HomeMy WebLinkAboutC2022-217 - 9/20/2022 - Approved DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
113S c
0
SERVICE AGREEMENT NO. 4201
Closed Circuit Televised (CCTV) Cleaning and Inspection of
f�'anwo�alev
1852 Large Diameter Wastewater Lines
THIS Closed Circuit Televised (CCTV) Cleaning and Inspection of Large Diameter
Wastewater Lines Agreement ("Agreement") is entered into by and between the City
of Corpus Christi, a Texas home-rule municipal corporation ("City") and CSI
Consolidated LLC dba Aims Companies ("Contractor'), effective upon execution by
the City Manager or the City Manager's designee ("City Manager").
WHEREAS, Contractor has bid to provide Closed Circuit Televised (CCTV) Cleaning
and Inspection of Large Diameter Wastewater Lines in response to Request for
Bid/Proposal No. 4201 ("RFB/RFP"), which RFB/RFP includes the required scope of work
and all specifications and which RFB/RFP and the Contractor's bid or proposal
response, as applicable, are incorporated by reference in this Agreement as Exhibits 1
and 2, respectively, as if each were fully set out here in its entirety.
NOW, THEREFORE, City and Contractor agree as follows:
1. Scope. Contractor will provide Closed Circuit Televised (CCTV) Cleaning and
Inspection of Large Diameter Wastewater Lines ("Services") in accordance with
the attached Scope of Work, as shown in Attachment A, the content of which is
incorporated by reference into this Agreement as if fully set out here in its entirety,
and in accordance with Exhibit 2.
2. Term.
(A) The Term of this Agreement is one year beginning on the date provided in
the Notice to Proceed from the Contract Administrator or the City's Procurement
Division. The parties may mutually extend the term of this Agreement for up to two
additional one-year periods ("Option Period(s)"), provided, the parties do so in
writing prior to the expiration of the original term or the then-current Option Period.
(B) At the end of the Term of this Agreement or the final Option Period, the
Agreement may, at the request of the City prior to expiration of the Term or final
Option Period, continue on a month-to-month basis for up to six months with
compensation set based on the amount listed in Attachment B for the Term or the
final Option Period. The Contractor may opt out of this continuing term by
providing notice to the City at least 30 days prior to the expiration of the Term or
final Option Period. During the month-to-month term, either Party may terminate
the Agreement upon 30 days' written notice to the other Party.
Service Agreement Standard Form -Consent Decree Page 1 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
3. Compensation and Payment. This Agreement is for an amount not to exceed
$526,028.75, subject to approved extensions and changes. Payment will be made
for Services provided and accepted by the City within 30 days of acceptance,
subject to receipt of an acceptable invoice. All pricing must be in accordance
with the attached Bid/Pricing Schedule, as shown in Attachment B, the content
of which is incorporated by reference into this Agreement as if fully set out here in
its entirety. Any amount not expended during the initial term or any option period
may, at the City's discretion, be allocated for use in the next Option Period.
Invoices must be mailed to the following address with a copy provided to the
Contract Administrator:
City of Corpus Christi
Attn: Accounts Payable
P.O. Box 9277
Corpus Christi, Texas 78469-9277
4. Contract Administrator. The Contract Administrator designated by the City is
responsible for approval of all phases of performance and operations under this
Agreement, including deductions for non-performance and authorizations for
payment. The City's Contract Administrator for this Agreement is as follows:
Name: Amanda Howard
Department: Utilities Department
Phone: (361 ) 826-1894
Email: AmandaC@cctexas.com
5. Insurance; Bonds.
(A) Before performance can begin under this Agreement, the Contractor must
deliver a certificate of insurance ("COI"), as proof of the required insurance
coverages, to the City's Risk Manager and the Contract Administrator.
Additionally, the COI must state that the City will be given at least 30 days'
advance written notice of cancellation, material change in coverage, or intent
not to renew any of the policies. The City must be named as an additional insured.
The City Attorney must be given copies of all insurance policies within 10 days of
the City Manager's written request. Insurance requirements are as stated in
Attachment C, the content of which is incorporated by reference into this
Agreement as if fully set out here in its entirety.
(B) In the event that a payment bond, a performance bond, or both, are
required of the Contractor to be provided to the City under this Agreement before
performance can commence, the terms, conditions, and amounts required in the
bonds and appropriate surety information are as included in the RFB/RFP or as
Service Agreement Standard Form -Consent Decree Page 2 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
may be added to Attachment C, and such content is incorporated here in this
Agreement by reference as if each bond's terms, conditions, and amounts were
fully set out here in its entirety.
6. Purchase Release Order. For multiple-release purchases of Services to be
provided by the Contractor over a period of time, the City will exercise its right to
specify time, place and quantity of Services to be delivered in the following
manner: any City department or division may send to Contractor a purchase
release order signed by an authorized agent of the department or division. The
purchase release order must refer to this Agreement, and Services will not be
rendered until the Contractor receives the signed purchase release order.
7. Inspection and Acceptance. City may inspect all Services and products supplied
before acceptance. Any Services or products that are provided but not
accepted by the City must be corrected or re-worked immediately at no charge
to the City. If immediate correction or re-working at no charge cannot be made
by the Contractor, a replacement service may be procured by the City on the
open market and any costs incurred, including additional costs over the item's
bid/proposal price, must be paid by the Contractor within 30 days of receipt of
City's invoice.
8. Warranty.
(A) The Contractor warrants that all products supplied under this Agreement
are new, quality items that are free from defects, fit for their intended purpose,
and of good material and workmanship. The Contractor warrants that it has clear
title to the products and that the products are free of liens or encumbrances.
(B) In addition, the products purchased under this Agreement shall be
warranted by the Contractor or, if indicated in Attachment D by the
manufacturer, for the period stated in Attachment D. Attachment D is attached
to this Agreement and is incorporated by reference into this Agreement as if fully
set out here in its entirety.
(C) Contractor warrants that all Services will be performed in accordance
with the standard of care used by similarly situated contractors performing similar
services.
9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing
Schedule are estimates only and do not obligate the City to order or accept more
than the City's actual requirements nor do the estimates restrict the City from
ordering less than its actual needs during the term of the Agreement and including
any Option Period. Substitutions and deviations from the City's product
requirements or specifications are prohibited without the prior written approval of
the Contract Administrator.
Service Agreement Standard Form -Consent Decree Page 3 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
10. Non-Appropriation. The continuation of this Agreement after the close of any
fiscal year of the City,which fiscal year ends on September 30th annually, is subject
to appropriations and budget approval specifically covering this Agreement as
an expenditure in said budget, and it is within the sole discretion of the City's City
Council to determine whether or not to fund this Agreement. The City does not
represent that this budget item will be adopted, as said determination is within the
City Council's sole discretion when adopting each budget.
11. Independent Contractor. Contractor will perform the work required by this
Agreement as an independent contractor and will furnish such Services in its own
manner and method, and under no circumstances or conditions will any agent,
servant or employee of the Contractor be considered an employee of the City.
12. Subcontractors. In performing the Services, the Contractor will not enter into
subcontracts or utilize the services of subcontractors.
13. Amendments. This Agreement may be amended or modified only in writing
executed by authorized representatives of both parties.
14. Waiver. No waiver by either party of any breach of any term or condition of this
Agreement waives any subsequent breach of the same.
15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA
taxes, unemployment taxes and all other applicable taxes. Upon request, the City
Manager shall be provided proof of payment of these taxes within 15 days of such
request.
16. Notice. Any notice required under this Agreement must be given by fax, hand
delivery, or certified mail, postage prepaid, and is deemed received on the day
faxed or hand-delivered or on the third day after postmark if sent by certified mail.
Notice must be sent as follows:
IF TO CITY:
City of Corpus Christi
Attn: Amanda Howard
Title: Contracts/Funds Administrator
Address: 2726 Holly Road, Corpus Christi, Texas 78415
Phone: (361) 826-1894
Fax: (361) 826-4495
IF TO CONTRACTOR:
CSI Consolidated LLC dba Aims Companies
Attn: David Groce
Title: Manager
Address: 3405 Almeda Genoa Rd, Houston, TX 77047
Phone: 281-485-8816
Service Agreement Standard Form -Consent Decree Page 4 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
Fax: 281-485-8820
17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND
THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND
AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY,
LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF
WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF
PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND
OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF
LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES,
WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION
WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS
AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT
ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS
EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE,
INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT
OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH
COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL
CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF
ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE,
LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION
OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE
THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT.
18. Termination.
(A) The City may terminate this Agreement for Contractor's failure to comply with
any of the terms of this Agreement. The City must give the Contractor written
notice of the breach and set out a reasonable opportunity to cure. If the
Contractor has not cured within the cure period, the City may terminate this
Agreement immediately thereafter.
(B) Alternatively, the City may terminate this Agreement for convenience upon
30 days advance written notice to the Contractor. The City may also terminate
this Agreement upon 24 hours written notice to the Contractor for failure to pay or
provide proof of payment of taxes as set out in this Agreement.
19. Owner's Manual and Preventative Maintenance. Contractor agrees to provide a
copy of the owner's manual and/or preventative maintenance guidelines or
instructions if available for any equipment purchased by the City pursuant to this
Agreement. Contractor must provide such documentation upon delivery of such
equipment and prior to receipt of the final payment by the City.
