Loading...
HomeMy WebLinkAboutPR 18268: CONTRACT WITH PETROLEUM TRADERS CORPORATION, ULTRA LOW SULFUR DIESEL FUEL, NOT TO EXCEED $4000,000.00 INTEROFFICE MEMORANDUM To: John A Comeaux, P.E., Interim City Manager From: Colleen Russell, Director of Transit Tom Kestranek, Transit Manager Subject: P.R. NO.18268 Ultra Low Sulfur Diesel Fuel Purchase Date: 03/26/2014 Recommendation: It is recommended that the City Council approve Proposed Resolution No.18268 for supplying ultra low sulfur diesel fuel for the Transit Department Fleet use. This Resolution would authorize the purchase of diesel fuel under a one (1) year contract, with an option to renew for one (1) additional year, with Petroleum Traders Corporation of Fort Wayne, Indiana, in the amount of $0.0129 above OPIS and a Split Delivery charge of $40.00. These expenses will be charged to the Transit Inventory /Stores Account Number: 401 - 0000 - 142.10 -00. Background: Approval of the contract would authorize Petroleum Traders Corporation of Fort Wayne, Indiana, to be the Transit Department's diesel fuel supply dispensing vendor. The contract is for ultra low sulfur diesel fuel that is utilized to fuel the Transit Department Fleet. The City's Purchasing Division advertised for bids in the Port Arthur News on February 23, 2014 and March 2, 2014. The City received and opened five (5) bids on the purchase of ultra low sulfur diesel fuel (see Bid Tabulation Attachment "A "). The five (5) bids received were from the following vendors: Bidder Bid (1) Petroleum Traders Corporation. $ 0.0129 Above OPIS $40 Charge Fort Wayne, IN (2) Spidle & Spidle Inc $ 0.035 Above OPIS $0 Charge Port Arthur, TX. (3) Gold Star Petroleum, Inc $ 0.0334 Above OPIS $40 Charge Spring, TX. (4) Sun Coast Resources .$ 0.0985 Above OPIS $50 Charge Houston, TX. (5) RelaDyne $ 0.07 Above OPIS $50 Charge Port Arthur TX. 1 P.R.NO.18268 Page 2 of 2 Budgetary/Fiscal Effect: Funding for the ultra low sulfur diesel fuel purchase is available from Transit Inventory/Stores Account Number: 401 - 0000 - 142.10 -00. As the fuel is utilized/consumed from the Inventory/Stores Account it will be expensed to Transit Account Numbers: 401 -1502- 561.24 -00 and 401- 1506 - 561.24 -00 respectively. Staffing/Employee Effect: No anticipated effect on staffing is expected with this action. Summary: The Transit Department recommended that the City Council approve Proposed Resolution No.18268 authorizing a diesel fuel contract with Petroleum Traders Corporation of Fort Wayne, Indiana, for the amount of $0.0129 above OPIS and a Split Delivery charge of $40.00. Funding for current and future ultra low sulfur diesel fuel purchases are available from Transit Inventory/Stores Account: 401- 0000 - 142.10 -00 and as consumed will be expensed to Transit Account Numbers: 401 - 1502 - 561.24 -00 and 401- 1506 - 561.24 -00 resspectav- y. 1 —v.1 Tom Kestranek Colleen Russell Transit Manager Director of Transit 2 P.R.NO.18268 Page 1 of 2 03/27/2014 ACB RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH PETROLEUM TRADERS CORPORATION OF FORT WAYNE, INDIANA, FOR THE PURCHASE OF ULTRA LOW SULFUR DIESEL FUEL IN AN AMOUNT NOT TO EXCEED $400,000.00; FUNDING IS AVAILABLE IN TRANSIT ACCOUNT NUMBERS: 401 - 1501 - 561.24 -00 AND 401 - 5606 - 561.24 -00. WHEREAS, Purchasing advertised in the Port Arthur News on the 23 day of February, 2014 and the 2 day of March, 2014, for bids for the annual supply contract for the purchase of ultra low sulfur diesel fuel; and WHEREAS, on the 12 day of March, 2014, five (5) bids were received and opened, of which two (2) were Port Arthur vendors, and have been evaluated by the Purchasing and Transit Departments, a copy of the bid tabulation is attached hereto as Exhibit "A "; and WHEREAS, Petroleum Traders Co., of Fort Wayne, Indiana, was the lowest and most responsive bidder; and WHEREAS, it is in the best interest of the City of Port Arthur to enter into a contract with Petroleum Traders Corporation, in substantially the same form as attached hereto as Exhibit "B "; and WHEREAS, the Federal Transit Administration (FTA) has set forth regulations and clauses (attached hereto as Exhibit "C ") that must be followed in order to utilize federal funds. