HomeMy WebLinkAboutPR 13568: DEBRIS REMOVAL PU~LZC WORKS DEPARTMENT
~DUNCZL At:~ION MEMO
TO Steve Fitzgibbons, City Manager
FROM .]ohn A. Comeaux, P.E., Director of Public Works
SUB3ECT P.R. #13568 - Emergency Debris Removal Contract Extension
DATE May 16, 2006
RECOMMENDA'F[ON:
! recommend that the City Council approve Proposed Resolution No. 13568, approving an extension
to the emergency contract with DTS Recovery for debris removal, on a unit cost basis of $8.50 per
cubic yard of trash for an additional amount of $200,000, contingent upon final approval of the
agreement with the United States Department of Agriculture.
BACKGROUND:
There is a great deal of debds still being generated throughout the City of Port Arthur. Because the
debris is a fire hazard, obstructs the vision of drivers, and attracts pests, the City Council passed
Resolutions 06-148 and 06-149 authorizing emergency contracts with DTS Recovery for debris
removal, in addition, at the May 9~ Council meeting, the City Council passed Resolution 06-165
extending these contracts by $60,000 to a new total of $145,755.
Because of the centinued need for debris removal emergency authorization was also granted to
execute agreements with the USDA Natural Resources Conservation Service to provide for
reimbursement of debris removal costs. An agreement has been negotiated for a total amount of
$620,000, which includes $200,000 for contractual debris removal. The remainder of this funding
will be used to compensate for force labor efforts.
BUDGETARY/FI'SCAL EFFECT:
Funding will be made available in Project HRDEBR, 123-2300-901.59-00.
EMPLOYEE/STAFF EFFECT:
None.
SUMMARY:
! recommend that the City Council approve Proposed Resolution No. 13568, approving an extension
to the emergency contract with DTS Recovery for debris removal, on a unit cost basis of $8.50 per
cubic yard of trash for an additional amount of $200,000, contingent upon final approval of the
agreement with the United States Department of Agriculture.
_1olin A. Comeaux, P.E.
Director of Public Works
.~AC/reb
Z:\engineer\Docu merits\Ca ms\DTS-PADebris-Ext2.doc
P,R. 13568
05/17/06
RESOLUTION NO.
A RESOLUT?ON AUTHORt'ZING AN EXTENSI'ON OF THE
CONTRACT BETWEEN THE CITY OF PORT ARTHURAND DTS
RECOVERY OF MAGNOLI'A, TEXAS FOR DEBR/S REMOVAL FOR A
UNt'T COST OF $8.50 PER CUBt'C YARD OF TRASH FOR AN
ADDITIONAL AMOUNT OF $200,000. PRO3ECT HRDEBR, 123-
2300-901.59-00.
WHEREAS, due to damages suffered as a result of Hurricane Rita, a large
amount of debris continues to be generated throughout the city; and,
WHEREAS, this debris is a fire hazard, obstructs the vision of drivers, and
attracts pests, it constitutes a public health hazard and constitutes an emergency
procurement under Texas Local Government Code 252.022, Section (2), "a
procurement necessary to preserve or protect the public health or safety of the
municipality's residents"; and,
WHEREAS, the City Council authorized emergency contracts with DTS Recovery
for debris removal in Resolutions 06-148 (Exhibit "A") and 06-149 (Exhibit "B"), in an
amount not to exceed $85,755; and,
WHEREAS, the City Council authorized an extension of the contract with DTS in
Resolution 06-165 (Exhibit "C'% in an amount not to exceed $60,000, bringing the total
of the contracts to a maximum amount of $145,755; and,
WHEREAS, in Resolution 06-170 (Exhibit "D"), the City Council authorized the
City Manager to execute agreements with the United States Department of Agriculture
Natural Resources Conservation Service for debris removal reimbursement; now,
therefore,
P.R. 13568
Page 2
BE IT RESOLVED BY THE CITY COUNC'.L OF THE CITY OF PORT
ARTHUR:
THAT, the fac~ and opinions in the preamble are true and correct; and,
THAT, an agreement with the United States Department of Agriculture Natural
Resources Conservation Service for debris removal reimbursement has been negotiated
in the amount of $620,000, including $200,000 for contractual debris removal; and,
THAT, extending the emergency contract with DTS Recovery for debris recovery
as passed in Resolutions 06-148, 06-149, and 06-165; on a unit cost basis of $8.50 per
cubic yard, for a total additional cost of $200,000 contingent upon final approval of the
agreement with the United States Department of Agriculture Natural Resources
Conservation Service, said funds to be reimbursed through Project HRDEBR, 123-2300-
901.59-00; is hereby approved; and,
THAT, a copy of the caption of this Resolution be spread upon the Minutes of
the City Council.
READ, ADOPTED AND APPROVED this the __ day of ., A.D. 2006
at a meeting of the City of Port Arthur, Texas by the following vote:
Ayes: __ Mayor:
Councilmembers:
Noes:
P.R. 13568
Page 3
Mayor
Attest: APPROVED AS TO FORM:
City Secretary City Attorne~ 0[o~ ~o e_~l ~- ~')
APPROVED FOR ADMINISTRATION:
Steve Fitzgibbons Rebecca Underhill, C.P.A.
City Manager Director of Finance
John A. Comeaux, P.E.
