Loading...
HomeMy WebLinkAboutPR 24340: CONTRACT TO REPUBLIC SERVICES FOR COMMERCIAL GARBAGE COLLECTION SERVICE City of ort rtltu INTEROFFICE MEMORANDUM Date: November 10, 2025 To: The Honorable Mayor and City Council Through: Ronald Burton, CPM, City Manager From: Flozelle C. Roberts, EIT, MEng, MBA, CPM, Director of Public Works ' RE: PR 24340—Awarding a Contract to Republic Services for Commercial Garbage Collection Service Introduction: The intent of this agenda item is to seek the City Council's approval to authorize the City Manager to execute a contract with BFI Waste Services of Texas LP dba Republic Services of Beaumont, Texas, for commercial garbage collection service on an as-needed basis. Background: The Public Works Department — Solid Waste Division retrieves and disposes of commercial garbage discarded in City-issued dumpsters. During equipment failures and staffing shortages, Solid Waste staff requires periodic assistance from collection service companies to comply with Texas Commission on Environmental Quality (TCEQ)regulations. Bids for the commercial garbage collection services were advertised in the Port Arthur News on October 1, 2025, and October 8, 2025, with bids received on October 22, 2025. Republic Services of Beaumont, Texas, the sole bidder, submitted a bid with two options: $2,400.00 per day or$33.00 per ton if the City of Port Arthur's landfill is unavailable and the contractor must dispose of the material at the Golden Triangle Landfill. The latter option will be enacted only if the City of Port Arthur's landfill is unavailable for disposal. Republic Services will support staff on an as-needed basis. Remember,we are here to serve the Ci tizens of Port Arthur" Bud°et Impact: Funding is available in the Solid Waste Commercial Professional Services Account, 403-50- 315-5420-00-00-000, for the not-to-exceed amount of$500,000.00, pending approval of P.O. 7378. Recommendation: It is recommended that the City Council approve PR 24340, authorizing the City Manager to execute a contract with Republic Services of Beaumont, Texas, for commercial garbage collection service on an as-needed basis for$2,400.00 per day,with the option to dispose at the Golden Triangle Landfill for $33.00 per ton if the City of Port Arthur's landfill is unavailable, for the not-to-exceed amount of$500,000.00. /A/ p P.R.No.24 340 11/10/2025 FCR Page 1 of 3 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH BFI WASTE SERVICES OF TEXAS LP DBA REPUBLIC SERVICES OF BEAUMONT, TEXAS, FOR COMMERCIAL GARBAGE COLLECTION SERVICE ON AN AS-NEEDED BASIS. FUNDING IS AVAILABLE IN THE SOLID WASTE COMMERCIAL PROFESSIONAL SERVICES ACCOUNT, 403-50-315-5420-00-00-000, FOR THE NOT-TO-EXCEED AMOUNT OF $500,000.00, PENDING APPROVAL OF P.O. 7378 AND SUBJECT TO ADDITIONAL REVENUE. WHEREAS, the City of Port Arthur Public Works Department — Solid Waste Division retrieves and disposes of commercial garbage discarded in City-issued dumpsters; and, WHEREAS, periodic assistance is required of commercial garbage collection service companies to assist staff with collection and disposal for compliance with Texas Commission of Environmental Quality (TCEQ)regulations; and, WHEREAS, on October 1, 2025, and October 8, 2025, the City of Port Arthur advertised for bids for the commercial garbage collection services in the Port Arthur News, which were received on October 22, 2025 as evidenced in Exhibit A; and, WHEREAS, BFI Waste Services of Texas LP dba Republic Services of Beaumont, Texas, the sole bidder, submitted a bid for commercial garbage collection and disposal as noted in Exhibit B, with two options: $2,400.00 per day or $33.00 per ton if the City of Port Arthur's landfill is unavailable and the contractor must dispose of the material at the Golden Triangle Landfill. The latter option will be enacted only if the City of Port Arthur's landfill is unavailable for disposal; and, WHEREAS,Republic Services will support staff on an as-needed basis. /1"Y� P.R.No.24340 11/10/2025 FCR Page 2 of 3 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR,TEXAS: THAT,the facts and opinions in the preamble are true and correct; and, THAT, the City Manager of the City of Port Arthur is hereby authorized and directed to execute a contract between the City of Port Arthur and Republic Services of Beaumont, Texas, for commercial garbage collection service on an as-needed basis in substantially the same form as attached hereto as Exhibit C; and, THAT, funding is available in the Solid Waste Commercial Professional Services Account, 403-50-315-5420-00-00-000, for the not-to-exceed amount of $500,000.00, pending approval of P.O. 7378; and, THAT, a copy of the caption of this resolution be spread upon the minutes of City Council. READ, ADOPTED, AND APPROVED THIS day of 2025, at a Regular Meeting of City Council of the City of Port Arthur, Texas, by the following vote: AYES: Mayor ; Councilmembers: NOES: Charlotte M. Moses Mayor ATTEST: Sherri Bellard, TRMC, City Secretary hn.I", 11T- P.R.No.24340 11/10/2025 FCR Page 3 of 3 APPROVED AS TO FORM: Roxann Pais Cotroneo, Esq. City Attorney APPROVED FOR INISTRATION: Ronald Burton, CPM City Manager oz le Rob , E , MEng, MBA, CPM Public ks Dir r APPROVED AS FOR AVAILABILITY OF FUNDS: Po. a da oswe 1, ICMA-CM, MA Director of Finance fl Clifton . Williams, Jr., CYPB Purchasing Manager P. R.No. 24340 EXHIBIT A CITY OF PORT ARTHUR Invitation to Bids Commercial Garbage Collection Services October 1,2025 October 8, 2025 Nummummimismswiugamommoin CITY OF PORT ARTHUR,TEXAS ADVERTISEMENT FOR BIDS TICE IS HEREBY GIVEN THAT sealed Bids,addressed to the City of PortArthur,will be received he Office of the City Secretary, City Hall 444 4th Street or P.O. Box 1089, Port Arthur, Texas i41 no later than 3:00 P.M.,Wednesday,October 22,2025.Applicant names will be read aloud Wining at 3:15 P.M.,Wednesday,October 22,2025 on this date in the City Council Chambers, t Hall,5th Floor for certain services briefly described as: [RASH COLLECTION SERVICES COMMERCIAL GARBAGE COLLECTION SERVICES RESIDENTIAL GARBAGE COLLECTION SERVICES is received after the deadline stated above,regardless of method of delivery,will not be considered returned unopened. pies of the Specifications and other Contract Documents are on file in the Purchasing Office,444 Street. City of Port Arthur.and are open for public inspection without charge.They can also be rieved from the City's website at www.portarthurtx.gov/bids aspx www.publicpurchase.com. e City of Port Arthur reserves the right to reject any and all bids and to waive informalities. :r Chapter 2 Article VI Sec.2-262(C)of the City's Code of Ordinance,the City Council shall not card a contract to a company that is in arrears in its obligations to the City.•c b—`{ - Williams PB Purchasing Manager PUBL C • CITY OF PORT ARTHUR,TEXAS ADVERTISEMENT FOR BIDS NOTICE IS HEREBY GIVEN THAT sealed Bids,addressed to the City of Port Arthur,will be received at the Office of the City Secretary, City Hall 444 4th Street or P.O. Box 1089, Port Arthur, Texas 77641 no later than 3:00 P.M.,Wednesday,October 22,2025.Applicant names will be read aloud beginning at 3:15 P.M.,Wednesday,October 22,2025 on this date in the City Council Chambers, City Hall,5th Floor for certain services briefly described as: 1.TRASH COLLECTION SERVICES 2.COMMERCIAL GARBAGE COLLECTION SERVICES 3. RESIDENTIAL GARBAGE COLLECTION SERVICES Bids received after the deadline stated above,regardless of method of delivery,will not be considered and returned unopened. Copies of the Specifications and other Contract Documents are on file in the Purchasing Office,444 j 4th Street.City of Port Arthur,and are open for public inspection without charge.They can also be retrieved from the City's website at www.portarthurtx.gov/bids.aspx www.publicpurchase.com. The City of Port Arthur reserves the right to reject any and all bids and to waive informalities. Per Chapter 2 Article VI Sec. 2-262(C)of the City's Code of Ordinance,the City Council shall not award a contract to a company that is in arrears in its obligations to the City. 4 RECEIVED NOV 06 101bt CliftWilliams,Wc PB Purchasing Manager P. R.No. 24340 EXHIBIT B n * y 0 o Ol L d' FA CI o C ; r In a) 5 n O Ow * = O dr w cD en coo c C 0 en -csep C a. g =, a 3 n _« v A a p o r av O et :C _. ° D z = 0to1v OO �a pC A arc AD to A a •rip n °. 70 o C vsit o.i in fi,' neD d `— c C N C ril 0 G ..►_ 0 n D N = "� I . 6 z �7 a) C01 et ry CD o c ...S w g a 2 ,` cNn �• V: a; fa o0i 0 t'' cf a. toet o I„ a W Z. Z a. O. O D c, W P. R.No. 24340 EXHIBIT C ONO CERTIFICATE OF SECRETARY RELATING TO THE BID OR PROPOSAL TO PROVIDE COMMERCIAL GARBAGE COLLECTION SERVICES FOR THE CITY OF PORT ARTHUR IN THE STATE OF TEXAS The undersigned, Secretary of ALLIED WASTE LANDFILL HOLDINGS, INC., a Delaware corporation, the general partner (the "General Partner") of BFI WASTE SERVICES OF TEXAS, LP, a Delaware limited partnership (the "Partnership") hereby certifies that the following is a true and correct copy of the resolution which was duly adopted by written consent of the General Partner on August 23,2021,that such resolution has not been rescinded,amended or modified in any respect, and is in full force and effect on the date hereof: RESOLVED, that (i) any individual at the time holding the position of General Manager or Area Director, Finance; and in connection with environmental solutions transactions only, General Manager; Division President; or Division Vice President Finance be, and each of them hereby is, appointed as an Authorized Agent, to act in the name and on behalf of the General Partner, in its capacity as the General Partner of the Partnership,and to include the execution of related documents,in connection with the day- to-day business activities of the Partnership,and further,that(ii) in addition to any one of the foregoing positions, any individual at the time holding the position of Area Director, Business Development;Area Director,Operations; Market Vice President;Vice President, Environmental Services be,and each of them hereby is,appointed as an Authorized Agent to execute any bid and proposal, and if awarded, any related contract for services to be performed by the Partnership and any bond required by such bid,proposal or contract, all in accordance with the existing Levels of Authority and other relevant policies and procedures. I further certify that BILL VOIGTMAN holds the title of General Manager and in such capacity has full authority to act in the name and on behalf of the Partnership as set forth in the foregoing resolution. WITNESS MY HAND, this 14'1'day of October, 2025. c-41jtre-i& MC <eryi Lauren McKeon, Secretary CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code,by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense:f the vendor knowingly violates Section 176.006, Local Government Code.An offense under this section is a misdemeanor. J Name of vendor who has a business relationship with local governmental entity. J Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) J Name of local government officer about whom the information is being disclosed. N/A Name of Officer J Describe each employment or other business relationship with the local government officer,or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIO as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes X No 8. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes X No .J Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director,or holds an ownership interest of one percent or more. Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). J Bill Voigtman 4j%..,' 10-21-2025 Name of signatory Signature Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 8/14/2024 CHARLOTTE M.MOSES,MAYOR = !' RONALD BURTON,CPM HAROLD L.DOUCET,SR., k"°' } CITY MANAGER MAYOR PRO TEM City of iv '.4J SHERRI BELLARD,TRMC COUNCIL MEMBERS: f`` c� �J_ CITY SECRETARY WILLIE BAE LEWIS,JR. o r t r t h 11 r TIFFANY L.HAMILTON EVERFIELD ROXANN PAIS COTRONEO DONEANE BECKCOM jet CITY ATTORNEY THOMAS KINLAW,III DONALD FRANK,SR. October 8, 2025 INVITATION TO BID COMMERCIAL GARBAGE COLLECTION SERVICES DEADLINE: Sealed Bid submittal must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, October 22, 2025. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, October 22, 2025 in the City Council Chambers, City Hall, 5th Floor, Port Arthur,TX. You are invited to attend. MARK ENVELOPE: P25-091 DELIVERY ADDRESS: Please submit one(1)original and one (1)copy of your bid to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET,4th Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR,TEXAS 77640 POINTS OF CONTACT: Questions concerning the Invitation to Bid or Scope of Work should be directed in writing to: City of Port Arthur, TX Clifton Williams, Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 clifton.williams(a,portarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams P.O.Box 10891444 4th Street I Port Arthur,Texas 776411 409.983.8160 I Fax 409.983.8291 Pr'. The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS, CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope. ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted. ef.7.5frt 6)4,1z.a-krtd, Clifton Williams Purchasing Manager INVITATION TO BID COMMERCIAL GARBAGE COLLECTION SERVICES (To be Completed ONLY IF YOU DO NOT BID.) