Loading...
Performance Pipeline Technologies (Apr 2014) CM' CITY OF RANCHO PALOS VERDES MAINTENANCE AGREEMENT THIS AGREEMENT ("Agreement") is made and entered this 7t" day of April, 2014, by and between the CITY OF RANCHO PALOS VERDES, a California municipal corporation ("City") and Performance Pipeline Technologies ("Contractor"). In consideration of the mutual covenants hereinafter set forth, the parties hereto agree as follows: 1. Scope of Services. Contractor shall perform the work and provide all labor, materials, equipment and services in a good and workmanlike manner for the project identified as Abalone Cove Sewer Cleaning and Inspection ("Project"), as described in this Agreement and in the Bid Documents (including the Scope of Work, Plan Sheets and all addenda as prepared prior to submitting his or her proposal setting forth any modifications or interpretations of any said documents), which are attached hereto as Exhibit "A" and incorporated herein by this reference, including miscellaneous appurtenant work. All work shall be performed in accordance with the latest edition of the Standard Specifications for Public Works Construction (commonly known as the "Greenbook"), including supplements, prepared and promulgated by the Southern California Chapter of the American Public Works Association and the Associated General Contractors of California (collectively "Standard Specifications"), which is incorporated herein by this reference. In the event of any conflict between the terms of this Agreement and incorporated documents, the terms of this Agreement shall control. 2. Extra Work. Extra work, when ordered in writing by the Director of Public Works and accepted by the Contractor, shall be paid for under written work order in accordance with the terms therein provided. Payment for extra work will be made at the unit price or lump sum previously agreed upon in writing between the Contractor and the Director of Public Works.All extra work shall be adjusted daily upon report sheet furnished by the Contractor, prepared by the Director of Public Works, and signed by both parties, and said daily report shall be considered thereafter the true records of extra work done. 3. Term. This Agreement shall commence on December 9, 2013, and shall remain in effect until the tasks described herein are completed to the City's approval, but in no event later than June 30, 2014, unless sooner terminated pursuant to Section 11 of this Agreement. 4. Time. Time is of the essence in this Agreement. 5. Force Majeure. Neither the City nor Contractor shall be responsible for delays in performance under this Agreement due to causes beyond its control, including but not limited to acts of God, acts of the public enemy, acts of the Government, fires, floods or other casualty, epidemics, earthquakes, labor stoppages or slowdowns, freight embargoes, unusually severe weather, and supplier delays due to such causes. Neither economic nor market conditions nor the financial condition of either party shall be considered a cause to excuse delay pursuant to this Section. Each party shall notify the other promptly in writing of each such excusable delay, its cause and its expected delay, and shall upon request update such notice. 6. Compensation. In consideration of the services rendered hereunder, City shall pay Contractor a not to exceed amount of Nine Thousand Three Hundred Fifty Five dollars • ($9,355.00) in accordance with the prices as submitted in Contractor's Proposal, attached hereto as Exhibit "B" and incorporated herein by this reference. 7. Payments. Contractor shall submit monthly invoices for the percentage of work completed in the previous month. City agrees to authorize payment for all undisputed invoice amounts within thirty(30)days of receipt of each invoice. City agrees to use its best efforts to notify Contractor of any disputed invoice amounts or claimed completion percentages within ten (10) days of the receipt of each invoice. However, City's failure to timely notify Contractor of a disputed amount or claimed completion percentage shall not be deemed a waiver of City's right to challenge such amount or percentage. Additionally, in the event City fails to pay any undisputed amounts due Contractor within forty-five (45) days after invoices are received by City, then City agrees that Contractor shall have the right to consider said default a total breach of this Agreement and be terminated by Contractor without liability to Contractor upon ten (10)working days advance written notice. 8. Taxes. Contractor shall calculate payment for all sales, unemployment, old age pension and other taxes imposed by local, State of California and federal law. These payments are included in the total amounts in Exhibit "B." 9. Audit. The City or its representative shall have the option of inspecting and/or auditing all records and other written materials used by Contractor in preparing its billings to the City as a condition precedent to any payment to Contractor. Contractor will promptly furnish documents requested by the City. Additionally, Contractor shall be subject to State Auditor examination and audit at the request of the City or as part of any audit of the City, for a period of three (3)years after final payment under this Agreement. 10. Unresolved Disputes. In the event of any dispute or controversy with the City over any matter whatsoever, Contractor shall not cause any delay or cessation in or of work, but shall proceed with the performance of the work in dispute. Rancho Palos Verdes Municipal Code chapter 3.24 ("Claims Against the City") shall govern the procedures of the claim process, and these provisions are incorporated herein by this reference. 11. Termination. This Agreement may be canceled by the City at any time with or without cause without penalty upon thirty (30) days' written notice. In the event of termination without fault of Contractor, City shall pay Contractor for all services satisfactorily rendered prior to date of termination, and such payment shall be in full satisfaction of all services rendered hereunder. 12. Indemnity. a. Contractor's Duty. To the maximum extent permitted by law, Contractor shall defend, indemnify, and hold the City, its elected officials, officers, employees, volunteers, agents, and those City agents serving as independent contractors in the role of City officials (collectively "Indemnitees") free and harmless from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses,judgments, fines, penalties, liabilities, costs and expenses of every kind and nature whatsoever, in any manner arising out of or incident to the performance of the Agreement, including without limitation, the payment of all consequential damages, attorneys'fees, experts'fees, and other related costs and Page 2 of 7 R6876-0001\1667606v2.doc Maintenance Agreement 410 expenses (individually, a "Claim," or collectively, "Claims"). Further, Contractor shall appoint competent defense counsel approved by the City Attorney at Contractor's own cost, expense and risk, to defend any and all such Claims that may be brought or instituted against Indemnitees. Contractor shall pay and satisfy any judgment, award or decree that may be rendered against Indemnitees in any such Claim. Contractor shall reimburse Indemnitees for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Contractor's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by Contractor or Indemnitees. This indemnity shall apply to all Claims regardless of whether any insurance policies are applicable. b. Civil Code Exception. Nothing in the paragraph above this one shall be construed to encompass Indemnitees' sole negligence or willful misconduct or the City's active negligence to the limited extent that the underlying Agreement is subject to Civil Code section 2782. c. Nonwaiver of Rights. Indemnitees do not and shall not waive any rights that they may possess against Contractor because the acceptance by City, or the deposit with City,of any insurance policy or certificate required pursuant to this Agreement. d. Waiver of Right of Subrogation. Contractor, on behalf of itself and all parties claiming under or through it, hereby waives all rights of subrogation against the Indemnitees, while acting within the scope of their duties, from all Claims arising out of or incident to the activities or operations performed by or on behalf of the Contractor. e. Survival. The provisions of this Indemnification and Hold Harmless Agreement and Waiver of Subrogation and Contribution shall survive the termination of this Agreement and are in addition to any other rights or remedies that Indemnitees may have under the law. Payment is not required as a condition precedent to an Indemnitee's right to recover under this indemnity provision, and an entry of judgment against a Contractor shall be conclusive in favor of the Indemnitee's right to recover under this indemnity provision. 13. Incorporation by Reference. All of the following documents are attached hereto and incorporated herein by this reference: City of Rancho Palos Verdes Instructions for Execution of Instruments; Insurance Requirements for the City of Rancho Palos Verdes Public Works Contract; Workers' Compensation Certificate of Insurance; Additional Insured Endorsement(Comprehensive General Liability);Additional Insured Endorsement (Automobile Liability); and Additional Insured Endorsement (Excess Liability). 14. Independent Contractor. Contractor is and shall at all times remain,as to the City,a wholly independent contractor. Neither the City nor any of its agents shall have control over the conduct of Contractor or any of the Contractor's employees, except as herein set forth, and Contractor is free to dispose of all portions of its time and activities which it is not obligated to devote to the City in such a manner and to such persons, firms, or corporations at the Contractor wishes except as expressly provided in this Agreement. Contractor shall have no power to incur any debt, obligation, or liability on behalf of the Page 3 of 7 R6876-0001\1667606v2.doc Maintenance Agreement • City, bind the City in any manner, or otherwise act on behalf of the City as an agent. Contractor shall not, at any time or in any manner, represent that it or any of its agents, servants or employees, are in any manner agents, servants or employees of City. Contractor agrees to pay all required taxes on amounts paid to Contractor under this Agreement, and to indemnify and hold the City harmless from any and all taxes, assessments, penalties, and interest asserted against the City by reason of the independent contractor relationship created by this Agreement. Contractor shall fully comply with the workers' compensation law regarding Contractor and its employees. Contractor further agrees to indemnify and hold the City harmless from any failure of Contractor to comply with applicable workers' compensation laws. The City shall have the right to offset against the amount of any compensation due to Contractor under this Agreement any amount due to the City from Contractor as a result of its failure to promptly pay to the City any reimbursement or indemnification arising under this Section. 