Director of Public Works
Z:\engineer\Documents\Resolutions\PR13568.doc
EXHTBI'T A
P.R. 1353~
ESOLtr O
A RESOLUTION APPROVZNG AN EMERGENCY CONTRACT
BETWEEN THE CZTY OF PORT ARTHUR AND DTS RECOVERY OF
MAGNOI.~ TEXAS FOR DEBRZS REMOVAL iN SABt'NE PASS 1~N
AN AMOUNT NOT TO EXCEED $20,600. PROJECT HRDEBR 123-
2300-901.59-00.
WHEREAS, due to damages suffered as a result of Hurricane Rita, a large
amount of debris continues to be generated in Sabine Pass; and,
WHEREA$~ bids were solicited from three different contractors for emergency
debris removal in this area of the city (see Exhibit "A'~; and,
WHEREAS, DTS Recovery of Magnolia, Texas submitted the lowest, most
responsible bid with a unit cost of $10.30 per cubic yard for a total amount of $20,600;
now, therefore,
BE 1'1' RESOLVED BY THE CTrY COUNCZL OF THE CZTY OF PORT
ARTHUR:
THAT, the facts and opinions in the preamble are true and correct; and,
THAT, the emergency proposal from DTS Recovery for debris recovery in Sabine
Pass, in an amount not to exceed $20,600, Project HRDEBR 123-2300-901.59-00, a
copy of said proposal being attached hereto and made a part hereof as Exhibit "B", is
hereby approved; and,
THAT, a copy of the caption of this Resolution be spread upon the Minutes of
the City Council.
P,R, 13534
READ, ADOPTED AND APPROVED this the ~5-~ay of A.D. 2006
at a /~ ~-~Z~tmeeting of the Ci~ of Po~ A~ur, T~as by ~e following vote:
Ayes: ~ Mayor: ~ )
Attest:
APPROVED AS TO FORM:
City Attorney (/ ( 0N
APPROVED FOR ADMINISTRATION:
~ Rebecca Underhill, C.P.A.
City Manager Director of Finance
F-w~]ohn A. Comeaux, P.E.
Director of Public Works
Z:\englneer\Documents\Resolutions\PR].3534,doc
EXHIBIT A
Memorandum
City of Port Arthur, Texas
Purchasing Division
TO: Stephen Fitzgibbons, City Manager
FROM: Joseph Broussard, CTPM, Purchasing Coordinator
DATE: April 18, 2006
SUBJECT: Emergency Contract for Debris Removal
The Public Works department request authorization for an emergency contract for debris
removal in the Sabine Pass location. We have approximately 2,000 cubic yards of debris
within Sabine Pass. Three quotes were solicited with the following responses:
Vendor Unit Price Total Quote
DTS Recovery, Magnolia, Texas $10.30 CY $20,600
Pick Two Contractors, Inc., Crosby, Texas $15.00 CY $30,000
Triangle Waste Solutions, Nederland, Texas $50.00 CY $100,000
The Purchasing Division recommends this as an emergency under Texas Local
Government Code 252.022, Section (2) a procurement necessary to preserve or protect
the public health or safety of the municipality's residents. The debris piles are magnets
for rodents, create fire hazards, and visually obsn-uct vehicles from a dear line of sight
while driving on these roads. The debris piles contain a variety of household items that
pose a danger to the general public and should be removed immediately. The lowest
bidder DTS Recovery is currently working for Public Works on a project scheduled to be
· completed today April 1 $, 2006 and can mobilize quickly to Sabine Pass. The City will
realize substantial savings by approval of this project and DTS Recovery will complete
this job by Friday April 21, 2006.
EXHIBTT B
EXHIBIT B
P.R. 13538
0~/20/06 reb
-/¢
A RESOLUTTON AUTHORIZ/NG AN EMERGENCY CONTRACT
BETWEEN THE CITY OF PORT ARTHUR AND DTS RECOVERY OF
MAGNOLLA, TEXAS FOR DEBR/S REMOVAL FOR A UN11' COST OF
$8.50 PER CUBIC YARD OF TRASH. PRO]ECT HRDEBR 123-2300-
901.59-00.
WHEREAS, due to damages suffered as a result of Hurricane Rita, a large
amount of debris continues to be generated throughout the city; and,
WHEREA~ these trash piles attract rodents, create fire hazards, and otherwise
endanger the public safety, this situation constitutes an emergency procurement under
Texas Local Government Code 252.022, Section (2), "a procurement necessary to
preserve or protect the public health or safety of the municipality's residents"; and,
WHEREAS, bids were solicited from three different contractors for emergency
debris removal in this area of the city (see Exhibit "A'3; and,
WHEREAS, D'rs Recovery of Magnolia, Texas submitted the only bid with a unit
cost of $8.50 per cubic yard; now, therefore,
BE 11' RESOLVED BY THE CITY COUNCIL OF THE cTrY OF PORT
ARTHUR:
THAT, the facts and opinions in the preamble are true and correct; and,
THAT, the emergency proposal from DTS Eecovery for debris recovery, on a unit
cost basis of $8.50 per cubic yard, Project HRDEBR 123-2300-901.59-00, a copy of said
proposal being attached hereto and made a part hereof as Exhibit "A", is hereby
approved; and,
P.R. 13538
Page 2
THAT, a copy of the capUon of this Resolution be spread upon the Minutes of
the City Council.
