HomeMy WebLinkAbout064414 - General - Contract - Reynolds Asphalt and Construction CompanyCSC No. 64414
FORTWORTH.
"I'll
VENDOR SERVICES AGREEMENT
This NON-EXCLUSIVE VENDOR SERVICES AGREEMENT ("Agreement") is made and
entered into by and between the CITY OF FORT WORTH ("City"), a Texas home rule municipal
corporation, and Reynolds Asphalt & Construction Company, ("Vendor"), each individually
referred to as a "party" and collectively referred to as the "parties."
Scope of Services. Vendor shall provide asphalt hot and cold lay for street projects
and repairs. ("Services"), as set forth in more detail in Exhibit "A," attached hereto and
incorporated herein for all purposes.
1. Term. The initial term of this Agreement is for one year, beginning on the date
that this Agreement is executed by the City's Assistant City Manager and expiring one year later,
unless terminated earlier in accordance with the Agreement ("Initial Term"). City will have the
option, in its sole discretion, to renew this Agreement under the same terms and conditions, for
up to four (4) one-year renewal option (s) (each a "Renewal Term").
2. Compensation. City will pay Vendor in accordance with the provisions of this
Agreement, including Exhibit "B," which is attached hereto and incorporated herein for all
purposes. Total compensation under this Agreement will not exceed Six Million, Five Hundred
and Forty -Six Thousand Dollars ($6,546,000.00). Vendor acknowledges that this is a non-
exclusive agreement and there is no guarantee of any specific amount of purchase. Further,
vendor recognizes that the amount stated above is the total amount of funds available,
collectively, for any Vendor that enters into an agreement with the City under the relevant M&C
and that once the full amount has been exhausted, whether individually or collectively, funds have
therefore been exhausted under this Agreement as well. Vendor will not perform any additional
services or bill for expenses incurred for City not specified by this Agreement unless City requests
and approves in writing the additional costs for such services. City will not be liable for any
additional expenses of Vendor not specified by this Agreement unless City first approves such
expenses in writing.
4. Termination.
4.1. Written Notice. City or Vendor may terminate this Agreement at any time
and for any reason by providing the other party with 30 days' written notice of termination.
4.2 Non -appropriation of Funds. In the event no funds or insufficient funds are
appropriated by City in any fiscal period for any payments due hereunder, City will notify
Vendor of such occurrence and this Agreement will terminate on the last day of the fiscal
period for which appropriations were received without penalty or expense to City of any
OFFICIAL RECORD
Vendor Services Agreement CITY SECRETARY page 1 of 22
FT. WORTH, TX
kind whatsoever, except as to the portions of the payments herein agreed upon for which
funds have been appropriated.
4.3 Duties and Obligations of the Parties. In the event that this Agreement is
terminated prior to the Expiration Date, City will pay Vendor for services actually rendered
up to the effective date of termination and Vendor will continue to provide City with services
requested by City and in accordance with this Agreement up to the effective date of
termination. Upon termination of this Agreement for any reason, Vendor will provide City
with copies of all completed or partially completed documents prepared under this
Agreement. In the event Vendor has received access to City Information or data as a
requirement to perform services hereunder, Vendor will return all City provided data to
City in a machine readable format or other format deemed acceptable to City.
5. Disclosure of Conflicts and Confidential Information.
5.1 Disclosure of Conflicts. Vendor hereby warrants to City that Vendor has
made full disclosure in writing of any existing or potential conflicts of interest related to
Vendor's services under this Agreement. In the event that any conflicts of interest arise
after the Effective Date of this Agreement, Vendor hereby agrees immediately to make full
disclosure to City in writing.
5.2 Confidential Information. Vendor, for itself and its officers, agents and
employees, agrees that it will treat all information provided to it by City ("City Information")
as confidential and will not disclose any such information to a third party without the prior
written approval of City.
5.3 Public Information Act. City is a government entity under the laws of the
State of Texas and all documents held or maintained by City are subject to disclosure
under the Texas Public Information Act. In the event there is a request for information
marked Confidential or Proprietary, City will promptly notify Vendor. It will be the
responsibility of Vendor to submit reasons objecting to disclosure. A determination on
whether such reasons are sufficient will not be decided by City, but by the Office of the
Attorney General of the State of Texas or by a court of competent jurisdiction.
5.4 Unauthorized Access. Vendor must store and maintain City Information in
a secure manner and will not allow unauthorized users to access, modify, delete or
otherwise corrupt City Information in any way. Vendor must notify City immediately if the
security or integrity of any City Information has been compromised or is believed to have
been compromised, in which event, Vendor will, in good faith, use all commercially
reasonable efforts to cooperate with City in identifying what information has been
accessed by unauthorized means and will fully cooperate with City to protect such City
Information from further unauthorized disclosure.
6. Right to Audit. Vendor agrees that City will, until the expiration of three (3) years
after final payment under this Agreement, or the final conclusion of any audit commenced during
the said three years, have access to and the right to examine at reasonable times any directly
pertinent books, documents, papers and records, including, but not limited to, all electronic
records, of Vendor involving transactions relating to this Agreement at no additional cost to City.
