Loading...
CM-2019-0347 - 11/1/2019CITY OF ROUND ROCK AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES FOR THE 2020 WATER STORAGE TANK ASSESSMENT PROJECT WITH HOT INSPECTION SERVICES, INC. THE STATE OF TEXAS § THE CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS COUNTY OF WILLIAMSON § COUNTY OF TRAVIS § THIS AGREEMENT for professional consulting services related to the 2020 Water Storage Tank Assessment Project (the "Agreement") is made by and between the CITY OF ROUND ROCK, a Texas home -rule municipal corporation with offices located at 221 East Main Street, Round Rock, Texas 78664-5299, (the "City") and HOT INSPECTION SERVICES, INC. (the "Consultant"). RECITALS: WHEREAS, City has determined that there is a need for professional services related to resurveying and providing inspections for the 2020 Water Storage Tank Assessment Project: and WHEREAS, City desires to contract for such services; and WHEREAS, the parties desire to enter into this Agreement to set forth in writing their respective rights, duties and obligations hereunder; NOW, THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable consideration, the sufficiency and receipt of which are hereby acknowledged, it is mutually agreed between the parties as follows: 1.01 EFFECTIVE DATE, DURATION, AND TERM This Agreement shall be effective on the date this Agreement has been signed by each party hereto, and shall remain in full force and effect unless and until it expires by operation of the term indicated herein, or is terminated or extended as provided herein. The term of this Agreement shall be until full and satisfactory completion of the work specified herein is achieved. The estimated completion date of services is December 20, 2019. City reserves the right to review the Agreement at any time, and may elect to terminate the Agreement with or without cause or may elect to continue. 00403877 ss2 &q- 20cq--a3e(7 2.01 CITY SERVICES City shall provide the information and assistance set forth in Exhibit "A," titled "City Services," which document is attached and incorporated herein by reference for all purposes. 3.01 SCOPE OF SERVICES For purposes of this Agreement Consultant has issued its proposal for services for the tasks delineated therein, such proposal for services being attached to this Agreement as Exhibit "B" titled "Scope of Services," which document is incorporated herein by reference for all purposes. Consultant shall satisfactorily provide all services described herein and as set forth in Exhibit "B" pursuant to the Work Schedule attached as Exhibit "C," which document is incorporated herein for all purposes. Consultant's undertaking shall be limited to performing services for City and/or advising City concerning those matters on which Consultant has been specifically engaged. Consultant shall perform services in accordance with this Agreement, in accordance with the appended proposal for services, and in a professional and workmanlike manner. 4.01 LIMITATION TO SCOPE OF SERVICES Consultant and City agree that the scope of services to be perfonmed is enumerated in Exhibit "B" and herein, and Consultant shall not undertake work that is beyond the Scope of Work set forth in Exhibit "B," however, either party may make written requests for changes to the Scope of Work. To be effective, a change to the Scope of Work must be negotiated and agreed to and must be embodied in a valid Supplemental Agreement as described in 10.01. 5.01 CONTRACT AMOUNT In consideration for the consulting services to be performed by Consultant, City agrees to pay Consultant as follows and as set forth in the Fee Schedule, attached as Exhibit "D" and incorporated herein by reference, for the Scope of Services deliverables as delineated in Exhibit -B." Nat -to -Exceed Total Payment for Services: Consultant's total compensation for consulting services hereunder shall not exceed Twelve Thousand Five Hundred and no/100 ($12,500.00). This amount represents the absolute limit of City's liability to Consultant hereunder unless same shall be changed by Supplemental Agreement, and City shall pay, strictly within the not -to -exceed sum recited herein, Consultant's fees for work done on behalf of City. Pavment for Reimbursable Expenses: There shall be no payments for reimbursable expenses included in this Agreement. 