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: Date: TABLE OF CONTENTS A. CONTRACT AGREEMENT B. ARPA FEDERAL FUNDING PROVISIONS C. ADVERTISEMENT FOR BIDS D. BID SHEET E. INFORMATION TO BIDDERS F. NOTICE OF AWARD G. INSURANCE H. SPECIFICATIONS I. HOUSE BILL 89 VERIFICATION J. NON-COLLUSION AFFIDAVIT K. AFFIDAVIT L. SB 252 CHAPTER 2252 CERTIFICATION M. FEDERAL CLAUSES SECTION "A" AGREEMENT CONTRACT FOR COMMERCIAL GARBAGE COLLECTION SERVICES THIS AGREEMENT, made this_day of , 2025, by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas,hereinafter called"OWNER", and BFI Waste Services of Texas, LP dba Republic Services of Beaumont, hereinafter called "CONTRACTOR". WITNESSETH: That for and in consideration of the payments, terms, conditions, and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The term of this Contract shall be 365 Days from the date the City signed the contract. The City can terminate this contract at its convenience which includes, but is not limited to, funding not bring available in any budget cycle within thirty (30) days written notice. 2. The Contractor shall provide commercial garbage collection services as stated in contract. 3. During the term of this Contract, the Contractor will furnish at his own expense all of the materials, supplies, tools, equipment, labor and other services necessary to connection therewith, excepting those supplies specifically not required of Contractor in the Specifications. 4. The CONTRACTOR agrees to provide the residential garbage collection services described in the specifications and contract documents and to comply with the terms in the amounts stated in the bid documents. Contract shall not exceed $500,000. ITEM# DESCRIPTION OPTION 1 OPTION 2 OPTION 3 Commercial Garbage la Collection Services $ *33.00/TN $ N/A /HR $ 2,400.00/DAY * Per ton cost is only if contractor uses Golden Triangle Landfill when City Landfill is unavailable 5. The term "Contract Documents" means and includes the following: A) Agreement B) ARPA Federal Funding Provisions C) AD for Bid D) Bid Sheet E) Information to Bidders F) Notice of Award G) Insurance H) Specification I) House Bill 89 Verification J) Non-Collusion Affidavit K) Affidavit L) SB 252 Chapter 2252 Verification M) Federal Clauses 6. The OWNER will pay to the CONTRACTOR in the manner and at such times as set forth in the General 11 Conditions such amounts as required by the Contract Documents. 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. IN WITNESS WHEREOF, the Parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in two (2) copies, each of which shall be deemed an original on the date first written above. Signed on the day of 2025 ATTEST CITY OF PORT ARTHUR BY CITY SECRETARY Signed on the day of , 2025 ATTEST CONTRACTOR BY CITY SECRETARY PRINT NAME: TITLE: SECTION "B" ARPA FEDERAL FUNDING PROVISIONS EXHIBIT"A" ARPA FEDERAL FUNDING PROVISIONS 1 REQUIRED CONTRACT PROVISIONS IN ACCORDANCE WITH APPENDIX II TO PART 200 — CONTRACT PROVISIONS FOR NON-FEDERAL ENTITY CONTRACTS UNDER FEDERAL AWARDS (2 C.F.R. 6 200.327) (a) Appendix II to Part 200(A)- Remedies: The parties shall comply with the administrative, contractual. or legal remedies in the Contract Documents for when the CONTRACTOR violates or breaches the terms of the Contract and shall comply with the applicable sanctions and penalties as appropriate in the Contract Documents. (b) Appendix II to Part 200(B) -Termination for Cause/Convenience: The parties shall comply with the termination for cause provision and the termination for convenience provision in the Contract Documents. (c) Appendix II to Part 200 (C) — Equal Employment Opportunity: CONTRACTOR agrees as follows during the performance of the Contract: (i) CONTRACTOR will not discriminate against any employee or applicant for employment because of race, color. religion. sex. sexual orientation. gender identity. or national origin. The CONTRACTOR will take affirmative action to ensure that applicants are employed. and that employees are treated during employment without regard to their race. color, religion.sex.sexual orientation,gender identity. or national origin. Such action shall include. but not be limited to the following: Employment, upgrading. demotion. or transfer: recruitment or recruitment advertising: layoff or termination: rates of pav or other forms of compensation: and selection for training, including apprenticeship. The CONTRACTOR agrees to post in conspicuous places. available to employees and applicants for employment.notices to be provided setting forth the provisions of this nondiscrimination clause. (ii) CONTRACTOR will, in all solicitations or advertisements for employees placed by or on behalf of the CONTRACTOR, state that all qualified applicants will receive consideration for employment without regard to race. color, religion. sex. sexual orientation. gender identity. or national origin. (iii) CONTRACTOR will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about. discussed. or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information.unless such disclosure is in response to a formal complaint or charge. in furtherance of an investigation. proceeding. hearing, or action. including an investigation conducted by the employer. or is consistent with the CONTRACTOR's legal duty to furnish information. (iv) CONTRACTOR will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding. a notice to be provided advising the said labor union or workers' representatives of the CONTRACTOR's commitments under this section. and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (v) CONTRACTOR will comply with all provisions of Executive Order 11246 of September 24. 1965, and of the rules. regulations, and relevant orders of the Secretary of Labor. (vi) CONTRACTOR will furnish all information and reports required by Executive Order 11246 of September 24. 1965. and by rules. regulations, and orders of the Secretary of Labor. or pursuant thereto. and will permit access to his books. records. and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules.regulations, and orders. (vii) In the event of the CONTRACTOR's noncompliance with the nondiscrimination clauses of Contract or with any of the said rules. regulations.or orders,this Contract may be canceled,terminated.or suspended in whole or in part and the CONTRACTOR may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24. 1965. or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (viii) CONTRACTOR will include the portion of the sentence immediately preceding paragraph (i) and the provisions of paragraphs (i) through (vii) in every subcontract or purchase order unless exempted by rules. regulations.or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24. 1965, so that such provisions will be binding upon each subcontractor or vendor. The CONTRACTOR will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions. including sanctions for noncompliance: Provided. however, that in the event the CONTRACTOR becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the CONTRACTOR may request the United States to enter into such litigation to protect the interests of the United States. CITY further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided. That if the CITY so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the Construction Contract. CITY agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of the CONTRACTOR and subcontractors with the equal opportunity clause and the rules. regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency_ in the discharge of the agency's primary responsibility for securing compliance. CITY further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24. 1965. with a contractor debarred from. or who has not demonstrated eligibility for. Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering_ agency or the Secretary of Labor pursuant to Part II. Subpart D of the Executive Order. In addition, the CITY agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: cancel. terminate. or suspend in whole or in part the grant (contract. loan, insurance. guarantee) for this project: refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant: and refer the case to the Department of Justice for appropriate legal proceedings. (d) Appendix II to Part 200 (D) — Davis-Bacon Act: Copeland ("Anti-Kickback") Act: The Contract Documents include these requirements. (e) Appendix II to Part 200 (E)—Contract Work Hours and Safety Standards Act: (I) Overtime Requirements. No contractor or subcontractor contracting for any part of the Contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (ii) Violation: liability for unpaid wages: liquidated damages. In the event of any violation of the clause set forth in paragraph (i) of this Section the CONTRACTOR and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition. such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory.to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic. including watchmen and guards. employed in violation of the clause set forth in paragraph (i) of this Section. in the sum of$10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (i) of this Section. (iii) Withholding for unpaid wages and liquidated damages. CITY shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the CONTRACTOR or subcontractor under any such contract or any other Federal contract with the CONTRACTOR.or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act. which is held by the CONTRACTOR. such sums as may be determined to be necessary to satisfy any liabilities of CONTRACTOR or subcontractor for unpaid wanes and liquidated damages as provided in the clause set forth in paragraph (ii)of this section. (iv) Subcontracts. CONTRACTOR or subcontractor shall insert in any subcontracts the clauses set forth in paragraph(ii)through (iv) of this Section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. CONTRACTOR shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (i)throuah (iv) of this Section. (f) Appendix II to Part 200 (F) — Rights to Inventions Made Under a Contract or Agreement: This provision is not applicable to the Contract. (a) Appendix II to Part 200(G)—Clean Air Act and Federal Water Pollution Control Act: CONTRACTOR shall comply with the following: (i) Pursuant to the Clean Air Act. (1) CONTRACTOR agrees to comply with all applicable standards. orders or regulations issued pursuant to the Clean Air Act. as amended. 42 U.S.C. § 7401 et seq.. (2) CONTRACTOR agrees to report each violation to the CITY and understands and agrees that the CITY will, in turn, report each violation as required to assure notification to the Federal awarding agency and the appropriate Environmental Protection Agency Regional Office, and (3) CONTRACTOR agrees to include these requirements in each subcontract exceeding $150.000. (ii) Pursuant to the Federal Water Pollution Control Act. (1) CONTRACTOR agrees to comply with all applicable standards. orders or regulations issued pursuant to the Federal Water Pollution Control Act. as amended. 33 U.S.C. 1251 et seq.. (2) CONTRACTOR agrees to report each violation to the CITY and understands and agrees that the CITY will. in turn, report each violation as required to assure notification to the Federal awarding agency and the appropriate Environmental Protection Agency Regional Office. and (3) CONTRACTOR agrees to include these requirements in each subcontract exceeding $150.000. (h) Appendix II to Part 200(H)—Debarment and Suspension: (i) This Contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such CONTRACTOR is required to verify that none of the CONTRACTOR's principals (defined at 2 C.F.R. § 180.995)or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C F.R. 4 180.935). (ii) CONTRACTOR must comply with 2 C.F.R. pt. 180. subpart C and 2 C.F.R. pt. 3000. subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (iii) This certification is a material representation of fact relied upon by CITY. If it is later determined that CONTRACTOR did not comply with 2 C.F.R pt. 180. subpart C and 2 C.F.R. pt. 3000. subpart C. in addition to remedies available to the CITY. the Federal Government may pursue available remedies. including but not limited to suspension and/or debarment. (iv) CONTRACTOR agrees to comply with the requirements of 2 C.F.R. pt. 180. subpart C and 2 C.F.R. pt. 3000. subpart C throughout the Contract The CONTRACTOR further agrees to include a provision requiring such compliance in its subcontracts. (v) CONTRACTOR warrants that it is not debarred. suspended. or otherwise excluded from or ineligible for participation in any federal programs. CONTRACTOR also agrees to verify that all subcontractors performing work under this Contract are not debarred, disqualified. or otherwise prohibited from participation in accordance with the requirements above. CONTRACTOR further agrees to notify the CITY in writing immediately if CONTRACTOR or its subcontractors are not in compliance during the term of this Contract. (i) Appendix II to Part 200(I)—Byrd Anti-Lobbying Act: (i) Contractors that apply or bid for an award exceeding $100.000 must file the required certifiratinn_Eacitier.certiff s to the.tiPr.abialiP.that it will not and has not used Federal apnrnpriatMrl funds to Day any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress. officer or employee of Congress. or an employee of a member of Congress in connection with obtaining any Federal contract. grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient who in turn will forward the certification(s)to the awarding agency. (ii) If CONTRACTOR has not submitted the required certification. CONTRACTOR must sign and submit to the CITY the certification regarding lobbying attached hereto as Attachment"1"and incorporated herein by this reference. (i) Appendix II to Part 200 (J)—W200.323 Procurement of Recovered Materials: (i) CONTRACTOR shall comply with section 6002 of the Solid Waste Disposal