Vendor agrees that City will have access during normal working hours to all necessary Vendor
facilities and will be provided adequate and appropriate work space in order to conduct audits in
Vendor Services Agreement Page 2 of 22
compliance with the provisions of this section. City will give Vendor reasonable advance notice of
intended audits.
7. Independent Contractor. It is expressly understood and agreed that Vendor will
operate as an independent contractor as to all rights and privileges and work performed under
this Agreement, and not as agent, representative or employee of City. Subject to and in
accordance with the conditions and provisions of this Agreement, Vendor will have the exclusive
right to control the details of its operations and activities and be solely responsible for the acts
and omissions of its officers, agents, servants, employees, Vendors, and subcontractors. Vendor
acknowledges that the doctrine of respondent superior will not apply as between City, its officers,
agents, servants and employees, and Vendor, its officers, agents, employees, servants,
contractors, and subcontractors. Vendor further agrees that nothing herein will be construed as
the creation of a partnership or joint enterprise between City and Vendor. It is further understood
that City will in no way be considered a Co -employer or a Joint employer of Vendor or any officers,
agents, servants, employees, contractors, or subcontractors. Neither Vendor, nor any officers,
agents, servants, employees, contractors, or subcontractors of Vendor will be entitled to any
employment benefits from City. Vendor will be responsible and liable for any and all payment and
reporting of taxes on behalf of itself, and any of its officers, agents, servants, employees,
contractors, or contractors.
8. Liability and Indemnification.
8.1 LIABILITY- VENDOR WILL BE LIABLE AND RESPONSIBLE FOR ANY
AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY,
INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER,
WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT
ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF
VENDOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR
SUBCONTRACTORS.
8.2 GENERAL INDEMNIFICATION - VENDOR HEREBY COVENANTS AND
AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS,
AGENTS, SERVANTS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL
CLAIMS OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER REAL OR
ASSERTED, FOR EITHER PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED
DAMAGE OR LOSS TO VENDOR'S BUSINESS AND ANY RESULTING LOST
PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL
PERSONS, ARISING OUT OF ORIN CONNECTION WITH THIS AGREEMENT, TO THE
EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE
OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS,
OR SUBCONTRACTORS.
8.3 INTELLECTUAL PROPERTY INDEMNIFICATION — Vendor agrees to
defend, settle, or pay, at its own cost and expense, any claim or action against
City for infringement of any patent, copyright, trade mark, trade secret, or similar
property right arising from City's use of the software and/or documentation in
accordance with this Agreement, it being understood that this agreement to defend,
settle or pay will not apply if City modifies or misuses the software and/or
documentation. So long as Vendor bears the cost and expense of payment for
claims or actions against City pursuant to this section, Vendor will have the right to
Vendor Services Agreement Page 3 of 22
conduct the defense of any such claim or action and all negotiations for its
settlement or compromise and to settle or compromise any such claim; however,
City will have the right to fully participate in any and all such settlement,
negotiations, or lawsuit as necessary to protect City's interest, and City agrees to
cooperate with Vendor in doing so. In the event City, for whatever reason, assumes
the responsibility for payment of costs and expenses for any claim or action
brought against City for infringement arising under this Agreement, City will have
the sole right to conduct the defense of any such claim or action and all
negotiations for its settlement or compromise and to settle or compromise any such
claim; however, Vendor will fully participate and cooperate with City in defense of
such claim or action. City agrees to give Vendor timely written notice of any such
claim or action, with copies of all papers City may receive relating thereto.
Notwithstanding the foregoing, City's assumption of payment of costs or expenses
will not eliminate Vendor's duty to indemnify City under this Agreement. If the
software and/or documentation or any part thereof is held to infringe and the use
thereof is enjoined or restrained or, if as a result of a settlement or compromise,
such use is materially adversely restricted, Vendor will, at its own expense and as
City's sole remedy, either: (a) procure for City the right to continue to use the
software and/or documentation; or (b) modify the software and/or documentation
to make it non -infringing, provided that such modification does not materially
adversely affect City's authorized use of the software and/or documentation; or (c)
replace the software and/or documentation with equally suitable, compatible, and
functionally equivalent non -infringing software and/or documentation at no
additional charge to City; or (d) if none of the foregoing alternatives is reasonably
available to Vendor terminate this Agreement, and refund all amounts paid to
Vendor by City, subsequent to which termination City may seek any and all remedies
available to City under law.
9. Assignment and Subcontracting.
9.1 Assignment. Vendor will not assign or subcontract any of its duties,
obligations or rights under this Agreement without the prior written consent of City. If City
grants consent to an assignment, the assignee will execute a written agreement with City
and Vendor under which the assignee agrees to be bound by the duties and obligations
of Vendor under this Agreement. Vendor will be liable for all obligations of Vendor under
this Agreement prior to the effective date of the assignment.