6.01 INVOICE REQUIREMENTS; TERMS OF PAYMENT Invoices: To receive payment, Consultant shall prepare and submit detailed invoices to the City, in accordance with the delineation contained herein, for services rendered. Such invoices for services shall track the referenced Scope of Work, and shall detail the services performed, along with documentation for each service performed. Payment to Consultant shall be made on the basis of the invoices submitted by Consultant and approved by the City. Such invoices shall conform to the schedule of services and costs in connection therewith. Should additional backup material be requested by the City relative to service deliverables, Consultant shall comply promptly. In this regard, should the City determine it necessary, Consultant shall make all records and books relating to this Agreement available to the City for inspection and auditing purposes. Payment of Invoices: The City reserves the right to correct any error that may be discovered in any invoice that may have been paid to Consultant and to adjust same to meet the requirements of this Agreement. Following approval of an invoice, the City shall endeavor to pay Consultant promptly, but no later than the time period required under the Texas Prompt Payment Act described in Section 8.01 herein. Under no circumstances shall Consultant be entitled to receive interest on payments which arc late because of a good faith dispute between Consultant and the City or because of amounts which the City has a right to withhold under this Agreement or state law. The City shall be responsible for any sales, gross receipts or similar taxes applicable to the services, but not for taxes based upon Consultant's net income. 7.01 INSURANCE Consultant shall meet all City of Round Rock Insurance Requirements set forth at: http: www.roundrocktcxas.gov, wp-content uploads: 2014 12 corr_insurance 07.20112,vdf. and provide a Certificate of Insurance providing verification of required coverage. Consultant's Certificate of Insurance is attached as Exhibit "E," and incorporated herein by reference for all purposes. 8.01 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C,A., Texas Government Code, any payment to be made by the City to Consultant will be made within thirty (30) days of the date the City receives goods under this Agreement, the date the performance of the services under this Agreement are completed, or the date the City receives a correct invoice for the goods or services, whichever is later. Consultant may charge interest on an overdue payment at the "rate in effect" on September I of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas Government Code, Section 2251.025(b). This Prompt Payment Policy does not apply to payments made by the City in the event: (a) There is a bona fide dispute between the City and Consultant, a contractor, subcontractor, or supplier about the goods delivered or the service performed that cause the payment to be late; or (b) There is a bona fide dispute between Consultant and a subcontractor or between a subcontractor and its supplier about the goods delivered or the service performed that causes the payment to be late; or (c) The terms of a federal contract, grant, regulation, or statute prevent the City from making a timely payment with federal funds; or (d) The invoice is not mailed to the City in strict accordance with any instruction on the purchase order relating to the payment. 9.01 NON -APPROPRIATION AND FISCAL FUNDING This Agreement is a commitment of the City's current revenues only. It is understood and agreed that the City shall have the right to terminate this Agreement at the end of any City fiscal year if the governing body of the City does not appropriate funds sufficient to purchase the services as determined by the City's budget for the fiscal year in question. The City may effect such tennination by giving Consultant a written notice of termination at the end of its then - current fiscal year. 10.01 SUPPLEMENTAL AGREEMENT The terns of this Agreement may be modified by written Supplemental Agreement hereto, duly authorized by City Council or by the City Manager, if the City determines that there has been a significant change in (1) the scope, complexity, or character of the services to be perfonned; or (Z) the duration of the work. Any such Supplemental Agreement must be executed by both parties within the period specified as the term of this Agreement. Consultant shall not perform any work or incur any additional costs prior to the execution, by both parties, of such Supplemental Agreement. Consultant shall make no claim for extra work done or materials furnished unless and until there is full execution of any Supplemental Agreement, and the City shall not be responsible for actions by Consultant nor for any costs incurred by Consultant relating to additional work not directly authorized by Supplemental Agreement. 11.01 TERMINATION; DEFAULT Termination: It is agreed and understood by Consultant that the City may terminate this Agreement for the convenience of the City, upon thirty (30) days' written notice to Consultant, with the understanding that immediately upon receipt of said notice all work being performed under this Agreement shall cease. Consultant shall invoice the City for work satisfactorily completed and shall be compensated in accordance with the terms hereof for work accomplished prior to the receipt of said notice of tennination. Consultant shall not be entitled to any lost or anticipated profits for work terminated under this Agreement. Unless otherwise specified in this Agreement, all data, information, and work product related to this project shall become the property of the City upon termination of this Agreement, and shall be promptly delivered to the 4 City in a reasonably organized fonn without