HomeMy WebLinkAboutContract 63315CSC No. 63315
-I
Agreement
Page 1 of 5
SECTION 00 52 43
AGREEMENT FOR EMERGENCY PROCUREMENT OF
SS MAIN M-244B EMERGENCY REPAIR
THIS AGREEMENT is made by and between The City of Fort Worth, a Texas home rule municipality
acting by and through its duly authorized City Manager, ("City"), and Jackson Construction, LTD a
corporation authorized to do business in Texas, acting by and through its duly authorized representative
("Contractor"). City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as
follows:
Article 1. WORK
Contractor shall complete all Work specified or indicated in the attachments to the Contract Documents, as
attached hereto or specifically referenced herein, for the Project described below.
Article 2. PROJECT SUMMARY
The "Project" is generally as follows: Perform repairs of Sanitary Sewer Main M-24413, related to the
Village Creels crude oil discharge cleanup and repairs.
Article 3. CONTRACT TIME
Time is of the essence.
Contractor recognizes that time is of the essence, and the Contractor will be required to deliver to remain on
the jobsite until sewer main repair is complete and functioning. The City expects the Contractor to have a
sense of urgency to procure and bring the equipment online to perform the Work.
Article 4. CONTRACT PRICE
City agrees to pay Contractor for performance of the Work, based on Contractor's invoices, an amount up to
One Million Five Hundred Thousand Dollars ($1,500.000.00). This figure may be adjusted up or down as
final invoices are received.
Article 5. CONTRACT DOCUMENTS
5.1 CONTENTS:
The Contract Documents which comprise the entire agreement between City and Contractor
concerning the Work consist of the following:
1. This Agreement.
2. Exhibits to this Agreement:
a. Evidence of Current Insurance
b. Current Prevailing Wage Rate Table
3. General Conditions incorporated by reference
Article 6. INDEMNIFICATION
CITY OF FORT WORTH
Emergency Agreement — SS Main M-244B Emergency Repair
CSC No.
-2
Agreement
Page 2 of 5
Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the
city, its officers, servants and employees, from and against any and all claims arising out of, or
alleged to arise out of, the work and services to be performed by the contractor, its officers,
agents, employees, subcontractors, licenses or invitees under this contract. This indemnification
provision is specifically intended to operate and be effective even if it is alleged or proven that all
or some of the damages being sought were caused, in whole or in part, by anv act, omission or
negligence of the citv. This indemnity provision is intended to include, without limitation,
indemnity for costs, expenses and legal fees incurred by the city in defending against such claims
and causes of actions.
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its
officers, servants and employees, from and against any and all loss, damage or destruction of
property of the city, arising out of, or alleged to arise out of, the work and services to be
performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees
under this contract. This indemnification provision is specifically intended to operate and be
effective even if it is alleged or proven that all or some of the damages being sought were caused,.
in whole or in part, by anv act, omission or negligence of the citv.
Article 7. MISCELLANEOUS
7.1 Terms.
Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the
meanings indicated in the General Conditions.
7.2 Assignment of Contract.
This Agreement, including all of the Contract Documents may not be assigned by the Contractor
without the advanced express written consent of the City.
7.3 Successors and Assigns.
City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the
other party hereto, in respect to all covenants, agreements and obligations contained in the Contract
Documents.
7.4 Severability.
Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by
a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue
to be valid and binding upon CITY and CONTRACTOR.
7.5 Governing Law and Venue.
This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue
shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas,
Fort Worth Division.
7.6 Other Provisions.
7.6.1 City Wage Rate. The Contractor agrees to pay at least minimum wage per hour for all labor
as the same is classified, promulgated and set out by the City.
CITY OF FORT WORTH
Emergency Agreement — SS Main M-244B Emergency Repair
CSC No.
-3
Agreement
Page 3 of 5
7.6.2 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 Contractor of such
occurrence and this Agreement shall 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.
7.6.3 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole
proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if
Contractor has 10 or more full time -employees and the contract value is $100,000 or more, 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" shall have
the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing
this contract, Contractor certifies that Contractor's signature provides written verification to the
City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott
Israel; and (2) will not boycott Israel during the term of the contract.
7.6.4 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance
with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract
for goods or services that has a value of $100,000 or more, which will 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. The terms "boycott energy
company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the Texas
Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this
Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides
written verification to the City that Contractor: (1) does not boycott energy companies; and (2)
will not boycott energy companies during the term of this Agreement.
7.6.5 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor
acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the
City is prohibited from entering into a contract for goods or services that has a value of $100,000 or
more which will 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. The terms "discriminate," "firearm entity" and "firearm trade
association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government
Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement,
by signing this Agreement, Contractor certifies that Contractor's signature provides written
verification to the City that Contractor: (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.
CITY OF FORT WORTH
Emergency Agreement — SS Main M-244B Emergency Repair
CSC No.
