Loading...
HomeMy WebLinkAboutPR 17240: TRANSIT RENOVATIONSTRANSIT DEPARTMENT MEMORANDUM TO: Floyd Johnson, City Manager FROM: Debra D. Ambroise, Transit Planner SUBJECT: P.R. No. 17240- Transit Renovations DATE: September 5, 2012 RECOMMENDATION: I recommend that the City Council award Proposed Resolution No. 17240 for Transit Renovations to N & T Construction Company of Beaumont Texas in an amount not to exceed $876,000. BACKGROUND: Purchasing received four bids on August 29, and two (2) bids were disqualified due to being unresponsive. The following is the tabulation of bids received. BIDDERS) Goss Builders ................ Beaumont. Texas ................................ $1,015,000 Icon Builders .................Port Arthur, Texas ............................... SQU IFIED DI AL N &T Construction .......... Beaumont, Texas ........ .......................$876,000 Patriot Security ..............Nederland, Texas ............................... DISQUALIFIED BUDGETARY /FISCAL EFFECT: Funding for the renovations has been allocated through Federal Grant(s). The cost shall be covered by Grant No. TX -90 -X859, and ARRA I Grant No. TX -96 -X040. STAFFING/EMPLOYEE EFFECT: The proposed renovations will ensure the employees of the Port Arthur Transit Department will be housed in a code compliant building. SUMMARY: I recommend that the City Council award Proposed Resolution No. 17240 for Transit Renovations to N & T Construction Company of Beaumont Texas in an amount not to exceed $876,000. P.R. No. 17240 9/5/2012 DDA Page 1 of 2 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH N &T CONSTRUCTION OF BEAUMONT, TEXAS, FOR RENOVATIONS OF THE TRANSIT SERVICE BUILDING IN AN AMOUNT NOT TO EXCEED $876,000. FUNDING ALLOCATED IN ACCOUNT NO(S).401- 1509 - 561.82 -00 (FEDERAL GRANT #TX -90 -X859) AND 402 - 1508 - 561.82 -00 (FEDERAL GRANT #TX- 96- X040). WHEREAS, the City of Port Arthur Transit Department has received funding for renovations to the Transit Service Building located at 320 Dallas Avenue; and, WHEREAS, Four bids were received on August 29, 2012, and bids were disqualified due to being unresponsive as delineated in (Exhibit "A "); and, WHEREAS, N & T Construction of Beaumont, Texas was the lowest and most responsive bidder per contract (Exhibit `B "); and, WHEREAS, in accordance with the Federal Transit Administration (FTA) Rules and Regulations, the contract awardee has read and signed all of the federally required contract clause for construction services contract as delineated in Exhibit "C ". NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF PORT ARTHUR: THAT, the facts and opinions in the preamble are true and correct. THAT, the City Manager is hereby authorized to enter into a contract with N & T Construction of Beaumont Texas for renovations of the Transit Service Building in an amount not to exceed $876,000. THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. - - _ _ - __ __t - MFrr P.R. No. 17240 9/5/2012 DDA Page 2 of 2 READ, ADOPTED, AND APPROVED this the October, A.D. 2012, at a Regular Meeting of the City Council of Port Arthur Texas, by the following vote: AYES: MAYOR: COUNCIL MEMBERS: NOES: Mayor ATTEST: City Secretary APPROVE AS TO FORM: City Attoni APPROVED FOR ADMINISTRATION: City Manager Director of Transit A /� — Purchasing Mana r 11irector of Finance EXHIBIT "A" v m x ea � � m z o rm o � r o � 0 m 0 R� o� N CD O Y n y m CD b O ^C O Y N ^] Y�1 v rA N CrJ v N n N � n � co O C' o ' 0 z N V] r Y CO v � Y o z r� EXHIBIT "B" THE STATE OF TEXAS ' COUNTY OF JEFFERSON ' PARTIES followis? sections: A. Agreement B. Advertisement for General E. Bich , F. Bidder's Information Sheet G. Notice to Proceed H. Addendums 1 A. AGREEMENT The Parties agree as follows: WITNESSETH: That for and in consideration of the payments, terms, conditions and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The CONTRACTOR will commence and complete; the construction of the improvements to (insert name of the project). 2. The CONTRACTOR agrees that for and i ,,.consideration of the payments and agreements hereinafter mentioned, to be made and performed by City and Contractor, Contractor hereby agrees to commence ari4 complete performance ofthe:work specified above and all extra work in connection therewith, user the terms and Conditions as stated in this Agreement, and at his (or their) owe ro cost and expense to furnish all t materials, supplies, machinery, equipment, tools, wperintendence, labor, insurance, and other accessories and services accessary to comply, ,the work specified above, in accordance with the conditions and prices stated in th&j§ pec ifications attached hereto, and in accordance with this Agreement, : in accordance with the plans, which includes all maps, plats, bluepria�s, and othl drawings and printed or written explanatory mattes thereof, and the ecifications therefore (all collectively referred to herein as " e Contra'ct' ,Documents'), as prepared by , all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR will commence the work required by the Contract Documents (in or before a date to be specified in the Notice to Proceed and will complete the same within days as specified in the Notice to Proceed, including, but riot limited to, all 94turdays, Sundays and Federal, State, and City holidays unless the period for completion is extended otherwise by the Contract Documents. 4. The CONTRACTOR agrees to perform all of the Work described in the Contract Documents and comply with the terms therein for the sum of $ ($ ) for completed and accepted work as set forth and adjusted in accordance with the terms of this Agreement. 2 modifications or improvements to them) that Contractor prepares or provides under this Agreement. A "Notice to Proceed" means a written communication from the City of Port Arthur's Purchasing Division and the Engineer /Architect to Contractor instructing Contractor to begin performance. "Parties" mean all the entities set out in the Preamble who are bound by this Agreement. C. PRIOR. TO PERFORMANCE OF WORK 1. Examination of Contract and Site. Condor specifically represents that tt has carefully examined the plans, the geotechnical report;,,, ny, and the site of the proposed work and is thoroughly familiar with the nature and location of the ork, the confirmation of the ground and soil, the nature of any structures, the character quality, and quantity of the material to be utilized, the character of equipment and facilities for and during the prosecution of the work, the time needed to complete the work, Contractar's ability to meet all deadlines and schedules required by this Agreement, the general and local conditions,; ill other matters that in any way affect the work under this Agreement, having had the opportunity to 66 duct any and all additional inquiry, tests and investigation that he /sh deems necessary and proper. 2. Continuing Obligation. Before undertaking`` each part of the work, Contractor shall carefully study the Contract Documents to . check and verify pertinent figures shown thereon compare accurately ,to all applicable field measurements. Contractor shall promptly report in writing ,t City's representative any conflict, error, ambiguity or discrepancy which Contractor may di ccw er and shall obtain a writt -n, interpretation or clarification from City's Representative before proceeding with any 'Work affected thereby. Contractor shall be liable to City for failure ;\ to report anyconflict, error; ambiguity or discrepancy in the Contract Documents of which Contractor knees car reasonably `should have known. 3. City will not be responsible for additional expenses incurred by Contractor to perform extra work necessitated by conditions which were discoverable by Contractor prior to beginning work and which Contractor failed to include in its proposal. D. DUTIES OF CONTRACTOR (1) Job Examination 0 Bidder should carefully examine and be familiar with the Plans, Specifications and other documents and other conditions and matters which can in any way affect the work or the cost thereof. By submitting a bid, the CONTRACTOR acknowledges that he or his qualified representative has visited the job site and investigated and satisfied himself as to: (a) the conditions affecting the work including but not limited of the physil conditions of the site which may bear upon site access, handling and storage of tools and mal�q als, access to water, electric or other utilities or otherwise affect performance of required activiti : (b) the character and quantity of all surface and subsurface material this information is reasonably ascertainable from i be far as work done by the OWNER or a designatdd °t relieve a successful Bidder of the obligation out the provisions of the C94 trac Documents considerations set in regard to subsurface and does not relive any failure 11101. tion of the site, including exploratory Failure'to do all of the above will not labor necessary to carry contemplated work for the shown in the specifications or on the Plans st borings and similar conditions is to be considered approximate of thp. responsibility for its verification. OWNER is not he CONTRACTOR to acquaint himself with available information for estimating properly the difficulty or cost of successfully performing the work. The OWNER is not ro ponsible for any conclusions or interpretations made by the CONTRACTOR on the basis of the information made available by the OWNER. In conformity with applicable statutes, the OWNER has adopted a labor classification and a minimum wage scale, which is included preceding the Specifications. (2) Coordinate Performance 5 Contractor shall coordinate its performance with the City Manager of his DesigneeCity Manager or his designee and Engineer /Architect.. Contractor shall promptly inform the City Manager or his designee, Engineer /Architect and other person(s) of all significant events relating to the performance of this Agreement. (3) Ic'eports Contractor shall submit all reports and progress updates requir i, by the City Manager or his designee and Engineer /Architect. E. CONSTRUCTION RESPONSIBILITIES 1. Specifications. Contractor shall construct the irnproyementsrequired by the description of work set out in the Contract Documents ("the Improvements") in a competent and efficient manner in accordance with the procedures, spy fications and stanrds contained in the Contract Documents and all regulations, ordinances or so6cifications applica , to such Improvements, such specifications, standards, regulations and ordinances being expressly incorporated herein by reference and being made a part of the agreement as, though Wotten herein. 2. Unforeseen Condition'.' Contractor must notify City in writing as soon as reasonably possible, but no later the three (31-alendar days, if unforeseen conditions are encountered at the site which are unknown physical conditions of an unusual nature, that differ materially from those norm all > encountered rn the type work being performed under this Agreement. If it is determined by City hat such conditions differ materially and cause an increase or decrease in the cost of tsar time required dr perfong ° of any part of the work, City's representative will determih whether or not an uquitabld� adjustment in the price or time for performance will be made, taking Ito consideration. Section I and other applicable provisions of this Agreement. If it is determined that conditions are not materially different from those indicated in the Contract Documentsthe price and time period will not be adjusted. 3.Protection ofLines. Notwithstanding any other provision of this Agreement, Contractor is solely responsible for the location and protection of any and all public utility lines and utility customer service lines in the work area. Contractor shall indemnify or reimburse such expenses or costs (including fines that may be levied against City) that may result from unauthorized or accidental damage to all public lines and utility customer service lines in the work area. City reserves the right to repair any damage Contractor causes to such utilities at Contractor's expense. If a public line and /or customer service line is damaged by Contractor, 6 Contractor shall give verbal notice within one (1) hour and written notice within twenty -four (24) hours to City's representative. 4. Good and Workmanlike Manner. All work on the Improvements shall be performed in a good and workmanlike manner and to the satisfaction of the City or its representative. City shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, and the interpretation of specifications. S. Facilitate Inspection. Contractor shall furnis1 every reasonable facility for ascertaining whether or not the a or>jC the specifications applicable thereto. Any work done or material by City may be ordered removed and replaced at Contractor Contractor to allow for inspection, to test materials wished, replace, if so directed, rejected, unauthorized or condemned,,,W+ other request or order of City or City's representative, Cit!