Act.as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency(EPA)at 40 C.F.R. part 247 that contain the highest percentage of recovered materials practicable. consistent with maintaining a satisfactory level of competition. where the purchase price of the item exceeds $10.000 or the value of the quantity acquired during the preceding fiscal year exceeded $10.000: procuring solid waste management services in a manner that maximizes energy and resource recovery: and establishing an affirmative procurement. (ii) In the performance of this Contract. the CONTRACTOR shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired: competitively within a timeframe providing for compliance with the contract performance schedule: meeting contract performance requirements: or at a reasonable price. (iii) Information about this requirement. along with the list of EPA-designate items. is available at EPA's Comprehensive Procurement Guidelines web site. https://www.epa.aov/smm/comprehensive-procurement- guideline-cpg-program. (iv) CONTRACTOR also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act." (k) Appendix II to Part 200 (K) — U200.216 Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment: (i) CONTRACTOR shall not contract (or extend or renew a contract) to procure or obtain equipment. services. or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system. or as critical technology as part of any system funded under this Contract. As described in Public Law 115-232. section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). (1) For the purpose of public safety, security of government facilities. physical security surveillance of critical infrastructure.and other national security purposes.video surveillance and telecommunications equipment produced by Hytera Communications Corporation. Hangzhou Hikvision Digital Technology Company. or Dahua Technology Company (or any subsidiary or affiliate of such entities). (2) Telecommunications or video surveillance services provided by such entities or using such equipment. (3) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense. in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation. reasonably believes to be an entity owned or controlled by, or otherwise connected to. the government of a covered foreign country. (ii) See Public Law 115-232. section 889 for additional information. (I) Appendix II to Part 200(L)—§200.322 Domestic Preferences for Procurement: (i) CONTRACTOR shall. to the greatest extent practicable, purchase. acquire. or use goods. products. or materials produced in the United States (including but not limited to iron, aluminum. steel. cement, and other manufactured products). The requirements of this section must be included in all subcontracts. (ii) For purposes of this section: (1) "Produced in the United States" means. for iron and steel products. that all manufacturing processes. from the initial melting stage through the application of coatings. occurred in the United States. (2) "Manufactured products" means items and construction materials composed in whole or in part of nonferrous metals such as aluminum: plastics and polymer-based products such as polyvinyl chloride pipe: aggregates such as concrete: glass, including optical fiber: and lumber. 2. CONTRACTING WITH SMALL AND MINORITY FIRMS, WOMEN'S BUSINESS ENTERPRISE AND LABOR SURPLUS AREA FIRMS (2 C.F.R. &200.321) (a) CONTRACTOR shall be subject to 2 C.F.R. &200.321 and will take affirmative steps to assure that minority firms. women's business enterprises, and labor surplus area firms are used when possible and will not be discriminated against on the grounds of race. color, religious creed, sex, or national origin in consideration for an award. (b) Affirmative steps shall include: (i) Placing qualified small and minority businesses and women's business enterprises on solicitation lists: (ii) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources: (iii) Dividing total requirements, when economically feasible. into smaller tasks or quantities to permit maximum participation by small and minority business, and women's business enterprises: (iv) Establishing delivery schedules. where the requirement permits. which encourage participation by small and minority business, and women's business enterprises: and (v) Using the services/assistance of the Small Business Administration (SBA). and the Minority Business Development Agency(MBDA)of the Department of Commerce. (c) CONTRACTOR shall submit evidence of compliance with the foregoing affirmative steps when requested by the CITY. 3. COMPLIANCE WITH U.S. DEPARTMENT OF THE TREASURY CORONAVIRUS STATE AND LOCAL FISCAL RECOVERY FUND AWARD TERMS AND CONDITIONS (a) Maintenance of and Access to Records. CONTRACTOR shall maintain records and financial documents sufficient to evidence compliance with section 603(c) of ARPA, Treasury's regulations implementing that section, and guidance issued by Treasury regarding the foregoing. CONTRACTOR agrees to provide the CITY. Treasury Office of Inspector General and the Government Accountability Office, or any of their authorized representatives access to any books, documents. papers, and records (electronic an otherwise) of the CONTRACTOR which are directly pertinent to this Construction Contract for the purposes of conducting audits or other investigations. Records shall be maintained by CONTRACTOR for a period of five (5) years after completion of the project. (b) Compliance with Federal Regulations. CONTRACTOR agrees to comply with the requirements of section 603 of ARPA, regulations adopted by Treasury pursuant to section 603(f)of ARPA. and guidance issued by Treasury regarding the foregoing. CONTRACTOR also agrees to comply with all other applicable federal statutes. regulations. and executive orders. including. without limitation. the following: (i) Universal Identifier and System for Award Management (SAM). 2 C.F.R. Part 25. pursuant to which the award term set forth in Appendix A to 2 C.F.R. Part 25 is hereby incorporated by reference. (ii) Reporting Subaward and Executive Compensation Information. 2 C.F.R. Part 170. pursuant to which the award term set forth in Appendix A to 2 C.F.R. Part 170 is hereby incorporated by reference. (iii) OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement). 2 C.F.R. Part 180, including the requirement to include a term or condition in all lower tier covered transactions (contracts and subcontracts described in 2 C.F.R. Part 180. subpart B) that the award is subject to 2 C.F.R. Part 180 and Treasury's implementing regulation at 31 C.F.R. Part 19. (iv) Recipient Integrity and Performance Matters, pursuant to which the award term set forth in 2 C.F.R. Part 200. Appendix XII to Part 200 is hereby incorporated by reference. (v) Governmentwide Requirements for Drug-Free Workplace, 31 C.F.R. Part 20. (vi) New Restrictions on Lobbying. 31 C.F.R. Part 21. (vii) Uniform Relocation Assistance and Real Property Acquisitions Act of 1970 (42 U.S.C. §� 4601-4655)and implementing regulations. (c) Compliance with Federal Statutes and Regulations Prohibiting Discrimination. CONTRACTOR agrees to comply with statutes and regulations prohibiting discrimination applicable to the CSLFRF program including, without limitation. the following: (i) Title VI of the Civil Rights Act of 1964 (42 U.S.C, 68 2000d et seg.) and Treasury's implementing regulations at 31 C.F.R. Part 22, which prohibit discrimination on the basis of race. color, or national origin under programs or activities receiving federal financial assistance. (ii) The Fair Housing Act. Title VIII of the Civil Rights Act of 1968 (42 U.S.C. 8& 3601 et seq.), which prohibits discrimination in housing on the basis of race. color, religion, national origin, sex. familial status. or disability. ✓ (iii) Section 504 of the Rehabilitation Act of 1973,as amended (29 U.S.C. 6 794). which prohibits discrimination on the basis of disability under any program or activity receiving federal financial assistance. (iv) The Age Discrimination Act of 1975.as amended(42 U.S.C. 66 6101 et seq.).and Treasury's implementing regulations at 31 C.F.R. Part 23. which prohibit discrimination on the basis of age in programs or activities receiving federal financial assistance. (v) Title II of the Americans with Disabilities Act of 1990. as amended (42 U.S.C. 12101 et sea.). which prohibits discrimination on the basis of disability under programs. activities, and services provided or made available by state and local governments or instrumentalities or agencies thereto. (d) False Statements. CONTRACTOR understands that making false statements or claims in connection with the CSLFRF program is a violation of federal law and may result in criminal, civil, or administrative sanctions. including fines. imprisonment. civil damaaes and penalties. debarment from participating in federal awards or contracts.and/or any other remedy available by law. (e) Hatch Act. If CONTRACTOR is a public agency. CONTRACTOR agrees to comply. as applicable. with the requirements of the Hatch Act (5 U.S.C. section 1501-1508 and 7324-7328). which limit certain political activities of State or local government employees whose principal employment is in connection with an activity financed in whole or in part by this federal assistance. (f) Protections for Whistleblowers. (i) In accordance with 41 U.S.C. § 4712, CONTRACTOR may not discharge, demote, or otherwise discriminate against an employee in reprisal for disclosing to any of the list of persons or entities provided be low:-+afocrnatieu -hat-floe-eaaelayee-reasonably-believes-is-evi1;4=6-d-erase-mismaaaaaimint--ef-a-fader-al-soatract or grant. a gross waste of federal funds. an abuse of authority relating to a federal contract or grant. a substantial and specific danger to public health or safety.or a violation of law. rule.or regulation related to a federal contract(including the competition for or negotiation of a contract)or grant. (ii) The list of persons and entities referenced in the paragraph above includes the following: (1) A member of Congress or a representative of a committee of Congress: (2) An Inspector General: (3) The Government Accountability Office: (4) A Treasury employee responsible for contract or grant oversight or management. (5) An authorized official of the Department of Justice or other law enforcement agency: (6) A court or grand fury: or (7) A management official or other employee of CONTRACTOR. or a subcontractor who has the responsibility to investigate, discover, or address misconduct. (a) Increasing Seat Belt Use in the United States. Pursuant to Executive Order 13043. 62 FR 19217 (Apr. 18. 1997). CONTRACTOR is encouraged to adopt and enforce on-the-job seat belt policies and programs for their employees when operating company-owned. rented or personally owned vehicles. and encourage its subcontractors to do the same (h) Reducing Text Messaging While Driving. Pursuant to Executive Order 13513.74 FR 51225(Oct. 6. 2009). CONTRACTOR should encourage its employees and subcontractors to adopt and enforce policies that ban text messaging while driving. and CONTRACTOR should establish workplace safety policies to decrease accidents caused by distracted drivers. (i) Assurances of Compliance with Civil Rights Requirements. The Civil Rights Restoration Act of 1987 provides that the provisions of this assurance apply to the Contract. including. but not limited to. the following: (i) CONTRACTOR ensures its current and future compliance with Title VI of the Civil Rights Act of 1964. as amended. which prohibits exclusion from participation. denial of the benefits of. or subjection to discrimination under programs and activities receiving federal funds, of any person in the United States on the ground of race. color. or national origin (42 U.S.C. &2000d et seq.). as implemented by the Department of the Treasury Title VI regulations at 31 CFR Part 22 and other pertinent executive orders such as Executive Order 13166: directives: circulars: policies: memoranda and/or guidance documents. (ii) CONTRACTOR acknowledges that Executive Order 13166. "Improving Access to Services for Persons with Limited English Proficiency (LEP)." seeks to improve access to federally assisted programs and activities for individuals who, because of national origin. are limited in their English proficiency. CONTRACTOR understands that the denial of access to persons to its programs. services and activities because of their limited proficiency in English is a form of national origin discrimination prohibited under Title VI of the Civil Rights Act of 1964. Accordingly. CONTRACTOR shall initiate reasonable steps. or comply with Treasury's directives, to ensure meaningful access to its programs, services and activities to LEP persons. CONTRACTOR understands and agrees that meaningful access may entail providing language assistance services. including oral interpretation and written translation where necessary to ensure effective communication in the Project. (iii) CONTRACTOR agrees to consider the need for language services for LEP persons during development of applicable budgets and when conducting programs. services and activities. As a resource. the Department of the Treasury has published its LEP guidance at 70 FR 6067. For more information on LEP. please visit http://www.lep.gov. (iv) CONTRACTOR acknowledges and agrees that compliance with this assurance constitutes a condition of continued receipt of federal financial assistance and is binding upon CONTRACTOR and CONTRACTOR's-successors. !r2nsforees-aad-assiaaeesfor-the-period-ire-yuhichsuch assistance-is-provided. (v) CONTRACTOR agrees to incorporate the following language in every contract or agreement subject to Title VI and its regulations between the CONTRACTOR and the CONTRACTOR's subcontractors. successors, transferees and assignees. The subcontractor. successor. transferee and assignee shall comply with Title VI of the Civil Rights Act of 1964, which prohibits recipients of federal financial assistance from excluding from a program or activity. denying benefits of or otherwise discriminating against a person on the basis of race. color. or national origin(42 U.S.C. 6 2000d et seg.)