Service Agreement Standard Form -Consent Decree Page 5 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
20. Limitation of Liability. The City's maximum liability under this Agreement is limited
to the total amount of compensation listed in Section 3 of this Agreement. In no
event shall the City be liable for incidental, consequential or special damages.
21. Assignment. No assignment of this Agreement by the Contractor, or of any right
or interest contained herein, is effective unless the City Manager first gives written
consent to such assignment. The performance of this Agreement by the
Contractor is of the essence of this Agreement, and the City Manager's right to
withhold consent to such assignment is within the sole discretion of the City
Manager on any ground whatsoever.
22. Severability. Each provision of this Agreement is considered to be severable and,
if, for any reason, any provision or part of this Agreement is determined to be
invalid and contrary to applicable law, such invalidity shall not impair the
operation of nor affect those portions of this Agreement that are valid, but this
Agreement shall be construed and enforced in all respects as if the invalid or
unenforceable provision or part had been omitted.
23. Order of Precedence. In the event of any conflicts or inconsistencies between this
Agreement, its attachments, and exhibits, such conflicts and inconsistencies will
be resolved by reference to the documents in the following order of priority:
A. this Agreement (excluding attachments and exhibits);
B. its attachments;
C. the bid solicitation document including any addenda (Exhibit 1 ); then,
D. the Contractor's bid response (Exhibit 2).
24. Certificate of Interested Parties. Contractor agrees to comply with Texas
Government Code Section 2252.908, as it may be amended, and to complete
Form 1295 "Certificate of Interested Parties" as part of this Agreement if required
by said statute.
25. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws
in the performance of this Agreement. The applicable law for any legal disputes
arising out of this Agreement is the law of the State of Texas, and such form and
venue for such disputes is the appropriate district, county, or justice court in and
for Nueces County, Texas.
26. Public Information Act Requirements. This paragraph applies only to agreements
that have a stated expenditure of at least $1,000,000 or that result in the
expenditure of at least $1,000,000 by the City. The requirements of Subchapter J,
Chapter 552, Government Code, may apply to this contract and the Contractor
agrees that the contract can be terminated if the Contractor knowingly or
intentionally fails to comply with a requirement of that subchapter.
Service Agreement Standard Form -Consent Decree Page 6 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
27. Entire Agreement. This Agreement constitutes the entire agreement between the
parties concerning the subject matter of this Agreement and supersedes all prior
negotiations, arrangements, agreements and understandings, either oral or
written, between the parties.
28. Consent Decree Requirements. This Agreement is subject to certain requirements
provided for by the Consent Decree entered into as part of Civil Action No. 2:20-
cv-00235, United States of America and State of Texas v. City of Corpus Christi in
the United States District Court for the Southern District of Texas, Corpus Christi
Division (the "Consent Decree"). A set of Wastewater Consent Decree Special
Conditions has been attached as Attachment E, the content of which is
incorporated by reference into this Agreement as if fully set out here in its entirety.
The Contractor must comply with Attachment E while performing the Services.
[Signature Page Follows]
Service Agreement Standard Form -Consent Decree Page 7 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
DocuSign Envelope ID:78023868-52C4-4539-BOBF-5803EO24C723
CONTRACTOR
DocuS^igned by:
Signature:
Is
Printed Name: David Groce
Title: Manager
Date: 7/13/2022
ulQFd,QRPUS CHRISTI
'/tom L I, s M2022-144
Authorized By
Josh Chronley 9-20-2022
Assistant Director of Finance - Procurement Council
Date:
9/29/2022
DS
Attached and Incorporated by Reference:
—/ s 15
Attachment A: Scope of Work
Attachment B: Bid/Pricing Schedule onby.
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements
- S7A77624D51947�...
Attachment E: Consent Decree Requirements Rebecca Huerta
Incorporated by Reference Only: city Secretary
Exhibit 1: RFB/RFP No. 4201
Exhibit 2: Contractor's Bid/Proposal Response
DocuSigned by: -
6nA4 9/27/2022
Assistant City Attorney
Service Agreement Standard Form-Consent Decree Page 8 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
Attachment A - Scope of Work
1.1 General Requirements/Background Information
The Contractor shall provide Closed Circuit Televised (CCTV) Inspection and
Cleaning of Large Diameter Wastewater Lines within the City's right-of-way and
public property as outlined in the Scope of Work.
1.2 Scope of Work
A. General
1 . The scope of work consists of furnishing all labor, materials, equipment, supervision,
and performing all work necessary to internally inspect, clean, and record the
condition of designated wastewater collection system pipelines, ranging in
diameter from 18" to 60". Work includes cleaning of the pipeline (from the most
upstream reaches of the study area, downstream toward the outfall or lift station),
using high pressure water jets, use of mechanical cleaning equipment or other
means as may be required, removal of remote obstructions, and the transport and
disposal of waste materials generated by the cleaning process. During this project,
NO flow control/bypassing of the system will be allowed. All work will be performed
with active flow conditions during all phases of work. City crews will not be
available for large duration assistance on any portion of the project. Approved
methods for conducting the internal inspection of pipelines include the use, or
combination of, closed circuit television cameras, sonar equipment, or pipeline
scanners that are specifically designed for use in and for the inspection of large
diameter wastewater collection system pipelines. The City shall not be held
responsible for any delays in the work. The Contractor shall work with the City to
minimize any delays. All work will be performed in accordance with these
specifications, with regard to quality, workmanship, hardcopies and electronic
deliverables, and schedule.
2. The CCTV operators working on this project must have a Pipeline Assessment and
Certification Program (PACP) Certificate and Operator Reference Number. The
certificates must be presented at every kickoff meeting.
3. The Corpus Christi Water Department will provide reference maps highlighting the
wastewater line segments to be cleaned and inspected during this project.
Revised 11.30.20
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
4. The Corpus Christi Water Department will provide reference ID asset numbers for all
manholes and pipelines on the maps. These reference numbers shall be utilized by
the Contractor on the video inspection reports. An Excel spreadsheet will be
provided to the Contractor that will list upstream and downstream manhole
locations, location descriptions, access location (i.e., street/easement), and
Geographic Information System (GIS) footage. Additional columns will allow the
Contractor to record linear footage cleaned, segment CCTV footage, reversal
linear footage, direction of camera travel, comments, and section complete
status.
5. It shall be the responsibility of the Contractor to adhere to all applicable
Occupational Safety and Health Administration (OSHA) rules and regulations while
performing work on any and all City-related projects or jobs (to include, but not
necessarily limited to "Confined Space Entry").
6. The Contractor shall obtain all required municipal and other governmental licenses
and permits. The Contractor shall obtain approval or consent from utilities or
carriers, such as telephone companies or other persons or organizations or
authorities upon whose proper performance of work under the contract might
affect. The Contractor shall request written release from responsibility for the
performance of work under the contract if, and to the extent, such work is
precluded by the inability to obtain such approval or consent. For the duration of
the contract, the Contractor shall abide by all federal, state, and local laws and
regulations.
7. The Contractor shall notify third parties (such as public and private utilities) of their
intent to perform work in an area where such parties may have rights to
underground property or facilities, and request maps or other descriptive
information as to the nature and location of such underground facilities or
property, and assurance of the Contractor's ability to enter upon any public or
private lands to which access is required for performance of the work under
contract. The Contractor shall obtain written permission for access to private
property where easement is inadequate.
8. The Contractor shall review all available information pertinent to the project site,
including reports prepared under previously accomplished studies or surveys, and
any other data relating to the design of the project, including maps, drawings,
Revised 11.30.20
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
construction specifics, sewer system records, etc., as provided by the City. The
Contractor shall request these documents at least five days in advance.
9. The Contractor shall obtain a secure storage area of a size that can adequately
accommodate the required equipment, vehicles, and materials for the period of
performance of the agreement, at the Contractor's expense.
10.The Contractor shall have the ability to communicate with the City at all times.
11 .The Contractor shall have a cellular telephone at which the Contractor's
Superintendent can be reached at any time. The Contractor shall provide daily
notification of work locations to the City's designated project representative. The
Contractor shall also immediately notify the City in the event that a point repair is
required or if lodged equipment causes a blockage, spill, or an overflow.
12. If, during the Contractor's operation in the collection system, evidence of an
imminent or potential pipe collapse (such as pieces of pipe, fresh soil, or backfill
are noted in the debris removed from the system), or other situations that would
result in a public hazard, the Contractor shall immediately halt all work on that line
segment and contact the City Project Administrator.
13.The Contractor shall make every reasonable effort to control sewer and other
offensive odors in the areas surrounding the work by placing odor blocks, and
venting or covering opened manholes, when required.
14. In the area where brush and other vegetation make access to the sewer mains
designated for cleaning and inspecting less than desirable, and/or the route to the
sewer access point(s) is not via a recorded easement, the Contractor shall provide
its own access to sewer access points for the purpose of the cleaning and
inspection. The Contractor will coordinate with property owners and/or residents to
unlock gates, or secure livestock and/or pets during field activities. The Contractor
shall respect all private and public property owner's rights. Any fence removal and
replacement, clearing, mowing, and/or trimming of trees, bushes, grass, plants,
etc. for the ingress and regress by the Contractor to a designated project site will
be the Contractor's responsibility.
15.All customers that refuse to allow access, vegetation clearing, or any other work
required by the Contractor shall be referred to the City Project Administrator as
Revised 11.30.20
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
soon as practicable and documented in writing within 48 hours for action and
follow-up to be conducted by the City.