�` failure and may suspend inspections of skh work until such fai not remedied to the satisfaction of City, qty have no o approve or accept the Improvements. 6 Means and means, methods, techniq responsible to see that: , City may reject any of the were not constructed in ac( 7. Wo wholly or partially (1) ify,of the this Agreement; (2) until ariy 6bj s representative with as in accordance with used without suitable inspection expense. Upon, failure of the atisfactorily reppr remove or or materials, a to follow any notify the Contractor of such is remedied. If such failure is ation under this agreement to of Construcn. Contractor shall be solely responsible for the ences and predures of construction. Contractor shall be t d Work comri lies accurately with the Contract Documents. rents for which, in the judgment of the City, the Improvements shall have the right to order the work of the Contractor furnished or the work being done is not in strict accordance with person or material is removed from the premises; or (3) if any portion of the work is being performed so as to create a hazardous condition. Such stoppage or suspension shall neither invalidate any of Contractor's performance obligations under this Agreement, including the time of performance and deadlines therefore, nor will extra charges be allowed the Contractor by reason of such stoppage or suspension. 7 8. Permits and Licenses. The Contractor shall secure and pay for all necessary permits and licenses, governmental fees, and inspections necessary for the proper execution and completion of the work. During this Agreement term and /or period during which the Contractor is working, it shall give all notices and comply with all laws, ordinances, rules, regulations, and lawful orders of any public authority bearing on the performance of the work. 9. Royalties and Licensing Fees. The Contractor shall pa fees. The Contractor shall hold the City harmless and indemnify the any royalties, damages, losses or expenses including attorney's otherwise, growing out of infringement or alleged it methods used in the project. It shall defend all suits or rights. 10. Safety Precautions. Safety precauti techniques and processes for which the Contractor solely responsible for handling and use of ha; persons, property, and the work as may be necess, for royalties and licensing from the payment of for suits, claims or )atents, materials and of any patent the si ,t+p are a part of e splefy responsible. r [e Contractor is or waste, and informing shall provide copies of all obligation to protect or warn any of the work set forth herein. The ry measures for the protection of 12. Failure , of Safety„ Devices. The Contractor shall be held responsible for all damages to property, personal injuries and /or death due to failure of safety devices of any type or nature that may be requir4 to protect or warn any individual of potential hazards created by the performance „of the work s+etiforth herein; and when any property damage is incurred, the damaged portion shall immediately be replaced or compensated for by the Contractor at its own cost and expense. 13. Indemnio for Safety Failure. The Contractor shall indemnify City from any liability caused by the Contractor's failure to comply with applicable federal, state, or local regulations, that relate to or concern the maintenance of a safe and protected working environment and the safe use and operation of machinery and equipment in that working environment no matter where fault or responsibility lies. Such indemnity shall indemnify and protect the City from the consequences of the City's own negligence, whether that negligence is the sole or concurring cause of the injury, death, or damages. F. SCHEDULE OF PERFORMANCE TIME OF PERFORMANCE The City of Port Arthur's Purchasing Department in conjl or his designee shall provide Contractor a written N performance (Start Date). Contractor shall begin its Contractor shall complete its performance City Council extends the time for completion by the acknowledges that time is of the essence. G. PAYM AND P. Contractor shat materials, or equipmer DEFEND AND IND 1 fiction with the City Manager d speg a date to begin no later thaitithe Start Date. the Start Date unless the formal resolution. Contractor RMANCE crake timely' "payments to all .persons and entities supplying labor, for the formance- this Agreement. CONTRACTOR SHALL NIFY THE CITY TROM ANY CLAIMS OR LIABILITY ARISING OUT OF CONTRACTOR'S FAILURE TO MAKE THESE PAYMENTS. Contractor must obtain a payment:.bo id as required by Chapter 252 of the Local Government Code and Chapter 2253 of the Government Code. Contractor shall furnish a performance bond and payment bond for one hundred percent (100 %) of the Contract price, conditioned on Contractor's full and timely performance of the Agreement (and payment of subcontractors). The bond(s) must be in a form approved by the City Attorney and issued by a corporate surety authorized and admitted X to write surety bonds in Texas. If the amount of the bond exceeds $100,000, the surety must be listed on the current list of accepted sureties on federal bonds published by the United States Treasury Department or reinsured for any liability in excess of $100,000 by a reinsurer listed on the U.S. Treasury list. A copy of both the performance and payments bonds must be furnished to the Purchasing Division prior as delineated in the Initiation to Bid. A Notice to Proceed cannot be issued without proof that the bonding requirements h (1) Encumbrances. Contractor shall promptly pay all workmen and, aterialmen and shall not allow liens to be placed on the Improvenk acceptance of the Improvements by City, the Improverh sl and clear of all liens, claims, charges or encumbrances cif Improvements, any claim, lien, charge or encumbrance is r Improvements, or land dedicated to the City,:to which they are by City promptly cause such claim, lien, charge oar _mcumbi promptly post a bond with City in the amount of such c"la* ] of the City, to insure payment of such claim, lien, charge or ert (2) Work Rejection. - All - work deemed not in conformi on completion and approval or become the property of City free kind. If, after acceptance of the or found to exist, against the iced, Contractor shall upon notice e to �e satisfied and released or charge or encumbrance, in favor with this Agreement as determined by City, in its sole discretion, may � subject to rejection by City. City may reject any work found or determined by it to be € of ective, or not in accordance with this Agreement. City may reject said work or any portion thereof regardless of the stage of its completion or the time or place of discovery of sued evors. Further, ; City may reject said work regardless of whether City has previously accepted the work thrhugh oversight or otherwise. Neither observations by City nor inspections tests, certificates pr approv#,s made by City shall relieve Contractor from its obligation to perforrn the work in accordance with the requirements of this Agreement and related documents. (3) Remedial Work. If the work or any part thereof is rejected by City, it shall be deemed by City as not; nformity with the Agreement and related documents. Any remedial action reciulied, ' as set forth herein, shall be at the Contractor's expense, as follows: 1. Contractor may be required, at City's option, after notice from City, to remedy such work so that it shall be in full compliance with this Agreement. All rejected work or materials shall be immediately replaced in order to conform with this Agreement. 2. If City deems it expedient to correct work damaged or not done in accordance with this 10 Agreement, an equitable deduction from the agreed sum shall be made by City at City's sole discretion. (4) Changes to work or price. No changes shall be made, nor will bills for changes, alterations, modifications, deviations, and extra orders be recognized or paid except upon the written order from authorized personnel of the City. (S) Liquidated Damages. The time for the final completion of the work described herein is a reasonable time, taking into consideration all conditions and usual industrial conditions prevailing in this locality. The amount of liquidated damages r the Contractor's failure to meet the deadline for final completion are fixed and agreed upon by the Contractor because of the impracticality and extreme difficulty in fixing ate- ascertaining actual damages that the City in such event sustain. The amounts to be charged_we agreed to be damages the City would sustain and shall b,etained'by the City from current periodic estimates for payment and from final payment. (6) Delay Damages. If the ContrWer,shc work within the time herein spopfia City, then the Contractor does hereby of this Agreement, that City may ,,)A compensation the sure ,of Two Hun calendar day that the &Wactor shall the work, not'as a penalty, but as liqui don 225 I neglect, �fai4- r refuse to finally complete the ,r any proper ektension thereof granted by the ee as part of the ponsideration for the awarding bold p' anently from the Contractor's total and Fifty )ollars ($250.00) for each and every in default after the time for finally completing Dd damages for the breach of this Agreement. iling rate of per diem wages for all construction or related subcontracts, according to the provisions of Chapter -ode and as delineated in the Initiation to Bid. CONTRACTOR AGREES TO AND SHALL RELEASE THE CITY, ITS AGENTS, EMPLOYEES, OFFICERS, AND LEGAL REPRESENTATIVES 11 E.RELEASE 1 12 OCCURRENCE WI TTRACTOR SHALL NOT INDEMNIFY THE CITY FOR AE. CITY'S SOLE NEGLIGENCE. F. INSURANCE Contractor shall maintain in effect certain insurance coverage and shall furnish certificates of insurance, in duplicate form, before beginning its performance under this Agreement as stated in the Invitation to Bid. 13 t ----Nw All policies except Professional Liability and Worker's Compensation must name the City as an additional insured. The issuer of any policy (1) shall have a Certificate of Authority to transact insurance business in Texas or (2) shall be an eligible non - admitted insurer in the State of Texas and have a Best's rating of at least B+ and a Best's Financial Size Category of Class VI or better, according to the most current edition Best's maintain the- following insurance coverages in the following 1 2. usu�ance (with "::We Arthur, its Officers, all persons providing Contractor shall ver of cents & nsutrance requirements of 28 TAC Section 1 10.110, hereby incorporated by type insurance. No. "XCU" #BLE. Products /completed id' CITY of Port Arthur, its be named as an additional Officers, Agents, and Employees must Standard Worker's Compensation subrogation in favor of the City of 1'( Employees). (City and Contractor aj shall comply with the workers compe Section 406.096 of the Texas Labor C a copy of which is attached hereto reference.) Commercial General Liab py burr( RESTRICTIONS SHALL 13E A 4 operations coverage must b 'e include 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. Comprehensive Automobile Liability (including owned, non -owned and hired vehicles coverage). 