assessment FY 2021-22 Map 4 Valewood AV §¨¦I-5 CANNONRD§¨¦I-5 ELCAMI NOREAL ³ Legend Pipes To Be Televised Storm CleanoutCleanout Type $1 Cleanout "!±b Water Treatment UnitStorm Discharge PointStructureType *)Curb Outlet @Outfall BOutfall Headwall Storm InletStructureType *)Inlet "?B Area Drain N Catch Basin ëRiser *)Curb Inlet §|HeadwallStorm Pipe Material Asbestos Cement Pipe Corrugated Metal Pipe Cured-in-place Pipe High-density Polyethylene Polyvinyl Chloride Reinforced Concrete Box Reinforced Concrete Pipe Steel Feet010050 DocuSign Envelope ID: B67817C0-2372-456A-9D54-3C02F02041EF N N *) *) N N N N N *) N *)B$1 $1 $1 $1 $1 $1 $1 $1 $1 $1 !!!! !! !!!! !!16C-7116C-84ACACIA AVJUNIPER AVCHESTNUTAVREDWOOD AV R O O S E V E L T S T J E F F E RSON S T MAGNOLIA AV 16C-8616C-21CHINQUAPIN AVCHINQU API N A V SDC294816C-74SDC9650SDC2934 16C-60SDC2935 16C-59 SDC2936 16C-57SDC293716C-58SDC2938SDC2939 16C-1 16C-76 16C-115 16A-99 16A-100 16A-10116A-40 16A-39 16C-56SDC9646 SDC1406 SDC9648SDC9654SDC9645SDC13755 SDC9649SDC9647 SDC13111 SDC13739 SDC2957 SDC2953SDC9707 SDC2951 SDC2950SDC2956SDC2952SDC13740SDC2954SDC295515B-5716A-7815B-5516A-S202 16C-7216C-91TAMARACK AVC A R L S B A D B L 16C-8916C-8716C-8816C-9016C-61 LegendPipes To Be Televised Storm JunctionJunctionType !!Junction ±EndCapStorm CleanoutCleanout Type $1 Cleanout "!±b Water Treatment UnitStorm Discharge PointStructureType *)Curb Outlet @Outfall BOutfall HeadwallStorm InletStructureType *)Inlet "?B Area Drain N Catch Basin ëRiser *)Curb Inlet §|HeadwallStorm PipeMaterial Asbestos Cement PipeCorrugated Metal PipeCured-in-place PipeHigh-density Polyethylene Polyvinyl ChlorideReinforced Concrete Box Reinforced Concrete PipeSteel Storm Drain Condition Assessment FY 2021-22 Map 6 Rail Trail Trunk Line \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\CANNON R D §¨¦I-5 §¨¦I-5 C O A S T E R ³Feet010050 DocuSign Envelope ID: B67817C0-2372-456A-9D54-3C02F02041EF N N N *) *) $1 SDP1040 2 1 UNK UNK UNK N ALDER A V H O L L Y B R A E L N 11C-S201 11C-15 11C-S20 2 11C-S203 11C-33 11C-S200 SDP1001 0 8 SDP100109 SDP100106 SDP100107 SDC1687 SDC1688 11C-32 N Legend Pipes To Be Televised Storm InletStructureType *)Inlet "?B Area Drain N Catch Basin ëRiser *)Curb Inlet §|HeadwallStorm Discharge PointStructureType *)Curb Outlet @Outfall BOutfall HeadwallStorm CleanoutCleanout Type $1 Cleanout "!±b Water Treatment Unit Storm PipeMaterial Asbestos Cement Pipe Corrugated Metal Pipe Cured-in-place Pipe High-density Polyethylene Polyvinyl Chloride Reinforced Concrete Box Reinforced Concrete Pipe Steel Storm Drain Condition Assessment FY 2021-22 Map 8 Holly Brae Ln/Alder Ave HOL L Y B R A E L N £¤SR-78 §¨¦I-5 ELCAMI NO REAL ³Feet010050 DocuSign Envelope ID: B67817C0-2372-456A-9D54-3C02F02041EF M A D I S O N S T 10C-63 MAGNOLIA AVPINE AVOAK AVCHESTNUT AV CHESTN U T A V SDC1541 SDC1798 SDC1801SDC1573SDC2894SDC2906 SDC1544SDC2876SDC 2 8 6 5SDC1547SDC2927SDC2907SDP100305SDC3018SDC1569SDC2897SDC2913SDC2884SDC2902SDC13693 SDC13691SDC2891S D C 2 8 8 2 SDC1572SDC2874S D C 1 3 6 9 5 SDC2893 S D C 2 8 6 8 S D C 2 9 1 1 SDC2929 SDC1797 S D C 1 8 0 3 S D C 2 9 0 9 SDC1574SDC1571SDC2892SDP100434SDC1548S D C 1 3 1 1 2 S D C 2 8 8 7 S D C 2 8 8 6 SDC3017SDC13690SDC2877SDC13692SDC2864SDC2904SDC2895SDC2875SDC2914 SDC2896 S D C 2 8 7 0 SDC2866S D C 2 8 7 1 SDC1570SD C 1 8 0 2SDC2901SDC2926 SDC2928SDP101674SDC2889S D C 2 8 8 3 SDC1540SDC2898SDC2912SDC2915SDC3016S