HomeMy WebLinkAbout064415 - General - Contract - Rangeline Pipeline Services, LLCCSC No. 64415
FORTWORTH.
"I'll
VENDOR SERVICES AGREEMENT
This 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
Rangeline Pipeline Services, LLC ("Vendor"), each individually referred to as a "party" and
collectively referred to as the "parties."
1. Scope of Services. Vendor shall provide emergency pipe repair materials
and services (Services"), as set forth in more detail in Exhibit "A," attached hereto and
incorporated herein for all purposes.
2. 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").
3. 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 Two Hundred and Ninety -
Seven Thousand Dollars ($297,000.00). Vendor acknowledges that 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
kind whatsoever, except as to the portions of the payments herein agreed upon for which
funds have been appropriated.
Vendor Services Agreement
OFFICIAL RECORD
CITY SECRETARY page 1 of 19
FT. WORTH, TX
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
compliance with the provisions of this section. City will give Vendor reasonable advance notice of
intended audits.
Vendor Services Agreement Page 2 of 19
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 OR /N 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
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 Services Agreement Page 3 of 19
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:
$1,000,000 - Each Occurrence
Vendor Services Agreement Page 4 of 19
$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
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,
Vendor Services Agreement Page 5 of 19
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 NON-
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:
To VENDOR:
City of Fort Worth Rangeline Pipeline Services, LLC
Attn: Assistant City Manager Attn: Kyle Nelson
200 Texas Street 924 US Highway 287, Fort Worth, TX 76131
Fort Worth, TX 76102-6314
Facsimile: (817) 392-8654 Fort Worth, Texas 76131
Facsimile:
With copy to Fort Worth City Attorney's Office
at same address
Vendor Services Agreement Page 6 of 19
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. Governinq 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 Maieure. 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 Controllinci. 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.
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
Vendor Services Agreement Page 7 of 19
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
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
Vendor Services Agreement Page 8 of 19
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.
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
Vendor Services Agreement Page 9 of 19
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 19
ACCEPTED AND AGREED:
CITY OF FORT WORTH:
By:
Name: Jesica McEachern
Title: Assistant City Manager
Date: 12/04/2025
APPROVAL RECOMMENDED:
By:
C nstopher Harder (NjV21,2025 12:23:51 CST)
Name: Chris Harder
Title: Water Director
ATTEST:
By:
Name: Jannette Goodall
Title: City Secretary
VENDOR:
�,vdvo�pb
� O FOR o
'A. °�9dd
Cho
Pgild
Vo o=o
P�o
00000000000
"a a� nEXA5o<Q'�
Ranjeline Pipeline Services, LLC
By:
Nam4Rniumbaug
Title: Chief Executive Officer
Date: _Il _ A D , 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.
Name:
Regina Jones
Title:
Contract Compliance Specialist
APPROVED AS TO FORM AND LEGALITY:
By:
Stephen Hines (Nov 25, 2025180315 CST)
Name:
Title:
Stephen Hines
Sr. Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: 25-1030
Form 1295: 2025-1360446
OFFICIAL RECORD
Vendor Services Agreement CITY SECRETARY Page 11 of 20
FT. WORTH, TX
Scope of Services
SCOPE
The City of Fort Worth (City) seeks proposals from qualified Contractors to
furnish all equipment, labor and materials necessary to install, remove and/or
repair existing concrete/steel pipe throughout the City of Fort Worth.
4.0 JOB REQUIREMENTS
Jobs may contain but are not limited to the following:
4.1 Welding Services - shall be performed on pressurized systems in
accordance with the applicable American Water Works Association
(AWWA) Field Welding standard. Contractors will be required to have
the proper equipment and staff for a two-hour response time.
4.2 Mobilization — shall consist of the activities and include overhead cost
necessary for the transportation of the Contractor's personnel,
equipment and operating supplies to the pipe repair site.
4.3 Repair Material/Parts - shall be provided by the contractor to repair
concrete, steel, FRP and polymer pipe up to 54". All materials and
parts used must be to applicable standards of the American Society for
Testing and Materials (ASTM), the American Association for State
Highway and Transportation Officials (AASHTO), and the American
Water Works Association (AWWA) has been made part of this
Specification. Refer to www.concretepipe.org/specifications.