14 t —Iw 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. All insurance policies must require on their face, or by endorsement, that the insurance carrier waives any rights of subrogation against the City, and that ittall give 30 days written notice to the City before they may be canceled, materially changed nonrenewed. Within the 30 day period, Contractor shall provide other suitable ,,policies in lied .,qf those about to be canceled, materially changed, or nonrenewed so as to maintain in effect the requ# pi coverage. If Contractor does not comply with this requirement, the pity, at his 6r her sole discretion, may G. WARRANTIES acts j'lwarrants that it shall 'perf6im all work in a good and workmanlike manner, standards of quality prevailing in Jefferson County, Texas for work of this kind. Contractor shall perform all brk using trained and skilled persons having substantial experience performing the 'work requirod under this Agreement. With respect to any parts and goods it furnishes, Contractor Warrants: (1) that all items are free of defects in title, design, material, and workmanship, 15 (2) that each item meets or exceeds the manufacturer's specifications and requirements for the equipment, structure, or other improvement in which the item is installed, (3) that each replacement item is new, in accordance with original equipment manufacturers specifications, and of a quality of the item which it replaces ( and (4) that no item or its use H. COMPLIANCE WITH LAWS Contractor shall comply with all t1 cable state and City Charter and Code of Ordinances including copiance with Statutes, Women (DBE) program in 49 CFR Part 26. I. ENVIRONMl1TAL t,'cintractor shall i a at least as good as the laced item was new), copyright, or prop ,ri 'ary right. laws and regulations and the Employment Opportunity Business Enterprise U.S. Department of Transportation (DOT), with all rules, regulations, statutes, or orders of the y ( "EPA "), the Texas Natural Resource Conservation Commission ( "TNkeC "), ,arid any other governmental agency with the authority to promulgate environmental rules and regulations. Contractor shall promptly reimburse the City for any fines or penalties levied against the City because of Contractor's failure to comply. Contractor shall not possess, use, generate, release, discharge, store, dispose of, or transport any Hazardous Materials on, under, in, above, to, or from the site except in strict 16 compliance with the Environmental Regulations. "Hazardous Materials" mean any substances, materials, or wastes that are or become regulated as hazardous or toxic substances under any applicable federal, state, or local laws, regulations, ordinances, or orders. Contractor shall not deposit oil, gasoline, grease, lubricants, or any ignitable or hazardous liquids, materials, or substances in the City's storm sewer system or sanitary sewer system or elsewhere on City x Property in violation of the Environmental Laws. J. DUTIES; OF CITY 1. Payment Terms Progress payments may be paid based upon a pefdeq retainage. An Application for Payment mkt be approved by Manager or his designee and Engineer /Architect: `Uponn writt Engineer /Architect and the the City's Finance Detn payment under this Payment indicating request for or of the work completed, less the Engineer /Architect and the City of both the may be submitted to payment to be rendered. When approving a progress t, the Contractor must provide a detailed Application for aid by and the rationale in support of the payment. The ients shall include an itemization of the amounts requested, related to the various elements of work required by the contract covered by the payment requested City teserves the right to request additional supporting data in a form and detail if necessary. Retainage, 1 Payments. As security for the faithful completion of the Improvements, Contractor and City agree that City shall retain ( )% percent of the total dollar amount of the contract price until after final approval or acceptance of the Improvements by City. City shall thereafter pay 17 When the Work is found to be substantially complete, the Engineer /Architect shall inform the City Manager 4 -his designee about the balance of the Contract Sum remaining to be paid the Contractor, including the amount to be retained from the Contract Sum, if any, for final completion or correction of the Work. The Engineer /Architect shall forward to the Owner the following information received from the Contractor: IR __ _ r —70r (1) consent of surety or sureties, if any, to reduction in or partial release of retainage or the making of final payment; (2) affidavits, receipts, releases and waivers of liens or bonds indemnifying the City against liens; and approval of the, invoices. 4. If the Carty disputes any items in an invoice Contractor submits for any reason, including lack of suupporting documentation, the City Manager or his designee and Engineer /Architect shall temporarily delete the disputed item and pay the remainder of the invoice. The City Manager or his designee and Engineer /Architect shall promptly notify Contractor of the dispute and request remedial action. After the dispute is settled, Contractor 19 shall include the disputed amount on a subsequent regularly scheduled invoice or on a special invoice for the disputed item only. The City mad , t inate'tjo Agreement at any time by giving 30 days written notice to Contractor. The City's right to terminate this Agreement for convenience is cumulative of all rights and remedies which exist now or in the future. On receiving the notice, Contractor shall, unless the notice directs otherwise, immediately discontinue all services under this Agreement and cancel all existing orders and subcontracts that are chargeable to this Agreement. As soon as practicable after receiving the termination notice, Contractor shall submit an invoice showing in detail the services performed under this Agreement up to the termination date. The City shall then pay the fees to Contractor for services 20 actually performed, but not already paid for, in the same manner as prescribed herein unless the fees exceed the allocated funds remaining under this Agreement. TERMINATION OF THIS AGREEMENT AND RECEIPT OF PAYMENT FOR SERVICES RENDERED ARE CONTRACTOR'S ONLY REMEDIES FOR THE CITY'S TERMINA]['ION FOR CONVENIENCE, WHICH DOES NOT OR BREACH OF THIS AGREEMENT. CONTRACT THAN ITS CLAIM FOR PAYMENT AS SPECIFI NOW OR IN THE FUTURE FOR F RESULTING FROM THE CITY'S TERMINATION (a) Completion of Work. Wherein the Cont City has terminated the contract for cause, lien the City of the work in the following manner:; A DEFAULT CLAIM (OTHER IT MAY HAVE OR OTHER: .DAMAGES CE. abandoned the project or the n may provide for completion (1) The City may employ such force of workers and use of instruments, machinery, equipment, tools, materials, and supplies as said the City may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials, and supplies to said the,,', Contractor, and the expense so charged shall be deducted and 'per by the City, out of such monies as may be due or that may thereafle�r at anv time l�eeome due to the Contractor. $,hould the cost t6 complete the work exceed this Agreement price and the Contractor foils to pay the a mo unt due to the City within the time designated hereinabove, and there remains any machinery, equipment, tools, materials, or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials, shall be mailed to the Contractor at its respective address designated in this Agreement ;', provided, however, that actual written notice given in any manner shall satisfy this condition. After mailing, or otherwise giving such notice, such property shall be held at the risk of the Contractor subject only to the duty of City to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice, City may sell such machinery, equipment, tools, materials, or supplies and apply the net sum derived from such sale to the credit of the Contractor. Such sale may be made at either public or private sale, with or without notice, as City may 21 elect. City shall release any machinery, equipment, tools, materials, or supplies which remain on the job site and belong to persons other than the Contractor to their proper owners. (3) In the event the account shows that the cost to complete the work is less than that which would have been the cost to City had the work been completed by the Contractor under the terms of this Agreement, or when the Contractor shall pay the balance shown to be due by them to the City, then all Machinery, equipment, tools, materials, or supplies left on the site of the wo, shall be turned over to the Contractor. (b) Damages. Without prejudice to any o the City would otherwise possess hereunder or a Contractor five (5) days prior written notice shall be upon but not limited to the following occurrences: (1) l:f the Contractor shall fail to City, as City shall direct; or (2) if the Co payments (3) If the fail for an} hen due; or or equitable ri_ or remedy that R law, the City "On giving the damages for breach of contract, y default of et" written notice thereof from the failure by City, to make any of the terms, provisions, conditions, or `(c),4greement Con ng. Thq,provisions of this Agreement shall control over any conflicting provision of any pontract between City and Contractor as to the construction of the (d) Venue. The par County, Texas, shall lie in (e) Successor and Assigns. This Agreement shall be binding upon and inure to the benefit of the parties hereto, their respective successors and assigns. (d) Independent Status. It is mutually understood and agreed by and between City and 22 ,rein agree that this Agreement shall be enforceable in if legal action is necessary in connection therewith, exclusive venue County, Texas. Contractor Ihat Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of , Texas, for the purposes of income tax, withholding., social security taxes, vacation or sick leave benefits, worker's compensation, or any other. City shall not have supervision and control of Contractor or any employee of Contractor. (fl Tax Exemption. This Agreement is entered into by an organization which qualifies for exempt ;revisions pursuant to the Texas Tax Code, Sections 151.301, 151.307 and 151.309. The Contractor must divide the price for materials that will be incorpo -rated into the capital improvement project and the price for skill and labor into separated 'contracts. Therefore, it is the Contractor's responsibility to obtain a sales tax permit, resale tortificate, and exemption certificate which shall enable the Contractor to buy the materials to be incorporated into the completed capital project and then resale the aforementioned materials l' .the City without paying the tax on the materials at the time of purchase. (g) Texas Law. This Agreement hasobeen made hider and shall be governed by the laws of the State of Texas. (i) Waiver. Failuz of any party, at any time, to enforce a provision of this Agreement, shall in no way constitute a waiver of that provision, nor in any way affect the validity of this Agreement, any part hereof, or the right of the City party thereafter to enforce each and every provision hereof. No term of this Agreement shall be deemed waived or breach excused unless the waiver shall be in writing and signed by the party claimed to have waived. Furthermore, any consent to or waiver of a breach will not constitute consent to or waiver of or excuse of any other different or subsequent breach. 23 6) Headings. The article headings are used in this Agreement for convenience and reference purposes only and are not intended to define, limit, or describe the scope or Intent of any provision of this Agreement and shall have no meaning or effect upon its interpretation. (k) Invalidity. If any provision of this Agreement shall be held to be invalid, illegal or unenforceable by a court or other tribunal of competent jurisdiction, the validity, legality, and enforceability of the remaining provisions shall not in any way be af£ed or impaired thereby. The parties shall use their best efforts to replace the respective provision or provisions of this Agreement with legal terms and conditions approximating the or'ttal intent of the parties. (l) Written Notice. Unless otherwise specified, written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to any officer of the corporation for whom it is intended or if it is delivered or sent c ied mail to the last business address as listed herein. Each parrs uwill have # e right to change its business address by at least ten (10) days written notice to the other parties in writing of such change. (m) Entire Agreement. It is �uaderstood that thi Agreement contains the entire agreement between the parties and supersedes any and all prior agreements, arrangements, or understandings between the parties relathn"g to " the , subject matter. No oral understandings, statements, promises or inducements contrary W the terms :of this Agreement exist. This Agreement cannot be chaagqOor terminated orally. No verbal agreement or conversation with any officer, agent or employee of the City, either before or after the execution of this Agreement, shall affect or modifv anv,of the terms or obliaatiorts hereunder. IN WITNESS WHEREOF, and day fit above written., RT AR Floyd T. Man City Manager ATTEST: Sherri Bellard, City Secretary 24 have executed this agreement in the year CONTRACTOR: N &T CONTRACTOR COMPANY, INC. Title ATI 25 -t _ —.ter CITY OF PORT ARTHUR ADVERTISEMENT FOR BIDS Transit Service Building Renovations August 5, 2012 CITY OF PORT ARTMIlR, TEXAS ADVERTISEMENT FOR BIDS NOTICE IS HEREBY 61VEN THAT sealed Bids, addre Se th e City of Port Arthur, will be received at the Office of the City City Hall, 444- 4th Street or P.o Box 089, Aug st 012 and all Texas I ono later than 3:00 P -M.; Wednesdaji, received will thereafter be opened and read Council Chambers, 5th kWednesday, August 29; 2012 in the City Floor, Oily Hall, ;Port Arthur, Texas for certain services briefly described as: Transit Service Building Renovations _ . "onsas an FOR ja Augus & 2017 CIT1f OF PORT ARTNt! ADYERTISEINI'ENT it IOTICE 1S HEREBY GIV EN THAT seal' ,ity of Port Arthur, will be received at" ie °t 'fly Hail, 444- 4th Street or P.O. Box I M A eica►s IDS 10 later .than' "3:00 P -M;- W y a_ aloud at 315 P.M. on , ecetved wig thereafter be opened Council Chambers, 5th Nednesday, Aug 29, 2012 in the City :loor "iny Hall, Port Arthur, Texas for certain services briefly iescrfbed as:, Transit Service Building Renovations -- _ -- ..mowasirs mit SCWE Fp FOB u nu - ramuRSDAY._ e..eT sRTW TEXA$. ;opies of the Specifications and other Contract Documents can be or thw6st'Central Drive, obtained from Houston, T exas 77092 Contact P Person is Timothy M Bar - les. His email , and telephone yes. His ' is *i^^ ^ths ne�s number is (713) 686 -7764• A Cashier's Check or Certified Check, payable without recourse to the order of the 'City of Port Arthur, or a Bid Bond with corporate surety authorized to conduct business i tl�e bid i a n an amount no guarantee that les (than 5% of total bid, must accompany it awarded the contract the provided o ° as l utl . ned in the specifications and 'Bonds in the forms instructions to bidders: If the contract exceeds fifty thousand dollars ($50,000) a payment lars tract bon is required- it the c bond r eq�uedf eperformanceoland a ($100,000) performance , rscribed forms, in the Payments Bonds ,shall be: furnished on p amount of one hundred percent (100 %) of the contract price with corporate surety duly authorized to do business in the State of Texas. Attomeys -in -fact who sign f Bo `dP must es of At with each bond a certified land effectNe date copy o (Attention is called to the fact that not less than, fede ally determined ld Act by prevailing (Davis -Bacon and Related 9 , in the contract the Off S� � e C P ° g rt *is project n addft on,, the successful bidder must.:assure that employees and applicants for employment are not discriminated' against because of race, color, religion, sex, age or national origin. The City of Port Arthur reserves the right to reject any and all bids and to waive informalities• Per Article VI 2 - 262(C) of the City's Code of Ordinance, the City Council shall not award a contract to a company that is in arrears in its obligations to the City. Shawna Tubbs, CPPB Purchasing Manager Y .