READ, ADOPTED AND APPROVED this the ~'~ day of~A.D. 2006
at a ~-~j~/~ meeting of the City of Port Arthur, Texas by
the
following
vote:
Ayes: '-7~' Mayor: (~ ~'~,~ ,,'
Noes: L.~,
Attest: APPROVED AS TO FORM:
City Attorney ~ ~ Of,/ ~.1 ~
APPROVED FOR ADMINISTRATION:
~ Rebecca Underhill, C.P.A.
City Manager Director of Finance
F~-,,]'ohn A, Come-aux, P.E. / Director of Public Works
Z:\engJneer\Documents\Resolutions\PR13538.doc
EXH'rBrF A
Rpr 20 OS f12:OSp Public Works l~ep~. (408] 983-852B p.l
~0~"'~'~ ~,~,-~ ..~ ~r P~'+~,,. ~.~. $~,,.M,
.,
A~ , ~
v~.. ;..,,~.. ~.~., ' -',' Y/~..,~:~ C~.. r~.~.
matedal and labor -- complete in accordance with the above specifications for the sum of:
wftU, payments to be made as follows: / }
Date of ~ep~n~ Sig~ture
EXHIBI'T C
P.R. 13555
0510q106 feb
RESOLUTtON NO. ~- J~l)~
A RESOLUT?ON AUTHORTZtNG AN EXTENStON OF THE
CONTRACT BETWEEN THE C]TY OF PORT ARTHUR AND DTS
RECOVERY OF MAGNOLtA, TEXAS FOR DEBR/S REr4OVAL FOR A
UN~'T COST OF $8.50 PER CUBI'C YARD OF TRASH FOR AN
ADDI'TIONAL AMOUNT OF $60,000. PRO3ECT HRDEBR, 123-
2300-901.59-00.
WHEREAS, due to damages suffered as a result of Hurricane Rita, a large
amount of debris continues to be generated throughout the city; and,
WHEREAS, the City Council authorized an emergency contract with DTS
Recovery for debris removal in Sabine Pass (Resolution 06-148), in an amount not to
exceed $20,600; and,
WHEREAS, the City Council authorized an emergency contract with DTS
Recovery for debris removal in Resolution 06-149, said contract estimated to be in the
amount of $65,155; and,
WHEREAS, authorization was obtained from the City Manager to continue this
contract for an additional amount of $60,000; now, therefore,
BE ZT RESOLVED BY THE CITY COUNCIL OF THE C1~TY OF PORT
ARTHUR:
THAT, the facts and opinions in the preamble are true and correct; and,
THAT, the maximum value of both contracts with DTS Recovery will not exceed
$145,755; and,
THAT, extending the emergency contract with DTS Recovery for debris recovery
as passed in Resolution 06-149, on a unit cost basis of $8.50 per cubic yard, for a total
P.R. 13555
Page 2
additional cost of $60,000; Project HRDEBR, 123-2300-901.59-00; is hereby approved;
and,
THAT, a copy of the caption of this Resolution be spread upon the Minutes of
the City Council.
thisthe (~day of~, A.D. 2006
READ,
ADOPTED
AND
APPROVED
at a ~ meeting of the City of Port Arthur, Texas by the following vote:
Ayes: l'l Mayor: Ol'Jiq~L.
Hayor
Attest: APPROVED AS TO FORM:
City Attorney /~'~,/:~,~
St~verFitzgibbons Rebecca Underhill, C.P.A.
City Manager Director of Finance
Fo/~.lohn A. Comeaux, P.E.
Director of Public Works
Z:\engineer\Documents\Resolutions\PR13555.doc
CITY OF PORT ARTHUR
Public Works Department
MEMORANDUM
TO: Steve Fitzgibbons, City Manager
FROM: Ross E. Blackketter, P. E., Assistant Director of Public Works
DATE: 05 May 2006
RE:. Trash Collection Report
Heavier than usual volumes are still being picked up by our Trash collection crews. At
the last meeting, the Council approved a contract with DTS Recover,/for debris removal
in Sabine Pass and in the rest of the city. Since that time, DTS has collected
approximately 7,000 cubic yards of debris. At the same time, City crews working 60
hours per week have collected over 9,000 cubic yards of trash. The attached chart
shows the volumes collected this year in comparison with the same period last year.
We are still collecting approximately twice the trash each day than last year, while the
amount of time to cover the entire city is two to three times greater than normal.
cc: John A. Comeaux, P.E., Director of Public Works
Z:\engineer~documents\memos\TrashP-U.doc
,{
0
(spJeA o!qno) etunlo^
EXHIB1'T D
P.R. ~3553
RESOLUTION NO. 0~0
A RESOLUTION AUTHORIZING THE CITY
MANAGER TO EXECUTE AN AGREEMENT, OR
AGREEMENTS, WITH THE UNITED STATES
DEPARTMENT OF AGRICULURE NATURAL
RESOURCES CONSERVATION SERVICES FOR
DEBRIS REMOVAL REIMBURSEMENT
WHEREAS, the City of Port Arthur experienced, and continues to experience, an
extraordinary amount of demand for debris collection as a result of Hurricane Rita, and;
WHEREAS, under the expanded authority granted to the United States Department of
Agriculture, Natural Resources Conservation Service (NRCS), this agency has funding available
to assist the City of Port Arthur in their mission to maintain the integrity of the watershed.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR:
Section 1. That the facts and opinions in the preamble are true and correct.
