Loading...
HomeMy WebLinkAboutC2016-181 - 4/26/2016 - Approved SERVICE AGREEMENT FOR CLOSED CIRCUIT TELEVISED INSPECTION OF SMALL-DIAMETER WASTEWATER LINES Contract No. 682 THIS Inspection of Wastewater Lines Service Agreement(this "Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City"), acting by and through its City Manager or his designee("City Manager"), and Ace Pipe Cleaning, Inc., of Kansas City, Missouri ("Contractor"), effective for all purposes upon execution by the City Manager. WHEREAS, Contractor has proposed to provide Closed Circuit Televised Inspection of Small-Diameter Wastewater Lines in response to Bid Event No. 90, which includes Specification No. 1105, dated 8/28/15; WHEREAS, the City has determined Contractor to be the lowest responsible bidder; NOW, THEREFORE, Contractor and City enter into this Agreement and agree as follows: 1. Services. Contractor shall provide Closed Circuit Televised Inspection of Small- Diameter Wastewater Lines in accordance with Bid Event No. 90 which includes Specification No. 1105, dated 8/28/15 ("Services"), which bid and related specifications, if any, are incorporated by reference into this Agreement as Exhibit "A". The Contractor's bid response to provide the Services is incorporated by reference into this Agreement as Exhibit "B". (Exhibits A and B are on file with the City's Purchasing Division and available upon request and payment of associated document fees, if applicable.) For paperwork reduction purposes only, attached to and incorporated by reference into this Agreement for the performance of Services is Attachment "A", the scope of Services which includes Specification No. 1105, and Attachment "B", the schedule of pricing for the Services, both attachments being condensed from Exhibits A and B. 2. Term. This Agreement is effective upon execution of the City Manager, with the time of performance commencing on the date a notice to proceed ("Notice to Proceed") is issued by the Contract Administrator and continuing for 12 months thereafter. The Agreement includes an option to extend the term for up to four additional 12-month periods under the same terms and conditions and is subject to the approval of the Contractor and the City Manager. 3. Compensation and Payment. This Agreement is for an amount not to exceed $1,908,132.00, subject to validly authorized extensions and changes. Payment will be allowed in accordance with Attachment "B" Schedule of Pricing. Payment terms are net 30 days after the goods are provided or services are completed, as required, or a correct invoice is received, whichever is later. 2016-181 04/26/16 M2016-047 Ace Pipe Cleaning Inc. INDEXED 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. All of the Contractor's notices and communications regarding this Agreement must be directed to the Contract Administrator, who serves as the Major Projects Engineer, unless indicated otherwise in this Agreement. 5. Independent Contractor. Contractor shall perform the Services as an independent contractor and furnish such Services in its own manner and method, and under no circumstances will any employee, agent, or representative of the Contractor be considered an employee of the City. 6. Insurance. Before Services can begin under this Agreement, the Contractor's insurance company must deliver a Certificate of Insurance as proof of the required insurance coverages to the Contract Administrator. Additionally, the certificate must state that the City's Risk Manager and the Contract Administrator will be given at least thirty (30) days' notice of cancellation, material change in the coverages, 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 15 days of the City Manager's written request to Contractor. The Contractor's insurance requirements are attached to and incorporated by reference into this Agreement as Attachment"C". 7. Assignment. No assignment of this Agreement nor any right or interest in this Agreement held by the Contractor is effective unless the City Manager first gives written consent to such assignment. The performance of this Agreement by the Contractor is the essence of this Agreement, and the City's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. 8. Fiscal Year. All parties recognize that the continuation of any contract after the close of any fiscal year of the City (the City's fiscal year ends each September 30th) is subject to budget approval and appropriations providing for such contract item as expenditure in the fiscal budget. The City does not represent that a budget item for this Agreement will be actually adopted, as that determination is within the sole discretion of the City Council at the time of adoption of each fiscal budget. 9. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 10. Compliance with Laws. Contractor shall comply with all applicable federal, State, and local laws, rules, and regulations in the performance of this Agreement. This Agreement is subject to all applicable federal, state and local laws. All duties of the parties must be performed in Corpus Christi, Texas. The applicable law for any legal disputes arising out of this Agreement is the law of Texas, and the forum and venue for such disputes is the appropriate State or federal court in Nueces County, Texas. Page 2 of 8 11. Subcontractors. The Contractor may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, the Contractor must obtain prior written approval from the Contract Administrator. In using subcontractors, the Contractor is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of the Contractor. All requirements set forth as part of this Agreement, including the insurance requirements, are applicable to all subcontractors and their employees to the same extent as if the Contractor and its employees had performed the Services. 12. Amendments. This Agreement may be amended only in writing and signed by persons authorized to execute the same by both parties. Such Amendments will be authorized through a change order. 