B. Work and Materials Provided by the City
The Corpus Christi Water Department will provide the following at no cost to the
Contractor:
1 . Community awareness measures and project signage informing that sewer
maintenance is scheduled with the Contractor.
2. Instructions on how to respond to the residents that approach the Contractor
during the sewer cleaning and inspection process.
3. Legal and physical access to collection system manholes on the portions of sewer
within the project limits.
4. Exposure of buried manholes and assistance in opening seized manhole lids that
could not be accessed or opened by the Contractor using normal industry
standard procedures.
5. Any excavation, opening, backfilling, and/or repair of sewers and/or streets
required to remove the Contractor's equipment caught in the sewer pipe, due to
sewer defects and not caused by the Contractor's negligence. See Section
"Emergency Pipeline Blockage Plan".
6. The Contract Administrator will act as liaison between the Corpus Christi Water
Department and the Contractor for the duration of the project.
7. A debris dump location to unload materials removed from the sewer pipes during
cleaning. This facility shall be the Greenwood Wastewater Treatment Plant drying
beds and is to be used only during the contract time limits, and only for sewers
located in Corpus Christi that have been authorized to be cleaned in this contract.
Contractor shall be responsible for removing dry solids of their assigned drying beds
and hauling dry solids from the Greenwood plant to a landfill for appropriate
disposal as required by plant staff.
Revised 11.30.20
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
1.3 Work Site and Conditions
A. Traffic Control
1 . The Contractor shall be responsible for and provide sufficient traffic control
measures to ensure safe conditions and to minimize inconveniences to motorists.
Temporary traffic control devices shall conform to the latest edition of the Texas
Manual on Unform Traffic Control Devices, which provides several typical
temporary traffic control plans that may be implemented into the project. The
Contractor shall determine if revisions or modifications to these typical plans are
required for any specific site and, when required by City staff, shall submit the plans
to the Traffic Engineering department for approval. The Contractor is responsible
for determining whether the traffic control is sufficient for road/traffic conditions
and for acquiring any necessary permits from the City.
2. Forwork adjacent to, in, or under Texas Department of Transportation (TxDOT) right-
of-way (ROW), the Contractor shall obtain all necessary TxDOT permits and strictly
adhere to all provisions contained therein.
3. The Contractor shall furnish, install, move, replace, and maintain all necessary
temporary traffic controls including, but not limited to, barricades, signs, barriers,
cones, lights, signals, temporary striping and markers, flaggers, and the relocation
of existing signs and devices as is necessary to safely complete the project.
4. Temporary traffic controls shall be measured and paid on a per day basis. Payment
for traffic control will be based on the roadway classification where traffic control
measures are required. The four classifications to be utilized in this project are:
a. Arterials: Assumed to be 30% of work order sites. Arterial streets are those streets
that bring traffic to and from the freeway and accommodate high volumes of
cross-town traffic.
b. Collectors: Assumed to be 11% of work order sites. Collectors are defined as
those streets that collect and distribute traffic to and from local streets, other
collectors, arterials, and freeway frontage roads.
Revised 11.30.20
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
c. Local Access Streets: Assumed to be 56%of work order sites. Local access streets
are defined as those streets that provide access to individual residences,
elementary schools, and parks within a neighborhood.
d. TxDOT ROWs: Assumed to be 3% of work order sites. TxDOT roadways/ROW are
those operated and maintained by TxDOT.
5. These percentages are for information purposes only, are not guaranteed, and will
vary from actual quantities awarded. Street classifications are defined, and may
be referenced in the latest edition of the City of Corpus Christi Urban Transportation
Plan, found on the City of Corpus Christi's website in the following location:
hp:// .ccexas.com/Assets/Departments/Developmen -
Servi_ces1Files/design-standards/UrbanTransporaionPlanMa df
B. Water Meters
1 . The Contractor will obtain and place a refundable deposit on a City-provided
hydrant meter to record water used for cleaning operations. Water will be provided
at no cost to the Contractor, provided the Contractor submits monthly use records,
as required by the City Project Administrator.
2. The Contractor will be allowed to use hydrants that are near the work being
performed and will adhere to any restrictions in the event that specific areas are
not available to obtain water. The Contractor will use caution when opening and
closing hydrants to prevent surges, damage to hydrants, or turbidity within the
water main. The Contractor will be responsible for any loss or neglectful damage
to the hydrant meter and any damages to hydrants; it is the Contractor's
responsibility to connect to hydrants that are observed to be in good condition.
The City may withhold final payment until the water meter is returned in good
condition.
C. Existing Utilities
1 . The Contractor shall be held responsible for the protection of existing utilities, as
well as damage that may occur as a result of the operations. The Contractor shall
be responsible for temporarily relocating utilities for the convenience of the
Contractor. In areas where existing utilities are within, and adjacent to the
established limits of work, and could be damaged as a result of the Contractor's
Revised 11.30.20
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
operations, the Contractor shall take all necessary precautions to protect such
utilities from damage. Furthermore, in the event that damage to other utilities
occur, the Contractor shall be fully responsible for the repair of any such damage
without additional costs to the City, or the affected utility owner.
2. It shall be the Contractor's responsibility to determine the exact location of existing
utilities that may impact their work.
3. Where overhead power lines are in close proximity to the work, the Contractor shall
comply with all state and local regulations and laws and contact, if necessary, the
appropriate owner, generally American Electric Power (AEP) or Nueces Electric
Cooperative (NEC).
1.4 Safety
1 . The work contemplated under this project involves activities in and around
confined spaces. The Contractor, and/or a Contrator-independently-retained
employee, and/or safety consultant shall implement a confined space entry
program in accordance with OSHA standards to govern the presence and
activities associated with working in and around confined spaces.
2. The Contractor shall maintain a copy of the Confined Space Entry Program on-
site at all times. The Contractor shall take all necessary actions to ensure that the
Contractor's employees have read, understand, and follow the plan. All
employees to be utilized in confined space entry work must present certificates
indicating confined space entry training by an entity certified to teach such
training, as defined by OSHA.
A. Pre-Work Submittals
1 . The submittal above shall be provided to the Contract Administrator after
the Notice to Proceed of the contract, but before commencing the work.
In providing approval of the above submissions, the City assumes no
liability for the effectiveness of the plans and/or procedures. In no way
does approval by the City relieve the Contractor of any liability under the
contract. The required submittals are described in the following sections.
2. Contractor shall submit the following for approval:
Revised 11.30.20
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
a. Residential Notification Letter (sample letter included)
b. Vehicular and Pedestrian Traffic Control Plan and Procedures
i. The Contractor shall prepare and submit a generic traffic
control plan that describes the measures that will be taken
to control vehicular and pedestrian traffic during the course
of the project in areas where normal traffic flow will be
distributed by the Contractor's operations.
ii. During the course of the cleaning and inspection of the
wastewater collection system, it may become necessary or
desirable to disrupt the normal flow of vehicular or pedestrian
traffic in work area. These disruptions should be minimized
and carried out in compliance with the City of Corpus Christi
rules and regulations, regarding temporary traffic control
and/or in compliance with other local entities having
jurisdiction over the control and disruption of normal traffic
flow.
iii. The Contractor shall also comply with the TxDOT Manual on
Uniform Traffic Control Devices and standards for traffic
control in work areas. In the case of a conflict between
standards, the local codes will govern.
iv. Any traffic control effort on major streets, arterials, or divided
roads shall be submitted to the City's Traffic Engineering
division for approval prior to implementing the traffic control
plan. The Contractor is responsible for coordination of traffic
control measures between local entities including, but not
limited to, the City of Corpus Christi. The Contractor shall
identify the locations of area where permits are required for
work in right-of-way permits, if necessary, identified by the
Contractor upon ten (10) days advance notice by the
Contractor of the requirement of the permits. The plan should
cover all project areas and should have facilities and
contingencies to cover all potential traffic related situations.
c. Sanitary Sewer Overflow/Spill Response Plan
i. The Contractor shall prepare and submit a detailed Sanitary
Sewer Overflow/Spill Response Plan that describes, in detail,
Revised 11.30.20
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
the measures that the Contractor will implement in the event
that the unauthorized and untreated wastewater is
discharged from the collection system as a result of the
Contractor's operations.
ii. The City Project Administrator shall approve the plan prior to
commencing work. Approval of the plan does not, in any
way, relieve the Contractor of any liability under the
contract. The plan shall include the following components as
a minimum:
• Sewage containment procedures
• Emergency notification
• Sewage cleanup procedures
• Flow control/bypass flow control and plan
iii. The Contractor will be held liable for fines and costs, direct
and indirect, associated with sanitary sewer overflow/spills
that are caused, directly or indirectly, by its operations. The
plan should cover work areas and should have facilities and
contingencies to cover all potential sanitary sewer overflow
abatement situations.
d. Emergency Pipeline Blockage Plan
L The Contractor shall prepare and submit a detailed
Emergency Pipeline Blockage Plan that describes, in detail,
the measures that the Contractor will implement in the event
that the equipment being utilized by the Contractor, or its
agents, becomes lodged in the pipeline and is not retrieved
by non-intrusive methods.
ii. The City Project Administrator shall approve the plan prior to
commencing work. Approval of the plan does not, in any
way, relieve the Contractor of any liability under the
contract, at a minimum, the plan shall include the following
components.