15. Prevailing Wages. City and Contractor acknowledge that this project is a public work to which prevailing wages apply. The Agreement to Comply with California Labor Law Requirements is attached hereto and incorporated herein by this reference. Eight hours of labor constitutes a legal day's work. 16. Workers' Compensation Insurance. California Labor Code Sections 1860 and 3700 provide that every contractor will be required to secure the payment of compensation to its employees. In accordance with the provisions of California Labor Code Section 1861, the Contractor hereby certifies as follows: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers'compensation or to under take self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." 17. Nondiscriminatory Employment. Contractor shall not unlawfully discriminate against any individual based on race, color, religion, nationality, gender, sex, sexual orientation, age or condition of disability. Contractor understands and agrees that it is bound by and will comply with the nondiscrimination mandates of all statutes and local ordinances and regulations. 18. Debarred, Suspended or Ineligible Contractors. Contractor shall not be debarred throughout the duration of this Agreement. Contractor shall not perform work with debarred subcontractor pursuant to California Labor Code Section 1777.1 or 1777.7. 19. Compliance with Laws. Contractor shall comply with all applicable federal, state and local laws, ordinances, codes and regulations in force at the time Contractor performs pursuant to this Agreement. 20. Bonds. Contractor shall obtain faithful performance and payment bonds, each in an amount that is not less than the total compensation amount of this Agreement, and nothing in this Agreement shall be read to excuse this requirement. The required forms entitled Payment Bond (Labor and Materials) and Performance Bond are attached hereto and incorporated herein by this reference. Page 4 of 7 R6876-000111667606v2.doc Maintenance Agreement • • 21. Contractor's Representations. Contractor represents, covenants and agrees that: a) Contractor is licensed, qualified, and capable of furnishing the labor, materials, and expertise necessary to perform the services in accordance with the terms and conditions set forth in this Agreement; b) there are no obligations, commitments, or impediments of any kind that will limit or prevent its full performance under this Agreement; c) there is no litigation pending against Contractor, and Contractor is not the subject of any criminal investigation or proceeding; and d) to Contractor's actual knowledge, neither Contractor nor its personnel have been convicted of a felony. 22. Conflicts of Interest. Contractor agrees not to accept any employment or representation during the term of this Agreement or within twelve (12) months after completion of the work under this Agreement which is or may likely make Contractor"financially interested," as provided in Government Code Section 1090 and 87100, in any decisions made by City on any matter in connection with which Contractor has been retained pursuant to this Agreement. 23. Third Party Claims. City shall have full authority to compromise or otherwise settle any claim relating to the Agreement at any time. 24. Non-Assignability; Subcontracting. Contractor shall not assign or transfer any interest in this Agreement nor any part thereof, whether by assignment or novation,without the City's prior written consent. Any purported assignment without written consent shall be null, void, and of no effect, and Contractor shall hold harmless, defend and indemnify the City and its officers, officials,employees, agents and representatives with respect to any claim, demand or action arising from or relating to any unauthorized assignment. 25. Applicable Law. The validity, interpretation, and performance of this Agreement shall be controlled by and construed under the laws of the State of California, excluding California's choice of law rules. Venue for any such action relating to this Agreement shall be in the Los Angeles County Superior Court. 26. Attorneys' Fees. If any legal action or other proceeding, including action for declaratory relief, is brought for the enforcement of this Agreement or because of an alleged dispute, breach, default or misrepresentation in connection with this Agreement, the prevailing party shall be entitled to recover reasonable attorneys'fees, experts'fees, and other costs, in addition to any other relief to which the party may be entitled. 27.Titles. The titles used in this Agreement are for convenience only and shall in no way define, limit or describe the scope or intent of this Agreement or any part of it. 28. Authority. The person executing this Agreement on behalf of Contractor warrants and represents that he or she has the authority to execute this Agreement on behalf of Contractor and has the authority to bind Contractor to the performance of its obligations hereunder. 29. Entire Agreement.This Agreement, including any other documents incorporated herein by specific reference, represents the entire and integrated agreement between City and Contractor. This Agreement supersedes all prior oral or written negotiations, representations or agreements. This Agreement may not be modified or amended, nor Page 5 of 7 R6876-000111667606v2.doc Maintenance Agreement • any provision or breach waived, except in a writing signed by both parties which expressly refers to this Agreement. 30. Construction. In the event of any asserted ambiguity in, or dispute regarding the interpretation of any matter herein, the interpretation of this Agreement shall not be resolved by any rules of interpretation providing for interpretation against the party who causes the uncertainty to exist or against the party who drafted the Agreement or who drafted that portion of the Agreement. 31. Non-waiver of Terms, Rights and Remedies. Waiver by either party of any one or more of the conditions of performance under this Agreement shall not be a waiver of any other condition of performance under this Agreement. In no event shall the making by the City of any payment to Consultant constitute or be construed as a waiver by the City of any breach of covenant, or any default which may then exist on the part of Consultant, and the making of any such payment by the City shall in no way impair or prejudice any right or remedy available to the City with regard to such breach or default. 32. Notice. Except as otherwise required by law, any notice or other communication authorized or required by this Agreement shall be in writing and shall be deemed received on (a) the day of delivery if delivered by hand or overnight courier service during Contractor's or City's regular business hours or (b) on the third business day following deposit in the United States mail, postage prepaid, to the addresses listed below, or at such other address as one party may notify the other: To CITY: Mr. Michael Throne, Director of Public Works City of Rancho Palos Verdes 30940 Hawthorne Blvd. Rancho Palos Verdes, CA 90275 To CONTRACTOR: The address listed in Exhibit "B." 33. Counterparts. This Agreement may be executed in counterpart originals, duplicate originals, or both, each of which is deemed to be an original for all purposes. 34. Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. [signatures on next page] Page 6 of 7 R6876-0001\1667606v2.doc Maintenance Agreement 1111 IN WITNESS WHEREOF, the parties hereto have executed the within Agreement the day and year first above written. CITY OF RANCHO PALOS VERDES By: Cif Manager ATTEST By: ,/ City Clerk Dated: Ti ('CONTRACTOR') By: 1—'4— Printed Name: G.O,-/-C— CO ASS fIVVAPt.1 Title: vitNi By: Printed Name: Title: Page 7 of 7 R6876-0001‘1667606v2.doc. Maintenance Agreement 1110 III .)(01.7?fr-- 4 ;,, . ,, CITY OF RANCHO PALOS VERDES �' PUBLIC WORKS ABALONE COVE SEWER CLEANING, INSPECTION AND REPORTING PHASE O SCOPE OF WORK 1 GENERAL DESCRIPTION OF THE WORK 1.1 The purpose of this scope of work is to clean, assess the structural integrity and maintenance condition of the sanitary sewer manholes and pipelines. 1.2 The project includes a total of approximately 7,450 linear feet of sanitary sewer comprised of 8 inch diameter pipes and 38 manholes accessible in streets and city easements, some of which may be difficult to access. 1.3 The Contractor shall be licensed in the State of California as a General Engineering Contractor, General Building Contractor, or C42 Specialty Contractor with current and valid certificates of license. Additionally, the Contractor shall submit a sample DVD or CD and related documentation of a CCTV inspection to be used in determining the quality of the Contractor's work. The City reserves the right to disqualify and reject the proposal of any Contractor who submits a sample showing an inspection that does not meet the specifications provided herein. If it is determined that any sewer line has not been cleaned 100%, it is at the expense of the contractor to re-clean and CCTV inspect the line again at no cost to the City. 1.4 Confined Space Issues and Safety Issues—All manholes in this work are defined as Title 8 Permit Required Confined Spaces. The Service Provider's attention is directed to the General Industry Safety Orders of the State of California,Article 108, Confined Spaces, Section 5157 (Title 8 of California Code of Regulations, Sections 5167, 5157, 5158). All work shall be conducted from above ground. Manhole entry, if required, shall be conducted in strict accordance with permit required confined space entry regulations. These regulations include, at a minimum: entry permit, trained authorized entrants(s), attendant(s), entry supervisor(s), full body harness (with life line), mechanical retrieval device, continued force air ventilation, continuous air monitoring, communication system (minimum two types), and all other protective equipment that may be required. Work shall be conducted in accordance with all Federal, State, and local laws and regulations. 1.5 The CCTV inspection work must be completed by certified National Association of Sewer Service Companies (NASSCO) Pipeline Assessment and Certification Program (PACP)trained operator(s) using established PACP coding and observations. 1.6 The work to be accomplished in this project includes all labor, material, and equipment necessary for sanitary sewer cleaning, inspection, inspection reporting, and traffic control unless specified otherwise in this document. 0 0 1.7 Water for Cleaning: The Contractor will be responsible for obtaining a transient water meter from California Water Company (310)257-1400 and paying for water used during course of cleaning. 2 SCHEDULING AND EXECUTION OF THE WORK 2.1 The Project Performance Period is 7 calendar days as stated on the Notice To Proceed (NTP). 2.2 Work crews shall be on site between 9:00 a.m. to 3:30 p.m., Monday through Thursday. Sewers are property of the City of Rancho Palos Verdes located in easements on private property. 