HomeMy WebLinkAboutC2024-102 - 5/21/2024 - Approved
SERVICE AGREEMENT NO. 5528
Closed Circuit Televised (CCTV) Inspection, Cleaning of
Stormwater Line
THIS Closed Circuit Televised (CCTV) Inspection, Cleaning of Stormwater Line
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)
Inspection, Cleaning of Stormwater Line in response to Request for Bid/Proposal No.
5528 (“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) Inspection,
Cleaning of Stormwater Line (“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 Page 1 of 8
Approved as to Legal Form October 29, 2021
3. Compensation and Payment. This Agreement is for an amount not to exceed
$1,380,178.75, subject to approved extensions and changes. Payment will be
made for Services performed 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: Velma Pena
Department: Public Works
Phone: 361-826-1933
Email: VelmaP@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
Service Agreement Standard Form Page 2 of 8
Approved as to Legal Form October 29, 2021
bonds and appropriate surety information are as included in the RFB/RFP or as
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 Page 3 of 8
Approved as to Legal Form October 29, 2021
10.Non-Appropriation. The continuation of this Agreement after the close of any
th
fiscal year of the City, which fiscal year ends on September 30 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: Velma Pena
Title: Contracts/Funds Administrator
Address: 2525 Hygeia St., Corpus Christi, Texas 78415
Phone: 361-826-1933
Fax:
IF TO CONTRACTOR:
Company Name
Attn: David Groce
Title: Manager
Address: 3405 Almeda Genoa Rd., Houston, Texas 77047
Service Agreement Standard Form Page 4 of 8
Approved as to Legal Form October 29, 2021
Phone: 281-485-8816
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
Service Agreement Standard Form Page 5 of 8
Approved as to Legal Form October 29, 2021
Agreement. Contractor must provide such documentation upon delivery of such
equipment and prior to receipt of the final payment by the City.
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
Service Agreement Standard Form Page 6 of 8
Approved as to Legal Form October 29, 2021
agrees that the contract can be terminated if the Contractor knowingly or
intentionally fails to comply with a requirement of that subchapter.
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.
Service Agreement Standard Form Page 7 of 8
Approved as to Legal Form October 29, 2021
CONTRACTOR
Signature:
Printed Name:
Title:
Date:
CITY OF CORPUS CHRISTI
________________________________________________
Josh Chronley
Assistant Director of Finance - Procurement
Date: _________________________
Attached and Incorporated by Reference:
Attachment A: Scope of Work
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements
Incorporated by Reference Only:
Exhibit 1: RFB/RFP No. 5528
Exhibit 2: Contractor’s Bid/Proposal Response
Service Agreement Standard Form Page 8 of 8
Approved as to Legal Form October 29, 2021
Scope of Work
.1 General Requirements/Background Information
The Contractor shall provide Closed Circuit Televised (CCTV) Inspection and
cleaning of stormwater line within the City’s right-of-way and on public property as
outlined in this Scope of Work.
.2 Scope of Work
A.General
a.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 stormwater inventory as shown on
the bid form. 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 legal transport and disposal of materials generated
by the cleaning process.
b.The Public Works Department will provide reference maps highlighting the
stormwater line segments to be cleaned and inspected during this project.
c.The Public Works Department will provide reference ID asset numbers for all
manholes and pipelines on the maps. These reference numbers shall be
utilized by the Contractor(s) 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 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.
d.It shall be the responsibility of the Contractor(s) to adhere to all applicable
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”).
e.The Contractor shall obtain all required municipal and other governmental
license and permits. The Contractor shall obtain approval or consent from
utilities or carriers, such as a 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 preclude 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.
f.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 private lands to which assess is required for performance of the
work under contract. The Contractor shall obtain written permission for
access to private property where easement is inadequate.
g.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, construction specifics, stormwater system
records etc., as provided by the City. The Contractor shall request these
documents as least five days in advance.
h.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.
i.The Contractor shall have the ability to communicate with the City at all
times.
j.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.
k.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 work on that line segment and contact the City
Administrator.
l.In the area where brush and other vegetation make access to the
stormwater mains designated for cleaning and inspecting less than
desirable and/or the route to the access point(s) is not via a recorded
easement, the Contractor shall provide its own access for the purpose of
cleaning and inspection. Contractor will coordinate with property
owner/resident 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.
m.All customers that refuse to allow access, vegetation clearing, or any other
work required by the Contractor shall be referred to the City Administrator
as soon as practicable and documented in writing within 48 hours for City
action and follow up.
n.The Contractor is responsible for disposing of all materials removed from the
stormwater pipes during cleaning.