-4
Agreement
Page 4 of 5
7.6.6 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility
of its employees who perform work under this Agreement, including completing the Employment
Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of
all I-9 forms and supporting eligibility documentation for each employee who performs work under
this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate
procedures and controls so that no services will be performed by any Contractor employee who is not
legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND
HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO
VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S
EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to
Contractor, shall have the right to immediately terminate this Agreement for violations of this
provision by Contractor.
7.7 Authority to Sign.
Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory
of the Contractor.
SIGNATURE PAGE AND ANY ATTACHMENTS/EXHIBITS TO FOLLOW
CITY OF FORT WORTH
Emergency Agreement — SS Main M-244B Emergency Repair
CSC No.
-5
Agreement
Page 5 of 5
IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the
date subscribed by the City's designated Assistant City Manager ("Effective Date").
Contractor:
Bv:
Name: Troy Jackson
Title: President
Date: 5/20/2025
Address:
5112 Sun Vallev Drive
Fort Worth. TX 76119
APPROVAL RECOMMENDED:
Christopher H rder (May 20, 202513:17 CDT)
Christopher Harder, P.E.
Director, Water Department
City of Fort Worth
By: cv��
Jesica McEachern
Assistant City Manager
Date 05/20/2025
Attest:
Jannette S. Goodall, City Secretary
(Seal)
Approved as to Form and Legality:
hnnalx Rl nrlr I�1S 17•?7 CDT1
Douglas W. Black
Senior Assistant City Attorney
M&C N/A - (Attached 05/13/25 Emeraencv Memo)
Date N/A (Attached 05/13/25 Emera_encv Memo)
Form 1295 N/A
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.
Ton# Sholola, RE
Assistant Director
CITY OF FORT WORTH
Emergency Agreement — SS Main M-244B Emergency Repair
2013 PREVAILING WAGE RATES
(Heavy and Highway Construction Projects)
CLASSIFICATION DESCRIPTION
Wage Rate
Asphalt Distributor Operator
$
15.32
Asphalt Paving Machine Operator
$
13.99
Asphalt Raker
$
12.69
Broom or Sweeper Operator
$
11.74
Concrete Finisher, Paving and Structures
$
14.12
Concrete Pavement Finishing Machine Operator
$
16.05
Concrete Saw Operator
$
14.48
Crane Operator, Hydraulic 80 tons or less
$
18.12
Crane Operator, Lattice Boom 80 Tons or Less
$
17.27
Crane Operator, Lattice Boom Over 80 Tons
$
20.52
Crawler Tractor Operator
$
14.07
Electrician
$
19.80
Excavator Operator, 50,000 pounds or less
$
17.19
Excavator Operator, Over 50,000 pounds
$
16.99
Flagger
$
10.06
Form Builder/Setter, Structures
$
13.84
Form Setter, Paving & Curb
$
13.16
Foundation Drill Operator, Crawler Mounted
$
17.99
Foundation Drill Operator, Truck Mounted
$
21.07
Front End Loader Operator, 3 CY or Less
$
13.69
Front End Loader Operator, Over 3 CY
$
14.72
Laborer, Common
$
10.72
Laborer, Utility
$
12.32
Loader/Backhoe Operator
$
15.18
Mechanic
$
17.68
Milling Machine Operator
$
14.32
Motor Grader Operator, Fine Grade
$
17.19
Motor Grader Operator, Rough
$
16.02
Off Road Hauler
$
12.25
Pavement Marking Machine Operator
$
13.63
Pipelayer
$
13.24
Reclaimer/Pulverizer Operator
$
11.01
Reinforcing Steel Worker
$
16.18
Roller Operator, Asphalt
$
13.08
Roller Operator, Other
$
11.51
Scraper Operator
$
12.96
Servicer
$
14.58
Small Slipform Machine Operator
$
15.96
Spreader Box Operator
$
14.73
Truck Driver Lowboy -Float
$
16.24
Truck Driver Transit -Mix
$
14.14
Truck Driver, Single Axle
$
12.31
Truck Driver, Single or Tandem Axle Dump Truck
$
12.62
Truck Driver, Tandem Axle Tractor with Semi Trailer
$
12.86
Welder
$
14.84
Work Zone Barricade Servicer
$
11.68
The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by
the United States Department of Labor and current as of September 2013. The titles and descriptions for the
classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway,
Heavy, Utilities, and Industrial Construction in Texas.
Page 1 of 1
FORTWORTH
MEMORANDUM
Date: May 13, 2025
To: Jesica McEachern, Assistant City Manager
From: Chris Harder, P.E. Water Director
Via: Doug Black, Senior Assistant City Attorney
Brandy Hazel, Interim Chief Procurement Officer
CC: Christina Brooks, Director, Diversity and Inclusion Department
Subject: Emergency Contracts — Village Creek Crude Oil Discharge Cleanup and Repairs
The Water Department requests approval of emergency expenditures and contract procurement necessary
to respond to and mitigate the damage from the discharge of approximately 100,000 gallons of crude oil
from an Energy Transfer LP (ETF) petroleum pipeline into the wastewater collection system which then
flowed to and affected the Village Creek Water Reclamation Facility (VCWRF).