9.2 Subcontract. If City grants consent to a subcontract, the subcontractor will
execute a written agreement with Vendor referencing this Agreement under which
subcontractor agrees to be bound by the duties and obligations of Vendor under this
Agreement as such duties and obligations may apply. Vendor must provide City with a
fully executed copy of any such subcontract.
10. Insurance. Vendor must provide City with certificate(s) of insurance documenting
policies of the following types and minimum coverage limits that are to be in effect prior to
commencement of any Services pursuant to this Agreement:
10.1 Coverage and Limits
(a) Commercial General Liability:
Vendor Services Agreement Page 4 of 22
$1,000,000 - Each Occurrence
$2,000,000 - Aggregate
(b) Automobile Liability:
$1,000,000 - Each occurrence on a combined single limit basis
Coverage will be on any vehicle used by Vendor, or its employees, agents,
or representatives in the course of providing Services under this
Agreement. "Any vehicle" will be any vehicle owned, hired and non -
owned.
(c) Worker's Compensation:
Statutory limits according to the Texas Workers' Compensation Act or any
other state workers' compensation laws where the Services are being
performed
Employers' liability
$100,000 - Bodily Injury by accident; each accident/occurrence
$100,000 - Bodily Injury by disease; each employee
$500,000 - Bodily Injury by disease; policy limit
(d) Professional Liability (Errors & Omissions):
$1,000,000 - Each Claim Limit
$1,000,000 - Aggregate Limit
Professional Liability coverage may be provided through an endorsement
to the Commercial General Liability (CGL) policy, or a separate policy
specific to Professional E&O. Either is acceptable if coverage meets all
other requirements. Coverage must be claims -made, and maintained for
the duration of the contractual agreement and for two (2) years following
completion of services provided. An annual certificate of insurance must be
submitted to City to evidence coverage.
10.2 General Requirements
(a) The commercial general liability and automobile liability policies
must name City as an additional insured thereon, as its interests may
appear. The term City includes its employees, officers, officials, agents,
and volunteers in respect to the contracted services.
(b) The workers' compensation policy must include a Waiver of
Subrogation (Right of Recovery) in favor of City.
(c) A minimum of Thirty (30) days' notice of cancellation or reduction in
limits of coverage must be provided to City. Ten (10) days' notice will be
Vendor Services Agreement Page 5 of 22
acceptable in the event of non-payment of premium. Notice must be sent
to the Risk Manager, City of Fort Worth, 200 Texas Street, Fort Worth,
Texas 76102, with copies to the Fort Worth City Attorney at the same
address.
(d) The insurers for all policies must be licensed and/or approved to do
business in the State of Texas. All insurers must have a minimum rating of
A- VII in the current A.M. Best Key Rating Guide, or have reasonably
equivalent financial strength and solvency to the satisfaction of Risk
Management. If the rating is below that required, written approval of Risk
Management is required.
(e) Any failure on the part of City to request required insurance
documentation will not constitute a waiver of the insurance requirement.
(f) Certificates of Insurance evidencing that Vendor has obtained all
required insurance will be delivered to the City prior to Vendor proceeding
with any work pursuant to this Agreement.
11. Compliance with Laws, Ordinances, Rules and Regulations. Vendor agrees
that in the performance of its obligations hereunder, it will comply with all applicable federal, state
and local laws, ordinances, rules and regulations and that any work it produces in connection with
this Agreement will also comply with all applicable federal, state and local laws, ordinances, rules
and regulations. If City notifies Vendor of any violation of such laws, ordinances, rules or
regulations, Vendor must immediately desist from and correct the violation.
12. Non -Discrimination Covenant. Vendor, for itself, its personal representatives,
assigns, contractors, subcontractors, and successors in interest, as part of the consideration
herein, agrees that in the performance of Vendor's duties and obligations hereunder, it will not
discriminate in the treatment or employment of any individual or group of individuals on any basis
prohibited by law. IF ANY CLAIM ARISES FROM AN ALLEGED VIOLATION OF THIS NOW
DISCRIMINATION COVENANT BY VENDOR, ITS PERSONAL REPRESENTATIVES,
ASSIGNS, CONTRACTORS, SUBCONTRACTORS, OR SUCCESSORS IN INTEREST,
VENDOR AGREES TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY
AND HOLD CITY HARMLESS FROM SUCH CLAIM.
13. Notices. Notices required pursuant to the provisions of this Agreement will be
conclusively determined to have been delivered when (1) hand -delivered to the other party, its
agents, employees, servants or representatives, (2) delivered by facsimile with electronic
confirmation of the transmission, or (3) received by the other party by United States Mail,
registered, return receipt requested, addressed as follows:
To CITY:
City of Fort Worth
Attn: Assistant City Manager
100 Fort Worth Trail
Fort Worth, TX 76102
Facsimile: (817) 392-8654
To VENDOR:
Reynolds Asphalt & Construction Company
Attn: Ned Tankersley
8713 Airport Frwy #100
North Richland Hills, Texas 76180
Vendor Services Agreement Page 6 of 22
With copy to Fort Worth City Attorney's Office
at same address
14. Solicitation of Employees. Neither City nor Vendor will, during the term of this
Agreement and additionally for a period of one year after its termination, solicit for employment or
employ, whether as employee or independent contractor, any person who is or has been
employed by the other during the term of this Agreement, without the prior written consent of the
person's employer. Notwithstanding the foregoing, this provision will not apply to an employee of
either party who responds to a general solicitation of advertisement of employment by either party.