• Sewage containment procedures
• Emergency notification plan
• Sewage cleanup procedures
• Equipment removal
iii. The Contractor shall be responsible for the removal of
equipment using non-intrusive methods. The Contractor will
Revised 11.30.20
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
not utilize any intrusive methods other than via existing
manholes or structures. In situations where it will be required
to open the pipe for intrusive removal of equipment, the
Contractor shall contact the City immediately so the City
can coordinate the removal of equipment for the
Contractor.
iv. If the cause of equipment removal is due to Contractor
negligence, the City will perform the operation and will in
turn charge the Contractor for such work, including material,
equipment, labor, and overhead for repairs to pipelines,
manholes, appurtenances, and surface restoration.
v. If the removal is due to sewer defects that were unforeseen
or not avoidable, as determined by the City, the City will
provide at no cost to the Contractor.
vi. The Contractor will be held liable for any fines and/or costs,
direct and indirect, associated with sanitary sewer
overflow/spill and/or sewer blockages that are caused,
directly or indirectly, by its operation.
vii. The plan should cover all project areas and should have
facilities and contingencies to cover all potential pipe
blockage and overflow situations.
e. Health and Safety Plan (including a Confined Space Entry Plan)
L The Contractor shall submit a Health and Safety Plan in
accordance with OSHA Standards 29 CFR 1910 and 1926 to
the City Project Administrator at or prior to the project kickoff
meeting. The Health and Safety Plan will be submitted and
reviewed prior to the start of work.
ii. The Health and Safety Plan shall clearly state the hazardous
substances that may be encountered during the course of
the project, and the protective safety procedures and
equipment requirements for all tasks to be performed.
Additional health and safety documents required are:
• A written Hazard Communication and written
Confined Space Entry Program, in accordance with
City and OSHA standards.
• Safety Data Sheet file
Revised 11.30.20
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
• Operation guides and manuals for all equipment to be
utilized on the project.
• OSHA forms 101 and 200
iii. The Contractor shall post all documentation as required by
OSHA and the City and the Contractor shall require all on-
site employees to read, sign, and follow the Health and
Safety Plan. A signed copy of the Health and Safety Plan shall
be kept at the work site at all times. All Contractor employees
shall be properly trained in accordance with applicable
standards and regulations. The City shall not be responsible
for any hazardous materials uncovered or revealed at any
site where work is being performed during this project.
iv. The Contractor shall immediately notify the City Project
Administrator of any suspected hazardous materials before
or during the performance of work and shall take all
necessary precautions to avoid the further spread or
contamination of the environment by the materials.
f. Sewage Backup/Building Remediation Services
g. Quality Control and Assurance Plan
h. Sewage Backup/Building Remediation Services
1.5 Pipe Cleaning
Technical Provisions
1 . General
The work covered by these specifications consists of furnishing all equipment,
materials, labor, supervision, and incidental items necessary to perform the
cleaning of the sanitary sewer collection system. Equipment shall be capable of
cleaning and inspecting spans of sewer lines up to 1 .500 linear feet or greater.
2. Cleaning Requirements
The City of Corpus Christi Water Pre-Treatment Division must inspect all equipment
used by the Contractor to clean sewer lines or capture and transport debris and
material removed from the sewer collection system. Contact the Contract Project
Administrator to schedule an inspection.
3. Equipment Requirements
Revised 11.30.20
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
A. High-Velocity Jet (hydro cleaning) Equipment
a. All high-velocity sewer cleaning equipment shall be constructed for
ease and safety of operation. The Contractor shall have a selection
of two or more high-velocity nozzles.
b. The nozzles shall be capable of producing a scouring action from
10 to 60 degrees in all size lines designated to be cleaned. The
equipment shall carry its own water tank, auxiliary engines, pumps,
and hydraulically driven hose reels.
B. Hydraulically Propelled Equipment
a. The equipment used shall be of a moveable 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 the flooding of the sewer. The moveable dam shall be equal
in diameter to the pipe being cleaned and shall provide a flexible
scraper around the outer periphery to ensure grease removal.
b. If sewer cleaning balls or other equipment that cannot be collapsed
are used, special precautions to prevent the flooding of the sewers
and public or private property shall be taken by the Contractor.
Damages or claims resulting from backups and flooding shall be the
responsibility of the Contractor.
C. Mechanically Powered Equipment
a. Bucket and/or winch machines shall be in pairs with sufficient power
to perform the work in an efficient manner. Machines will be belt-
operated or have an overload device. Machines with a direct drive
that could cause damage to the pipe will not be allowed. A power
rodding machine shall be either a sectional or a continuous rod type
capable of holding a minimum of 750 feet of rod. The rod shall be
specially heat-treated steel.
D. Jet Vac (vactor) Cleaning Equipment
a. Vactor cleaning equipment as necessary to remove debris during
cleaning operation.
4. Execution
Revised 11.30.20
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
A. General Sewer Line Cleaning
a. Sewer line cleaning shall be performed with hydraulically propelled
high-velocity jets, and/or mechanical power equipment.
Equipment shall be based on field conditions, such as access to
manhole, type and quantity of debris to be removed, size of sewer,
and depth of flow. Selected equipment shall be capable of
cleaning spans of sewer set-up unless authorized by the City Project
Administrator.
b. Hydraulic or mechanical means shall be used to remove all dirt,
grease, rocks, sand, and other materials and obstructions from the
sewer lines. The Contractor shall provide a mechanism to prevent
debris from moving downstream from the line segment being
cleaned. The method of cleaning for each segment shall be based
on site conditions and shall be approved by the Engineer.
c. Cleaning shall start from the upstream reaches of the study area,
or neighborhood, and progress downstream.
B. Pre-Cleaning Exploratory Investigation
a. Prior to commencing work on a line segment, the Contractor shall
deploy an exploratory CCTV through the pipeline to determine
approximate average debris levels and/or grout levels to
determine classification of "Light to Medium Cleaning", "Heavy
Cleaning", "Light to Medium Grout Cleaning", and "Heavy Grout
Cleaning" for payment purposes. For pipe sections with normal
wastewater debris, levels may be ascertained by debris levels at
in-line manholes, with the concurrence of the Engineer.
C. Root Removal
a. Roots shall be removed within the cleaning limits and shall be
considered part of the sewer cleaning procedures. Special
attention should be given during the cleaning operations to ensure
complete removal of roots from the joints. Chemical means of root
control or removal shall not be used on this project.
D. Grease Removal
a. Grease shall be removed within the cleaning limits and shall be
considered part of the sewer cleaning procedures. Special
Revised 11.30.20
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
attention should be given during the cleaning operations to ensure
the complete removal of grease from the top of the pipe.
Procedures may include the use of mechanical equipment, such
as rodding machines, bucket machine, and winches using root
cutters and porcupines, as well as equipment such as high-velocity
jet cleaners and hot water. Chemical means of grease removal
using Environmental Protection Agency (EPA) approved chemical
degreaser shall not be used on this project without prior
authorization from the Contract Project Administrator.
E. Manhole Cleaning
a. Walls shall be washed using high pressure jet capable of 1,500 psi.
Debris from the vault or manhole shall be vacuumed and disposed
of in the same manner as debris removed from the sewer main
cleaning.
F. Debris Removal
a. The Contractor shall dispose of debris removed from cleaning
operations on this project at the Greenwood Wastewater
Treatment Plant (WWTP) located at 1541 Saratoga Boulevard,
Corpus Christi, Texas 78415, unless otherwise directed by the City
Project Administrator. The Contractor shall coordinate dumping
with the Corpus Christi Water Department at all times. The
Contractor shall not be charged for disposal at the designated
location for debris removed only from the City of Corpus Christi
sewer system under this contract. The City will be responsible for the
removal, cost, and disposal of dried solids. The Contractor will
record debris volumes on the City of Corpus Christi Cleaning Logs.
The Contractor shall not dispose of any debris from any other
source(s) other than the City of Corpus Christi wastewater
collection system at the Greenwood WWTP. Debris removal shall be
included in the price bid for the various pipeline cleaning items.
b. The Contractorwill be responsible for obtaining and maintaining all
necessary permits to transport sludge waste in the State of Texas
and the City of Corpus Christi.
G. Cleaning and Inspection Notification
Revised 11.30.20
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
a. The success of the Corpus Christi Water Department Sewer
Cleaning and Inspection Program is dependent upon close
coordination of the City and Contract activities affecting the City
of Corpus Christi Water Department customers in an effort to
maintain customer cooperation. The following are the
requirements for notifying affected customers of cleaning and
television inspection activities. All procedures must be followed:
b. A notice ("flyer") shall be provided to each residence and business
a minimum of two (2) full working days prior to working in the area.
The notification flyerwill inform the occupants of the purpose of the
work, the possible events that may occur, and the telephone
numbers to call if questions or problems arise. The master flyer for
notification will be provided to the Contractor for use in making all
necessary copies of the flyer on white paper for distribution to
residences and businesses.
c. The Contractor shall, on a daily basis, document all distribution of
flyers. Documentation, at a minimum, shall include maps that show
the areas that were notified, as well as the date and name of the
person completing the notification. The Contractor shall provide
this information to the Engineer and the City on a daily basis. The
Contractor shall schedule work to be completed within five (5) full
working days from the day that the notices are distributed. If the
work is unable to be completed in the notified area before the end
of the fifth full working day, the area will be re-notified.
