CM-2020-050 - 2/14/2020CITY OF ROUND ROCK
AGREEMENT FOR PURCHASE OF
WATER TANK INSPECTION SERVICES FROM
U.S. UNDERWATER SERVICES. LLC
THE STATE OF TEXAS §
CITY OF ROUND ROCK §
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
KNOW ALL BY THESE PRESENTS:
THAT THIS Agreement for purchase of water tank inspection services for the City of
Round Rock's potable water storage tanks, and for related goods and services, (referred to herein
as a "Agreement"), i and entered into on this the day of the month of
�y nd between the CITY OF ROUND ROCK, TEXAS, a home -rule
municipality w ose offices are located at 221 East Main Street, Round Rock, Texas 78664
(referred to herein as the "City") and U.S. UNDERWATER SERVICES, LLC, whose mailing
address is 123 Sentry Drive, Mansfield, Texas 76063 (referred to herein as the "Services
Provider").
RECITALS:
WHEREAS, City desires to purchase water tank inspection services for the City's
potable water storage tanks, and City desires to procure same from Services Provider; and
WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods and
services, and City has selected the Bid submitted by the Services Provider; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties, and obligations;
NOW, THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, sufficiency and receipt of which are hereby acknowledged, it is mutually
agreed between the parties as follows:
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Services Provider
whereby City is obligated to buy specified services and Services Provider is obligated to sell
same. The Agreement includes the following: (a) City's Invitation for Bid designated
Solicitation Number 20-006 dated November 2019; (b) Services Provider's Response to the IFB;
(c) contract award; and (d) any exhibits, addenda, and/or amendments thereto. Any
00438683/ss2
ek r_2-Cl -Z r6S�
inconsistencies or conflicts in the contract documents shall be resolved by giving preference in
the following order:
(1) This Agreement;
(2) Services Provider's Response to IFB;
(3) City's Invitation for Bids, exhibits, and attachments.
B. City means the City of Round Rock, Williamson and Travis Counties, Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Goods and services mean the specified services, supplies, materials,
commodities, or equipment.
2.01 EFFECTIVE DATE, TERM
A. This Agreement shall be effective on the date it has been signed by both parties
hereto, and shall remain in full force and effect unless and until it expires by operation of the
term stated herein, or until terminated or extended as provided herein.
B. The initial term of this Agreement is for sixty (60) months from the effective date
hereof.
C. City reserves the right to review the relationship at any time, and may elect to
terminate this Agreement with or without cause or may elect to continue.
3.01 CONTRACT DOCUMENTS AND EXHIBITS
City selected Services Provider to supply the services as outlined in the IFB and
Response to IFB submitted by Services Provider, all as specified in Exhibit "A." The intent of
these documents is to formulate an Agreement listing the responsibilities of both parties as
outlined in the IFB and as offered by Services Provider in its Response to the IFB.
The services which are the subject of this Agreement are described in Exhibit "A" and,
together with this Agreement, comprise the total Agreement and they are fully a part of this
Agreement as if repeated herein in full.
4.01 ITEMS AWARDED; SCOPE OF WORK
Items Awarded. All bid items on Exhibit "A" are awarded to Services Provider.
Scope of Work. For purposes of this Agreement, City has issued documents delineating the
required services (specifically Invitation for Bid Solicitation Number 20-006 dated November
2019). Services Provider has issued its response agreeing to provide all such required service in
all specified particulars. All such referenced documents are included in Exhibit "A" attached
hereto and made a part hereof for all purposes. When taken together with the appended exhibits,
this Agreement shall evidence the entire understanding and agreement between the parties and
shall supersede any prior proposals, correspondence or discussions.
Services Provider shall satisfactorily provide all services described under the attached
exhibits within the contract term specified in Section 2.01. Services Provider's undertakings
shall be limited to performing services for the City andior advising City concerning those matters
on which Services Provider has been specifically engaged. Services Provider shall perform its
services in accordance with this Agreement, in accordance with the appended exhibits, in
accordance with due care, and in accordance with prevailing industry standards for comparable
services.
5.01 COSTS
A. Bid costs listed on "Attachment A --- Bid Sheet" of Exhibit "A," shall be the basis
of any charges collected by the Services Provider.
B. The City shall be authorized to pay Services Provider an amount not -to -exceed
Three Thousand Eight Hundred Twenty -Five and No/100 Dollars (S3,$25.00) per year, for
a total amount not to exceed Nineteen Thousand One Hundred Twenty -Five and No/100
Dollars (S19,125.00) for the term of this Agreement.
6.01 INVOICES
All invoices shall include, at a minimum, the following information:
A. Name and address of Services Provider;
B. Purchase Order Number;
C. Description and quantity of items received or services provided; and
D. Delivery or performance dates.
7.01 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING
Authority for local governments to contract with one another to perform certain
governmental functions and services, including but not limited to purchasing functions, is
granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts,
Subchapter B and Subchapter C, and local Government Code, Title 8, Chapter 271, Subchapter
F, Section 27 L I01 and Section 271.102.
Other governmental entities within the State of Texas may be extended the opportunity to
purchase off of the City's bid, with the consent and agreement of the successful service
provider(s) and the City. Such agreement shall be conclusively inferred for the services provider
from lack of exception to this clause in the service provider's response. However, all parties
hereby expressly agree that the City is not an agent of, partner to, or representative of those
outside agencies or entities and that the City is not obligated or liable for any action or debts that
may arise out of such independently -negotiated "piggyback" procurements.