13. Termination. A. The City Manager may terminate this Agreement for Contractor's failure to perform the Services specified in this Agreement. The Contract Administrator 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 stated in the notice, the City may terminate this Agreement immediately thereafter. Failure to keep all insurance policies in force for the entire term of this Agreement is grounds for termination. B. Alternatively, the City may terminate this Agreement without cause upon 20 days' advance written notice to the Contractor. However, the City may terminate this Agreement upon 24 hours' advance written notice to the Contractor for the Contractor's failure to pay any required taxes or to provide proof of payment of taxes as set out in this Agreement. The Contractor may terminate this Agreement upon 90 days' advance written notice to the City. 14. Taxes. The Contractor covenants to pay all applicable federal and State payroll taxes, Medicare taxes, FICA taxes, unemployment taxes, and all other taxes in accordance with Circular E "Employer's Tax Guide", Publication 15, as it may be amended. Upon request, the City Manager shall be provided proof of payment of taxes within 15 days of such request. 15. Notice. Notice must be given by personal delivery, facsimile (fax), or by certified mail, postage prepaid and return receipt requested, and is deemed received on the date hand-delivered or faxed, with proof of accepted transmission, and on the third day after deposit in the U.S. mail if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Corpus Christi Attention: Temple Williamson, Major Projects Engineer P.O. Box 9277 Corpus Christi, TX 78469-9277 2726 Holly Rd. Page 3 of 8 Corpus Christi, TX 78415 Fax#(361)826.4442 IF TO CONTRACTOR: Ace Pipe Cleaning, Inc. 1509 Sylvania Ct. Fort Worth, TX 76111 Office: (817) 332-1115 Fax: (817) 332-1557 16. Severability. Each provision of this Agreement is severable and if, for any reason, any provision or any part thereof is determined to be invalid and contrary to any applicable law, such invalidity shall not impair the operation of or 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 thereof had been omitted. 17. INDEMNIFICATION. CONTRACTOR SHALL 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 ANY NATURE ON ACCOUNT OF DEATH, PERSONAL INJURIES, PROPERTY LOSS OR DAMAGE OR ANY OTHER KIND OF 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 THIS AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT REGARDLESS OF WHETHER THE INJURIES, DEATH, OR DAMAGES ARE CAUSED OR ARE CLAIMED TO BE CAUSED BY THE CONCURRENT OR CONTRIBUTORY NEGLIGENCE OF INDEMNITEES BUT NOT IF BY THE SOLE NEGLIGENCE OF INDEMNITEES UNMIXED WITH THE FAULT OF ANY OTHER PERSON OR ENTITY. 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 REASONABLY SATISFACTORY TO INDEMNITEES, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING FROM ANY SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. Page 4 of 8 18. Certificate of Interested Parties. Contractor agrees to comply with Texas Govern- ment Code section 2252.908 and complete Form 1295 "Certificate of Interested Parties" as part of this Agreement. CONTRACTOR Signature: :_> Printed Name: Bruce Vantine Secretary/Treasurer Title: Date: S-l5-"/LO CITY OF CORPUS CHRISTI ' Signature: N\ �,/l �[���� Approved as to form: ,` Printed Name: r\a4L r Title: Vruc «..�C -�-�Q� Albetkia0d1 Assi t City Attorney For City Attorney Date: i-1 - 2-1-1 - 14 ATTEST:��'e-1�'a1L.C�CC• L�✓� REBECCA HUERTA V/ �'hu6. CITY SECRETARY L Attached and Incorporated by Reference: IY COUNCIL...........---- Attachment A: Scope of Work and Specification 1105, dated 8/28/15 Attachment B: Schedule of Pricing sECRETAR Attachment C: Insurance Requirements Incorporated by Reference Only: Exhibit A: Bid Event No. 90, Closed Circuit Televised Inspection of Small-Diameter Wastewater Lines, which includes Specification No. 1105, dated 8/28/15 Exhibit B: Contractor's Bid Response Page 5 of 8 ATTACHMENT A SCOPE of Work and SPECIFICATION NO. 1105 Page 6 of 8 CITY OF CORPUS CHRISTI SPECIFICATION NO. 1105 PURCHASING DIVISION DATE REVISED: 8/28/15 ATTACHMENT A SCOPE OF WORK AND SPECIFICATION CLEANING AND TELEVISED INSPECTION OF SMALL DIAMETER WASTEWATER LINES I. GENERAL The scope of work described herein is to include the cleaning and inspection work of small diameter wastewater lines, which includes line sizes less than, but not including, 18 inches in diameter. When performing cleaning and inspection work of wastewater lines that are 6 inches in diameter, refer to Section 3.9 "Special Instructions for Six (6) Inch Diameter Lines" for specific instructions. The estimated quantities of services are as noted on the bid event lines. Although actual quantities may vary, the descriptions and estimated quantities are to form the basis of the unit prices submitted by the Bidder. The Utility Department will provide reference maps highlighting the wastewater line segments to be cleaned and inspected during this project. The Utility Department will provide reference numbers for all manholes on the maps. These reference numbers shall be utilized by the Contractor(s) on video inspection reports. An Excel spreadsheet will list upstream and downstream manhole locations, linear footage inspected, location description, access location (i.e. street/easement), and GIS footage. Additional columns allow the Contractor to record linear footage cleaned, segment CCTV footage, reversal linear footage, comments, and section complete status. 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 be limited to, "Confined Space Entry"). WORK AND MATERIALS PROVIDED BY THE CITY The Utility 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 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. Page 1 of 21 CLEANING AND CCTV INSPECTION CITY OF CORPUS CHRISTI SPECIFICATION NO. 1105 PURCHASING DIVISION DATE REVISED: 8/28/15 6. The designated City Project Manager who will act as a liaison between the Utility Department and the Contractor for the duration of the project. 7. A parking area to accommodate the Contractor's equipment, vehicles and materials, if requested by the Contractor, as long as such storage does not interfere with normal City operations. 8. A debris dump location to unload materials removed from the sewer pipes during cleaning. This facility is to be used only during the contract time limits, only for sewers located in Corpus Christi, and only sewers authorized to be cleaned in this contract. 9. Upon receipt of the Contractor's deposit, the City will provide a hydrant meter to the Contractor to be used only for obtaining water necessary to perform the cleaning requirements of this contract. The Contractor will provide meter readings as directed by the City. The Contractor will not be charged for water used to perform this project. II. TRAFFIC CONTROL The Contractor shall provide sufficient traffic control measures to ensure a safe condition and minimize inconvenience 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. 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 relocation of existing signs and devices as necessary to safely complete the project. 