Loading...
HomeMy WebLinkAboutPR 13033: SANSERVE/TRANSIT MEMORANDUM CITY OF PORT ARTHUR, TEXAS TRANSIT DEPARTMENT TO: Steve Fitzgibbons, City Manager /~~...~ FROM: Tom Kestranek, Transit/Equipment~__~~,~x~'"' Services Manager DATE: March 21, 2005 SUBJECT: Proposed Resolution: No. 13033 COMMENTS RECOMMENDATION We are requesting that the City Council authorize the contract for Janitorial Services at the Transit Department Complex with SanServe Building Services of Beaumont, Texas in the amount of $ 7,440. O0 per year. BACKGROUND The contract is for three (3) years beginning the date of award of the bid by City Council. This will be the first year of a three-year contract. Presently, SanServe Services is providing satisfactory service and pricing to the City of Port Arthur Transit Department. Purchasing solicited bids from various vendors advertised in the Port Arthur News from February 20~h and February 27th, 2005. Bids were received and opened on March 9, 2005 from the following four (4) bidders: SanServe Building Services ofBeaumont, TX ........................... $ 7,440.00 Southeast Texas Building Services of Nederland, TX ................ $ 7,680.00 Sampson Janitorial of Port Arthur, TX .................................. $12,792. O0 Maids Domestic Agency of Port Arthur, TX ............................ $15,000.00 BUDGETING AND FISCAL EFFECT Funding is available in Accounts 401-1503-561.32-00 and 401-1505-561.32-00. STAFFING EFFECT None SUMMARY We are requesting that the City Council authorize the Janitorial Services contract for the Transit Department Complex with SanServe Building Services of Beaumont, Texas. P. R. NO. 13033 03/21/05 RESOLUTION NO. A RESOLUTION AUTHORIZING THE EXECUTION OF A THREE (3) YEAR CONTRACT POR JANITORIAL SERVICES AT THE TRANSIT SERVICE CENTER AND TRANSIT TERMINAL; TO CCAP INC., d.b.a. SANSERVE BUILDING SERVICES OF BEAUMONT, TX IN TIlE AMOUNT OF $7,440.00 PER YEAR. BE IT RESOLVED BY THE CITY COUNCIL OP THE CITY OF PORT ARTHUR: THAT, the City Council of the City of Port Arthur hereby awards a three (3) year contract for Janitorial Services for the Transit Service Center and the Transit Terminal to the lowest responsible bidder, to wit: CCAP Inc., d.b.a. Sanserve Building Services of Beaumont, Texas, effective April 1, 2005; and THAT, the Mayor and City Manager of the City of Port Arthur are hereby authorized and directed to execute on behalf of the City of Port Arthur a contract, copy of which is attached hereto as Exhibit "A", between the City of Port Arthur and CCAP Inc., d.b.a. Sanserve Building Services of Beaumont, Texas for the contract price of Seven Thousand, Pour Hundred, Forty and 00/100 ($7,440.00) dollars, payable in monthly installments of $620.00; and THAT, this agreement can be terminated if funds are not available in any fiscal year with ten (10) days notice being given to SanServe. THAT, CCAP Inc., d.b.a. SanServe Building Services of Beaumont, TX shall agree to the terms of this Resolution. THAT, a copy of the caption of this Resolution is spread upon the minutes of the City Council. READ, ADOPTED AND APPROVED this day of , A.D. 2005 at a Meeting of the City Council of the City of Port Arthur, Texas, by the following vote: P. R. NO. 13033 03/21/05 AYES: MAYOR: Councilmembers: NOES: Mayor ATTEST: Evangeline Green, City Secretary APPROVED AS TO FORM AND LEGALITY: Mark Sokolow, City Attorney APPROVED FOR ADMINISTRATION: Tom Kestranek, Transit/Equipment Services Manager APPROVED AS TO AVAILABILITY OF FUNDS: Rebecca Underhill, CPA, Finance Director AGREEDED TO BY: SanServe Building Service JANITORIAL SERVICES CONTRACT FOR TRANSIT THIS AGREEMENT, madethis 1st dayof April ,2005 by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called "OWNER" or "CITY" and Sanserve Building Services , herein acting by and through hereinafter called "CONTRACTOR" agree as follows: WlTNESSETH: 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 from April 1, 2005 to April 1, 2008 , The City can terminate this contract at its convenience which includes, but is not limited to, funding not being available in any budget cycle with ten (10) days written notice. 2. The Contractor agrees to perform all the work described in the specifications; and contract documents and comply with the terms therein for the sum orS 7,440.00 Annually; 3. The term "Contract Documents". means and includes the following: (A) Agreement (B) Advertisement for BIDS (C) Information for BIDDERS (D) BID (E) BID BOND (F) General Conditions (G) Specifications 5. This agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 6. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in (~2 copies) each of which shall be deemed an original on the date first written above. Signed on the day of 2005 ATTEST CITY OF PORT ARTHUR BY Signed on the day of 2005 ATTEST CONTRACTOR BY EXHIBIT "A" CITY OF PORT ARTHUR, TEXAS ADDENDUM NO. TWO (2) DATE: MARCH 7, 2005 BID PROPOSAL FOR: JANITORIAL SERVICE FOR TRANSIT The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the Contract Documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the Contract Documents. Provisions of this addendum shall take precedence over requirements of the original Contract Documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. THE SPECIFICATIONS FOR THE TRANSIT TERMINAL WERE MISTAKENLY OMITTED. ATTACHED ARE THE THREE PAGES OF SPECIFCATIONS FOR THE TRANSIT TERMINAL. Clifton Williams Senior Purchasing Assistant CITY OF PORT ~RTHUR, IT DEPARII . iT SPECIFICAT!O~;S FOR: Janitorial Services for Transit Terminal Building Maintenance LOBBY WAITING I~P, EA (MONDAY THROUGH FRIDAY): -- Sweep Floors -- }lop Floors with water & required portion of a general purpose cleaner ONLY as needed, or as requested by Transit Management. Restore Floors with Franklin Restore It or approved equal and buff with a 1300 rpm high speed buffer as required after cleaning. -- Clean and wash all table tops, seats and their metal frame assemblies as needed or as requested by'Transit Management. -- Empty and wipe out all ashtrays with a damp cloth daily. -- Clean and wipe down public pay phone stations. -- Wipe clean walls, money changer facing, and trim as needed, or as requested by Transit Manager. -- Clean glass doors leading into lobby, lower front glass pane windows, and glass display case doors. -- Clean doors and door frames. -- Empty and reline trash containers with new liners as necessary. -- Clean and polish daily (with stainless steel cleaner) the Water Fountain. p~$TROOM$ (MONDAY THROUGH FRIDAY): -- Sweep Floors. -- Mop Yloors with water and required portion of a general purpose cleaner O~Y as needed, or as requested by Transit 1.~anagement. Restore Floors with Franklin Restore it or approved equal and buff with a 1300 rpm high speed buffer as required after cleaning. -- Polish all metal and clean all mirrors. -- Clean all coammodes, urinals, lavatory sinks and fixtures thoroughly. -- Refill soap, towel (using appropriate type of towels & filled so towels dispense properly), and toilet paper containers. -- Clean doors, door frames, and formica counter tops thoroughly. -- Empty towel/trash containers FJiVISED 4/91 Page 1 of 3 2~ECiFIC!\TIO~';S FOP, jA:liTORIAL SERVICES T ?,~MN S IT T E pd41 t;,'ZL (Continued) OUTSIDE TP~St[ P~CEPTICA3~S (~iO~iD~Y TblROUGt[ FRIDAY): -- Trash Recepticals are to be emptied daily. Change trash liners as necessary. OUTSIDE C~t0PY WALKWAY ~ID DRIVEWAY (MONDAY THROUGH FRIDAY): -- Pick up trash daily, sweep, and hose down as needed, or as requested by Transit Management. ~C~L~/qICAL AND SUPPLY.,&O0bIS (WEEKLY): -- Sweep Floors. -- Damp mop and buff vinyl tile floor in Supply Room. -- Clean utility sink in Hechanical Room. -- Clean cold-air return grill located.on the outside wall of Hechanical Room. -- Keep the shelving in the Supply Room neat & orderly. -- Supervisor will monitor work and see that it is done to specification. A compliance checklist ~ill be submitted to Transit Hanagement bi-weekly. HONTHLY: -- Wash o~t all Hetal Trash Recepticles Liners (inside and outside) monthly or as requested by Transit Hanagement. -- Clean all Ceiling Fan Blades. -- Strip, reseal and wax vinyl tile floor located in Supply Room. QU~TEP~Y: -- Strip the Lobby and Rest~oom Floors with a basic stripping compound; reseal with Buckeye Cirene polishing compound & Excel floor finish or approved equal; and buff with a 1300 rpm high speed buffer in order'to restore the finish. CLEMiI~IG SERVICES HOT PgQUIP~D BY BIDDER: -- Bidder will not be required to clean or maintain Coin Changer Room located off from the Supply Room. Admittance into this area is restricted. PZVISED 4/91 Page 2 of 3 SF~CIFIC~IO~ PO~. JZ~,ILORI~L SEP.~I~S (Continued) SUPPLIES ~U~;ISHED BY THE BIDDER: -- Cleaners; bowl cleaner; wax remover and wax; dust mop; damp mops; brooms; buffer; furniture polish and any- thing else pertaining to cleaning, including plastic liners for trash containers. SUPPLIES ~IOT TO BE FU~IIS[~D BY BIDDER: -- Unless directed by Transit Management, bidder is not to furnish paper towels, toilet tissue, deodorant blocks, or light bulbs.. PRODUCT P~ESTRICTIONS: -- ENDUST IS [lOT to be used in this building. PRODUCT p~UIREb~NTS FOR CERAI.IIC TILE CAP~ ~INTENA~ICE: -- A general purpose cleaner. -- Buckeye Cirene Polishing Compound or approved equal. -- Excel Floor Finish or approved equal. -- Franklin Restore It or approved equal. SECURITY I.~0TE: ~ -- Bidder will be held responsible for securing all entrances.. as well as disarming and rearming the Building's Electronic Security/Fire Alarm System. ~UALtTY ASSUP4XltCE: -- Providing Transit"Management with a Janitorial Services compliance checklist, bi-weekly, will be a requirement in meeting contract specifications and payment. For additional information or an inspection of the facility, contact l~[r. Tom Kestranek at 983-8767. ~ 'T~TJ 4/91 Page 3 of 3 R~ CITY OF PORT ARTHUR, TE~S ADDENDUM NO. ONE (1) DATE: JANAURY 28, 2004 BID PROPOSAL FOR' JANITORIAL SERVICES FOR TRANSIT The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the Contract Documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the Contract Documents. Provisions of this addendum shall take precedence over requirements of the original Contract Documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Change the following 1. Buff all floors weekly 2. Strip, reseal, and wax all tile floors semi annually Delete the following 1. Sweep entire garage area 2. Clean oil and grease on garage floor area Clifton Williams Senior Purchasing Assistant OSCAR G. ORTIZ, MAYOR STEPHEN FITZGIBBONS JOHN GEARD, JRt, MAYOR PRO-TEM CITY MANAGER COUNCIL M£M'BERS: EVANGEL/NE "VAN" GREEN CRAIG HANNAH ~'i~v ¢~[' CITY SECRETARY FELIX A. BARKER THOMAS J~ HENOERSON MARK T. SOKOLOW MARTIN FLOOD CITY ATTORNEY RONNiE H. THOMPSON DELORIS PRINCE MICHAEL "SHANE' SINEGAL INVITATION TO BID February 21, 2005 Vendors: Sealed Bids, subject to the General Instructions, Conditions and Specifications, as provided will be addressed to the City Secretary of the City of Port Arthur, Texas in DUPLICATE. Sealed BIDS shall be received no later than 3:00 P. M. March 9, 2005 at the City Secretary Office and all bids received will thereafter be opened and read aloud on March 9, 2005 in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for the following: JANITORIAL SERVICES FOR