5.0 CONTRACTOR REQUIREMENTS
5.1 Contractor is responsible for visual pipeline inspections, identifying
joint types, damages, and repair options. Contractors shall comply with
all applicable, federal, state and local laws, ordinances, rules, and
regulations pertaining to the inspection guidelines. Inspections must be
approved by City inspectors as well as any Code compliance
Vendor Services Agreement Page 12 of 19
requirements. All inspections will be performed in compliance with
City timelines.
5.2 Contractor is responsible for supplying the below to the City for pipe
installation, repair, and/or removal. The contractor must be able to
provide all materials at the time of job notification that meet the
specified requirements listed. Below are the items required, but not
limited to, for services being performed by Contractor.
5.3 The Contractor shall notify the Contract Administrator in writing of
any changes from the manufacturer. The Contract Administrator shall
have the right to approve or disapprove all substitutions. This will
include any sub -contractors assigned to the work.
5.4 Bond Requirements - A bond contract is required for the term of the
contract to ensure the requirement of insurance as listed below and the
quality of materials meets all required standards of the American
Society for Testing and Materials (ASTM), the American Association
for State Highway and Transportation Officials (AASHTO), and the
American Water Works Association (AWWA).
5.5 The Contractor shall be responsible for meeting all Federal: laws,
ordinances and regulations; State: laws, ordinance and regulations;
county: laws, ordinances and regulations; and City: laws, ordinances,
and regulations for safety of people, environment, and property. This
includes, but is not limited to, all licenses, all Federal, State, County,
and City Agencies, Administrations and Commissions such as the
Environmental Protection Agency (EPA), Occupational Safety and
Health Administration (OSHA), and the Texas Commission on
Environmental Quality (TCEQ).
5.6 The Contractor must be thoroughly familiar with all prevailing safety
measures pertinent to its operations. This shall include but not
necessarily be limited to EPA regulations, Fort Worth City Ordinances,
and OSHA regulations. In addition, the Contractor shall be wholly
responsible for instructing its employees in these safety measures and
seeing that they are fully executed with in every respect. The
Contractor is responsible to ensure all workers are certified to perform
task.
Vendor Services Agreement Page 13 of 19
5.7 The Contractor is required to notify the City immediately of any
hazardous conditions and/or damage to City property. The Contractor
shall at no time permit placing or use of equipment in such manner as
to create safety hazards. Contractor personnel shall provide appropriate
warning devices when necessary and cooperate in the fullest in
allowing through passage of other vehicles and personnel, even to the
point of interrupting their own work, if necessary.
5.8 Defective Work and Damages - The Contractor shall be wholly
responsible for and shall promptly correct or restore all defective work
or damages to any/all City facilities caused by its activities.
Restoration and correction shall be to the complete satisfaction of the
City. This shall apply to any part of a building, its appurtenances, the
adjacent grounds, or any other tangible damage incurred in the
performance of the Contract. Failure by the Contractor to proceed
promptly with corrective actions may be cause for cancellation of this
Contract with amount(s) necessary to correct defective work and/or
damage being withheld from payments due or to become due to the
Contractor.
5.9 Clean Up - The Contractor shall keep the premise free, at all times,
from accumulation of waste materials or rubbish. At the completion of
the work, the Contractor shall remove all waste and rubbish from and
about the work area, as well as tools, equipment and surplus materials,
and shall leave the area as clean and as free of spots, stains, etc., as
before the work was undertaken.
5.10 Contractor shall comply with all applicable federal, state, and local
laws, ordinances, rules, and regulations pertaining to the performance
of the work specified herein even if they come into effect after the start
of this agreement. All mandates requiring the City to comply with new
guidelines will also require the City Contractors to comply.
5.11 Failure of the City to insist on any one or more instances upon
performance of any of the terms and conditions of this contract shall
not be construed as a waiver or relinquishment of the future
performance of any terms and conditions, but the Contractor's
obligation with respect to such performance shall continue in full force
and effect.