H. Cleaning Precautions
a. During sewer cleaning operations, satisfactory precautions shall be
taken in the use of all cleaning equipment. When hydraulically
propelled cleaning tools that depend on water pressure to provide
their cleaning force, or tools that impede the flow in the sewer line
are being used, precautions shall be taken by the Contractor to
ensure that the water pressure created does not damage or cause
flooding of public/private property being served by the sewer.
b. When additional water from fire hydrants is necessary to avoid
delays in normal work procedures, the water shall be conserved
and not used unnecessarily. No fire hydrants shall be obstructed in
case of a fire in the area served by the hydrant or as restricted by
the City. The Contractor shall use a double backflow prevention
Revised 11.30.20
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
device mounted on the fire hydrant in cases where the fire hose
connected to the cleaning equipment is considered susceptible to
contamination, regardless of the backflow configuration on the
cleaning equipment.
c. The Contractor shall be responsible for any damages caused by its
actions during this project. The Contractor will comply with all City
of Corpus Christi Water Department requirements.
I. Remediation of Backup into Buildings
a. Backups into buildings that occur during cleaning, inspecting, or
plugging require immediate remediation using the services of a
local firm specializing in cleaning and disinfecting residences and
businesses.
b. Upon discovery that a backup has occurred, the Contractor will
immediately notify the City Project Administrator who will
investigate the incident. The Contractor shall dry up the spill
immediately and dispatch the cleaning service to professionally
clean and disinfect the area.
c. The cleaning service firm shall be at the customer site within three
(3) hours of notification of backup occurrence, or otherwise
scheduled by customer. All communication will be through the City
Project Administrator.
d. Documentation of the remediation services provided shall be
given to the City Project Administrator. In the event that the
customer refuses the remediation services, the Contractor shall
provide a business card and contact name to enable the customer
to schedule a meeting with the City Project Administrator to gain
access to the customer's property, shall be documented by the
Contractor, and provided to the City Project Administrator.
J. CCTV Requirements
General
a. Closed circuit television inspections will typically be done under
one or more of the conditions listed below. Requirements for on-
screen labeling during each line segment set up televising, video
file labeling, and hard copy inspection reports will be specifically
addressed. The Contractor shall neither request nor receive
Revised 11.30.20
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
assistance from the City in the performance of work described in
this specification.
b. Unless otherwise specified and at the Contractor's expense, the
Contractor shall provide for the control of wastewater flows and
monitoring of the collection system for backups and surcharges,
while flow control devices are in place.
Inspection Equipment and Methods
a. Electronic inspections software that is National Association of Sewer
Service Companies (NASSCO) Pipeline Assessment and
Certification Program (PACP) (version 7.0.4 or greater) compliant
shall be used to record the condition of each pipe segment
inspected. The minimum header information required for each
inspection is presented in Header Field Checklist herein.
b. Video inspection is to be performed in the field by a NASSCO PACP
certified operator. The operator's name and NASSCO certification
number is required on each inspection.
c. The Contractor will perform closed circuit video inspections of the
sewers using current state-of-the-art technology and trained
employees. CCTV camera will use high-resolution color with an
adjustable iris focus.
d. The CCTV camera will have pan-and-tilt capabilities that allow up
close and right-angled inspections of defected, and other
significant observations. The video camera will be equipped with a
minimum of 1000 feet of video cable. Lighting on video camera will
be suitable to allow proper illumination and clear video image of
the entire periphery of the pipe. The camera will be operative in
100% humidity conditions. The camera, television monitor, and
other components of the video system will produce a high-quality
video image.
e. The capture system shall have the capability of recording,
digitizing, and storing single frames of video images and "real time"
live video, as well as collecting, storing, and printing pipeline
inspection data for graphic display and report generation. The
imaging capture system shall store digitized picture images, have
the ability to export picture files to industry standard formats (jpg or
format acceptable to City Project Administrator), be transferable
to flash drives, DVDs or hard drives, and have the ability to be
Revised 11.30.20
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
printed. In every case, all observations will be recorded in the field
by currently certified PACP operators, using PACP codes and
protocols. Post inspection coding in an office will not be accepted.
f. Footage distance measured by the video system will be accurate
within 1% and will be used to determine footage for reporting and
payment. The PACP distance between manholes (from exit wall to
entrance wall) will be the reference point used to determine
footage measurements. Video inspection will not exceed a
traverse rate of 30 feet per minute, to ensure that the sewer line
can be thoroughly examined by the City while reviewing video.
g. During the transit, the display must show the continued distance
from the insertion manhole with an accuracy of+/- 1%of the actual
length to help mark observations on the report form. The video must
display all notable PACP observations and codes.
h. The Inspection Report shall consist of condition observations
recorded using computer software generated formats conforming
to NASSCO PACP version 7.0.4 or greater. Items considered notable
include: deviations in alignment and grade, abnormal conditions
of the pipe barrel and joints, locations and quantities of any sources
of infiltration or inflow, dropped, broken, properly/improperly
installed service taps, debris, roots, or other impediments to flow,
and any other conditions that may either prevent the proper
completion of the inspection or affect any proposed rehabilitation
process. The camera should be panned and tilted at each (if any)
observed connection.
Each pipe segment (manhole to manhole) shall be identified with an initial text screen
and completed in accordance with PAPC's CCTV inspection form header instructions and
shall be as follows:
Header Field Checklist
Field # Header Field Mandatory Required for this
Project
1 Surveyed By X
la Certificate No. X
2 Owner X
3 Customer X
4 Drainage Area
5 Sheet Number X
Revised 11.30.20
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
6 Purchase Order Number
7 Pipe Segment Ref PSR X
8 Date X
9 Time
10 Street X
1 Da City X
11 Location Details
12 Upstream MH No.
13 Upstream MH Rim to Invert
14 Upstream MH Grade to Invert
15 Upstream MH Rim to Grade
16 Downstream MH No. X
17 Downstream MH Rim to Invert
18 Downstream MH Grade to Invert
19 Downstream MH Rim to Grade
20 Sewer Use X
21 Direction X
22 Flow Control X
23 Height X
24 Width X
25 Shape X
26 Material X
27 Lining Method
28 Pipe Joint Length X
29 Total Length X
30 Length Surveyed X
31 Year Laid
32 Year Renewed
33 Media Label
34 Purpose
35 Sewer Category
36 Pre-Cleaning X
36a Date Cleaned X
37 Weather X
38 Location X
39 Additional Info. (Street or Easement) X
40 Work Order # X
41 Project X
42 Pressure Value
5. Flow Control
Revised 11.30.20
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
A. The line shall be dewatered during inspection. A water jet cleaning unit will
normally be running in the advance of the television camera to allow for the
highest quality picture, along with a 360-degree view of the pipeline.
Dewatering shall remove standing water and visible moisture from the line
segment to provide a clear 360-degree view of the pipe being televised. An
excessively high water level, condensation resulting in a blurred lens, or a
submerged camera may be ground for rejection of the inspection.
B. All sewer flow from intersecting lines, which cannot be drawn down with a
hydraulic jet nozzle, shall typically be controlled through the use of in-line plugs
and/or vacuum trucks, and to the inspection for all lines up to 60" (inches) in
diameter. Plugs in intersecting lines shall be installed by the Contractor. The
Contractor shall also monitor the upstream system for backups and surcharges,
which may lead to Sanitary Sewer Overflows (SSOs). The Contractor shall
immediately report all SSOs to the City Project Administrator and the City Call
Center at (361 )826-2489. Flow Control devices shall be installed in accordance
with all applicable OSHA and plug manufacturer recommendations, including,
but not limited to, confined space protocol. The Contractor certifies that all
personnel working on the project have been trained in confined space, use of
flow control devices per manufacturer recommendation, traffic controls, and
hazards associated with working in wastewater collection systems.
C. No bypass pumping is anticipated under this scope of work.
6. CCTV Reverse Set-Up
A CCTV reverse set-up is an attempt to view the line segment from the opposite
direction due to an obstruction encountered during the initial set-up or a line
segment that exceeds the 1000 feet CCTV cable length.
7. Easement Access
The Contractor will be responsible for providing equipment, including, but not
limited to, portable CCTV equipment, vehicles capable of transporting TV
equipment, and accessing remote easements, and adequate cleaning
equipment to perform the cleaning and inspection of lines located within
easement areas. Easement areas are defined as those areas not accessible to
normal vehicular traffic.
Revised 11.30.20
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
8. Work Hours
Normal working hours shall be considered 8:00am to 5:00pm (0800 to 1700),
Monday - Friday for the duration of the project. When authorized/required by the
City Project Administrator, the Contractor may perform inspections during low flow
periods to minimize impacts on traffic safety, or other various reasons as
determined by the City.
9. Confined Space Entry
When necessary to complete cleaning and inspection activities (including, but not
limited to, plugging, flow control, etc.), the Contractor may enter manholes. All
pertinent OSHA regulations will be followed, and the Contractor will provide copies
of confined space entry permits, if requested.
10. Deliverable
A. Television Inspection Logs
Electronic media inspection logs/records shall be kept by the Contractor and
will clearly show the location, by distance in 1/10 of a foot, from the manhole
wall, in relation to an adjacent manhole of each observation during inspection.
In addition, other points of significance, such as locations of service
connections, unusual conditions, roots, storm sewer connections, cracks,
fractures, broken pipe, presence of scale and corrosion, and other discernible
features, as defined in the PACP defect codes, will be recorded on electronic
media, and a copy of such records will be taken by the Contractor.
Photographs shall be located by distance in 1/10 of a foot from the manhole
wall, in relation to an adjacent manhole.