TRANSIT BIDS SHALL BE PLACED IN A SEALED ENVELOPE, with the bidder's name and address in the upper left-hand comer of the envelope. FACSIMILE TRANSMITTALS SHALL NOT BE ACCEPTED. BIDS MUST BE submitted on the pricing form included for that purpose in this packet and SIGNED BY A PERSON HAVING THE AUTHORITY TO BIND THE FIRM IN A CONTRACT. MARK ENVELOPE: JANITORIAL Sealed Bids shall be submitted: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY CITY SECRETARY P. O. BOX 1089 444 4TH STREET PORT ARTHUR, TX 77641-1089 PORT ARTHUR, TX 77640 ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. FO 80X 1089 " PORTARTHUR. TEXAS 77641-1089 · 409/983-8115 · FAX 409/983-8291 Bids received after the closing time specified will be returned to the bidder unopened. Award will be made as soon as practicable after opening. To obtain results, or if you have any questions, please contact Clifton Williams at the City of Port Arthur Purchasing Office, at (409) 983-8160. The City of Port Arthur reserves the right to 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 of Port Arthur. Sincerely, : Joseph Broussard Purchasing Coordinator A Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Janitorial Service for Transit Department will be held at the Transit Service Center which is located at 301 4th Street on March 3, 2005 at 10:00 a. m. CITY OF PORT ARTHUR GENERAL SPECIFICATIONS GENERAL INFORMATION: NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the City of Port Arthur the required information specified in the Bid or Proposal Specifications listed in this Bid Package. The intent of this INVITATION TO BID (ITB) is to provide bidders with sufficient information to prepare SEALED BIDS IN DUPLICATE for furnishing: JANITORIAL SERVICES FOR TRANSIT Bids must be in a sealed envelope addressed to the City Secretary, City of Port Arthur, P. O. Box 1089, Port Arthur, Texas 77641. Bids shall be received no later than 3:00 P. M. March 9, 2005. Bid proposal MUST BE SIGNED BY THE BIDDER. 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 exception and the City shall hold the bidder responsible to perform 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. Bids cannot be altered or amended after submission deadline. Any interlineation, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. 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 3% of the lowest bid price. This preference can't be granted for purchases involving Federal Funds. The award shall be made to the responsible vendor(s) whose bid is determined to be the lowest offer; taking into consideration the relative importance of price, conformance to specifications, and capability and experience of the contractor. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and Proposal" shall be equivalent. 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. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vemon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. ETHICS: The bidder shall not offer or accept gifts or anything of value, nor enter into any business arrangement with any employee, official or agent of the City of Port Arthur. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate 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 moneys 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. Any interpretations, corrections or changes to the ITB and Specifications will be made by addenda. Sole issuing authority ofaddendas shall be vested in the City of Port Arthur Purchasing Manager. Addendas will be mailed to all who are known to have received a copy of the ITB. Offerers shall acknowledge receipt of all addenda. PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the 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.: Transit Department, 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. 2 SALES TAX: The City of Port Arthur is exempt by law f~om payment of Texas Sales Tax and Federal Excise Tax, therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, 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. DELINQUENT 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 has been made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB. CONTRACT: The following will comprise the contract between the City and the successful bidder: 1. Information for Bidders 2. Bid Sheet 3. Notice of Awards 4. Specifications 5. Addenda QUANTITIES: 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 supplier shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. All bids will remain in effect for sixty (60) days after the bid opening date. If through any cause the Bidder fails to fulfill in a timely and proper manner, his obligations under this Contract, or fails to perform in accordance with these specifications, the City reserves the fight to terminate this Contract by giving written notice to the Bidder of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. 3 No person has the authority to verbally alter these specifications. Any interpretations, corrections or changes to this ITB and specifications will be made in writing by the Purchasing Division of the City of Port Arthur and sent to each person having a bid package. The vendor must be an authorized dealer for all products offered. The vendor must give the manufacturers name and product description of all items. Inferior products, products which perform at a substandard level, or poor quality products will be rejected. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, Texas 77640 INCORPORATION OF PROVISIONS REQUIRED 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 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. All interpretations of these specifications shall be made on the basis of statement. While the purpose of the specifications is to indicate minimum requirements in the way of capability, performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered most suitable for the purpose involved. In the event of confiicts between the written bid proposal and information obtained verbally, the vendor is specifically advised that the written bid proposal will prevail in the determination of the successful bidder. Under the 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. Questions concerning this ITB or additional information should be directed Tom Kestranek at 409-983-8767. MANDATORY PRE-BID CONFERENCE A Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Janitorial Service for Transit Department will be held at the Transit Service Center which is located at 301 4th Street on March 3, 2005 at I0:00 a. m. The purpose of the Mandatory Pre-Bid Conference is to make certain that the scope of work is fully undei-stood, to answer any questions, to clarify the intent of the Contract Documents, and to resolve any problems that may affect the project construction. No addendum will be issued at this meeting, but subsequent thereto, the Purchasing Coordinator, if necessary, will issue an addendum(s) to clarify the intent of the Contract Documents. All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract 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 (no insurance policy or certificate of insurance required below shall contain any aggregate policy year limit unless a specific dollar amount ( or specific formula for determining a specific dollar amount) aggregate policy year limit is expressly provided in the specification below which covers the particular insurance policy or certificate of insurance. 1. Standard Worker's Compensation Insurance: 2. Commercial General Liability occurrence type insurance (products/completed operations coverage must be included, and City of Port Arthur, its officers, agents, and employees must be named as an additional insured): a. Bodily injury $500,000 single limit per occurrence or $500,000 each persorg$500,000 per occurrence for contracts of $100,000 or less; or b. Bodily injury $1,000,000 single limit per occurrence or $500,00 each person/$1,000,000 per occurrence for contracts in excess of $100,000; and, c. Property Damage $100,000 per occurrence regardless of contract amount; and, d. Minimum aggregate policy year limit of $1,000,000 for contracts of $100,000 or less; or, e. 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's). 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. 6 4. Contractual Liability Insurance covering the indemnity provision of this Contract in the same amount and coverage as provided for Commercial Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, Contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to dates and sign and do all other things necessary to complete and make into valid certificate of insurance the CERTIFICATE OF INSURANCE Form attached to and made a part of the Information To Bidders, and pertaining to the above listed items 1, 2, 3 and 4; and before commencing any of the work and within the time otherwise specified, Contractor shall file completed Form with the Owner. None of the provisions in said Form shall be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form contains a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days prior written notice has been given to the Owner. Contractor shall also file with the Owner valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the OWNER not more than ten (10) days after execution of this Contract. The original Builder's Risk policy (if required) shall provide for fifteen (15) days written notice of alternation, modification or cancellation and shall be furnished to OWNER. Provided, however until the original policy, which original policy must be received by the OWNER not later than (thirty) days after issuance of the Notice to Proceed for the project. Notwithstanding any other provision in the Contract Documents, it is further mutually understood and agreed that no payment will be due and owing or made to the CONTRACTOR for any work performed under the Contract until all of the required insurance documentation, including the original policy specified above, are received by the OWNER BID SECURITY AND LIQUIDATED DAMAGES Bids shall be accompanied by a bid guarantee of not less than five percent (5%) of the amount of the total bid which shall be a Certified Check or Cashier's check payable without recourse to the City of Port Arthur, or a bid bond with corporate surety authorized to conduct business in Texas. Said security shall he 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. The Bidder to whom the award is made shall execute and return the formal Contract with the OWNER and furnish Performance and Payment Bonds and required Insurance Documents within ten (10) days after the prescribed forms are presented to him for signature. Said period will be extended only Upon written presentation to the OWNER, within said period, of reasons which the sole discretion of the OWNER, justify an extension. If said Contract, bonds and insurance Documents are not received by the OWNER within said period or if work has not been commenced within the time specified, the OWNER may proceed to have the work required by the Plans and Specifications performed by any means at its command, and the bidder shall be liable to the CITY For any excess cost to the OWNER over bid amount. Further, the bid guarantee shall be forfeited to the CITY as liquidated damages and Bidder shall liable to the City for an additional amount of five percent (5%) of the bid amount as liquidated damages without limitation. The OWNER, within ten (10) days of receipt of acceptable Performance and Payment insurance,; Documents and Contract signed by Bidder to whom Contract was awarded, shall sign and return executed duplicate of the Contract said party. Should OWNER not execute the Contract within such period, the Bidder may, by written Notice to OWNER, withdraw his signed Agreement. BONDS If the Contract exceeds Twenty-five Thousand Dollars ($25,000.00), 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. 