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: , .4 THAT the City Manager of the City of Port Arthur is hereby authorized and directed to execute on behalf of the City a one (1) year contract, with an option to renew for one (1) additional year, between the City of Port Arthur and Petroleum Traders Co. for the purchase of ultra low sulfur diesel fuel in substantially the same form as attached hereto as Exhibit "B ". THAT funding for the ultra low sulfur diesel fuel purchase is available from Transit Inventory/Stores Account Number: 401 - 0000 - 142.10 -00. As the fuel is utilized /consumed from the Inventory/Stores Account it will be expensed to Transit Account Numbers: 401 - 1501- 561.24 -00 and 401 - 1506 - 561.24 -00 respectively. THAT a copy of the caption of this Resolution be spread upon the Minutes of the City Council READ, ADOPTED AND APPROVED this day of April, 2014 at a Regular Meeting of the City Council of the City of Port Arthur, Texas by the following vote: Ayes: • Mayor: Councilmembers: • • • NOES: . MAYOR ATTEST: City Secretary APPROVED AS TO FORM: ity A rn APPROVED FOR ADMINISTRATION: John A. Comeaux, P.E., Interim City M. .. Al l -c Director of Tr; nsit APPROVED AS TO AVAILABILTY OF FUNDS: i ie / , 4,41.,/2.--, __....e, ..40- / Director of Finance P - •l..- A / Purchasing Manager EXHIBIT "A" o>o - - d . AD O. ° 0 n r - O N .Y 74 ova `C o CM 0 . . (‘'. ';-: . A b r# r CA y Et 0 69 69 > 2 s 0 ozo �oft Po ° o 00 y a �• o v, AD Y b A cn c4 I.rd 0. on b O .0 V) y y qt- 69 69 C p W 0 MI O• O O = W O 0 o CI ° rt 'V z n r • CD co L.ii 0 y \, q to to C/) 0 N X - n `C 0 CA z � 0 69 0 a • CD ■-3 O eD id 0 e° o G no 0 P o o o 0 .� c4 . 0 N C Z ,.CD o � `D r- ill Fm.1 CD C/1 ►2 ti EXHIBIT "B" CONTRACT FOR THE PURCHASE OF ULTRA LOW SULFUR DIESEL FOR THE CITY OF PORT ARTHUR'S TRANSIT DEPARTMENT THIS AGREEMENT, made this day of 2014, by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called "OWNER" or "CITY" and Petroleum Traders Corporation, a(n) corporation herein acting by and through , hereinafter called "CONTRACTOR ". WITNESSETH: That for and in consideration of the payment terms, conditions and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The term of this Contract shall be from to , with an option to renew for one (1) additional year. The City can terminate this contract at its convenience which includes, but is not limited to, funding not being available in any budget cycle with ten (10) days written notice. 2. The Contractor will supply Ultra Low Sulfur Diesel to City of Port Arthur Transit Department. 3. During, the term of this Contract, the Contractor will furnish at his own expense all of the materials, supplies, tools, equipment, labor and other services necessary to connection therewith, excepting those supplies specifically not required of Contractor in the Specifications. 4. The CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with the terms therein for the amount of $0.0129 over OPIS with a Split Delivery Charge of $40.00, in an amount not to exceed $400,000.00. 5. The term "Contract Documents" means and includes the following: A. Agreement B. Information for Bidders C. Bid D. General Conditions E. Specifications F. Addendum G. Notice to Proceed Page 1 of 2 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 7. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in (2 copies) each of which shall be deemed an original on the date first above written. Signed on the day of , 2014. CITY OF PORT ARTHUR BY: John A. Comeaux, P.E., Interim City Manager ATTEST: CITY SECRETARY Signed on the day of 2014. CONTRACTOR: PETROLEUM TRADERS CORPORATION BY: Print Name: Title: WITNESS: Print Name: Title: Page 2 of 2 DELORIS "BOBBIE" PRINCE, MAYOR 1 t JOHN COMEAUX ROBERT E. `BOB" WILLIAMSON, MAYOR PRO TEM ACTING CITY MANAGER COUNCIL MEMBERS: City o f c = _ SHERRI BELLARD RAYMOND SCOTT, JR. )4l CITY SECRETARY ELIZABETH "LIZ" SEGLER , MORRIS ALBRIGHT, III VALECIA R. TIZENO ROBERT TROY O /"f T t {2 tl l' CITY ATTORNEY WILLIE `BAE" LEWIS, JR. DERRICK FREEMAN Texas KERRY "TWIN" THOMAS FEBRUARY 24, 2014 INVITATION TO BID Ultra Low Sulfur Diesel Fuel DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, March 12, 2014. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, March 12, 2014 in the City Council Chambers, City Hall, 5 Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: Diesel DELIVERY ADDRESS: Please submit one (1) original and one (1) copy of your bid to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET, 4 Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640 POINTS OF CONTACT: Questions concerning the Invitation to Bid should be directed in writing to: City of Port Arthur, TX Clifton Williams, Senior Purchasing Assistant P.O. Box 1089 Port Arthur, TX 77641 cwilliams@portarthur.net Please submit questions or exceptions in writing to the email above. The final day for contractor to submit is March 5, 2014 at 10:00 a.m. Purchasing Division /Finance Department 1 Purchasing Manager, Shawna Tubbs, CPPO, CPPB P.O. Box 10891444 4th Street' Port Arthur, Texas 776411 409.983.8160 1 Fax 409.983.8291 The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS, CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a sealed envelope, with the Vendor's name and address in the upper left -hand corner of the envelope. ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted. Shawna Tubbs, CPPO, CPPB Purchasing Manager Page 2of14 INVITATION TO BID ULTRA LOW SULFUR DIESEL FUEL (To be Completed ONLY IF YOU DO NOT BID.) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT WT REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity /service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments /Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: Date: Page 3 of 14 SPECIFICATIONS FOR ULTRA LOW SULFUR DIESEL FUEL All deliveries will be F. O. B City storage tanks. Deliveries will be by a Tank Transport Truck. Bidders must bid a price differential above or below the average price of the PADD 3 Report published for Beaumont/Port Arthur, Texas, by the Oil Price Information Service (OPIS). The price of fuel delivered during the contract term will be determined by applying the differential bid to the PADD 3 average price in affect on the date of delivery. The PADD 3 price in effect will change each Monday to the price published the previous Thursday. All delivered fuel shall be transferred to the City of Port Arthur owned tanks. Delivery trucks shall be properly equipped with accurate measuring devices, vapor recovery systems, and spill pickup equipment. City of Port Arthur personnel must verify this equipment upon completion of delivery. Deliveries shall be made on a net gallon basis, temperature corrected to 60° F. Vendors must be able to furnish certificates issued by the State of Texas that verify tank capacities for a given truck. Orders for deliveries will be made by the Transit and Utility Operations Departments in quantities of 8,000 gallons or less. Deliveries will be made within one (1) workday of the order to the locations listed below: Department Location Estimated Annual Usage Hours of Delivery Transit 301 4 Street 98,000 gallons 8:00 A. M. - 5:00 P. M. (M -F) Utility Operations 2901 Hwy. 365 2,000 gallons 7:00 A. M. - 2:00 P. M. (M -F) The amounts specified are estimated based on past experience and the City is not obligated to purchase these amounts. The City's minimum delivery time for an emergency which is hurricanes, natural disasters, or other declared emergencies will be eight (8) hours. Vendor shall provide an emergency plan to the City of Port Arthur for delivery, including length of time after receipt of order that vendor shall make delivery of fuel. Vendors shall state other entities having a priority of delivery over the City of Port Arthur. Quality Control: An original copy of the refinery manifest shall accompany all deliveries. The manifest must be identifiable as to the refiner or common carrier pipeline terminal. Deliveries from any other source will be rejected. Any transport arriving without proper paperwork will not be permitted to unload. The City of Port Arthur reserves the right to test fuels at any time for specification compliance. The cost for such tests shall be paid by the seller in the event the product fails to comply. Such failure will result in the prompt removal of failed products, using the vendor's equipment, at no cost to the City of Port Arthur, within twenty -four (24) hours of notification. Acceptable fuel shall immediately replace unacceptable fuel