B. Electronic Media Recordings
a. The purpose of electronic media recording shall be to supply a
visual record of the entire line segment that may be viewed by the
Corpus Christi Water Department. Each original electronic media
recording of conditions and defects will be delivered to the City at
least monthly, which summarizes the lines completed during the
period. The submittal must agree with the monthly billing request in
terms of unit quantities and electronic deliverables.
Revised 11.30.20
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
b. The Contractor is required to provide NASSCO PACP complaint
computer software-generated Inspection Report products to the
Corpus Christi Water Department, as a result of each work order
issued. Acceptable submissions become the property of the City.
The electronic recordings will have read-only software that will
facilitate the viewing and printing of additional copies of the
inspection report and the digital photographs. The CD, DVD-ROM,
or hard drive will also include video that can be viewed. The
electronic recordings will be compatible with Microsoft Windows 7
and will be delivered to the Corpus Christi Water Department within
ten (10) calendar days of the last day of the performance period.
C. Quality Control
a. Inadequate main sewer preparatory cleaning, camera distortion,
inadequate lighting, dirty or submerged lenses, and blurry or hazy
pictures that are determined to be the fault of the Contractor will
be cause for rejection of the inspection effort. If the City does not
approve of the quality of the deliverables, the Contractor shall
repeat the documenting process at no cost to the City.
D. Upon Completion of the Project
a. Submission of one properly labeled flash drive, hard drive, or DVD
(as appropriate for the size of the project) will be required, along
with one hard copy report. The media will be properly labeled to
identify the contents. The media will be labeled, either typed or
neatly printed, with the following information on the
cover/container with electronic text included on the root drive of
the media:
• Project Name
• Work Order Number
• Contractor Name, Address, Contact Phone Number
• Date
b. All required reports, databases, photographs, and video are to be
from City-approved software generated formats. Hard copy
reports will be printed single-side on 8 '/2" x 11 " paper, in color to
improve the definition of problem areas, and delivered with the
media.
Revised 11.30.20
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
c. The final project submittal must be reconciled with the monthly
billing with regards to quantities of work completed or any
exceptions noted.
Hard Copy On Media
1 . Project Summary Report (pdf or X X
approved equal)
2. CCTV Defect Listing Log (pdf or X X
- approved equal)
3. Condition Code Summary (pdf or X X
- approved equal
4. Cleaning Log (pdf or approved X X
equal)
5. NASSCO PACP Complaint Access X
Database
6. Video Files (mpeg, wmv, or X
- approved equal)
7. Defect photographs (jpg or X
approved equal)
8. Cleaning Log Summary (xlx or X
approved equal)
d. One report is required for each project, which may consist of an
entire main line. The Contractor's software must be approved
before the first work order is initiated. The final submittal must
include a table of contents that summarizes all line segments that
were cleaned, televised, and inspected with CCTV logs, arranged
in order by the PACP PSR identification number, beginning with the
lowest number up to the highest number. The Contractor shall
submit a sample of the proposed report to the City for review and
approval.
11 .Measurement and Payment
A. Measurement
a. The qualities for payment under each work order shall be
determined by field measurement prior to the approval of the work
order being issued.
b. The City does not expressly or implicitly agree that the actual
amount of the work to be done in the performance of the contract
Revised 11.30.20
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
will correspond with the quantities in the Bid Proposal Sheet. The
amount of work to be done may be more or less that said quantities
may be increased or decreased by the City as circumstances may
require. The increase or decrease of any quantity shall not be
regarded as grounds for an increase in the unit price or in the time
allowed for the completion of the work, except as provided in the
contract documents.
B. Payments
a. Payments to the Contractor shall be made on the basis of the
prices in the contract and shall constitute full and complete
payment for furnishing all materials, labor, tools and equipment,
providing all reports and data deliverables, and for performing all
operations necessary to complete the work included in the work
orders. Such compensation shall also include payments for any loss
or damages arising, directly or indirectly, from the work or from any
discrepancies between the actual quantities of work and those
shown in the work orders. Unless otherwise noted in the contract,
the prices include all costs and expenses for mobilization, including,
but not limited to, taxes, labor, licenses, equipment, materials,
commissions, transportation charges and expenses, patent fees
and royalties, labor for handling materials during inspection, and
the maintenance of traffic, along with any and all other costs and
expenses for performing and completing the work, as describes in
the delivery order and specified herein.
b. The basis of payment for an item at the price shown in the contract
shall be in accordance with its description of the item in the
Section, and as related to the work specified. Unit prices will be
applied to the actual quantities furnished and installed in
conformance with the work orders.
c. The Contractor's attention is called to the fact that the quotations
for the various items of work are intended to establish a total price
for completing the work in its entirety, including the necessary
reporting and documentation.
C. Payment Items
a. Mobilization
L Item No. 1 Sewer Cleaning, CCTV Job Mobilization
Revised 11.30.20
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
This price shall be per each mobilization for each sewer
cleaning/inspection work order unless work crews are onsite
and given continuous, consecutive work orders. Payment for
job mobilization shall be for all items and shall be included in
the lump sum price. This item will include all operations
necessary for the preparatory work and operations in
mobilizing to begin work on the project, including, but not
limited to: multiple operations necessary for the movement
of personnel equipment, supplies, and incidentals to the
project site, sanitary and other facilities as required by these
specifications and state and local laws and regulations,
along with any other pre-construction expense necessary for
the start of the work, permits and fees, construction
schedules, shop drawings, temporary facilities, lay down
storage area, construction aids, pre-construction
documentation, traffic control devices, work associated with
the Contract support during reviews and inspection, re-
inspection and storage, and final clean-up.
ii. Item No. 2 Emergency Job Mobilization
(1) This lump sum item shall be for mobilization within four
(4) hours of notification and authorization from the
City.
(2) Payment for emergency mobilization shall be for all
items and shall be included in the lump sum price. This
item will include all operations necessary for the
preparatory work and operations in mobilizing to begin
work on the emergency project, including, but not
limited to: multiple operations necessary for the
movement of personnel, equipment, supplies and
incidentals to the project site, sanitary and other
facilities as required by these specifications and state
and local laws and regulations, along with any other
pre-construction expense necessary for the start of the
work, permits and fees, construction schedules, shop
drawings, temporary facilities, lay down storage area,
construction aids, pre-construction documentation,
erosion control, traffic control devices, temporary
traffic control plans, work associated with the
Revised 11.30.20
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
Contractor support during reviews and inspection, re-
inspection and storage, and final site clean-up.
D. Traffic Control
a. Item No. 3 Arterial Streets Traffic Control for Five (5) Lanes or Greater
This lump sum price is per day for traffic control devices for arterial
street for each work order.
b. Item No. 4 Collector Streets Traffic Control for Three (3) or Four (4)
Lanes
This lump sum price is per day for traffic control devices for collector
streets for each work order.
c. Item No. 5 Residential Streets Traffic Control for Two (2) Lanes
This lump sum price is per day for traffic control devices for
residential streets for each work order.
d. Item No. 6 TxDOT ROW for Traffic Control
This price is per day for traffic control devices for work adjacent to,
in, or under TxDOT ROW for each work order.
e. Item No. 7 Changeable Variable Message Boards
Price and payment per day will be full compensation for furnishing,
installing, operating, relocating, maintaining and removing
changeable message signs.
E. Line Cleaning
a. Item Nos. 8 - 17 Line Cleaning, Light to Medium Cleaninq
i. Light to medium cleaning is for pipes wit 0% to 20% (inches of
debris/diameter of pipe x 100) debris levels.
ii. Pipe size shall be the diameter of the pipe or slip liner.
iii. Measurement shall be made and based on the horizontal
projection of the centerline of pipe in which cleaning was
performed between manholes, measured to the nearest
foot from inside wall of the manhole to the inside wall of the
other manhole, and not including the manhole chamber.
iv. Payment will be paid at the unit price per linear foot for the
gravity main size.
b. Item Nos. 18-27 Line Cleaning, Heavy Cleaning
i. Heavy cleaning is for pipes with 20% or greater (inches of
debris/diameter of pipe x 100) debris levels.
ii. Pipe size shall be the diameter of the pipe or slip liner.
Revised 11.30.20
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
iii. Measurement shall be made and based on the horizontal
projection of the centerline of pipe in which cleaning was
performed between manholes, measured to the nearest
foot from inside wall of the manhole to the inside wall of the
other manhole, and not including the manhole chamber.
iv. Payment will be paid at the unit price per linear foot for the
gravity main size.
c. Item Nos. 28-37 Line Cleaning, Grout Removal, Light to Medium
Cleaninq
i. Grout that is present in the line due to faulty previous liner
installation. For pipes with 20% or less (inches of
grout/diameter of pipe x 100) grout debris levels.
ii. Pipe size shall be the diameter of the pipe or slip liner.
iii. Measurement shall be made and based on the horizontal
projection of the centerline of pipe in which grout cleaning
was required and performed, measured to the nearest foot.
iv. Payment will be paid at the unit price per linear foot for the
gravity main size.
d. Item Nos. 38-47 Line Cleaning, Grout Removal, Heavy Cleaning
i. Grout that is present in line due to faulty previous liner
installation. For pipes with greater than 20% (inches of
grout/diameter of pipe x 100) grout debris levels.
ii. Pipe size shall be the diameter of the pipe or slip liner.
iii. Measurement shall be made and based on the horizontal
projection of the centerline of pipe in which grout cleaning
was required and performed, measured to the nearest foot.
iv. Payment will be made at the unit price per linear foot for the
gravity main size.
e. Item No. 48 Reverse Set-Up
i. Reverse CCTV set-up shall only be measured and paid if an
obstruction is encountered during the initial set-up that could
not be removed, requiring the Contractor to relocate to
another manhole, upstream or downstream of the original
manhole, and/or if the segment length exceeds the
cleaning hose (1500 feet) or CCTV cable (1000 feet) lengths.