On May 5, 2025 VCWRF staff noticed a petroleum odor and discovered petroleum in the plant influent
from the south (Village Creek Collector Sewer). Accordingly, both pretreatment services and field
operations staff mobilized to inspect the collection system to find the source of the petroleum discharge.
Meanwhile, significant volumes of petroleum were being received at the VCWRF, with plant staff
working to minimize migration of the petroleum into the aeration basins and digesters.
On the afternoon of May 6th, the source of the discharge was discovered, a ruptured 16" crude oil pipeline
owned by ETF that crosses over an existing 36" sewer line, which was also damaged and into which the
crude oil was flowing directly into the sewer system. ETF shut down its crude oil line after verifying that
it was not a false alarm. Unfortunately, the volume of crude oil coming in to VCWRF overwhelmed
certain areas of the facility and, despite staff s best efforts to contain and remove the oil, some damage
was done.
Fort Worth's emergency response on May 61h was subdivided into two separate geographical areas:
• At the VCWRF — removal of the crude oil and restoration of plant treatment process
• At the pipeline — setup bypass pumping, install plug, and replace/rehabilitate damaged sewer line,
removal of debris that washed into collection system due to pipe damage.
On the evening of May 61", ETF agreed to assist with the VCWRF cleanup and dispose of crude oil
collected as part of the City's containment and cleanup efforts. In addition to the assistance from ETF,
Fort Worth requested the following work from various qualified vendors and contractors:
VCWRF Emergency Response and Restoration
o Pumping oil from South LS wetwell, scum tank and primary clarifiers to frac tanks
o Skimming primary clarifiers, aeration basins, and final clarifiers of crude oil
o Dosing enzymes for aeration basin recovery
o Reseeding of aeration basin activated sludge
o Trucking waste activated sludge to drying beds
o Replacing/cleaning filter media
Collection System 36" Pipe Replacement/Rehabilitation
o Plugging and bypass pumping damaged sewer line
o Television inspection and debris removal from existing pipelines
o Rehabilitate and replace the damaged portion of the 36-inch sewer line
Waiting to bid and award a contract to perform this work is not the best interest of the health and safety of
the City of Fort Worth. Section 252.022 of the Local Government Code exempts from normal bidding
requirements expenditures that are necessary to preserve or protect public health or safety of the
municipality's residents and procurements necessary because of unforeseen damage to public machinery,
equipment, or property.
This memo is submitted to inform the CMO that, pursuant to the emergency authority found in City Code
Chapter 2, Article I, Section 2-9 of the City's Code of Ordinances as well as the Local Government Code
Chapter 252, City staff have reached out to vendors that have the competency, resources, and availability
to quickly respond to this situation. The following agreements are recommended to be executed:
Company Name
Jackson Construction
Rain for Rent
United Rentals
Republic Services
EnviroServe
Mulholland Energy
Services
Dukes Root Control
Filter Media (Vendor TBD)
Ace Pipe Cleaning
Renda Environmental
Total Estimated Cost:
Scope of Work
• Repair/replace damaged sewer pipelines
• Bypass pumping/plugging sewer lines
• Bypass pump and pipe rental
• Frac tanks, pumping, hauling, skimming
• Frac tanks, pumping, hauling, skimming
• Frac tanks, pumping, hauling, skimming
• Enzyme for wastewater treatment
• Remove/replace/clean filter media
• Pipeline television inspection, debris removal
• Trucking waste activated sludge to drying beds
Cost Estimate
$1,500,000
$200,000
$100,000
$400,000
$500,000
$150,000
$75,000
$1,500,000
$100,000
$350,000
$4,875,000
Final costs associated with these agreements will be based on actual usage, duration, and repair work and
could increase. A confirming M&C will be circulated to ratify the contracts after the work has been
performed.
In addition to these costs, Fort Worth anticipates significant operational costs associated with this
emergency for increased chemical and power usage (disinfection and nitrification process), additional
dewatering costs and staff overtime. There may also be regulatory costs associated with the plant
discharge permit, as the oil discharge significantly inhibited the effectiveness of the regular treatment
processes which may result in a discharge permit violation from TCEQ/EPA.
If you have any questions, please contact Chris Harder at 817-392-5020.
APPROVED FOR EMERGENCY PROCUREMENT:
Recommended:
Christooher 11ardor
Christopher Harder (May 14, 2025 07:27 CDT)
Chris Harder, P.E., Director, Water Department
Approved as to form and Legality:
Douglas Black (May 14,202510:42 CDT)
Douglas W. Black, Sr. Assistant City Attorney
Approve:
Brandy Hazelay 14,_11:17 CDT)
Brandy Hazel, Interim Chief Procurement Officer
Approve:
C>9�_�
Jesica McEachern, Assistant City Manager
T'
Wo PLC