B.Work and Materials Provided by the City
The Public Works Department will provide the following at no cost to the
Contractor:
a.Community awareness measures and project signage informing that
stormwater maintenance is scheduled with the Contractor.
b.Instructions on how to respond to residents that approach the Contractor
during the stormwater cleaning and inspection process.
c.Legal and physical access to collection system manholes on the portions
within the project limits.
d.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.
e.Any excavation, opening, backfilling, and/or repair of stormwater lines,
and/or streets, required to remove the Contractor’s equipment caught in
the stormwater pipe due to defects and not caused by the Contractor’s
negligence. See Section on “Emergency Pipeline Blockage Plan”.
f.The Contract Administrator will act as liaison between the Public Works
Department and the Contractor for the duration of the project.
C.Existing Utilities
a.The Contractor shall be held responsible for the protection of existing
utilities, as well as all 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 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 cost
to City or the affected utility owner.
b.It shall be the Contractor’s responsibility to determine the exact location of
existing utilities that may impact their work.
c.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 AEP or Nueces
Electric Cooperative.
.3 Traffic Control
A.The Contractor shall be responsible for providing 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 Uniform Traffic Control Devices, which provides a
number of 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 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.
B.For work adjacent to, in, or under TxDOT ROW, the Contractor shall obtain all
necessary TxDOT permits and strictly adhere to all provisions contained therein.
C.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 detours, temporary striping and
markers, flag-men and such temporary devices, and the relocation of existing
signs and devices as necessary to safely complete the project.
D.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.
.4 Safety
A.The work identified for this project involves activities in and around confined
spaces. The Contractor and/or a Contractor-independently-retained
employee 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. The
Contractor shall, as a function of the Health and Safety Plan, implement a
confined space entry program.
B.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 and the employees of other contractors 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.
C.The Contractor shall submit a copy of the Confined Space Entry Program to the
Contract Administrator after the Notice to Proceed of the Contract but before
commencing with the work. The City assumes no liability for the effectiveness
of the plans and/or procedures and in no way does this submittal relieve the
Contractor of any liability under the contract.
D.Prior to beginning work, Contractor shall submit the following for approval:
a.Resident 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 disrupted by the Contractor’s operations.
ii.During the course of the cleaning and inspection of the stormwater
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 Texas Department of
Transportation 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 Traffic Engineering Department 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-ways in this plan. The City Administrator
shall provide the 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.Emergency Pipeline Blockage Plan
i.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 that is
being utilized by the Contractor or his agents becomes lodged in the
pipeline and is not retrieved by non-intrusive methods.
ii.The Contractor shall be responsible for the removal of equipment using
non-intrusive methods. The Contractor will 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 contract the City immediately so that
the City can coordinate the removal of equipment for the Contractor.
iii.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.
iv.The plan should cover all project areas and should have facilities and
contingencies to cover all potential pipe blockage situations.
d.Health and Safety Plan (Including a Confined Space Entry Plan)
i.The Contractor shall submit a Health and Safety Plan in accordance
with Occupational Safety and Health Administration (OSHA)
Standards 29 CFR 1910 and 1926 to the City 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
•Operation guides and manuals for all equipment to be utilized
on the project
•OSHA forms 200 and 101
iii.The Contractor shall post all documentation as required by OSHA and
the City and the Contractor shall require all on-site employees and
subcontractors 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 and subcontractors 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 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.
e.Quality Control and Assurance Plan.