8 GENERAL CONDITIONS: 1.0 This contract will include Janitorial Service at the City of Port Arthur Transit Department. 2.0 This contract shall be in effect for a period of three (3) years beginning the date of award of the bid by the City council. Any terms and conditions stated in original specifications will apply to any extended periods. Approval on behalf of the City to renew this contract shall be made by the City manager or his designee. 3.0 The City of Port Arthur or its authorized agent shall have the right to inspect the work at all times and upon completion thereof. There shall be no deviation from any part of the contract or from any approved schedule without prior approval from the Transit Department. The Contractor may not assign all or part of this contract without prior consent in writing by the City. 4.0 Any problems encountered or inability to clean for any reason shall immediately be brought to the attention of the Transit Manager. 5.0 All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by City. The Contractor shall, at his own expenses, 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, or by anyone for whose acts any of them may be liable of the following types and limits (no insurance policy or certificate of insurance required below shall contain any aggregate policy year limit unless a specific dollar amount (or specific formula for determining a specific dollar amount) aggregate policy year limit is expressly provided in the specification below which covers the particular insurance policy or certificate of insurance). 5.1 Standard Worker's Compensation Insurance (with Waiver of Subrogation in favor of the City of Port Arthur, its officers, agents and employees). 5.2(a) Bodily Injury $500,000 single limit per occurrence or $500,000 each person/S500,000 occurrence for contracts of $100,000 or less; or The term "Contract Documents" means and includes the following: (A) Agreement (B) Information to Bidders (C) Bid Sheets (D) General Conditions (E) Notice of Award (F) Notice to Mow (G) Technical Specifications 6. The City will pay to the Contractor in the manner and at such times as set forth in the General 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. 8. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this agreement in ( copies) each of which shall be deemed an original on the date first above written. l0 FEDERAL REQUI]REMENTS PAGES 1-29 Table of Contents 1. Fly America Requirements 2. Buy America Requirements 3. Cargo Preference Requirements 4. Energy Conservation Requirements 5. Clean Water Requirements 6. Bus Testing 7. Pre-Award and Post Delivery Audit Requirements 8. Lobbying 9. Access to Records and Reports 10. Federal Changes 11. Clean Air 12. Contract Work Hours and Safety Standards Act 13. No Government Obligation to Third Part/es 14. Program Fraud and False or Fraudulent Statements and Related Acts 15. Termination 16. Government-wide Debarment and Suspension (Non-procurement) 17. Privacy Act 18. Civil Rights Requirements 19. Breaches and Dispute Resolution 20. Disadvantaged Business Enterprises (DBE) 21. State and Local La,v Disclaimer 22. Incorporation of Federal Transit Adrninistration (FTA) Terms Bidders are strongly advised to read and adhere to all signature and contractual requirements. Requirements are specifically outlined within this Contract Agreement. Failure to comply with all requirements could result in the bid being rejected as non-responsive. Feder, ./Required and other Model Contract L..,uses 2 1. 'FLY AMERICA REQUIREMENTS 49 USC § 4O118 41 CFR Part 301-10 Applicability to Contracts The Fly America requirements apply to the transportation of persons or property, by air, between a place in the U.S. and a place outside the U.S., or between places outside the U.S., when the FTA will participate in the costs of such air transportation. Transportation on a foreign air carrier is permissible when provided by a foreign air carrier under a code share agre.ement when the ticket identifies the U.S. air carrier's designator code and flight number. Transportation by a foreign air carrier is also permissible if there is a bilateral or multilateral air transportation agreement to which the U.S. Government and a foreign government are parties and which the Federal DOT has determined meets the requirements of the Fly America Act. Flow Down Requirements The Fly America requirements flow down from FTA recipients and subrecipients to first tier contractors, who are responsible for ensuring that lower tier contractors and subcontractors are in compliance. Model Clause/Language The relevant statutes and regulat/ons do not mandate any speciiied clause or language. FTA proposes the following language. Fly America Requirements - The Contractor agrees to comply with 49 USC § 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. Governmentdinanced international air travel and transportation of their personal effects or property, to the extent such service is available, tmless travel by foreign air carrier is a matter of necessity, as defined by the Fly America Act. The Contractor shall submit, ii 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. 2. BUY AMERICA REQUIREMENTS 49 USC § 53230) 49 CFR Part 661 Applicability to Contracts The Buy America requirements apply to the following types of contracts: Construction Contracts and Acquisition of Goods or I~ollfing Stock (valued at more than $100,000). Flow Down The Buy America requirements flow down from FTA recipients and subrecipients to first tier contractors, who are responsible for ensuring that lower t/er contractors and subcontractors are in compliance. Feder, ~ Required and other Model Contract C..uses 3 Mandatory Clause/Language The Buy America regulation, at 49 CFR § 661.13, requires notification of the Buy America requirements in FTA-funded contracts, but does not specify the language to be used. The following language has been developed by FTA. Buy America - The contractor agrees to comply with 49 USC § 5323(j) and 49 CFR Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been. granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 CFR § 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, microcomputer equipment, software, and small purchases (cmrrently less than $100,000) made with capital, operating, or planning funds. Separate requirements for rolling stock are set out at 5323(,j)(2)(C) and 49 CFR § 661.11. Rolling stock not subject to a general waiver must be manufactured in the United States and have a 60 percent domestic content. A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification (below) with all bids on FTA-funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certiication must be rejected as non-responsive. This requirement does not apply to lower tier subcontractors. Certification requirement for procurement of steel, iron, or manufactured produc~s. Certificate of Compliance with 49 USC § 5323(j)(1) The bidder or offeror hereby certiies that it will meet the requirements of 49 USC § 5323(j)(1) and the applicable regulations in 49 CFR Part 661. Date Signature Company Name Title Certificate of Non-Compliance with 49 USC § 5323(j)(1) The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 USC § 5323(j)(1), but it may qualify for an exception pursuant to 49 USC § 5323(j)(2)(B) or (j)(2)(D) and the regulations in 49 CFR § 661.7. Date Signature Company Name ... Federa,,y Required and other Model Contract C~,~uses 4 Title Certification requirement for procurement of buses, other rolling stock and associated equipment. Certificate of Compliance with 49 USC § 5323(j)(2)(C). Tine bidder or offeror hereby certifies that it will comply with the requirements of 49 USC § 5323(~)(2)(C) and the regulations at 49 CFR Part 661. Dat~ Siguature Company Name Title Certificate of Non-Corapliance with 49 USC § 5323(j)(2)(C) The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 USC § 5323(j)(2)(C), but may qualify for an exception pursuant to 49 USC § 5323(j)(2)(B) or (j)(2)(D) and the regulations tn 49 CFR § 661.7. Date Signature Company Name Title 3. CARGO PREFERENCE REQUIREMENTS 46 USC § 1241 46 CFR Part 381 Applicability to Contracts The Cargo Preference requirements apply to all contracts involving equipment, materials, or commodit/es that may be transported by ocean vessels. Flow Down The Cargo Preference requirements apply to all subcontracts when the subcontract may be involved with the transport of equipment, material, or commodities by ocean vessel. Model Clause/Language The MARAD regulations at 46 CFR § 381.7 contain suggested contract clauses. The following language is proffered by FTA. ... Feder~...y Required and other Model Contract t.,auses 5 Cargo Preference - Use of Un, ted 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 pursua~tt 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 wifl'dn 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 prec.eding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to the FTA 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. 4. ENERGY CONSERVATION REQUIREMENTS 42 USC § 6321 et seq. 49 CFR Part 18 Applicability to Contracts The Energy Conservation requirements are applicable to all contracts. Flow Down The Energy Conservation requirements extend to all third party contractors and their contracts at every tier and subrecipients and their subagreements at every tier. Model Clause/Language No specific clause is recommended in the regulations because the Energy Conse~wation requirements are so dependent on the state energy conservation plan. The following language has been developed by FTA. Energy Conservation - The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 5. CLEAN WATER REQUIREMENTS 33 USC § 1251 Applicability to Contracts The Clean Water requirements apply to each contract and subcontract which exceeds $100,000. Flow Down The Clean Water requirements flow down to FTA recipients and subrecipients at every tier. Model Clause/Language While no mandatory clause is contained in the Federal Water Pollution Control Act, as amended, the following language developed by FTA contains ail the mandatory requirements. ..~ Federa,~y Required and other Model Contract t,~auses 6 Cl~an'Waier - (1) The Contractor agrees to comply with all appl/cable standards, orders or reguIafions issued pursuant to the Federal Water Pollution Control Act, as amended, 33 USC § 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 FTA and the appropriate EPA Regional Office. (2) The Contractor also agrees to include these requirements in each subcontract exceedihg $100,000 financed in whole or in part with Federal assistance provided by FTA. 6. B. US TESTING 49 USC § 5323(c) 49 CFR Part 665 ApplicabLIity to Contracts The Bus Testing requirements pertain only to the acquisition of Rolling Stock/Turnkey. Flow Down The Bus Testing requirements should not flow down, except to the turnkey contractor as stated in Master Agreement. Model Clause/Language Clause and language therein are merely suggested. 