CM-2023-236 - 10/6/2023CITY OF ROUND ROCK
AGREEMENT FOR
FLOW METER CALIBRATION SERVICES
WITH
CB SOLUTIONS, LP
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 flow meter cal' i n services (referred to
he in s 1he "A reement"), is made and entered into on this the -day of the month of
, 2023 by and between the CITY OF ROUND ROCK, a Texas home -rule
municipality, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299
(referred to herein as the "City"), and CB SOLUTIONS, LP., whose address is 19803 Alfalfa
Drive, Lago Vista, Texas 78645 (referred to herein as the "Vendor").
RECITALS:
WHEREAS, City desires to purchase flow meter calibration services; and
WHEREAS, the Vendor submitted the lowest quote to provide said services as set forth
herein;
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, the 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 Vendor whereby
City agrees to buy specified goods and/or services and Vendor is obligated to provide same. The
Agreement includes Vendor's Proposal, attached as Exhibit "A," and incorporated herein by
reference for all purposes.
86 -0707-16151ss2
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.
F. Vendor means CB Solutions, LP, its successor or assigns.
2.01 EFFECTIVE DATE AND TERM
A. 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.
B. The term of this Agreement shall be thirty-six (36) months from the effective date
hereof; and
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
The goods and services which are the subject matter of this Agreement are described in
Exhibit "A," together with this Agreement, comprise the total Agreement and is fully a part of
this Agreement as if repeated herein in full.
4.01 SCOPE OF WORK
Vendor shall satisfactorily provide all goods and services described under the attached
Exhibit "A." Vendor's undertakings shall be limited to providing goods and performing services
for City and/or advising City concerning those matters on which Vendor has been specifically
engaged. Vendor 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 CONTRACT AMOUNT
In consideration for the goods and services to be performed by Vendor, City agrees to
pay the Vendor an amount not -to -exceed Nine Thousand Five Hundred Eighty -Four and
No/100 Dollars ($9,584.00) per year for a total of Twenty -Eight Thousand Seven Hundred
Fifty -Two and No/100 Dollars ($28,752.00) for the term of this Agreement.
6.01 INVOICES
All invoices shall include, at a minimum, the following information:
A. Name and address of Vendor;
B. Purchase Order Number;
C. Description and quantity of items received or services provided; and
D. Delivery or performance dates.
7.01 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 of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the goods and
services as determined by City's budget for the fiscal year in question. City may affect such
termination by giving Vendor a written notice of termination at the end of its then current fiscal
year.
8.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to
Vendor 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 andror deliverables or services, whichever is
later. Vendor 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 Vendor, a contractor, 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 Vendor 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.
9.01 GRATUITIES AND BRIBES
City may, by written notice to Vendor, cancel this Agreement without liability to Vendor
if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or
otherwise were offered or given by Vendor or its agents or representatives to any City officer,
employee or elected representative with respect to the performance of this Agreement. In
addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code.
10.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Vendor's charges.
11.01 ORDERS PLACED WITH ALTERNATE VENDORS
If Vendor cannot provide the goods as specified, City reserves the right and option to
obtain the products from another supplier or suppliers.
12.01 INSURANCE
Vendor shall meet all insurance requirements set forth on the City's website at:
httns://www.roundrocktexas.p-ov/wi)-content/ul)ioads!2014/12lcorr_insurance 07.20112.pdf
13.01 CITY'S REPRESENTATIVES
City hereby designates the following representatives authorized to act in its behalf with
regard to this Agreement:
Michael De Santis
Utilities and Environmental Services
SCADA Specialist
3400 Sunrise Road
Round Rock, Texas 78665
512-218-2005
mdesantis a roundrocktexas.gov
14.01 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.
15.01 DEFAULT
If Vendor abandons or defaults under this Agreement and is a cause of City purchasing
the specified goods elsewhere, Vendor agrees that it may be charged the difference in cost, if
any, and that it will not be considered in the re -advertisement of the 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.
Vendor 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.
16.01 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 Vendor.
B. In the event of any default by Vendor, City has the right to terminate this
Agreement for cause, upon ten (10) days' written notice to Vendor.