D C 2 8 7 3 S D C 2 8 8 0 SDC1539S D C 2 8 6 9 SDC1538S D C 1 3 6 9 4 SDC1565 S D C 2 9 1 0 S D C 1 5 5 0 SDC1796SDC2899S D C 2 8 7 9 SDC1800SDC1542SDC1799SDC2930S D C 2 9 0 5 S D C 2 8 7 8 S D C 1 5 4 6 S D C 2 8 7 2 S D C 2 8 9 0SDC2888 S D C 1 5 4 3 S D C 1 5 4 5 S D C 2 8 8 1 S D C 1 5 4 9 S D C 2 9 1 7 S D P 1 0 0 3 0 6 S D C 2 9 1 8 10C-12 15B-S20115B-1110C-610C-4316A-49 1 0 C - 3 9 10C-22 16A-18 10C-37 10C-46 10C-10 16A-221 0 C - 1 110C-3410C-716A-261 6 A - 2 1 0 C - 9 10C-42 16A-209D-9615B-551 0 C - 3 810C-331 0 C - 2 6 10C-S22016A-23 16A-51 16A-19 16A-12 10C-516A-416A-52 16A-50 9 D - 1 0 2 16A-910C-3516A-1416A-69D-10316A-24 1 0 C - 3 6 1 0 C - 2 8 10C-S2119D-10010C-5210C-2110C-48 16A-2716A-316A-819D-10910C-47 16A-510C-319D-9710C-49 1 0 C - 2 9 15B-5316A-2110C-6510C-68 16A-2816A-710C-3016 A - 2 516A-8010C-44 16A-131 0 C - 4 1 9D-10510C-629 D - 1 6 1 1 0 C - 2 7 16A-1610C-6710C-509D-10716A-11 16A-5710C-310C-89D-991 0 C - 4 0 10C-4510C-49D-1049D-10110C-329D-10816A-10 16A-1516A-17 10C-6410C-5816 A - J 2 5 716A-8215B-J20010C-66Legend Pipes To Be Televised !P Storm JunctionStorm CleanoutCleanout Type $1 Cleanout "!±b Water Treatment UnitStorm Discharge PointStructureType *)Curb Outlet @Outfall BOutfall HeadwallStorm InletStructureType *)Inlet "?B Area Drain N Catch Basin ëRiser *)Curb Inlet §|HeadwallStorm PipeMaterial Asbestos Cement Pipe Corrugated Metal Pipe Cured-in-place Pipe High-density Polyethylene Polyvinyl Chloride Reinforced Concrete Box Reinforced Concrete Pipe Steel §¨¦I- 5§¨¦I- 5 Storm Drain Condition Assessment FY 2021-22 MAP 5 Chestnut AV ¹0 340 680 1,020 1,360170 Feet DocuSign Envelope ID: B67817C0-2372-456A-9D54-3C02F02041EF 9B-19B-S210SDP101802LAGUNA DR GRAND AVJ E F F E R S O N S TCHRISTIANSEN WY M A D I S O N S T J E F F E R S O N S T W A S H I N G T O N S T R O O S E V E L T S T M A D I S O N S T S T A T E S T CARLSBAD VILLAGE DRCARLSBADBLSDC1835SDP101448 SDP10084 9 SDC2794SDP100411SDC2309SDC2312SDC2310SDC2549SDC11604SDP101546SDP101447 SDC2550SDC2538SDC2535SDP100407 SDC2552SDP100406SDP100409SDC2546SDP102554SDP100556 SDP101809SDP101808SDC2307SDC2797SDP101800SDC2544SDC2542SDP101801SDC2537SDC2551SDP101268SDC2313SDP101799SDC1836SDC2795SDP100586SDP101804SDP101806SDP102553SDC2311SDC1841SDC2545SDP100408SDC2533SDC1843 SDC11603SDP101805SDP100410SDC2541SDC2547SDC2548SDC2791SDP100413SDC2855 SDC2543SDP100848SDP100412SDP101803SDC2536SDP101445SDP101807SDC2539SDC1838SDC1867SDC1840 SDP101561SDP101560S D C 2 5 2 5SDC2854 9D-409D-689D-S4529D-S4279D-809D-S4559B-S2639B-S2089D-419D-S4539B-S2559D-S4519D-509B-79D-S4549D-1499B-S2119D-739B-S2079D-S4259B-S2239D-399B-4 9D-709B-S2059D-769B-S2069D-749D-679B-S1369D-699B-S2099D-72 9D-779B-S258 9D-489D-479D-S4069D-S404 9D-1489D-759B-29B-209B-S1359B-69D-499D-669B-89D-S4509D-379D-389B-S257 9D-469B-219D-799D-789D-J4569D-J4399D-919D-929B-439B-J2129D-J4079D-J4419D-949B-429D-J4429D-J4409B-J1349B-S2169B-S259 9B-38Legend Pipes To Be Televised Pipes To Be Televised !P Storm JunctionStorm CleanoutCleanout Type $1 Cleanout "!