3 WORK AND MATERIALS PROVIDED BY THE CITY 3.1 Project Manager: Ron Dragoo, P.E., of Public Works Department may be contacted at (310) 544-5250, or via e-mail at rond@rpv.com Monday through Friday, 8 a.m. to 5 p.m. 3.2 The City shall provide notification to local residents that CCTV inspection will be occurring within their area. 3.3 The City shall provide nomenclature for all manholes and street names for the purpose of the Contractor referencing them on video, photographs, and inspection reports. 3.4 The City shall provide maps of the sewers to be cleaned and inspected. The sewer lines and manholes included in the project area are outlined on the map to identify their inclusion in this project. Refer to Map No. 1 and No. 2. 3.5 The City shall provide a list of all pipe segments and manholes to be inspected and cleaned. See Map No. 1 and No. 2. 3.6 The City crews will provide assistance as requested by the Contractor to guide and locate the sewer manholes and pipelines. 3.7 The City shall provide the Contractor with the following media and documents prior to the start of the project: 3.7.1 PDF Copies of the Maps, Required Pipe Segments List, Pipe Summary Sheet. 3.7.2 Printed Documents: 3.7.2.1 Overview map 11 inch x 17 inch in size showing a detailed overview of the entire project area. 3.7.2.2 Maps of 11 inch x 17 inch sheets within the project area showing aerial photography indicating the pipe size and flow direction. 3.7.2.3 Any additional maps required by the Contractor to complete the project will be provided in digital format as a PDF file, and are the responsibility of the Contractor to print as needed. • 4 WORK AND MATERIALS PROVIDED BY THE CONTRACTOR GENERAL: 4.1 The Contractor shall be responsible, during all phases of the work, to provide for public safety by use of traffic cones, signs, lighted barricades, lights, and flagmen as described and specified in CA MUTCD latest edition. 4.2 Crew Size—Service Provider shall provide a minimum of a three-person crew at all times, one person shall witness the jetting nozzle reach the upstream manhole. A crew of three shall be utilized for all work in confined spaces. Additional personnel shall be utilized when needed for traffic control flagmen. 4.3 The Contractor shall verify the manhole locations and information provided by the Project Manager prior to the CCTV inspections, and notify the Project Manager in writing of any discrepancies. 4.4 The Contractor shall obtain all permit(s), insurance(s) and licenses, including a Rancho Palos Verdes City Business License. See attachment'C' for additional requirements. 4.5 Pre-construction Submittals: 4.5.1.1 The Contractor shall submit a Project Schedule prior to the Inspection Start Date. 4.5.1.2 Sample Data Submittal. 4.5.1.3 Specifications for odor and trailerable leak proof containers to be used in conjunction with the cleaning operations. 4.5.2 The Project Schedule shall also include approximate televised footage and number of segments to be inspected and cleaned each day. 4.5.3 The Contractor shall submit a Quality Control Program prior to the Construction Start Date. 4.5.4 The Contractor shall submit a photocopy of the PACP certificates for all CCTV operators working on the project. 4.5.5 Costs related to difficulties encountered during the CCTV inspection or pre- cleaning are incidental to this Contract and claims for additional compensation, therefore, will not be considered. SEWER CLEANING: 4.6 The Contractor shall provide all equipment necessary to perform high-velocity jet (hydrocleaning) sewer cleaning as outlined in this scope of work. Refer to NASSCO specifications for sewer line cleaning. See attachment'A'. 4.7 During sewer cleaning operations, satisfactory precautions shall be taken in the use of cleaning equipment to ensure that the water pressure or head created does not damage or cause flooding of public or private property being served by the sewer. Care shall be exercised in the selection and use of the cleaning tools to avoid manhole and pipeline 1 , • le damage. Use of a nozzle skid is required to prevent accidental entry of nozzle into house connections. 4.8 Sewers will be cleaned by removing all sludge, dirt, sand, rocks, grit, loose solids, roots and grease, leaving residual debris of no more than 5% of the pipe diameter, which should be sufficient to facilitate the video inspection and assessment of the pipes' structural integrity. This does not include the removal of hard deposits such as minerals and cast iron scale. 4.9 The required cleaning will typically require no more than two passes of the hydro-jetter which should be sufficient in removing material and debris as indicated in Section 4.8 to allow the camera to advance through the pipe and perform the inspection. 4.10 If the pipeline requires more effort than the required cleaning as described in Section 4.9, then the Contractor shall report this to the project manager immediately for additional instructions. 4.11 Cleaning shall be completed by the Contractor within 72 hours and no less than one hour prior to inspection to reduce the impact of the natural flow within the pipeline during inspection. 4.12 The Contractor shall be careful not to damage any manholes, pipes, including the plastic liners, if any. The Contractor shall be responsible for repairing any damage they may have caused at no additional cost to the City. 4.13 The Service Provider shall be responsible for the removal of debris from the manholes & pipelines and cleaning and/or relining the pipe wall to the City's satisfaction. All sludge, dirt, sand, rocks, roots, grease and other solid or semisolid material resulting from the cleaning operation shall be removed from the system. Passing material from manhole section to manhole section, which may cause line stoppages, shall not be permitted. 4.14 Liquids shall be decanted and drained back to the sewer. All solids or semisolid resulting from the cleaning operations will be removed from the work site and disposed of properly at no added cost to the City. All materials will be removed from the work site at the end of each workday. Under no circumstances will the Service Provider be allowed to accumulate debris, etc. on the site of work beyond a single workday, except in totally enclosed leak and odor proof containers and as approved by City representative(s). 4.15 Preparatory cleaning shall be performed prior to sewer manhole inspections. This preparatory cleaning shall include the use of hydraulic cleaning equipment and Vacuum Trucks to remove sludge, dirt, grease, etc. from the interior walls and benches of the manhole so that defects are visible. 4.16 Cleaning of manholes shall include entire manhole interior, including manhole benches and walls. It also includes removal of all foreign object or debris from the manholes which shall be removed either manually or mechanically. 4.17 Service Provider shall immediately notify the City representative(s) of any manhole overflow or interruption/backup of customer service and Service Provider shall be responsible for any fines levied by others as a result of the Service Provider's work. t . 0 0 "Notification Guidelines for a Spill", if the Service Provider is involved with a spill, he must: • First and immediately notify the City at(310) 544-5252. The City will then make the required notifications. • Secondly, the Service Provider must attempt to contain the spill to isolate it from entry to any storm drain systems or waterways. • Thirdly, the Service Provider must attempt to relieve the spill. Once the spill has been contained and relieved, the area must be cleaned up. • Lastly, follow-up reports must be made after spill has been stopped and cleaned up detailing amount of spill, amount of wash water used and final destination of the sewage. Service provider shall be responsible for any fines levied by others, reimbursement of any City incurred costs, damage, cleanup, restoration of flow, and any disruption of service and/or other costs to customers as of a result of Service Provider's work. 4.18 Water for sewer cleaning shall be purchased by the Contractor. If the water is obtained from a potable supply, appropriate backflow prevention shall be provided to protect the potable system from cross connections and contamination. Contractor shall be solely responsible for preventing cross contamination of any public or private water systems used for this purpose. SEWER INSPECTION: OPERATORS 4.19 Video inspection shall be performed by a certified NASSCO PACP trained operator. EQUIPMENT 4.20 The Contractor's CCTV equipment shall include video cameras and all equipment necessary to perform a CCTV inspection as outlined in this scope of work. 4.20.1 The CCTV inspection can be conducted using Red Zone Robotics Technology, or traditional tethered CCTV camera setups, as long as they meet the performance guidelines indicated in this scope of work. 4.21 The cameras shall meet Cal-OSHA requirements for operating in the sanitary sewer environment. 4.22 The television system shall be capable of performing line segment inspection in increments of 400 feet with one setup. 4.23 During CCTV inspection, lighting intensity shall be adjusted to minimize glare. Lighting and picture quality shall be adjusted to provide a clear, in-focus picture of the entire periphery of the pipeline for all conditions encountered. , • 0 4.24 All recordings shall be in color with the ability to achieve proper balance of tint and brightness. The loss of color or severe redness due to equipment malfunction, and black and white pictures irrespective of quality may be cause for rejection. 4.25 The camera lens must be kept clean and clear; any fogging due to oil, grease, or other water content or debris that obscures the lens shall be cleaned off before proceeding with the recording operation. The camera is to be operative in 100% humidity conditions. 4.26 All camera systems shall be able to navigate around minor objects, roots, and debris. The system used to move the camera through the pipe shall not obstruct the camera's view or interfere with proper documentation of the sewer conditions. 4.27 The distance shall be measured between the exit of the start manhole and the entrance of the finish manhole for a true measurement of the length of the pipe segment, as required by PACP. It shall be recorded in standard units and the video display readout shall display units to one-tenth of a foot. 4.28 The footage-counter shall be accurate to plus or minus 2 feet per 1,000 feet. 4.29 Video inspection and reporting may be submitted in WinCan format or similar as approved by Project Manager. OBSERVATIONS 4.30 All observations and defects shall be documented in a database and shall include digital video recording and digital photographs as defined in Sections 4.35, 4.36 and 4.37. 4.31 Each video clip and photograph provided shall correspond to inspection data in the database, and each set of inspection data listed in the database shall be properly linked to the appropriate video clip and photos. 