restriction on future use. Should the City subsequently contract with a new consultant for continuation of service on the project, Consultant shall cooperate in providing information. Termination of this Agreement shall extinguish all rights, duties, and obligations of the City and the terminated party to fulfill contractual obligations. Termination under this section shall not relieve the terminated party of any obligations or liabilities which occurred prior to termination. Nothing contained in this section shall require the City to pay for any work which it deems unsatisfactory or which is not performed in compliance with the terms of this Agreement. Default: Either party may terminate this Agreement, in whole or in part, for default if the Party provides the other Party with written notice of such default and the other fails to satisfactorily cure such default within ten (I0) business days of receipt of such notice (or a greater time if agreed upon between the Parties). If default results in termination of this Agreement, then the City shall give consideration to the actual costs incurred by Consultant in performing the work to the date of default. The cost of the work that is useable to the City, the cost to the City of employing another firm to complete the useable work, and other factors will affect the value to the City of the work performed at the time of default. Neither party shall be entitled to any lost or anticipated profits for work terminated for default hereunder. The termination of this Agreement for default shall extinguish all rights, duties, and obligations of the terminating Party and the terminated Party to fulfill contractual obligations. Termination under this section shall not relieve the terminated parry of any obligations or liabilities which occurred prior to termination. Nothing contained in this section shall require the City to pay for any work which it deems unsatisfactory, or which is not performed in compliance with the terms of this Agreement. 12.01 NON -SOLI CITATION All parties agree that they shall not directly or indirectly solicit for employment, employ, or otherwise retain staff of the other during the tern of this Agreement. 13.01 CITY'S RESPONSIBILITIES City shall perform the services described in Exhibit "A." Consultant's performance requires receipt of all requested information reasonably necessary to provision of services. Consultant agrees, in a timely manner, to provide City with a comprehensive and detailed information request list, if any. 14.01 INDEPENDENT CONTRACTOR STATUS Consultant is an independent contractor, and is not the City's employee. Consultant's employees or subcontractors are not the City's employees. This Agreement does not create a partnership, employer-empioyec, or joint venture relationship. No party has authority to enter into contracts as agent for the other party. Consultant and the City agree to the following rights consistent with an independent contractor relationship: (1) Consultant has the right to perform services for others during the tenn hereof. (2) Consultant has the sole right to control and direct the means, manner and mcthod by which it performs its services required by this Agreement. (3) Consultant has the right to hire assistants as subcontractors, or to use employees to provide the services required by this Agreement. (4) Consultant or its employees or subcontractors shall perform services required hereunder, and the City shall not hire, supervise, or pay assistants to help Consultant. (5) Neither Consultant nor its employees or subcontractors shall receive training from the City in skills necessary to perform services required by this Agreement. (6) City shall not require Consultant or its employees or subcontractors to devote full time to performing the services required by this Agreement. (7) Neither Consultant nor its employees or subcontractors are eligible to participate in any employee pension, health, vacation pay, sick pay, or other fringe benefit plan of the City. 15.01 CONFIDENTIALITY; MATERIALS OWNERSHIP Any and all programs, data, or other materials furnished by the City for use by Consultant in connection with services to be performed under this Agreement, and any and all data and information gathered by Consultant, shall be held in confidence by Consultant as set forth hereunder. Each party agrees to take reasonable measures to preserve the confidentiality of any proprietary or confidential information relative to this Agreement, and to not make any use thereof other than for the performance of this Agreement, provided that no claim may be made for any failure to protect information that occurs more than three (3) years after the end of this Agreement. The parties recognize and understand that the City is subject to the Texas Public Information Act and its duties run in accordance therewith. All data relating specifically to the City's business and any other information which reasonably should be understood to be confidential to City is confidential information of City. Consultant's proprietary