15. Governmental Powers. It is understood and agreed that by execution of this
Agreement, City does not waive or surrender any of its governmental powers or immunities.
16. No Waiver. The failure of City or Vendor to insist upon the performance of any
term or provision of this Agreement or to exercise any right granted herein does not constitute a
waiver of City's or Vendor's respective right to insist upon appropriate performance or to assert
any such right on any future occasion.
17. Governing Law / Venue. This Agreement will be construed in accordance with
the laws of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought
pursuant to this Agreement, venue for such action will lie in state courts located in Tarrant County,
Texas or the United States District Court for the Northern District of Texas, Fort Worth Division.
18. Severability. If any provision of this Agreement is held to be invalid, illegal or
unenforceable, the validity, legality and enforceability of the remaining provisions will not in any
way be affected or impaired.
19. Force Majeure. City and Vendor will exercise their best efforts to meet their
respective duties and obligations as set forth in this Agreement, but will not be held liable for any
delay or omission in performance due to force majeure or other causes beyond their reasonable
control, including, but not limited to, compliance with any government law, ordinance, or
regulation; acts of God; acts of the public enemy; fires; strikes; lockouts; natural disasters; wars;
riots; epidemics or pandemics; government action or inaction; orders of government; material or
labor restrictions by any governmental authority; transportation problems; restraints or
prohibitions by any court, board, department, commission, or agency of the United States or of
any States; civil disturbances; other national or regional emergencies; or any other similar cause
not enumerated herein but which is beyond the reasonable control of the Party whose
performance is affected (collectively, "Force Majeure Event"). The performance of any such
obligation is suspended during the period of, and only to the extent of, such prevention or
hindrance, provided the affected Party provides notice of the Force Majeure Event, and an
explanation as to how it prevents or hinders the Party's performance, as soon as reasonably
possible after the occurrence of the Force Majeure Event, with the reasonableness of such notice
to be determined by the City in its sole discretion. The notice required by this section must be
addressed and delivered in accordance with Section 13 of this Agreement.
20. Headings not Controlling. Headings and titles used in this Agreement are for
reference purposes only, will not be deemed a part of this Agreement, and are not intended to
define or limit the scope of any provision of this Agreement.
Vendor Services Agreement Page 7 of 22
21. Review of Counsel. The parties acknowledge that each party and its counsel
have reviewed and revised this Agreement and that the normal rules of construction to the effect
that any ambiguities are to be resolved against the drafting party will not be employed in the
interpretation of this Agreement or Exhibits A and B.
22. Amendments / Modifications / Extensions. No amendment, modification, or
extension of this Agreement will be binding upon a party hereto unless set forth in a written
instrument, which is executed by an authorized representative of each party.
23. Counterparts. This Agreement may be executed in one or more
counterparts and each counterpart will, for all purposes, be deemed an original, but all such
counterparts will together constitute one and the same instrument.
24. Warranty of Services. Vendor warrants that its services will be of a high quality
and conform to generally prevailing industry standards. City must give written notice of any breach
of this warranty within thirty (30) days from the date that the services are completed. In such
event, at Vendor's option, Vendor will either (a) use commercially reasonable efforts to re -perform
the services in a manner that conforms with the warranty, or (b) refund the fees paid by City to
Vendor for the nonconforming services.
25. Immigration Nationality Act. Vendor must verify the identity and employment
eligibility of its employees who perform work under this Agreement, including completing the
Employment Eligibility Verification Form (1-9). Upon request by City, Vendor will provide City with
copies of all 1-9 forms and supporting eligibility documentation for each employee who performs
work under this Agreement. Vendor must adhere to all Federal and State laws as well as establish
appropriate procedures and controls so that no services will be performed by any Vendor
employee who is not legally eligible to perform such services. VENDOR WILL INDEMNIFY CITY
AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO
VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES,
CONTRACTORS, SUBCONTRACTORS, OR AGENTS. City, upon written notice to Vendor, will
have the right to immediately terminate this Agreement for violations of this provision by Vendor.
26. Ownership of Work Product. City will be the sole and exclusive owner of all
reports, work papers, procedures, guides, and documentation that are created, published,
displayed, or produced in conjunction with the services provided under this Agreement
(collectively, "Work Product"). Further, City will be the sole and exclusive owner of all copyright,
patent, trademark, trade secret and other proprietary rights in and to the Work Product. Ownership
of the Work Product will inure to the benefit of City from the date of conception, creation or fixation
of the Work Product in a tangible medium of expression (whichever occurs first). Each
copyrightable aspect of the Work Product will be considered a "work -made -for -hire" within the
meaning of the Copyright Act of 1976, as amended. If and to the extent such Work Product, or
any part thereof, is not considered a "work -made -for -hire" within the meaning of the Copyright Act
of 1976, as amended, Vendor hereby expressly assigns to City all exclusive right, title and interest
in and to the Work Product, and all copies thereof, and in and to the copyright, patent, trademark,
trade secret, and all other proprietary rights therein, that City may have or obtain, without further
consideration, free from any claim, lien for balance due, or rights of retention thereto on the part
of City.