±b Water Treatment UnitStorm Discharge PointStructureType *)Curb Outlet @Outfall BOutfall HeadwallStorm InletStructureType *)Inlet "?B Area Drain N Catch Basin ëRiser *)Curb Inlet §|HeadwallStorm PipeMaterial Asbestos Cement Pipe Corrugated Metal Pipe Cured-in-place Pipe High-density Polyethylene Polyvinyl Chloride Reinforced Concrete Box Reinforced Concrete Pipe Steel Storm Drain Condition Assessment FY 2021-22 Map 7 State Street §¨¦I-5 §¨¦I-5CARLSBAD VILLAGE DR³³ ³220 0 220 440 660110Feet DocuSign Envelope ID: B67817C0-2372-456A-9D54-3C02F02041EF ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTR INSD WVD PRODUCER CONTACTNAME:FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person) $OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A(Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIODINDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement onthis certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 11/12/2020 License # 0C36861 (619) 849-3871 (619) 699-2163 25682 DownStream Services, Inc.2855 Progress Place Escondido, CA 92029 25674 00000 A 1,000,000 X DT22-CO-8L890612-TCT-20 11/15/2020 11/15/2021 300,000 Owners & Contractor 10,000 EBL, Blkt AI,WOS,Pri 1,000,000 2,000,000 2,000,000 Deductible 5,000 1,000,000B X 810-8L837211-20-26-G 11/15/2020 11/15/2021 Comp/Coll Ded 1,000 10,000,000B CUP-8L903833-20-26 11/15/2020 11/15/2021 10,000,000 10,000 10,000,000 B X UB-3R104531-20-26-G 10/24/2020 10/24/2021 1,000,000 1,000,000 1,000,000 C Professional Liabili PGIARK04332-06 11/15/2020 11/15/2021 Each Claim/Gen. Agg.1,000,000 Re: All Operations. Certificate Holder is named as Additional Insured. Cancellation clause applies per attached endorsement. Waiver of Subrogation applies. City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 4668 - ECM #35050 New York, NY 10163 DOWNSER-01 SVULLI San Diego-Alliant Insurance Services, Inc.701 B St 6th FlSan Diego, CA 92101 Norma Figueroa nfigueroa@alliant.com Travelers Indemnity Company of Connecticut Travelers Property Casualty Company of America Lloyd's of London PRO-COM OPE AGG X X X X X X X XX X X X PSA19-712TRAN City Attorney Approved Version 1/30/13 1 AMENDMENT NO. 2 TO EXTEND AGREEMENT FOR FISCAL YEAR 18-19 STORM DRAIN CONDITION ASSESSMENT DOWNSTREAM SERVICES, INC. This Amendment No. 2 is entered into and effective as of the _______ day of ___________________________, 2021, extending the agreement dated February 22, 2019 (the “Agreement”) by and between the City of Carlsbad, a municipal corporation, ("City"), and Downstream Services, Inc., a California corporation, (“Contractor") (collectively, the “Parties”) for closed circuit television (CCTV) and Pipeline Assessment Certification Program (PACP) evaluation condition assessment of City storm drain infrastructure. RECITALS A. On February 6, 2020, the Parties executed Amendment No. 1 to the Agreement to extend for a period of one (1) year ending on February 22, 2021; and B. The Parties desire to extend the Agreement through November 30, 2021; and NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. That the Agreement, as may have been amended from time to time, is hereby extended to November 30, 2021. 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. /// /// /// /// /// /// /// /// /// DocuSign Envelope ID: C7CE180D-1DD0-44D2-962C-13F40C60AABF 26th January PSA19-712TRAN City Attorney Approved Version 1/30/13 2 4. The individuals executing this Amendment 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 Amendment. CONTRACTOR DOWNSTREAM SERVICES, INC., a California corporation CITY OF CARLSBAD, a municipal corporation of the State of California By: By: (sign here) Geoff Patnoe, Assistant City Manager as authorized by the City Manager Wilma Roberts, President & Secretary (print name/title) ATTEST: By: (sign here) for Barbara Engleson, City Clerk (print