software, tools, methodologies, techniques, ideas, discoveries, inventions, know-how, and any other information which reasonably should be understood to be confidential to Consultant is confidential information of Consultant. The City's confidential information and Consultant's confidential information is collectively referred to as "Confidential Information." Each party shall use Confidential Information of the other party only in furtherance of the purposes of this Agreement and shall not disclose such Confidential Information to any third party without the other party's prior written consent, which consent shall not be unreasonably withheld. Each party agrees to take reasonable measures to protect the confidentiality of the other party's Confidential Information and to advise their employees of the confidential nature of the Confidential Information and of the prohibitions herein. Any and all materials created and developed by Consultant in connection with services performed under this Agreement, including all trademark and copyright rights, shall be the sole property of City at the expiration of this Agreement. 16.01 WARRANTIES Consultant represents that all services performed hereunder shall be performed consistent with generally prevailing professional or industry standards, and shall be performed in a professional and workmanlike manner. Consultant shall re -perform any work no in compliance with this representation. 17.01 LIMITATION OF LIABILITY Should any of Consultant's services not conform to the requirements of the City or of this Agreement, then and in that event the City shall give written notification to Consultant; thereafter, (a) Consultant shall either promptly re -perform such services to the City's satisfaction at no additional charge, or (b) if such deficient services cannot be cured within the cure period set forth herein, then this Agreement may be terminated for default. In no event will Consultant be liable for any loss, damage, cost or expense attributable to negligence, willful misconduct or misrepresentations by the City, its directors, employees or agents. In no event shall Consultant be liable to the City, by reason of any act or omission relating to the services provided under this Agreement (including the negligence of Consultant), whether a claim be in tort, contract or otherwise, (a) for any consequential, indirect, lost profit, punitive, special or similar damages relating to or arising from the services, or (b) in any event, in the aggregate, for any amount in excess of the total fees paid by the City to Consultant under this Agreement, except to the extent determined to have resulted from Consultant's gross negligence, willful misconduct or fraudulent acts relating to the service provided hereunder. 18.01 INDEMNIFICATION Consultant agrees to hold harmless, exempt, and indemnify City, its officers, agents, directors, servants, representatives and employees, from and against any and all suits, actions, legal proceedings, demands, costs, expenses, losses, damages, fines, penalties, liabilities and claims of any character, type, or description, including but not limited to any and all expenses of litigation, court costs, attorneys' fees and all other costs and fees incident to any work done as a result hereof. To the extent allowable by law, City agrees to hold harmless, exempt, and indemnify Consultant, its officers, agents, directors, servants, representatives and employees, from and against any and all suits, actions, Iegal proceedings, demands, costs, expenses, Iosses, damages, fines, penalties, liabilities and claims of any character, type, or description, including but not limited to any and all expenses of litigation, court costs, attorneys' fees and all other costs and fees incident to any work done as a result hereof. 14.01 ASSIGNMENT AND DELEGATION The parties each hereby bind themselves, their successors, assigns and legal representatives to each other with respect to the tenors of this Agreement. Neither party may assign any rights or delegate any duties under this Agreement without the other party's prior written approval, which approval shall not be unreasonably withheld. 20.01 LOCAL, STATE AND FEDERAL TAXES Consultant shall pay all income taxes, and FICA (Social Security and Medicare taxes) incurred while performing services under this Agreement. The City will not do the following: (1) Withhold FICA from Consultant's payments or make FICA payments on its behalf; (2) Make state and/or federal unemployment compensation contributions on Consultant's behalf; or (3) Withhold state or federal income tax from any of Consultant's payments. If requested, the City shall provide Consultant with a certificate from the Texas State Comptroller indicating that the City is a non-profit corporation and not subject to State of Texas Sales and Use Tax. 21.