27. Signature Authority. The person signing this Agreement hereby warrants that
they have the legal authority to execute this Agreement on behalf of the respective party, and that
Vendor Services Agreement Page 8 of 22
such binding authority has been granted by proper order, resolution, ordinance or other
authorization of the entity. This Agreement and any amendment hereto, may be executed by any
authorized representative of Vendor. Each party is fully entitled to rely on these warranties and
representations in entering into this Agreement or any amendment hereto.
28. Change in Company Name or Ownership. Vendor must notify City's Purchasing
Manager, in writing, of a company name, ownership, or address change for the purpose of
maintaining updated City records. The president of Vendor or authorized official must sign the
letter. A letter indicating changes in a company name or ownership must be accompanied with
supporting legal documentation such as an updated W-9, documents filed with the state indicating
such change, copy of the board of director's resolution approving the action, or an executed
merger or acquisition agreement. Failure to provide the specified documentation so may
adversely impact future invoice payments.
29. No Boycott of Israel. If Vendor has fewer than 10 employees or this
Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that
in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from
entering into a contract with a company for goods or services unless the contract contains a
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 terms "boycott Israel" and "company" has the meanings
ascribed to those terms in Section 2271 of the Texas Government Code. By signing this
Agreement, Vendor certifies that Vendor's signature provides written verification to the
City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term
of the Agreement.
30. Prohibition on Boycotting Energy Companies. Vendor acknowledges that in
accordance with Chapter 2276 of the Texas Government Code, City is prohibited from entering
into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly
or partly from public funds of the City with a company with 10 or more full-time employees unless
the contract contains a written verification from the company that it: (1) does not boycott energy
companies; and (2) will not boycott energy companies during the term of the contract. To the
extent that Chapter 2276 of the Government Code is applicable to this Agreement, by
signing this Agreement, Vendor certifies that Vendor's signature provides written
verification to City that Vendor: (1) does not boycott energy companies; and (2) will not
boycott energy companies during the term of this Agreement.
31. Prohibition on Discrimination Against Firearm and Ammunition Industries.
Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas
Government Code, City is prohibited from entering into a contract for goods or services that has
a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a
company with 10 or more full-time employees unless the contract contains a written verification
from the company that it: (1) does not have a practice, policy, guidance, or directive that
discriminates against a firearm entity or firearm trade association; and (2) will not discriminate
during the term of the contract against a firearm entity or firearm trade association. To the extent
that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this
Agreement, Vendor certifies that Vendor's signature provides written verification to City
that Vendor: (1) does not have a practice, policy, guidance, or directive that discriminates
against a firearm entity or firearm trade association; and (2) will not discriminate against a
firearm entity or firearm trade association during the term of this Agreement.
Vendor Services Agreement Page 9 of 22
32. Electronic Signatures. This Agreement may be executed by electronic signature,
which will be considered as an original signature for all purposes and have the same force and
effect as an original signature. For these purposes, "electronic signature" means electronically
scanned and transmitted versions (e.g. via pdf file or facsimile transmission) of an original
signature, or signatures electronically inserted via software such as Adobe Sign.
33. Entirety of Agreement. This Agreement contains the entire understanding and
agreement between City and Vendor, their assigns and successors in interest, as to the matters
contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null
and void to the extent in conflict with any provision of this Agreement.
(signature page follows)
Vendor Services Agreement Page 10 of 22
ACCEPTED AND AGREED:
CITY OF FORT WORTH:
By:
Name
Title:
Date:
Jesica McEachern
Assistant City Manager
12/04/2025
APPROVAL RECOMMENDED:
By:
Name
Title:
_Christopher Hale
Christopher Harder (No 21, 2025 09:48:24 CST)
Chris Harder
Water Director
ATTEST:
By:
Name
Title:
Jannette Goodall
City Secretary
VENDOR:
q'o'� fORj�a
�oo
Pvo 0
as °°
Qb nEXA?o4p
Reynolds Asphalt & Construction Company
By:
heg
Name:
Ned Tankersley
Title:
Vice President
Date: NO r., i 7 .2025
CONTRACT COMPLIANCE MANAGER:
By signing I acknowledge that I am the person
responsible for the monitoring and administration
of this contract, including ensuring all performance
and reporting requirements.
By:
Name: Regina Jones
Title: Contract Compliance Specialist
APPROVED AS TO FORM AND LEGALITY:
By: Stephen (Nov 25, 2025 18:05:11 CST)
Name
Title:
Stephen Hines
Sr. Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: 25-1023
Form 1295: 2025-1371709
OFFICIAL RECORD
Vendor Services Agreement CITY SECRETARY Page 11 of 22
FT. WORTH, TX
EXHIBIT A
SCOPE OF SERVICES
SPECIFICATIONS
3.1 Hot Mix/Cold Lay Type FF
3.1.1 Listed are the specifications for cold mix, Type FF, from the Texas
Highway Department and the minimum specifications for the
product that the City will accept.