4.32 All observations shall be selected from a standard table of descriptions incorporated in the inspection reporting software, as required by PACP. Any additional comments regarding the observation shall be indicated in the remarks box. 4.33 The severity of each defect or observation shall be recorded and rated according to the PACP method. 4.34 All observations shall be recorded using PACP codes as outlined in NASSCO's PACP Reference Manual. 4.35 Video: 4.35.1 Prior to performing CCTV inspection activities, the Contractor shall thoroughly clean the manholes and sewer line(s) to be televised. 4.35.2 The Contractor shall make a continuous color digital recording in MPEG 4 format for each pipe segment inspected, unless specified by the City. 4.35.3 Video files shall have a minimum resolution of 640 x 480 pixels and an interlaced frame rate at a minimum of 24 frames per second. L 0 0 4.35.4 All recordings shall have an audio descriptive narration by the CCTV operator. The operator shall clearly identify in the audio all important features: date, time, project owner's name, street address, number of connections, pull direction, viewing direction, pipe size and material. The operator shall clearly identify the location of the following: all wye-tee junctions, taps, breaks, roots, or other defects. 4.35.5 Video inspection will not exceed a traverse rate of 30 feet per minute. 4.35.6 The Contractor shall pause the digital recording at any time there is a delay in the inspection and restart the digital video recording in the same digital file. The pause shall in no way affect, freeze, or interrupt the replay of the video and shall not close the video file during the inspection. 4.35.7 Each pipe segment (manhole to manhole) shall be identified with an initial text screen and completed in accordance with PACP's CCTV inspection form header Instructions and shall be as follows: Line Number& Description Line 1: Surveyed By Line 2: City Line 3: Street Line 4: Location Code* Line 5: Weather* Line 6: Direction of Survey Line 7: Use of sewer* Line 8: Pipe Material Line 9: Pipe Diameter/Height Line 10: Pipe Length (on plans) Line 11: Start Manhole Number Line 12: End Manhole Number Line 13: Inspection Time/Date 4.35.8 Line items noted with an asterisk (*) are optional depending on the line capacity of the text overlay equipment. 4.35.9 This data must completely match the data entered in the database header information. 4.35.10 The initial text screen shall appear no more than 15 seconds at the beginning of the video footage, and shall appear before the 360 degree pan of the starting manhole. 4.35.11 During the CCTV inspection, the video shall show the following text at all times: Line Number Description Line 1: City Line 2: Street/Start Manhole Number/ Direction of Inspection/ End Manhole Number Line 3: Pipe Material/ Pipe Size • Line 4: Inspection Time/Date/Running Total , 0 . 4.35.12 During the CCTV inspection, the camera shall stop at all defects and significant observations to ensure a clear and focused view of the pipe condition and shall rotate the camera head at the defect to allow for later adequate evaluation. 4.35.13 All defects and significant observations and shall include a text overlay of the recorded observation. 4.35.14 Any other unidentifiable defect such as equipment interference or malfunction blurred or obscured images from an unknown source that detracts from the ability to completely and with reliable accuracy to read the tape shall constitute a basis for rejection. 4.35.15 The video recording shall include on-screen observation text for every observation recorded in the database, including AMH, in addition to the text in Section 4.35.11. 4.35.16 The naming of the video file shall consist of the "FROM MANHOLE NUMBER", "TO MANHOLE NUMBER", and the eight digit inspection date, as shown in the following example, or as pre-approved by the City: 1813-0001_1813-0002_20050101 (FromM H ToMH YYYYMMDD) 4.36 Photographs 4.36.1 Digital photographs in JPEG format shall be made of all recorded defect observations. These photographs will be computer generated with the use of the inspection reporting system software. 4.36.2 JPEG images shall be captured at a minimum resolution of 640x480 pixels. 4.36.3 At a minimum, all photographs shall be named consisting of the following descriptions: "From Manhole Number", "To Manhole Number", eight digit inspection date, and the defect 'station' location along the pipe (e.g. 1813- 0001_1813-0002_20050101_125). 813- 0001_1813-0002_20050101_125). It is in the Contractor's discretion as to additional data information that may be needed in the naming of the files to make each file unique within the file naming constraints of their inspection software. 4.36.4 Any additional information shall be included after the mandatory info specified above. The naming convention shall be consistent throughout the project and approved by the Project Manager. 4.36.5 A minimum of TWO photographs of each defect shall be taken, one with a perspective view and one with a close-up view. 4.36.6 ONE photograph is required for each lateral connection looking directly at the connection and each AMH observation from the bottom of the manhole looking up. 4.37 Additional Inspection Procedures 4.37.1 A full 360 degree pan of all manholes is required. This video footage shall occur at the beginning of each pipe segment survey inspection from the bottom of the manhole panning up the manhole shaft. The Contractor shall cover the manhole , . 0 0 opening to prevent too much light from entering the structure and to ensure a clear and focused view of the manhole interior. In instances when the manhole is the terminating manhole, then the pan shall occur at the end of the pipe segment survey inspection. 4.37.2 Video footage shall be taken centered on the pipe with the water level running horizontally. The camera shall run along the invert of the pipe and not at its side, unless it is passing a point obstacle. If extended driving on the side of the pipe is required, then either the pipe needs a more thorough cleaning or an observation should be noted from the PACP codes describing the nature of the obstacle. 4.37.3 Obstructions may be encountered during the course of the CCTV inspection that prevent the travel of the camera. In instances when obstructions are not passable, the Contractor shall withdraw the equipment and begin a CCTV inspection from the opposite end of the sewer reach. See Section 5.2, Reverse Inspection. 4.37.4 If an undocumented manhole is discovered during the inspection, then a separate inspection shall be started for the additional pipe segment. The project manager shall be notified at the end of the work day when an undocumented manhole is discovered. 4.37.5 For undocumented manholes, the Contractor shall use the Upstream Manhole number followed by the letter "A", "B", etc (e.g. Upstream MH#_A) and upon the discovery of the undocumented manhole a comment using the MGO observation code shall be made indicating the undocumented manhole. 4.37.6 If an additional pipe segment is discovered within the current project boundary (i.e., it is branching off of an already-assigned MH), then it shall be cleaned, CCTV inspected, and documented in the same manner as the assigned segments. The Contractor shall label these segments either with existing MH numbers, if available, or with the A, B, C system described in Section 4.37.5. This segment shall include an MGO observation indicating this is a new segment. 4.37.7 If a particular line is inspected more than once, then the Contractor shall include all versions of the inspections in the database. The MGO observation shall be used on all inspections except at the first occurrence. The Contractor shall provide an explanation for the additional inspections in the Remarks section. 4.37.8 When the Contractor encounters a severe defect with a grade of"5" (e.g. broken pipe with soil/void visible, collapsed pipe, root ball barrel), the Contractor shall immediately contact the Project Manager for immediate remediation. 5 SPECIAL CONDITIONS INCOMPLETE SEGMENTS 5.1 A segment is considered complete when it has been videotaped entirely between two manholes or when a reverse inspection has been completed when a survey has been abandoned. Otherwise, the segment is considered incomplete. i . 0 9 REVERSE INSPECTIONS 5.2 During a reversal inspection, the Contractor will access the opposite manhole of the segment and finish inspecting the remaining portion of the segment in the opposite direction. The camera shall televise the line from the opposite direction until the camera can no longer proceed due to the previously encountered obstacle, another encountered obstacle, or at the end of the segment at the END MH if no obstacle is encountered. At this time, the project manager will be notified and provisions will be made to clear the obstruction. 5.3 A reverse inspection is required when a situation is encountered during the inspection that prevents the camera from passing. Examples could include such things as protruding service connections, joint offsets, severe roots, collapsed pipe, etc. If it is not possible to complete a reversal due to circumstances such as a connection to a drop manhole or a regional trunk line or a buried manhole, this should be indicated by using the MGO code and documenting a comment why the reversal inspection was not able to be completed. The segment will then be considered complete. ABANDONED PIPELINES 5.4 If the Contractor encounters abandoned pipelines, such as those that are capped, the typical inspection procedures shall apply, including a 360 degree pan of the manhole, and an AMH code to start the inspection. However, the inspection shall terminate with an AEP code when there is a stub (short pipe segment) and terminates without a manhole. An MSA code shall be used for segments that have NO pipe segment and are terminated at the start manhole, in addition a comment shall be made indicating a capped pipeline. 5.5 All abandoned pipe segments shall be included on the "Special Segments List" for confirmation by the Project Manager before the line is excused. EXCESSIVE DEPTH OF FLOW 5.6 Maximum depth of flow for CCTV inspections shall be 25 percent of the pipe diameter. If the depth of flow is greater, then the CCTV inspection shall be performed during the low flow periods as approved in writing by the project manager. 5.7 The Contractor shall pay special attention to all local jurisdiction rules and regulations, especially regarding activities during off-peak hours. 5.8 If the flow is still above 25 percent on the return trip, then the Contractor has the following options: 5.8.1 The Contractor can use a flow-controlling mechanism (i.e. flow reducer) to control the flow and proceed with the inspection. After the initial screen and AMH observation, the MGO observation shall be used to note the reason for the return to this location and indicate the use of such flow-controlling equipment, in the appropriate box in the section header information screen. 