Section 2. That the City Manager of the City of Port Arthur is hereby authorized and
directed to execute on behalf of the City of Port Arthur a contract, or contracts, between the City
and the United States Department of Agriculture Natural Resources Conservation Service, for
funding of the removal of debris in substantially the same form as the sample contracts provided
in "Exhibit A" for the use of city forces, and "Exhibit B" for contract services.
Section 3. That the City Manager is authorized to enter into the contracts immediately
upon receipt of the final documents from the NRCS, including the estimated costs,
reimbursements, and the required attachments.
Section 4. That a copy of the caption of this resolution be spread upon the Minutes of the
City Council.
READ, ADOPTED, AND APPROVED, this 9th day of May, 2006, A.D., at a Regular
Meeting of the City Council of the City of Port Arthur, Texas by the following vote:
AYES: Mayor:
Councilmembers:_ Letl)i~ i [~OJ'}t'lOF:
OES: HgorttO
Mayor
ATTEST:
APPROVED AS TO FORM:
Mark Sokolow~Eity Attorney ~O/d boS~&l~ ~/3x)
APPROVED FOR ADMINISTRATION:
Step~efi~Fitzgibbons, City Manager
APPROVED AS TO AVAILABILITY OF FUNDS:
Rebecca Underhill, CPA, Finance Director
EXHIBIT "A"
f~ State Texas
EWP: City of Port Arthur
Agreement No. 69-7442-6-
UNITED STATES DEPARTMENT OF AGRICULTURE
NATURAL RESOURCES CONSERVATION SERVICE
PROJECT AGREEMENT
THIS AGREEMENT, made this of ,2006, by and between the City of Port
Arthur, Orange County, State of Texas, called the Sponsor, and the Natural Resources
Conservation Service, United States Department of Agriculture, called NRCS.
WlTNESSETH THAT:
WHEREAS, under the provision of Section 216 of Public Law 81-516, Emergency
Watershed Protection Program, and Title IV of the Agricultural Credit Act of 1978, Public
Law 95-334, NRCS is authorized to assist the Sponsor in relieving hazards created by
natural disasters that cause impairment of a watershed.
NOW THEREFORE, in consideration of the premises and of the several promises to be
faithfully performed by the parties hereto as set forth, the Sponsor and NRCS do hereby
agree as follows:
A. It is agreed that the following described work is to be performed at an estimated cost
of SXXXXX.00.
1. The work will consist of removal and disposal of vegetative debris and
construction and demolition (c/d) debris along municipal road easements that
are a safety or health risk. The vegetative debris was identified by FEMA by
green paint and not removed. The removal and disposal of the vegetative and
c/d qualifies under the expanded authority granted by the supplemental
appropriation bill, Section 102. The work will be performed in accordance with
the Plans of Operations and Scope of Work.
2. Work sites are identified by the Damage Survey Report: Oran-Ci-01-06.
B. The Sponsor will:
1. Provide 25 percent of the cost of performing the emergency watershed
protection measures described in Section A. This cost to the City is estimated
to be SXXXXX.00.
2. Perform the works described in Section A by force account in accordance with
the attached Plans of Operations, specifications furnished by NRCS, and/or
specifications furnished by the Sponsor when concurred in by the NRCS.
Page 2 of 6 pages
Secure the NRCS State Administrative Officer or his representative's
concurrence before changing the Plans of Operations.
3. Plans and specifications approved by the Sponsor's engineer must be
reviewed by the NRCS prior to start of work.
4. Secure all landrights and permits necessary for completion of the work
described in Section A. Certify landrights have been obtained by providing a
completed copy of form NRCS-ADS-78, Assurances Relating to Real Property
Acquisition. An Attorney's opinion as to the adequacy of landrights is required.
5. Accept all financial and other responsibility for excess costs resulting from its
failure to obtain, or its delay in obtaining, adequate land and water rights,
permits, and licenses needed for the work described in Section A.
6. Be responsible for repairing or replacing work performed by the Sponsor and
found not to comply with the work requirements attached to this agreement.
The Sponsor will assume all costs to repair or replace such defective work.
7. Be responsible to perform the required work with reasonable efficiencies for
labor and equipment inputs. All work will be performed within industry
standards as determined by NRCS for production rates based on labor and
equipment inputs. In the event work is performed at an unacceptable efficiency
level, the Sponsor will assume all costs for the percentage of work found by
NRCS not to conform to reasonably efficient prosecution of the work.
8. Appoint an authorized representative who shall have authority to act for the
Sponsor, listing their duties, responsibilities and authorities. Furnish such
information in writing to the NRCS State Administrative Officer or his
representative within thirty days after the effective date of this agreement.
9. Ensure that acquisition for materials necessary to carry out the works
described in Section A will be in accordance with 7 CFR 3016.36, applicable
state requirements, and the Sponsor's procurement regulations.
10. Secure the materials necessary to carry out the work in accordance with
specifications furnished NRCS and specifications fumished by the Sponsor
when concurred in by the State Administrative Officer or his representative.
Protect all materials to be used in the work described in section A and maintain
a current record of disbursement and use of such materials.
11. Ensure that requirements for compliance with environmental and/or cultural
resource laws are incorporated into the project.
12. Be responsible for all administrative expenses necessary to arrange for and
carry out the works described in Section A. These administrative expenses
include but shall not be limited to facilities, cledcal personnel, and legal
Page 3 of 6 pages
counsel including such attorneys deemed necessary to resolve any lega~
matters.
13. Pay suppliers, City employees, and others as required to carry out the works of
improvements.