PERCENT AGGREGATE BY WEIGHT OR VOLUME
Sieve Size
Percent Passing (%)
Passing 1/2" Sieve
100
Passing 3/8" Sieve
85 to 100
Passing 3/8" Sieve, Retained on #4" Sieve
21 to 53
Passing #4 Sieve, Retained on #10 Sieve
11 to 32
Total Retained on #10 Sieve
54 to 74
Passing #10 Sieve, Retained on #40 Sieve
6 to 32
Passing #40 Sieve, Retained on #90 Sieve
4 to 27
Passing #80 Sieve, Retained on #200 Sieve
3 to 27
Passing #200 Sieve
1 to 8
The asphaltic material shall form from 4 to 8 percent of the
mixture by weight or from 9 to 19 percent of the mixture by
volume, unless specified otherwise by the City of Fort Worth.
3.2 Hot Mix/Hot Asphaltic Concrete, Type B, Fine Grade or Leveling -up
Coarse Surface
3.2.1 Listed are the specifications from the Texas Highway
department and the minimum specifications for the product that
the City will accept.
PERCENT AGGREGATE BY WEIGHT OR VOLUME
Sieve Size
Percent Passing (%)
Passing 1" Sieve
100
Vendor Services Agreement Page 12 of 22
Passing 7/8" Sieve
95 to 100
Passing 7/8" Sieve, Retained on 3/8" Sieve
21 to 53
Passing 3/8" Sieve, Retained on #4 Sieve
11 to 42
Passing #4 Sieve, Retained on #10 Sieve
5 to 26
Total retained on #10 Sieve
58 to 74
Passing #10 Sieve, Retained on #40 Sieve
6 to 32
Passing #40 Sieve, Retained on #80 Sieve
4 to 21
Passing #80 Sieve, Retained on #200 Sieve
3 to 21
Passing #200 Sieve
1 to 8
The asphaltic material shall form from 3.5 to 7 percent of the
mixture by weight or from 8 to 16 percent of the mixture by
volume, unless specified otherwise by the City of Fort Worth.
3.3 Hot Mix/Hot Lay Asphaltic Concrete Type D, Fine Grade, Coarse
Surface
3.3.1 Listed are the specifications from the Texas Highway
department and the minimum specifications for the product that
the City will accept.
PERCENT AGGREGATE BY WEIGHT OR VOLUME
Sieve Size
Percent Passing (%)
Passing 1/2" Sieve
100
Passing 3/8" Sieve
85 to 100
Passing 3/8" Sieve, Retained on #4" Sieve
21 to 53
Passing #4 Sieve, Retained on #10 Sieve
11 to 32
Total Retained on #10 Sieve
54 to 74
Passing #10 Sieve, Retained on #40 Sieve
6 to 32
Passing #40 Sieve, Retained on #90 Sieve
4 to 27
Passing #80 Sieve, Retained on #200 Sieve
3 to 27
Passing #200 Sieve
l to 8
3.4 High -Performance Asphaltic Concrete Pothole Patching Mix
Vendor Services Agreement Page 13 of 22
3.4.1 The product shall meet the Texas Department of Transportation
and the City of Fort Worth Material Specification DMS-9202.
3.4.2 This specification shall govern the asphaltic concrete mixture
intended primarily as a cool to cold wet -weather high
performance stockpile pothole patching mix for maintenance. It
is primarily a crushed stone asphaltic concrete with asphalt
additives.
3.4.3 The patching mix shall not require the use of tack coat or
primer for adherence to the patch area. The mix shall be capable
of being placed in air temperatures from minus 15 degrees to
100 degrees Fahrenheit and shall maintain adhesive qualities in
areas which are damp or wet at the time of application.
Required areas shall remain flexible and cohesive to an air
temperature of minus 15 degrees Fahrenheit. Repaired areas
shall also have the capability of immediately being opened to
traffic with no kick -up or ravel -out afterwards.
3.4.4 Aggregate shall have a maximum particle size of V2 inch.
3.4.5 The patching mix shall be resistant to water damage. The as -
received mix shall be evaluated for resistance to water damage
by soaking a 100-gram representative sample of the total
mixture in 200 milliliters (ml) of distilled or deionized water at
140+/- 2 Fahrenheit for 24+/- 2 hours. The soaking test shall be
accomplished in a glass beaker of approximately 400 ml. Upon
completion of the 24-hour soaking period, the mixture shall be
evaluated while submerged in the testing water. The material
shall show no visible evidence of stripping.
3.4.6 Asphalt and Concrete patching mix will be packaged in 60-
pound bags and delivered to a designated location or picked up
by the City, at the City's option. Bulk asphalt and concrete
patching mix will be measured by the ton of 2,000 pounds.