8.01 NON -APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end ofany City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may effect such termination by
giving Services Provider a written notice of termination at the end of its then current fiscal year.
9.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to
Services Provider will be made within thirty (30) days of the day on which City receives the
performance, supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the
day on which the performance of services was complete, or within thirty (30) days of the day on
which City receives a correct invoice for the performance and/or deliverables or services,
whichever is later. Services Provider may charge interest on an overdue payment at the "rate in
effect" on September 1 of the fiscal year in which the payment becomes overdue, in accordance
with V.T.C.A., Texas Government Code, Section 2251.025(b); however, this Policy does not
apply to payments made by City in the event:
A. There is a bona fide dispute between City and Services Provider, a contractor, a
subcontractor or supplier about the goods delivered or the service performed that
cause the payment to be late; or
B. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
C. There is a bona fide dispute between Services Provider 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
D. Invoices are not mailed to City in strict accordance with instructions, if any, on
the purchase order or the Agreement or other such contractual agreement.
10.0I GRATUITIES AND BRIBES
City may, by written notice to Services Provider, cancel this Agreement without liability
to Services Provider if it is determined by City that gratuities or bribes in the form of
entertainment, gifts, or otherwise were offered or given by Services Provider or its agents or
representatives to any City officer, employee or elected representative with respect to the
performance of this Agreement. In addition, Services Provider may be subject to penalties stated
in Title 8 of the Texas Penal Code.
11.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Services Provider's charges.
12.01 ORDERS PLACED WITH ALTERNATE SERVICES PROVIDERS
If Services Provider cannot provide the goods as specified, City reserves the right and
option to obtain the products or services from another supplier or suppliers.
13.01 INSURANCE
Services Provider shall meet all requirements as stated in Part 11 of the IFB, attached as
Exhibit "A" and as set forth at: https:: www.roundrocktexas.siovldepartments.-'Vurchasini!
14.01 CITY'S REPRESENTATIVE
City hereby designates the following representatives authorized to act in its behalf with
regard to this Agreement:
Michael Thane
Utilities and Environmental Services
3400 Sunrise Road
Round Rock, Texas 78665
512-218-3236
mthaneci_roundrocktexas.�ov
15.01 RIGHT TO ASSURANCE
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 as an anticipatory repudiation of this Agreement.
16.01 DEFAULT
If Services Provider abandons or defaults under this Agreement and is a cause of City
purchasing the specified goods elsewhere, Services Provider agrees that it may be charged the
difference in cost, if any, and that it will not be considered in the re -advertisement ofthe service
and that it may not be considered in future bids for the same type of work unless the scope of
work is significantly changed.
Services Provider shall be declared in default of this Agreement if it does any of the
following:
A. Fails to make any payment in full when due;
B. Fails to fully, timely and faithfully perform any of its material obligations under
this Agreement;
C. Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein; or
D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States.
17.01 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement, in whole or in part, for
convenience and without cause, at any time upon thirty (30) days' written notice to Services
Provider.
B. In the event of any default by Services Provider, City has the right to terminate
this Agreement for cause, upon ten (10) days' written notice to Services Provider.
C. Services Provider has the right to terminate this Agreement only for cause, that
being in the event of a material and substantial breach by City or by mutual agreement to
terminate evidenced in writing by and between the parties.
D. In the event City terminates under subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to Services Provider,
Services Provider shall discontinue all services in connection with the performance of this
Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such
orders and contracts are chargeable to this Agreement. Within thirty (30) days after such notice
of termination, Services Provider shall submit a statement showing in detail the goods andlor
services satisfactorily performed under this Agreement to the date oftermination. City shall then
T
pay Services Provider that portion of the charges, if undisputed. The parties agree that Services
Provider is not entitled to compensation for services it would have performed under the
remaining term of the Agreement except as provided herein.
18.01 INDEMNIFICATION
Services Provider shall defend (at the option of City), indemnify, and hold City, its
successors, assigns, officers, employees and elected officials harmless from and against all suits,
actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any
and all other costs or Fees arising out of, or incident to, concerning or resulting From the fault of
Services Provider, or Services Provider's agents, employees or subcontractors, in the
performance of Services Provider's obligations under this Agreement, no matter how, or to
whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or
Services Provider (including, but not limited to the right to seek contribution) against any third
party who may be liable for an indemnified claim.
19.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
A. Services Provider, its 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.
B. In accordance with Chapter 2270, Texas Government Code, a governmental entity
may not enter into a contract with a company for goods and services unless the contact contains
written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott
Israel during the term of this contract. The signatory executing this Agreement on behalf of
Services Provider verifies Services Provider does not boycott Israel and will not boycott Israel
during the term of this Agreement.
20.0I ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves, their successors, assigns and legal
representatives to each other with respect to the terms of this Agreement. Neither party shall
assign, sublet or transfer any interest in this Agreement without prior written authorization of the
other party.
21.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
I. When delivered personally to the recipient's address as stated in this Agreement;
or
2. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as slated in this Agreement.
Notice to Services Provider:
U.S. Underwater Services, LLC
123 Sentry Drive
Mansfield, TX 76063
Notice to City:
City Manager Stephen L. Sheets, City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock, TX 78664 Round Rock, TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Services Provider.
22.01 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 ofthe 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 the State of Texas.
23.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Services Provider and City. This Agreement may only be amended or supplemented by mutual
agreement of the parties hereto in writing, duly authorized by action of the City Manager or City
Council.