0 10 5.8.2 The Contractor can include the segment on the Status Report. The City will either accept the inspection at this time or exercise the option to return with the Contractor to assist in diverting flows to get a thorough inspection. 5.8.3 In the event of high flows and a documented attempt during off-peak hours has been made, a reversal inspection should also be attempted (See Section 5.2). If the flow is high at this manhole, then a photo, a short video of the high flow condition and appropriate coding shall satisfy this segment as complete. 5.8.4 The Contractor shall include the original inspection in the final submittal even with high flow conditions. 5.8.5 If the Contractor encounters a surcharging manhole (whereas the flow at the manhole is at least 50 percent of the sewer pipe diameter), then the Contractor shall immediately notify the Public Works Department at (310) 544-5252, and the Project Manager. 6 SEWER INSPECTION SUBMITTALS AND DELIVERABLES AND REVIEW SUBMITTALS 6.1 The Contractor shall provide Sample Data Submittal at the pre-construction meeting. 6.2 The City shall provide the Contractor with digital samples of all required documents for submittals on a CD at the preconstruction meeting. SAMPLE SUBMITTAL 6.3 After the first working day of televising, the Contractor shall submit the work completed from all trucks and operators that are scheduled to work on this project to verify the quality of the work being performed. 6.4 This submittal shall include a database, videos, and photographs containing the first day of data collected from each operator and vehicle being used during the duration of the project and is due by 10 AM on Wednesday of the first week. 6.4.1.1 A summary table of all manholes and pipeline segments inspected shall be included with the following fields in the order listed: Column 1: Date of Cleaning Column 2: Date of Inspection Column 3: Start Manhole Column 4: Stop Manhole Column 5: Total Pipe Length Column 6: Feet TV'd Televised Length Column 7: Quick Maintenance Rating Column 8: Quick Structure Rating 6.5 The submittal data, videos, and photographs shall be complied onto a single CD or DVD. 0 9 FINAL REPORT 6.6 Prior to the final report, a progress report shall be submitted within 5 working days via e- mail to the Project Manager to provide the City with adequate time to address any new remaining issues. 6.7 The final report shall be submitted within 10 working days from the starting date as noted on the Notice to Proceed. PAYMENT 6.8 Prior to invoice submittal for the completion of all work as stated in this scope of work, the following shall be completed and submitted including all DELIVERABLES and REVIEWS: 6.8.1 The Contractor shall complete the requested work by the end of the Project Performance Period or submit a written request to the Project Manager for additional time THREE calendar days before the end of the Project Performance Period. The City will review the request and shall notify the Contractor in writing. 6.8.2 Submit copies of the final invoices and payment receipts from the water companies for the water utilized throughout the duration of the project. The paid invoice shall include the start and ending dates the contractor had custody of the water meter, as well as the meter's start and ending counter reading. DELIVERABLES 6.9 All deliverables become property of the City, including the external hard drives. 6.10 As part of the final report submittal, the Contractor shall submit all video recordings, image files, for all the required sewer line segments and manholes inspected and a database that includes ALL of the collected data, including the data provided in the progress report submittal. These items shall be stored on one (1) Western Digital My Passport Ultra 2 TB (color = Black) external hard drive, or approved equal ultra portable external hardrive, as pre-approved by the City. The submittal shall include the power cord and connection cable. The external hard drive and cables will become property of the City upon completion of the project. 6.11 External hard drive(s), binder cover and binder spine label shall include the following information on computer-generated labels: City of RPV—Abalone Cove Sewer System General Contractor Name and Sub-contractor Name Project Name (e.g. YON0506A) Start Date of CCTV Inspections (e.g. MM/DD/YYYY) Finish Date of CCTV Inspections (e.g. MM/DD/YYYY) 6.12 All files included as part of the deliverables shall be contained within one single folder on the hard drive and labeled with the project name, the date, and the name of the submittal (i.e. first, second, final, punch list) as: YOTV0708A_20071220_Punchlist(ProjectName_YYYYMMDD_SubmitalName) 0 • 6.13 The Contractor shall maintain a complete backup of all versions of electronic data submitted for a minimum of two years from date of project completion, and shall provide the City with a complete copy within this timeframe upon request at no cost. REVIEW 6.14 The video recordings, photographs, and data shall be reviewed by the Project Manager for focus, lighting, clarity of view, and technical quality. 6.15 Videos or photographs recorded while a camera has flipped over in the process of traveling or the viewing of laterals, obstructions, or defects are blocked by cables, skids or other equipment will not be accepted. 6.16 Shape, focus, proper lighting, and clear, distortion-free viewing during the camera operations shall be maintained. Failure to maintain these conditions will result in the rejection of the video and/or photographs by the Project Manager. 6.17 Videos or photographs recorded showing steam, inadequate lighting, or other poor image quality will be cause for rejection and non-payment by the City. 6.18 Any reach of sewer where recording quality, inspection, and/or report is not acceptable according to this Scope of Work to the Project manager shall be re-televised, or data modified at no cost to the City if directed by the Project Manager. Otherwise, a credit may be applied to the final invoice for any inadequate work. 7 ADDITIONAL RESPONSIBILITIES OF THE CONTRACTOR 7.1 In the event of any Contractor-related overflow or interruption/backup of customer service, the Contractor shall immediately notify the Public Works Department at (310) 544-5252, and shall contain and eliminate the overflow. The Contractor shall also immediately notify the Project Manager. 7.2 The Contractor shall be responsible for any fines levied by others, reimbursement of any agency incurred costs, damage, cleanup, restoration of flow, and any disruption of service costs to customers as a result of the Contractor's work. This is in addition to any and all costs incurred by the customer. 7.3 The Contractor shall respect the rights of property owners, and not enter upon private property without obtaining permission from the owner of the property. 7.4 Manholes are located in easements on private property, the Contractor shall provide the resident with 72-hour advanced notice for easement access prior to entering the property, unless the resident provides immediate permission. The City shall provide a template of this notification which will include the City's logo and contact information. Notifications must include on-site contractor and CITY direct emergency phone numbers should residents experience sewer problems during the project. 7.5 Lines may be located in easements that are difficult to access. ALL sections shall be cleaned and CCN inspected by the Contractor, unless otherwise excused or arranged by the City to be cleaned by others. 0 . 8 MEASUREMENTS OF PAYMENTS 8.1 Sewer line cleaning shall be paid for at the unit price bid per linear foot. Measurement of the actual number of feet cleaned shall be made from the center of the manholes in accordance with the specifications provided. 8.2 Television inspection of the sewer lines shall be paid for at the unit price bid per linear foot. Measurement of the actual number of feet inspected shall be made from the wall of the manhole in accordance with the specifications provided. Electronic media documentation of all inspection observations (all labor, equipment and materials required to perform this task) shall be incidental to the sewer lines inspection. It should be noted that if reverse setups (a situation that arises when the television camera cannot pass through the manhole section, making it necessary to reverse the positions of the television equipment and enter the sewer from the opposite direction) are required during television inspection, the unit price bid per linear foot of television inspection will be paid for the actual footage between the manholes involved. Measurement of the actual number of feet inspected shall be made from the wall of the manhole to the point where the survey was abandoned from each direction. 8.3 Sewer Manhole Cleaning: Measurement for this item shall be based on each manhole. Payment for this Item shall be full compensation for all labor, equipment, plugging, debris removal and disposal in accordance with the specifications provided. 8.4 Sewer Manhole Inspection & Inspection Reporting: Measurement for this item shall be based on each manhole. Payment for this Item shall be full compensation for all labor, equipment and inspection reporting (electronic media documentation of all inspection observations) in accordance with the specifications provided. 0 0 Sanitary Sewer Cleaning, Inspection and Reporting for Abalone Cove Sewer System Base Bid Line Description Unit Estimated Unit Price Extended Price Quantity (Estimated Quantity x Unit Price) 1. Sewer Line Cleaning LF 7,450 $ $ (See note no. 8.1) 2. Sewer Line Television Inspection & LF 7,450 $ $ Inspection Reporting (See note no. 8.2) 3. Manhole Cleanup EA 15 $ $ (See note no. 8.3) 4. Manhole Inspection & EA 38 $ $ Inspection Reporting (See note no. 8.4) Total Bid in Numbers: $ TOTAL COST ADD LINES 1-4 Total Bid in Words: Estimated quantities are for bid purposes only. The City reserves the right to increase or decrease the estimated quantity. Name,job title and company name Date 411 11111 Attachment 'A' SPECIFICATION FOR SEWER LINE CLEANING (As Provided by NASSCO) 1 Intent:The intent of sewer line cleaning is to remove foreign materials from the lines and restore the sewer to a minimum of 95%of the original carrying capacity or as required for proper seating of internal pipe joint sealing packers. Since the success of the other phases of work depends a great deal on the cleanliness of the lines, the importance of this phase of the operation is emphasized. It is recognized that there are some conditions such as broken pipe and major blockages that prevent cleaning from being accomplished or where additional damage would result if cleaning were attempted or continued. Should such conditions be encountered, the Contractor will not be required to clean those specific manhole sections. If in the course of normal cleaning operations, damage does result from preexisting and unforeseen conditions such as broken pipe,the Contractor will not be held responsible. 