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES A. Consultant, its consultants, agents, employees and subcontractors shall use best efforts to comply with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock, as amended, and with all applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. Consultant shall further obtain all permits, Iicenses, trademarks, or copyrights, if required in the performance of the services contracted for herein, and same shall belong solely to the City at the expiration of the term of this Agreement. B. Consultant acknowledges and understands that City has adopted a Storm Water Management Program (SWMP) and an Illicit Discharge Ordinance, Sections 14-139 through 14- 152 of the City's Code of Ordinances, to manage the quality of the discharges from its Municipal Separate Storm Sewer System (MS4) and to be in compliance with the requirements of the Texas Commission on Environmental Quality (TCEQ) and the Texas Pollutant Discharge Elimination System (TPDES). The Consultant agrees to perform all operations on City -owned facilities in compliance with the City's Illicit Discharge Ordinance to minimize the release of pollutants into the MS4. The Consultant agrees to comply with of the City's stormwater control measures, good housekeeping practices and any facility specific stormwater management operating procedures specific to a certain City facility. In addition, the Services Provider agrees to comply with any applicable TCEQ Total Maximum Daily Load (TMDL) Requirements and/or I -Plan requirements. C. In accordance with Chapter 2270, Texas Government Code, a governmental entity may not enter into a contract with a company for goods or services unless the contract contains written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The signatory executing this Agreement on behalf of Consultant verifies Consultant does not boycott Israel and will not boycott Israel during the term of this Agreement. 22.01 FINANCIAL INTEREST PROHIBITED Consultant covenants and represents that Consultant, its officers, employees, agents, consultants and subcontractors will have no financial interest, direct or indirect, in the purchase or sale of any product, materials or equipment that will be recommended or required hereunder. 23.01 DESIGNATION OF REPRESENTATIVES The City hereby designates the following representative authorized to act in its behalf with regard to this Agreement: Jeff Bell Project Manager Senior 3400 Sunrise Road Round Rock, TX 78664 (512)218-7076 ibell!'eiyoundrocktexas. gov 24.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: 9 (1) When delivered personally to recipient's address as stated herein; or (2) Three (3) days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated in this Agreement. Notice to Consultant: HOT Inspection Services, Inc. P.O. Box 1208 Round Rock, TX 78680-1208 Notice to City: City Manager, City of Round Rock 221 East Main Street Round Rock, TX 78664 AND TO: Stephan L. Sheets, City Attorney 309 East Main Street Round Rock, TX 78664 Nothing contained in this section shall be construed to restrict the transmission of routine communications between representatives of the City and Consultant. 25.01 APPLICABLE LAW; ENFORCEMENT AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of Texas. 26.01 EXCLUSIVE AGREEMENT The terms and conditions of this Agreement, including exhibits, constitute the entire agreement between the parties and supersede all previous communications, representations, and agreements, either written or oral, with respect to the subject matter hereof. The parties expressly agree that, in the event of any conflict between the terms of this Agreement and any other writing, this Agreement shall prevail. No modifications of this Agreement will be binding on any of the parties unless acknowledged in writing by the duly authorized governing body or representative for each party. 27.01 DISPUTE RESOLUTION The City and Consultant hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration 10 proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9 USC Section 1-I4) or any applicable state arbitration statute. 28.01 SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any event rendering any portion of provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement. Any void provision shall be deemed severed from this Agreement, and the balance of this Agreement shall be construed and enforced as if this Agreement did not contain the particular portion of provision held to be void. The parties further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this Article shall not prevent this entire Agreement from being void should a provision which is of the essence of this Agreement be determined void. 29.01 STANDARD OF CARE Consultant represents that it is specially trained, experienced and competent to perform all of the services, responsibilities and duties specified herein and that such services, responsibilities and duties shall be performed, whether by Consultant or designated subconsultants, in a manner acceptable to the City and according to generally accepted business practices. 