� 6 payable without recourse t or a Bid Bond with corporat t Texas, in an amount no le e bid as a guarantee that perform work and execute It alined in the specifications a d d dollars ($50,000) a paym t is ons hundred thousand doll s required. Performance a d d on prescri bed forms in e 00°k) of the contract price h 3 business in the State of Tex s. wst ffla with each bond a certif d ,: f ettnmev. dtermir tention is called t .the,fact that'not less thW , edera essued evaifing (�avis B On and Related Acts} g e Office of Rural mmuntty Affairs an contained in the conti )cements, must paid on this project• In addition, the succes rider must assure that employees and applicants for employn re not.discriminat2d against use of race, color, religion, ge or national origin: he City, of Pont Arthur reserves the right to reject -- Per Article VI Sec ' 2- 262(C) of the City's Code of Ordinance, the Council shall 'iot $ward a contract to a company that is in arrea its obligations to t'' I City. )bs, CPPB Manager 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 Bid or Proposal Specifications listed in this Bid Package. All bids meeting; the intent of this request for bid will be considered for award. BIDDERS TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such a list shall indicate that the bidder has not taken exceptions and the City shall hold the bidder responsible 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. ALTERING BI DS: Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with these specifications. The award shall be made to the responsive, responsible bidder who submits the best value bid. The City reserves the right to: 1. Reject any and all bids and to make no award if it deems such action to be in its best interest. 2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the City. 3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City. 4. Award bids to bidders whose principal place of business is in the City of Port Arthur and whose bid is within 5 0 10 of the lowest bid price, as provided by Section 271.905 of the Texas Government Code. TERMINOLOG "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 Vernon'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 ST 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 monies under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. Page 9 of 13 ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the bidder's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the bid to be rejected. It is the vendor's responsibility to check for any addendums that might have been issued before bid closing date and time. PORT ARTHUR PRINCIPAL PLACE OF BUSINESS Any bona fide business that claims the City of Port Arthur as its principal place of business must have an official business address (office location and office personnel) in Port Arthur, the principal storage place or facility for the equipment shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or interpretation as its provided by state law. Contractors outside the City of Port Arthur are allowed to bid. 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, P.O. Box 1089, Port Arthur, Texas 77641. PAYMENT Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601 If V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement 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 any -one 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. 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 contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640 Page 10 of 13 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. 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 more suitable for the purpose involved. In the event of conflicts 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 activiity receiving Federal financial assistance. TERMINATI FOR CAUSE If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set -off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE The City may terminate this contract at any time giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. RELEASES AND RECEIPTS The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub - contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WO RK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. Page 11 of 13 SUB - CONTRA The Contractor shall not execute an agreement with any sub - contractor or permit any sub - contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE 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 Standard Worker's Compensation Insurance: Commercial General Liability occurrence type insurance 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 person/$500,000 per occurrence for contracts of $100,000 or less; or Bodily injury $1,000,000 single limit per occurrence or $500,000 each person /$1,000,000 per occurrence for contracts in excess of $100,000; and, b. Property Damage $100,000 per occurrence regardless of contract amount; and, c. Minimum aggregate policy year limit of $1,000,000 for contracts of $100,000 or less; or, Minimum aggregate policy year limit of $2,000,000 for contracts in excess of $100,000. 3. Commercial Automobile Liability Insurance (Including owned, non -owned and hired vehicles coverage'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. 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 date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain 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 City of Port Arthur. Contractor shall also file with the City of Port Arthur 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 City of Port Arthur not more than ten (10) days after execution of this Contract. Page 12 of 13 � I NOTICE TO PROCEED Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. CELL PHONE OR PAGER The Contractor must have a working cell phone or pager available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the contractor. 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 be submitted with the understanding that it shall guarantee that the Bidder will not withdraw his bid within thirty (30) days after the date of the opening of the bids; that if a bid is accepted, the bidder will enter into a formal Contract with the OWNER, furnish bonds and insurance as may be required and commence work at the specified time, and that in the event of the withdrawal of said bid within said period, or the failure to enter into said Contract, furnish said bonds and insurance and commence work within the time specified, the Bidder shall be liable to the OWNER for the difference between the amount specified in the bid in the amount for which the OWNER may otherwise procure the required work. Checks of all except the three lowest responsible Bidders will be returned when award is made; when the Contract is executed, the checks of the two remaining unsuccessful bidders will be returned; that of the successful Bidder be returned when formal Contract, bonds and insurance are approved, and work has commenced within the time specified. PERFORMANCE AND PAYMENT BOND REQUIREMENTS: Per Government Code Chapter 2253. Bonds. If the contract exceeds fifty thousand dollars ($50,000) a payment bond is required. If the contract exceeds one hundred thousand dollars ($100,000) a performance bond is required. Performance and Payment Bonds shall be furnished on prescribed forms in the amount of one hundred percent (100 %) of the contract price with corporate surety duly authorized to do business in the State of Texas. Attorneys -in -fact who sign Bonds must file with each bond a certified and effective date copy of their Power of Attorney. Page 13 of 13 Transit Service Building Renovations The Nelson Collaborative City of Port Arthur NO301 -C11 -002 Port Arthur, Texas Invitation to Bid SECTION 00 31 00 AVAILABLE PROJECT INFORMATION CONDITIONS OF THE CONTRACT AND DIVISION 1, as applicable, apply to this Section. PART 1 - GENERAL 1.1 COPIES OF SUPPLEMENTARY DOCUMENTS A. The Owner has included the following supplementary documents for the Offerors information. The Owner does not guarantee the accuracy of this information, and the Offerors should verify the existing conditions prior to the Proposal date. 1. Asbestos Survey Report: a. Entitled: Port Arthur Transit Service Center b. Prepared by: ICU Environmental Health & Safety, Nederland, TX (409) 727 -8227 C. Project No.: 5130 -11 d. Dated: January 2011 B. The Architect does not guarantee their contents as to accuracy, completeness, or suitability. PART2- PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 0031 00-1 Rev 11/.06 Due to its volume (500 pages),, the Specifications are available for review in the City Secretary's Office CITY OF PORT ARTHUR, TEXAS BID SHEET BID FOR: Transit Service Building Renovations BID DUE DATE: August 29, 2012 DESCRIPTION Base Bid ` ;- Zl Work will be complete in ' (� calendar days Receipt of addenda is acknowledged: COST $000 US4 ^!� No. I Dated AU v 5" 2 ( 1 202 Received A V 2 1 1 2 0 1 2 No. 2 Dated NV J vS f 27 Received A j 5 - t Z I i 201 11 13% UW4 aut - STREET ADDRESS P.O. BOX h c�rLi e �Sc�t� ��m t TX `7TT) I PRINT OR TYPE NAME CITY STATE ZIP C D �q 013 S5�12> TITLE AREA CODE TELEPHONE NO EMAIL FAX NO. G� tt t P� + �-, +4 r ' a �� �� ag 5 of 1 Transit Service Building Renovations City of Pori: Arthur Port Arthur, Texas The Nelson Collaborative NO301 -C11 -002 Invitation to Bid SECTION 00 45 30 LIST OF SUBCONTRACTORS PROJECT: ARCHITECT: Transit Service Building and Transfer Center Renovations The Nelson Collaborative 5450 Northwest Central Drive, Ste 330 Houston, Texas 77092 ARCHITECT'S PROJECT NO. NO301 -C11 -002 TO: (,4,N WOOQ DATE: 1 Z ' 1370 I�AVR EL List Subcontractors and others proposed to be employed on the above Project as required by the proposal documents. (To be filled out by the Contractor and returned to the Architect.) Work/ Division Firm Address Phone Fax e-mail Representative aglo F=tfrW^k-C 281-K`io —Lggo i 6�}-� fly I t�Sus ` 2g i- 810 -18�a Fi Li ►1d 6W 2ouaj@ Pecos L40q- V-33 A30q CO Q, ' b4y ,+'TY qo4 - 933- M A KWYA t'► +WK Po &)c (%J9 q b1- 1Zt - S O S O p(Ul "YU >1al M �- -7, (S NeCkV -5) ►x L4U - 7 2 — 1 6 5 2 C" Yt.e.11 Q00" (402 8 �Z 31 10 12 goej - ZtlIt - - 2-G&S t Y 5 � ri - S Ul Au , W COCL%k-�d pyc a,�� �nri r�k-tx s% fah ritcts r ,mac uo�- g�c�- t( (; � 1�e (Provide additional sheets as required.) END OF DOCUMENT NOTE: THIS DOCUMENT MUST BE EXECUTED AND SUBMITTED WITH PROPOSAL 004530-1 BID OPENING DATE: July 30, 2012 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 l Aj ADDRESS (3 - 7 ( L P-p- L - Pgte, ` CITY /STATE /ZIP Vj�pa) - 1 1 MI 01 SEND PURCHASE ORDER TO: COMPANY STRQM b W • w I W If ADDRESS t37 U L-" P--E!