No reverse set-up fee will be authorized if the CCTV camera
does not fit due to physical restrictions at the reverse
location.
Revised 11.30.20
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
f. Item No. 49 Add For Items 8-47
L Price per linear foot (additional) for approved scheduled
after-hours work and/or emergency call outs; all pipe sizes.
F. CCTV Inspection
a. Item Nos. 50-59 CCTV Inspection
L Measurement shall be based on the linear feet of sewer main
televised
ii. Pipe size shall be the diameter of the pipe or slip liner.
iii. Payment will be at the contract unit price shown for linear
feet and shall be full compensation for the item of work
completed. The deliverables shall be acceptable to the City.
If the deliverable is unacceptable, the Contractor shall re-
televise the sewer main to ensure that it is acceptable to the
City, at the Contractor's cost. The unit price shall provide full
compensation for all work required, including, but not limited
to: mobilization, furnishing all labor, equipment and materials
for cleaning, flow isolation, TV inspection, and all incidentals
related to sewer mains inspection.
G. Dry Solids Removal and Hauling
a. Item No. 60 Dry Solids Removal and Hauling
L This price shall be for dry solids removal and hauling from
Greenwood WWTP drying beds to landfill; per 12yd dump
truck load).
Revised 11.30.20
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
Attachment B- Bid Pricing Sheet
CITY OF CORPUS CHRISTI
CONTRACTS AND PROCUREMENT
.x
BID FORM
j
I
71 RFB No. 4201
Closed Circuit Televised (CCTV) Cleaning and Inspection
of Large Diameter Wastewater Lines
PAGE 1 OF 4
Date: � ..� �. '�..
° r�
..na eC.e.�odG' r .�G $Iunatufe�
rh �
Bidder °� d �......�0 9
1. Refer to"Instructions to Bidders" and Contract Terms and Conditions before
completing bid.
2. Quote your best price for each item.
3. In submitting this bid, Bidder certifies that:
a. the prices in this bid have been arrived at independently, without consultation,
communication, or agreement with any other Bidder or competitor, for the
purpose of restricting competition with regard to prices.
b. Bidder is an Equal Opportunity Employer, and the Disclosure of Interest information
on file with City's Contracts and Procurement office, pursuant to the Code of
Ordinances, is current and true.
c. Bidder is current with all taxes due and company is in good standing with all
applicable governmental agencies.
d. Bidder acknowledges receipt and review of all addenda for this RFB.
P ..... - ---.._ _,,....__..__.. _.._ .... ..... _.._w.. ...
Item Description UNIT 12- Unit Price Total I
Month Price
1 JOB MOBILIZATION SEWER EA 6 $ $
CLEANING,
CCTV � '
2 JOB MOBILIZATION EMERGENCY EA 1 �
...,..�............................
3 TRAFFIC CONTROL ARTERIAL STREET ' DAY 20
AFFIC CONTROL COLLECTOR DAY 10
—.
STREET $s ,...1�� , $/� rt `J..-�� .
4
...... ...... ..
5 TRAFFIC CONTROL LOCAL ACCESS DAY 20
$
STREET
6 TRAFFIC CONTROL TXDOT ROW DAY
5 $15
$
'��l - 5
7 TRAFFIC CONTROL
_.... CHANGEABLE DAY 410
$ I � .eu
$VARIABLE� .__ ..... ...... —
. . _r
, .
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
MESSAGE _ _.
BOARDS...�p
_.�. ...... .. �e ��. ....
8 LIGHT TO MEDIUM 18" PIPE SIZE LF
2,500 � J
CLEANING �, r
9 LIGHT TO MEDIUM.., m....__-
20"-21" PIPE SIZE LF 1,500
10 LIGHT TO MEDIUM 24
I �
CLEANING24" PIPE PIPE SIZE LF 2,500
CLEANING ............ m�. .
---------------
1 1 LIGHT TO MEDIUM 27 PIPE SIZE LF 1,
� 3 .00
i 200 $W;; $
CLEANINGiltle
12LIGHT TO MEDIUM 30 PIPE
_ ,.. ..
S . .
IZE LF 1 200
$ � ............................... $ r 4'
................
CLEANING ¢�
w_
�11
13 LIGHT TO MEDIUM 36" PIPE SIZE LF 1,500 $ $
CLEANING
__... ...
14 LIGHT TO MEDIUM 42" PIPE SIZE LF 1,200
$
— _m.
_...
CLEANING �
MEDIUM 48" PIPE SIZE LF 800 $ $
LIGHT TO
16
...... ........
CLEANING
LIGHT TO MEDIUM 54" PIPE SIZE LF 800 $
CLEANING
17 LIGHT TO MEDIUM 60 PIPE SIZE LF 80
CLEANING $ `,,
"
18 HEAVY CLEANING 18 PIPE SIZE LF 2,500
r<'f
19 HEAVY CLEANING _.
20"-21" PIPE LF 1,500
20 HEAVY CLEANING 24" PIPE SIZE LF 2,500 $ $
21 HEAVY CLEANING 27" PIPE SIZE LF 1,200 r
22 HEAVY CLEANING 30" PIPE SIZE LF 1,200 $ $
�r
23 HEAVY CLEANING 36" PIPE SIZE LF 1,500
_......
24 HEAVY CLEANING 42" PIPE SIZE LF 1,200
� D r
l ,
25 HEAVY CLEANING 48" PIPE SIZE LF 800
26 HEAVY CLEANING 54" PIPE SIZE LF 800
$ � $
HEAVY CLEANING 60" PIPE SIZE LF 800
27 HE $
_..... ��
28 LIGHT TO MEDIUM 18" PIPE SIZE LF 500 $ $
UT
�., .......
r ..... .. ... ..CLEOANINEMOV �
G
29 LIGHT TO MEDIUM 20"-21" PIPE SIZE LF 250 $ $
GROUT REMOVAL
CLEANING SWI w,
GR
J 30 LIGHT TO MEDIUM 24" PIPE SIZE LF [500 $ $
OUT REMOVAL
CLEANING
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
------.- __.......... ,_ .... ,, , ,,,,,,,, ,,, _
..... ......... .....
31 LIGHT TO MEDIUM 27" PIPE SIZE LF 150 $ $
GROUT REMOVAL
CLEANING
32 LIGHT TO MEDIUM --. 30' m ,a.....
— ---
' PIPE SIZE LF 150 $ $�
GROUT REMOVAL
CLEANING /
N .-
33 LIGHT TO MEDIUM 36" PIPE SIZE LF 250 $ $
GROUT REMOVAL
CLEANING ��
LIGHT TO MEDIUM 42 PIPE SIZE LF ... .0 ....m �... ..�
GROUT REMOVAL
CLEANING
a _ .. ....
35 LIGHT TO MEDIUM 48" PIPE SIZE LF 75 $ I $
GROUT REMOVAL I ;;
,317.50
CLEANING �� �a 7 " $
-- �. _. ------ ...... ®_,_,.-.-.-_ ........
m. _ .e Am
36 LIGHT TO MEDIUM 54" PIPE SIZE LF 75 $ $
GROUT REMOVAL
�4,�i
CLEANING
37 �LIGHT
„. .H � IUM 60 PIPE SIZE LF 75 $
LIGHT TO MED ”
GROUT REMOVAL
CLEANING
38 HEAVY GROUT 18" PIPE SIZE LF 500 $ $
.. REMOVAL
CLEANING
......
..,
39 HEAVY GROUT 20"-21" PIPE SIZE LF 250
REMOVAL
CLEANING 5,21 .50
40 HEAVY GROUT. 24" PIPE SIZE LF
e.LF 50.0 .. .., -.. $... �._.m__. ..
REMOVAL
CLEANING
1
—_— ------.. -- __ __.._. �...... ..41 HEAVY GROUT
27" PIPE SIZE LF 150 $ $
REMOVAL °¢
CLEANING '
--- ------- ......—------------------------ ...
42 HEAVY GROUT 30 PIPE SIZE LF 150 $ $
REMOVAL �
CLEANING � ��,
43 HEAVY GROUT 36" PIPE SIZE LF .250 _._,,. .
REMOVAL r
CLEANING
_.�. . ..� '.
44 HEAVY GROUT 42" PIPE SIZE LF 150 $ $
REMOVAL
.. l 1 r Ul
., .... �. ,®,, .m_ ........
45 HEAVY GROUT 48" PIPE SIZE LF 75 $ $
REMOVAL
r
46 HEAVY GROUT 54" PIPE SIZE LF 175 $ $
REMOVAL
CLEANING � .. _�
47 HEAVY GROUT 60 PIPE SIZE LF 75 $ $
REMOVAL �� 1
........... CLEANING
�, - --- 1
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
.. m
48 REVERSE SET-UP ALL PIPE SIZES EA 10
49 ADDER FOR ITEMS 8- COST PER LF 100
4iADDITION
$ ' $
u,
50 CCTV 18" PIPE SIZE LF 2,500
51 CCTV 20"-21" PIPE SIZE LF 1,500 $ $
_..