C. Vendor 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 Vendor, Vendor 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, Vendor
shall submit a statement showing in detail the goods and/or services satisfactorily performed
under this Agreement to the date of termination. City shall then pay Vendor that portion of the
charges, if undisputed. The parties agree that Vendor is not entitled to compensation for services
it would have performed under the remaining term of the Agreement except as provided herein.
17.01 INDEMNIFICATION
Vendor 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 Vendor,
or Vendor's agents, employees or subcontractors, in the performance of Vendor'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 Vendor (including, but not limited to the right to seek
contribution) against any third party who may be liable for an indemnified claim.
18.01 COMPLIANCE WITH LAWS, CHARTER, AND ORDINANCES
A. Vendor, 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 2271, 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 terms of this contract. The signatory executing this Agreement on behalf of
Vendor verifies Vendor does not boycott Israel and will not boycott Israel during the term of this
Agreement.
19.01 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.
20.01 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 stated in this Agreement.
Notice to Vendor:
CB Solutions, LP
19803 Alfalfa Drive
Lago Vista, TX 78645
Notice to City:
Laurie Hadley, City Manager Stephanie L. Sandre, 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 Vendor.
21.01 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 the State of Texas.
22.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Vendor 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.
23.01 DISPUTE RESOLUTION
City and Vendor 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 1-14) or any applicable state arbitration statute.
24.01 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
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.
25.01 MISCELLANEOUS PROVISIONS
Standard of Care. Vendor 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. Vendor understands and agrees that time is of the essence and
that any failure of Vendor to fulfill obligations for each portion of this Agreement within the
agreed timeframes will constitute a material breach of this Agreement. Vendor 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 Vendor'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 Vendor 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.]
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates
indicated.
City of Round Rock, Texas
By:
Printed ame:
Title: -�-.
Date Signed:
Attest:
r liq,& -j � 1, "&-�
B}J/k7W64d —
L) 6? 0
Meagan Sp ks, City Clerk
For City, Approved as to Form:
By:
zz�'-
"'�aTie—L.-Satidr-e,� ity Attorney
CB Solutions, LP
By:
Printed Name: taFy Brown _
Title: Owner
Date Signed:. _ 9/13/2023
Exhibit "A"
RDUND ROCK TEXA5
City of Round Rock, Texas
Request for Quote
RFQ#:
AR7172023
Product/Service
Flow Meter Calibration
Description:
Services
Date Issued:
7/17/23
Quote Due By y_~y
Jraterrime)
7/21/23 @ 12:OOPM CST
Department
Name:
Purchasing
Term of Contract:
36 Months or 3 Years
Delivery Address: 3939 E Palm Valley Blvd, Round Rock, TX 78665
Instructions for Respondents to this Request for Quote (RFQ)
This is a Request for Quote and not an order.
Submit a complete ouote by the due date/time in Bonfire.
• The City of Round Rock Standard Terms and Conditions and Insurance Requirements are hereby
incorporated into this Request for Quote by reference, with the same force and effect as if they were
incorporated in full text. The full text versions of these documents are available, on the Internet at the following
hyperlink: https:llwww.roundrocktexas_qov/degartments/purchasingl
• The City reserves the right to determine "or equal" status. Quotes may be withdrawn at any time prior to the
official closing by written notification. Quotes may not be altered_ amended or withdrawn after the official
closing.
• In order to do business with the City of Round Rock please register with the City's Vendor Database. To
register, go to: https://roundrockb(vendors.munisselfservice.com/Vendors/default.asi)
• The City is exempt from Federal Excise and State Sales Tax; therefore, tax must not be included in the quoted
price.
• The City reserves the right to accept or reject, in part or whole, any quote submitted and to waive any minor
technicalities that are in the best interest of the City.
• If there is a conflict between the unit price and extended price, the unit price will take precedence.
• Term of Contract: 3 Years or 36 months
INTRODUCTION:
The City of Round Rock Utilities Department is seeking qualified vendors to provide flow meter calibration
services for electromagnetic flow meters, open flow meters, and ultrasonic verification. The purpose of this
Request for Quotation (RFQ) is to select a vendor who can perform accurate and reliable calibration services to
ensure the proper functioning and accuracy of the flow meters used by the Utilities Department.
1. Electromagnetic Flow Meters:
A. Calibrate electromagnetic flow meters installed in various locations throughout the Utilities
Department.