_ IWE CITY /STATE /ZIP TAX IDENTIFICATION NUMBER — 7 to G ) / o- o�l `-' q Page 6 of 13 AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. �l Firm Name Date C -0.0. re Title Name (please print) Telephone GSft IN- I � N A DT Co (�60 Email STATE: A COUNTY: 4 4 S(j 11 PATRICIA ELAINE JABBIA MY COMMISSION EXPIRES April 17, 2015 s / SUBSCRIBED AND SWORN to before me by the above named r "� on this the day of 20 I �! Notary Public RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 7 of 13 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For Vendor or otheir person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80` Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001 (1 -a) with a local governmental entity and the person meets requirements under Section 176.006 (a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1. Name of person who has a b si ess relationship with local governmental entity. 2. ❑ Check this box if you Are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than 7` business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3. Name of a local government ofiricer with whom filer has employment or business relationship. Name of Officer This section (item 3 including subparts A, B, C, & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001 (1 -a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? F] Yes 1:1 No � I N B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? ` I Yes 1:1 No f v C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government Officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes No N 1 N D. Describe ea phvm ment I r business relationship with the local government officer named in this section. _ I y q � 1 � 4. Signature of berso/doW business with the governmental entity Date Page 8 of 13 r Transit Service Building Renovations The Nelson Collaborative City of Port Arthur NO301 -C11 -002 Port Arthur, Texas Invitation to Bid SECTION 00 45 36 AFFIDAVIT OF NON - DISCRIMINATORY EMPLOYMENT STATE OF TEXAS ) COUNTY OF -T ) AFFIDAVIT This Company, Contractor, or Subcontractor agrees to refrain from discrimination in terms and conditions of employment to the basis of race, color, religion, sex, or national origin, and agrees to take affirmative action as required by Federal Statutes and rules and Regulations issued pursuant thereto in order to maintain and insure non - discriminatory employment practices. tj Company CWAQL1 _ 6�i/� Printed NaMe // i STATE OF TEXAS ) COUNTY OF r, wl A Sworn to and subscribed before me 2012. PATRICIA ELAINE JA481A ' MY COMMISSION EXPIRES April 17, 2015 at & Texas, this the day of Notary Public in and for TP ynnt xas END OF DOCUMENT NOTE: THIS DOCUMENT MUST BE EXECUTED AND SUBMITTED WITH PROPOSAL 004536-1 t_ _. EXHIBIT A.2 — Felony Conviction Notification Pursuant to the Texas Education Code (Y. T. C.A. Education Code §44.034) (a) A person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony. (b) A school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract. (c:) This section does not apply to a publicly held corporation. Statement of Affirmation "The undersigned affirms that he /she is duly authorized to p rovide this information by the person(s) or business entity making the proposal, and the information provided below concerning felony convictions has been personally and thoroughly reviewed, and verified, and is, therefore, current, true and accurate to the best of my knowledge." Felony Notification A M firm is a publicly held corporation; therefore this reporting requirement is not plicable. B V - My firm is not owned nor operated by anyone who has been convicted of a felony. C My fum is owned or operated by the following individual(s) who has/have been convicted of a felony. Name(s) of Felon(s) Details of Conviction(s) Continued L Continued ZI I 2-- Date c Printed Name 0 r T , 6 dNj -, t\j C—�'o Firm Name The Statement ofAffirmation must be notarized Subscribed and Sworn to me on this d Notary Public li Title day f L- J Y Uw_; My Commission Expires PATRICIA ELAINE JABBIA t .. MY COMMISSION EXPIRES AP6117, 2015 Beaumont Independent School District 2 of 2 _r —_� ADDENDU M NUAMBE;R 01 August 21, 2012 To Drawings and Specifications dated July 30, 2012 TRANSIT SERVICE BUILDING RENOVATIONS CITE` OF PORT ARTHUR, TEXAS Prepared by: The Nelson Collaborative 5450 Northwest Central Drive, #?330 Houston, TX 77092 TNC Project No_. NO301 - - - 042 H, t ��..., W �i ww Notice to Proposers: A. Receipt of this Addendum shall be acknowledged on the Proposal Form 13, This Addendum forms part of the Contract documents for the above referenced project and shall be incorporated integrally therewith. C, Each proposer shall make necessary adjustments and submit his proposal with full knowledge of all modifications, clarifications, and supplemental data included therein. Where provisions of the following supplemental data differ from those of the original Contract Documents, this Addendum shall govern. SPECIFICATIONS Item No, 01: General: a copy of the sign -in sheet and agenda for the pre - proposal conference is attached in this addendum. Item. No. 02: Invitation To Bid: a. Revise to read: "Please submit one (1) original and three (3) copy of your bid to :" 1), Page 6 of 13: Revise date at top to read "August 29, 2012" Item No. 03: Specification Section 00 50 00: Contract Documents: Draft of Contract a. Revise date to read: "2012" in lieu of "2011" on page I i. Revise City Manager to read: "Floyd Johnson" in lieu of "Steve Fitzgibbons" on page 3 Item No. 04: Specification Section 07 52 19: Modified Bitumen Membrane Roofing System: <i. 12 A: Approved Manufacturers: add 6. Certai Teed Corporation: Grapevine, Texas 817-4104744 1 . 2.4 A: Base Sheet: add f. Flintlastic Ultra Poly SMS (90 lbs) a;. 2.5 A: Assembly: add f: Flintlastic GTA -FR Coolstar (106 lbs) d. 2.6 A: Flashing: add f. Flintlastic GTA (1.05 lbs.) 0. 2.8 A(2): Imsulation. add Flintl3oard ISO f. 18 A(4): Insulation: add FhmBoard ISO T R Item No. 05: lXawing A2.00: Overall .Demolition Floor Plan: Refer to page 7 of 7 of this Addendum Number One. END OF ADDENDUM NUMBER 01 The Nelson Collaborative E TRANSIT SERVICE BUILDING RENOVATIONS CITY OF PORT ARTHUR, TEXAS TNC Project No. NO30 I -C -11 -002 PRE-BID CONFERENCE AGENDA lhursd4 , August 16,2012; 10•00AM Introduction Of Representatives A. OWNER: City of Port Arthur 01 Deioris "Bobbie" Prince................. Mayor 02 John CoMeaux Asst. City Manager / Operations 03 Shawna Tubbs ............... Purchasing Manager 04 Clifton Williams.......................Senior Purchasing Agent 05 Colleen Russell ... Planning and Zoning 06 Debra Ambroise ......... ..... .. . 'Transit Planner 07 Butch Hass...... ....................,,...Senior Building Inspector B. ARCHITECT: The Nelson Collaborative 01 Michael E. Nelson, Owner 02 'Timothy Barnes. AIA. Director of Architecture 03 Kevin Gardner, Engineer It. Bid Date: Wednesday, August 29, 2012 Bid Time: Base Bids at 3:00 PM Bid Location: City Secretary's Office, City Hall, 5 Floor, 444 O' Street, Port Arthur, Texas 77640 III. Changes: Any changes arising out of questions requiring interpretation, clarification or correction to the Bid Documents will be made by Addendum. A, Addendum No. I 'To Be Issued IV. Instructions to Offerors A. Federally Required Contract Clauses for Construction Services Contracts (Submit on August 29, 2012) B. Davis-Bacon Act C, U. S. Department of Labor Payroll Log D. DBE Contractor Participation E. Substitutions of Materials and Equipment - 7 days prior V. Bid Forms A, Sealed. Include Bid Form, Bid Bonds, Felony Conviction Notification, Affidavit of Non-Discriminatory Elinployinent List of Subcontractors, and Federally Required Contract Clauses Of Submit AG -List of Subcontractor's by August 29, 2012 with Post Proposal Information, M UENTS"O" ,.rrml NOW OWf2 z1­ EXHIBIT "C" Federally Required Contract Clauses for Construction Services Contracts Table of Contents 1. Fly America Requirements 2. Buy America Requirements 3. Cargo Preference Requirements 4. Seismic Safety Requirements 5. Energy Conservation Requirements 6. Clean Water Requirements 7. Lobbying 8. Access to Records and Reports 9. Federal Changes 10. Bonding Requirements 11. Clean Air 12. Davis -Bacon Act 13. Contract Work Hours and Safety Standards Act 14. Copeland Anti- Kickback Act 15. No Government Obligation to Third Parties 16, Program Fraud and False or Fraudulent Statements and Related Acts 17. Termination 18. Government -wide Debarment and Suspension (Non - procurement) 19. Privacy Act 20. Civil Rights Requirements 21. Breaches and Dispute Resolution 22. Disadvantaged Business Enterprises (DBE) 23. State and Local Law Disclaimer 24. Incorporation of Federal Transit Administration (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. 1 Federally Required Contract Clauses for Construction Services Contracts 1. FLY AMERICA REQUIREMENTS 49 USC § 40118 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 agreement 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 regulations do not mandate any specified 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. Government - financed international air travel and transportation of their personal effects or property,•to the extent such service is available, unless travel by foreign air carrier is a matter of necessity, as defined by the Fly America Act. The Contractor shall submit, if a foreign air carrier was used, an appropriate certification or memorandum adequately explaining why service by a U.S. flag air carrier was not available or why it was necessary to use a foreign air carrier and shall, in any event, provide a certificate of compliance with the Fly America requirements. The Contractor agrees to include the requirements of this section in all subcontracts that may involve international air transportation. 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 Rolling 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 tier contractors and subcontractors are in compliance. 08/09/01 I ---ou-r Federally Required Contract Clauses for Construction Services Contracts 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 § 53230) 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 (currently 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 certification must be rejected as non - responsive. This requirement does not apply to lower tier subcontractors. Certification requirement for procurement of steel, iron, or manufactured products. Certificate of Compliance with 49 LISC § 5323(j)(1) The bidder or offeror hereby certifies that it will meet the requirements of 49 USC § 53230)(1) and they applicable re�a FR Part 661. .Date o in 49 'Zd 1 r7i Signature Company Names ,- N A j S 1 1z- 17G- q) M 60 . �' Title 4:::� , 0 Certificate of Non- Coanpliaaice Tvitlz 49 LISC § 5323(j)(1) The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 USC § 53230) (1), but it may qualify for an exception pursuant to 49 USC § 53236)(2)(B) or (j)(2)(D) and the regulations in 49_ CFR § 661.7. Date Signatare Company Name 08/09/01 - r --IMF Federally Required Contract Clauses for Construction Services Contracts Title _ Certification requirement for procurement of buses, other rolling stock and associated equipment. Certificate of Corrrpliance with 49 USC § 5323(j)(2)(C). The bidder or offeror hereby certifies that it will comply with the requirements of 49 USC § 53230)(2)(C) and the reg lation§ at 49 CFR Part 661. Date 7J Z Signature Company Narne Title 4 V ® 0 S - U c-11 OAJ C--o - TJIJ G-~ Certificate of Non - Compliance with 49 USC § 5323(j)(2)(C) The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 USC § 53236)(2)(C), but may qualify for an exception pursuant to 49 USC § 53230)(2)(B) or 0)(2)(D) and the regulations in 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 commodities that may be transported by ocean vessels. Flow Down The Cairgo 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. 08/09/01 -- .1 Federally Required Contract Clauses for Construction Services Contracts Cargo Preference - Use of United States -Flag Vessels - The contractor agrees: a. to use privately owned United States -Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States -Flag commercial vessels; b. to furnish within 20 working days following the date of loading for shipments . originating within the United States or within 30 working days following the date of leading for shipments originating outside the United States, a legible copy of a rated, "on- board" commercial ocean bill -of - lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to the 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. SEISMIC SAFETY REQUIREMENTS 42 USC § 7701 et seq. 49 CFR Part 41 Applicability to Contracts The Seismic Safety requirements apply only to contracts for the construction of new buildings or additions to existing buildings. Flow Down The Seismic Safety requirements flow down from FTA recipients and subrecipients to first tier contractors to assure compliance, with the applicable building standards for Seismic Safety, including the work performed by all subcontractors. Model Clauses/ Language The regulations do not provide suggested language for third -party contract clauses. The following language has been developed by FTA. Seismic Safety - The contractor agrees that any new building or addition to an existing building will be designed and constructed in accordance with the standards for Seismic Safety required in Department of Transportation Seismic Safety Regulations 49 CFR Part 41 and will certify to compliance to the extent required by the regulation. The contractor also agrees to ensure that all work performed under this contract including work performed by a subcontractor is in compliance with the standards required by the Seismic Safety Regulations and the certification of compliance issued on the project. 