2 Cleaning Equipment: (2.1) Hydraulically Propelled Equipment:The equipment used shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter to the pipe being cleaned and shall provide a flexible scraper around the outer periphery to insure removal of grease. If sewer cleaning balls or other equipment which cannot be collapsed is used, special precautions to prevent flooding of the sewers and pubic or private property shall be taken. (2.2) High-Velocity Jet(Hydrocleaning) Equipment:AN high-velocity sewer cleaning equipment shall be constructed for ease and safety of operation. The equipment shall have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a sold stream. The equipment shall carry its own water tank,auxiliary engines,pumps,and hydraulicaly driven hose reel.The NASSCO Jetter Code of Practice shall be consulted as a guide for the selection of different type nozzles and recommended pressure applications for various clearing requirements (2.3) Mechanically Powered Equipment:Bucket machines shall be in pairs with sufficient power to perform the work in an efficient manner. Machines shall be belt operated or have an overload device. Machines with direct drive that could cause damage to the pipe win not be allowed. A power rodding machine shall be either a sectional or continuous rod type capable of holding a minimum of 750 feet of rod. The rod shall be specifically heat treated steel. To insure safe operation, the machine shall be fully enclosed and have an automatic safety clutch or relief valve. (2.4) Large Diameter Cleaning: For cleaning large diameter sewer,storm or combination pipes, consideration should be given to a combination hydraulic high volume water and solids separation system. The flow from the sewer will provide water for the pump operation so no potable water is necessary and treatment costs are not a factor. Water volume of up to 250 GPM at 2000 PSI+ will move solids to the downstream manhole in high flow conditions. The separation system will dewater solids to 95% (passing a paint mer test) and transfer them to a dump truck for transport to a sewage treatment plant or approved landfill. Sewer water will be filtered to a point where it can be used in the pump for continuous cleaning. No by-passing of sewer flows will be necessary. The unit shall be 41, • capable of 24 hour operation and the unit shall not leave the manhole until a section is fully cleaned. 3 Cleaning Precautions: During sewer cleaning operations, satisfactory precautions shall be taken in the use of cleaning equipment. When hydraulically propelled cleaning tools (which depend upon water pressure to provide their cleaning force)or tools which retard the flow in the sewer line are used, precautions shall be taken to insure that the water pressure created does not damage or cause flooding of public or private property being served by the sewer. When possible,the flow of sewage in the sewer shall be utilized to provide the necessary pressure for hydraulic cleaning devices. When additional water from fire hydrants is necessary to avoid delay in normal work procedures,the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. 4 Sewer Cleaning: The designated sewer manhole sections shall be cleaned using hydraulically propelled,high-velocity jet,or mechanically powered equipment. Selection of the equipment used shall be based on the conditions of lines at the time the work commences. The equipment and methods selected shall be satisfactory to the Owner's Representative. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer Cines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole,the equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or the equipment fails to traverse the entire manhole section, It will be assumed that a major blockage exists and the cleaning effort shall be abandoned. 5 Root Removal: Roots shall be removed in the designated sections where root intrusion is a problem. Special attention should be used during the cleaning operation to assure almost complete removal of roots from the joints. Any roots which could prevent the seating of a packer or could prevent the proper application of chemical sealants shall be removed. Procedures may include the use of mechanical equipment such as rodding machines, bucket machines and winches using root cutters and porcupines, and equipment such as high-velocity jet cleaners. Chemical root treatment may be used at the option of the Contractor. 6 Chemical Root Treatment To aid in the removal of roots and at the option of the Contractor, manhole sections that have root intrusion may be treated with an approved herbicide. The application of the herbicide to the roots shall be done in accordance with the manufacturer's recommendations and specifications in such a manner to preclude damage to surrounding vegetation. Any damaged vegetation so designated by the Engineer shall be replaced by the Contractor at no additional cost to the Owner. AM safety precautions as recommended by the manufacturer shall be adhered to concerning handling and application of the herbicide (see SEWER CHEMICAL ROOT TREATMENT). • Is Attachment `B' CCTV Codes Ob:errnaaa Field: GF.:arvkOrs Field: Fame Group Emit I De::rtp:tcn Filially C.-:c.IF C ods I De::rip tiCL '%1L., NI-:t:::: MCC C amw•a Ua3ana atrc: MD O Genera:observance : . .:._ _:_._ RF Rom F ia. MCP Genera:Pito :._T- hint Learh Chane : F._cr.-SSedi c MLC L•.,;.-=:l:aas4 MSC Sian-+;or Sian Chas.:: 2,...:Z7: EL. MRI Water Lav: MAIS Aum Lora:Sas F_T :.:-..•:1: MWM Wats:Mark _ .-a:..,._ : 'Ver••-. :ca.=:ache: MYV D.Tart V,is:ble 1.7. v. ..-Ra: MYN D•,i.Tea Not%'liable 7...7: 7..i..-:..._ :_r MMC Mammal Clangs :r rs.c rum s,l 27.-,...,,,:i. T B D:sp'acad Brick MSA Surrey Abandoned C: Droppsd Inver: r:on:tn.,ac c .�_..:::. _• ACH .Catria Bann !.'.F.- Mi:ting Brick Ses.rure ACO Cleanout Moeir:,:::._;c .ADP D::chat na Pent :_::-,-.i C Crack:_:•s:.`a:a=.3. ABP End of Pipe CI. :tack L:_st•:.ii:a. AOP Special Clamber ATC Too Ccnmo:�oii ;h:. Crack Longiniias.Y.'•=s AWW Waft WeL' :1-I, Crack Long:taloa Hinge ATE Jirs.:tic:a Box CM ,Crack M.u:: . .A1: Mew C S Crack Sptal A.V.2.3 Mar. 14 F=F Fracture Cicru_fa:unt s: AWA A'a:oz•xatac Acce:s Decico F: Fracrx4 L acin.dir-s: IS=lzrdint Seal _: :,nt:ufaaa Sall Grout FFi= Frain-m-4_x1:1_dins:F•a=r: FFi? F:3:cry4: ;car:.dLs:r:ssg‘ ' LSSA InruAiag Seal Rats F3•i4 Fracture Longz ids:a:Hum - 'Z.I Iaz~u iu Seal Oskar IN Fracture JduLtip:e I.=Line AL•gaaien- LD A:agaurant Dogra F: F:acczrs Sprat Lt A:i a;C'p B=8:01F. Broker, L A::ats ec Left _:'.' Brpken-Sari:%-isalaa LR A:i :Riaht F.'.', Broken-Void Vasil LL A:igurria..Lee:3F or L.*Dosaz :3=2.3cle Eic:s LR .A:azuiecn Right tap at Rpt Dc= RSV Fi cA-Sal%%title _71p TB Tarp Br..ai,-Is.A.B.L.cc r: HVV Fia:a-Void Vis:bie 17 Tap:z:or (A.5.C.at Di _=Defora:at=s D C orzrsred?ga TR Tap P biitaoed(AZ.C.et r DM Cef::r,ed Brick-:3crzomtal TS a Tap Szti:e 1,A.3.C.or D'" DV Doc::-sed!r:k-Vera: Cr t�' :_.aF::r•. 2..-1. .417:1,:hod jx+0111: :._:oLlap:o Colap.ed 6rici Sew.: }3:' C t[Lap:e3 Seger Pip,: :,afire:Lod dapc:in DS S4^.41 3:f:::t: :7_ _ : •._-;.• :JP C rant Air Tait Pas 1,44 '_...NZ, ..; hint:Aagtiar GTF Grout Air Tett Failed -: kite Cffsat C-11.7 taab:e:a perform Gm=Test .N. hint Separs:a3 I=Ia5:1.-:r IS ,nfi.radca S.gin _:=ISrLD Fol:.::: LF.k; L=sat.-AFa dzed Caaao:ti . i .7a.'u den Weeper _.Faa...'a ::.Ar Dans Tai:.:rc Via:Spa:s Ir :aiLuadcn Crrippi :FB L=4,..i Fea:u--s-5li:ucrd larluancz.Ranee :FBI: L••,„_-fai:urc-Buckled Is IafiIrancn Cru:lrc: Lflt t=uns F4a:uro-Bliss: C:B=Cab:x:le: :BB C)k-s:a:ie-D=ire LFCS L Fai: =::Lae:dan Lir`__.-:: C 8: Obstacle-Thru Can-Ian= LTD Lass Fas:::.-s-Den::.: OBI Obstacle-Iauud=rg tics Wall Lr,:: _ ;Fai:_-c I}isco:,ora:.__ 08 Obstacle-In lam LF-DE : F er.,:s•Defec-+tea 1.--: OBNI Obstacle-Pipe Siitecal LFt. _:.rs Pai:-...-s-r.•:*moi.•do: CBN Obstacle-Cmatt.Detail LF : _=4a:.-O.*r:m Cname:t•cm 03P Obstacle-E=oataal Pipe ca cable =F:'. =Flat-LTnd,arriu Conne-t:on .CBR Obstacle-Rocas LFPFi LI.--...::g Faizrzs-P'-mhe:4 OBS Obstacle-Bm i in:: ._.:-.., LFF..S -�zs Fon-.:.ti .F.ks a Slus DBI. Obstacle-C+th,et LTW -=.:_:Fa::.:a-Wrinkled • _ ._... WF=Weld FLl-_ -1-.7C Well zi:-.-zc Circ-urderenta: wT. Weld.=z�.4-lonalr..dl T•1 WTM Weld=aC• -Multiple 11.7.5 Weld=ti:..-Sp:za: V172 Weld Fti:,-s-J:bac ,...-face Dara:c: :;.'...----face SAM Surface Acr.agate Missing :_ :sax Da�:.as.; SAP r:.=face Aa=east.Projecting `SAV =�-fice Acs acate V::itls �- , ':�_.amu.. - - R4pur Localized -,s; SC Surface C caro::,�s. SC? S s:o Cccro:icr.-S.ogal P•zpe SM=Surface Jfis:ias MI Surface Misting-Wal] R_�=C :.cG air Lacsliced- T roc:w-s•.c SR=Sath:4 SR: 'S urfac•Easier=stung:C c c .i F.:2? 3,6pur Pit_ Rem:r.eaai• Sx.P S-Otto F.4: r.4:ranolec i=a F??L .5.4par Pa L�sfo:tt'G SRV Si,:.:.rF.4•:�.'Or:4cxa:Vi:ib RPR F.apan Point P7pe placed SR=Surface Rougher. 55BLI Surface Ronahae:s Increased :UK:: :.cp In Paint Bade:t:r S5=Surface Spa:Las $55 Surface Spallina R.P2 F.,apuT-Other SZ=Surface-Onium _ S2 _Surface-Other R_ZT, 5.apair-ether dere 4110 0 Attachment 'C' CHECKLIST FOR EXECUTION OF MAINTENANCE AGREEMENT TO BE SUBMITTED BY SUCCESSFUL BIDDER: LI Contractor's License Certificate/State of California Card (must be current) El Workers Compensation Insurance Certificate Il Liability Insurance Certificate in the Amount of$1 Million, Naming the City as a Co-insured 0 Automobile Insurance Certificate in the Amount of $1 Million, Naming the City as a Co- insured El General Aggregate Insurance Certificate in the Amount of $2 Million, Naming the City as a Co-insured 0 Additional Insured Endorsement - Comprehensive General Liability - City of Rancho Palos Verdes must be Endorsed (See samples attached) 0 City Business License with the City of Rancho Palos Verdes • • POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20100704 THIS ENDORSEMENT CHANGES THE POUCY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Mame Of Additional Insured Person(s) Or Organization(s): Locations)Of Coed Operations Inforrmaban reouired b corrniete this Scheckitsthown above.'Al be shawl in the Declarations. A. Session M —Who Is An insured is amended b B. WO respect to the insurance afforded to these include as an additional insured-the patson(s)or addiional insureds.the following additianai exdu- ogenizabon(s) sham in the Scheie.'but only cions appy`. with respect to Sabah!for"bodliviiiurA'property This insurance does not apply to'bodily injury"or damage' or and aciveriising injury° 'property damage'occurring after_ caused,in whole or in pert,by 1. Al work, including materials` parts or equip- 1. Your acts or omissions;or resent furnished in connection with such work, 2. The ants or omissions of those acting on your on the project(other then service,mailenance behalf, or repairs)to be performed by or on behalf of in the performance of your ongoing operations for the additional insured(s) a t the location of the the additional insured(s)at the laconic' n(s) desig- covered operations has been completed;or Hated above. 