name/title) If required by City, proper notarial acknowledgment of execution by Contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups: Group A Group B Chairman, President, or Vice-President Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: _____________________________ Assistant City Attorney DocuSign Envelope ID: C7CE180D-1DD0-44D2-962C-13F40C60AABF ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTR INSD WVD PRODUCER CONTACTNAME:FAXPHONE(A/C, No):(A/C, No, Ext):E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person) $OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A(Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIODINDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZEDREPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement onthis certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 11/12/2020 License # 0C36861 (619) 849-3871 (619) 699-2163 25682 DownStream Services, Inc.2855 Progress PlaceEscondido, CA 92029 25674 00000 A 1,000,000 X DT22-CO-8L890612-TCT-20 11/15/2020 11/15/2021 300,000 Owners & Contractor 10,000 EBL, Blkt AI,WOS,Pri 1,000,000 2,000,000 2,000,000 Deductible 5,000 1,000,000B X 810-8L837211-20-26-G 11/15/2020 11/15/2021 Comp/Coll Ded 1,000 10,000,000B CUP-8L903833-20-26 11/15/2020 11/15/2021 10,000,000 10,000 10,000,000 B X UB-3R104531-20-26-G 10/24/2020 10/24/2021 1,000,000 1,000,000 1,000,000 C Professional Liabili PGIARK04332-06 11/15/2020 11/15/2021 Each Claim/Gen. Agg.1,000,000 Re: All Operations.Certificate Holder is named as Additional Insured. Cancellation clause applies per attached endorsement. Waiver of Subrogation applies. City of Carlsbad/CMWDc/o EXIGIS Insurance Compliance ServicesP.O. Box 4668 - ECM #35050New York, NY 10163 DOWNSER-01 SVULLI San Diego-Alliant Insurance Services, Inc.701 B St 6th FlSan Diego, CA 92101 Norma Figueroa nfigueroa@alliant.com Travelers Indemnity Company of Connecticut Travelers Property Casualty Company of America Lloyd's of London PRO-COM OPE AGG X X X X X X X XX X X X © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTEDEACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $ UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PERSTATUTE OTH-ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe underDESCRIPTION OF OPERATIONS below (Mandatory in NH)OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNEDAUTOSAUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIODINDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSDADDL WVDSUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZEDREPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject tothe terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to thecertificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Acct#:2524781 4/29/2020 Willis of Greater Kansas City Inc.844-290-49085700 W 112th Street, Ste. 100 Overland Park, KS 66211 BBSIcerts@locktonaffinity.com Ace American Insurance Co.22667 Barrett Business Services, Inc.L/C/F DOWNSTREAM SERVICES, INC.2855 PROGRESS PLACEESCONDIDO, CA 92029 A X C66395960 5/1/2020 5/1/2021 X 2,000,000 2,000,000 2,000,000 Policy State = CA Waiver of Subrogation in favor of certificate holder when required by written contract ALL CA OPERATIONS City Of Carlsbad/CMWDDBA: C/o EXIGIS Insurance Compliance ServicesP.O. Box 4668 - ECM #35050New York, NY 10163-4668 Workers' Compensation and Employers' Liability Policy Named Insured Endorsement Number Policy Number Symbol: Number: Policy Period TO Effective Date of Endorsement Issued By (Name of the Insurance Company) Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. CALIFORNIA WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because California is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule, where you are required by a written contract to obtain this waiver from us. You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. Schedule 1.