5. ENERGY CONSERVATION REQUIREMENTS 42 USA: § 6321 et seq. 49 CH', Part 18 Applicability to Contracts The Energy Conservation requirements are applicable to all contracts. 08/09/01 Federally Required Contract Clauses for Construction Services Contracts 6 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 Conservation 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. 6. 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 rto mandatory clause is contained in the Federal Water Pollution Control Act, as amended, the following language developed by FTA contains all the mandatory requirements. Clean Water - (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 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 exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. 7. LOBBYING 31 USC § 1352 49 CFR Part 19 49 CFR Part 20 Applicability to Contracts The Lobbying requirements apply to Construction/ Architectural and Engineering/ Acquisition. of Rolling Stock/ Professional Service Contract /Operational Service Contract /Turnkey contracts. Flow Down 08/09/01 — - I —err '�ederally Required Contract Clauses for Construction Services Contracts 7 The Lobbying requirements mandate the maximum flow down, pursuant to Byrd Anti- Lobbying Amendment, 31 USC § 1352(b)(5) and 49 CFR Part 19, Appendix A, Section 7. Mandatory Clause/ Language - Clause and specific 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.] - 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, "New Restrictions 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 Appendix B of 49 CFR Part 20, as amended by "Government 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 award of $100,000 or more shall file the certification required by 49 CFR Part 20, "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 tier shall also disclose the name of any registrant 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 tier to tier up to the recipient. APPEI\IDIX A, 49 CFR Part 20 -- CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted Tuith eacli 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 influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a 08/09/01 Federally Required Contract Clauses for Construction Services Contracts 8 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 shall complete and submit Standard Foam - -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (PL 104 -65, to be codified at 2 USC § 1601, of seq.)] (3) The undersigned shall require that the language of tlus certification be included in the award documE!nts for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, :loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of thus certification is a prerequisite for making; or entering into this transaction imposed by 31, USC § 1352 (as amended by the Lobbyvrng Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. [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.] Al , The Contractor, certifies or affirms the truthfulness and accuracy of each statement of i er ' ication and disclosure, if any. In addition, the Contractor understands and agrees t t t pr sions of 31 USC § A 3801, et seq., apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official �,kAl2 Lle _T4F /4 - and Title of Contractor's Authorized Official I 'L . Zn l Date 8. ACCESS TO RECORDS AND REPORTS 49 USC § 5325 18 CFR § 18.36 (i) 49 CFR § 633.17 Applicability to Contracts 08/09/01 Federally Required Contract Clauses for Construction Services 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 t:he 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 Administrator or his authorized representatives, including any PMO Contractor, access to the Contractor's records and construction sites pertaining to a major capital project, defined at 49 USC § 52-02(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 Administrator, the Comptroller General of the United States or any of their 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 permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. 08/09/01 Federally Required Contract Clauses for Construction Services Contracts 10 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(i)(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 Characteristi cs Operatio nal Service Contract Turnkey Constructi on Architectu ral Engineeri ng Acquisitio n of Rolling' Stock Profession- al Services I State 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 unless non- competitiv non- non- non- b. Contracts competiti e award or competitiv competitiv competitiv above ve award if funded e award e award e award $100,000 / Ca thru pital 1rojects 5307/5309 /5311 II Non State Grantees Those Yes imposed on Yes Yes Yes Yes a. Contracts non -state below SAT Yes Grantee Yes Yes Yes Yes ($100,000) pass thru to b. Contracts Contractor above $100,000 /Ca pital Projects Sources of Authority: 1 49 USC § 5325 (a) 2 49 C1?R § 633.17 3 18 CFR § 18.36 (i) 9. FEDERAL CHANGES 49 CFR Part 18 08/09/01 Federally Required Contract Clauses for Construction Services Contracts 11 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 following language has been developed by FTA. Federal Changes - Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation 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. 10. BONDING REQUIREMENTS Applicability to Contracts - For those construction or facility improvement contracts or subcontracts exceeding $100,000, FTA may accept the bonding policy and requirements of the recipient, provided that they meet the minimum requirements for construction contracts as follows: a. A bid guarantee from each bidder equivalent to five (5) percent of the bid price. The "bid guarantees" shall consist of a firm commitment such as a bid bond, certifies check, or other negotiable instrument accompanying a bid as assurance that the bidder will, upon acceptance of his bid, execute such contractual documents as may be required within the time specified. b. A performance bond on the part to the Contractor for 100 percent of the contract price. A "performance bond" is one executed in connection with a contract to secure fulfillment of all the contractor's obligations under such contract. c. A payment bond on the part of the contractor for 100 percent of the contract price. A "payment bond" is one executed in connection with a contract to assure payment, as required by law, of all persons supplying labor and material in the execution of the work provided for in the contract. Payment bond amounts required from Contractors are as follows: (1) 50% of the contract price if the contract price is not more than $1 million, (2) 40% of the contract price if the contract price is more than $1 million but not more than $5 million; or (3) $2.5 million if the contract price is more than $5 million. d. A cash deposit, certified check or other negotiable instrument may be accepted by a grantee in lieu of performance and payment bonds, provided the grantee has established a procedure to 08/09/01 _1. - - -7f7 Federally Required Contract Clauses for Construction Services Contracts 12 assure that the interest of FTA is adequately protected. An irrevocable letter of credit would also satisfy the requirement for a bond. Flow Down Bonding requirements flow down to the first tier contractors. Model Clauses/ Language FTA does not prescribe specific wording to be included in third party contracts. FTA has prepared sample clauses as follows: Bid Bond Requirements (Construction) (a) Bid Security A Bid Bond must be issued by a fully qualified surety company acceptable to City of Port Arthur and listed as a company currently authorized under 31 CFR §, Part 223 as possessing a Certificate of Authority as described thereunder. (b) Rights Reserved In submitting this Bid, it is understood and agreed by bidder that the right is reserved by City of Port Arthur to reject any and all bids, or part of any bid, and it is agreed that the Bid may not be withdrawn for a period of [ninety (90)] days subsequent to the opening of bids, without the written consent of City of Port Arthur. It is also understood and agreed that if the undersigned bidder should withdraw any part or all of his bid within [ninety (90)] days after the bid opening without the written consent of City of Port Arthur, shall refuse or be unable to enter into this Contract, as provided above, or refuse or be unable to furnish adequate and acceptable Performance Bonds and Labor and Material Payments Bonds, as provided above, or refuse or be unable to furnish adequate and acceptable insurance, as provided above, he shall forfeit his bid security to the extent of (Recipient's) damages occasioned by such withdrawal, or refusal, or inability to enter into an agreement, or provide adequate security therefor. It is further understood and agreed that to the extent the defaulting bidder's Bid Bond, Certified Check, Cashier's Check, Treasurer's Check, and /or Official Bank Check (excluding any income generated thereby which has been retained by City of Port Arthur provided in [Item x "Bid Security" of the Instructions to Bidders]) shall prove inadequate to fully recompense City of Port Arthur for the damages occasioned by default, then the undersigned bidder agrees to indemnify City of Port Arthur and pay over to City of Port Arthur the difference between the bid security and (Recipient's) total damages, so as to make City of Port Arthur whole. The undersigned understands that any material alteration of any of the above or any of the material contained on this form, other than that requested, will render the bid unresponsive. Performance and Payment Bonding Requirements (Construction) 08/09/01 Federally Required Contract Clauses for Construction Services Contracts 13 The Contractor shall be required to obtain performance and payment bonds as follows: (a) Performance bonds 1. The penal amount of performance bonds shall be 100 percent of the original contract price, unless the City of Port Arthur determines that a lesser amount would be adequate for the protection of the City of Port Arthur 2. The City of Port Arthur may require additional performance bond protection when a contract price is uicreased. The increase in protection shall generally equal 100 percent of the increase in contract price. The City of Port Arthur may secure additional protection by directing the Contractor to increase the penal amount of the existing bond or to obtain an additional bond. (b) Payment bonds 1: The penal amount of the payment bonds shall equal: (i) Fifty percent of the contract price if the contract price is not more than $1 million. (ii) Forty percent of the contract price if the contract price is more than $1 million but not more than $5 million; or (iii) Two and one half million if the contract price is more than $5 million. 2. If the original contract price is $5 million or less, the City of Port Arthur may require additional protection as required by subparagraph 1 if the contract price is increased. ,Performance and Payment Bonding Requirements (Non - Construction) The Contractor may be required to obtain performance and payment bonds when necessary to protect the (Recipient's) interest. (a) The following situations may warrant a performance bond: 1. City of Port Arthur property or funds are to be provided to the contractor for use in perforrrdng the contract or as partial compensation (as in retention of salvaged material). 2. A contractor sells assets to or merges with another concern, and the City of Port Arthur, after recognizing the latter concern as the successor in interest, desires assurance that it is financially capable. 3. Substantial progress payments are made before delivery of end items starts. 