24.01 DISPUTE RESOLUTION
City and Services Provider 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 proceeding, including without limitation, any proceeding under the Federal
Arbitration Act (9 USC Section I-14) or any applicable state arbitration statute.
25.01 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or 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
8
shall be construed and enforced as if this Agreement did not contain the particular portion or
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 section shall not prevent this entire Agreement from
being void should a provision which is of the essence of this Agreement be determined void.
26.01 MISCELLANEOUS PROVISIONS
Standard of Care. Services Provider represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified herein and
that such services, responsibilities and duties shall be performed in a manner according; to
generally accepted industry practices.
Time is of the Essence. Services Provider understands and agrees that time is of the
essence and that any failure of Services Provider to fulfill obligations for each portion of this
Agreement within the agreed timeframes will constitute a material breach of this Agreement.
Services Provider shall be fully responsible for its delays or for failures to use best efforts in
accordance with the terms of this Agreement. Where damage is caused to City due to Services
Provider's failure to perform in these circumstances, City may pursue any remedy available
without waiver of any of City's additional legal rights or remedies.
Force Majeure. Neither City nor Services Provider shall be deemed in violation of this
Agreement if it is prevented from performing any of its obligations hereunder by reasons for
which it is not responsible as defined herein. However, notice of such impediment or delay in
performance must be timely given, and all reasonable efforts undertaken to mitigate its effects.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when taken
together, shall constitute one and the same instrument.
[Signatures on the following page.]
9
IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on
the dates indicated.
City of Round Rock, Texas
By:
Printed ame:
Title: _Z '
Date Signed: _'.
Attest:
By: 9&K'IA-RW-
-
Sara White, City Clerk
For City, P oved as to F rm:
By:
Stephan L Sheets, City Attorney
10
U.S. Underwater Se
ces, LLC
Exhibit "A"
ROUND ROCK TEXAS
PURCHASING DIVISION
City of Round Rock,
Texas
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-5299
www. ro u n d rocktexas.
INVITATION FOR BID (IFB)
WATER TANK INSPECTION SERVICES
SOLICITATION NUMBER 20-006
NOVEMBER 2019
City of Round Rock Exhibit "A"
Water Tank Inspection Services
IFB No. 20-006
Class/item 926-91
November 2019
WATER TANK INSPECTION SERVICES
PART I
GENERAL REQUIREMENTS
1. PURPOSE: The City of Round Rock, herein after'the City" seeks a bid from firms experienced in water tank
inspection services to provide comprehensive service inspection and condition surveys of the City's potable
water tank storage tanks, herein after "Services .
2. BACKGROUND: The City has a total of twenty-one water storage tanks consisting of eighteen potable water
tanks, one hydra tank, one reuse clear well tank: and one reuse elevated tank that are located in within the
city limits of Round Rock
3. SOLICITATION PACKET: This solicitation packet is comprised of the following:
Description
Index
Part I — General Requirements
Page(s) 2-5
Part II — Definitions, Standard Terms and Conditions
and Insurance Requirements
Page 6
Part III — Supplemental Terms and Conditions
Page(s) 7-9
Part IV — Specifications
Page(s) 10-11
Attachment A — Bid Sheet
Separate Attachment
Attachment B — Reference Sheet
Page 12
Attachment C- TCEQ Potable Water Storage Tank Inspection Form
Separate Attachment
4. AUTHORIZED PURCHASING CONTACT For questions or clarification of specifications, you may contact:
Amanda Crowell
Purchasing Technician
Purchasing Division
City of Round Rock
Phone: 512-218-5458
E-mail: acrowell@roundrocktexas.gov
The individual listed above may be contacted by e-mail for clarification of the specifications only. No authority
is intended or implied that specifications may be amended, or alterations accepted prior to solicitation opening
without written approval of the City of Round Rock through the Purchasing Department.
5. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below.
EVENT
DATE
Solicitation released
November 7, 2019
Optional Pre -Bid meeting 1 site visit
November 15. 2019 @ 9:00 AM/PM, CST
Deadline for submission of questions
November 20, 2019 @ 5:00 PM, CST
City responses to questions or addendums
Approximately November 22, 2019 @ 5:00 PM, CST
Deadline for submission of responses
December 5, 2019 @ 3:00 PM, CST
Page 2or13
City of Round Rock Exhibit "A"
Water Tank Inspection Services
IFB No. 20-006
Class/Item: 926-91
November 2019
All questions regarding the solicitation shall be submitted in writing by 5:00 PM, CST on the due date noted
above. A copy of all questions submitted and the City's response to the questions shall be posted on the
City's webpage in the form of an addendum at:
hftps://www.roundrocktexas.gov/businesseslsolicitations/.
Questions shall be submitted in writing to the "Authorized Purchasing Contact". The City reserves the right to
modify these dates. Notice of date change will be posted to the City's website:
http://www.roundrocktexas.gov/bids.
S. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at
http://ww_w.roundrocktexas_ ag v/bicis for any updates pertaining to the solicitation described herein. Various
updates may include addendums, cancellations, notifications, and any other pertinent information necessary
for the submission of a correct and accurate response. The City will not be held responsible for any further
communication beyond updating the website.
7. OPTIONAL PRE -BID MEETING / SITE VISIT AND INSPECTION: A pre -bid meeting / site visit, and
inspection will be conducted to fully acquaint Respondents with the facilities, difficulties and/or restrictions
inherent in the services specified. The pre -bid meeting 1 site visit will be conducted on the date specified in
PART I Section 5-Schedule of Events.