based on the quality of questionable fuel originally delivered to a given location at no charge for the entire shipment. Violation of specification requirements may give the City of Port Arthur cause to cancel the contract and will be a consideration of future awards. Page 4 of 14 Fuel prices bid will exclude all taxes and loading fees. The bidder must submit Material Safety Data Sheet(s) with bid. Number 2 Low Sulfur Diesel Fuel shall meet or exceed the following specifications: API Gravity 31.8 Cetane index 45.0 Flash point 158° F Mercaptan sulfur 0 004% Water and Sediment 0 0% Pour point 10° F Sulfur .0.14% All fuel shall meet or exceed the performance criteria as established by new vehicles manufacturers or the Society of Automotive Engineers or the American Society for Testing and Materials. The contract will be for 12 months and the city will have the option to renew the contract for one (1) additional year. Page 5 of 14 CITY OF PORT ARTHUR, TEXAS • 13 ID SHEET' 131T) FOR: Ultra Low Sulfur Diesel. Fuel • 1311) DUE DATE: March 12. 2014 DESCRIPTION 1 °P1' DIFFERENCE ! FIAT CIIARGE FOR SPLIT DELIVERY TO NIORE THAN ONE :LOCATION 0.0129 s $40.00 ! Lltra Low Su!fur Diesel Fuel 1__$ Petroleum Traders Corporation 7120 Pointe Inverness Way COMPANY NAME STREET ADDRESS /14/■()(4 • SIG ATuRr OF BIDDER p.O. BOX Gayle Newton Fort Wayne IN 46804 PRINT (.)R TYPE NAME CITY STATE ZIP Contract Sales Manager 800-348-3705 x1002 TITLE AREA CODE TEL El'i•IONFI No • gnewton@petroleumtraders.com 260-203-3820 EMAIL FAX NO. • • • Pag,t 6 or NON-COLLUSION AFFIDAVIT CITY OF PORT ARTHUR § • STATE_ OF TEXAS § L By the. signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the il firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01, • et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made; to any competitor or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm, corporation or institution submitting a bid committed any other act of collusion related to the development and submission of this bid proposal. Signature: ket Printed Name: Gayle Newton Title: Contract Sales Manager Company: Petroleum Traders Corporation — —__— __ til Date: 3/10/2014 — Gayle Newton P_i SUBSCRIBED and sworn to before me the undersigned authority by the 10th of, Al March ,_2014 .on behalf of said bidder. t / &''i • v A ' i i.,6 i N tary Public in ant or the Katherine J. Thayer State of - X062.08, Indiana ii My commission expires: 5/28/2016 ri • 5 Page 7ol • • AFFIDAVIT All pages in OiTeror's Responses containing Staten "tents. letters, etc., shall he signed by a duly • • authorized officer of the company whose signature is binding. • • The undersigned offers and agrees to one of the following: :: X 1 hereby certify that I do not have outstanding debts with the City of Port Arthur. 1 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. 1 further agree to pay succeeding debts as they become due. 1 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. Petroleum Traders Corporation 3/10/2014 Firm Nam= Date Vice President Au . - ized Signature . Title • Linda Stephens 800- 348 -3705 x1002 Name (please print) • Telephone gnewton @petroleumtraders.com .Email • STATE: Indiana COUNTY: Allen is SUBSCRIBED AND SWORN to before me by the above named Linda Stephens • on this the 10th day of March 20 14 � r , Notary Public ! atherine J. hayer RETURN 'MIS AFFIDAVIT AS PART OF THE :13I1) PROPOSAL • ° ,, ?, 8 of 14 • ! • CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For Vendor or other person doing business with local governmental entity his questionnaire; reflects changes made; to the law by 11.11. 1491, 80 Leg., Regular Session. This questionnaire is being filed in accordance with Chanter 176, Local Government Code by a person who has a business relationship • I os ciclined 1)y Section 176.00! (1..a) with '5 local governmental entity and the person meets requirements under Section 176.006 (a). 