49 CFR Part 665 does not contain specific language to be included in third party contracts but does contain requirements applicable to subrecipients and third party contractors. Bus Testing Certification and language therein are merely suggested. Bus TestSng - The Contractor [Manufacturer] agrees to compl7 with 49 USC § A 5323(c) and FTA's implementing regulation at 49 CFR Part 665 and shall perform the following: 1) A manufacturer of a new bus model or a bus produced with a major change in components or configuration shall provide a copy of the final test report to the recipient at a point in the procurement process specified by the recipient which will be prior to the recipient's final acceptance of the first vehicle. 2) A manufacturer who releases a report under paragraph 1 above shall provide not/ce to the operator of the testing facility that the report ks available to the public. 3) If the manufacturer represents that the vehicle was previously tested, the vehicle being sold should have the ident%al configuration and major components as the vehicle in the test report, which must be provided to the recipient prior to recipient's final acceptance of the first vehicle. If the configuration or components are not identScal, the manufacturer shall provide a description of the change and the manufacturer's basis for concluding that it is not a major change requiring additional testing. 4) If the manufacturer represents that the vehicle is "grand-fathered" (has been used in mass eransit service in the United States before October 1, 1988, and is currently being produced without a major change in configuration or components), the manufacturer shall provide the Federa,.~ Required and other Model Contract C~,,ases 7 name ~nd ~ddre$$ of the recipient of such a vehicle and the details o£ that vehicle's cortfigurat/on and major components. CERTIFICATION OF COMPLIANCE WITH FTA's BUS TESTING REQUIREMENTS The undersigned [Contractor/Manufacturer] certifies that the vehicle offered in this procurement complies with 49 USC § A 5323(c) and FTA's implementing regulation at 49 CFR Part 665. The undersigned understands that misrepresenting the testing status of a vehicle acquired with Federal financial assistance may subject the undersigned to civil penalties as outlined in the Department of Transportation's regulation on Program Fraud Civil Remedies, 49 CFR Part 31. In addition, the undersigned understands that FTA may suspend or debar a manufacturer under the procedures in 49 CFR Part 29. Date: Signature: Company Name: Title: 7. PRE-AWARD AND POST DELIVERY AUDITS REQUIREMENTS 49 USC § 5323 49 CFR Part 663 Applicability to Contracts These requirements apply only to the acquisition of Rolling Stock/Turnkey. Flow Down These requirements should not flow down, except to the turnkey contractor as stated in Master Agreement. Model Clause/Language · Clause and language therein are merely suggested. 49 CFR 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 FTA regulation, "Pre-Award and Post- Delivery Audits of Rolling Stock Purchases," 49 CFR § 663.13. · Specific language for the Buy America certification is mandated by FTA regulation, "Buy America Requirements-Surface Transportation Assistance Act of 1982, as amended," 49 CFR § 661.12, but has been modified to include FTA's Buy America requirements codified at 49 USC § A 5323(j). ~. Federa,,y Required and other Model Contract C~auses 8 Pre-Award and Post-Delivery Audit Requirements - The Contractor agrees to comply with 49 USC § 5323(1) and FTA's implementing regulation at 49 CFR Part 663 and to submit the following certifications: (1) Buy America Requirements: The Contractor shah complete and submit a declaration certifying either compliance or noncomphance with Buy America. If the Bidder/Offeror certifies compliance with Buy America, it shall submit documentation which lists 1) component and subcomponent parts of the rolling stock to be purchased identified by manufacturer of the par~, their country of origin and costs; and 2) the location of the final assembly point for the rol/ing stock, including a descr/ption of the activities that will take place at the final assembly point and the cost of final assembly. (2) Solicitat/on Specification Requirements: The Contractor shah submit evidence that it will be capable of meeting the bid specifications. (3) Federal Motor Vehicle Safety Standards (FMVSS): The Contractor shah submit 1) 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 FTA REQUIREMENr~ FOR BUSES, OTHER ROLLING STOCK, OR'ASSOCIATED EQUIPMENT (To be subraitted with a bid or offer exceeding the small purchase threshold for Federal assistance programs, currently set at $100,000.) Cer~icate of Compliance The bidder hereby certifies that it will comply with the requirements of 49 USC § Section 5323(j)(2)(C), Section 165(b)(3) of the Surface Transportation Assistance Act of 1982, as amended, and the regulations of 49 CFR § 661.11: Date: Signature: Compan7 Name: Title: Certificate of Non-Compliance The bidder hereby certifies that it cannot comply with the requirements of 49 USC § Sect/on 5323(j)(2)(C) and Section 165(b)(3) of the Surface Transportation Assistance Act of 1982, as amended, but may qualify for an exception to the requirements consistent with 49 USC § Federa.y Required and other Model Contract Ctauses 9 Sectio&s 5323(j)(2)(g) or (j)(2)(D), Sections 165('o)(2) or 00)(4) of the Surface Transportation Assistance Act, as amended, and regu/a tions in 49 CFR § 661.7. Date: Signature: Company Name: Title: 8. LOBBYING 31 USC § 1352 49 CFR Part 19 49 CFR Part 20 Applicability to Contracts The Lobbying requirements apply to Construction/Architectural and Engineering/Acquisit/on of Rolling Stock/Professional Service Contract/Operational Service Contract/Turnkey contracts. Flow Down The Lobbying requirements mandate the maximum flow down, pursuant to Byrd Ant/- Lobbying Amendment, 31 USC § 1352(o)(5) and 49 CFR Part 19, Appendix A, Section 7. Mandator7 Clause/Language - Clause and spec/tic language therein are mandated by 49 CFR Part 19, Appendix A. Modifications have been made to the Clause pursuant to Section 10 of the Lobbying Disclosure Act of 1995, PL 104-65 [to be codified at 2 USC § 1601, et seq.l - Lobbying Certification and Disclosure of Lobbying Activities for third party contractors are mandated by 31 USC § 1352(b)(5), as amended by Section 10 of the Lobbying Disclosure Act of 1995, and DOT implementing regulation, e tqestrlctions on Lobbying," at 49 CFR § 20.110(d) - Language in Lobbying Certification is mandated by 49 CFR Part 19, Appendix A, Section 7, which provides that contractors file the certification required by 49 CFR Part 20, Appendix A. Modifications have been made to the Lobbying Certification pursuant to Section 10 of the Lobbying Disclosure Act of 1995. - Use of "Disclosure of Lobbying Activities," Standard Form-LLL set forth in Append/x B of 49 CFR Part 20, as amended by "Govermment wide Guidance For New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96) is mandated by 49 CFR Part 20, Appendix A. Byrd Anti-Lobbying Amendment, 31 USC § 1352, as amended by the Lobbying Disclosure Act of 1995, PL 104-65 [to be codified at 2 USC § 1601, et seq.] - Contractors who apply or bid for an ... Federally Required and other Model Contract Clauses 10 award of $100,000 or more shall file the cer~icahon required by 49 CFR Part20, "New Restrictions on Lobbying." Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay 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 USC § 1352. Each her shah also disclose the name of any re~strant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non-Federal funds with respect to that Federal contract, grant or award covered by 31 USC § 1352. Such disclosures are forwarded from t/er to tier up to the recip, ient. APPENDIX A, 49 CFR Part 20-CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperat/ve Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge and belief, that: (1) 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 Lrffluence an officer or employee of an 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 making lobbying contacts to an officer or employee of any 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 shah complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Resttictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordahce with Section 10 of the Lobbying Disclosure Act of 1995 (PL 104-65, to be codified at 2 USC § 1601, et seq.)] (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all t/ers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certLfication is a material representation of fact upon which reliance was placed ',,,'hen thSs transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, USC § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be Federally Required and other Model Contract Clauses 11 subfect' to a 'civil penalty of not less than $10,000 and not more than $100,000 for each such failure. [Note: Pursuant to 31 USC § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] The Contractor, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, ff any. In addition, the Contractor understands and agrees that the provisions of 31 USC § A 3801, et seq., apply to this certification and disclosure, ff any. Signature of Contractor's Authorized Official Name and Title of Contractor's Authorized Official Date 9. ACCESS TO RECORDS AND REPORTS 49 USC § 5325 18 CFR § 18.36 (i) 49 CFR § 633.17 Applicability to Contracts Reference Chart "Requirements for Access to Records and Reports by Type of Contracts" Flow Down FTA does not require the inclusion of these requirements in subcontracts. Model Clause/Language The specified language is not mandated by the statutes or regulations referenced, but the language provided paraphrases the statutory or regulatory language. Access to Records - The following access to records requirements apply to this Contract: 1. Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C. F. R. 18.36(i), the Contractor agrees to provide the Purchaser, the FTA 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 FTA 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 USC § 5302(a)1, which is receiving federal financial assistance through the programs described at 49 USC § 5307, 5309 or 5311. 2. Where the Purchaser is a State and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 CFR § 633.17, Contractor agrees to provide the Purchaser, the FTA Admirdstrator or his authorized representatives, including any PMO Contractor, access to the Federally Required and other Model Contract Clauses 12 Contractor's records and construction sites pertaining to a major capital project, defined at 49 USC § 5302(a)1, which is receiving federal financial assistance through the programs described at 49 USC § 5307, 5309 or 5311. By definition, a major capital project excludes contracts of less than the simplified acquisition threshold currently set at $100,000. 