A. Attendance at the pre -bid meeting / site visit is optional. Respondents shall sign -in at the pre -bid meeting
to document their attendance. Immediately following the pre -bid meeting, a site visit tour will be
conducted to enable Respondents to determine labor, equipment, supplies and materials necessary to
perform the services specified herein. The City pre -bid meeting and site visit tour shall initially begin at
Water Treatment Plant
6200 N IH 35.
Round Rock, Texas 78681
B Respondents will be responsible for their own transportation for the site visit tour.
C A map for each facility location will be provided at the pre -bid meeting.
D. Respondents are strongly encouraged to bring a copy of the solicitation document with them to the pre -
bid meeting I site visit.
E. It is the responsibility of the Respondent to examine each facility and determine quantity, amounts, take
precise measurements, determine material requirements, equipment requirements, labor requirements
and other solicitation related details during said inspections.
B. RESPONSE DUE DATE: Signed and sealed responses are due at or before 3:00 PM, on the due date noted
in PART I, Section 5 — Schedule of Events. !_ate Proposal(s) will not be considered under any circumstances
and will be returned unopened, if a return address is provided. Mail or hand deliver sealed responses to:
City of Round Rock
Attn: Amanda Crowell
Purchasing Department
221 E. Main Street
Round Rock, Texas 78664-5299
A. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title, number,
due date, and -DO NOT OPEN",
B. Facsimile or electronically transmitted responses are not acceptable.
C Responses cannot be altered or amended after opening.
D. No response can be withdrawn after opening without written approval from the City for an acceptable
reason.
E The City will not be bound by any oral statement or offer made contrary to the written specifications.
F. Samples and/or copies shall be provided at the Respondents expense and shall become the property of
the City.
Page 3 of 13
City of Round Rock Exhibit "A"
Water Tank Inspection Services
IFB No 20-006
Class/Item: 926-91
November 2019
9. RESPONDENT REQUIREMENTS: The City of Round Rock makes no warranty that this checklist is a full
comprehensive listing of every requirement specified in the solicitation. This list is only a tool to assist
participating Respondents in compiling their final responses. Respondents are to carefully read the entire
solicitation.
Respondent shall submit one (1) evident signed "Original" and one identical electronic copy of the IFB
response on a flash drive. The submittal is required to include all addendums and requested attachments.
The bid response along with samples and/or copies shall be provided at the Respondent's expense and shall
become the property of the City.
This invitation for bid (IFB) does not commit the City to contract for any supply or service. Respondents are
advised that the City will not pay for any administrative costs incurred in response preparation to this IFB; all
costs associated with responding to this IFB will be solely at the interested parties' expense. Not responding
to this IFB does not preclude participation in any future RFP/RFQ/IFB.
For your bid to be responsive, addendums and the attachments identified below shall be submitted
with your proposal.
n Addendums. Addendums may be posted to this solicitation. Bidders are required to submit signed
addendums with their sealed response The Bidder shall be responsible for monitoring the City's website
at hftp://www.roundrocktexas.gov/bids for any updates pertaining to the solicitation.
Attachment A: BID SHEET: The bid response shall be submitted on the itemized, signed Bid Sheet
provided in the solicitation packet. Failure to complete and sign the bid sheet will result in disqualification.
If there is a conflict between the unit price and extended price, the unit price will take precedence.
Submission of responses on forms other than the City's Solicitation Document may result in
disqualification of the response.
a Attachment B: REFERENCE SHEET. Provide the name, address, telephone number and E-MAIL of at
least three (3) valid Municipal, Government agencies or firms of comparable size that have utilized
services that are similar in type and capacity within the last two (2) years. City of Round Rock references
are not applicable. References may be checked prior to award. If references cannot be confirmed or if
any negative responses are received it may result in the disqualification of submittal.
10. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all responses, or to
accept any response deemed most advantageous, or to waive any irregularities or informalities in the
response received that best serves the interest and at the sole discretion of the City. All solicitations received
may be evaluated based on the best value for the City. In determining best value, the City may consider:
A. Purchase price;
B. Reputation of Respondent and of Respondent's goods and services,
C. Quality of the Respondent's goods and services;
D. The extent to which the goods and services meet the City's needs;
E. Respondent's past performance with the City;
F. The total long-term cost to the City to acquire the Respondent's goods or services;
G. Any relevant criteria specifically listed in the solicitation.
Respondents may be contacted for clarification of bid and/or to discuss details of the services they are
proposing. This may include a presentation and/or the request for additional material/information.
Page 4 of 13
City of Round Rock Exhibit "A"
Water Tank Inspection Services
IFB No. 20-006
Class/Item: 926-91
November 2019
11. CONFIDENTIALITY OF CONTENT: As stated in Section 16 of City of Round Rock Purchasing Definitions,
Standard Terms and Conditions, all documents submitted in response to a solicitation shall be subject to the
Texas Public Information Act. Following an award. responses are subject to release as public information
unless the response or specific parts of the response can be shown to be exempt from the Texas Public
Information Act. Pricing is not considered to be confidential under any circumstances
A. Information in a submittal that is legally protected as a trade secret or otherwise confidential must be
clearly indicated with stamped bold red letters stating "CONFIDENTIAL" on that section of the document
The City will not be responsible for any public disclosure of confidential information if it is not clearly
marked as such.