B. Verify the accuracy and functionality of electromagnetic flow meters by comparing the measured
flow rates against known standards.
C. Adjust, repair, or replace any components of the electromagnetic flow meters as necessary to
ensure accurate readings.
D. Provide detailed calibration reports for each electromagnetic flow meter, including pre and post -
calibration measurements, adjustments made, and overall performance evaluation.
2. Open Flow Meters:
A. Calibrate open flow meters used in specific applications, such as open channel flow measurement.
B. Conduct calibration tests on open flow meters to verify accuracy and functionality.
11Page
Exhibit "A"
C. Make necessary adjustments or repairs to open flow meters to ensure accurate readings.
D. Prepare comprehensive calibration reports for each open flow meter, documenting pre and post -
calibration measurements, any adjustments made, and an overall assessment of performance.
3. Ultrasonic Verification:
A. Perform ultrasonic verification of flow meters utilizing ultrasonic measurement principles.
B. Test and verify the accuracy of ultrasonic flow meters using known standards and procedures.
C. Adjust or recalibrate ultrasonic flow meters as required to achieve accurate readings.
D. Generate detailed reports for each ultrasonic flow meter, outlining pre and post -verification
measurements, any adjustments made, and an assessment of overall performance.
The below table should be the basis of the bid table in Bonfire. Please delete after setup in Bonfire.
Item #
Item Description
Estimated
QuantityMeasure
Unit of
Unit Price
Extended
Price
1.
Electromagnetic Flow Meter
19
EA
$
2.
Open Flow Meter
10
EA
$
3.
Standard ultrasonics
2
EA
$
Travel Cost
5
Per Day
$
Total Quote
$
2 1 P a g e
Exhibit "A"
CB Solutions, LP
19803 Alfalfa Dr.
Lago Vista, TX 78645
aolu on$ 512-267-9596
City of Round Rock
Acct. Payable
221 E. Main St.
Round Rock, TX 78664
RR WW Verifications
Quote
7/21/23 52415
Net 30
,z
Magmeter Verification
19
171.00
3,249.00
Open Flow meter Verification (this will take 2
10
400.00
4,000.00
technicians)
Ultrasonic Verification ( this will 2 technicians)
2
200.00
400.00
Travel Cost per day
5
387.00
1,935.00
Total $9,584.00
This quote expires in 30 days.
E-mail Purchase Order To
gad;, cbsolutionslp.com
JTR.OUND
ROCK
XM
City of Round Rock
Agenda Item Summary
Agenda Number:
Title: Consider executing an Agreement with CB Solutions, LP for flow meter calibration
services.
Type: C-ty Manager Item
Governing Body: City Manager Approva
Agenda Date. 10/6/2023
Dept Director: Michae. Thane, Director Util"ties and Environmental Services
Cost: $28,752.00
Indexes: Regional Wastewater Operating Fund
Attachments: CITY OF ROUND ROCK AGREEMENT FOR FLOW METER CALIBRATION SERVICES,
LAF
Department: Utilities & Environmental Services
Text of Legislative File CM-2023-236
The City of Round Rock's wastewater collection system flows into the Brushy Creek Regional Wastewater System
(BCRW WS). The regional system is owned by the City of Round Rock, City of Cedar Park, City of Austin, and City of
Leander. The BCRWW5 has two wastewater treatment plants (WWTPs), the East WWTP and the West WWTP. The City of
Round Rock manages the two W WTPs on behalf of the other partner Cities.
The two W WTPs have many different flow meters that need to be calibrated annually to ensure accurate readings. The
City of Round Rock issued a Request for Quote (RFQ) for annual flow meter calibration of these meters. The RQF included
calibration for electromagnetic flow meters, open flow meters, and ultrasonic flow meters. The vendor selected would
need to perform accurate and reliable calibration services to ensure the proper functioning and accuracy of the flow
meters used.
CB Solutions, LP was selected as the flow meter calibration vendor. The contract with CB Solutions will allow for a yearly
not -to -exceed amount of $9,584.00, for a period of three years. The total contract value is $28,752.00.
Cost: $28,752.00
Source of Funds: Regional Wastewater Operating Fund
Co of Round Rock Page 1