3.5 Tack Coat/Tack Emulsion
Vendor Services Agreement Page 14 of 22
3.5.1 Thin bituminous liquid asphalt, emulsion, or cutback layer used
between hot mix asphalt pavement lifts to promote bonding.
3.6 Testing and Sampling
3.6.1 Vendors are advised that samples may be required for testing
and evaluation prior to the issuance of any order. The City
reserves the right to determine material acceptability. The City
also reserves the right to perform random testing periodically
for the duration of the contract. Testing samples are at Vendor's
expense.
3.7 Unsatisfactory Materials
3.7.1 In the event the material furnished does not meet all standards
listed above, the vendor shall reimburse the City for all
expenses including labor, equipment, materials, and other
incidents to correct the problem.
3.7.2 The City reserves the option to require material vendors to
replace or to reimburse the City for the unused portion of
material found to be unsatisfactory.
3.7.3 The vendor will remove unsatisfactory material at no cost to the
City and deliver an equal quantity of acceptable material within
7 days of the date materials are returned.
3.8 Performance of Patching Mix
3.8.1 The vendor of the material shall guarantee the performance of
the patching mix to meet the following requirements:
3.8.1.1 The material shall remain workable, in an uncovered
stockpile, if applicable, for a period of not less than 12
months.
Vendor Services Agreement Page 15 of 22
3.8.1.2 Containerized material shall have a shelf life and
remain workable for a period of not less than 12
months.
3.8.1.3 Repaired potholes shall not show any significant signs
of shoving, rutting, tracking, kick -up or ravel -out
within a period of 12 months from the time of repair.
4.0 DELIVERY
4.1 Delivery representatives will coordinate with the Vendor contract as
to where deliveries will be made.
4.2 Deliveries could be at any job site located throughout the city or the
City Facility. The product can be picked up by the city, at the City's
option.
4.3 The product shall be delivered to the specified location within 5
business days after the receipt of a purchase order from the City.
Vendor Services Agreement Page 16 of 22
4.4 The product shall be delivered between 6:00 a.m. to 5:00 p.m., Monday through
Friday, unless otherwise noted.
4.5 City Facility locations and hours of operation:
Aviation
3300 Ross Ave.
Fort Worth, TX 76106
Monday — Sunday 6 AM to 11 PM
450 Alsbury Court
Burleson, TX 76028
Monday — Sunday 8 AM to 5 PM
Transportation and Public Works
4100 Columbus Trail Fort Worth, TX
76133
Monday — Friday 7 AM to 5 PM
309 Hillshire Dr.
Fort Worth, TX 76052
Monday — Friday 7 AM to 5 PM
1700 Brennan Ave Fort Worth, TX
76106
Monday — Friday 7 AM to 5 PM
Water
1608 1 lth Avenue
Fort Worth, TX 76102
Monday — Friday 8 AM to 5 PM
Park & Recreation
5189 James Avenue Fort Worth, TX
76115
Monday — Friday 7 AM to 2 PM
Vendor Services Agreement Page 17 of 22
4.6 The Vendor shall not deliver the asphalt on City -observed holidays including:
4.6.1 New Year's Day
4.6.2 Martin Luther King Jr. Day
4.6.3 Memorial Day
4.6.4 Juneteenth
4.6.5 July 4th
4.6.6 Labor Day
4.6.7 Thanksgiving Thursday and the following Friday
4.6.8 Christmas Day
Vendor Services Agreement Page 18 of 22
. .1
Reynolds Asphalt & Construction
$ 6,915,500.0
0
$0
Local
Preference
Items
UnitPrice TotalCost
+5%
Asphalt, Hot Mix/Cold Lay Type FF, Picked up from Vendor
No Bid
No Bid
No Bid
Asphalt, Hot Mix/Cold Lay Type FF, Delivered
No Bid
No Bid
No Bid
Asphalt, Hot Mix/Hot Lay Type B, Picked up from Vendor
$ 80
$ 240,000.0
$ 252,000.0
Asphalt, Hot Mix/Hot Lay Type B, Delivered
$ 92
$ 2,346,000.0
$ 2,463,300.0
Asphalt, Hot Mix/Hot Lay Type D, Picked up from Vendor
$ 85
$ 595,000.0
$ 624,750.0
Asphalt, Hot Mix/Hot Lay Type D, Delivered
$ 97
$ 3,734,500.0
$ 3,921,225.0
High -Performance Asphaltic Concrete Pothole Patching Mix,
Pick, No Bid
No Bid
No Bid
High -Performance Asphaltic Concrete Pothole Patching Mix,
Deli, No Bid
No Bid
No Bid
High -Performance Asphaltic Concrete Pothole Patching Mix,
60-L No Bid
No Bid
No Bid
High -Performance Asphaltic Concrete Pothole Patching Mix,
60-L No Bid
No Bid
No Bid
Tack Coat/Tack Emulsion, Picked up at Vendor
No Bid
No Bid
No Bid
Tack Coat/Tack Emulsion, Delivered
J No Bid
No Bid
No Bid
City of Fort Worth, Texas
Mayor and Council Communication
DATE: 11/11/25 M&C FILE NUMBER: M&C 25-1023
LOG NAME: 13P ITB 25-0156 ASPHALT HOT AND COLD LAY GN
SUBJECT
(ALL) Authorize Execution of Non -Exclusive Agreements with Asphalt Patch Enterprises, Inc., Austin Asphalt, Inc., Hall Brothers, Inc., and
Reynolds Asphalt & Construction Company for Asphalt Hot and Cold Lay in a Collective Annual Amount Up to $6,546,000.00 for the Initial One
Year Term and Authorize Four One -Year Renewal Options for the Same Amount for Multiple City Departments
RECOMMENDATION:
It is recommended that the City Council authorize the execution of non-exclusive agreements with Asphalt Patch Enterprises, Inc., Austin Asphalt,
Inc., Hall Brothers, Inc., and Reynolds Asphalt & Construction Company for asphalt hot and cold lay in a collective annual amount up
to $6,546,000.00 for the initial one year term and authorize four one-year renewal options for the same amount for multiple City departments.