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 three classifications to be utilized in this project are local access streets (assumed to be 80% of work order sites), collectors (assumed to be 15% of work order sites), and arterials (assumed to be 5% of work order sites). These percentages are for information purposes only, are not guarantees, and will vary from actual quantities awarded. Local access streets are defined as those streets that provide access to individual residences, elementary schools, and parks within a neighborhood. Collectors are defined as those streets that collect and distribute traffic to and from local streets, other collectors, arterials, and freeway frontage roads. Arterial streets are those streets that bring traffic to and from the freeway and accommodate high volumes of cross-town traffic. Street classifications are defined in 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: http://www.cctexas.com/Assets/Departments/Development-Services/Files/design- standards/UrbanTransportationPlanMap.pdf Page 2 of 21 CLEANING AND CCTV INSPECTION CITY OF CORPUS CHRISTI SPECIFICATION NO. 1105 PURCHASING DIVISION DATE REVISED: 8/28/15 III. WATER METER The Contractor will obtain and place a refundable deposit on a City-provided hydrant meter to record the water used for the 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 Manager. The Contractor will be allowed to use hydrants that are near the work being performed and will adhere to any restrictions imposed by the City Project Manager should specific areas not be available to obtain water. The Contractor will use caution when opening and closing hydrants to prevent surges and damage to hydrants or creating 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. The Contractor is responsible for connecting 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. IV. TECHNICAL PROVISIONS The following specifications form the basis of the technical requirements of the service agreement. This specification shall govern for all work, equipment, supervision, and materials required for cleaning and remote CCTV inspection, as well as documentation of sanitary sewer or other lines, as required. 1. QUALIFICATIONS 1.1 The Contractor shall have a minimum of 5 years of documented municipal cleaning/CCTV experience and shall have inspected, as a company, a minimum of 500,000 linear feet under similar conditions. 2. CLEANING REQUIREMENTS 1.1 Clean ALL debris, such as dirt, gravel, rocks, grease, and other organic/inorganic debris, from existing lines and manholes to allow for CCTV inspection to proceed. The only price the City shall pay for all cleaning required herein are those amounts quoted by the Bidder in the Bid Sheet. For consecutive line segments or designated areas of the collection system, the Contractor shall clean from the most upstream segments and progress downstream, where possible. The Contractor will be required to clean the line segment using hydraulic equipment. The debris being removed from the pipeline shall be removed from the collection system at the receiving manhole and not be allowed to be merely moved to the next line segment. Adequate equipment, such as sand traps, wire baskets, etc., shall be used to prevent the migration of debris into downstream line Page 3 of 21 CLEANING AND CCTV INSPECTION CITY OF CORPUS CHRISTI SPECIFICATION NO. 1105 PURCHASING DIVISION DATE REVISED: 8/28/15 segments. Debris shall be properly discarded in accordance with local, state and federal regulations and as specified below. 1.2. The Contractor shall dispose of debris removed from cleaning operations on this project at the Greenwood WWTP, located at 1541 Saratoga Blvd., Corpus Christi, Texas 78415, unless otherwise directed by the City Project Manager. The Contractor shall coordinate dumping with the City Wastewater 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. The Contractor will be responsible for obtaining and maintaining all necessary permits to transport sludge wastes in the State of Texas and the City of Corpus Christi. 1.3. Cleaning Equipment - The cleaning equipment will be truck-mounted combination water jet/vacuum unit(s). The water jet performance shall be a minimum of 65 gallons per minute at 2,000 PSI. The unit(s) will be equipped with a minimum of 700 feet of 1" internal diameter sewer cleaning hose with working pressure ratings to match the rating of the water pressure. Nozzles used in the cleaning process will accommodate the full flow rating of the water jet and will be of proper choice for the cleaning application, including rotating nozzle for root and grease removal. Prior to the sewer cleaning operation, the City Project Manager and the Contractor will agree on a sewer cleaning sequence. In general, the sewer cleaning process will proceed from the upper ends of each sewer basin to the lower ends. Multiple passes with the water jet will be made to flush the debris to the manhole where the jet/vac unit is positioned. Sewers will be cleaned by introducing the water jet into the sewer line facing against the sewer flow and retrieving the water jet under pressure with the sewer flow. A handheld control gun will be used to thoroughly clean manholes from grade level. Debris will be removed by vacuum to minimize entry into manholes by the workers. The Contractor will collect and transport all debris removed during the sewer cleaning operation. Adequate equipment, such as sand traps, wire baskets, etc., shall be used to prevent the migration of debris into downstream line segments. Vacuum system performance will be at least 4,000 cubic feet per minute and 16" Hg vacuum pressure to ensure all debris can be efficiently removed from sewer without a worker entering the manhole. The Contractor is responsible for damages and cleanup caused by backups into homes/businesses due to the Contractor's cleaning operations. Page 4 of 21 CLEANING AND CCTV INSPECTION CITY OF CORPUS CHRISTI SPECIFICATION NO. 1105 PURCHASING DIVISION DATE REVISED: 8/28/15 3. CCTV REQUIREMENTS 3.1 General Closed circuit television inspection 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 assistance from the City to perform the work described in this specification. Unless otherwise specified and at the Contractor's expense, the Contractor shall provide for the control of wastewater flows and the monitoring of the collection system for back-ups and surcharges, while flow control devices are in place. 