30.01 GRATUITIES AND BRIBES City, may by written notice to Consultant, cancel liability to Consultant if it is determined by City tha- entertainment, gifts, or otherwise were offered or gi representatives to any City Officer, employee or elect performance of this Agreement. In addition, Consultant Title 8 of the Texas Penal Code. 31.01 RIGHT TO ASSURANCE this Agreement without incurring any gratuities or bribes in the form of len by Consultant or its agents or A representative with respect to the may be subject to penalties stated in Whenever either party to this Agreement, in good faith, has reason to question the other party's intent to perform hereunder, then demand may be made to the other party for written assurance of the intent to perform. In the event that no written assurance is given within the reasonable time specified when demand is made, then and in that event the demanding party may treat such failure an anticipatory repudiation of this Agreement. 32.01 MISCELLANEOUS PROVISIONS Time is of the Essence. Consultant agrees that time is of the essence and that any failure of Consultant to complete the services for each phase of this Agreement within the agreed project schedule may constitute a material breach of this Agreement. Consultant shall be fully responsible for its delays or for failures to use reasonable efforts in accordance with the terms of this Agreement. Where damage is caused to City due to Consultant's failure to perform in these circumstances, City may withhold, to the extent of such damage, Consultant's payments hereunder without a waiver of any of City's additional legal rights or remedies. City shall render decisions pertaining to Consultant's work promptly to avoid unreasonable delays in the orderly progress of Consultant's work. Force Majeure. Notwithstanding any other provisions hereof to the contrary, no failure, delay or default in performance of any obligation hereunder shall constitute an event of default or breach of this Agreement, only to the extent that such failure to perforin, delay or default arises out of causes beyond control and without the fault or negligence of the party otherwise chargeable with failure, delay or default; including but not limited to acts of God, acts of public enemy, civil war, insurrection, riots, fires, floods, explosion, theft, earthquakes, natural disasters or other casualties, strikes or other labor troubles, which in any way restrict the performance under this Agreement by the parties. Section Numbers. The section numbers and headings contained herein are provided for convenience only and shall have no substantive effect on construction of this Agreement. Waiver. No delay or omission by either party in exercising any right or power shall impair such right or power or be construed to be a waiver. A waiver by either party of any of the covenants to be performed by the other or any breach thereof shall not be construed to be a waiver of any succeeding breach or of any other covenant. No waiver of discharge shall be valid unless in writing and signed by an authorized representative of the party against whom such waiver or discharge is sought to be enforced. Multiple Counterparts. This Agreement may be executed in multiple counterparts, which taken together shall be considered one original. The City agrees to provide Consultant with one fully executed original. [Signatures on the following page.] 12 IN WITNESS WHEREOF, the parties have executed this Agreement on the dates hereafter indicated. City of Round Rock, Texas By: Printed e: .� Title: Date Signed: 1 For City, Attest: By: t _ Sara L. White, City Clerk For City, Approved as to Form: By:I%- L. Stephan L. beets, City Attorney 13 r *°`r r _HOT Inspection Services, Inc. HOT P.O. Box 1208 • Round Rock, TX 78680 1208 Office: (512) 244-2523 4s Exhibit A City Services 2019 Water Storage Tank Assessment Update Project The City of Round Rock will provide to HOT Inspection Services, Inc. the following items. infonnationlassistance: I. Furnish any existing data, reports, addresses, maps, plans, or construction drawings, etc. that may pertain to the project as requested. 2. Provide access to the tank sites by issuing keys, combinations and approval to enter facilities on as needed basis while under contract to inspect each facility. 3. Provide phone numbers of personnel responsible of operating each tank facility for coordinating the time and date that each site will be need to be accessed. 4. Provide assistance and coordination with Private Property Owners if needed. HOT Inspection Services, Inc. HO� P.O. Box 1208 • Round Rock, TX 78680-1208 Office: (5 12) 244-2523 4 Exhibit B Personal Service 2019 Water Storage Tank Assessment update Project SCOPE OF SERVICES: HOT proposes to resurvey and provide inspections necessary to update the condition of the structure and coatings of each of the tank facilities listed below. The 2015 Comprehensive Assessment Project Report will be revisited and considered in the tank update process. The interior and exterior of each of the listed thirteen (13) City of Round Rock's Water Distributions System's Water Storage Tanks will be evaluated. Provide a Tank Condition Update and Report of the condition of each tank, including a rehabilitation schedule