2. That portion of `your work' out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the sane project CG 2010 07 04 C ISO Properties,Inc.,21ID4 Page 1 of 1 ID ' r • POLICY NUMBER COMMERCIAL GENERAL LIABLITY CG 20 37 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Location And Description of Completed Operations: Additional Premium: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Section II —Who Is An Ytsured is amended to include as an insured the person or organization shown in the Schedule.but only with respect to liability arising out of'your wort'at the location designated and described in the schedule of this endorsement performed far that insured and included in the" operations haz- ard". CG 20 3710 01 olti ISO Properbes,Inc.. 2000 Page 1 of 1 0 , • �+' a lir {,t `� fax r _ .40 •0',..i4-',' *.t. di--' �: ' 'If- 7, e.,:. ri ,y +- • I. _)</i le if 4- ....________ , ., .._ ,, , . .. 7._ ., . •.... ). - -,,,,,, -,,, .„.:., , J• � Ir -•,,,,.„,. ; 4,, .,,,, , ,,,,,,#,,,. ,,-.... ,,, ., ..t.'l • .:11r-----1". 1,. Iri ` 1. + m. ..' •� ._ • raj - '`'.F :.' � ipii.„_A,, - ; ,i'i._,,, * ": ' 5 , , • , : - - ,.„to ,,, : - - -- - , . 6•a1""F't"nr k ... ii I C' Y y �` •'' A• �' 1'+ afi.. ,w �'1' ° Q� -.0.,- w girl) • h ^ y� ytr 4� ?IMO •''pleq/rrt s y _.�• �,• ,.,- Pro1 C 1•,•- ,,X ,"-,•1. y it,, ,. 1/4;11. .. ■ 1 - R' r .tr.* :,i,�• i r� I a I x i t•'>tA.r 1t`n• - ' ," ... ..._ry-... � ��� �r a � rl•'�Vr':'.. .i'�K. •z,{��a- ,t ,• °��a '' 0 rl- -.lt - •,C� '? 'R�Y; i,x �, 4•w•,•l1.t1 '� sJ 1•FN l.i. •r- �'°' - .t , , +,. Wdet Vt'A•a 777 �jl./► _,v ' • ,.a" ti`i -l.an1>r• ...., ` �' • r. ..,.c .•,- •r ,r � Al• it ,m 'St --.. -• jf..r.'sn[I•,•wtir 0., ��. V 1 ....,:,v z wn...,H..H.nS e. o• 4' 't ! r.Atti,!� M° i.^ ' •�'7 !t'< , Vit•,+{, 4� ..4144 t i > {yl••HMv11n ,.a s•,. /tr aa.. ry 'e -• `• ` r-\. ` 'R;4,. •..s y,+•}4 ., O l • ! If" - *4 4 • Y CD1•M•tl'Ow�r1. 1 Iklpvlp„tlla T.•,,,„". a ^w Wt' .. , , • 4. i.:- .- .r ,t. iy V' % 3 JJ ***'...4.41Vv'° .. •y FYlIMYf C a./Nry:]ub Q ♦•� x - • 1.. . -`t'P 4.47i7, • •r y /. , - . F• .�«^ �1.. f * ' / `c ' 'mac • 1� ,I y� F#�M$,ne.Coss ,,, ° it.s Y C) . ,.'•'. 1 ,V 7 :! ,A ',► ' I • 1.•! . _. ti_ 'F ws - • u�z �yN 0,644 Ca,.:': 41 d~ '�" M+/A••11 - . ;•,•-Y ; .;_ . •• _ he'' •�,,1,. • • ,�a .. , M Si t : 1 4,' . A M, �� •1r v .r ,, ,, e r'''' „5, -:.. 0% ' . s T c 1 '1 •• f q Eir' d , 1 a � p t rt► 4(�'� - I'> • .Y'' �•! 47v: 1 •4 .. ......_ 'Ilir —4:114'-----"1"""\ Project - w114:" • �,. ;� ` r Location •�, • ' �a Sia. red, t �„ ,� zT .. - . Nahwtt p•n fetlM b , ] (? 1 !!1 `T •d•-y 1 • k •Cow.wn.zrh,'/r• M .• 1 ....t.: ,, ; h k-:III �i i • ! •`I - M• /•. • {'Wnl f, k N.'<' "�r .#'. t�. _ �••_ • _ \ t. :liyj ,:M `' 4;--'-'7,-,-'', - _`• O }.. �f ! Wi••r'r, j� ,rn: $ i, sl ? t�j •'Yp' • ! t` t �,. r ` ,, i' ,� , , ..P Mtl,Mp N61R 31 � b ''� rR`r�v • r�, .,- J ! ,V i. t��.. • }, v✓' Y'4v • I ". \ •�:. �CAY,.n A. ?, .► ^ ,M�(+;�. ' ,�• r kit • • C�l 1./.. - ,..0.—, .r,r! • * ., .� .-. ry, 4+ ° f. '*'� _.t7r i' • �i M 9•,it Sun f'!C s y_ y , t • _ ? :.is E v . ° if#04...• t. °,, , - - _- .• ,- hra •. w bn31-' '. - '�'l. n ' : ,,ma•�yp+y1r ;A. • � '-. _ ��• .` w� 4j�•'z•�, a j� `-7-..•• r ,... Zet 4' , • • l9eAnyeka :,, W4 .,i �' r>', r a s y K., ti Iiitit,. ..t? • ,` N,bll,G � � � 'RR` 1 � ` i :,.0,:,:i �""'' +-r�� �, .t0...:/. 4.. .. :..tv . 1811:' ' '''' ' .' 17, . ', ' vtl...K rte ,, t,,, �• ,MItiaNOn h•tl•. 7 •, e Mr •1 •:` " . ' ,.lir.'\61,1i,4'4'17 1.4 • • ',:..,11t1,7,, lit,'', ..17. ' '',•• •- ,I ...-. ,,t.(1,...**,...„ , ,c,,..k : . '4'..r1,•44.` ,,,' ..( '' ` `�,. C;.,- •,t~_ -`.,, • i ` -°+► , . _Y, ' -fir, Wson.3.3*ewe-f•i..0......Mw.w.. M ; IP.-:111***It,1:041)0H'Iii 471q--¢a7 \ 7`T 1�,• �yi w 't i ;yf / 'It w �+ ?r �Y .r a �f _I�yVi, y oi • *' t� 1. ..'.{ Er iy ti\y'F , 11 r.}... o e/ 1 y �/, y \ h 3 "� c �*,Ais n '1".: �� R+�: 5'',+ ] �l -M r •A ; •%'^'�is�- c', IR 4�?, Y .? ',.;,7„,,.-..:.,,i',, te ..'`1� ,..r- Ark: i!! "�-, .0.',i,;,•ye '�:1,4 I • . ,� ' ." '• Li•' ' •1.e 0� r` +",,ai-- ,f, ' Z ,,y v'q,;41 `I:4 . `it, ,. V•-'.....4„:,^•'^'i •i; + ,'# _ it .• ` Vicinity n i y NA a �• J •�,. T '� �:; '��y 4'� ��f";*:!".t.::::1-,;;41):17.0.. ►y�7`i' �} 1�t7``-1r� �^" �},. �`' •_��`r V �i '-aS►-.'---' l'' -, ,,, „, _,...,,....,„..,,.... Y `i vimY `�. � ':7. .f 1� t 1•j f�� - ,.. } " l�:k �` t ,, < - '1` i•cam ; f1Y1q,1 t• • .:+� t,', ,� .,• . % iP�1, ? � +a•R Y •� Y .y sem. s _ '.'!� t; '� ::. ...,., , ` 4r• r: . , _▪ � a— ., ��'ly e•r -al•�• �,'•• S�' C, k +, .J. • .‘,.., : ,,,,,, ` moi' •^ : ,__,,,,, ... . _. . ., . ..., . . .., 'Ai, r -1,,,....!- i `e(J :+ • e.,...,„*. ' `4 G r• O. Y .1 ! W;'•Al', .-.1,''t w ., °*” A. f I . •' }i 1 ;T y �''ar� a s 1:+ J '•► i r } `�12� • , .'40 I. V.. • . N' '''t,"•:- 1.414t44 11.;.14' . --- _ ,!... 9.44, 4.•. '.541 -,...-.... , 1,,,, 4 ` +'...i''�"'. ', .'r{4,A': t�,' JL �' '�1\ ♦�. ''y f� ..` 4 i FZ11• t ••� -rv: ittz.y, : # •!� ..........,.:,14--- • r c t 0. , ♦T• +N.r� ♦ z-4 l °/ a '�.' 4 s _ . > ft...., .`,,.r;..,,...•,......t,,,,,,,„ 4_ . . • -.44., .' *�! _ i Ij..�'.... 1 r .` .�r- '....!!.---4 ,^ y';t-.,r. w 4.•-'--• ; '!.. ,,1. - '•R" Ni •:;,\•it'y 0 , a, .. .,.. , ,,,, -',,,, As, '‘ '',. t 11,114,0k,‘„) ,,,,.. „,,,I ,,,,,.. ., .*. .- . ' '' , 1 t Abalone Cove Sewer System Overview Map • Not to Scale L411111 RANCHO PALOS 30940 HAWTHORNE BOULEVARD RANCHO PALOS VERDES,CA 90275 :,. 0 ."_,_. , 4 -.1 t, ',,,..t.e0 * • ID,, ......_____________ ,0•111111111=1=1111, . 1.1MEMIIMI., See Map No. 2 for a��# - , r manholes in this area P, y9 "� 1� - «f '4 A%ir. *' , - pit '-- ." . ,:- . \ ,* ' ( a ...w• ,tom °•' 2 'If .„ 'i,, tk t ,fr (. .., d y :' ' . "' .... 0::.. " � :-:!,„ ? Y~ ry r 44 • y . ' lb N: ,- ii.* -, _ ...., 225' , s'-'7=-4=4:-"' '-i ,r'.A- :‘'' \.,' -P '* .i'.' L ,- I. ..it---Z - , --___ •. 7�y 400 �. � 0. OP 1 / 'h r ..J' Yy, epi ir•��.."^._i' • �' � i��i 4� � �.,., _ AVIt .., _ T Q \Ai P .1 V - pr, ., n fid5 ..1. �!t - �� 1 $ ', ..8',.„,,,4). ���j t� ..,1,...r.t1"—'' tilt..4,', - , *'''''''' �I;.. ' r''�, �. �� �� K -s -��P.64 � #sip!= . SSAC 3C �,. 1 ,, is ,, u 4 c �Y P '..".....it - y"�' • . II?". a. f"� M 8L Y'nM A.! , .K. 1 - r .'r 4' k ,R "'-_ f"} ' A' ` # M!t >r•'• Y _ •- '. 1 . ' illirea. ' , r ' . . ip , IS _ , , ,.., , --1 4S's , i A"trit.., . ... ..(0:11. ., . ,..,N- , ft . ', iir''' i.7. �. ^ Piri l•_ .. it, .t.. Csik 3e, s . te v f' . ir-r-'7.,,b,..., .. - -"q\t„, • .4,4 E $ r 4 • , fi•r i� • R Y `� � =v I.r J j 1f . . , 4. , , x PA l1 `r 1,„ ktik 4 A .r. , ,,, - A' -' v ...:. ' - . - , ,,,,,- . ' ,,, el) ..„..... ' itrl .--- t ,, t. s, i 'tv,...e- -''' ' , ,,. • • ..I 1� i i X09 1__ __ -__ -- ,: _ 24 L, S SAC 27 Itte Ok - . , ,.:.05 - WWI _ ,........ ' .-. k•,..,---- 1. ..:-. -- - 1 eh •;".10.:0:3 r cy r -rY0 . _ At � f . y " - omr , • •.. • �, w./ tr-ii kl.--_ SSAC 23_. 4e0 . 4t ' _,......ir i . ''' - ' 0 * '- . ob.44,,,,, - ....i.,,,stAirtte ., „. ".• .. _ ,_ , _ :ttu 1 t - - 4:AL::' ': , -.7111' 1 .- "1 o # \ 4- " ��, �`-••... 1 _ - a �M 1. .1. �'. .. r_Y —......i. - .. � d y op 0 c, w " FlK � � . Wily ip, - , . -210_1 /10,.. 217Y.- .' - t" r ' ' �P .: 4E ��� Mf�. �=� ! � 'i, ► .�I. . -- f"�+ SSAC 58_, . -' � i, .i , . S � 1v - 1 -t T... " yri „,r ..k.Kr .11, _, ;,Y. • r i it �fes�}a Illl y , , wl �y, • ea 1 :Ir. 1 Allo { r, a t _ PM j ` it, .y _ _ sb ; v 4• 4 f 1 f - _ . V • '"''' '- d r - '-''4.4 7_'t,, iii .tip* fi,. er 0 i, I ilk 4 . 7, jtat,,,, .„....4 tt-Lt „1:,, ,1:, v. _ .— -1.,' 4PIP %.'4-' $y -4' Ve: b r . .4 ~ 4 .i,iLioniii10 t ailliti.- 4 .. _--_,...41116. - yi 'T , * All dimensions are an approximation. Note: All manholes shall be inspected for any sludge, dirt, sand, rocks, grit, loose PIPELINE SEGMENTS TO BE CLEANED &VIDEO INSPECTED solids, roots, grease and any other debris and shall be photographed with GPS data recording camera prior to cleaning. Manholes shall be cleaned - - prior to pipeline segment cleanup and video inspection. Care shall be TO FROM TO exercised in the selection and use of cleaning tools to avoid manhole & FROM TO FROM sewer pipeline clogging and/or damage. Manholes part of this project include all MH shown on 'PIPELINE SEGMENTS TO BE CLEANED &VIDEO SSAC 19 SSAC20 SSAC26 SSAC25 SSAC39 SSAC23 INSPECTED'table (this page). SSAC20 SSAC21 SSAC27 SSAC26 SSAC40 SSAC39 LEGEND SSAC21 SSAC22 SSAC35 SSAC19 SSAC41 SSAC40 C) Sewer Manhole SSAC22 SSAC23 SSAC36 SSAC35 SSAC42 SSAC41 8” Sewer Pipeline SSAC24 SSAC23 SSAC37 SSAC21 SSAC25 SSAC24 SSAC38 SSAC37 - , R/\110-10 PALC)S VErZ:)ES Map No . 1 • (Map is for reference purposes only) Not to Scale 30940 HAWTHORNE BOULEVARD RANCHO PALOS VERDES,CA 90275 . 0 # 1,',',: - , -•„*..,,'•::c,..,..„,-,:::1,-,,,,, , fr ' {v.,4 .,„,..,....,;,, - , ., • ti ' - —..4e - �► ..�' J . r ,�'. r • 'n 777 ..... , d''°` • .A• 1. `..-.,�, . .ter -A .. et..,f _ k.',`- f' ,,,_, ',.r "ter.. •'�- ..yR r t M K.l�._ , ite...-'- ,,,, - �� .,� + . „Alt , . . PIPELINE SEGMENTS TO BE CLEANED &VIDEO INSPECTED ♦tr _ ir7 a. ,gr 444k,... -i , r S SAAC 47 .. *. I�” �,,, ° 0 1 r ti; :} ' ti FROM TO FROM TO FROM TO W , .... i. i - p shy I I�, - --- At' Iir ' : .- `I k .'1`�l SSAC28 SSAC27 SSAC43 SSAC27 SSAC50 SSAC49 ..;:- ! 7 tip. x L p;» -/- -, - a-yam 3•„yj -.v+i" ,,,, : : �, • -al , SSAC29 SSAC28 SSAC44 SSAC43 SSAC51 SSAC29 A �r` . IP- 3I ii I SSAC30 SSAC29 SSAC45 SSAC44 SSAC52 SSAC51 T T :1, 1.., •„ ". - 1 4%0A'I'' ,. '"Jr,' I - 00w°II ' r_ - .� 1 I SSAC31 SSAC30 SSAC46 SSAC45 SSAC53 SSAC52 ¢�- lilt 256' ► ' ai,',#-- " , I. -ra ,: Ja ` � SS - SSAC32 SSAC31 SSAC47 SSAC46 SSAC54 SSAC53 r , i4.% i 1 r. orAre..., . 0' ''''.- 1. SSAC 45 4 ,,, 1 • aT '` 1 SSAC33 SSAC32 SSAC48 SSAC47 SSAC55 SSAC54 0r4 � .-_ - , ,....., 50 ,. • _ I C a SSAC34 SSAC33 SSAC49 SSAC48 SSAC56 SSAC55 SSAC44 ,,.,„v. -i;": .4.4." 0, , ... . I SSAC '! ', .- n - 1' 305' y1 `• to 1 2_ :Y , Note: i ft t S SAC 43 R4. ;�� `. 75' �► + All manholes shall be inspected for any sludge, dirt, sand, rocks, grit, loose 4. ., b . ,,' ' - ! solids, roots, grease and any other debris and shall be photographed with "�. 4.w'r. SSACz7 �`` 44, '"'`' 0 1 SSAC Ez ''' GPS data recordingcamera prior to cleaning. Manholes shall be cleaned . 1 ...wiT'is-k.:.- I 0 ,.,,�- '- f ♦ ,r Y -T's.. ---'-"�.w.-�" -.r - T::rr}r_ r .., - �s,r` -�r ,.+�,.....� prior to plpellne segment cleanup and video inspection Care shall be . �' ..�,�_ ; SS s ,; ��'1 _ t. ,R exercised in the selection and use of cleaning tools to avoid manhole & ' •: • ----10,7-0*--- . --+ 103 `'�"'� r _ ` '. 4 410�, ~' - ;' sewer pipeline clogging and/or damage. Manholespart of this project ,10�, • p p gg g g p 1 # , _ tr.� = -- SSAC29 - f .�-rA;e include all MH shown on 'PIPELINE SEGMENTS TO BE CLEANED &VIDEO ' " Ii"."*.) , _ , � t. INSPECTED'table (this page). . -' M j "rr _ -..;',....,- , • 1 , . . , . ,, ._ , ., r 4:44." i4i; .,. r ov'tli, yy , _•1 ' �:' p � tet, x'' F� ', a, - 1, f\7____......4.---.0...4,,,, _aipti ., ,i_. . .. A'r� r ``," r f�f , i rf ''e!,..b w i Ai, „ , ' .„ t i, ...._ . IP ,%.,„ yyyyyyy.,�lll�////��yy�.�;, * M - • le .,,,, •a Ty ''. �► a '1 LEGEND • tiny •la • .y 2. a... i,... , , ,�a_.r i ,. S' y..1 - -, T ..1%,. ■ • . i • _. .. -,. , f . , .,- '�y ,r ,:�, �� � '�1� rl `�:C4 h R �' '� �'�'r; l.,', Sewer Manhole r' FSC z T 1 oti- a e flr 3•� 8' Sewer Pipeline fir ' MII►1 ' t . t,� / nit( Y"'t �. 1' .mit �RR ,'..- . ..•N ' ___E fob '' - ,1'.441 . 4' -:,' i ly...,,) ,4 la= -` y 50 •r l .