3.2 Inspection Equipment and Methods Electronic inspection software that is NASSCO PACP (version 6.0 or greater) compliant shall be used to record the condition of each inspected pipe segment. The minimum header information required for each inspection is presented in the Header Field Checklist herein. 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. The Contractor will perform closed circuit video inspection of the sewers using current state-of-the-art technology and trained employees. The CCTV camera will have high-resolution color with adjustable iris focus. The CCTV camera will have pan-and-tilt capabilities that allow up-close and right-angled inspections of defects and other significant observations. Video camera will be equipped with a minimum 1000 feet of video cable. Lighting on the video camera will be suitable to allow proper illumination and a 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. 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 the City Project Manager), be transferable to flash drives, DVDs or hard drives, and have the ability to be printed at no additional cost to the City. 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. Page 5 of 21 CLEANING AND CCTV INSPECTION CITY OF CORPUS CHRISTI SPECIFICATION NO. 1105 PURCHASING DIVISION DATE REVISED: 8/28/15 Footage distance measured by video system will be accurate within 1% and will be used to determine footages for reporting and payment. The PACP distance between manholes (from exit wall to entrance wall) will be the reference points used to determine footage measurements. Video inspection will not exceed a traverse rate of 30 feet per minute so that the sewer line can be thoroughly examined by the City while reviewing video. If the inspection by the camera is impeded or stopped by roots, grease or other debris, the camera shall be removed and the sewer line shall be re-cleaned at no additional cost to the City. If re-cleaning does not remove the roots, the Project Manager shall be contacted to authorize the additional cost to remove the roots or obstruction. During the transit, the display must show the continuous distance from the insertion manhole with an accuracy of ± 1% of the actual length to assist in marking the observations on the report form. The video must display all notable PACP observations/codes. The Inspection Report shall consist of condition observations that are 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 condition that may prevent either the proper completion of the inspection or affect any proposed rehabilitation process. Page 6 of 21 CLEANING AND CCTV INSPECTION CITY OF CORPUS CHRISTI SPECIFICATION NO. 1105 PURCHASING DIVISION DATE REVISED: 8/28/15 HEADER FIELD CHECKLIST Required for Field# Header Field Mandatory this Project 1 Surveyed By X la 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 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 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 W/O# X 41 Project X 42 Pressure Value Page 7 of 21 CLEANING AND CCTV INSPECTION CITY OF CORPUS CHRISTI SPECIFICATION NO. 1105 PURCHASING DIVISION DATE REVISED: 8/28/15 3.3 Flow Control The line shall be dewatered during inspection. A water jet cleaning unit will normally be running in the line in advance of the television camera to allow for the highest quality picture - 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 blurring the lens, or a submerged camera may be grounds for the rejection of the inspection. All sewage flow from intersecting lines, many of which cannot be drawn down with the hydraulic jet nozzle, shall typically be controlled through the use of in- line plugs and/or vacuum trucks, and the costs are considered subsidiary to the inspection for all line sizes up to 18 inches in diameter. Plugs in intersecting lines shall be installed by the Contractor with no assistance from the City. The Contractor shall also monitor the upstream system for back-ups and surcharges, which may lead to Sanitary Sewer Overflows (SSOs). The Contractor shall immediately report all sanitary sewer overflows to the City Call Center at (361) 826-2489. Flow Control devices shall be installed in accordance with all applicable OSHA and plug manufacturer's recommendations, including, but not necessarily 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's recommendations, traffic controls and hazards associated with working in wastewater collection systems. No bypass pumping is required under this scope of services. 3.4 CCTV with Obstructions Cleaning and televising is intended to traverse each line segment from manhole to manhole as specified in the work order. When an obstruction is encountered and cannot be removed, thus preventing the camera from proceeding, the obstruction will be recorded on the initial setup, and a reverse setup will be attempted to view the pipe and obstruction from the opposite direction. If the camera fails to reach the original cause for the reverse setup, then the Contractor will contact the City Project Manager to receive authorization for obstruction removal. If authorized, the Contractor shall remove the obstruction(s) if it is identified in the obstruction removal bid items below: a. Roots/Grease - Under this bid item, the Contractor shall remove roots/grease without damage to the main sewer to facilitate the CCTV inspection. The Contractor will use remote CCTV to monitor the progress of the roots/grease cutting. The Contractor shall immediately notify the City if it is believed that these activities will cause a sewer collapse due to the condition of the host pipe. All roots/grease must be screened, collected, and removed from the sewer for proper disposal. The post roots/grease removal video inspection will be performed to confirm that the roots/grease were Page 8 of 21 CLEANING AND CCTV INSPECTION CITY OF CORPUS CHRISTI SPECIFICATION NO. 1105 PURCHASING DIVISION DATE REVISED: 8/28/15 removed, and normal flow is restored. The fee for the post roots/grease removal video inspection is included in the price for roots/grease removal. b. Protruding Service Tap Removal — Not included under this solicitation. When a protruding service tap obstruction prevents further inspection, then the Contractor will attempt to conduct the inspection from the opposite direction (reverse set-up). When other obstructions prevent a manhole-to-manhole inspection of the segment, the inspection shall be considered complete, and no additional inspection will be required. However, the line segment evaluation form, as well as the graphic report, shall note the full length of the line and the actual length traveled from each manhole set-up. All inspection efforts on the line segment will be recorded on the same media and in the same database. The Contractor must exert all reasonable effort to televise the entire length of a segment of the wastewater line as described in the work order documents or to assist the City repair crews with usable information for point repair. 