( ) Specific Waiver Name of person or organization: ( ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2.Operations: 3. Premium: The premium charge for this endorsement shall be percent of the California premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4.Minimum Premium: _______________________________________ Authorized Agent WC 99 03 22 Barrett Business Services, Inc. L/C/F DOWNSTREAM SERVICES, INC. 2855 PROGRESS PLACE ESCONDIDO, CA 92029 C66395960 5/1/2020 5/1/2021 5/1/2020 Ace American Insurance Co. X INCLUDED INCLUDED PSA19-712TRAN City Attorney Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 4 PROJECT NO. 6620 This fourth Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between DownStream Services, Inc., a California corporation, ("Contractor") and the City of Carlsbad, ("City") dated February 22, 2019, (the “Agreement”), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide CCTV Inspection in accordance with the City of Carlsbad Engineering Standards, 2016 Edition, the Standard Specifications for Public Works Construction, 2018 Edition and the supplements thereto as published by the “Green Book” Committee of Public Works Standards and the proposal dated September 15, 2020, (“proposal”), attached as Appendix "A" for the Trieste Drive Storm Drain System, (the “Project"). The Project services shall include: provide closed circuit television (CCTV) inspection, traffic control and Pipeline Assessment Certification Program (PACP) scoring for the Trieste Drive Storm Drain System. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within five (5) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within forty (40) working days thereafter. Working days are defined in section 6-7.2 "Working Day" of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on work days. Appendix "A", attached, prepared by Contractor and reviewed by City, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix “A”, then the Contractor shall only invoice the City for work actually DocuSign Envelope ID: 53C9D573-1E12-4040-88A5-1B74BB475E96 October 5, 2020 PSA19-712TRAN City Attorney Approved Version 7/19/17 2 performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $1,698. 4. PREVAILING WAGE RATES Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// DocuSign Envelope ID: 53C9D573-1E12-4040-88A5-1B74BB475E96 PSA19-712TRAN City Attorney Approved Version 7/19/17 3 TABLE 1 FEE ALLOTMENT CCTV INSPECTION, TRAFFIC CONTROL IMPLEMENTATION, PACP SCORING TASK GROUP TIME & MATERIALS Provide CCTV inspection, traffic control and PACP scoring for Trieste Drive Storm Drain System $1,698 TOTAL (Not-to-Exceed) $1,698 CONTRACTOR DownStream Services, Inc. (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Wilma G. Roberts, President & Secretary (print name/title) (print name/title) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column 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. CITY OF CARLSBAD, a municipal corporation of the State of California