4. Contracts are for dismantling, demolition, or removal of improvements. (b) When it is determined that a performance bond is required, the Contractor shall be required to obtaiin performance bonds as follows 08/09/01 Federally Required Contract Clauses for Construction Services Contracts 14 1. The penal amount of performance bonds shall be 100 percent of the original contract price, unless the City of Port Arthur determines that a lesser amount would be adequate for the protection of the City of Port Arthur 2. The Cily of Port Arthur may require additional performance bond protection when a contract price is increased. The increase in protection shall generally equal 100 percent of the increase in contract price. The City of Port Arthur may secure additional protection by directing the Contractor to increase the penal amount of the existing bond or to obtain an additional bond. (c) A payment bond is required only when a performance bond is required, and if the use of payment bond is in the (Recipient's) interest. (d) When it is determined that a payment bond is required, the Contractor shall be required to obtain payment bonds as follows: 1. The penal amount of payment bonds shall equal: (i) Fifty percent of the contract price if the contract price is not more than $1 million; (ii) Forty percent of the contract price if the contract price is more than $1 million but not more than $5 million; or (iii) Two and one half million if the contract price is increased. Advance Payment Bonding Requirements The Contractor may be required to obtain an advance payment bond if the contract contains an advance payment provision and a performance bond is not furnished. The City of Port Arthur shall determine the amount of the advance payment bond necessary to protect the City of Port Arthur Patent Infringement Bonding Requirements (Patent Indemnity) The Contractor may be required to obtain a patent indemnity bond if a performance bond is not furnished and the financial responsibility of the Contractor is unknown or doubtful. The City of Port Arthur shall determine the amount of the patent indemnity to protect the City of Port Arthur Warranty of the Work and Maintenance Bonds 1. The Contractor warrants to City of Port Arthur, the Architect and /or Engineer that all materials and equipment furnished under this Contract will be of highest quality and new unless otherwise specified by City of Port Arthur, free from faults and defects and in conformance with the Contract Documents. All work not so conforming to these standards shall be considered defective. If required by the [Project Manager], the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. 08/09/01 Federally Required Contract Clauses for Construction Services Contracts 15 1 The Work furnished must be of first quality and the workmanship must be the best obtainable in the various trades. The Work must be of safe, substantial and durable construction in all respects. The Contractor hereby guarantees the Work against defective materials or faulty workmanship for a minimum period of one (1) year after Final Payment by City of Port Arthur and shall. replace or repair any defective materials or equipment or faulty workmanship during the period of the guarantee at no cost to City of Port Arthur As additional security for these guarantees, the Contractor shall, prior to the release of Final Payment [as provided in Item X below], f urnish separate Maintenance (or Guarantee) Bonds in form acceptable to City of Port Arthur written by the same corporate surety that provides the Performance Bond and Labor and Material Payment Bond for this Contract. These bonds shall secure the Contractor's obligation to replace or repair defective materials and faulty workmanship for a minimum period of one (1) year after Final Payment and shall be written in an amount equal to ONE HUNDRED PERCENT (100 %) of the CONTRACT SUM, as adjusted (if at all). 11. CLEAN AIR 42 USC § 7401 et seq. 40 CFR § 15.61 49 CFR Part 18 Applicability to Contracts The Clean Air requirements apply to all contracts exceeding $100,000, including indefinite quantities where the amount 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. Clean 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. DAVIS -BACON ACT . 40 USC § &167; 276x - 276a -5 (1995) 29 CFR § 5 (1995) Applicability to Contract Construction contracts over $2,000.00 Flow Down Applies to third party contractors and subcontractors 08/09/01 Federally Required Contract Clauses for Construction Services Contracts 16 Model Clause /Language (The language in this clause is mandated under the DOL regulations at 29 CFR § 5.5.) (1) Minimum wages - (i) All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or iechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 53(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein; Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination and the Davis -Bacon poster (WH -1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iii) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contactor to set aside in a separate account assets for the meeting of obligations under the plan or program. (iv) (A) The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an 08/09/01 Federally Required Contract Clauses for Construction Services Contracts 17 additional classification and wage rate and fringe benefits therefor only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area b the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) if the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination with 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30- day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (1)(iv) (B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (2) Witl Holding - The [ insert name of grantee ] shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally- assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full ,amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, the [ insert name of grantee ] may, after written notice to the contractor, sponsor, applicant, or 08/09/01 Federally Required Contract Clauses for Construction Services Contracts 18 owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records - (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid ( includvng rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual `,rages paid. Whenever the Secretary of Labor has found under 29 CFR § 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the [insert name of grantee j for transmission to the Federal Transit Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR Part 5. This information may be submitted in any form desired. Optional Form WH -347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029 -005- 00014 -1), U.S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under 29 CFR Part 5 and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and 08/09/01 - r --Emu Federally Required Contract Clauses for Construction Services Contracts 19 fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WI-1 -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph (3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the Federal Transit Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR § 5.12. (4) Apprentices and trainees - (i) Apprentices - Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, which is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Adnninistrator of the Wage and Hour Division of the U.S. 08/09/01 Federally Required Contract Clauses for Construction Services Contracts 20 Department of Labor determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted. to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees - Except as provided in 29 CFR § 5.16, trainees will not be perntted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and 'Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention hinge benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. Iri addition, m trainee performing work on the job site in excess of the ratio permitted Linder the registered program shall be paid not less than the applicable wage race on the wage determination for the work actually ;performed. In the event the Employment and Training Administration withdraws approval'. of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity - The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. (5) Compliance with Copeland Act requirements - The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. (6) Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR § 5.5(a)(1) through (10) and such other clauses as the Federal Transit Administration may by appropriate instructions require, and also a clause requiring the subcont:•actors to include these_ clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower ti er subcontractor with all the contract clauses in 29 CFR § 5.5. 08/09/01 Federally Required Contract Clauses for Construction Services Contracts 21 (7) Contract termination: debarment - A breach of the contract clauses in 29 CFR § 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR § 5.12. (8) Compliance with Davis -Bacon and Related Act requirements - All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards - Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility - (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR § 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR § 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 USC § 1001. 13. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT 40 USC § 327 -333 (1995) 29 CFR § 5 (1995) 29 CFR § 1926 (1995) Applicability to Contracts Section'102 of the Act, which deals with overtime requirements, applies to: - all construction contracts in excess of $2,000 and; - all turnkey, rolling stock and operational contracts (excluding contracts for transportation services) in excess of $2,500. (The dollar threshold for this 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 Applies to third party contractors and subcontractors. 08/09/01 _ _ _ _ t _ Federally Required Contract Clauses for Construction Services Contracts 22 Model Clauses/ Language Pursuant to Section 102 (Overtime): ( These clauses are specifically mandated under DOL regulation 29 CPR § 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 only section required along with the payroll section.) (1) Overtime requirements - No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one -half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages -_ In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (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 withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the 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) Subcontracts - 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 louver 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 nonconstruc Lion 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 shall contain the name, address, and social security 08/09/01 Federally Required Contract Clauses for Construction Services Contracts 23 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 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR § 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is f riancially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. Section 107 (OSHA): (This section is applicable to construction contracts only) Contract Work Hours and Safety Standards Act - (i) The C"ontractor 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 construction 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 normally available on the open market. 14. COPE:LAND ANTI - KICKBACK ACT 40 USC § 276c (1995) 29 CFR § 3 (1995) 29 CFR § 5 (1995) Applicability to Contracts 08/09/01 Federally Required Contract Clauses for Construction Services Contracts 24 All construction contracts in excess of $2,000. Flow Down Applicable to all third party contractors and subcontractors. Model Clauses /Language 3.1 of the Copeland Act makes it clear that the purpose of the Act is to assist in "the enforcement of the minimum wage provisions of the Davis- Bacon Act." In keeping with this intent DOL has included a section on the Copeland Act in the mandatory language of the Davis -Bacon provisions. The language can be found at § 5.5(a)(5) of the Davis -Bacon model clauses and reads as follows: Compliance with Copeland Act requirements - The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. Since there is no specific statutory or regulatory requirements for additional mandatory language, I would recommend that no additional clauses are necessary for this provision. 15. 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. (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlyv1g contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. (2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. 16. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS 31 USC § 3801 et seq. 49 CFR Part 3118 USC § 1001 49 USC § 5307 08/09/01 Federally Required Contract Clauses for Construction Services Contracts 25 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. Prograrn 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 if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. (2) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by 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. (3) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance 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. 17. TERMINATION 49 USC Part 18 FTA Circular 4220.1D Applicability to Contracts All contracts (with the exception of contracts with nonprofit organizations and institutions of higher 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. 