„ as implemented by Department of the Treasury Title V/regulations. 31 CFR Part 22, which are herein incorporated by reference and made a part of this contract(or agreement). Title VI also extends protection to persons with "Limited English proficiency"in any program or activity receiving federal financial assistance, 42 U.S.C. 6 2000d et sea., as implemented by Department of the Treasury Title VI regulations. 31 CFR Part 22. which are herein incorporated by reference and made a part of this contract(or agreement). (vi) CONTRACTOR understands and agrees that if any real property or structure is provided or improved with the aid of federal financial assistance by the Department of the Treasury_,this assurance obligates the CONTRACTOR. or in the case of a subsequent transfer, the transferee.for the period during which the real property or structure is used for a purpose for which the federal financial assistance is extended or for another purpose involving the provision of similar services or benefits. If any personal property is provided, this assurance obligates the CONTRACTOR for the period during which it retains ownership or possession of the property. (vii) CONTRACTOR shall cooperate in any enforcement or compliance review activities by the Department of the Treasury of the aforementioned obligations. Enforcement may include investigation, arbitration. mediation,litigation.and monitoring of any settlement agreements that may result from these actions.CONTRACTOR shall comply with information requests, on-site compliance reviews, and reporting requirements. (viii) CONTRACTOR shall maintain a complaint log and inform the Department of the Treasury of any accusations of discrimination on the grounds of race. color, or national origin, and limited English proficiency covered by Title VI of the Civil Rights Act of 1964 and implementing regulations and provide, upon request. a list of all such reviews or proceedings based on the complaint, pending or completed. including outcome. CONTRACTOR must also inform the Department of the Treasury if CONTRACTOR has received no complaints under Title VI. (ix) CONTRACTOR must provide documentation of an administrative agency's or court's findings of non-compliance of Title VI and efforts to address the non-compliance. including any voluntary compliance or other agreements between the CONTRACTOR and the administrative agency that made the finding. If the CONTRACTOR settles a case or matter alleging such discrimination. CONTRACTOR must provide documentation of the settlement. If CONTRACTOR has not been the subject of any court or administrative agency finding of discrimination, please so state. (x) If CONTRACTOR makes sub-awards to other agencies or other entities. CONTRACTOR is responsible for assuring that sub-recipients also comply with Title VI and all of the applicable authorities covered in this assurance. ATTACHMENT"1" NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS TITLE 49. CODE OF FEDERAL REGULATIONS, PART 29 CONTRACTOR certifies, by signing and submitting this form, to the best of his or her knowledge and belief, that: (I) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of any Federal agency. a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension,continuation,renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL. "Disclosure of Lobbying Activities," in conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352,Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. CONTRACTOR also agrees that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Signature: ,4711 Printed Name: Bill Voigtman Title: General Manager Firm Name: Republic Services of Beaumont SECTION "C" ADVERTISEMENT FOR BIDS CITY OF PORT ARTHUR,TEXAS ADVERTISEMENT FOR BIDS NOTICE IS HEREBY GIVEN THAT sealed Bids, addressed to the City of Port Arthur,will be received at the Office of the City Secretary,City Hall 444 4th Street or P.O.Box 1089,Port Arthur, Texas 77641 no later than 3:00 P. M., Wednesday, October 22,2025. Applicant names will be read aloud beginning at 3:15 P.M.,Wednesday,October 22,2025 on this date in the City Council Chambers, City Hall, 5th Floor for certain services briefly described as: 1. TRASH COLLECTION SERVICES 2. COMMERCIAL GARBAGE COLLECTION SERVICES 3. RESIDENTIAL GARBAGE COLLECTION SERVICES Bids received after the deadline stated above, regardless of method of delivery, will not be considered and returned unopened. Copies of the Specifications and other Contract Documents are on file in the Purchasing Office, 444 4th Street, City of Port Arthur, and are open for public inspection without charge. They can also be retrieved from the City's website at www.portarthurtx.gov/bids.aspx or www.publicpurchase.com. The City of Port Arthur reserves the right to reject any and all bids and to waive informalities. Per Chapter 2 Article VI Sec. 2-262(C) of the City's Code of Ordinance, the City Council shall not award a contract to a company that is in arrears in its obligations to the City. 0.}eacI,41ta- Clift6n Williams Purchasing Manager FIRST PUBLICATION: October 1, 2025 SECOND PUBLICATION: October 8,2025 SECTION "D" BID SHEET CITY OF PORT ARTHUR, TEXAS BID SHEET BID FOR: Commercial Garbage Collection Service BID DUE DATE: October 22,2025 ITEM DESCRIPTION OPTION 1 OPTION 2 OPTION 3 If Port Arthur LF is Commercial Garbage not available: la Collection Services $ 33.00/TN* $ No bid /HR $ 2,400.00/DAY *at Golden Triangle LF Republic Services of Beaumont 6425 Highway 347- COMPANY NAME STREET ADDRESS N/A SI ATURE F BIDDER P.O.BOX Bill Voigtman Beaumont TX 77705 PRINT OR TYPE NAME CITY STATE ZIP General Manager Office 409-721-2231 / Cell 409-658-8686 TITLE AREA CODE TELEPHONE NO BVoigtman@RepublicServices.com EMAIL FAX NO. SECTION "E" i INFORMATION TO BIDDERS i INFORMATION TO BIDDERS: NOTE: It is extremely important that the Vendor,Bidder, and/or Contractor furnish the City of Port Arthur with the required information specified in the Bid or Proposal Specifications listed in this Bid Package. All bids meeting the intent of this request for bid will be considered for award. BIDDERS TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such a list shall indicate that the bidder has not taken exceptions, and the City shall hold the bidder responsible for performing in strict accordance with the specifications of the invitation. The City reserves the right to accept any and all or none of the exception(s)/substitutions(s)deemed to be in the best interest of the City of Port Arthur. ALTERING BIDS: Bids cannot be altered or amended after the submission deadline. Any interlineations, alterations, or erasures made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with these specifications. The award shall be made to the responsive, responsible bidder who submits the best value bid. The City reserves the right to: 1. Reject any and all bids and to make no award if it deems such action to be in its best interest. 2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the City. 3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City. 4. Award bids to bidders whose principal place of business is in the City of Port Arthur and whose bid is within 5%of the lowest bid price, as provided by Section 271.905 of the Texas Government Code. TERMINOLOGY: Bidders are cautioned to read the information contained in this ITB carefully and to submit a complete response to all requirements and questions as directed. 1. "Bid" vs "Proposal"-For the purpose of this ITB, the terms "Bid" and Proposal" shall be equivalent. 2. Applicable Law. Applicable Law means any applicable law (whether statutory or standard), including statutes, ordinances, regulations, rules, governmental orders,governmental decrees,judicial judgments, constitutional provisions, and requirements of any kind and nature promulgated or issued by any governmental authority claiming or having jurisdiction. 3. Solid Waste. Solid waste refers to any garbage or refuse, as well as sludge from wastewater treatment plants, water supply treatment plants, or air pollution control facilities. It also encompasses other discarded materials resulting from industrial, commercial, mining, and agricultural operations, as well as community activities. 4. Unacceptable Waste. Unacceptable Waste means: (1) Hazardous Waste; (2) radioactive, volatile, corrosive, highly flammable, explosive, biomedical, infectious, biohazardous, or toxic waste as defined by Applicable Law; or (3) any otherwise regulated waste. 5. Hazardous waste. Hazardous waste is any waste with properties that make it dangerous or capable of having a harmful effect on human health or the environment. Hazardous waste includes, but is not limited to, any amount of waste listed or characterized as hazardous by the United States Environmental Protection Agency or any state agency pursuant to RCRA,and including future amendments thereto, and any other Applicable Law. 6. Waste Material. Waste Material refers to all solid waste that is not excluded by the Contract. Waste Material excludes any Unacceptable Waste. CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest Questionnaire (Form CIQ). The Texas legislature recently enacted House Bill 914, which added Chapter 176 to the Texas Local Government Code. Chapter 176 mandates the public disclosure of certain information concerning persons doing business or seeking to do business with the City of Port Arthur, including affiliations and business and financial relationships such persons may have with City of Port Arthur officers. The form can be located at the Texas Ethics Commission website: https:i/www.ethics.state.tx.usifilinginfo/conflict_forms.htm By doing business or seeking to do business with the City of Port Arthur, including submitting a response to this RFP, you acknowledge that you have been notified of the requirements of Chapter 176 of the Texas Local Government Code and you are representing that you are in compliance with them. Any information provided by the City of Port Arthur is for information purposes only.If you have concerns about whether Chapter 176 of the Texas Local Government Code applies to you or the manner in which you must comply, you should consult an attorney. ETHICS: Public employees must discharge their duties impartially to ensure fair and competitive access to governmental procurement by responsible contractors. Moreover, they should conduct themselves in such a manner as to foster public confidence in the integrity of the City of Port Arthur's procurement organization. Any employee who makes purchases for the City is an agent of the City and is required to follow the City's Code of Ethics. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate the bidder's responsibility.A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. 5. Be engaged in a full-time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public monies under any contract by the City with such person until such person has paid all obligations and debts owed to the City or has made satisfactory arrangements to pay the same. ADDENDA: Any interpretations, corrections, or changes to the ITB and Specifications will be made by addenda. The sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the bidder's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may result in the bid being rejected. It is the vendor's responsibility to check for any addenda that might have been issued before the bid closing date and time. PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the City of Port Arthur as its principal place of business must have an official business address (office location and office personnel) in Port Arthur, the principal storage place or facility for the equipment shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state law. Contractors outside the City of Port Arthur are allowed to bid. PRICES: The bidder should include both the unit price and total amount,where required, for each item listed in the proposal. In the event of error or discrepancy in mathematics, the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Accounts Payable, P.O. Box 1089, Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e., payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore, the proposal shall not include Sales Tax. VENUE: This agreement shall be governed by and construed in accordance with the laws of the State of Texas. This agreement is to be performed in Port Arthur, Texas, in Jefferson County. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations, and codes of the federal, state, and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest,direct or indirect, in this Contract;and,the Contractor shall take appropriate steps to assure compliance. DELINOUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege, or paying money to anyone owing delinquent taxes, paving assessments, or any money to the City until such debts are paid or until satisfactory arrangements for payment have been made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB. OUANTITIES: The quantities shown are estimated based on projected use. It is specifically understood and agreed that these quantities are approximate, and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640 INCORPORATION OF PROVISIONS REOUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein, and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted, the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities, and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The Republic shall have the right to reject any unacceptable/hazardous waste provided by any residential or commercial unit. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in terms of capability, performance, construction, and other details, their use is not intended to deprive the City of Port Arthur of the option of selecting goods that may be considered more suitable for the purpose involved. In the event of conflicts between the written bid proposal and any verbal information, the vendor is specifically advised that the written bid proposal will prevail in determining the successful bidder. Under Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. RESPONSIBILITY FOR EQUIPMENT: Any equipment furnished by Republic shall remain the property of Republic. Should the City use the equipment solely, it shall be for its proper and intended purpose and shall not overload it (by weight or volume), move it, or alter it in any way. The City shall be liable for all losses arising from any injury or death to individuals or loss or damage to property (including the equipment) resulting from the City's use, operation, or possession of the equipment. TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements, or stipulations of this contract, the City shall give the Contractor a cure period of at least fifteen(15) days to cure the breach. In the event the contractor fails to cure such breach, the Contract may be terminated by providing written notice to the Contractor, specifying the effective date thereof, and at least thirty(30)days prior.Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. Force Majeure: Any failure or delay in performance under this Agreement due to contingencies beyond the Contractor's reasonable control, including, but not limited to, strikes, riots, terrorist acts,compliance with Applicable Laws or governmental orders,fires,bad weather and acts of God, shall not constitute a breach of this Agreement,but shall entitle the affected party to be relieved of performance at the current pricing levels under this Agreement during the term of such event and for a reasonable time thereafter. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time, giving at least thirty(30) days'notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to the fault of the Contractor, the previous paragraph hereof relative to termination shall apply. The Contractor may terminate this contract at any time, giving at least thirty (30) days' notice in writing to the City. RELEASES AND RECEIPTS: The City of Port Arthur, before making payments, may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall assume full responsibility for any damages incurred to individuals or property that arise as a consequence of his fault or negligence in relation to the work executed until the completion and final acceptance by the City. Republic shall undertake to repair or replace any property only if the damage results from Republic's sole negligence or willful misconduct, excluding normal wear and tear resulting from the services rendered under this Contract. ACCESS: The City shall provide safe, unobstructed access to the equipment and the Golden Triangle Landfill on the scheduled collection day. SUB-CONTRACTS: The Contractor shall not execute any agreement with a subcontractor or allow any subcontractor to perform any work included in this Contract until written approval of such agreement has been received from the City of Port Arthur. Alternatively, the City should not unreasonably withhold, delay, or condition its consent, and no permission is required for transfers to affiliates or in connection with the sale or purchase of a business. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contractor shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits 1. Standard Worker's Compensation Insurance or Other State-Approved Program: 2. Commercial General Liability occurrence type insurance: City of Port Arthur, its officers, agents, and employees must be named as an additional insured via a blanket-form endorsement.: a. Bodily injury $500,000 single limit per occurrence or $500,000 each person/$500,000 per occurrence for contracts of$100,000 or less; or Bodily injury $1,000,000 single limit per occurrence or$500,000 each person/$1,000,000 per occurrence for contracts in excess of$100,000; and, b. Property Damage $100,000 per occurrence regardless of contract amount; and, c. Minimum aggregate policy year limit of$1,000,000 for contracts of $100,000 or less; or, Minimum aggregate policy year limit of $2,000,000 for contracts in excess of$100,000. 3. Commercial Automobile Liability Insurance (Including owned, non- owned, and hired vehicles coverage). a. Minimum combined single limit of $500,000 per occurrence, for bodily injury and property damage. b. If individual limits are provided, minimum limits are $300,000 per person, $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage. Contractor shall cause Contractor's insurance company, insurance agent, or authorized representative of the insurance company(ies) to fill in all information required on the ACORD 25 Certificate of Insurance (including names of insurance agency or the authorized representative of the insurance company(ies) producing the certificate, contractor or contractor's corporate parent as the insured and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed ACORD 25 certificate(s) of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said ACORD 25 CERTIFICATE OF INSURANCE shall be supplemented with blanket-form endorsements to the Commercial General Liability and Commercial Automobile Liability policies, providing that coverage afforded under the policies will not be canceled, non-renewed, or materially changed unless at least thirty (30) days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur a valid CERTIFICATE OF INSURANCE on like form from all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed ACORD 25 CERTIFICATE OF INSURANCE shall, in any event,be filed with the City of Port Arthur not more than ten(10) days after execution of this Contract NOTICE TO PROCEED:Notice to Proceed shall be issued within ten(10)days of the execution of the Contract by the OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City can contact the Contractor. SECTION "F" NOTICE OF AWARD 1,, CHARLOTTE M.MOSES,MAYOR RONALD BURTON,CPM HAROLD L.DOUCET,SR., f'Re,x,` CITY MANAGER MAYOR PRO TEM City of SHERRI BELLARD,TRMC COUNCIL MEMBERS: f �\ del CITY SECRETARY WILLIE BAE LEWIS,JR. o r t r t TIFFANY L.HAMILTON EVERFIELD ROXANN PAIS COTRONEO DONEANE BECKCOM Texas CITY ATTORNEY THOMAS KINLAW,HI DONALD FRANK,SR NOTICE OF AWARD Date Contractor Name Attn: Address City, State Zip Re: You are notified that on , 2025,the City of Port Arthur City Council awarded above referenced contract. Within ten(10)days after you comply with the conditions listed below,the Purchasing Manager will issue to you a written Notice to Proceed and Purchase Order. Work must not begin until these documents have been issued to you. Two (2) original Contract Documents and one (1) copy of Resolution No. accompany this Notice of Award. You must comply with the following conditions precedent within ten (10) days of the date of this Notice ofAward that is by or by the first working day thereafter. You must deliver to the Purchasing Manager: 1. One (1) fully executed Contract. 2. One (1) signed, original Notice ofAward. 3. One (1) original Certificate of Insurance, naming the Owner (City of Port Arthur) and their respective agents and employees, to be expressly named as additional insurers, in accordance with the General Conditions. 4. One (1) HB 1295 Form filled out completely. For more information go to the following website. https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm. 5. Payment and Performance Bonds. Please return all requested documents to: City of Port Arthur,TX Attn: Clifton Williams,Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 Page 1 of 2 Purchasing Division/Finance Department 1 Purchasing Manager,Clifton Williams P.O.Box 10891444 4th Street I Port Arthur,Texas 776411 409.983.8160 I Fax 409.983.8291 CHARLOTTE M.MOSES,MAYOR RONALD BURTON,CPM HAROLD L.DOUCET,SR., City f CITY MANAGER MAYOR PRO TEM Litt) SHERRI BELLARD,TRMC COUNCIL MEMBERS: CITY SECRETARY WILLIE BAE LEWIS,JR. 0 r t r t It[[r TIFFANY L.HAMILTON EVERFIELD ROXANN PAIS COTRONEO DONEANE BECKCOM rem CITY ATTORNEY THOMAS KINLAW,IH DONALD FRANK,SR. NOTICE OF AWARD Contractor Name Date Page 2 Failure to comply with these conditions within the time specified will entitle Owner to consider your bid in default and to annul this Notice of Award. OWNER: CITY OF PORT ARTHUR,TEXAS BY: Clifton Williams, Purchasing Manager ACCEPTANCE OF AWARD: Contractor: Signature: Print: Title: Date: CC: Page 2 of 2 Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams P.O.Box 10891444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291 R SECTION ..G.., , . . � .� ..�. .. INSURANCE � CERTIFICATE OF LIABILITY INSURANCE Pagelof8 DATE(M412025YYY) ACORD 1(MM/DD ........ - THIS IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed.If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: CANNON COCHRAN MANAGEMENT SERVICES,INC. PHONE(A/C No.Ext): 1 FAX(A/C No.Ext): 17015 NORTH SCOTTSDALE ROAD E-MAIL ADDRESS:certificateteam@ccrosi.com SCOTTSDALE,AZ 85255 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: ACE American Insurance Co. 22667 INSURED INSURER B: Indemnity Insurance Co.of North America 43575 REPUBLIC SERVICES,INC. INSURER C: Illinois Union Insurance Company 27960 18500 N.ALLIED WAY INSURER D: PHOENIX,AZ 85054 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:2642341 REVISION NUMBER: 1 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD (MM/DD/YYYY) (MM/DD/YYYY) A X I COMMERCIAL GENERAL LIABILITY HDO G48981793 06/30/2025 06/30/2026 EACH OCCURRENCE $10,000,000 CLAIMS-MADE x OCCUR DAMAGE TO RENTED $10,000,000 PREMISES(Ea occurrence) - MED EXP(Any one person) PERSONAL&ADV INJURY $10,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $30,000,000 X I POLICY I PROJECT n LOC PRODUCTS-COMP/OP AGG $20,000,000 OTHER: `A AUTOMOBILE LIABILITY ISA H1137119A 06/30/2025 06/30/2026 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $10,000,000 X OWNED AUTOS I X SCHEDULED BODILY INJURY(Per person) ONLY AUTOS BODILY INJURY(Per accident) X I HIRED AUTOS I x I NON-OWNED ONLY AUTOS ONLY PROPERTY DAMAGE I (Per accident) UMBRELLA LIAB OCCUR EACH OCCURRENCE EXCESS LIAB CLAIMS-MADE AGGREGATE DED n RETENTION$ B WORKERS COMPENSATION Y/N N/A WLR C72793894-AOS 06/30/2025 06/30/2026 X I PER I I OTHER AND EMPLOYERS'LIABILITY WLR C72793882-OR 06/30/2025 06/30/2026 STATUTE A ANY PROPRIETOR/PARTNER/EXECUTIVE a SCF C72793900-WI 06/30/2025 06/30/2026 E.L.EACH ACCIDENT $3,000,000 A OFFICER/MEMBER EXCLUDED? WCU C72793912-OH XS 06/30/2025 06/30/2026 E.L.DISEASE-EA EMPLOYEE $3,000,000 A (Mandatory in NH) TNS C72627490-TX NS/XS 06/30/2025 06/30/2026 E.L.DISEASE-POLICY LIMIT $3,000,000 c If yes,describe under DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Division Number:4862-Named Insured Includes:BFI Waste Services of Texas,LP-Dba:Allied Waste Services of Beaumont CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE City of Port Arthur,TX i 444 4th Street,4th Floor Port Arthur,TX 77640 1 United States ©1988-2016 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LOC#: ACORU ADDITIONAL REMARKS SCHEDULE Page 2,fg NAMED INSURED POLICY NUMBER REPUBLIC SERVICES, INC. See First Page 18500 N.ALLIED WAY CARRIER PHOENIX,AZ 85054 See First Page NAIL CODE ADDITIONAL REMARKS EFFECTIVE DATE: THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM. CERTIFICATE NUMBER: 26423� FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE The following provisions apply when required by written contract.As used below,the term certificate holder also includes any person or organization that the insured has become obligated to include as a result of an executed contract or agreement. GENERAL LIABILITY: Certificate holder is Additional Insured including on-going and completed operations when required by written contract. Coverage is primary and non-contributory when required by written contract. Waiver of Subrogation in favor of the certificate holder is included when required by written contract. AUTO LIABILITY: Certificate holder is Additional Insured when required by written contract. Coverage is primary and non-contributory when required by written contract. Waiver of Subrogation in favor of the certificate holder is included when required by written contract. WORKERS COMPENSATION AND EMPLOYERS LIABILITY: Waiver of Subrogation in favor of the certificate holder is included when required by written contract where allowed by state law. Stop72 gap coverageas for onND,W and WY is covered under policy no.WLR C72793894 and stopg S gap1o, noted page 1 of thisiscoecertificate. gap covers e for OH is overed under policy no.WCU TEXAS EXCESS INDEMNITY AND EMPLOYERS LIABILITY: Insured is a registered non-subscriber to the Texas Workers Compensation Act. Insured has filed an approved Department of Insurance which offers an alternative in benefits to employees rather than the traditional