By: _______________________________________ Date: _________________________ Paz Gomez, Deputy City Manager, Public Works APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ____________________________ Assistant City Attorney DocuSign Envelope ID: 53C9D573-1E12-4040-88A5-1B74BB475E96 October 5, 2020 APPENDIX "A" SCOPE OF SERVICES DocuSign Envelope ID: 53C9D573-1E12-4040-88A5-1B74BB475E96 Contractor's License #807953 DIR Registration #1000004632 To:Date: Attn:Job Name: Address:Jobsite Addres Email: ITEM QTY UNIT PRICE TOTAL 1 1.00 HR $ 100.00 $ 100.00 2 4.00 HR $ 231.00 $ 924.00 3 4.00 HR $ 156.00 $ 624.00 4 1.00 HR $ 50.00 $ 50.00 5 $ - 6 $ - 7 $ - 8 $ - 9 $ - 10 $ - We propose to furnish material and labor - complete in accordance with the above specifications, for the sum of: $1,698.00 2855 Progress Place, Escondido, CA 92029 O: (760) 746-2544 | F: (760) 746-2667Kim Carr | M: (760) 497-6879 24 hr notification prior to mobilization will be provided.Pipeline cleaning. Confined Space Entries are not anticipated. If camera becomes lodged in line (s) this indicates structural deficiency and removal will be done on T&M basis. Delays beyond our control will be invoiced at listed hourly rates for men and Access (Client shall provide adequate access). Plugging, flow diversion, bypass pumping and operating pump stations. Permits, licenses and performance bonds. Bonds, permits or agency fees.Traffic control. (per WATCHBOOK Manual) City, state or federal fees or permits. Assumptions:Exclusions: State prevailing rate of pay. CCTV TC Technician *Line Items 1-4 per contract terms list in Master Agreement PSA19- 712TRAN KimC@downstreamservices.com Notes: 9/15/2020 Data Analyst Report and Deliverables * Half day work - 18" storm drain pipes (307 LF) City of Carlsbad Scott Lyle, PE, CFM, QSD/P Master Agreement PSA19-712TRAN DESCRIPTION 1635 Faraday Avenue, Carlsbad, CA 92008 Trieste Drive Project Manager CCTV Operator and Equipment Page 1 of 1 DocuSign Envelope ID: 53C9D573-1E12-4040-88A5-1B74BB475E96 Count Faciltiy ID Access #1 Access #2 Material Diameter Length 1 SDC636 11D-75 11D-76 RCP 18 57 2 SDC1662 11D-76 11C-38 RCP 18 250 307 CCTV Condition Assessment Program FY 20-21 Inspection Trieste Drive Outfall Work Order #4 DocuSign Envelope ID: 53C9D573-1E12-4040-88A5-1B74BB475E96 *)*) @ T R I E S T E D R I V E 11D-7511D-76 SDC636 SDC166211C-38 Legend Pipes To Be Televised Storm InletStructureType *)Inlet "?B Area Drain N Catch Basin ëRiser *)Curb Inlet §|Headwall Storm Discharge PointStructureType *)Curb Outlet @Outfall BOutfall Headwall Storm CleanoutCleanout Type $1 Cleanout "!±b Water Treatment Unit Storm PipeMaterial Asbestos Cement Pipe Corrugated Metal Pipe Cured-in-place Pipe High-density Polyethylene Polyvinyl Chloride Reinforced Concrete Box Reinforced Concrete Pipe Steel Storm Drain Condition Assessment FY 20-21 Trieste Drive Outfall Work Order #4 TRIESTE DR0 50 10025 Feet ³³ DocuSign Envelope ID: 53C9D573-1E12-4040-88A5-1B74BB475E96 © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTEDEACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $ UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PERSTATUTE OTH-ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe underDESCRIPTION OF OPERATIONS below (Mandatory in NH)OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNEDAUTOSAUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIODINDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSDADDL WVDSUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZEDREPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject tothe terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to thecertificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Acct#:2524781 4/29/2020 Willis of Greater Kansas City Inc.844-290-49085700 W 112th Street, Ste. 100 Overland Park, KS 66211 BBSIcerts@locktonaffinity.com Ace American Insurance Co.22667 Barrett Business Services, Inc.L/C/F DOWNSTREAM SERVICES, INC.2855 PROGRESS PLACEESCONDIDO, CA 92029 A X C66395960 5/1/2020 5/1/2021 X 2,000,000 2,000,000 2,000,000 Policy State = CA Waiver of Subrogation in favor of certificate holder when required by written contract ALL CA OPERATIONS City Of Carlsbad/CMWDDBA: C/o EXIGIS Insurance Compliance ServicesP.O. Box 4668 - ECM #35050New York, NY 10163-4668 Workers' Compensation and Employers' Liability Policy Named Insured Endorsement Number Policy Number Symbol: Number: Policy Period TO Effective Date of Endorsement Issued By (Name of the Insurance Company) Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. CALIFORNIA WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because California is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule, where you are required by a written contract to obtain this waiver from us. You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. Schedule 1.( ) Specific Waiver Name of person or organization: ( ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2.Operations: 3. Premium: The premium charge for this endorsement shall be percent of the California premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4.Minimum Premium: _______________________________________ Authorized Agent WC 99 03 22 Barrett Business Services, Inc. L/C/F DOWNSTREAM SERVICES, INC. 2855 PROGRESS PLACE ESCONDIDO, CA 92029 C66395960 5/1/2020 5/1/2021 5/1/2020 Ace American Insurance Co. X INCLUDED INCLUDED PSA19-712TRAN City Attorney Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 3 PROJECT NO. 6620 This third Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Downstream Services Inc., a California corporation, ("Contractor") and the City of Carlsbad, ("City") dated February 22, 2019, (the “Agreement”), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide CCTV Inspection in accordance with the City of Carlsbad Engineering Standards, 2016 Edition, the Standard Specifications for Public Works Construction, 2018 Edition and the supplements thereto as published by the “Green Book” Committee of Public Works Standards and the proposal dated August 11, 2020, (“proposal”), attached as Appendix "A" for the Merwin Drive Storm Drain System, (the “Project"). The Project services shall include CCTV inspection, traffic control and PACP scoring for the Merwin Drive Storm Drain System. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within five (5) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within forty (40) working days thereafter. Working days are defined in section 6-7.2 "Working Day" of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on work days. Appendix "A", attached, prepared by Contractor and reviewed by City, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix “A”, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $1,698. DocuSign Envelope ID: F5267CA9-E4DB-4986-98D9-055CB77C7105 August 27, 2020 PSA19-712TRAN City Attorney