3.5 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. 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 700 feet cleaning hose length. 3.6 Easement Access: The Contractor will be responsible for providing equipment, including but not limited to, portable CCTV equipment, vehicles that are capable of transporting TV equipment and accessing remote easements, and adequate cleaning equipment to perform cleaning and inspection of lines located within rear easement areas. Easement areas are defined as those areas not accessible to normal vehicular traffic. A separate bid item has been provided when access cleaning and/or inspection is only available through manholes located within easements. 3.7 After hours work: Normal working hours shall be considered as 8 AM to 5 PM, Monday — Friday, for the duration of the project. When authorized/required by the City Project Manager, the Contractor may perform inspections after hours. This may be necessary in some cases so that the inspection can be done during low flow periods, to minimize impacts on traffic safety, or for other reasons determined by the City. Page 9 of 21 CLEANING AND CCTV INSPECTION CITY OF CORPUS CHRISTI SPECIFICATION NO. 1105 PURCHASING DIVISION DATE REVISED: 8/28/15 3.8 Confined Space Entry: When necessary to complete cleaning and inspection activities (including, but not limited to, plugging, flow control, etc.), and as authorized by the City Project Manager, 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. 3.9 Special Instructions for Six (6) Inch Diameter Lines: When cleaning and performing CCTV inspections of lines that are 6" in diameter, the Contractor must adhere to all of the aforementioned requirements with the following changes. Additionally, the Contractor must incorporate the following into the cleaning and inspection of 6" lines: a. Cleaning Equipment: Along with adhering to these operating requirements for cleaning represented in this specification, the nozzles must be compatible for use with the Envirosight JetScan camera system or an approved equal. The nozzles shall have a swivel platform on which to mount the video recording module to provide self-leveling capability and shall have a protective cage with front protection ring for camera and lights. b. Inspection Methods and Cleaning: The Contractor shall use an erasable white board to legibly print the segment identification number and inspection date. The Contractor will record the white board using the JetScan camera prior to starting the JetScan inspection of the pipeline. The minimum header information required for each inspection is presented in the Header Field Checklist herein. The Contractor will perform closed circuit video inspection of the sewers using the Envirosight JetScan camera system or approved equal. Lighting on the video camera will be suitable to allow proper illumination and a clear video image of the entire periphery of the pipe. The camera and other components of the video system will produce a high quality video image. The capture system shall have the capability of recording, digitizing, and storing videos and images. The camera will record high definition video with a minimum 720 lines of resolution in MPEG4 format. The video will be recorded on SD or SDHC cards. Video inspection will not exceed a traverse rate of 30 feet per minute so that the sewer line can be thoroughly examined. c. CCTV: When an obstruction is encountered and cannot be removed, thus preventing the camera from proceeding, the obstruction will be recorded on the initial setup, and a reverse setup will be attempted to view the pipe and obstruction from the opposite direction. The Page 10 of 21 CLEANING AND CCTV INSPECTION CITY OF CORPUS CHRISTI SPECIFICATION NO. 1105 PURCHASING DIVISION DATE REVISED: 8/28/15 Contractor shall use extreme caution if attempting reverse cleaning, jetting from downstream to upstream, to prevent splashing in bathrooms or causing backups into buildings. 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 700 feet cleaning hose length. V. DELIVERABLES 4.1 Television Inspection Logs: Electronic media inspection logs/records shall be kept by the Contractor and will clearly show the location, by distance in increments of 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 the 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 supplied to the Owner. Digital photographs of the pipe condition and all defects shall be taken by the Contractor. Photographs shall be located by distance in increments of 1/10 of a foot, from the manhole wall in relation to an adjacent manhole. 4.2 Electronic media recordings: The purpose of electronic media recording shall be to supply a visual record of the entire line segment that may be viewed by the Owner. Each original electronic media recording of conditions and defects will be delivered to the City at least monthly and summarize lines completed during the period. The submittal must agree with the monthly billing request in terms of unit quantities and electronic deliverables. The Contractor is required to provide NASSCO PACP compliant computer software-generated Inspection Report products to the Owner, 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 viewing and printing additional copies of the inspection report and digital photographs. The CD or 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 Utilities Department within ten (10) calendar days of the last day of the performance period. 