• ,,bk. > ^f J t p . yam.. w 'ti t - i .. .... • * All dimensions are an approximation. 1 gilli RANG—10 PADS VERDES • MapNo . 2 (Map is for reference purposes only) Not to Scale 30940 HAWTHORNE BOULEVARD RANCHO PALOS VERDES,CA 90275 • g)(eieir-,,? Sanitary Sewer Cleaning, Inspection and Reporting for Abalone Cove Sewer System Base Bid Line Description Unit Estimated Unit Price Extended Price Quantity (Estimated Quantity x Unit Price) 1. Sewer Line Cleaning LF 7,450 $ � ' See note no. 8.1) �y -� )5 2. 'SO 2. Sewer Line Television Inspection& LF 7,450 $ C �� C� $ `3�` S2 , �Cl Inspection Reporting (See note no. 8.2) 3. Manhole Cleanup EA 15 $ ro $ � S (See note no. 8.3) 06 4. Manhole Inspection& EA 38 $ CQ � a� $ Inspection Reporting �� 1 Q() do (See note no. 8.4) Total Bid in Numbers: $ n (/ ' TOTAL COST J , ADD LINES 1-4 Total Bid in Words: i -Thcf-Lc_ ic ct C ( Estimated quantities are for bid purposes only. The City reserves the right to in rease or decrease the estimated quantity. C�►�� C��A SS howtf Qdo"jAA,ice E' & LAIt 1tAII '15 Name,job title and company name Date �L� _ �3 7 w • Bond No. 1001018523 PAYMENT BOND Minimum Premium: 5300.00 (LABOR AND MATERIALS) KNOW ALL PERSONS BY THESE PRESENTS that: WHEREAS the City of Rancho Palos Verdes California("Public Agency"), PERFORMANCE PIPELINE TECHNOLOGIES 9 tel=has awarded to 5901 WARNER AVE#482,HUNTINOTONBEACetogkoP2649 ("Principal"), a contract (the "Contract"), which is d t incorporaeherein described as follows: by this reference, for the work ABALONE COVE SEWER CLEANING,INSPECTION AND REPORTING PHASE I WHEREAS,Principal is required under the terms of the Contract and the California and sufficient payment Civil Code to file a good bond with the Public Agency to secure the payment of claims of laborers,mechanics, material persons,and other persons as provided by law. NOW, THEREFORE,we,the undersigned Principal,and AMERICAN CONTRACTORS IND COMPANY (Name and address of Surety) ("Surety)a duly admitted surety insurer under the laws of the State of California, ,as Surety,are held and firmly bound unto the Public Agency and all subcontractors,of the laborers,material persons,and other persons employed in the performance Contract in the penal sum of F I Y- $9,355.00INII�E THOUSAND THREE HUNDREDFIVE Dollars($ ) (the "Penal Sum"), this amount being hundred percent(100%)of the total Contract price,in lawful money not less than one of the United States of America,for the payment of which sum well and truly to be made,we bind ourselves,our heirs,executors,administrators, successors,and assigns,jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT,if the herebybounded Principal, i heirs, executors, administrators, successors or assigns, or subcontractors pa,his,her or its persons named in Section 9100 of the9 bc°ntractors shall fail to pay any of the California Civil.Code,or any amounts due under the Unemployment Insurance Code with respect to work or labor performed under the Contract,or for any be deducted, withheld, and paid over to the Employment Development amounts required to Ym p ent Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect to work or labor performed under the Contract,the Suretywillan amount not exceeding the Penal Suras specified in this iI pay for the same in an void. pe bond;otherwise,this obligation shall become null and This bond shall inure to the benefit of any of the persons named in Section 9100 of the CaliforniaCivil Code so as to give a right of action to such persons or their assigns in any suit brought upon the bond. In case suit is brought upon this bond, Surety further agrees to pay, in addition to the Penal Sum, all reasonable expenses and fees, including reasonable attorneys'fees, incurredcosts and successfully enforcing such obligation,all to be taxed � by the Public Agency in 9 as costs and included in any judgment rendered. Further, the Surety, for value received, hereby stipulates and agrees that no changeextensionof alteration,addition or modification to the terms of the Contract or of the ' time, work to be performed there under, R6876-0001\1 682822v2.doc C-I 110 or the specifications for the same,shall in any way affect its obligations under this bond, waive notice of any such change,extension of time,alteration, and it does hereby addition,or modification to the terms of the Contract or to the work or to the specifications there under. Surety hereby California Civil Code sections 2845 and 2849. waives the provisions of IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each purposes be deemed an original hereof,have been duly of which shall for all forth below,the name of each corporate executed by Principal and Surety,on the date set rpo party being hereto affixed and these presents duly signed by its undersigned representative(s)pursuant to authority of its governing body. . Dated: 3/5/2014 "Principal" "Sure PERFORMANCE PIPELINE TECHNOLOGIES AMERICAN CONTRACTORS INDEMNITY COMPANY //' (1'By: &GIt �la55 b�, - ,YBy: M' heel R Lan- • Its (Ai,v.,,- its Attorney in Fact By: By: P- its (Seal) (Seal) APPROVED AS TO SURETY AND PRINCIPAL APPROVED AS TO FORM_ AMOUNT RICHARDS,WATSON&GERSHON A Professional Corporation By: By: insurance Administrator Public Agency Attorney cy Note: This bond must be executed in duplicate and dated,al/signatures must be notarized and evidence of the authority of anyperson signing as attorney-in-fact must be attached_ Pe R6876-0001\1 68 2 8 2 2v2.doc C-2 111 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On C b,21'1 before meKendra chelle Boots, Notary Public_ � , Michelle Date Here insert Name and Tdle of the Officer personally appeared Michael R. Langan. S Hornets)of Stonerts) who proved to me on the basis of satisfactory evidence to be the person whose names isial subscribed to the within instrument and acknowledged to me that KENDRA MICHELLE BOOTS he/-4=7. =s executed the same in hi utho ed COMM. 1951463 < capacity( , and that by hisainaPsignaturelp on the «;Ea: paPUBLIC-CALIFORNIA instrument �er�on(��' the entity upon behalf of LOS ANGELES co which the persona acted,executed the instrument. • y Comm.Expires Oct 7,201 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 and official seal_ Signatur- '1".‘ Place Notary Seal Above _. -of Notary Po= - OPTIONAL �. Though the information below is not required# laws 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 0 Title or Type of Document: ( ;)Or-.Q' v‘N-1- $0 riNA. Document Date: Number of Paget-, Signer(s)Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Michael R. Langan Signer's Name: E Individual Individual y7 Corporate Officer--Tie(s): ::_Corporate Officer T ie(s): -- - Partner _ Limited i__ General R I T KT;-i J".,B r R I'1T 'I Partner---a Limited El General r uPn"vi :__' �,,�, -, - 0-�t�:��h Attorney in Fact o:SIGNER rT_Attorney in Fact Top of thumb here Top cx ftlignb here Trustee '.11 Trustee L Guardian or Conservator Guardian or Conservator Other: _..Other: tt Signer Is Representing: Signer Is Representing: ANERICAN CONTRACTORS IND ITY CO. "A Y ©2007 National Notary Association-9350 De Soto Ave..P.O.Box 2402•Chatsworth.CA 9131 3-2402 iiiwrw.NationaiNotary.org item#5907 Reorder.Cab Toll-Free 1-800-876-6827 IIV 1111 POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY UNITED STATES SURETY COMPANY U.S.SPECIALTY INSURANCE COMPANY KNOW ALL KEN BY THESE PRESENTS:That American Contractors IndemnityCom y wCalifornia corporation,United States -_ Stiff Cmnpany Maryland corporation and U.S. Specialty Insu ce Compnews corporation (collectively, the "C€ ni ,derby these presents make,constitute and appoint: Michael R. Langan of Pasadena,California its true and lawful Attorney(s)-in-fact,each in their separate capacity if more than one is named above,with full power and authority hereby conferred in_its name, place and-stead-, o exec , acknowledge and deliver any and all bonds,recognizances,=undertakings or other instruments or contracts oftitAitt to include riders, amendments, and consents of surety, v the 1»d penalty does not exceed ****** aright Hundred Sixty Three Thousand****** Dollars ($ *3? " ). This Power of Attorney shall expire without-further action on December 08,2016. This Power of Attorney is gram under-and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved,that the President,any Vice-President,any Assistant Vice-President,any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: -_- - Attarmij-4/1-FactAnagiven full power and authority for and in the name of and on behalf ipivi tilt execute,acknowledge and deliver,any Indldi bonds, e i ees ontraets, agreements or indemnity and other conditional or obligatory urWeilWidi any and all consents for the release of-retained perces and/or final estimates on engineering and construction contracts,and any and all es antklocuments canceling or terminating the Company's liability thereunder,and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved,that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimand any power of attorney or certificate binimile signature or facsimile seal shall be valid and binding upon the Company with rest any boor undertaking to which it is attad. IN WITNESS WHEREOF,The ComijMiicim caused this instrument to be signed and their corporate seals to be c:sAiffixed,this -- 10th day of December,2012. AMERICAN CONTRACTORS INDEMNITY COMPANY UNITED STATES SURETY COMPANY U.S.SPECIALTY INSURANCE COMPANY Corporate Seals ,,,,,;;„7,,,,,,,, ,:� ,,,,���,,,,,,r,,,,,, _= ,\•'',,Z C:.OgS,,,,` `�, S Uf�FT,�' ```�,.����insur<,�,,''%,N .: SEPT.Z3.`3?4 ”, (k ) - �'• 7(., ,. _ Q:.•.. =,y�. : , , • S Daniel P. Aguilar,Vice President State of California ""'''-`,��„ �,,,,'„ ��',,,„>>,�*►i,,,,��''���` County of Los Angeles SS: On 10th day of December,2012,before me,Vznest,a notary public,personally appeared Daniel P.Aguila0Me President of American Contractors Indemnity Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity,and that by his signature on the instrument the person(s),or the entity upon behalf of which the persons)acted,executed the instrument. -I certiMEMkLTY OF PERJURY under the laws of the State of California that theregcng paragraph is true and correct. --- WITSd and official seal. V WR A.., r '27 c ss on*19943319 Signature � � ...... �- (Seal) xt tNe c Cilitorms ti f tos Angeles County '' td! Cflm� I, Jeannie Lee, Assistant Secretary f AmccGonttc Indemnity Company, United States Surety CompanandJa. Spec .lty Insurance Company, do hereby ce - thebbve and foregoing is a true and correct copy of a Power of AftriwyontecArted by - Companies,which is still in fuceffkct; furthermore,the resolutions of the Boards of Directors,set out ill tower of Attorney are in full force and effect. In Witness Whereof, I have hereunto set myhand and affixed the seals of said Companies at Los Angeles,California this 5�� day oP g f_Xli- 2OJ . _Corporate Seals .,.-,.- U.k.., ,ti,,,,,,,Tf0�rr,"�i \,,,, .'.i. ��''�i `,,,,vili�SUJ'a,4 £ 3 4,.. ..• - o .�o -'��• '•h'. .�c`�-�•- •' gam%.. Q �eBond No. l l U-Z `7x" (F.„10?-4.\,.'cit:. i. �" Jeannie Lee,�ssistant Secretary A ency No. 312J `y'. s.,,Z5,t9ro •<_ -W /'j��,.-.= 3) -/`.-' Agency mss.• — sB, �'y=._ -