3. Where the Purchaser enters into a negotiated contract for other than a small purchase or under the simplified acquisition threshold and is an institution of higher education, a hospital or other non-profit organization and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 CFR § 19.48, Contractor agrees to provide the Purchaser, FTA AdrrCnistrator, the Comptroller General of the United States or any of theh: duly authorized representatives with access to any books, documents, papers and record of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. 4. Where any Purchaser which is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 USC § 5325(a) enters into a contract for a capital project or improvement (defined at 49 USC § 5302(a)1) through other than competitive bidding, the Contractor shall make available records related to the contract to the Purchaser, the Secretary of Transportation and the Comptroller General or any authorized officer or employee of any of them for the purposes of conducting an audit and inspection. 5. The Contractor agrees to perm/t any of the foregoing parties to reproduce b7 any means whatsoever or to copy excerpts and transcriphons as reasonably needed. 6. The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR § 18.39(0(11). 7. FTA does not require the inclusion of these requirements in subcontracts. Requirements for Access to Records and Reports by Types of Contract Contract Operatio Turnkey Constmcti Architectu Acquisitio Pr0fegsiOn Characteristi naI on ral n of al Services cs Service Engineeri Roiling ; Contract StOck [ i'Siate ........ Grantees None Those None None None None imposed on a. Contracts state pass below SAT None thru to Yes, if ! None None , None ($100,000) unless~ Contractor non- unless unless i unless non- comvetitiv non- non- non- Federa.,y Required and other Model Contract t..auses 13 Contracts compe e award or competifiv compe~t/v compe~v above ye award if funded e award e award e award $100,000/Ca thru2 pital Proiects 5307/5309 ....... /5317 ............ Grantees Those Yes3 imposed on Yes Yes Yes Yes a. Contracts ~ non-state below SAT Yes3 Grantee Yes Yes Yes Yes ($100,000) pass thru to b. Contracts Contractor above $100,000/Ca pit~l Projec, ts .............. Sources of Authority: ~ 49 USC § 5325 (a) 2 49 CFR § 633.17 318 CFR § 18.36 (i) 10. FEDERAL CHANGES 49 CFR Part 18 Applicability to Contracts The Federal Changes requirement applies to all contracts. Flow Down The Federal Changes requirement flows down appropriately to each applicable changed requirement. Model Clause/Language No specific language is mandated. The foIJowing language has been developed by FTA. Federal Changes - Contractor shah at all times comply with all applicable FTA regulations, policies, procedures and directives, including without lirrdtation those listed directly or by reference in the Agreement (Form FTA MA (6) dated October, 1999) between Purchaser and FTA, 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. 11. CLEAN AIR 42 USC § 7401 et seq. 40 CFR § 15.61 49 CFR Part 18 Applicability to Contracts ,., Federally Required and other Model Contract Clauses 14 The Clean Air requirements apply to all contracts exceeding $100,000, including indefinite quantifies where the amotmt is expected to exceed $100,000 in any year. Flow Down The Clean Air requirements flow down to all subcontracts that exceed $100,000. Model Clauses/Language No specific language is required. FTA has proposed the following language. Cleart Air - (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 USC § 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 FTA 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 FTA. 12. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT 40 USC § 327 -333 (1995) 29 CFR § 5 (1995) 29 CFR § 1926 (1995) Apphcabi[ity to Contracts Section 102 of the Act, which deals with overtime requirements, apphes to: - all construction contracts in excess of $2,000 and; - ail turnkey, rolling stock and operational contracts (excluding contracts for transportation services) in excess of $2,500. (The dollar threshold for ti'ds requirement is contained in the current regulation 29 CFR § 5.15.) Section 107 of the Act that deals with OSHA requirements applies to construction contracts in excess of $2,000 only. The requirements of this section do not apply to contracts or subcontracts for the purchase of supplies or materials or articles normally available on the open market. Flow Down Apphes to tlzird party contractors and subcontractors. Model Clauses/Language Pursuant to Section 102 (Overtime): ( These clauses are specifically mandated under DOL regulation 29 CFR § 5.5 and when preparing a construction contract in excess of $2,000 these clauses should be used in conjunction with the Davis-Bacon Act clauses as discussed previously. For nonconstruction contracts, this is the onl7 section required along with the payroll section.) Federa~ty Required and other Model Contract Clauses 15 (l) OvertiMe requirements - No contractor or subcontractor contracting for any part o[ He con~ract work which may require or involve the employment of laborers or mechanics shah 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-haft times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; habflity for unpaid wages; liquidated damages - In the event of any violatSon of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shah be table for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States for liquidated damages. Such hquidated 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 (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 or recipient ) shall upon its own action or upon written request of an authorized representative of the Department of Labor witl~hold 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 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 be 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) Subcontracks - The contractor or subcontractor shall insert in any subcontracts the clauses set forth in this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in this section. ( Section 102 nonconstruction contracts should also have the following provision:) (5) 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 shah 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 lCo)(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 mechamc include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section l(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 ,., Federally Required and other Model Contract Clauses 16 the plan or program is £inanciedly responsible, and that the plan or program has been corarnunicated 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 registraibon 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. Section 107 (OSHA): (This section is applicable to construction contracts only) Contract Work Hours and Safety Standards Act - (i) The Contractor agrees to comply with section 107 of the Contract t Work Hours and Safety Standards Act, 40 USC § section 333, and applicable DOL regulations, "Safety and Health Regulations for Construction" 29 CFR Part 1926. Among other things, the Contractor agrees that it will not require any laborer or mechanic to work in unsanitary, hazardous, or dangerous surroundings or working conditions. (ii)Subcontracts - The Contractor also agrees to include the requirements of this section in each subcontract. The term "subcontract" under this section is considered to refer to a person who agrees to perform any part of the labor or material requirements of a contract for construction, alteration or repair. A person who undertakes to perform a portion of a contract involving the furnishing of supplies or materials will be considered a "subcontractor" under this section if the work in question involves the performance of construction work and is to be performed: (1) directly on or near the construction site, or (2) by the employer for the specific project on a customized basis. Thus, a supplier of materials which will become an integral part of the cons~uction is a "subcontractor" if the supplier fabricates or assembles the goods or materials in question specifically for the construction project and the work involved may be said to be construction activity. If the goods or materials in question are ordinarily sold to other customers from regular inventory, the supplier is not a "subcontractor." The requirements of this section do not apply to contracts or subcontracts for the purchase of supplies or materials or articles normall7 available on the open market. 13. NO GOVERNMENT OBLIGATION TO THIRD PARTIES Applicability to Contracts Applicable to all contracts. Flow Down Not required by statute or regulation for either primary contractors or subcontractors, this concept should flow down to all levels to clarify, to all parties to the contract, that the Federal Government does not have contractual liability to third parties, absent specific written consent. Model Clause/Language While no specific language is required, FTA has developed the following language. No Obligation by the Federal Government. ~., Federally Required and other Model Contract Clauses 17 (1) The Purchaser and Cont-racfor acknowledge and agree that, notwlthstand/.ng 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 shah 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 FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. 14. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS 31 USC § 3801 et seq. 49 CFR Part 31 18 USC § 1001 49 USC § 5307 Applicability to Contracts These requirements are applicable to all contracts. Flow Down These requirements flow down to contractors and subcontractors who make, present, or submit covered claims and statements. Model Clause/Language These requirements have no specified language, so FTA proffers the following language. Program Fraud and False or Fraudulent Statements or Related Acts. (1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 USC § 3801 et seq.. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 CFR 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 FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that ff it makes, or causes to be made, a false, fictitious, or fraududent 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. (2) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, subrrdssion, 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 FTA under the authority of 49 USC § 5307, the Government reserves the right to impose the penalties of 18 USC § 1001 and 49 USC § 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate. Federa,,y Required and other Model Contract C,,:uses 18 (3) Tae Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with FederaI ass/stance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. 