13v law this questionnuii - e must he tiled with the records administrator of tbe. local governmental entity not later than the 7 business • day after the date the person becomes aware of filets that require the statement to be filed. See Section 176.006, Local Government 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 business relationship with local governmental entity. • 2 ,__...1 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you tilt •ui updated completed questionnaire. lv !tft the appropriate li!intt. authority not later than 7 business da) after the date Me originally filed questionnaire becomes incomplete or inac:Gm 3. Name of a local government officer with wham filer has employment or business relationship. • N/A Name of Officer — — __ This section (item 3 including subparts A, 0. 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 (I -a). Local Government Code. Attach additional pages to this Form (.1Q as necessary. A. Is the local r officer named in this section receiving or likely to receive taxable income, other than investment income, hoop the filer of the questionnaire'? -J i Yes 1 l No 13 is the Tiler of the questionnaire receiving or likely to receive taxable income. other than investment income. from or at the direction ol'the local government officer named in this section AND the taxable income is not received from the local governmental entity? '�_� Yes Li No C. Cs the tiler 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 1 0 percent or more? Yes C No I)_ Describe each employment or business relationship_with the local government oilicer named in this section. t• ti Y 1 t : a 3/10/2014 • ___L\bikr• Si_0.r.atc e f per, m doing business with the governmental entity Date - - _ - - - Gayle Newton, Contract Sales Manager { Page 9of 14 • • • GENERA L 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 BIDS: 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% of the lowest bid price, as provided by Section 271.905 of the Texas Government Code. TERMINOLOGY: "Bid" vs. "Proposal " - -For the purpose of this ITB, the terms "Bid" and Proposal" shall be equivalent. Bidders are cautioned to read the information contained in this ITB carefully and to submit a complete response to all requirements and questions as directed. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with 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 STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. Page 10 of 14 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public monies under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be made by addenda. 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 is 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 Department P.O. Box 1089, Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement 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. Page 11 of 14 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 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 activity receiving Federal financial assistance. TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to Page 12 of 14 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 WORK: 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. SUB - CONTRACTS: 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 1. Standard Worker's Compensation Insurance: 2. 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. Page 13 of 14 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. 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. WAGES & SALARIES: Attention is particularly called to the requirement of not paying less than the prevailing Davis Bacon Related Acts (DBRA) wage rates specified in the Contract Documents. These rates are minimums to be paid during the life of the contract. It is therefore the responsibility of the Bidder to inform themselves as to local labor conditions. Attention is called to the requirement that employees and applicants for employment are not discriminated against because of race, color, religion, sex, age or national origin. Page 14 of 14 t• ..::, CITY OF PORT ARTHUR, TEXAS . ----,„ ( / 4-4/44>;:—:;-- ADDENDUM NO. ONE (1) V --/ ' '' f\'1Lrch 3, 2014 Bid Proposal For: Ultra Low Diesel Fuel The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall he incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID . .. • PROVISIONS rN THE SUBMISSION OF THEIR BID. Addendum as follows: 1. Attached are the federal clauses for ETA. Bidders are required to fill out the . appropriate pages and return with the bid. If you .have any questions, please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST 13E SIGNED AND SUBMITTED WrIll -:-: YOUR BID DOCUMENTS. . ..6 4--.: ::i3 .. • l 6 44, ,„..