4.3 Quality Control: Inadequate main sewer preparatory cleaning, camera distortion, inadequate lighting, dirty or submerged lens, and blurry or hazy pictures 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. Page 11 of 21 CLEANING AND CCTV INSPECTION CITY OF CORPUS CHRISTI SPECIFICATION NO. 1105 PURCHASING DIVISION DATE REVISED: 8/28/15 4.4. Upon the completion of the project, one (1) properly labeled flash drive, hard drive or DVD (as appropriate for the size of the project), will be required along with one (1) 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 Contractor Name, Address, Contact Number Date All required reports, databases, photographs and video are to be from City- approved, software-generated formats. Hard copy reports will be printed single- sided on 81/2" x 11" paper, in color to improve the definition of problem areas, and delivered with the media. The final project submittal must be reconciled with the monthly billings with regards to quantities of work completed or any exceptions noted. Hard Copy On Media 1. Project Summary Report(pdf or approved equal) V V 2. CCTV Defect Listing Log (pdf or approved equal) V V 3. Condition Code Summary (pdf or approved equal) V V 4. Cleaning Log (pdf or approved equal) V V 5. NASSCO PACP compliant Access Database V 6. Video files (mpeg, wmv or approved equal) V 7. Defect photographs (jpg or approved equal) V 8. Cleaning Log Summary (xls or approved equal) V One report is required for each project (which may consist of an entire neighborhood with numerous child work orders for each line segment). The Contractor's proposed 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 cleaned, televised, and inspected with CCTV logs arranged in order by the PACP PSR identification number, from the lowest number to highest number. The Contractor shall submit a sample of the proposed report to the City for review and approval. VI. MEASUREMENT AND PAYMENT Unless otherwise indicated, the Cleaning and Televised Inspection of Wastewater Lines shall be measured by the linear foot of actual pipe inspected. The Bid provides separate unit bid prices for the cleaning and CCTV of lines where access is located with street right-of-way and where access is located within rear utility easements. Payment will be made at the contract prices Page 12 of 21 CLEANING AND CCTV INSPECTION CITY OF CORPUS CHRISTI SPECIFICATION NO. 1105 PURCHASING DIVISION DATE REVISED: 8/28/15 which are to include all labor, equipment, materials and supervision necessary to complete the item. If required or authorized by the City, additional payment will be made, per linear foot, for after-hours work. The Project Deliverables must be submitted, reviewed, and approved by the City as a prerequisite to the final payment being made to the Contractor. Roots/Grease Removal, when authorized by the City, shall be measured and paid by the linear foot of actual pipe cleaned and inspected. The cutting/grinding of protruding service taps are not included under this solicitation. Reverse CCTV Set-Up shall only be measured and paid if an obstruction is encountered during the initial set-up, which could not be removed per Section 2.4, 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 (700 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. Traffic Control will be measured and paid on a per day basis. Payment shall include, but not be limited to, furnishing, installing, moving, replacing, and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary striping and markers, flag-men and such temporary devices and relocation of existing signs and devices and all materials, labor, equipment and incidentals necessary to provide a safe condition and to complete the work. Page 13 of 21 CLEANING AND CCTV INSPECTION CITY OF CORPUS CHRISTI SPECIFICATION NO. 1105 PURCHASING DIVISION DATE REVISED: 8/28/15 Example Documentation and Deliverables 1. Project Summary Report (pdf or approved equal) 2. CCTV Defect Listing Log(pdf or approved equal) 3. Condition Code Summary(pdf or approved equal) 4. Cleaning Log Summary(xls or approved equal) 5. Example Neighborhood Data/Map Page 14 of 21 CLEANING AND CCTV INSPECTION K! Pt1B Clearing, INC. 4000 E. Truman In Kansas Cty, ISN watt 64127-2290 Phone- 816.241.2591 Fax $16.241.5054 Prooect Summary 1124636.1130106 1121296 11129636 1121796 1130109 1130720 1130109 1130109.1127221 1127221 1130110 1130110 1129635 1129635 1130110 1129636 1130106 Prayed Summary 91/3/2014 9/3/2014 9/'3%2014 9/3170/4 90/M14 914/2014 9/4/2014 91417014 9/4/2014 City of Corpus Christi_PA Sirens Sheet at Mean. Onee tamps Street at Marra Drier elevens Street at Meats Once Mew* Wee at Miert. Ohre Mewls Street at Mtatt. Orive Blerees Street le Mama Deer Wren 'WON 44 M. .n Or vc Newels Street at Myna Oe..r 8levcE Street at Plant Delve m x sv 3 CD 1129636 1130106 1129636 1121296 1121296 1130720 130720 1130109 1130109 1127221 1127221 1130110 1130110 1129635 1130110 1129635 1130106 1129636 Tuesday. Jemmy 13, 2013 418 PM VCR VCP VCP VCP 811.0 38.3 788.0 233,2. 291 0 286, 3 293.0 202,3 293.0 286 6 293.0 2e1 / 985.0 109_5 935.0 126.0 811 0 34.0 P.V4, T r:' 41 mwns Pa!oid •I JIM Prama 1009 L .iww41W-2348 Poem asea4t.not Far $16.241.35064 5334_5330 5334_5333 f'1 5333 5334 2 G1 'G 53335381 t7 A 5381 5387 5382_5383 . - ro 5383 5384 z 5384_5394A 5384A_5658 4880 4881 10/31/2014 10/31/2014 10/31/2034 10/31/2014 10/31/2014 10/31/2014 10/31/2014 1013112014 10/310014 10/31/2014 10/31/2014 Number of inspections: 471 Pro Summary Waldron Waldron Waldron Waldron Waldron Waldron Waldron Miyrrwey %Mage llsolror ay ram 5330 5334 5334 5333 5381 5382 5383 5384 5384A 4879 Tuesday January 13 2015 4 18 PIA 5334 5333 5333 5381 5382 5383 5384 53844 5658 4881 VCP VCP VCA WC l2P 344.0 92.7 183.0 fSN. i-+ 183.0 18.2 .279.0 279 6 270_0 273.1 236.0 235 435.0 423.0 248. "3 80.0 86.7 473.0 476.4 505.0 248.5 Subt0tal 140.633.4 ft 97,991.4 ft Page 43 of 43 Project Summary Report (2 of 2) CITY OF CORPUS CHRISTI SPECIFICATION NO. 1105 PURCHASING DIVISION DATE REVISED: 8/28/15 2. CCTV Defect Listing Log Contractor Name Address Defect Listing Plot Left Phone / Pipe Segment Refers_. City Material Location C_ Sewer Use 070141530-070141520 CORPUS CHRISTI ELIZABETH ST Vitrified Clay Pipe Light High... Sanitary Upstream Mti Total Length Year Lard ..'a„c Location Details 070141530 34 Circular CENTER OF ELIZABETH... DS Ma• Length surveyed Year Renewed Width Pipe Joint.. 070141520 347 12 12 / SPR 274 MPR 14 PO Number Customer SPRI 4 MPRI 2 Work Orde' Purpose OSR 4L32 OMR 2700 Routine Assessment OPR Surveyed By Direcwn Dale Media label 288 Jonathan_McGuire Downstream 20140825 OPRI Certificate Number Pre-Cleaning Time Weather 3.8 U-1213-06019780 Heavy Cleaning 09:34 Dry Date Cleaned End Time Additional Info 10:28 ' 070141530 #' '' Code: Continuous: Pos: Val 1 /2 : % : Gallons: 0.0 ft. Access Point Manhole 0-0 USMH 0.0 ft. Water Level 0-0 5 3 5.4 ft. Crack Multiple 8-4 10.9 ft. Fracture Multiple Start SO1 11 -5 4 26.2 ft. Crack Multiple 8-12 3 2 35.8 ft. Water Level Sag Start SO2 0 0 10 42.4 ft. Fracture Multiple End F01 11 -5 4 4' 42.4 ft. Fracture Multiple Start SO3 12-12 63.8 ft Tap Break-In Intruding 1 0 6 2 63 8 ft. Water Level Sag End F02 0-U 10 2 100.3 ft. Tap Factory Made 11 -0 6 147.4 ft. Tap Break-In Active 1 -0 1 219.6 ft. Tap Break-In Active 1.2-0 6 235.1 ft. Tap Break-In Active 12-0 6 Page 17 of 21 CLEANING AND CCTV INSPECTION CITY OF CORPUS CHRISTI SPECIFICATION