15. TERMINATION 49 USC Part 18 FTA Circular 4220.1D Applicability to Contracts All contracts (with the except/on of contracts with nonprofit organizations and institutions of high'er education,) in excess of $10,000 shall contain suitable provisions for termination by the grantee including the manner by which it will be effected and the basis for settlement. (For contracts with nonprofit organizations and institutions of higher education the threshold is $100,000.) In addition, such contracts shall describe conditions under which the contract may be terminated for default as well as conditions where the contract may be terminated because of circumstances beyond the control of the contractor. Flow Down The termination requirements flow down to all contracts in excess of $10,000, with the exception of contracts with nonprofit organizations and inshtutions of higher learning. Model Clause/Lanomaage FTA does not prescribe the form or content of such clauses. The following are suggestions of clauses to be used in different types of contracts: a. Termination for Convenience (General Provision) The City of Port Arthur may terminate this contract, in whole or in part, at any time by written notice to the Contractor when it is in the Government's best interest. The Contractor shall be paid its costs, including contract closeout costs, and profit on work performed up to the t/me of termination. The Contractor shall promptly submit its term/nation claim to City of Port Arthur to be paid the Contractor. If the Contractor has any property in its possession belonging to the City of Port Arthur, the Contractor will account for the same, and dispose of it in the manner the City of Port Arthur directs. b. Term/nation for Default [Breach or Cause] (General Provision) If the Contractor does not deliver supplies in accordance with the contract delivery schedule, or, if the contract is for services, the Contractor fails to perform in the mariner called for in the contract, or ff the Contractor fails to comply with any other provisions of the contract, the City of Port Arthur may terminate this contract for default. Termination shall be effected by serving a notice of termination on the contractor setting forth the manner in which the Contractor is in default. The contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the contract. If it is later determined by the City of Port Arthur that the Contractor had an excusable reason for not performing, such as a strike, fire, or flood, events which are not the fault of or are beyond the control of the Contractor, the City of Port Arthur, after setting up a new delivery of Federally Required and other Model Contract Clauses 19 performance schedule, may allow the Contractor to continue work, or treat the term/na~n as a termina fion for convenience. c. O?portuni~y to Cure (General Provision) The City of Port Arthur in its sole discretion may, in the case of a termination for breach or default, allow the Contractor [an appropriately short period of time] in which to cure the defect. In such case, the notice of terrrfination wig state the time period in wlfich cure is permitted and other appropriate conditions If Contractor fails to remedy to City of Port Arthur's satisfaction the breach or default or any of the terms, covenants, or conditions of this Contract within [ten (10) days] after receipt by Con~ractor or written notice from City of Port Arthur setting forth the nature of said breach or default, City of Port Arthur shall have the right to terminate the Contract without any further obligation to Contractor. Any such termination for default shag not in any way operate to preclude City of Port Arthur from also pursuing al1 available remedies against Contractor and its stLreties for said breach or default. d. Waiver of Remedies for any Breach In the event that City of Port Arthur elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this Contract, such waiver by City of Port Arthur shall not limit City of Port Arthur's remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. e. Termination for Convenience (Professional or Transit Service Contracts) The City of Port Arthur, by written notice, may terminate th~s con~ract, in whole or in part, when it is in the Government's interest. If this contract is terminated, the Recipient shall be liable only for payment under the payment provisions of this contract for services rendered before the effective date of termination. f. Termination for Default (Supplies end Service) If the Contractor fails to deliver supplies or to perform the sezwices within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the City of Port Arthur may terminate this contract for default. The City of Port Arthur shaI1 terminate by delivering to the Contractor a Notice of Term/nation specifying the nature of the default. The Contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner or performance set forth in this contract. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as ff the termination had been issued for the convenience of the Recipient. g. Termination for Default (Transportation Services) If the Contractor fails to pick up the commodities or to perform the services, including delivery services, within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the City of Port Arthur may term/hate this contract for default. The City of Port Arthur shah terminate by deliverLng to the Contractor a Notice of Termination specifying the natz~re of default. The Contractor will only be paid the contract price for services performed in accordance with the manner of performance set forth in this contract. Federm~y Required and other Model Contract C,auses 20 If thls ~ontr'act is terminated while the Contractor has possession of Recipient goods, the Conh'ac~or shall upon direction o£ the City of Port Arthur, protect and preserve the goods until surrendered to the Recipient or its agent. The Contractor and City of Port Arthur shah agree on payment for the preservation and protection of goods. Failure to agree on an amount will be resolved under the Dispute clause. IL after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as ff the termination had been issued for the convenience of the City of Port Arthur h. Tdrmination for Default (Construction) If the Contractor refuses or fails to prosecute the work or any separable part, with the diligence that will insure its completion within the time specified in this contract or any extension or fa/is to complete the work within this time, or ff the Contractor fails to comply with any other provisions of tlm contract, the City of Port Arthur may terminate this contract for default. The City of Port Arthur shall terminate by delivering to the Contractor a Not/ce of Terminat/on specifying the nature of the default. In this event, the Recipient may take over the work and compete it by contract or otherwise, and may take possession of and use any materials, appliances, and plant on the work site necessary for completing the work. The Contractor and its surer/es shall be liable for any damage to the Recipient resulting from the Contractor's refusal or failure to complete the work within specified time, whether or not the Contractor's right to proceed with the work is terminated. This liabii/ty includes any increased costs incurred by the Recipient in completing the work. The Contractor's right to proceed shall not be terminated nor the Contractor charged with damages trader this clause il- l. the delay in completing the work arises from urfforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such causes include: acts of God, acts of the Redpient, acts of another Contractor in the performance of a contract with the Recipient, epidemics, quarantine restrictions, strikes, freight embargoes; and 2. the contractor, within [10] days from the begirming of any delay, notifies the City of Port Arthur in writing of the causes of delay. If in the judgment of the City of Port Arthur, the delay is excusable, the time for completing the work shall be extended. The judgment of the City of Port Arthur shall be final and conclusive on the parties, but subject to appeal under the Disputes clauses. If, after termination of the Contractor's right to proceed, it is determined that the Contractor was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the termination had been issued for the convenience of the Recipient. i. Termination for Convenience or Default (Architect and Engineering) The City of Port Arthur may terminate this contract Ln whole or in part, for the Recipient's convenience or because of the failure of the Contractor to fulfi/l the contract obligations. The City of Port Arthur shah tern'finate by delivering to the Contractor a Notice of Termination specifying the nature, extent, and effective date of the termination. Upon receipt of the notice, the Contractor shah in'm~ediatel7 disconhnue all services affected (unless the notice directs otherwise), and (2) Federa,,y Required and other Model Contract Clauses 21 delive~ to the Con,ratting Officer all data, drawings, specifications, reports, estimates, sunm~aries, and other information and materials accumulated in performing this contract, whether completed or in process. If the termination is for the convenience of the Recipient, the Contracting Officer shall make an equitable adjustment in the contract price but shah allow no anticipated profit on unperformed services. If the termination is for failure of the Contractor to fulfill the contract obligations, the Recipient may complete the work by contact or otherwise and the Contractor shall be liable for any addi'tionaI cost incurred by the Recipient. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in defaalt, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Recipient. j. Termination for Convenience of Default (Cost-Type Contracts) The City of Port Arthur may terminate this contract, or any portion of it, by serving a notice or termination on the Contractor. The notice shall state whether the termination is for convenience of the City of Port Arthur or for the default of the Contractor. If the termination is for default, the notice shall state the manner in which the contractor has failed to perform the requirements of the contract. The Contractor shall account for any property in its possession paid for from funds received from the City of Port Arthur, or property supplied to the Contractor by the Ci,ty of Port Arthur If the termination is for default, the City of Port Arthur may fix the fee, if the contract provides for a fee, to be paid the contractor in proportion to the value, if any, of work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the City of Port Arthur and the parties shall negotiate the termination settlement to be paid the Contractor. If the termination is for the convenience of the City of Port Arthur, the Contractor shall be paid its contract closeout costs, and a fee, ff the contract provided for payment of a fee, in proportion to the work performed up to the time of termination. If, after serving a notice of termination for default, the City of Port Arthur determines that the Contractor has an excusable reason for not performing, such as strike, fire, flood, events which are not the fault of and are beyond the control of the contractor, the City of Port Arthur, after setting up a new work schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. 