.5 Pipe Cleaning
Technical Provisions
A.General
a.The work covered by these specifications consists of furnishing all equipment,
materials, labor, supervision, and incidental items necessary to perform the
cleaning of the stormwater system. Equipment shall be capable of cleaning
and inspecting spans of stormwater lines up to 1,500 linear feet or greater.
B.Cleaning Requirements
a.The City of Corpus Christi Public Works Department Pre-Treatment Division
must inspect all equipment used by the Contractor to clean stormwater lines
or capture and transport debris and material removed from the stormwater
collection system. Contact Contract Administrator to schedule the
inspection. All cleaning equipment and hauling vehicles used on this project
must also be registered with the TCEQ, and proof of this registration must be
provided to the City prior to any work being performed under the contract.
C.Equipment Requirements
a.High-Velocity Jet (Hydro-Cleaning) Equipment
i.All high-velocity stormwater cleaning equipment shall be constructed
for ease and safety of operation. The Contractor shall have a selection
of two or more high-velocity nozzle.
ii.The nozzles shall be capable of producing a scouring action from 10
to 60 degree in all size lines designed to be cleaned. The equipment
shall carry its own water tank, auxiliary engines, pumps, and
hydraulically driven hose reel.
b.Hydraulically Propelled Equipment
i.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 the flooding of the
stormwater system. The movable 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.
c.Mechanically Powered Equipment
i.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
i.Vactor cleaning equipment as necessary to remove debris during cleaning
Operation.
D.Execution
a.General Stormwater Line Cleaning
i.Stormwater 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 stormwater line, and depth of flow. Selected
equipment shall be capable of cleaning spans of stormwater main at a
minimum of up to 1,500 linear feet without the need for a reverse set-up
unless authorized by the City Administrator.
ii.Hydraulic or mechanical means shall be used to remove all dirt, grease,
rocks, sand and other materials and obstructions from the stormwater 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.
iii.Cleaning shall start from the upstream reaches of the study area or
neighborhood and progress downstream.
b.Root Removal
i.Roots shall be removed within the cleaning limits and shall be considered
part of stormwater 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.
c.Manhole Cleaning
i.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 same
manner as debris removed from the stormwater main cleaning.
d.Debris Disposal
i.The Contractor shall dispose of debris removed from cleaning
operations on this project at the Greenwood WWTP, location at 1541
Saratoga Boulevard, Corpus Christi, Texas 78415, unless otherwise
directed by the City Administrator. The Contractor shall coordinate
dumping with the City Public Works 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’s
stormwater lines 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’s stormwater collection system at
the Greenwood WWTP. Debris removal shall be included in the bid
price for the various pipe line cleaning items in an appropriate fashion
and in accordance with all state as well as local regulations regarding
waste disposal.
ii.The Contractor has the option of using the City’s de-watering facilities.
The City has six drying beds, each with a 1-foot high containment wall
each with an area of about 2,300 square feet. These drying beds are
at the Greenwood WWTP. The Contractor would be required to haul
and handle material to, at, and from the facility. All work required
within the treatment plant shall be in accordance with the
requirements set forth by the Plant Supervisor. The use of drying beds
would be subject to prior approval of the facility
e.Cleaning and Inspection Notification
i.The success of the Corpus Christi Public Works Department Stormwater
Cleaning and Inspection Program is dependent upon close coordination of
the City and Contractor activities affecting the City of Corpus Christi Public
Works 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:
ii.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 flyer will 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.
iii.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) 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 five working days, the area will be re-notified
f.Cleaning Precautions
i.During stormwater cleaning operations, satisfactory precautions shall be
taken in the use of cleaning equipment. When hydraulically propelled
cleaning tools (that depend upon water pressure to provide their cleaning
force) or tools that retard the flow in the stormwater line are used,
precaution shall be taken by the Contractor to ensure that the water
pressure created does not damage or cause flooding of public or private
property being served by the stormwater line.
ii.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 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.
iii.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
Public Works Department requirements.
.6 CCTV Requirements
A.General
a.Closed circuit television inspection will typically be done under one or more
of the methods 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 assistance from the City in the performance of work
described in this specification.