DISCUSSION:
The purpose of this Mayor and Council Communication (M&C) is to authorize non-exclusive agreements for the purchase of asphalt hot and
cold lay for multiple departments. The Water Department, Transportation & Public Works Department, Park & Recreation Department and the
Aviation Department approached the Purchasing Division to purchase asphalt hot and cold lay. The agreement will provide asphalt hot and cold
lay for street projects and repairs. To procure these goods, Purchasing staff issued an Invitation to Bid (ITB).
ITB 25-0156 was advertised in the Fort Worth Star -Telegram on September 3, 2025, September 10, 2025, September 17, 2025, and September
24, 2025. The bid was opened on September 25, 2025 and five bids were received. Greenville Enterprises, LLC was deemed non -responsive
for failing to submit the required documentation under the bid specifications.
Purchasing Staff evaluated the bid responses based on lowest, responsible bidder criteria and recommends awarding agreements to Asphalt
Patch Enterprises, Inc., Austin Asphalt, Inc., Hall Brothers, Inc., and Reynolds Asphalt & Construction Company. No guarantee was made
that a specific amount of items will be purchased.
Department
Estimated Annual Amount
Water
$3,000,000.0
Transportation & Public Works
$2,946,000.0
Park and Recreation
$500,000.0
Aviation $100,000.0
The collective maximum annual amount allowed under the agreements will be $6,546,000.00, however, the actual amount used will be based
on the need of the department and the available budget. The annual department allocation for this agreement is:
Funding is budgeted in the various accounts within the participating departments operating budgets, as appropriated. AGREEMENT
TERMS: Upon City Council approval, the agreements shall begin upon execution and expire one year from that date.
RENEWAL TERMS: The agreements may be renewed for four additional one-year terms. This action does not require specific City
Council approval provided that the City Council has appropriate sufficient funds to satisfy the City's obligations during the renewal
term.
ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made by the City Manager up to the amount allowed by
relevant law and the Fort Worth City Code and does not require specific City Council approval as long as sufficient funds have been appropriated.
SMALL BUSINESS ORDINANCE - This bid was issued before September 1, 2025, preceding the implementation of the Small
Business Program. Therefore, a Small Business Goal was not assigned.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are available in the current operating budget, as previously appropriated, in the participating
departments' Operating Funds to support the approval of the above recommendation and execution of the agreements. Prior to any
expenditure being incurred, the participating departments have the responsibility to validate the availability of funds.
Vendor Services Agreement Page 20 of 22
Submitted for City Manager's Office by: Reginald Zeno
8517
Jesica McEachern 5804
Vendor Services Agreement Page 21 of 22
Originating Business Unit Head:
Additional Information Contact:
Reginald Zeno
8517
Chris Harder
5020
Haven Wynne
8525
Grace Nguyen
8516
Vendor Services Agreement Page 22 of 22
FORT WORTH�
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: Reynolds Asphalt & Construction Company
Subject of the Agreement:
Vendor will provide Hot and Cold asphalt for street repairs and projects.
M&C Approved by the Council? * Yes ❑✓ No ❑
If so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑ No ❑✓
If so, provide the original contract number and the amendment number.
Is the Contract "Permanent"? *Yes ❑ No ❑✓
If unsure, see back page for permanent contract listing.
Is this entire contract Confidential? *Yes ❑ No ❑✓ If only specific information is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: 11/18/2025
If different from the approval date.
Expiration Date:
11/17/2026
If applicable.
Is a 1295 Form required? * Yes ❑✓ No ❑
*If so, please ensure it is attached to the approving M&C or attached to the contract.
Project Number: If applicable. N/A
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes ❑✓ No ❑
Contracts need to be routed for CSO processing in the followingorder:
rder:
1. Katherine Cenicola (Approver)
2. Jannette S. Goodall (Signer)
3. Allison Tidwell (Form Filler)
*Indicates the information is required and if the information is not provided, the contract will be
returned to the department.