14. Submit billings for reimbursement to NRCS on Form SF-270, Request for
Advance or Reimbursement, along with itemization of eligible costs incurred. A
summary of costs for each budget category such as a total of each employee's
hours that were worked on the project and total operating hours for each piece
of equipment used to perform project work will be submitted with each request
for reimbursement.
15. Receive payment under this agreement using electronic funds transfer (EFT)
procedures in accordance with 31 CFR 208. EFT procedures will comply with
USDA National Finance Center (NFC) requirements.
16. Maintain, as a minimum, the following data to support the Sponsor's request for
reimbursement:
(a) Invoices covering actual cost of materials; records showing materials
actually used on the work; and disposition of excess materials.
(b) Equipment operating records showing the hourly rate, hours, and dates
actually used on the work. Equipment standby costs will not be subject
to reimbursement.
(c) Daily time records for each employee showing the name, classification,
wage rate, hours, and dates actually employed on the work.
17. Employ competent personnel to carry out the work.
18. Maintain all equipment used on the work in good operating condition without
cost to NRCS. Equipment shall be operated safely at all times. The Sponsors
shall ensure a City approved Safety Plan is in place and their employees are
familiar with the plan.
19. Comply with all applicable requirements of the Special Provisions, which are
included in Attachment A to this agreement.
20. Hold and save NRCS free from any and all claims or causes of action
whatsoever resulting from the obligations undertaken by it under this
agreement or resulting from the work provided for in this agreement.
21. Arrange for and conduct final inspection of completed works of improvement
with NRCS to determine whether all work described in section A has been
performed in accordance with specifications and the Plan of Operations.
Page 4 of 6 pages
22. Upon determination of technical acceptability of the completed debris rernoval
work described in Section A, assume responsibility for any required operation
and maintenance.
23. Retain all records dealing with direct supervision, labor, equipment and
materials used in the work for 3 years from the date of the completion of the
work described in this agreement. Retain all records dealing with the
administration of the agreement for 3 years from the date of the Sponsor's
submission of the final audit findings have been resolved, whichever is longer.
If any litigation is started before the expiration of the 3-year period, the records
are to be retained until the litigation is resolved or 3 years, whichever is longer.
Make such records available to the Comptroller General of the United States or
his duly authorized representative and accredited representatives of the
Depadment of Agriculture or cognizant audit agency for the purpose of making
audits, examinations, excerpts, and transcripts.
24. Accept all financial responsibility for costs that exceed the amount stated in
section C.1. of this agreement, or as revised concerning the total amount of
NRCS financial assistance for this project as provided by a formal written
amendment to this agreement prepared and approved by NRCS.
C. NRCS will:
1. Provide 75 percent of the cost of construction required to install the works of
improvement described in A. This cost to, NRCS will not exceed SXXXX.00
unless additional funding is made available and added by amendment.
2. Provide authorized assistance, including but not limited to obtaining basic
inforrT~tion; preparation of plan of work; layout and inspection services, and
quality control during performance of the work.
3. Provide the services of a Government Representative and Government
Inspector, as necessary.
4. Make payment to the Sponsor for NRCS' share of the cost upon receipt and
approval of Form SF-270. Payment will be made under this agreement using
electronic funds transfer (EFT) procedures in accordance with 31 CFR 208.
5. Be available to conduct progress checks and participate in final inspection of
the completed works to determine whether all work described in section A has
been performed in accordance with the applicable requirements.
D. It is mutually agreed that:
1. This agreement is effective the date it is fully executed by all parties to this
agreement. The completion date for work under this agreement shall be no
Page 5 of 6 pages
later than XXX, 2006 unless otherwise approved by the Contracting Officer and
a written amendment is executed.
2. The Contracting Officer may make adjustments in the estimated cost to NRCS
set forth in C.1. for performing the works described in Section A. No
adjustment shall change the cost-sharing assistance to be provided by NRCS
as set forth in C.1. nor reduce funds below the amount required to provide
NRCS' share of the cost.
3. This agreement may be amended by written amendment as mutually agreed by
both parties.
4. The procurement of materials necessary for accomplishing the works of
improvement described in Section A will not be made from the Sponsor, or
firms in which any official of such organization or any member of such an
official's immediate family has direct or indirect financial interest.
5. NRCS and the Texas State Historic Preservation Officer have agreed that
debris removal itself would not be considered an undertaking requiring further
consideration of effects to cultural resources. This exemption applies when
existing access is utilized and ground disturbance is kept to a minimum. It is
NRCS policy when assisting with debds removal to utilize existing access when
possible and avoid any new disturbances. The NRCS representative should be
notified in all cases when significant ground disturbance is unavoidable so that
the area can be inspected for the presence of cultural resources.
6. In the event of default of any vendor, any excess costs collected from the
defaulting vendor are to be prorated between the Sponsor and NRCS in the
same ratio as funds are contributed under the terms of this agreement.
7. NRCS may terminate this agreement in whole or in part when it is determined
by NRCS that the Sponsor has failed to comply with any of the conditions of
this agreement. NRCS shall promptly notify the Sponsor in writing of the
determination, reasons for the termination, together with the effective date.
Payments made by or recoveries made by NRCS under this termination shall
be in accord with the legal rights and liabilities of NRCS and the Sponsor.
8. This agreement may be temporarily suspended by NRCS if NRCS determines
that corrective action by the Sponsor is needed to meet the provisions of this
agreement. Further, NRCS may suspend this agreement if it is evident that a
termination is pending.