B If a request is made under the Texas Public Information Act to inspect information designated as
confidential, the Respondent shall, upon request from the City, furnish sufficient written reasons and
information as to why the information should be protected from disclosure. The matter will then be
presented to the Attorney General of Texas for final determination.
12. SUSPENSION OR DEBARMENT CERTIFICATION: The provisions of the Code of Federal Regulations 2
CFR part 180 suspension and debarment may apply to this agreement. The City of Round Rock is prohibited
from contracting with or making prime or sub -awards to parties that are suspended or debarred or whose
principals are suspended or debarred from doing business with the Federal Government, State of Texas, or
the City of Round Rock.
13. CERTIFICATE OF INTERESTED PARTIES: Section 2252.908 of the Texas Government Code requires the
successful offeror to complete a Form 1295 "Certificate of Interested Parties" that is signed for a contract
award requiring council authorization. The "Certificate of Interested Parties" form must be completed on the
Texas Ethics Commission website, printed, signed and submitted to the City by the authorized agent of the
Business Entity with acknowledgment that disclosure is made under oath and under penalty of perjury prior to
final contract execution. Link to Texas Ethics Commission Webpage:
https:llwww.ethics.state.tx.us/whatsnewlelf info form1295.htm
Page 5 of 13
City of Round Rock Exhibit "A"
Water Tank Inspection Services
IFS No. 20-006
Class/Item: 926-91
November 2019
PART II
DEFINITIONS, STANDARD TERMS AND CONDITONS
AND INSURANCE REQUIREMENTS
1. DEFINITIONS, STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitation, the
Respondent agrees that the City's Definitions, Standard Terms and Conditions, in effect at the time of release
of the solicitation, shall govern unless specifically provided otherwise in a separate agreement or on the face
of a purchase order. Said Definitions, Terms and Conditions are subject to change without notice. It is the
sole responsibility of Respondents to stay apprised of changes. The City's Definitions, Standard Terms and
Conditions can be viewed and downloaded from the City's website at:
https-://www.roundrocktexas.gov/departments/purchasing/
2. INSURANCE: The Respondent shall meet or exceed all insurance requirements set forth in Standard
Insurance Requirements. The City's Standard Insurance Requirements document can be viewed and
downloaded from the City's website at: hfos:llwww.roundrocktexas.ctov/departmentslr)urchasing/
Page 6 of 13
City of Round Rock Exhibit "A"
Water Tank Inspection Services
IFB No. 20-006
Class/Item: 926-91
November 2019
PART III
SUPPLEMENTAL TERMS AND CONDITIONS
1. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the following -
A. The term of the Agreement shall begin from date of award and shall remain in full force for sixty (60)
months.
B. Upon expiration of the contract term, the Contractor agrees to hold over under the terms and conditions of
this agreement for such a period as is reasonably necessary to re -solicit and/or complete the project up to
90 days.
2. RESPONDENT QUALIFICATIONS: The City has established the following minimum qualifications.
Respondents who do not meet the minimum qualifications will not be considered for award. The Respondent
shall:
A. Be firms, corporations, individuals or partnerships normally engaged in providing water tank inspection
services as specified herein and have adequate organization, facilities, equipment, financial capability,
and personnel to ensure prompt and efficient service to the City;
B. Provide all labor, supplies and materials required to satisfactorily perform the services as specified herein
and own or acquire at no cost to the City all construction aids, appliances, and equipment Respondent
deems necessary and maintain sole responsibility for the maintenance and repair of Respondent's
vehicles, equipment, tools and all associated costs. The City shall not be responsible for any
Respondent's tools, equipment or materials lost or damaged during the performance of the services
specified herein;
C. Be domiciled in or have a home office inside the United States Respondents domiciled outside the
United States, or not having a home office inside the United States will not be included for consideration
in this procurement process.
3. SUBCONTRACTORS: Respondent shall not subcontract or otherwise engage subcontractors to perform
required services. The City seeks to do business directly with a company experienced in water tank
inspection services.
4. SAFETY: The City reserves the right to remove any employee from City property for violation of federal,
state, and local health, safety and environmental laws, ordinances, rules and regulations. The Respondent
shall:
A. Ensure that all employees comply with all Occupational Safety and Health Administration (OSHA), State
and City safety and occupational health standards and other applicable federal, state, and local health,
safety, and environmental laws ordinances, rules and regulations in the performance of these services:
B. Be held responsible for the safety of their employees and unsafe acts or conditions that may cause injury
or damage to any persons or property within and around the work site. In case of conflict, the most
stringent safety requirement shall govern;
C. Indemnify and hold the City harmtess from and against all claims, demands, suits, actions, judgments,
fines penalties and liability of every kind arising from the breach of the Successful Respondents'
obligations under this paragraph.
5. WORKFORCE: Successful Respondent shall:
A. Ensure Respondent's employees perform the services in a timely, professional and efficient manner;
B. Ensure Respondent's employees, while working on City property, wear a company uniform that clearly
identifies them as the Respondent's employee;
C. Employ all personnel for work in accordance with the requirements set forth by the United States
Department of Labor, The City reserves the right to verify citizenship or right to work in the United States,
Page 7 of 13
City of Round Rock Exhibit "A"
Water Tank Inspection Services
IFB No. 20-006
Class/Item- 926-91
November 2019
6. PRICING: The Respondent shall determine and submit a fixed cost for the work and shall include all
incidental costs, labor, overhead charges, travel, payroll expenses, freight, equipment acquisition and
maintenance, demurrage, fuel surcharges, delivery charges, costs associated with obtaining permits,
insurance, bonds and risk management. No separate line item charges shall be permitted for either response
or invoice purposes.