B.Inspection Equipment and Methods
a.Electronic inspections software that is NASSCO PACP (latest edition)
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 Pipeline
Assessment and Certification Program (PACP) certified operator. The
operator 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 Administrator), be transferable to
flash drives, DVDs or hard drives, and have the ability to be 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
stormwater 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/codes.
h.The Inspection Report shall consist of conditions observations recorded using
computer software generated formats conforming to NASSCO PACP version
6.0 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 service
connection.
i.Each pipe segment (manhole to manhole) shall be identified with an initial
text screen and completed in accordance with Pipeline Assessment and
Certification Program (PACP)’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
1a Certificate No. X
2 Owner X
3 Customer X
4 Drainage Area
5 Sheet Number X
6 P/O Number
7 Pipe Segment Ref. X
(PSR)
8 Date X
9 Time
10 Street X
10a City X
11 Location Details
12 Upstream MH. No. X
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 MG 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 X
or Easement)
40 W/O # X
41 Project X
42 Pressure Value
C.CCTV Reverse Set-Up
a.A CCTV reserve 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.
D.Easement Access
a.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
Revised 11.30.20
Page 32 of 39
easement areas. Easement areas are defined as those areas not accessible
to normal vehicular traffic.
E.Work Hours
a.Normal working hours shall be considered 8 AM to 5 PM, Monday – Friday for
the duration of the project. When authorized/required by the City
Administrator, the Contractor may perform inspection to be done during low
flow periods, to minimize impacts on traffic safety, or for other reasons
determined by the City.
F.Confined Space Entry
a.When necessary to complete cleaning and inspection activates (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 spaces entry permits, if
requested.
G.Deliverable
a.Television Inspection Logs Electronic media inspection logs/record 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, stormwater
connections, unusual conditions, roots, stormwater 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
i.The purpose of electronic media recording shall be to supply a visual
record of the entire line segment that may be viewed by the City.
Each original electronic media recording of conditions and defeats
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.
ii.The Contractor is required to provide NASSCO PACP compliant
computer software-generated Inspection Report products to the
City, as a result of each work order issued. Acceptable submission
become the property of the City. The electronic recordings will have
ready-only software that will facilitate the viewing and printing of
additional copies of the inspection report and the digital
photographs. The CD or hard drive will also include video that can
be viewed. The electronic recordings will be compatible with
Microsoft Windows latest version and will be delivered to the Public
Works Department within ten (10) calendar days of the last day of
the performance period.
H.Quality Control
a.Inadequate main stormwater preparatory cleaning, camera distortion,
inadequate lighting, dirty or submerged lens, 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.
I.Upon Completion of the Project
a.Submission of one properly labeled flash drive or hard drive (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:
i.Project Name
ii.Work Order
iii.Contractor Name, Address, Contact Number
iv.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 ½ “ x 11” paper, in color, to improve the definition of problem
areas, and delivered with the media.
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 Approved Equal)
2.CCTV Defect Listing Log (PDF or Approved Equal)
3.Conditions Code Summary (PDF or Approved
Equal)
4.Cleaning Log (PDF or Approved Equal)
5.NASSCO PACP Complaint Access Database
6.Video Files (MPEG, WMV, or Approved Equal)
7.Defect Photographs (JPEG or Approved Equal)
8.Cleaning Log Summary (XLS or Approved Equal)
d.One report is required for each project (which may consist of an entire main
line) The Contractor’s supposed 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.
.7 MEASURMENT AND PAYMENT
A.General
a.Measurement
i.The qualities for payment under each work order shall be
determined by field measurement prior to the approval of the
work order being issued.
ii.The City does not expressly or implicitly agree that the actual
amount of the work to be done in the performance of the
contract 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 and 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 competition of the work,
except as provided in the contract documents.
b.Payments
i.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, for 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 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 described in the delivery order and specified
herein.
ii.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 this 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.
iii.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.
