HomeMy WebLinkAbout064371 - Construction-Related - Contract - Jackson Construction, LTDCSC No. 64371
-1
Agreement
Page 1 of 5
SECTION 00 52 43
AGREEMENT FOR EMERGENCY PROCUREMENT OF
SANITARY SEWER MAIN 244A EMERGENCY REPAIRS NORTH OF E. LANCASTER
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-244A North of Lancaster.
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 and 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
Seven Hundred Thousand Dollars ($700.000.00). 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
OFFICIAL RECORD
CITY SECRETARY
CITY OF FORT WORTH
Emergency Agreement — SS M-244A Emergency Repairs FT. WORTH, TX
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 any act, omission or
negligence of the city. 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 any act, omission or negligence of the city.
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 M-244A Emergency Repairs
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 M-244A Emergency Repairs
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 M-244A Emergency Repairs
CSC No.
-5
Age®®t
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: Jackson Construction, LTD City of Fort Worth
Nfame: Troy Jackson 4 Jesica McEachem
Title: President Assistant City Manager
Date: 11/20/25 Date 11/22/2025
Address:
Attest
5112 Sun Valley Drive
A
Fort Worth TX 76119
Janette S. Goodall, City Secretary
APPROVAL RECOMMENDED:
rryproveu as to Form and Legality:--rJt�,
— - ffavier
. g�
O Wpl,eH d
DouM: Black Movssloss I&M:Ol Un
Christopher Harder, P.E.
Douglas W. Black
Director, Water Department
Senior Assistant City Attorney
M&C N/A - (Attached 11/17/25 Emergency Memo
Date N/A (Attached 11/17/25 Emergency Memol
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.
%9IL4_ ci L[&46G2
To Sholola, RE
Assistant Director
OFFICIAL RECORD
CITY SECRETARY
CITY OF FORT WORTH
Emergency Agteemtat-SSM-244A Emergency Repairs FT. WORTH, TX
INTEROFFICE MEMO
Date: November 17, 2025
To: Jesica McEachern, Assistant City Manager
From: Chris Harder, P.E., Water Director
Subject: EMERGENCY REPAIR- 394NCH SANITARY SEWER (M-244A) MAIN
BREAKS AT TWO LOCATIONS NORTH OF E. LANCASTER AVENUE IN
THE CITY OF ARLINGTON
In mid -October of 2025, Water Field Operations crews discovered breaks and severe structural
deficiencies on M-244A (at the locations shown on the attached exhibit), a city of Fort Worth sanitary
sewer main located within City of Arlington limits. It is necessary to conduct emergency repairs at the
locations in question, in order prevent total collapse and avoid consequent sanitary sewer overflows unto
surrounding properties, during the next heavy rain event.
This memo is submitted to inform the City Manager's Office and the City Council that, pursuant to the
emergency authority found in Chapter 2, Article 1, Section 2-9 of the City's Code of Ordinances, the Water
Department will initiate emergency procurement of the following contractor and consultant for the services
and costs as indicated below to perform emergency repairs at both locations. Water Field Operations Crews
are not able to conduct repair work of this magnitude.
• Jackson Construction, LTD (Emergency water main replacement: $700,000.00)
• Freese and Nichols, Inc. (Engineering Design $80,000.00)
The contracts and work will be billed on a task order basis. The total of the contracts is estimated to be
$780,000.00.
The Water Department will coordinate with City of Arlington since this City of Fort Worth sanitary sewer
main is located within City of Arlington limits.
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. In addition to the citations, above, 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.
M&C(s) will be circulated to ratify the above contracts after the work has been performed.
APPROVaROR EMEpRQEDICY PROCUREMENT:
2044k rtarder
Recommended:
b—
ChrisH�aaarr,pdd�eerr�,, P..E., Director, Water Department
Approved astoform and Legality:
g6,C0�-
oousissBlack (Nov 1e,m2509,0:03csp
Douglas W. Black, Sr. Assistant City Attorney
Approve:
� 17, mss M20:71rsu
Haven Wynne, Chief Procurement Officer, Purchasing
11/17/2025
Approve:
Jeden McEachern, Assistant City Manager
FART WORTH Key 1011512025
o � Sewer Wan
IOC r�O8" } - Wafer Main
V � Storm Main
cc rRiRKE scrrraF FoarwoRrn v�uurEoR¢eo ResRooue+w.snuannov oa Defect Poinis
+XPuc.e�E vsv%
nnsoA.Aa*oaeOR �rsr� 41rich pipe
EUlE50.fEArROW®FOR EfIGiRFFJWrPYRP0�8 Qi WARFGIE i ➢
FROiE5510EYLLWO&'EY'OR. SEE CRY OF FORTWOFRXASYJE�SEp 1�RGH59tln ftl!
niEAccuwELr or suo — m.... Add to the IOC
. Manhole Defect
FORT WORTH Key 1011712025
�- Sewer Mian
IOC 66611 )1---- Water Main
21, Storm Main
omrumrteRr of FOR*woRn+ RIIEo RCRao�.cmR �sAinnu*n*+or Defecl Points
w+s
eo FORrcRW1CLY 1toRE6LYAigN a«u ^a.c�R.c*is w.m � rr� 4lnch pipe
win vRoou[LO FOR Enf.�REEf�G PMPOSES QR BrAREGI5IERFL
0Ni1 Add Wthe IOC
Manhole Defect
City Easement
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
FORT WORTH.
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: Jackson Construction, LTD
Subject of the Agreement: _
AGREEMENT FOR EMERGENCY PROCUREMENT
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 backpage for permanent contract listing.
NORTH OF E. LANCASTER
Is this entire contract Confidential? *Yes ❑ No ® Ifonly speck information is
Confidential, please list what information is Confidential and the page it is located.
Page 11
Effective Date: Expiration Date: N/A
If diereni from the approval date. 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 following order:
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.