52 .,v... .CCTV. 24 PIPE.SIZE.. ,LF 2�� �..... a..W $..�
" ,500 $
,® �f
x..53.... .. CCTV 27.,. PIPE SIZE LF �.,
V
" ,200 $
f -o
$ y
.... ..
_ 1,200
�� �.
54 CCN 30�� PIPE SIZE LF . . �._,... , �... i
55 CCTV 36 PIPE SIZE LF 1,500 $ �
56 CCTV 42 PIPE SIZE LF 1,200
0�U $
---- -_ -_.. ---
„
57 CCTV 4 PIPE SIZE LF 800
1 � � g �.... .... _ .n. ....
58 CCTV54 PIPE
1ZE LF 800
59 CCTV 60" PIPE SIZE LF
$,810.0
'�
800
- � �
f 60 DRY SOLIDS 12 YD TRUCK EA 27
REMOVAL AND LOAD
� HAULING
TOTAL
l Wyk"�
items 11,35,39 and 59 have math errors
1
i
........_ ........ ........ ..... ....................... ... ..... _.. _._ _®�. I
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
Attachment C - Insurance Requirements
CONTRACTOR'S LIABILITY INSURANCE
1 . Contractor must not commence work under this agreement until all insurance
required herein has been obtained and approved by the City. Contractor must
not allow any subcontractor Agency to commence work until all similar
insurance required of the subcontractor Agency has been obtained.
2. Contractor must furnish to the City's Risk Manager and Contract Administrator
one (1 ) copy of Certificates of Insurance (COI) with applicable policy
endorsements showing the following minimum coverage by an insurance
company(s) acceptable to the City's Risk Manager. The City must be listed as
an additional insured for the General Liability and Auto Liability policies by
endorsement, and a waiver of subrogation is required on all applicable policies.
Endorsements must be provided with COI. Project name and/or number must
be listed in Description Box of COI.
TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE
Commercial General Liability $1,000,000 Per Occurrence
including:
1 . Commercial Broad Form
2. Premises - Operations
3. Products/ Completed Operations
4. Contractual Liability
5. Independent Contractors
6. Personal Injury- Advertising Injury
AUTO LIABILITY (including) $500,000 Combined Single Limit
1 . Owned
2. Hired & Non-owned
3. Rented & Leased
WORKERS' COMPENSATION Statutory
Employer's Liability $500,000 / $500,000 / $500,000
POLLUTION LIABILITY $1,000,000 Per Occurrence
(Including Cleanup and Remediation)
3. In the event of accidents of any kind related to this project, Consultant must
furnish the Risk Manager with copies of all reports of such accidents within 10
days of the accident.
Revised 11.30.20
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
Additional Requirements -
1 . Applicable for paid employees, Contractor must obtain workers'
compensation coverage through a licensed insurance company. The
coverage must be written on a policy and endorsements approved by the
Texas Department of Insurance. The workers' compensation coverage
provided must be in an amount sufficient to assure that all workers'
compensation obligations incurred by the Contractor will be promptly met. An
All States endorsement shall be required if consultant is not domiciled in the
State of Texas.
2. Contractor shall obtain and maintain in full force and effect for the duration of
this Contract, and any extension hereof, at Contractor's sole expense,
insurance coverage written on an occurrence basis, by companies authorized
and admitted to do business in the State of Texas and with an A.M. Best's rating
of no less than A- VII.
3. Contractor shall be required to submit replacement Certificate of Insurance to
City at the address provided below within 10 days of any change made by the
Contractor or as requested by the City. Contractor shall pay any costs incurred
resulting from said changes. All notices under this Article shall be given to City
at the following address:
City of Corpus Christi
Attn: Risk Management
P.O. Box 9277
Corpus Christi, TX 78469-9277
4. Contractor agrees that with respect to the above required insurance, all
insurance policies are to contain or be endorsed to contain the following
required provisions:
■ List the City and its officers, officials, employees, and volunteers, as additional
insureds by endorsement with regard to operations, completed operations
and activities of or on behalf of the named insured performed under
contract with the City, with the exception of the workers' compensation
policy.
■ Provide for an endorsement that the "other insurance" clause shall not apply
to the City of Corpus Christi where the City is an additional insured shown on
the policy;
■ Workers' compensation and employers' liability policies will provide a waiver
of subrogation in favor of the City; and
Revised 11.30.20
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
■ Provide 30 calendar days advance written notice directly to City of any
cancellation, non-renewal, material change or termination in coverage and
not less than ten calendar days advance written notice for nonpayment of
premium.
5. Within five calendar days of a cancellation, non-renewal, material change or
termination of coverage, Contractor shall provide a replacement Certificate
of Insurance and applicable endorsements to City. City shall have the option
to suspend Contractor's performance should there be a lapse in coverage at
any time during this contract. Failure to provide and to maintain the required
insurance shall constitute a material breach of this contract.
6. In addition to any other remedies the City may have upon Contractor's failure
to provide and maintain any insurance or policy endorsements to the extent
and within the time herein required, the City shall have the right to order
Contractor to stop work hereunder, and/or withhold any payment(s) which
become due to Consultant hereunder until Contractor demonstrates
compliance with the requirements hereof.
7. Nothing herein contained shall be construed as limiting in any way the extent
to which Contractor may be held responsible for payments of damages to
persons or property resulting from Contractor's or its subcontractor's
performance of the work covered under this contract.
8. It is agreed that Contractor's insurance shall be deemed primary and non-
contributory with respect to any insurance or self-insurance carried by the City
of Corpus Christi for liability arising out of operations under this contract.
9. It is understood and agreed that the insurance required is in addition to and
separate from any other obligation contained in this agreement.
2021 Insurance Requirements
Ins. Req. Exhibit 4-C
Contracts for General Services -Services Performed Onsite - Pollution
05/10/2021 Risk Management—Legal Dept.
Revised 11.30.20
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
ATTACHMENT D: WARRANTY REQUIREMENTS
No manufacturer's warranty required for this Agreement.
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
ATTACHMENT E
WASTEWATER CONSENT DECREE
Special Conditions
Special Project procedures are required from the CONTRACTOR as specified herein. The
CONTRACTOR shall implement and maintain these procedures at the appropriate time,
prior to and during performance of the work.
The following special conditions and requirements shall apply to the Project:
I. Consent Decree Notice Provision—The City of Corpus Christi ("City"), the United
States of America and the State of Texas have entered into a Consent Decree in Civil
Action No. 2:20-cv-00235, United States of America and State of Texas v. City of Corpus
Christi in the United States District Court for the Southern District of Texas, Corpus
Christi Division (the "Consent Decree"). A copy of the Consent Decree is available at
htps://www®cdn.cctexas.com/sites/default/files/CC®Consent® ecree.pdf
By signature of the Contract, CONTRACTOR acknowledges receipt of the Consent Decree.
II. Performance of work. CONTRACTOR agrees that any work under this Contract is
conditioned upon CONTRACTOR's performance of the Work in conformity with the
terms of the Consent Decree. All Work shall be performed in accordance with the Design
Criteria for Wastewater Systems under Title 30 Chapter 217 of the Texas Administrative
Code, 30 Tex. Admin. Code Ch. 217, and using sound engineering practices to ensure
that construction, management, operation and maintenance of the Sewer Collection
System complies with the Clean Water Act. Work performed pursuant to this contract
is work that the City is required to perform pursuant to the terms of the Consent Decree.
In the event of any conflict between the terms and provisions of this Consent Decree
and any other terms and provisions of this Contract or the Contract Documents, the terms
and provisions of this Consent Decree shall prevail.
III. Retention of documents — CONTRACTOR shall retain and preserve all non-
identical copies of all documents, reports, research, analytical or other data, records or other
information of any kind or character (including documents, records, or other information
in electronic form) in its or its sub-contractors' or agents' possession or control, or that
come into its or its sub-contractors' or agents' possession or control, and that relate in
any manner to this contract, or the performance of any work described in this contract
(the "Information"). This retention requirement shall apply regardless of any contrary
DocuSign Envelope ID:7EOC457F-1963-4719-A9E8-4F79B3111C7E
city, corporate or institutional policy or procedure. CONTRACTOR, CONTRACTOR's
sub-contractors and agents shall retain and shall not destroy any of the Information until
five years after the termination of the Consent Decree and with prior written authorization
from the City Attorney. CONTRACTOR shall provide the City with copies of any
documents, reports, analytical data, or other information required to be maintained at any
time upon request from the City.
IV. Liability for stipulated penalties — Article IX of the Consent Decree provides
that the United States of America, the United States Environmental Protection Agency
and the State of Texas may assess stipulated penalties including interest against the City
upon the occurrence of certain events. To the extent that CONTRACTOR or
CONTRACTOR's agents or sub-contractors cause or contribute to, in whole or in part, the
assessment of any stipulated penalty against the City, CONTRACTOR agrees that it shall
pay to City the full amount of any stipulated penalty assessed against and paid by City that
is caused or contributed to in whole or in part by any action, failure to act, or failure to act
within the time required by any provision of this contract. CONTRACTOR shall also pay
to City all costs, attorney fees, expert witness fees and all other fees and expenses
incurred by City in connection with the assessment or payment of any such stipulated
penalties, or in contesting the assessment or payment of any such stipulated penalties.
In addition to any and all other remedies to which City may be entitled at law or in
equity, CONTRACTOR expressly authorizes City to withhold all amounts assessed
and paid as stipulated penalties, and all associated costs, fees, or expenses from any
amount unpaid to CONTRACTOR under the terms of this contract, or from any retainage
provided in the contract.