B.Payment Items
a.Item No. 1 Mobilization
i.Mobilization price shall be per each mobilization for each stormwater
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; the cost of bonds, 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 Contractor support during reviews and inspection, re-
inspection and storage, and final site clean-up.
b.Item No. 2 Temporary Traffic Control Devices (Arterial Street)
i.This item is measured and paid by the day for the traffic control devices
required to complete work on each arterial street as listed on order.
c.Item No. 3 Temporary Traffic Control Devices (Collector Street)
i.This item is measured and paid by the day for the traffic control devices
required to complete work on each collector street as listed in the order.
d.Item No. 4 Temporary Traffic Control Devices (Local Street)
i.This item is measured and paid by the day for the traffic control devices
required to complete work on each local street as listed in the order.
e.Item No. 5 Traffic Control Plan
f.Item No. 6 Portable Changeable Message Signs (PCMS)
i.This item is measured and paid by the each
ii.This price is full compensation for furnishing, installing, operating,
relocating, maintaining, and removing changeable message units.
g.Item Nos. 7-27 Pipe and Box Cleaning, All Sizes
i.Pipe size shall be the diameter of the pipe. Box size shall be the area in
square feet of the box.
ii.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.
iii.This price is full compensation for cleaning, disposal of removed material,
equipment, labor, tools, and incidentals.
h.Item Nos. 28-48 CCTV, All Sizes
i.Pipe size shall be the diameter of the pipe. Box size shall be the area in
square feet of the box.
ii.Measurement shall be made and based on the linear foot of stormwater
lines televised.
iii.This price is full compensation for CCTV of stormwater lines, materials,
equipment, labor, tools, incidentals, and deliverables as defined in Section
4.6.G. CCTV Requirements, Deliverables.
i.Item No. 49 Reverse Setup, All Sizes
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.
Attachment C: Insurance and Bond R equirements
I. CONTRACTOR'S LIABILITY INSURANCE
A. Contractor must not commence work under this agreement until all insurance required
has been obtained and such insurance has been approved by the City. Contractor
must not allow any subcontractor Agency to commence work until all similar insurance
required of any subcontractor Agency has been obtained.
B. Contractor must furnish to the City's Risk Manager and Contract Administer 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 on 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
Bodily Injury and property
30-written day notice of cancellation,
Damage Per occurrence -
required on all certificates or by
aggregate
applicable policy endorsements
$1,000,000 Per Occurrence
Commercial General Liability
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 and Non-Owned
3. Rented/Leased
WORKERS' COMPENSATION Statutory
$500,000 /$500,000 /$500,000
EMPLOYER'S LIABILITY
POLLUTION LIABILITY $1,000,000 Per Occurrence
(Including Cleanup and Remediation)
Risk Review
C. In the event of accidents of any kind related to this agreement, Contractor must furnish
the Risk Manager with copies of all reports of any accidents within 10 days of the
Page 2 of 3
accident.
II. ADDITIONAL REQUIREMENTS
A. 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.
B. 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.
C. Contractor shall be required to submit a copy of the replacement certificate of
insurance to City at the address provided below within 10 days of the requested
change. 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 Manager
P.O. Box 9277
Corpus Christi, TX 78469-9277
D. 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, volunteers, and elected
representatives as additional insured by endorsement, as respects operations,
completed operation 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
• Provide thirty (30) calendar days advance written notice directly to City of any
suspension, cancellation, non-renewal or material change in coverage, and not less
than ten (10) calendar days advance written notice for nonpayment of premium.
Page 2 of 3
E. Within five (5) calendar days of a suspension, cancellation, or non-renewal 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.
F. 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 remove
the exhibit hereunder, and/or withhold any payment(s) if any, which become due
to Contractor hereunder until Contractor demonstrates compliance with the
requirements hereof.
G. 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 agreement.
H. 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 agreement.
I. It is understood and agreed that the insurance required is in addition to and separate
from any other obligation contained in this agreement.
Bond Requirements:
No bonds are required.
2021 Insurance Requirements
Ins. Req. Exhibit 4-C
Contracts for General Services – Services Performed Onsite - Pollution
05/10/2021 Risk Management – Legal Dept.
Page 3 of 3
ATTACHMENT D: WARRANTY REQUIREMENTS
No Warranty Required.
Page 1 of 1