7. PRICE INCREASE: Contract prices for water tank inspection services shall remain firm throughout the initial
twelve (12) month term of the contract. A price increase to the agreement may be considered on the
anniversary date of the Contract each year and shall be equal to the consumer price index for that year, but at
no time can the increase be greater than 5% for any single line item,
A. Consumer Price Index (CPI): Price adjustments will be made in accordance with the percentage
change in the U. S Department of Labor Consumer Price Index (CPI-U) for all Urban Consumers. The
price adjustment rate will be determined by comparing the percentage difference between the CPI in
effect for the base year six-month average (January through June OR July through December); and each
(January through June OR July through December six month average) thereafter. The percentage
difference between those two CPI issues will be the price adjustment rate. No retroactive contract price
adjustments will be allowed_ The Consumer Price Index (CPI) is found at the Bureau of Labor Statistics,
Consumer Price Index website: hftp://www. bls.ov/c il.
B. Procedure to Request Increase:
i Mail the written price increase request with the rate detail comparison and comprehensive calculation
and any supporting documentation to the designated City Contract Specialist a minimum of 45 days
prior to the annual Contract anniversary date. The detailed written calculation will be verified and
confirmed. All written requests for increases must include the City of Round Rock contract number,
solicitation reference information and contact information for the authorized representative requesting
the increase. Price increase requests shall be sent by mail to:
City of Round Rock
Purchasing Department
Attn: Contract Specialist
221 East Main Street
Round Rock, TX 79664-5299
ii. Upon receipt of the request, the City reserves the right to either, accept the escalation and make
change to the purchase order within 30 days of the request, negotiate with the Vendor or cancel the
agreement or purchase order if an agreement cannot be reached on the value of the increase.
8. PERFORMANCE REVIEW: The City reserves the right to review the awarded respondents' performance
anytime during the contract term.
9. ACCEPTANCEIINSPECTION: Acceptance inspection should not take more than five (5) working days. The
awarded respondent will be notified within the time frame if the services delivered are not in full compliance
with the specifications. In the event the services are not performed to the satisfaction of the City; the vendor
shall agree to reperform services to specification at no additional cost to the City. If any agreement or
purchase order is cancelled for non -acceptance, the needed services may be purchased elsewhere.
10. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of any
minimum or maximum purchase is made or implied. The City will only order the services/goods needed to
satisfy requirements within budgetary constraints, which may be more or less than indicated.
11. PERMITS: The Successful Respondent shall verify and obtain all necessary permits, licenses, and/or
certificates required by federal, state and local laws, ordinances, rules or regulations for the completion of the
services as specified if required for the project.
Page 8 of 13
City of Round Rock Exhibit "All
Water Tank Inspection Services
IFB No 20-006
Classlitem: 926-91
November 2019
12. AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single award,
split award, primary and secondary award, non -award, or use any combination that best serves the interest
and at the sole discretion of the City. Respondents to the solicitation will be notified when City staff
recommendation of award has been made. The award announcement will be posted to the City's website at
httt)s://www,roundrocktexas.gov/businesses/solicitations/ once City Council has approved the
recommendation of award and the agreement has been executed.
13. POST AWARD MEETING: The City and Successful Respondent(s) may have a post award meeting to
discuss, but not be limited to the following:
A. The method to provide a smooth and orderly transition of services performed from the current contractor
B Provide City contact(s) information for implementation of agreement.
C. Identify specific milestones, goals and strategies to meet objectives.
14. POINT OF CONTACT ! DESIGNATED REPRESENTATIVE
A. Contractor's point of contact: In order to maintain consistent standards of quality work performed
across the City, the City shall be provided with a designated and identified point of contact upon award of
the contract to include contact information. The City's designated representative shall be notified by the
Respondent immediately should the point of contact change.
B. The City's designated representative:
Brandon Pritchett
Water Plant Superintendent
Phone: (512) 341-3133
E-mail: bpritchettt0roundrocktexas.gov
15. INTERLOCAL PURCHASING AGREEMENTS
A. The City has entered into Interlocal Agreements with other Governmental agencies pursuant to the
Interlocal Cooperation Act, Chapter 791 of the Texas Government Code The Contractor agrees to offer
the same price and terms and conditions to other eligible agencies that have an interlocal agreement with
the City.
B The City does not accept any responsibility or liability for the purchases by other government agencies
through an interlocal cooperative agreement
Page 9 of 13
City of Round Rock
Water Tank Inspection Services
IFB No. 20-006
Class/Item: 926-91
November 2019
Exhibit "A"
PART IV
SPECIFICATIONS
1. Introduction: The City of Round Rock, hereinafter "the City" seeks a bid from firms experienced in water tank
inspection services to provide comprehensive service inspection/condition surveys of the City's potable water
tank storage tanks, herein after "Services."