spreadsheet to show tank name, address, pressure plane, type, capacity, original service date, rehabilitation dates, recommended future rehabilitation dates and cost associated with the rehabilitation. Re -prioritize each tank rehab date and cost on a spreadsheet. The Spreadsheet will be updated to show current status of each of the 21 tanks as being decommissioned or recently rehabilitated Tank location Type capacity Glearwell #1 -- -Ge =- -- ' ,^ --,-�;0 (2018 rehab) EleaFwell #t2 GST 2,000,099 (2019 rehab) Clearwell #3 CGST 2,000,000 Clearwell ##4 CGST 1,500,000 Wesiinglieuse Pump Swieft SP 100,900 Decommission Barton Hill Elevated Tank CET 2,700,000 1431 Standpipe SP 1,090,000 Decommission 143114549 Tank --- - RT 154" Decommission 1431 Elevated Tank CET 2,000,000 Fern. Bluff Elevated Tank HPET 1,500,000 Chisholm Valley Elevated Tank CET 1,250,000 Vista Heights Standpipe SP 1,000,000 McNeil-Greund-Storage -- ESQ :750,090 Decommission Chandler Creek Elevated Tank EST 750,000 Decommission Lake CreekGr-sand Stemge GST 5004" (2017 rehab) S. 81 Elevated CET 1,250,000 Southeast Ground Storage GST 2,500,000 Southeast Elevated Tank EST 750,000 High Country Elevated Tank CET 1,250,000 Reuse CET CET 1,250,000 Tank History Review A review the 2015 Comprehensive Assessment Reports and the latest TCEQ Reports will be conducted to gather information on each tank design, coating system and reported condition. Tank Inspection and Condition Surve HOT will provide an evaluation to determine the condition of the tank interior, exterior, exposed foundations and accessories. The following components of each tank to be inspected shall include but not limited to: A. Exterior 1. Shell 2. Roof 3. Roof hatch 4. Manway 5. Cathodic Protection Anode plate covers when applicable 6. Water level indicator when applicable 7. Roof Vent 8. Foundation and or foundation piers 9. Overflow pipe and flap valve 10. Access ladders 11. Leg columns when applicable 12. Riser 13. Struts when applicable 14. Tie rods when applicable B. Internal w/Underwater ROV access to the areas listed will be obtained by an underwater ROV fully equipped with lights and video camera if necessary to complete the inspection. The underwater ROV will be decontaminated in accordance with AWWA C652-92 Method 2. 1. Roof Hatch 2. Overflow 3. Weir box 4. Riser S. Interior ladder 6. Roof 7. Roof support system 8. Shell 9. Floor 10. Water quality The information and data obtained from the inspection and nondestructive testing will be used in the evaluation of each tank. The structural and protective coating condition of each item listed above will be given. Adhesion testing will be provided of the coating system and rated as per ASTM D-3359. OF r�L HOT Inspection Services. Inc. r.a, r,� Hd� P O. Box 1208 • Round Rock, TX 78680 1208 Office- (512) 244 2523 O4 Exhibit C Work Schedule 2019 Water Storage Tank Assessment Update Project Pre -inspection & Tank History Review o Review Phase 11-4-19 11-11-19 o Tank File Development 11-12-19 11-15-19_ Tank Inspection and Assessment o Tank Access and Evaluation o Compilation of Results o Editing of Photos and Video 2019 Tanks Report o Formatting Results o Review of Draft Report o Publication of Final Renort o Submit Report to Cit 11-18-19 12-9-19 ! 12-6-19 -12-10-19 12-11-19 , 12-10-19 12-11-19 12-13-19 12-16-19X12-16-19 12-17-19 -12-18-19 12-19-19 12-20-19 Project will be scheduled for beginning the week of 11 4 19. The actual completion schedule may vary depending on tank availability and demands by City. Anticipated completion of the tank assessments of all tanks is 12 20 19. , T% HOT _Inspection Services, Inc. HOT P.O. Sox 1208 • Round Rock, TX 78680 1208 s office: (512) 244 2523 Exhibit D Fee Schedule 2019 Water Storage Tank Assessment Update Project Providing personal services to the City of Round Rock for providing a inspection and evaluation of the interior and exterior of each water storage tank in Round Rock's Water Distributions System's Water Storage Tank. TANK LOCATION TYPE CAPACITY COST Clearwell #1 GST 1,000,000 Update Clearwell #2 GST 2,000,000 Update Clearwell 03 CGST 2,000,000 $700 Clearwell #4 CGST 1,500,000 5700 Westinghouse Pump Station SP 100,000 Decommission Barton Hill Elevated Tank CET 2,700,000 $1,150 1431 Stand i e SP 1,000,000 Decommission 1431 H da -Tank PT 15,000 Decommission 1431 Elevated Tank CET 2,000,000 $1,150 Fern Bluff Elevated Tank HPET 1,500,000 $1,300 Chisholm Valley Elevated Tank CET 1,250,000 $950 Vista Hei hts Standpipe SP 1,000,000 $950 McNeil Ground Storage GST 750,000 Decommission Chandler Creek Elevated Tank EST 750,000 $1,000 Bowman Ground Storage GST 500,000 Decommission Lake Creek Ground Storage GST 500,000 Update S. 8l Elevated CET 1,250,000 $950 Southeast Ground Storage GST 2,50_0,000 $$00 Southeast Elevated Tank EST 750,000 5950 High Country Elevated Tank CET 1,250,000 $950 Reuse Tank CET 1,250,000 $950 TOTAL COST The cost includes the reporting and production time of the updated Worm report $12,500,00 Tank Evaluator/ROV Operator S 120.00/hr. ■ NACE Level III Certified Coating Ins