NO. 1105 PURCHASING DIVISION DATE REVISED: 8/28/15 3. Condition Code Summary Contractor Name Address PACP Conditions Phone ✓ Pipe Segment Refem-. Sty Street Material Location C... Sewer Use Nk 070141530-070141520 CORPUS CHRISTI ELIZABETH ST Vitrified Clay Pipe Light High... Sanitary Upstream MH Total Length 347 Year Laid Shape Location Details 010141530 Circular CENTER OF ELIZABETH... DS Manhole Length surveyed Year Renewed Height Width Pipe Joint... • 070141520 347 12 12 • SPR 274 MPR 14 PO Number Customer SPRI 4 MPRI 2 Work Order Purpose OSR 41.32 OMR 2700 Routine Assessment OPR Surveyed By Direction Date Media label 288 Jonathan McGuire Downstream 20140825 OPRI Certificate Number Pru-Cleanng Time Weather 3.8 U-1213-06019780 Heavy Cleaning 09:34 Dry Date Cleaned End Time Additional Info 10:28 Structural Ratings 0& M Ratings Combined Ratings Grade No. Grade No. Grade No. Normal Defects Rating Occur. Rating Rating Occur. Rating Rating Occur. Rating 1 0 0 1 0 0 1 0 0 2 0 0 2 1 2 2 1 2 3 2 6 3 0 0 3 2 6 4 0 0 4 0 0 4 0 0 5 0 0 5 0 0 5 0 0 Continuous Defects Code ID Length FM F01 31.5 4 6 24 1 0 0 0 4 6 24 MWLS F02 28.0 0 0 0 2 6 12 2 6 12 FM F03 304.6 4 61 244 0 0 0 4 61 244 ISubtotals 69 Subtotals 7 Subtotals 76 SUMMARY Pipe Rating 274 Pipe Rating 14 Overall Pipe Rating 288 Structural Index 4.0 O&M Index 2.0 Overall Index 3.8 Str. Quick Rating 4L32 O&M Quick Rating 2700 Ovrl. Quick Rating 4L32 Page 18 of 21 CLEANING AND CCTV INSPECTION Wastewater Collection Vactor/Vacall Daily Report Team Leader: C.101.4.1t, I.D.Reg: OT: Crew Member. .1,1CatiVitkril4ev- 1.0 Reg: OT: CrewMember: JePtSilit Lop ID Reg: OT: Date: L _ D S,ifi Night shirt Crew: Veh. No.' WASTEWMU Auk Room ce pot hicksovr, nos Sl SAW, valour it ork Order M Manhole To Manhoki Start Time I. Rd Time No.Passes No SSD SSO HTII Type of Solids ---- - • -- - i 0 90i0/ .30 if. 0 . " r -1:0C31.0A1 0:0' 1 Q90/04260.2 090 ;4/9(11...0 Grease Debris Silt Other Address r . • Length Cleaned. 06' ii ength Cleanec. • , ..,- . . ...____ Remarks. fs' vcp Iv ,, 0 z 41 e 5e4" d..k., Sic t4 ;•••• 14•te /,,. Ovi- st.i-e h.., e 0-r-6- I, 0,./c..-- 44,,,‹ , f?emovej el,,i--,s , pcs. oc broK.6*, laipt• _... .. -fALUALTAIMMIMMINOMMI Level of Soli Cs Level of So ids .... Aght Moderate Heavy None Work Order At manhole I o Manhole Start Time End Time No.oasses S No SSO IMIIIIIIIIIIIIIIIIIIIIIII SSO II ti T Grease Type of So Debris ids Silt Other No SSO, 0,0 Of ii 0 0 /0 /4/09 (!) is:,,10A4s 1196-4-- Address f". $ e/ 54-4kre Dr, Length Cleaned: goi• cp• <3 0 ../- froi 1 la..6:yr- r- Len.......UtL.‘ CJear. to ria .. ..g itc, 2 zle emarks: Y CP les‘ovod de i'v7 & 1 per. or broken ',toe . 4-1 4 - 5 Grease Level of Solids It tight , Moderate Heavy None VG il v.ed ala4bra , CS. ,r 12 r ok.i..? Lf eel oSo ids Light Moderate Heavy None ark Order A: Manhole .......,.._. _......... To liAantiole Start Time End Time No.Passes No SSO SSO HT.' , 5 mmary No. of Work Orders: utallY D IFootage Cleaned: Type of Solids Water Useage: Meter Reading Meter ReadingL)b a 0 6 • .0 ba a 4,0 InfriMINEVINNIEM ao /0-4 Start- 000 lag.. 1404> ME Grease Debris Illill . i ress k DJ.. Length Cleaned: (O. Remarks: '8" veto- (w. -Cc) oleyis,p(s. 0 fr br• fc4H. pp' -cLevel , • ara.._4•41! of Solids linal Moderate Heavy None MOB WOO Order At Manhole To Manhole Start rime End Time No Passes NO SSO SSO EMI Type of Solids -----, Q90/04260.2 090 ;4/9(11...0 _ ,a_i_17,24,,_ 5" Grease Debris Silt Other mm .... .Address ii ength Cleanec. • , ..,- Remarks: *6 " V C terno vet) d•bro-e , la< 1. of bre.k.e., p , 1;0 .4 • Level of Soli Cs LI ht Moderate Heavy None Work Order At Manhole ro Marho e Start Time End Time No_Passes No SSO, SSO HTii Type of Solids cp• <3 0 froi 1 la..6:yr- r- Len.......UtL.‘ CJear. to ria .. ..g itc, 2 zle lei::..........................„,,,,t .0-1 Ittacg. Grease Debris It Other ddress _12:zo/yooto Remarks: i J -27 VG il v.ed ala4bra , CS. ,r 12 r ok.i..? Lf eel oSo ids Light Moderate Heavy None ---.‘. , 5 mmary No. of Work Orders: utallY D IFootage Cleaned: ., Water Useage: Meter Reading Meter ReadingL)b . oebris Removed: Number of Disposal Trips: AY - /Volume of Disposal:1% of full) __JAY -- ao /0-4 Start- 000 lag.. 1404> 0 15 , Wtsc! Water Used Debris Removed Aartutuns Zol u!unaiD 17 CITY OF CORPUS CHRISTI SPECIFICATION NO. 1105 PU"RCHASING DIVISION DATE REVISED: 8/28/15 5. Example Neighborhood Data/Map Work Order: __ Year 1 Pipe Size Length Westgate Heights 6 4627 8 6017 10 729 Total 11373 kern Maximo ID Year(1-10) Neighborhood Name Instal Date Easement/Street length Pipe Size 1 WWMAIN30981050 1 WESTGATE HEIGHTS 11/30/1999 Easement 284 8 2 WWMAIN30981053 1 WESTGATE HEIGHTS 11/30/1999 Easement 210 8 3 WWMAIN30981147 1 WESTGATE HEIGHTS 11/30/1999 Easement 335 6 4 WWMA1N30981837 1 WESTGATE HEIGHTS 11130/1999 Easement 557 8 5 WWMAIN30982543 1 WESTGATE HEIGHTS 11/30/1999 Easement 330 6 6 WWMAIN30983009 1 WESTGATE HEIGHTS 11/30/1999 Easement 166 6 7 WWMAIN30983376 1 WESTGATE HEIGHTS 11/30/1999 Street 308 8 8 WWMAIN30983495 1 WESTGATE HEIGHTS 11/30/1999 Street 334 6 9 WWMAIN30984497 1 WESTGATE HEIGHTS 11/30/1999 Easement 123 6 10 WWMAIN30984619 1 WESTGATE HEIGHTS 11/30/1999 Easement 124 6 11 WWMAIN30984624 1 WESTGATE HEIGHTS 11/30/1999 Easement 275 6 12 WWMAIN30984882 1 WESTGATE HEIGHTS 11/30/1999 Easement 79 6 13 WWMAIN30985047 1 WESTGATE HEIGHTS 11/30/1999 Street 452 6 14 WWMAIN30985830 1 WESTGATE HEIGHTS 11/30/1999 Easement 277 6 15 WWMA1N30986977 1 WESTGATE HEIGHTS 11/30/1999 Easement 728 6 16 WWMAIN30987038 1 WESTGATE HEIGHTS 11/30/1999 Easement 52 6 17 WWMAIN30987843 1 WESTGATE HEIGHTS 11/30/1999 Easement 353 8 18 WWMAIN30987952 1 WESTGATE HEIGHTS 11/30/1999 Easement 279 8 19 WWMA1N30988247 1 WESTGATE HEIGHTS 11/30/1999 Easement 176 8 20 WWMAIN30988347 1 WESTGATE HEIGHTS 11/30/1999 Easement 129 8 21 WWMAIN30988544 1 WESTGATE HEIGHTS 11/30/1999 Easement 502 10 22 WWMAIN30988745 1 WESTGATE HEIGHTS 11/30/1999 Easement 290 8 23 WWMAIN30989155 1 WESTGATE HEIGHTS 11/30/1999 Easement 227 10 24 WWMAIN30989770 1 WESTGATE HEIGHTS 11/30/1999 Street 447 8 25 WWMAIN30989780 1 WESTGATE HEIGHTS 11/30/1999 Easement 68 8 26 WWMA1N30990480 1 WESTGATE HEIGHTS 11/30/1999 Street 153 8 27 WWMAIN30991448 1 WESTGATE HEIGHTS 11/30/1999 Street 165 8 28 WWMAIN30991510 1 WESTGATE HEIGHTS 11/30/1999 Easement 119 6 29 WWMAIN30991664 1 WESTGATE HEIGHTS 11/30/1999 Street 181 8 30 WWMAIN30991883 1 WESTGATE HEIGHTS 11/30/1999 Easement 236 6 31 WWMAIN30992006 1 WESTGATE HEIGHTS _ 11/30/1999 Easement 537 8 32 WWMAIN30993197 1 WESTGATE HEIGHTS 11/30/1999 Easement 41 6 33 WWMAIN30993428 1 WESTGATE HEIGHTS 11/30/1999 Easement 94 6 34 WWMAIN30993620 1 WESTGATE HEIGHTS 11/30/1999 Street 103 6 35 WWMAIN30994713 1 WESTGATE HEIGHTS 11/30/1999 Easement 353 8 36 WWMAIN30994823 1 WESTGATE HEIGHTS 11/30/1999 Street 149 8 37 WWMAIN30995211 1 WESTGATE HEIGHTS 11/30/1999 Easement 331 8 38 WWMAIN30995359 1 WESTGATE HEIGHTS 11/30/1999 Easement 355 6 39 WWMAIN30996231 1 WESTGATE HEIGHTS 11/30/1999 Easement 43 6 40 WWMAIN30996780 1 WESTGATE HEIGHTS 11/30/1999 Street 150 6 41 WWMAIN30997000 1 WESTGATE HEIGHTS 11/30/1999 Street 100 6 42 WWMA1N30998188 1 WESTGATE HEIGHTS 11/30/1999 Street 111 6 43 WWMAIN30998524 1 WESTGATE HEIGHTS 11/30/1999 Street 709 8 44 WWMAIN30999114 1 WESTGATE HEIGHTS 11/30/1999 Street 338 8 Street 3700 Easement 7673 Total 11373 Page 20 of 21 CLEANING AND CCTV INSPECTION CITY OF CORPUS CHRISTI SPECIFICATION NO. 1105 PURCHASING DIVISION DATE REVISED: 8/28/15 24. .