9. NRCS, at its sole discretion, may refuse to cost-share should the Sponsor elect
to proceed without obtaining concurrence as set out in Section B of this
agreement.
Page 6 of 6 pages
10. The furnishing of financial and o~her assistance by N,qC..q is contingen[ upon
the continuing availability of appropriations by the Congress from which
payment may be made shall not obligate NRCS upon failure of the Congress to
so appropriate.
11. No Member of or delegate to Congress or Resident Commissioner shall be
admitted to any share or part of this agreement, or to any benefit that may arise
therefrom; but this provision shall not be construed to extend to this agreement
if made with a corporation for its general benefit.
12. By signing this agreement the recipient assures the Department of Agriculture
that the program or activities provided for under this agreement will be
conducted in compliance with all applicable Federal civil rights laws, rules,
regulations, and policies.
13. The State Conservationist is authorized to execute on behalf of NRCS
amendments to this agreement that do not change the scope of the work to be
performed.
City of Port Arthur This action authorized at an official meeting
of the City of Port Arthur, Jefferson County
on the __ day of ,2006,
By:
at ., State of Texas.
Title:
Date: (Signature)
(Title)
United States Department of Agriculture
Natural Resources Conservation Service
By:
Title: State Conservationist
Date:
EXHIBIT "B"
EWP: City of Orange
AGREEMENT NO.: 69-7442-6-
UNITED STATES DEPARTMENT OF AGRICULTURE
NATURAL RESOURCES CONSERVATION SERVICE
PROJECT AGREEMENT
THIS AGREEMENT, made this day of ,2006, by and between the City
xxxxxxxxxxxCounty, Texas, called the Sponsor and Contracting Local Organization; and the Natural
Resources Conservation Service, United States Department of Agriculture, called NRCS.
WITNESSETH THAT:
WHEREAS, under the provisions of Section 216 of Public Law 81-516, Emergency Watershed
Protection Program, and Title IV of the Agdculturel Credit Act of 1978, Public Law 95-334, NRCS is
authorized to assist the Sponsor in relieving hazards created by natural disasters that cause a sudden
impairment of a watershed, and
WHEREAS, NRCS and the Sponsor agree to install emergency watershed protection measures
to relieve hazards created by natural disasters that cause impairment of a watershed.
NOW THEREFORE, in consideration of the premises and of the several promises to be faithfully
performed by the parties hereto as set forth, the Sponsor and NRCS do hereby agree as follows:
A. It is agreed that the following described works of improvement to be performed shall not exceed
an estimated total cost of SXXXXXXXXXXXXXXXXXX
1. Works of improvement shall consist of removal and disposal of vegetative and
construction/demolition debds determined to pose a safety or health dsk from municipal
easements and rights-of-ways within the City of Orange. Work site is identified by the Damage
Survey Report: Oran-Ci-01-06. The estimated cost of the repairs shall not exceed SXXXXXXX.
2. The Sponsor shall conduct this work as the local contracting organization and the work shall be
performed in accordance with the specifications and drawings submitted by the Sponsor and
approved by the NRCS. The City shall Dertorm aualitv control to ensure work is completed in
accordance with designs as approved by NRCS.
B. The Sponsor will:
1. Provide 25% of the cost of constructing works of improvement described in A.1. This cost to the
Sponsor is estimated to be XXXXXX.
2. The Sponsor shall be conducting this work as the local contracting organization. The Sponsor
shall provide a primary contact point for NRCS consults and assign a Contracting Officer per
NRCS procurement policy. Regarding contracting questions the Sponsor should consult with
the NRCS contracting officer. For all other technical and programmatic questions, the lead
engineer should be contacted. Following completion of work under a specific contract the
NRCS and the Sponsor shall jointly certify completion and final acceptance.
3. Appoint a Contracting Officer and an authorized representative who shall have authority to act
for the Contracting Officer, listing their duties, responsibilities, and authorities. Furnish such
information in wrfting to the NRCS State Conservationist, Attention: KathJeen Pinckney,
Contracting Officer, 101 S Main Street, Temple, Texas 76501.
4. Contract for the works of improvement described in Section A. in accordance with 7 CFR
3016.36, applicable state requirements, and the Sponsor's procurement regulations. Prepare all
contractual documents and perform all work in a manner to easily sec~re.qate NRC, S cost-shared
items from items of work the Sponsor performs in-kind contributions.
5. The Sponsor shall provide a Quality Assurance Plan (QAP) to the NRCS Contracting Officer for
review and approval pdor to performing the works of improvement. The Plan will document
cdtical elements that need to be inspected, supervised and extent of inspection to be performed.
The plan will name an inspector, provide the inspector's qualifications and describe the
inspector's duties and responsibilities. The inspector shall be approved by the sponsor's
engineer, work under the direction of the engineer and meet NRCS concurrence.
6. The Engineering Firm or Sponsor's Quality Assurance Firm shall on a weekly basis provide to
the NRCS Government Representative reports on the construction to include copies of daily
inspection reports and activities occurring with the project. These reports shall indicate relevant
technical issues, status of construction, list of materials incorporated in the works of
improvement, details on any problems encountered, and information regarding any field
changes. These reports shall be provided on Monday of the followinR week of construction and
be siRned and dated by the inspector. NRCS will provide its own quality assurance reviews to
ensure project compliance to program requirements.