Workers'Compensation Insurance excess policy(TNS C72627490)shown on this certificate provides excess indemnity and Employers Liability coverage for the approved h the Texas Contractual ndorse is included ini the ont act Liability and Automobile Liability coverage forms.The General Liability and Automobile Liability in Texas.The not tractua endorsements excluding h General Li Liability. Indemnity policies do. Separation of Insured(Cross Liability)coverage is provided to the Additional Insured,when required by written contract,per the Conditions of Commercial General Liability Coverage form and the Automobile Liability Coverage form. ons the Additional Insured includes:City of Port Arthur,its officers,agents,and employees,when required by written contract. ACORD 101(2008/01) 1988-2010 ACORD CORPORATION.All rights reserved, The ACORD name and logo are registered marks of ACORD NOTICE TO OTHERS ENDORSEMENT-NOTICE BY INSURED'S REPRESENTATIVE Named Insured Republic Services. Inc. Endorsement Number Policy Symbol Policy Number 243 Policy Period ISA H1137119A 06/30/2025 TO 06/30/2026 Effective Date of Endorsement Issued By(Name of Insurance Company) ACE American Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: BUSINESS AUTO COVERAGE FORM A. If we cancel, non-renew,or materially change the Policy prior to its expiration date by notice to the first Named Insured for any reason other than nonpayment of premium,we will,as set out in this endorsement, send written notice of such cancellation, non-renewal or material change, to the first Named Insured and will allow its representative to send such notice to all persons or organizations that the first Named Insured has contractually agreed to provide such notice. B. The notice referenced in this endorsement as provided by your representative is intended only to be a courtesy notification. The failure to provide advance notification of cancellation, non-renewal,or material change will impose no obligation or liability of any kind upon us,our agents or representatives. will not extend any Policy cancellation date and will not negate any cancellation, non-renewal or material change of the Policy. C. We will only be responsible for sending such notice to the first Named insured who will notify its representative, and its representative will, in turn, send all applicable persons or organizations notice of cancellation, non- renewal,or material change at least 30 days prior to the applicable event date D. This endorsement does not apply in the event that the first Named Insured cancels the Policy. All other terms and conditions of the Policy remain unchanged. MS-35291 (06/15) Chubb-2016.All rights reserved. Page 1 of 1 NOTICE TO OTHERS ENDORSEMENT-NOTICE BY INSURED'S REPRESENTATIVE Named Insured Republic Services, Inc. Endorsement Number 77 Policy Symbol Policy Number Policy Period HDO G48981793 I06/30/2025 TO 06/30/2026 Effective Date of Endorsement Issued By(Name of insurance Company) ACE American Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE FORM A. If we cancel, non-renew,or materially change the Policy prior to its expiration date by notice to the first Named Insured for any reason other than nonpayment of premium,we will,as set out in this endorsement,send written notice of such cancellation, non-renewal or material change,to the first Named Insured and will allow its representative to send such notice to all persons or organizations that the first Named Insured has contractually agreed to provide such notice. B. The notice referenced in this endorsement as provided by your representative is intended only to be a courtesy notification. The failure to provide advance notification of cancellation, non-renewal,or material change will impose no obligation or liability of any kind upon us,our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation, non-renewal or material change of the Policy. C. We will only be responsible for sending such notice to the first Named Insured who will notify its representative. and its representative will,in turn, send all applicable persons or organizations notice of cancellation, non- renewal,or material change at least 30 days prior to the applicable event date D. This endorsement does not apply in the event that the first Named Insured cancels the Policy. All other terms and conditions of the Policy remain unchanged. MS-35172(06/20) CChubb.2016.AtI rghts reserved. Page 1 of 1 Page 5 or. Policy Number: HDO G48981793 COMMERCIAL GENERAL LIABILITY NOTICE: THESE POLICY FORMS AND THE APPLICABLE RATESIARE EXEMPT FROM THE FILING REQUIREMENTS OF THE NEW YORK INSURANCE LAW AND REGULATIONS. HOWEVER, THE FORMS AND RATES MUST MEET THE MINIMUM STANDARDS OF THE NEW YORK INSURANCE LAW AND REGULATIONS. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or.anization s Location s Of Covered O.erations Any person or organization w:O ._, you have A'_ locationsre you are agreed to include as an additional insured operations for�such additionalri {used under a written contract requiring CG2010 pursuant t + ract.(04/13), provided such contract was o any such written contract. executed prior to the date of loss. Information re.uired to com.iete this Schedule,if not shown above,will be shown in the Declarations. CG 20 10 04 13 ©Insurance Services Office, Inc.,2012 Class Code:2-14057 Page 1 of 2 A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to include as an additional insured the person(s) or these additional insureds. the following organization(s)shown in the Schedule.but only with additional exclusions apply: respect to liability for `bodily injury", "property damage" or "personal and advertising injury" This insurance does not apply to"bodily injury'' caused,in whole or in part.by: pp y y ry^ or"property damage"occurring after: 1. Your acts or omissions:or 1. All work. including materials, parts or 2. The acts or omissions of those actingequipment furnished in connection with your behalf: on such work, on the project (other than service, maintenance or repairs) to be in the performance of your ongoing operations for performed by or on behalf of the additional the additional insured(s) at the location(s) r operationsn) at the location t the covered designated above. has been completed:or However: 2. That portion of-your work"out of which the injury or damage arises has been put to its 1. The insurance afforded to such additional intended use by any person or insured only applies to the extent permitted byorganization other than another contractor law;and or subcontractor engaged inperforming operations for a principal as a part of the 2. If coverage provided to the additional insured is same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. C. With respect to the insurance afforded to these additional insureds. the following is added to 2. Available shownunder the applicable i Limits of Section HI Limits Of Insurance: Insurance in the Declarations; If coverage provided to the additional insured is whichever is less. required by a contract or agreement. the most we will pay on behalf of the additional insured is the applicableis endorsementLimits shall not increasehow the amount of insurance: of Insurance shown in the Declarations. 1. Required by the contract or agreement:or Page 2 of 2 CO Insurance Services Office, Inc..2012 Class Code:2-14057 CG 20 10 04 13 POLICY NUMBER: HDO G48981793 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 NOTICE: THESE POLICY FORMS AND THE APPLICABLE RATES ARE EXEMPT FROM THE FILING REQUIREMENTS OF THE NEW YORK INSURANCE LAW AND REGULATIONS. HOWEVER, THE FORMS AND RATES MUST MEET THE MINIMUM STANDARDS OF THE NEW YORK INSURANCE LAW AND REGULATIONS. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or anization(s) � Location And Description Of Completed Operations Any person or organization whom you have agreed to All locations where you are performing work for such include as an additional insured under a written additional insured pursuant to any such written. contract requiring CG2037(04/13),provided such contract. contract was executed prior to the date of loss. Information required to complete this Schedule,if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured theHowever: person(s) or 1. The insurance afforded to such additional organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or insured only applies to the extent "property damage"caused, in whole or part, by law; and permitted by "your work" at the location designated and 2. If coverage provided to the additional insured is described in the Schedule of this endorsement required by a contract or agreement. the performed for that additional insured and insurance afforded to such additional insured will included in the "products-completed operations not be broader than that which you are required hazard". by the contract or agreement to provide for such additional insured. CG 20 37 04 13 © Insurance Services Office, Inc., 2012 Class Code:2-14057 Page 1 of 2 B. With respect to the insurance afforded to these additional insureds, the following is added to Section III- Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement;or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations_ Page 2 of 2 ©ISO Properties, Inc.. 2004 CG 20 37 04 13 0 Class Code:2-14057 SECTION "H" SPECIFICATIONS SPECIFICATIONS FOR RESIDENTIAL GARBAGE COLLECTION SERVICES The City of Port Arthur is seeking assistance from a company with experience and knowledge in the collection of commercial garbage collection. The City is seeking the following equipment and services: 2 to 4 (28-30)garbage trucks. Trucks must be automated front loader. NO MANUAL OFF LOADING WILL BE ALLOWED AT THE LANDFILL. Drivers/operators with a minimum of 3 years experience. Drivers/operators must make sure the all garbage is collected before moving to the next area. Drivers/operators must provide their own safety gear. Operating hours will be from 7 A.M.to 5 P.M. Contractor must provide a mobilization plan within 2 hours from the request by the City. Fees must be for a daily rate to include truck, fuel, driver/operator and all related appurtenances. SECTION "I" HOUSE BILL 89 VERIFICATION House Bill 89 Verification I, Bill Voigtman (Person name), the undersigned representative (hereafter referred to as "Representative") of BFI Waste Services of Texas, LP dba Republic Services of Beaumont (company or business name, hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18) years of age, after being duly sworn by the undersigned notary, do hereby depose and affirm the following: 1. That Representative is authorized to execute this verification on behalf of Business Entity; 2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any contract that will be entered into between Business Entity and the City of Port Arthur; and 3. That Representative understands that the term "boycott Israel" is defined by Texas Government Code Section 2270.001 to mean refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. SIG ATU OF REPRESENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this 21st day of October , 2025 . SECTION "J" NON-COLLUSION AFFIDAVIT CITY OF PORT ARTHUR,TEXAS NON-COLLUSION AFFIDAVIT CITY OF PORT ARTHUR § STATE OF TEXAS § By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm, corporation or institution submitting a bid committed any other act of collusion related to the development and submission of this bid proposal. Signature: N Printed Name: l/W1 Printed Name: Bill Voigtman Title: General Manager Company: Republic Services of Beaumont Date: October 21, 2025 SUBSCRIBED and sworn to before me by the above named ; ltt- Vic k.. on this the 21st day of October , 2025 . Notary Public in and for the State of Texas \\\\\`�P\N E r �o�'.• 'SPRY &<5;'.1-, My commission expires: 6/P-0 /, 9T 1P ti AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: X I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. Republic Services of Beaumont October 21, 2025 Firm Name Date �� General Manager Au oriz ignature Title Bill Voigtman (409) 658-8686 Name(please print) Telephone BVoigtmanaRepublicServices.com Email STATE: Texas COUNTY: Jefferson SUBSCRIBED AND SWORN to before me by the above named lt6L Yaigt- on this the 1 ( day of t t , 20 L 1� Notary Public \\\\0N I I n l i U/////, RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL P °E.T/y0',,,, Q RY P n, 0 •.O P Cif`•. • 9j; °F F '�355.y�''�a -f' <'i,,�//O6it\` ' 2O \\\\\ SECTION "L" SB 252 CHAPTER 2252 CERTIFICATION SB 252 CHAPTER 2252 CERTIFICATION Bill Voigtman ,the undersigned an representative of Republic Services of Beaumont (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252,Section 2252.152 and Section 2252.153,certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051,Section 807.051 or Section 2253.153. I further certify that should the above-named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port Arthur Purchasing Department. Bill Voigtman Name of Company Representative (Print) Signatur f Company Representative October 21, 2025 Date SECTION "M" FEDERAL CLAUSES 1. NO FEDERAL GOVERNMENT OBLIGATION TO THIRD PARTIES 1. The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract)pertaining to any matter resulting from the underlying contract. 2. The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by TXDOT. It is further agreed that the clause shall not be modified,except to identify the subcontractor who will be subject to its provisions. 