6.0 CITY OF FORT WORTH EXISTING PIPE
Vendor Services Agreement Page 14 of 19
7.0
6.2 Bar -wrapped cylinder concrete pipe (AWWA C303, or CCP, P-303
Pretension Concrete Cylinder Pipe, Concrete Cylinder or B-303 pipe)
6.3 Fiberglass Reinforced Plastic (FRP, AWWA C950)
6.4 Fiberglass Reinforced Plastic Mortar (FRPM)
6.5 Glass Reinforced Plastic (GRP)
6.6 Prestressed Concrete Cylinder Pipe (PCCP, AWWA C304)
6.7 Prestressed Concrete Lined Cylinder Pipe (AWWA, C301, L-301, E-
301, or SP-5)
6.8 Prestressed Concrete Embedded Cylinder Pipe (AWWA, C301, E-301,
or SP-12)
6.9 Prestressed Concrete Noncylinder Pipe (NC-301, SP-23, SP-28, or SP-
31)
6.10 Polymer Pipe (AWWA C906)
6.11 Reinforced Concrete Cylinder Pipe (AWWA C300, V-300, SP-3,
ASTM C76, ASTM C655 or AASHTO M170)
6.12 Reinforced Concrete Noncylinder Pipe (C302, SP-1, SP-25, SP-32,
ASTM C361)
6.13 Reinforced Polymer Mortar Pipe (RPMP)
6.14 Steel Pipe (S-200) to meet the requirements of AASHTO M-36
6.15 Cement for mortar - used in the construction shall conform to the
requirement of ASTM C-150, Type I1, sand shall conform to the
requirement of AASHTO MS-45.
WARRANTY
All items offered shall carry the two (2) year standard warranty of the
manufacturer, beginning on the date items are placed into service by the
City. No repair or service work provided on any existing equipment shall
void the existing warranty on the equipment.
Vendor Services Agreement Page 15 of 19
8.0 RESPONSE TIMES AND SERVICE REQUIREMENTS
8.1 This is a 24-hour, seven -day -a -week service which requires response
within 1 hour of the call and same mobilization. Regular hours are 8:00
AM to 5:00 P.M. CST Emergency hours are 5:01 PM to 7:59 AM. CST.
8.2 Unless expressly authorized by the city, all services shall be completed
during normal business hours, which are 8:00 A.M. to 5:00 P.M.
Monday through Friday. After hours are designated as 5:01 PM to 7:59
AM Monday through Friday and weekends.
9.0 EQUIPMENT
9.1 Contractor shall have available all equipment and material
upon arrival at job site or prove that Contractor has access to
all equipment necessary to perform all work outlined in this
Agreement. Failure to do so is cause for rejection of a bid.
9.2 Bidders shall provide a list of adequate supply of equipment and
materials needed to complete the service including, but not limited to:
9.2.1 Welding Equipment
9.2.2 Truck and trailers to transport equipment.
9.3 Bidders shall provide a list of machinery and equipment that
they propose to use in the execution of the Agreement. See
RFP-07- Questionnaire and Requirement document. This list
will be used to determine whether the bidder can adequately
perform the required work. All equipment the bidder
anticipates committing to this contract should be included in
the listing. Bidder should be able to demonstrate adequate
back-up equipment or plan to allow for breakdowns.
9.4 Insufficient and/or inadequate equipment as determined by
the City of Fort Worth is cause for rejection of a bid. City
reserves the right to thoroughly inspect and investigate the
establishment, facilities, business reputation, and other
qualifications of any bid and reject any bid, irrespective of
price, if it shall be determined lacking in any of the essentials
necessary to assure acceptable standards of performance.
Vendor Services Agreement Page 16 of 19
Compensation
Primary Responses
Success: All data is valid!