16. GOVERNMENT-WIDE DEBARMENT AND SUSPENSION (NON-PROCUREMENT) 49 CFR Part 29 Executive Order 12549 Applicability to Contracts Executive Order 12549, as implemented by 49 CFR Part 29, prohibits PTA recipients and sub- recipients from contracting for goods and services from organizations that have been suspended or debarred from receiving Federally assisted contracts. As part of their applications each year, recipients are required to submit a certification to the effect that they will not enter ... Federally Required and other Model Contract Clauses 22 into contracts over $100,000 wiLh suspended or debarred contractors and that they wi11 require their contractors (and their subcontractors) to make the same certification to them. Flow Down Contractors are required to pass this requirement on to subcontractors seeking subcontracts over $100,000. Thus, the terms "lower tier covered participant" and "lower her covered transaction" include both contractors and subcontractors and contracts and subcontracts over $100,000. Mod~l Clause/Language (Instructions) The certification and instruction language is contained at 29 CFR Part 29, Appendix B, and must be included in IFB's and P',FP's [for inclusion by contractors in their bids or proposals] for all contracts over $100,000, regardless of the type of contract to be awarded. · Certification Regarding Debarment, Suspension, and Other Responsibility Matters Lower Tier Covered Transactions (Third Party Contracts over $100,000). Instructions for Certification 1. By signing and submitting this bid or proposal, the prospective lower tier participant is providing the signed certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when th2s transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, City of Port Arthur may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to City of Port Arthur if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," :"participant," "persons," "lower tier covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549 [49 CFR Part 29]. You may contact City of Port Arthur for assistance in obtaining a copy of those regulations. $. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not 'knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized in writing by City of Port Arthur 6. The prospective lower tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Feder~.,,y Required and other Model Contract Ctauses 23 Vol~mtary Exclusion - Lower Tier Covered Tr ansactioff', without modification, in all lower tier covered transactions and in aii solicitations for lower t/er covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List issued by U.S. General Service Administration. 8. Ncthing contained in the foregoing shall be construed to require establishment of system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under Paragraph 5 of these instructions, if a participant in a covered transaction kno*vingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to all remedies available to the Federal Government, City of Port Arthur may pursue avai/able remedies including suspension and/or debarment. "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction" (1) The prospective lov:er tier participant certifies, b7 subrrrission of this bid or proposal, that neither it nor its "principals" [as defined at 49 CFR § 29.105(p)] is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) When the prospective lower tier participant is unable to certify to the statements in this certification, such prospective participant shall attach an explanation to this proposal. 17. PRIVACY ACT 5 USC § 552 Applicability to Contracts When a grantee maintains files on drug and alcohol enforcement activities for FI'A, and those files are organized so that information could be retrieved by personal identifier, the Privacy Act requirements apply to all contracts. Flow Down The Federal Privacy Act requirements flow down to each third party contractor and their contracts at every tier. Model Clause/Language The text of the following clause has not been mandated by statute or specific regulation, but has been developed b7 FTA. .. Feder,~dy Required and other Model Contract Clauses 24 Contracts Involvfl~g Federal Privacy Act Requirements - The following requirements apply to the Contractor and its employees that adm/rdster any system of records on behalf of the Federal Government under any contract: (1) The Contractor agrees to comply with, and assures the compliance of its employees with, the information restrictions and other applicable requirements of the Privacy Act of 1974, 5 USC § 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. (2) 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 FTA. 18. CIVIL RIGHTS REQUIREMENTS 29 USC § 623, 42 USC § 2000 42 USC § 6102, 42 USC § 12112 42 USC § 12132, 49 USC § 5332 29 CFR Part 1630, 41 CFR Parts 60 et seq. Applicability to Contracts The Civil Rights Requirements appiy to all contracts. Flow Down The Civil Rights requirements flow down to all third party contractors and their contracts at every tier. Model Clause/Language The following clause was predicated on language contained at 49 CFR Part 19, Appendix A, but FTA has shorten the lengthy text. Civil Rights - The following requirements apply to the underlying contract: (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 USC § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 USC § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 USC § 12132, and Federal transit law at 49 USC § 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 FTA may issue. Federany Required and other Model Contract Clauses 25 (2) Equal Em?loyrnent Opportuni~ - The following equal employmene opportunity requirements apply to the underlying contract: (a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 USC § 2000e, and Federal transit laws at 49 USC § 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 CFR 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 USC § 2000e note), and with any apphcable 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 terrrdnahon; 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 FTA may issue. (b) Age - In accordance with section 4 of the Age Discrin~ination in Employment Act of 1967, as amended, 29 USC § 623 and Federal transit law at 49 USC § 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 FTA may issue. (c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 USC § 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 CFR Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (3) The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. 19. BREACHES AND DISPUTE RESOLUTION 49 CFR Part 18 FTA Circular 4220.1D Applicability to Contracts All coneracts in excess of $100,000 shall contain provisions or condit/ons which will allow for admirdstrative, 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. ,.. Feder,~,~y Required and other Model Contract Clauses 26 Flow Down The Breaches and Dispute Resolutions requirements tong do~vn to al/tiers. Model Clauses/Language FTA does not prescribe the form or content of such provisions. What provisions are developed wilI depend on the circumstances and the type of contract. Recipients should consult legal counsel in developing appropriate clauses. The following clauses are examples of provisions from various FTA third party contracts. Disgutes - Disputes arising in the performance of this Contract which are not resolved by a~reement of the parries shall be decided in writing by the authorized representarive of City of Port Arthur's [title of employee]. Th/s decision shall be final and conclusive unless within [ten (10)] days from the date of receipt of its copy, the Contractor mails or otherwise furnishes a written appeal to the [rifle of employee]. In connecrion with any such appeal, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its posirion. The decision of the [title of employee] shall be binding upon the Contractor and the Contractor shall abide be the decision. Performance During Dispute - Unless otherwise directed by City of Port Arthur, Contractor shall continue performance under this Contract while matters In dispute are being resolved. Claims for Damages - Should either party to the Contract suffer injury or damage to person or property because of any act or orrdssion of the party or of any of his employees, agents or others for whose acts he is legally liable, a claim for damages therefor shall be made in writing to such other party within a reasonable time after the first observance of such injury of damage. Remedies - Unless this contract provides otherwise, all claims, counterclaims, disputes and other matters in question between the City of Port Arthur and the Contractor arising out of or relating to this agreement or its breach will be decided by arbitrarion if the parties mutually agree, or in a court of competent jurisdiction within the State in which the City of Port Arthur is located. Rights and Remedies - The duries and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a Limitarion of any duties, obligations, rights and remedies otherwise imposed or available by law. No acrion or failure to act by the City of Port Arthur, (Architect) or Contractor shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such acrion or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed In writing. 20. DISADVANTAGED BUSINESS ENTERPRISE (DBE) 49 CFR Part 26 Applicability to Contracts DEE provisions only apply to all DOT-assisted contracts. Disadvantaged Business Enterprise Provision Fede~,,,ly Required and other Model Contract Clauses 27 1. The Federal Fiscal Year goal has been set by City of Port Arthur in an attempt to match projected procurements with available qualified disadvantaged businesses. City of Port Arthur's goals for budgeted service contracts, bus parts, and other material and supplies for Disadvantaged Business Enterprises have been estabhshed by Cit7- of Port Arthur as set forth by the Department of Transportation Regulations 49 CFR Part 23, March 31, 1980, and amended by Section 106(c) of the Surface Transportation Assistance Act of 1987, and is considered pertinent to any Contract Agreement resulting from this request for proposal. If a ~pedfic DBE goal is assigned to this Contract Agreement, it will be clearly stated in the Special Specifications, and if the Contractor is found to have failed to exert sufficient, reasonable, and good f~th efforts to involve DBE's in the work provided, City of Port Arthur may declare the Contractor non-complaint end in breach of Contract Agreement. If a goal is not stated in the Special Specifications, it will be understood that no specific goal is assigned to this Contract Agreement. (a) Policy - It is the pohcy of the Department of Transportation and City of Port Arthur that Disadvantaged Business Enterprises, as defined in 49 CFR Part 26, and as amended in Section 106(c) of the Surface Transportation and Uniform Relocation Assistance Act of 1987, shall have the maximum opportunity to participate in the performance of Contract Agreement financed in whole or in part with federal funds under this Contract Agreement. Consequently, the DBE requirements of 49 CFR Part 26 and Section 106(c) of the STURAA of 1987, apply to th_is Contract Agreement. The Contractor agrees to ensure that DBE's as defined in 49 CFR Part 26 and Section 106(c) of the 5TURAA of 1987, have the maximum opportunity to participate in the whole or in part with federal funds provided under this Contract Agreement. In this regard, the Contractor shall take ell necessary and reasonable steps in accordance with the regulations to ensure that DBE's have the maximum opportunity to compete for and perform subcontracts. The Contractor shall not discriminate on the basis of race, color, national origin, rehgion, sex, age or physical handicap in the award and