7. The Sponsor shall perform quality control to ensure work is completed as designed and as
approved by the NRCS. Any changes or modifications to designs that adse dudng construction
shall be by written change order and executed by the sponsor and contractor prior to start of
work. All change orders shall be reviewed and approved by the NRCS Govemment
Representative before the start of work. Any variances without NRCS approval will not be
eligible for cost share.
8. The Sponsor shall ensure that requirements for compliance with environmental and/or cultural
resource laws are incorporated into the project. This shall include a written determination of
environmental review and the applicability of all relevant permits, including but not limited to the
Clean Water Act, Endangered Species ACt and the 404 permit requirements of the Corps of
Engineers.
9. Provide certification that real property dghts have been obtained for installation of the works of
improvement described in Section A. Certification will be provided on Form NRCS-ADS-78,
Assurances Relating to Real Property Acquisition. An Attomey's opinion as to the adequacy of
real property rights is required.
10. Accept all financial and other responsibilities for excess costs resulting from their failure to
obtain, or their delay in obtaining, adequate land and water rights, permits, and licenses needed
for the works of improvement described in A.
11. The following individual is designated as the liaison between the sponsor and NRCS:
Director of Public Works
XXXX~, TX 77630
Page 2
Phone: 409-XXXXXXXX
City EIN#
12. Be responsible for all administrative expenses necessary to arrange for and carry out the works
of improvement described in Section A. These administrative matters include but shall not be
limited to facilities, clerical expenses, and legal counsel, including the fees of such attorney or
attorneys deemed necessary by NRCS to resolve any legal matters.
13. Comply with the applicable requirements in Attachments A and B to this agreement and ensure
that all contracts for construction of the works of improvement described in Section A. 1 include
the provisions contained in Attachments A and B to this agreement.
14. It will be the responsibility of the Sponsor and the Sponsor's engineer to obtain any and all
permits required for construction. This shall include meeting the requirements of the TCEQ's
Texas Pollution Discharge Elimination System (TPDES) program having Federal regulatory
authority. If required, a Storm Water Pollution Prevention Plan shall be provided for prior to the
start of construction and maintained during construction according to TCEQ permit
requirements.
15. To ensure compliance with environmental and cultural resource laws the Sponsor must notify
the NRCS of any changes or modifications in the planned construction and of any discovery of
cultural resources during construction. The Sponsor shall provide copies of site maps to
requesting Federal and State agencies for environmental or cultural review.
16. Ensure that requirements for a written release from the contractor of all claims against the
Sponsor adsing by virtue of the contract, other than claims in stated amounts as may be
specifically excepted by the contractor, be incorporated into the terms of the construction
contract and is a condition for final payment to the contractor.
17. Pay the contractor as provided in the contract(s). Submit billings for reimbursement of incurred
costs to NRCS on Form SF-270, Request for Advance or Reimbursement. The request will be
supported by documentation that will permit NRCS to reasonable assure itself that such costs
were necessary, adequately documented, and incurred for the NRCS cost-shared items of work
described in Section A.
18. Receive payment under this agreement using electronic funds transfer (EFT) procedures in
accordance with 31 CFR 208. EFT procedures will comply with USDA National Finance Center
(NFC) requirements.
19. Dispose of all claims resulting from the contract; secure prior written concurrence of the NRCS
State Conservationist if NRCS funds are involved.
20. Take reasonable and necessary actions to dispose of all contractual and administrative issues
arising out of the contract awarded under this agreement. This includes, but is not limited to
disputes, claims, pretests of award, source evaluation, and litigation that may result from the
project. Such actions will be at the expense of the Sponsor, including any legal expenses. The
Sponsor will advise, consult with, and obtain prior written concurrence of NRCS on any litigation
matters in which NRCS could have a financial interest.
21. To the extent of its legal authority, hold and save NRCS free from any and all claims or causes
of action whatsoever resulting from the obligations undertaken by the Sponsor under this
agreement or resulting from the work provided for in this agreement.
22. Take necessary legal action, including bringing suit, to collect from the contractor any monies
due in connection with the contract, or upon request of NRCS, assign and transfer to NRCS any
Page 3 of 6
or all claims, demands, and causes of action of every kind whatsoever which the Contracting
Loca~ Organization has against the contractor or his or her sureties.
23. Arrange for and conduct final inspection of completed works of improvement with NRCS to
determine whether all work has been performed in accordance with contractual requirements.
Secure wdtten concurrence of the State Conservationist before notifying the contractor of the
acceptance of the job.
24. Upon completion and acceptance of all work and as provided by the terms of the contract,
obtain a written release from the contractor of all claims against the Contracting Local
Organization arising by virtue of the contract, other than claims in stated amounts as may be
specifically excepted by the contractor. Upon acceptance of the work from the contractor(s),
assume responsibility for operation and maintenance.
25. Retain all records dealing with the award and administration of the contract for 3 years from the
date of the Contracting Local Organization's submission of the final request for reimbursement
or until final audit findings have been resolved, whichever is longer. If any litigation is started
before the expiration of the 3-year period, the records are to be retained until the litigation is
resolved or the end of the 3-year pedod, whichever is longer. Make such records available to
the Comptroller General of the United States or his or her duly authorized representative and
accredited representatives of the Department of Agriculture or cognizant audit agency for the
purpose of making audit, examination, excerpts, and transcriptions.
C. NRCS will:
1. Provide 75% of the cost of construction of the works of improvement described in Section A. 1.
This cost to NRCS is estimated to be SXXXXXXXX.