DecisionStatus Bid #
Project Ref# 24.00nn; Project Title
Success: All values provided Bid #1-1 WELDING SERVICES - REGULAR HOURS 8AM -5PM Hour 500 $135.00 Rangeline $ 67,500.00
Success: All values provided Bid #1-2 WELDING SERVICES -AFTER HOURS 5:01PM-7:59AM Hour 550 $190.00 Rangeline $104,500.00
Success: All values provided Bid #1-3 Mobilization Each 500 $ 250.00 Rangeline $125,000.00
Pr
Basket Total $ 297,000.00
$ 297,000.00
Vendor Services Agreement Page 17 of 19
REFERENCE **M&C 25- 13P25-0164 EMERGENCY
DATE: 11/11/2025 NO.: 1030 LOG NAME: REPAIR PIPE MATERIALS &
SERVICES LSJ WATER
CODE: P TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: (ALL) Authorize Execution of a Purchase Agreement with Rangeline Pipeline Services,
LLC for Emergency Pipe Repair Materials and Services for the
Water Department in an Amount Up to $297,000.00 for the First Year with Four One -Year
Renewal Options in Amounts Up to $311,850.00 for the First Renewal, $327,442.50 for
the Second Renewal, $343,814.60 for the Third Renewal, and $361,005.60 for the Fourth
Renewal
RECOMMENDATION:
It is recommended that the City Council authorize the execution of a purchase agreement with
Rangeline Pipeline Services, LLC for emergency pipe repair materials and services for the
Water Department in an amount up to $297,000.00 for the first year with four one-year renewal
options in amounts up to $311,850.00 for the first renewal, $327,442.50 for the second renewal,
$343,814.60 for the third renewal, and $361,005.60 for the fourth renewal.
DISCUSSION:
The purpose of the Mayor & Council Communication (M&C) is to authorize an agreement for
emergency pipe repair materials and services to repair existing water and wastewater lines throughout
the City of Fort Worth. Purchasing issued a Request for Proposals (RFP) No. 25-0164 describing the
materials and services.
The RFP was advertised in the Fort Worth Star -Telegram on August 6, 2025, August 13, 2025, August
20, 2025, August 27, 2025, and September 3, 2025. The bid was opened September 4, 2025. A sole
response was received.
An evaluation panel consisting of representatives from the Water Department and Transportation and
Public Works Department reviewed and scored the submittal using Best Value criteria. The final scores
for the sole response are listed in the table below.
idder Evaluation i
Ic d Total
angeline Pipeline Services, LLC 240 83 2-3 20 85.66
a. Qualifications and Experience
b. Approach to Perform Services
c. Ability to meet the City's needs
d. Cost of services
After evaluation, the panel concluded that Rangeline Pipeline Services, LLC presented best value to
the City. No guarantee was made that a specific amount materials and services would be purchased.
Staff certifies that the recommended vendor bid met specifications. The maximum annual amount
under this agreement will be $297,000.00 for the first year. However, the actual amount used will be
based on the needs of the department and the available budget.
Funding is budgeted in the Other Contractual Services account within the Water & Sewer Fund for the
Water Department.
AGREEMENT TERMS: The initial term of the Agreement shall begin upon execution and shall end one
year from that date.
SMALL BUSINESS GOAL: This bid was issued before September 1, 2025, preceding the
implementation of the Small Business Program. Therefore, a Small Business Goal was not assigned
Vendor Services Agreement Page 18 of 19
RENEWAL OPTIONS: The Agreement may be renewed at the City's option for four, one-year terms.
This action does not require City Council approval, provided that the City Council has appropriated
sufficient funds to satisfy the City's obligations during the renewal terms.
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.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are available in the current operating budget, as previously
appropriated, in the Water & Sewer Fund to support the approval of the above recommendation and
execution of the agreement. Prior to any expenditure being incurred, the Water Department has the
responsibility to validate the availability of funds.
BQN\\
TO
Fund Department Account Project Program Activity Budget Reference # Amount
I ID I ID I Year I (Chartfield 2)
FROM
Fund
Department Account Project
I I ID
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
Program Activity Budget I Reference # Amount
Year (Chartfield 2)
Reginald Zeno (8517)
Jesica McEachern (5804)
Reginald Zeno (8517)
Christopher Harder (5020)
Haven Wynne (8525)
LaKita Slack -Johnson (8314)
ATTACHMENTS
1-RPLS W-9 2025.pdf (CFW Internal)
1295 Form.pdf (CFW Internal)
13P25-0164 EMERGENCY REPAIR PIPE MATERIALS & SERVICES LSJ WATER
funds avail.docx (CFW Internal)
Copy of FID table for Emergency Pipe -Welding (SPadar Edit 9.10.25).xlsx (CFW Internal)
Rangeline Pipeline Services, LLC SAMS.pdf (CFW Internal)
Vendor Services Agreement Page 19 of 19
FORT WORTH�
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: Rangeline Pipeline Services, LLC
Subject of the Agreement: Vendor will provide emergency pipe repair materials and services.
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: 11/21/2025
If different from the approval date.
Expiration Date:
11/20/2026
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.