08/09/01 Federally Required Contract Clauses for Construction Services Contracts 26 Flow Down The termination requirements flow down to all contracts in excess of $10,000, with the exception of contracts with nonprofit organizations and institutions of higher learning. Model Clause /Language 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. Termi :nation 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 time of termination. The Contractor shall promptly submit its termination 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. Termination 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 manner called for in the contract, or if 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 performance schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. c. Opportunity 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 termination will state the time period in which 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 Contractor 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 shall not in any way operate to preclude City of Port Arthur from also pursuing all available remedies against Contractor and its sureties for said breach or default. 08/09/01 Federally Required Contract Clauses for Construction Services Contracts 27 d. Waive=r 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 this contract, 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 and Service) If the Contractor fails to deliver supplies or to perform the 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 terminate this contract for default. The City of Port Arthur shall terminate by delivering to the Contractor a Notice of Termination 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 if 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 terminate this contract for default. The City of Port Arthur .shall terminate by delivering to the Contractor a Notice of Termination specifying the nature 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. If this contract is terminated while the Contractor has possession of Recipient goods, the Contractor shall, upon direction of 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 shall agree on payment for the preservation and protection of goods. Failure to agree on an amount will be resolved under the Dispute clause. If, after termination for failure to fulfill contract obligations, it is determuned that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the City of Port Arthur h. Termination 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 fails to complete the work within this time, 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 shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. In this event, the 08/09/01 Federally Required Contract Clauses for Construction Services Contracts 28 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 sureties 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 liability 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 under this clause if- 1. the delay in completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such causes include: acts of God, acts of the Recipient, 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 beginning 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 in whole or in part, for the Recipient's convenience or because of the failure of the Contactor to fulfill the contact obligations. The City of Port Arthur shall terminate by delivering to the Contactor a Notice of Termination specifying the nature, extent, and effective date of the termination. Upon receipt of the notice, the Contractor shall (1) immediately discontinue all services affected (unless the notice directs otherwise), and (2) deliver to the Contacting Officer all data, drawings, specifications, reports, estimates, summaries, and other information and materials accumulated in performing this contract, whether completed or in process. If the terunulation is for the convenience of the Recipient, the Contacting Officer shall make an equitable adjustment in the contract price but shall 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 additional cost incurred by the Recipient. 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 if the termination had been issued for the convenience of the Recipient. 08/09/01 - -- - - -- - - - -- _+ Federally Required Contract Clauses for Construction Services Contracts 29 j. Termination for Convenience of Default (Cost -Type Contracts) The City of Port Arthur may terminate this contract, or anv 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 City 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 Art "hur 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, if 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. 1.8. 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 FTA 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 into contracts over $100,000 with suspended or debarred contractors and that they will 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 tier covered transact':on" include both contractors and subcontractors and contracts and subcontracts over $100,000. Model Clause/ Language (Instruct:ions) The certification and instruction language is contained at 29 CFR Part 29, Appendix B, and must be included in IFB's and RFP'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). 08/09/01 -t - -N..T Federally Required Contract Clauses for Construction Services Contracts 30 Instructions for Certification 1. By sigming 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 this 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 291. You may contact City of Port Arthur for assistance in obtaining a copy of those regulations. 5. 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 Voluntary Exclusion - Lower Tier Covered Transaction ", without modification, in all lower tier covered transactions and in all solicitations for lower tier 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 priricipals. Each participant may, but is not required to, check the Nonprocurement List issued by U.S. General Service Administration. 8. Nothing 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 knowingly enters into a lower tier covered transaction with a person who 08/09/01 Federally Required Contract Clauses for Construction Services Contracts 31 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 available remedies including suspension and /or debarment. "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction" (1) The prospective lower tier participant certifies, by submission 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 certifical'don, such prospective participant shall attach an explanation to this proposal. 19. PRIVACY ACT 5 USC § 552 Applicability to Contracts When a grantee maintains files on drug and alcohol enforcement activities for FTA, 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 by FTA. Contracts Involving Federal Privacy Act Requirements - The following requirements apply to the Contractor and its employees that administer any system of records on behalf of the Federal Goverrurnent 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. 08/09/01 Federally Required Contract Clauses for Construction Services Contracts 32 (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. 20. 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 apply 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. 111 addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. (2) Equal Employment Opportunity - The following equal employment 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. 1.1246, "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 applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment 08/09/01 I --MW Federally Required Contract Clauses for Construction Services Contracts 33 advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (b) Age - In accordance with section 4 of the Age Discrimination 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. 21. BREACHES AND DISPUTE RESOLUTION 49 CFR Part 18 FTA Ci;.•cular 4220.11) Applicability to Contracts All contracts in excess of $100,000 shall contain provisions or conditions which will allow for administrative, contractual, or legal remedies in instances where contractors violate or breach contract: terms, and provide for such sanctions and penalties as may be appropriate. This may include provisions for bonding, penalties for late or inadequate performance, retained earnings, liquidated damages or other appropriate measures. Flow Down The Breaches and Dispute Resolutions requirements flow down to all tiers. Model Clauses/ Language FTA does not prescribe the form or content of such provisions. What provisions are developed will 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. Disputes - Disputes arising in the performance of this Contract which are not resolved by agreement of the parties shall be decided in writing by the authorized representative of City of Port Arthur's [title of employee]. This 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 [title of employee]. In connection with any such appeal, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its position. The 08/09/01 Federally Required Contract Clauses for Construction Services Contracts 34 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 omission 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 arbitration 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 duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No action 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 action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in writing. 22. DISADVANTAGED BUSINESS ENTERPRISE (DBE) 49 CFR ?art 26 Applicability to Contracts DEE provisions only apply to all DOT - assisted contracts. Disadvantaged Business Enterprise Provision 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 established by City 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 specific 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 faith 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 O8/09/01 Federally Required Contract Clauses for Construction Services Contracts 35 Contract Agreement. (a) Policy - It is the policy 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 this Contract Agreement. The Contractor agrees to ensure that DBE's as defined in 49 CFR Part 26 and Section 106(c) of the STUIZAA of 1987, have the maximum opportunity to participate in the whole or in part with federal fields 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 opportunty to compete for and perform subcontracts. The Contractor shall not discriminate on the basis of race, color, national origin, religion, 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 subconb-acts financed in whole or in part with federal funds provided under the Contract Agreement. In that regard, ell Contractors and subcontractors shall 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) Whe:re 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. (d) The Contractor will keep records and documents for a reasonable time following performance of this 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 implementing their programs for DBE participation. The assistance may include the following upon request: • Identification of qualified DBE • Available listing of Minority Assistance Agencies 08/09/01 __ _ - t Federally Required Contract Clauses for Construction Services Contracts 36 * 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 disadvantaged individuals, or, in the case of any publicly owned business, at least 51 percent of the stock of which 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. Whicl 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 operations 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 seclion is being developed to reflect the new rule in 49 CFR Part 26. 23. STATE AND LOCAL LAW DISCLAIMER Applicability to Contracts This disclaimer applies to all contracts. Flow Down The Disclaimer has unlimited flow down. Model Clause/ Language FTA has developed the following language. State and Local Law Disclaimer - The use of many 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 modified depending on state law, and that before the suggested clauses are used in the grantees procurement documents, the grantees should consult with their local attorney. 24. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS FTA Circular 4220.1D 08/09/01 Federally Required Contract Clauses for Construction Services Contracts 37 Applicability to Contracts The incorporation of FTA terms applies to all contracts. Flow Down The incorporation of FTA terms has unlimited flow down. Model Clause/ Language FTA has developed the following incorporation of terms language: Incorporation of Federal Transit Administration (FTA) Terms - The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.ID, dated April 15,1996, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all 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. 08/09/01