2. Provide authorized assistance such as estimates of contract costs, length of contract period,
results of tests and studies as available, site investigations. Review and concur with
construction plans as identified in Section B. 6 of this agreement. The NRCS will provide written
opinion of the submittals to the Sponsor for their action and consideration. At no time will the
NRCS bear liability for the design or make changes without consultation of the responsible
design engineer.
3. Consult with the Sponsor as needed in preparing the invitation for bids and awarding and
administering the contract.
4. The following individual is designated as the Government Representative between the Sponsor
and NRCS:
Hank Wiederhold, Civil Engineer
Nacogdoches Field Office
4609 Northwest Stallings Ddve
Nacogdoches, TX 75964-1449
Phone: (936) 564-5891 x114
5. Be available to conduct progress checks and participate in final inspections.
6. Make payment to the Sponsor covedng the NRCS' share of the cost upon receipt and approval
of Form SF-270.
Page 4 of 6
D. It is mutually agreed that:
1. This agreement is effective the date it is fully executed by all parties to this agreement. This
agreement shall become null and void on XXXXX, 2006 if a contract has not been awarded.
The completion date for work under this agreement shall be no later than August 18, 2006
unless otherwise approved by the Contracting Officer and a written amendment is executed.
2. The contracts for design services and for constructing the work described in Section A will not
be awarded to the Sponsor or to any firm in which any Sponsor official or any member of such
official's immediate family has direct or indirect interest in the pecuniary profits or contracts of
such firms.
3. The Sponsor shall provide a copy of the draft solicitation, scope of work and detail of work limits
for the project area to NRCS for programmatic review. The design plans shall be reviewed and
approved by the Sponsor pdor to submittal to NRCS. The design package and Quality
Assurance Plan (QAP) shall be submitted to NRCS two weeks pdor to solicitation for review and
approval.
4. The State Conservationist may make adjustments in the estimated cost to NRCS set forth in
C. 1. for constructing the works of improvement. Such adjustments may increase or decrease
the amount of estimated funds that are related to differences between such estimated cost and
the amount of the awarded contract or to changes, diffedng site conditions, quantity variations,
or other actions taken under the provisions of the contract. No adjustment is to change the cost
shadng assistance to be provided by NRCS as set forth in C.1. nor reduce funds below the
amount required to carry out NRCS' share of the contract.
5. This document may be revised as mutually agreed through a wdtten amendment duly executed
by authorized officials of all signatory parties to this agreement.
6. In the event of contractor default, any additional funds propedy allocable as construction costs
required to ensure completion of the job are to be provided in the same ratio as construction
funds are contributed by the parties under the terms of this agreement.
Any excess costs including interest resulting from a judgment collected from the defaulting
contractor, or his or her surety, will be prorated between the Contracting Local Organization and
NRCS in the same ratio as construction funds are contributed under the terms of the agreement.
7. Additional funds including interest propedy allocable as construction costs as determined by
NRCS, required as a result of a court judgment in favor of the contractor will be provided in the
same ratio as construction funds are contributed under the terms of this agreement. NRCS will
not be obligated to contribute funds under any agreement or commitment made by the Sponsor
without pdor concurrence of NRCS.
8. NRCS may terminate this agreement in whole or in part if it is determined by NRCS that the
Sponsor has failed to comply with any of the conditions of this agreement. NRCS shall promptly
notify the Sponsor in wdting of the determination and reasons for the termination, together with
the effective date. Payments made by or recoveries made by NRC, S under this termination shall
be in accord with the legal dghts and liabilities of NRCS and the Sponsor.
9. This agreement may be temporarily suspended by NRCS if NRCS determines that corrective
action by the Sponsor is needed to meet the provisions of this agreement. Further, NRCS may
suspend this agreement when it is evident that a termination is pending.
Page 5 of 6
10. NRCS, at its sole discretion, may refuse to cost share should the Sponsor, in acirninistering the
contract, elect to proceed without obtaining concurrence as set out in Section B of this
agreement.
11. The furnishing of the administrative and technical services by NRCS is contingent upon the
continuing availability of appropriations by the Congress from which payment may be made and
shall not obligate NRCS if the Congress fails to so appropriate.
12. The program or activities conducted under this agreement will be in compliance the
nondiscrimination provisions contained in the Titles VI and VII of the Civil Rights Act of 1964, as
amended; the Civil Rights Restoration Act of 1987 (Public Law 100-259); and other
nondiscrimination statutes: namely, Section 504 of the Rehabilitation Act of 1973, Title IX of the
Education Amendments of 1972, and the Age Discrimination Act of 1975. They will also be in
accordance with regulations of the Secretary of Agriculture (7 CFR-15, Subparts A & B), which
provide that no person in the United States shall on the grounds of race, color, national origin,
age, sex, religion, marital status, or handicap be excluded from participation in, be denied the
benefits of, or be otherwise subjected to discrimination under any program or activity receiving
Federal financial assistance from the Department of Agriculture or any agency thereof.
XXXXXXXXXX This action authorized at an official meeting of the
City of XXXX, on the __ day of
2006, at the City XXXXXXXX, TX.
By:
Title:
(Signature)
Date:
(Title)
UNITED STATES DEPARTMENT OF AGRICULTURE
NATURAL RESOURCES CONSERVATION SERVICE
By:
Title: State Conservationist
Date:
Page 6 of 6