ector ■ AWS Certified Welding Inspector ■ NDE Certified Level III ■ BS Engineering Technician Helper $ 65.00/hr. Technical Report Preparation $ 100.00!hr. Equipment 0 Underwater Remote Operated Vehicle $135.00/hr. e'`'°`' HOT Inspection Services, Inc. HUI P.O. Box 1208 - Round Rock, TX 78680-1208 Office: (512) 244-2523 Exhibit E Certificate of Insurance 2019 Water Storage Tank Assessment Update Project The Certificate of liability Insurance for HOT Inspection Services, Inc., is submitted electronically to the City of Round Rock by Watkins Insurance Group -Austin at the date of annual expiration. A`� AQry® CERTIFICATE OF LIABILITY INSURANCE GATE (MM1001YY1 Y Fx;1V2017 CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER($), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: It the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTANAME CT Susan Hord Watkins Insurance Group -Austin PHONES12 a52 8877 c, Het 512152-0949 EYtl l 3834 Spicewood Springs Rd. 5t EEWC-MA Lo, Austin TX 78759 ADDRESS shord@walklnslnsurancegroup com GENL AGGREGATE LIMIT APPLIES PER INSURERISI AFFORDING COVERAGE NAIL f POLICY JE T LOC INSURERA The Hartfo-d 29424 INSURED H T N INSURER B Hot Inspection Services Inc John Konzen INSURER C P O Bax 1208 INSURER D Round Rock TX 78680 INSURER E AUTOS ONLY Ar,TOS HIRED N :NOLYNED X X INSURER F 1 frMOCOARCG f CRTICIrATC IJIIMRFR•9tinnagrA7d REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE SEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR AD7L'StIBR MROi1+L00YEFF City of Round Rack ILTRA TYPE OF INSURANCE POLICYNUMBER 1110A�P1rrYP! LIMITS X COMMERCIALGENERALUABILITY Y 65SBAPVT06'.' 3212019 312112020 EACHOCCURRENCE5SODODD I5AMA6l5Y6IViiTE6 ®,- CLAIMS -MADE X : CCUR PREMISES LE.aounen eJ $300000 MED EXP fAny ere passu , S 10 000 PERSONAL A ADV INJURY 5 500 DOD GENL AGGREGATE LIMIT APPLIES PER GENERAL AGSREGATE SI 000 000 POLICY JE T LOC PRODUCTS COMPIOPAGG 51000000 5 OTHER A AVTPMOSILELIABILITY Y 65SBAPVIOGO 3 212019 W211202D CUI'MINED SINGLE LIMIT $500000 LEA acodfn0 ANY AUTO BODILY INJURY - Per pars-^ S OWNED SCHEDULED BODILY INJURY (Pei a:, dent S AUTOS ONLY Ar,TOS HIRED N :NOLYNED X X AAGE S PROPERTY DM AUTOS ONLY ALTOS ONLY LPer a[Cde"tl S UMBRELLA UAR OCCUR EACHOCCURNEN_F S EXCESS LIAR CLAIMS -LADE AGGREGATE S DED RETENTIONS I $ A WORKERS COMPENSATION - 65W9CAv5GBJ 1121 2019 3121/2020 X PER DTH. STATUTE ER AND EMPLOYERS' LIABILITY YIN . ANYPROPRIETOR!PARTNEREXECUIIVE - E L EACH AC 'MENT S 100 000 N! A OFFICER MEMaEREXCLUDED7LJ (Mandatory In NHI E L DISEASE EA EMPLOYEE S 100 COD If yes. desu.be antler DESCRIPTION OF OPERATIONS'),c. Et DISEASE POLICY LIMIT 5500,000 DESCRIPTION OF OPERATIONS I LOCATIONS. VEHICLES [ACORD 101. Additional Remarks Schedule. may b. attached it mora spnee In requiredl City of Round Rock is additional insured on the general liability and auto Iiab:lity pol.ries per blanket endorsements, where required by written=ontrarL CFI7TIFIrATF 11[11 rTFR CANCELLATION 0 1 988-201 5 ACORD CORPORATION. All rlgnts rOSerVea. ACORD 26 (2016103) The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Round Rack 221 E Main St Round Rock TX 78664 f AUTHORISED REPRESENTATIVE 0 1 988-201 5 ACORD CORPORATION. All rlgnts rOSerVea. ACORD 26 (2016103) The ACORD name and logo are registered marks of ACORD City of Round Rock ROUND ROCK TEXAS Agenda Item Summary Agenda Number: Title: Consider executing a Professional Consulting Services Agreement with HOT Inspection Services, Inc. for resurveying and inspection services related to the 2020 Water Storage Tank Assessment Project. Type: City Manager Item Governing Body: City Manager Approval Agenda Date: 11/1/2019 Dept Director: Michael Thane, Utilities and Environmental Services Director Cost: $12,500.00 Indexes: Self -Financed Water Construction Attachments: Agmt.pdf Department: Utilities and Environmental Services Text of Legislative File CM -2019-0347 In 2015, the City contracted with HOT Inspection Services, Inc. to provide the City with a comprehensive evaluation of the City's water storage tanks. Every five years, the tanks that have not recently been rehabilitated would need to be reevaluated to determine the rehabilitation schedule. Since 2015, three tanks have been rehabilitated: Clearwell No. 1, Clearwell No. 2, and Lake Creek Ground Storage. Several additional tanks are currently out -of -service and excluded from this evaluation including Westinghouse Pump Station, Bowman Ground Storage, and McNeil Ground Storage. This contract for $12,500 with HOT Inspection Services, Inc. is for the inspection and assessment of 13 water storage tanks. This contract will provide a comprehensive structural steel evaluation, interior and exterior coating evaluation, estimated remaining coating life, proposed coating rehabilitation method, and an estimate of future project costs. This contract is separate and apart from the annual compliance tank inspection that is required by the Texas Commission on Environmental Quality. Cost: $12,500 Source of Funds: Self -Financed Water Construction City of Round Rock Page 1 Pdoted on 10/31/2019