performance of subcontracts. It is further the policy of City of Port Arthur to promote the development and increase the participation of businesses owned and controlled by disadvantaged. DBE involvement in all phases of City of Port Arthur's procurement activities is encouraged. (b) DBE obligation - The Contractor end its subcontractors agree to ensure that disadvantaged businesses have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with federal funds provided under the Contract Agreement. In that regard, ell Contractors and subcontractors shah take all necessary and reasonable steps in accordance with 49 CFR Part 26 as amended, to ensure that minority business enterprises have the maximum opportunity to compete for end perform contracts. (c) Where the Contractor is found to have failed to exert sufficient reasonable and good faith efforts to involve DBE's in the work provided, the City of Port Arthur may declare the Contractor non-complaint end in breach of Contract Agreement. Feder,,,~y Required and other Model Contract Clauses 28 (d) ¢he Con~ractor w~l keep records and documents for a reasonable t/me £ollowhng performance o~ tlais Contract Agreement to indicate compliance With City of Port Arthur's DBE program. These records and documents will be made available et reasonable times and places for inspection by any authorized representative of City of Port Arthur and will be submitted to City of Port Arthur upon request. (e) City of Port Arthur will provide affirmative assistance as may be reasonable and necessary to assist the prime Contractor in implementhag their progran~s for DBE participation. The assistance may include the following upon request: * Identification of qualified DBE * Available hsting of Minority Assistance Agencies * Holding bid conferences to emphasize requirements 2. DBE Program Definitions, as used in the Contract Agreement: (a) Disadvantaged business "means a small business concern": i. Which is at least 51 percent owned by one or more socially and economically cllsadvantaged individuals, or, in the case of any publid7 owned business, at least 51 percent of the stock of wi'rich is owned by one or more socially and economically disadvantaged individuals; and ii. Whose management and daily business operations are controlled by one or more of the socially and economically disadvantaged individuals who own it. or iii. Which is et least 51 percent owned by one or more women individuals, or in the case of any publicly owned business, at least 51% of the stock of which is owned by one or more women individuals; and iv. Whose management and daily business operat/ons are controlled by one or more women individuals who own it. (b) "Small business concern" means a small business as defined by Section 3 of the Small Business Act and Appendix B - This section is being developed to reflect the new rule in 49 CFR Part 26. 21. STATE AND LOCAL LAW DISCLAIMER Applicability to Contracts This disclaimer applies to all contracts. Flow Down Federa,,y Required and other Model Contract Clauses 29 The'Disclaimer has unlimited flow down. Model Clause/Language FTA has developed the following language. State and Local Law Disclaimer - The use of ma_ny of the suggested clauses are not governed by Federal law, but are significantly affected by State law. The language of the suggested clauses may need to be rnodkfied depending on state law, ,-md that before the suggested clauses are used in the grantees procurement documents, the grantees should consult with their local attorney. 22. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS FTA Circular 4220.1D Applicability to Contracts The incorporation of FTA terms applies to ali contracts. Flow Down The incorporation of FTA terms has unlimited flow do*vn. Model Clause/Language FTA has developed the following incorporation of terms language: Incorporation of Federal Transit AdministratSon (FTA) Terms - The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, ,,~'hether or not expressly set forth in the preceding contract provisions. All contractual provisions required b7 DOT, as set forth in FTA Circular 4220.1D, dated April 15, 1996, are hereby incorporated by reference. Anything to the contrary herein notwithstandLng, ali FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any (name of grantee) requests which would cause (name of grantee) to be in violation of the FTA terms and conditions. CITY OF PORT ARTHUR SPECIFICATIONS & BID FORMS PAGES 1-8 CITY OF PORT ARTHUR~ TEXAS TRANS IT DEPARTMENT . SERVICE CENTER SPECIFICATIONS FOR: Janitorial Services for Transit System Service Center Building Maintenance ADMINISTRATIVE OFFICES & DRIVERS' ROOM (MONDAY THROUGH FRIDAY): -- Sweep, dust mop, and/or vacuum all tile floors and buff all f%oors, including office restrooms, with a 1300 rpm high speed buffer. -- Wash and dust desks, chairs, lamps, office furniture (no Endust allowed anywhere). -- Clean and wash all formica counter tops thoroughly. -- Clean and polish daily..(with stainless steel cleaner) the rear office utility sink.and faucet fixture. -- Clean and wash all ashtrays. -- Clean doors and door frames. -- Clean around wall switches in all rooms. -- Pick up trash off floors, empty and reline trash containers with new liners. -- Damp mop tile floors as needed, special attention to the floor area next to walls, file dabinets, book cases, etc. will be needed. -- Clean office restroom commode, mirror, lavatory sink and fixtures thoroughly. P~STROOMS AND SHOWERS (MONDAY THROUGH FRIDAY): -- Damp mop floors as needed. -- Polish all metal and clean all mirrors. -- Clean and polish daily (with stainless steel cleaner) the water fountain. -- Clean all commodes, urinals, lavatory sinks and fixtures thoroughly. -- Refill soap, towel (using appropriate type of towels & filled so towels dispense properly), and toilet paper containers. -- Clean doors, door frames, and formica counter tops thoroughly. -- Clean around wall Switches in restrooms. %~EKLY: -- Sweep entire §arage area. -- Clean oil and grease on garage floor area. SPECIFICATIONS FOR ~ Nz~0RIAL SERVICES ..' IRA/q$IT.DEPARTMENT SERVICE CENTER (ContinUed) SECURITY NOTE: -- Bidder will be held responsible for securing all entrances as well as disarming and rearming the Building's Electronic Security/Fire Alarm System. QUALITY ASSURANCE: -- Providing Transit Management with a Janitorial Services compliance checklist, bi-weekly, will be a requirement in meeting contract specifications and payment. For additional information or an inspection of the facility, contact Mr. Tom Kestranek at 983-8767. SPECIFICATIONS FOR ~ J~fORIAL SERVICES TRANSIT.DEPARTMENT SERVICE CENTER (Continued) WEEKLY: -- Clean all ventilation ducts and light fixtures in main office. -- Clean all cold air return vents in main office ceiling. -- Clean ledges and window sills, and mini blinds in main offices. -- Lightly strip, wax, and buff all tile floors. BI-WEEKLY: -- Supervisor~ill monitor work and see that it is done to specifications. A compliance checklist will be submitted to Transit Management bi-weekly. ~UARTERLY: -- Strip, reseal, and wax all tile floors (Administrative offices, Driver's room, rest room, and rear office). -- Clean all windows in main office. CLEANING SERVICES NOT REQUIRED BY BIDDER: -- Bidder will not be required to clean or maintain maintenance office, located within the garage area of the building. Admittance into the maintenance office - is restricted. SUPPLIES FIrRIqISHED BY THE BIDDER: -- Cleaners; bowl cleaner; wax remover and wax; dustmop; damp mops, brooms; buffer; vacuum cleaner; furniture polish and anything else pertaining to cleaning. Plastic liners for all trash containers in main office, restrooms, and driver's room. SUPPLIES NOT TO BE FURNISHED BY THE BIDDER: -- Unless directed by Transit Management, bidder is NOT TO furnish paper towels, toilet tissue,'deodorant blocks, or light bulbs. TERMINATION OF CONTRACT If, through any cause, the Contractor shall £ail to fulfill in a timely and proper manner his obligations under this contract, or i£the Contractor shall violate any of the convenants, agreements or stipulations o£ 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 cf£¢ctive date thereof, at least fifteen (15) days be£ore the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved o£ liability to the City for damages sustained by the City by virtue o£ any breach o£ the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose o£ set-off until such time as the exact amount of damages due the City from the Contractor is determined. INSPECTIONS Unscheduled job-site inspections will be performed by the City of Port Arthur Transit Depa~ment. Representatives. Failure to abide by the City's specifications will be grounds for immediate termination of the contract. A minimum of two (2) monthly daylight inspections may be made by the City of Port Arthur Transit Department Representative. CUSTODIAN COMPLAINTS & SERVICE REPORTS Custodian Complaints & Service Reports, from employees of the Transit Department will be turned into the Transit Director. Janitorial Service Contractor shall pick up request and take corrective action immediately. TERM OF CONTRACT This contract will be a three year contract BID PROPOSAL BID OPENING DATE: March 9, 2005 Bid Proposal For: JANITORIAL SERVICE TRANSIT DEPARTMENT The undersigned ., doing business in the City/Town of , submits herewith, in conformity with the General Instructions, Conditions, and Specifications for the following Bid: OUTLINE OF BID DATA: ITEM QUAN UOM DESCRIPTION UNIT COST TOTAL COST 1 12 MTH JANITORIAL SERVICE FOR TRANSIT TERMINAL $ $ 2 12 MTH JANITORIAL SERVICE FOR SERVICE CENTER $ $ Receipt of addenda is acknowledged: No. I Dated Received COMPANY NAME STREET ADDRESS SIGNATURE OF BIDDER PO. BOX (PRINT OR TYPE NAME) CITY STATE ZIP TITLE AREA CODE TELEPHONE NO. BID OPENING DATE: March 9, 2005 CITY OF PORT ARTHUR INSTRUCTIONS TO BIDDER Bidders are requested to furnish their complete REMIT TO ADDRESS and TAX IDENTIFICATION NUMBER as indicated below: REMIT PAYMENT TO: COMPANY ADDRESS CITY/STATE/ZIP SEND PURCHASE ORDER TO: COMPANY ADDRESS CITY/STATE/ZIP TAX IDENTIFICATION NUMBER AFFIDAVIT All pages in thc offcrcr's bid proposal containing statements, letters, etc., shall be signed by a duly authorized officer o£the company, whose signature is binding on the bid proposal. The undersigned offers and agrees to one o£the following: __ I h~reby certigy that I do not have outstanding debts with the City of Port Artbur~ Further, I agree to pay succeeding debts as they become due during this agreement. __ I hereby certi~ that I do have outstanding debts with the City o£ Port Arthur and agree to pay said debts prior to execution o£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. NAME OF OFFERER: TITLE ADDRESS CITY/STATE/ZIP TELEPHONE NUMBER SIGNATURE SUBSCRIBED AND SWORN to before me by the above named on this the day of ,20__ Notary Public in and for the State of RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL CONFLICT OF INTEREST STATEMENT Please delineate all owners of your company. If you have any contractual business relationship or family relationship with any member of the governing body of the City or if you expect this to occur, please so state: Signature 8 CITY OF PORT ARTHUR GENERAL SPECIFICATIONS PAGES 1- 10