Approved Version 7/19/17 2 4. PREVAILING WAGE RATES Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// DocuSign Envelope ID: F5267CA9-E4DB-4986-98D9-055CB77C7105 PSA19-712TRAN City Attorney Approved Version 7/19/17 3 TABLE 1 FEE ALLOTMENT CCTV INSPECTION, TRAFFIC CONTROL IMPLEMENTATION, PACP SCORING TASK GROUP TIME & MATERIALS Provide CCTV inspection,traffic control and PACP scoring for Merwin Drive Storm Drain System $1,698 TOTAL (Not-to-Exceed) $1,698 CONTRACTOR Downstream Services, Inc. (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Wilma G. Roberts, President & Secretary (print name/title) (print name/title) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column 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. CITY OF CARLSBAD, a municipal corporation of the State of California By: _______________________________________ Date: _________________________ Paz Gomez, Deputy City Manager, Public Works APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ____________________________ Assistant City Attorney DocuSign Envelope ID: F5267CA9-E4DB-4986-98D9-055CB77C7105 August 27, 2020 APPENDIX "A" SCOPE OF SERVICES DocuSign Envelope ID: F5267CA9-E4DB-4986-98D9-055CB77C7105 Contractor's License #807953 DIR Registration #1000004632 To:Date: Attn:Job Name: Address:Jobsite Address: Email: ITEM QTY UNIT PRICE TOTAL 1 1.00 HR $ 100.00 $ 100.00 2 4.00 HR $ 231.00 $ 924.00 3 4.00 HR $ 156.00 $ 624.00 4 Data Analyst Report and Deliverables 1.00 HR $ 50.00 $ 50.00 5 $ - 6 $ - 7 $ - 8 $ - 9 $ - 10 $ - We propose to furnish material and labor - complete in accordance with the above specifications, for the sum of: $1,698.00 2855 Progress Place, Escondido, CA 92029O: (760) 746-2544 | F: (760) 746-2667 Kim Carr | M: (760) 497-6879 24 hr notification prior to mobilization will be provided. Confined Space Entries are not anticipated. Access (Client shall provide adequate access). If jetter head or camera becomes lodged in line (s) this indicates structural deficiency and removal will be done on T&M basis. Removal or relocation of existing utilities. Plugging, flow diversion, bypass pumping and operating pump stations.Traffic control. Pipeline cleaning. Assumptions:Exclusions: State prevailing rate of pay. CCTV TC Technician * Per contract terms list in Master Agreement PSA19-712TRAN KimC@downstreamservices.com 8/11/2020 * Half day work - 18" storm drain pipes (377 LF) City of Carlsbad Scott Lyle, PE, CFM, QSD/P Master Agreement PSA19-712TRAN DESCRIPTION 1635 Faraday Avenue, Carlsbad, CA 92008 Marvin Drive Storm Drain System Daniel.Zimny@calsbadca.gov Project Manager CCTV Operator and Equipment Page 1 of 1 DocuSign Envelope ID: F5267CA9-E4DB-4986-98D9-055CB77C7105 *)*) N B$1 $1 SDC2589 SDC446 SDC447 18C-32 18C-33 18C-14 18C-40CANNON ROADMERWIN DRIVESDC444SDC445 18C-1218C-13 Legend Pipes To Be Televised Storm Inlet StructureType *)Inlet "?B Area Drain N Catch Basin ëRiser *)Curb Inlet §|Headwall Storm Discharge Point StructureType *)Curb Outlet @Outfall BOutfall Headwall Storm Cleanout Cleanout Type $1 Cleanout "!±b Water Treatment Unit Storm Pipe Material Asbestos Cement Pipe Corrugated Metal Pipe Cured-in-place Pipe High-density Polyethylene Polyvinyl Chloride Reinforced Concrete Box Reinforced Concrete Pipe Steel Storm Drain Condition Assessment FY 20-21 Merwin Drive Outfall Work Order #3 MERWIN DR³³ ³ 0 90 18045 Feet DocuSign Envelope ID: F5267CA9-E4DB-4986-98D9-055CB77C7105