2. PROGRAM FRAUD AND FALSE OR FRA IID IILENT STATEMENTS AND RELATED ACTS 3. The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986,as amended,31 U.S.C. § §3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies,"49 C.F.R. Part 31,apply to its actions pertaining to this Project.Upon execution of the underlying contract,the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make,or causes to be made, pertaining to the underlying contract or the TXDOT assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes,or causes to be made,a false, fictitious,or fraudulent claim,statement,submission,or certification,the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. 4. The Contractor also acknowledges that if it makes,or causes to be made,a false, fictitious,or fraudulent claim,statement,submission,or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by TXDOT under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1)on the Contractor,to the extent the Federal Government deems appropriate. 5. The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by TXDOT. It is further agreed that the clauses shall not be modified,except to identify the subcontractor who will be subject to the provisions. 3. ACCESS TO RECORDS The following access to records requirements applies to this Contract: • Where the Purchaser is not a State but a local government and is the TXDOT Recipient or a subgrantee of the TXDOT Recipient in accordance with 49 C. F. R. 18.36(i),the Contractor agrees to provide the Purchaser,the TXDOT Administrator,the Comptroller General of the United States or any of their authorized representatives access to any books,documents,papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits,examinations,excerpts and transcriptions. Contractor also agrees,pursuant to 49 C.F. R.633.17 to provide the TXDOT Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital project,defined at 49 U.S.C. 5302(a)1,which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. 4. FEDERAL CHANGES Federal Changes-Contractor shall at all times comply with all applicable TXDOT regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and TXDOT, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. 5. CIVIL RIGHTS 1. Nondiscrimination- In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. §2000d,section 303 of the Age Discrimination Act of 1975,as amended,42 U.S.C.§6102,section 202 of the Americans with Disabilities Act of 1990,42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements TXDOT may issue. 2. Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: 3. Race,Color,Creed,National Origin,Sex-In accordance with Title VII of the Civil Rights Act,as amended,42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332,the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq ., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project.The Contractor agrees to take affirmative action to ensure that applicants are employed,and that employees are treated during employment,without regard to their race,color,creed,national origin, sex,or age. Such action shall include,but not be limited to,the following:employment,upgrading,demotion or transfer,recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements TXDOT may issue. 4. Age- In accordance with section 4 of the Age Discrimination in Employment Act of 1967,as amended,29 U.S.C. § §623 and Federal transit law at 49 U.S.C. § 5332,the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition,the Contractor agrees to comply with any implementing requirements TXDOT may issue. 5. Disabilities-In accordance with section 102 of the Americans with Disabilities Act,as amended, 42 U.S.C. § 12112,the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act,"29 C.F.R.Part 1630,pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements TXDOT may issue. 6. The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by TXDOT, modified only if necessary to identify the affected parties 6. ADVANTAGED BUSINESS ENTERPRISE (DBEI 7. It is the policy of the Authority and the Department of Transportation that Disadvantaged Business Enterprises(DBEs)as defined in 49 C.F.R. Part 26 shall have the maximum opportunity to participate in the performance of con-tracts financed in whole or in part with Federal funds under this contract. Consequently,the DBE requirements of 49 C.F.R Part 26 applies to this contract. 8. The Contractor shall not discriminate on the basis of race,color,national origin,or sex in the performance of this contract.The requirements of 49 C.E.R. Part 26, and the Authority's DOT approved Disadvantaged Business Enterprise(DBE)program is incorporated in this contract by reference. Failure by the Contractor to carry out these requirements is a material breach of the contract,which may result in the termination of this contract or such other remedy, as the Authority deems appropriate. 7. TERMINATION TERMINATION FOR CAUSE: If,through any cause,the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above,the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty (30) days' notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor,the previous paragraph hereof relative to termination shall apply. 8. DEBARMENT&SUSPENSION This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By signing and submitting its bid or proposal,the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by {insert agency name}. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to {insert agency name}, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 9. BUY AMERICA REOUIREMENTS The contractor agrees to comply with 49 U.S.C. 5323G) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in CITY-funded projects are produced in the United States,unless a waiver has been granted by CITY or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, and microcomputer equipment and software. Separate requirements for rolling stock are set out at 49 U.S.C. 53230)(2)(C)and 49 C.F.R. 661.11.Rolling stock must be assembled in the United States and have a 60 percent domestic content. 10.RESOLUTION OF DISPUTES.BREACHES AND OTHERLITIGATION All contracts in excess of$100,000 shall contain provisions or conditions which will allow for administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as may be appropriate. This may include provisions for bonding, penalties for late or inadequate performance, retained earnings, liquidated damages or other appropriate measures. Specific language for dispute resolution will be provided in any resultant contract of the successful proposer. 11. RESTRICTIONS ON LOBBYING, (a) The Contractor shall timely comply with the requirements of the lobbying restrictions set forth in Section 319 of Public Law I01-121, as implemented by the Department of Transportation in 49 C.F.R.Part 20,and as those authorities may be hereafter amended. (b) If a Standard Form LLL, "Disclosure Form to Report Lobbying," is required to be completed by the Contractor or subcontractor at any tier,such disclosure form shall be furnished to the Authority. 12. CLEAN AIR a) The Contractor agrees to comply with all applicable standards,orders or regulations issued pursuant to the Clean Air Act,as amended,42 U.S.C.§§7401 et seq.The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn,report each violation as required to assure notification to CITY and the appropriate EPA Regional Office. b) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by CITY. 13. CLEAN WATER ACT (1)The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn,report each violation as required to assure notification to CITY and the appropriate EPA Regional Office. (2)The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by CITY. 14. CARGO PREFERENCE REOUIREMENTS Use of United States-Flag Vessels-The contractor agrees: a.to use privately owned United States- Flag commercial vessels to ship at least 50 percent of the gross tonnage(computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material,or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States-Flag commercial vessels; b. to furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 working days following the date of leading for shipments originating outside the United States, a legible copy of a rated, "on-board" commercial ocean bill-of-lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo,Office of Market Development, Maritime Administration, Washington, DC 20590 and to the CITY recipient(through the contractor in the case of a subcontractor's bill- of lading.) c. to include these requirements in all subcontracts issued pursuant to this contract when the subcontract may involve the transport of equipment, material, or commodities by ocean vessel 15. FLY AMERICA REOUIREMENTS Fly America Requirements - The Contractor agrees to comply with 49 U.S.C. 40118 (the "Fly America" Act) in accordance with the General Services Administration's regulations at 41 CFR Part 301-10,which provide that recipients and subrecipients of Federal funds and their contractors are required to use U.S. Flag air carriers for U.S Government-financed international air travel and transportation of their personal effects or property, to the extent such service is available, unless travel by foreign air carrier is a matter of necessity, as defined by the Fly America Act. The Contractor shall submit, if a foreign air carrier was used, an appropriate certification or memorandum adequately explaining why service by a U.S.flag air carrier was not available or why it was necessary to use a foreign air carrier and shall, in any event, provide a certificate of compliance with the Fly America requirements.The Contractor agrees to include the requirements of this section in all subcontracts that may involve international air transportation. 16. DAVIS BACON Attention is particularly called to the requirement of not paying less than the prevailing Davis Bacon Related Acts (DBRA) wage rates specified in the Contract Documents. These rates are minimums to be paid during the life of the contract. It is therefore the responsibility of the Bidder to inform themselves as to local labor conditions. Attention is called to the requirement that employees and applicants for employment are not discriminated against because of race, color, religion, sex,age or national origin. Background and Application The Davis-Bacon and Copeland Acts are codified at 40 USC 3141,et seq. and 18 USC 874.The Acts apply to grantee construction contracts and subcontracts that"at least partly are financed by a loan or grant from the Federal Government." 40 USC 3145(a), 29 CFR 5.2(h), 49 CFR 18.36(i)(5). The Acts apply to any construction contract over$2,000. 40 USC 3142(a), 29 CFR 5.S(a). 'Construction,' for purposes of the Acts, includes "actual construction, alteration and/or repair, including painting and decorating." 29 CFR 5.5(a). The requirements of both Acts are incorporated into a single clause(see 29 CFR 3.1!) enumerated at 29 CFR 5.S(a)and reproduced below. The clause language is drawn directly from 29 CFR 5.S(a) and any deviation from the model clause below should be coordinated with counsel to ensure the Acts'requirements are satisfied. (1) Minimum wages - (i) All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week,and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits(or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2)of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics,subject to the provisions of paragraph (!)(iv)of this section; also, regular contributions made or costs incurred for more than a weekly period(but not less often than quarterly)under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill,except as provided in 29 CFR Part 5.5(a)(4).Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed.The wage determination(including any additional classifications and wage rates conformed under paragraph(1)(ii)of this section)and the Davis-Bacon poster(WH-1321)shall always be posted by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination.The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (I) Except with respect to helpers as defined as 29 CFR 5.2(n)(4),the work to be performed by the classification requested is not performed by a classification in the wage determination;and (2)The classification is utilized in the area bythe construction industry; and (3)The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination;and (4)With respect to helpers as defined in 29 CFR 5.2(n)(4), such a classification prevails in the area in which the work is performed. (B)If the contractor and the laborers and mechanics to be employed in the classification(if known),or their representatives,and the contracting officer agree on the classification and wage rate(including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration,U.S. Department of Labor, Washington,DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor,the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer,to the Administrator for determination.The Administrator,or an authorized representative,will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D)The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs(a)(1)(ii)(B)or(C)of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii)Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv)If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided,That the Secretary of Labor has found,upon the written request of the contractor,that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account asset for the meeting of obligations under the plan or program. (v)(A)The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination.The contracting officer shall approve an additional classification and wage rate and fringe benefits therefor only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination;and (2)The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wagedetermination. (B)If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate(including the amount designated for fringe benefits, where appropriate),the contracting officer shall refer the questions,including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination with 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs(a)(1)(v)(B)or(C)of this section,shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (2) Withholding-City Utilities shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis- Bacon prevailing wage requirements,which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices,trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work(or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, City Utilities may, after written notice.to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records - (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid(including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section l(b)(2)(B)of the Davis- Bacon Act),daily and weekly number of hours worked,deductions made and actual wages paid.Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv)that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis- Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable,that the plan or program is financially responsible,and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to City Utilities for transmission to the Federal Transit Administration as requested.The payrolls submitted shall set out accurately and completely all of the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (B) Each payroll submitted shall be accompanied by a"Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CPR part 5 and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned,without rebate,either directly or indirectly,and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CPR part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed,as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph(a)(3)(ii)(B)of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the Federal Transit Administration or the Department of Labor,and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may,after written notice to the contractor,sponsor,applicant,or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CPR 5.12. (5)Apprentices and trainees-(i)Apprentices -Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S.Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program,who is not individually registered in the program,but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program.Any worker listed on a payroll at an apprentice wage rate,who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator of the Wage and Hour Division of the U.S. Department of Labor determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training,or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees-Except as provided in 29 CFR 5.16,trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor,Employment and Training Administration.The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress,expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits,trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity -The utilization of apprentices,trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. (5) Compliance with Copeland Act requirements - The contractor shall comply with the requirements of 29 CFR part 3,which are incorporated by reference in this contract. (6) Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(I) through (10) and such other clauses as the Federal Transit Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. (7) Contract termination: debarment -A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis-Bacon and Related Act requirements - All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards - Disputes arising out of the labor standards provisions of this contract shall not be subject to the general dispute's clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor,or the employees or their representatives. (10) Certification of eligibility - (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). 7. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a)of the Davis-Bacon Act or 29 CFR 5.12(a)(1). 8. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001 17. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT OVERTIME CUMI'ENSAlION 1. Overtime requirements - No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation;liability for unpaid wages;liquidated damages-In the event of any violation of the clause set forth in paragraph(I)of this section the contractor and any subcontractor responsible therefore shall he liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall he computed with respect to each individual laborer or mechanic,including watchmen and guards, employed in violation of the clause set forth in paragraph(1)of this section,in the sum of$10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1)of this section. 3. Withholding for unpaid wages and liquidated damages-The(write in the name of the grantee) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to he withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act,which is held by the same prime contractor, such sums as may he determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph(2)of this section. 4. Subcontracts-The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs(1)through(4)of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall he responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs(1)through(4)of this section. i8.BONDING BID SECURITY: Bids shall he accompanied by a hid guarantee of not less than five percent (5%) of the amount of the total hid which shall he a Certified Check or Cashier's check payable without recourse to the City of Port Arthur, or a hid bond with corporate surety authorized to conduct business in Texas. Said security shall be submitted with the understanding that it shall guarantee that the Bidder will not withdraw his bid within thirty (30) days after the date of the opening of the bids; that if a bid is accepted, the bidder will enter into a formal Contract with the OWNER, furnish bonds and insurance as may be required and commence work at the specified time, and that in the event of the withdrawal of said bid within said period, or the failure to enter into said Contract,furnish said bonds and insurance and commence work within the time specified, the Bidder shall be liable to the OWNER for the difference between the amount specified in the bid in the amount for which the OWNER may otherwise procure the required work. Checks of all except the three lowest responsible Bidders will be returned when award is made; when the Contract is executed, the checks of the two remaining unsuccessful bidders will be returned; that of the successful Bidder be returned when formal Contract, bonds and insurance are approved, and work has commenced within the time specified. PERFORMANCE AND PAYMENT BOND REOUIREMENTS;pr Government Code Chapter 2253. Bonds. If the contract exceeds fifty thousand dollars ($50,000) a payment bond is required. If the contract exceeds one hundred thousand dollars($100,000)a performance bond is required. Performance and Payment Bonds shall be furnished on prescribed forms in the amount of one hundred percent (100%) of the contract price with corporate surety duly authorized to do business in the State of Texas. Attorneys-in-fact who sign Bonds must file with each bond a certified and effective date copy of their Power of Attorney. 19.SEISMIC SAFETY The contractor agrees that any new building or addition to an existing building will be designed and constructed in accordance with the standards for Seismic Safety required in Department of Transportation Seismic Safety Regulations 49 CFR Part 41 and will certify to compliance to the extent required by the regulation. The contractor also agrees to ensure that all work performed under this contract including work performed by a subcontractor is in compliance with the standards required by the Seismic Safety Regulations and the certification of compliance issued on the project. 20.PRIVACY ACT Annlicabilitv to Contracts When a grantee maintains files on drug and alcohol enforcement activities for CITY,and those files are organized so that information could be retrieved by personal identifier, the Privacy Act requirements apply to all contracts. The Federal Privacy Act requirements flow down to each third-party contractor and their contracts at every tier. Contracts Involving Federal Privacy Act Requirements The following requirements apply to the Contractor and its employees that administer any system of records on behalf of the Federal Government under any contract: (a)The Contractor agrees to comply with, and assures the compliance of its employees with, the information restriction and other applicable requirements of the Privacy Act of 1974, 5 U.S.C. § 552a. Among other things, the Contractor agrees to obtain the express consent of the Federal Government before the Contractor or its employees operate a system of records on behalf of the Federal Government. The Contractor understands that the requirements of the Privacy Act, including the civil and criminal penalties for violation of that Act, apply to those individuals involved,and that failure to comply with the terms of the Privacy Act may result in termination of the underlying contract. (b) The Contractor also agrees to include these requirements in each subcontract to administer any system of records on behalf of the Federal Government financed in whole or in part with Federal assistance provided by CITY. 21.PRE-AWARD AND POST DELIVERY AUDITS REOUIREMENTS • Clause and language therein are merely suggested. 49 C.F.R. Part 663 does not contain specific language to be included in third party contracts but does contain requirements applicable to subrecipients and third-party contractors. • Buy America certification is mandated under CITY regulation, "Pre- Award and Post-Delivery Audits of Rolling Stock Purchases," 49 C.F.R. 663.13. • Specific language for the Buy America certification is mandated by CITY regulation, "Buy America Requirements--Surface Transportation Assistance Act of 1982, as amended," 49 C.F.R. 661.12, but has been modified to include CITY's Buy America requirements codified at 49 U.S.C. A53230). Pre-Award and Post-Delivery Audit Requirements-The Contractor agrees to comply with 49 U.S.C.§5323(1)and CITY's implementing regulation at 49 C.F.R. Part 663 and to submit the following certifications: I. Buy America Requirements: The Contractor shall complete and submit a declaration certifying either compliance or noncompliance with Buy America. If the Bidder/Offeror certifies compliance with Buy America, it shall submit documentation which lists I) component and subcomponent parts of the rolling stock to be purchased identified by manufacturer of the parts,their country of origin and costs;and 2)the location of the final assembly point for the rolling stock, including a description of the activities that will take place at the final assembly point and the cost of final assembly. 2. Solicitation Specification Requirements: The Contractor shall submit evidence that it will be capable of meeting the bid specifications. 3. Federal Motor Vehicle Safety Standards (FMVSS): The Contractor shall submit I) manufacturer's FMVSS self-certification sticker information that the vehicle complies with relevant FMVSS or 2) manufacturer's certified statement that the contracted buses will not be subject to FMVSS regulations. BUY AMERICA CERTIFICATE OF COMPLIANCE WITH CITY REQUIREMENTS FOR BUSES, OTHER ROLLING STOCK, OR ASSOCIATED EQUIPMENT 22. ENERGY POLICY AND CONSERVATION ACT The Contractor shall recognize mandatory standards and policies relating to energy efficiency contained in the State Energy Conservation Plan issued in compliance with the Energy Policy and Conservation Act(42 U.S.C. Section 6321 et seq.). 23. BID PROTESTS. (I) Notice of Protest. A vendor wishing to protest any aspect of the procurement process must do so in writing and submit to the Purchasing Manager. The written protest should include, at a minimum: • Both the name and address of the protestor,as well as the vendor they represent, if different. • The name of the bid being protested. • A statement of the grounds for protest and any supporting documentation.A protest may be submitted to the Purchasing Manager no later than five (5) working days after award. (2) Staff Review. A protest must be in writing and supported by sufficient information in order to be considered. A decision and response to the protest will be prepared by the Purchasing Manager or his designee, in consultation with the department and the City Attorney, within fifteen (15)days of receipt of the protest. Within the fifteen (15) day time period, the City will: •Allow for informal conference on the merits of the protest with all interested parties. • Allow for reconsideration if data becomes available that was not previously known,or if there has been an error of law or regulation. • Render a decision supporting or canceling the award,such decision shall be in the form of a staff recommendation. (3) Appeals. If the protesting vendor does not agree with staff recommendation, they may appeal to the City Council by contacting the City Secretary. Staff recommendations will be made available for public review prior to consideration by theCity Council. 24. RECYCLED PRODUCTS. The contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act(RCRA), as amended(42 U.S.C. 6962), including but not limited to the 40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR247.