2. BACKGROUND: The City has a total of twenty-one water storage tanks consisting of eighteen potable water
tanks, one hydro tank, one reuse clear well tank, and one reuse elevated tank that are located in within the city
limits of Round Rock
3. SERVICE REQUIREMENTS: Services shall be performed at the following locations:
Tank Location Name
Location Address In Round Rock TX
Type
Capacity
Westinghouse
251 Westinghouse Rd
SP
0.10
Stone Oak
4300 Stone Oak
SP
1.00
Barton Hill
1010 Rabbit Hill Rd
CET
2.70
Chandler/Meadows-
2104 Buckeye Lane
ST- ELV. 7 Leal
0.75
Bowman
505 Bowman Rd
GS
0.50
Lake Creek
300 S. Burnet
GS
0.50
McNeil
1331 Trey Street
GS
0.75
Chisholm Valley
2410 Frontier Trial
CET
1.25
S.E. Ground Stora a
2399 Sycamore Trail
GS
2.50
S.E. Elevated
2511 Double Creek
ST- ELV. 8 LEG
0.75
South 81
2323 S. Mays
CET
1.25
Vista Heights
4000 Orion
SP
1.00
High Country
2501 High Country Blvd
CET
1.25
1431 Elevated
3311 RR 1431
CET
2.00
Clearwell #1
5200 N IH-35
GS
1.00
Clearwell #2
5200 N IH-35
GS
2.00
Clearwell #3
5200 N IH-35
CGS
2.00
Clearwell #4
5200 N IH-35
CGS
1.50
Stone Oak -Hydro
4300 Stone Oak
PT
0.20
Reuse Clearwell
3939 Hwy 79
CGS
1.00
Reuse Elevated
4620 College Park Dr
CET
1.25
GS = Ground Storage SP = Standpipe ET = Elevated GS = Concrete Ground Storage
CET = Composite Elevated PT = Pressure Tank ST = Steel Elevated
The City reserves the right to add or remove locations and equipment to the resulting contract as
they come online or are decommissioned.
S. Contractor Responsibilities: The successful bidder for water tank inspection services shall provide all
personnel, material, and equipment required to complete inspections by the completion date as well as be
responsible for the following:
A. Coordinating with the City to establish best work schedule, location of tanks, and other obstacles and
discuss any changes and/or delays with the project completion.
B. Contract shall have their own submersible ROV unit to inspect and video the underwater portions of the
tanks.
C. Please note that the only tank that has baffle walls is Clearwell #4 tank.
D. TANK INSPECTION AND CONDITION SURVEY: The vendor shall provide inspections an evaluation
necessary to meet and exceed the Texas Administrative Code of TCEQ Chapter 290.46(f)(3)(D)(ii),
Subchapter D of the Texas Commission on Environmental Quality's Rules and Regulations for Public
Water Systems. The overall survey shall provide information and data that supports the assessment
given for each tank. The following components of each tank to be inspected shall include:
Page 10 of 13
City of Round Rock Exhibit "All
Water Tank Inspection Services
IFB No. 20-006
Class/item: 926-91
November 2019
i Exterior — Access to the area listed will be obtained from the roof/shell access ladder, extension
ladder and with the aid of field binoculars,
a_ Foundation
b, Protective coating condition
c. Water level indicator
d. Overflow pipe and flap valve
e Access Ladder
f. Roof
g. Air Vent
h. Cathodic Protection Anode plate covers
i. Roof hatch
j. Manway
ii Internal
a. Protective coating condition
b. Internal appendages
c. Interior access ladder
d. Roof and support system
e Floor
f Shell
g. Water quality
NOTE: Refer to TCEQ — Potable Water Tank Storage Tank Inspection Form,
E. DATA: The information and data obtained from the interior and exterior inspection shall be used in the
evaluation of each tank and applicable components. Items listed in the TCEQ Inspection Form shall be
addressed as in -compliance, out -of -compliance, or potential problem areas.
i. Any areas that are out -of -compliance shall be noted and recommended for repairs.
ii. Exterior dry film thickness readings (DFT) of the coated metal surfaces shall betaken.
iii. Still photographs and video showing highlights of the tank components being inspected shall be
provided by the contractor.
F. REPORT: Two technical reports shall be provided complete with the description, TCEQ status, required
repairs of each tank, along with narrated video (DVD), and photographs (digital).
i. The report shall include recommendations for repair and compliance to OSHA, TCEQ regulations.
and AWWA standards.
ii. All reports shall be submitted with photos to the City`s designated point of contact.
G. All inspection visits shall be scheduled with the Utility Department and completed by August 301", of each
year
H. The Contractor shall be ADCI Certified and must be able to meet all AWWA Requirements for diving and
inspecting potable water tanks including disinfection.
NOTE: All City of Round Rock annual water tank inspections for 2019 have been completed to date.
6. City's Responsibilities: The City shall -
A. Coordinate and provide means to turn pumps off during the underwater operation, if possible.
B. Advise that the tanks will not be empty of water except the McNeil tank at 1331 Trey Street and
the Bowman Take at 505 Bowman Road.
C. Provide access to water sources.
D. Provide access to electrical outlets (120V).
Page I I of 13
City of Round Rock Exhibit "A"
Water Tank Inspection Services
IFB No. 20-006
Class/Item 926-91
November 2019
ATTACHMENT A
BID SHEET
1. ATTACHMENT A —BID SHEET is posted in Solicitation Documents for IFB 20-006 Water Tank Inspection
Services in an Excel format on the City of Round Rock website at;
https://www.roundrocktexas.gov/departments/purchasing/purchasing-active-solicitations/
A. In order to be considered responsive Attachment A- Bid Sheet must be completed, signed by an
authorized representative and returned by the deadline for submission of response indicated in Part I
Section 5 — Schedule of Events.
B. The Respondent, by submitting and signing Attachment A T Bid Sheet, acknowledges that he/she has
received and read the entire document packet sections defined above including all documents
incorporated by reference, and agrees to be bound by the terms therein.