� ji*...t ,i1111 ' A , NMN4 ... . mor ♦e* 411111K4101111, 111111 I 044171S7.4' ,•� .!1 ,fie , v:eisilL711.1.44 :: ",�_ A f' RED• •' •'i 41j1 -1\ 44 41 all /..„.. A , so ....,...•kiiii. ifai*ft m;fil IIIII WWMNN3098UI2F lei ,10._____.,1% Wit "Ilk*_. iiii ''4.4111141%.44:1444044404,4% oiA tosusallcoopolow t ;' , 4► '` ♦ WN,UNN309lIBSt 111//ifi:i': Pt1 ►*t1e04 Ste. wwwwielv,„„,. arle#4,,A4„ 4,,,,..ft,,,, .„„„„,•4 iv VMN,NNm,&50,) ,.., ..,. ,4„, ,........ 11 � *: r • ill/ago 401■■ N .� 1 , :7M11111.11 v„Mr0099"Wwwi::: -- � ,��'4,. it Iliarta' iiiit� ME '---'.. Afti**441ZIONEHR le* CS*1144 " " • 11111:: gig ,... WM Y11NJU39AOU DRISCOLL ROBERT JR HIGH-EX OM ww wN�o,�eon 1/ill !III mom- ■ 1ir■in: ■ ���,..,.5 '_ • ♦ �'� -M MNOWN]DJ9M06 � /�� VI :0109tx.10 11 :1O■ �� 5rii 4111111air♦ 1111 111■ MIo ■ i�uorii / •fil .mis . kit up. 1► &..;1111I1 lea §: E._ ..N.�.�...,.,. SON TRA irvilit 11k-�i Eggi llil'i'111111i�ilil • Wirol YIP - �. e ............+ WEIL THE LONA TR iMIL ER IND TR �. ...,. = Z . Manhole _K..- �.,, ----.----- _.--- NMw..en.egnEviaJ r. - r� ______,4 ,i ,i i 1 — "4 . -,- Page 21 of 21 CLEANING AND CCTV INSPECTION ATTACHMENT B SCHEDULE OF PRICING Page 7 of 8 ATTACHMENT B Response For Supplier: Ace Pipe Cleaning Event#: 90-1 Name: Small-Dia.Wastewater Line Cleaning&Inspection Reference: PR 20079 Description: Twelve-month service agreement with an option to extend for up to four additional twelve-month periods,subject to the approval of the Contractor and the City Manager,or designee for the cleaning and televised inspection of small- diameter wastewater lines in accordance with Specification No.1105,dated 8/28/15 Preview Date: Q&A Open Date: 11/16/2015 04:00:00 PM Open Date: 11116/2015 03:30:00 PM Q&A Close Date: 11/24/2015 05:00:00 PM Close Date: 12/02/2015 11:00:00 AM Dispute Close Date: Responded To: 30 Out of 30 Lines Total Bid Amount: 1,908,132.00 USD ATTACHMENT C INSURANCE REQUIREMENTS Page 8 of 8 ATTACHMENT C INSURANCE REQUIREMENTS I. CONTRACTOR'S LIABILITY INSURANCE A. Contractor must not commence work under this contract until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor, to commence work until all similar insurance required of any subcontractor has been obtained. B. Contractor must furnish to the City's Risk Manager and Director of Utilities one (1) copy of Certificates of Insurance 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 endorsement is required on all applicable policies. Endorsements must be provided with Certificate of Insurance. Project name and/or number must be listed in Description Box of Certificate of Insurance. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-day advance written notice of Bodily Injury and Property Damage cancellation, non-renewal, material change Per occurrence - aggregate or termination required on all certificates and policies. COMMERCIAL GENERAL LIABILITY $1,000,000 Per Occurrence including: $2,000,000 Aggregate 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) $1,000,000 Combined Single Limit 1. Owned 2. Hired and Non-Owned 3. Rented/Leased WORKERS'S COMPENSATION Statutory and complies with Part II of this (All States Endorsement if Company is not Exhibit. domiciled in Texas) Employer's Liability $500,000/$500,000/$500,000 C. In the event of accidents of any kind related to this contract, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the 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 statutory amounts according to the Texas Department of Insurance, Division of Workers' Compensation. An All States Endorsement shall be required if Contractor is not domiciled in the State of Texas. 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 renewal certificates of insurance throughout the term of this contract and any extensions within 10 days of the policy expiration dates. All notices under this Exhibit 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, 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 • Provide thirty (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 (10) calendar days advance written notice for nonpayment of premium. E. Within five (5) 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. 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 stop work hereunder, and/or withhold any payment(s) 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 contract. 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 contract. I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. 2015 Insurance Requirements Utilities Department Cleaning and Televising of Waterlines 9/3/2015 ds Risk Management CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-22362 Ace Pipe Cleaning, Inc. Kansas City,MO United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 03/07/2016 being filed. City of Corpus Christi Date ckno ledged: all 110N 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the goods or services to be provided under the contract. 90-1 PR 20079 Small diameter Wastewater Line Cleaning and Inspection - 4 Nature of interest(check applicable) Name of Interested Party City,State,Country(place of business) Controlling Intermediary • 5 Check only if there is NO Interested Party. ❑ X 6 AFFIDAVIT slow,rw.n ftuo'''i I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. t. et.,4r, -5P•f L� /A�a�` •t,.? NOTARY �,,.�_ [ )nomt : PUBLIC s �""` I„I� Va,..7(-- ,....e. E NOTARY = SEAL = Signature of authorized agent of contracting business entity 101 #15385237 —4-7 AFFIX NO IS / ,e /F Sworn to and sub�`6tiOp �,fiw�2`me.,by the said 3(JCS' Gam./Z f>)7tr ,this the 7/ day of itok r /7 20 /6.1 s ,to certify which,witness my hand and seal of office. r--- -- ((;:i'Ll (-•-•-j- ,,--2 Signa ut re of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.312