C. In order to do business with the City of Round Rock you must be registered with the City's Vendor
Database. To register, go to: https://roundrock.munisselfservice.comNendors/default.aspx.
D By the signature affixed on Attachment A- Bid Sheet, the Respondent hereby certifies that neither the
Respondent nor the entity represented by the Respondent, or anyone acting for such entity has violated
the antitrust laws of this State, codified in Section 15 01 et seq., Texas Business and Commerce Code, or
the Federal antitrust laws, nor communicated directly or indirectly, the response made to any competitor
or any other person engaged in such line of business."
E The Respondent agrees, if this Offer is accepted within 120 calendar days after the Due Date, to fully
comply in strict accordance with the Solicitation, specifications and the amounts shown on bid sheet.
Page 12 or 13
Exhibit "A"
Attachment A- Bid Sheet
Water Tank Inspection Services
IFB # 20-006
The Respondent represents by the r s;gnature below that they are submitting a binding offer and are authorized to bind the respondent to fully comply with
the solicitation documents contained in IFB 20.006 Water Tank Inspecl:on Services. The Respondent acknowledges that they have received and read the
entire solicitation packet, attachments, and ali documents incorporated by reference, and agrees to be bound by the terms therein
Special Instructions; All prices must be quoted in order to be considered responsive, be advised that exceptions taken to any portion of the solicitation will
jeopardize acceptance of the bid. Alternat;ve bids will not be considered and unauthorized modircations to the bid sheet format will result in the rejection of
the bid. The City reserves the right to purchase more or less than the quantities indicated below
No.
Description
Estimated
Unit
Unit Cost
Extended Total
Quandty
1
Annual Inspection Steel Elevated Tanks
2
Each
$185 00
$370.00
Annual Inspection Elevated Tanks
6
Each
S185 00
S1,110.00
2
lAnnual Inspection Standpipe Tanks
3
Each
S185 00
$555.00
3
Annual inspection Ground Store eTanks
6
Each
$185.00
$1.110.00
Annua Inspect on Concrete Ground Store Tanks
3
Each
S185.00
$555.00
5
Annual Inspect. on Pressure Tanks
1
Each
S125 00
$125.00
Annual Totat:1
$3.825.00
COMPANY NAME- U.S. Underwater Services. LLC
SIGNATURE OF AUTHORIZED REPRESENTATIVE' f!11"- &- 1;i2' )
PRINTED NAME Rachel Potter
PHONE NUMBER 817-447-7321
EMAIL ADDRESS: rpotter@usunderwaterservires com
1 Of ]
City of Round Rock
Water Tank Inspection Services
IFB No. 20-006
Class/Item. 926-91
November 2019
Exhibit "A"
ATTACHMENT B:
REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: 20-006
RESPONDENT'S NAME: U.S. Underwater Services, LLC DATE: 11111/2019
Provide the name, address, telephone number and E-MAIL of at least three (3) valid Municipal, Government
agencies or firms of comparable size that have utilized services that are similar in type and capacity within the last
two (2) years City of Round Rock references are not applicable. References may be checked prior to award. If
references cannot be confirmed or if any negative responses are received it may result in the disqualification of
submittal.
1 Company's Name
City of Waxahachie
Name of Contact
Kendall Borg
Tide of Contact
Assistant Director of Utilities
E-Mail Address
kborg@waxahachie.com
Present Address
1900 Howard Rd,
City, State, Zip Code
Waxahachie, TX
Telephone Number
( 469 ) 3094372 Fax Number: ( 972 ) 937-0870
2, Company's Name
North Alamo WSC
Name of Contact
Robert Rodriguez
Title of Contact
Water Operations Manager
E-Mail Address
rodriguez@gmail.com
Present Address
420 S Doolittle Rd.
City, State, Zip Code
EdinbuEq, TX 78542
Telephone Number
(956 ) 383-1618 Fax Number: (956 ) 383-1372
3. Company's Name
City of Shavano Park
Name of Contact
Brandon Peterson
Title of Contact
Public Works Director
E-Mail Address
pwdirector@shavanopark.org
Present Address
900 Saddletree
City, State Zip Code
Shavano Park, TX 78231
Telephone Number
(210 ) 492-2841 Fax Number: ( 210 ) 492-3816
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Page 13 of 13
City of Round Rock
RipROCK Agenda Item Summary
Agenda Number:
Title: Consider executing an Agreement with U.S. Underwater Services, LLC for
the purchase of water tank inspection services.
Type: City Manager Item
Governing Body: City Manager Approval
Agenda Date: 2/14/2020
Dept Director: Michael Thane, Utilities and Environmental Services Director
Cost: $19,125.00
Indexes: Utility Fund
Attachments: Agmt
Department. Utilities and Environmental Services
Text of Legislative File CM-2020-050
The City is required by the Texas Commission on Environmental Quality (TCEQ) to inspect all
of our storage tanks annually. U.S. Underwater was the low bidder for a contract for the City's
water storage tank inspections. This is an annual inspection, including exterior inspection,
internal visual inspection, and a remotely operated vehicle underwater inspection of the 21
storage tanks in our water distribution system. Once a year, we are audited by TCEQ and we
use the tank inspections and video as independent validation resource for the TCEQ inspector,
when asked for the information. This contract has a five year term for $19,125 ($3,825 per
year).
Cost: $19,125
Source of Funds: Utility Fund
City of Round Rock Pape 1 Pdnted on 2113/2020