--' ii-'.., .../,..4 /_-.'9.4 7.(ZZ =t Clifton Williams Senior Purchasing Assistant Y.-2(1. ittAAA ' 3/10/2014 Signature of Proposer Date : .:1 . • Gayle Newton, Contract Sales Manager • g : • .:-1 • ?.i . . 1 : 1 . 1 : :: • . . i q .-. _ . EXHIBIT "C" - Fable of Contents • 1.. Drug and Alcohol Testing 2, FIy America Requirements 3. Buy America Requirements 4. Charter Bus and School Bus Requirements 5. Cargo Preference requirements • 6. Seismic Safety Requirements 7. Energy Conservation Requirements 8. Clean Water Requirements 9. Bus Testing 10. Pre -Award and Post Delivery Audit Requirements 1.1. Lobbying 1 Z. Access to Records and Reports 13. Federal Changes 14. Bonding Recluire•rnents 15. Clean Air • 16. Recycled Products • 17. Davis -Bacon Act 1.8. Contract Work 1 -lours and Safety Standards Act 19. Copeland Anti- Kickback Act 20. No Government Obligation to Third Parties 21. Program Fraud and False or Fraudulent Statements and Related Acts 22. Termina Hon • • 23. Government -wide Debarment and Suspension (Non-procurement) • 24. Privacy Act 25. Civil Rights Requirements 26. Breaches and Dispute Resolution • 27. Patent and Rights in Data 28. Transit Employee Protective Agreements • 29. Disadvantaged Business Enterprises (DBE) 30. State anti Local Law Disclaimer • 31. Incorporation of Federal Transit Administration (FTA) 'Perms • 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. • *` • Federally Required and other Model Contract Clauses 2 I. DRUG AND ALCOHOLTEST[0G 49 D.SZ./\533I 49 CPR Parts 653 and 654 Applicability to contracts The Drug and Alcohol testing provisions up Operational Service Contracts. Flow Down Requirements Anyone who performs a safety-sensitive functim for the City of Port Arthur or subrecipient is required to comply with 49 CFR 653 and 654, unless the contract is for maintenance services. 'Maintenance contractors for non-urbanized area formula program grantees are not subject to the rules Also, the rules do not apply to rnaintenance subcontractors. ModolC]uonr/Languago introduction FTA drug arici alcohol rules, 49 CF1 653 and 654, rcspecdveiy, are un.que amon i:he regulations isued by FLA.. First, they require the City of Port A,U``'r to ensure that any entity performing safety-scnxid,c 6/ncbw` on |6c City of I?nrt/\rthco'n behalf (usually ouLrcc±pients and/ or contractors) tmplemeni a complex dn.ig and ulcohn) testing program that complies v/itb Parts 653 and 654. Scrond the ,ulescouJihon the receipt o/ certain kinds n[ FTA funding on the City of Port Arthur's compliance with the rules; thus, the City o{ Port Arthur is no, in compliance with the rules unless every entity that performs u safety-sensitive ( unction on the City of Port Arthur's behalf is in compliance with the rules. Third, the rules do not specify how City of Port Arthur ensures that its subrecipients and/or contractors comply with them. • Drug and Alcohol Testing • The contractor agrees to establish and inpleczenLo drug and alcohol testing program that complies with 49 CFR Parts 653 and 654., produce any documentation necessary to establish its • comp 6anra with Parts 653 and 654, and permit any ou8ho,iz,ed representative o( the United States -Department of Trans tion or its operating a d ministra bons, au! State Oversight' Agency oFTexns'oz 1ii City of Port Ai'ihu.r, to inspect ihe iacili.iies and records associateci wiih the implementation uf the drug and alcohol testing program as i'equired under 49 CFR Paris 653 and 654 and review the testing process. The contractor agrees further to certify annually its compliance with Parts 653 and 654 before (insert date) and to su.bmit the Management Information System (MIS) reports before (insert date before March 15) to (insert title and. address of person responsible for receiving information). "iro certify compliance the contractor shall use the 'Substance Abuse•Certifications" in the "Annual List of Certifications and Assurances for Federal Transit Administration Grants and Cooperative Agreements," which is published annually in the Federal Register. ISa Cont agrees further /n [Select a' h' or c] (a) submit before (insert date nz upon request) » copy `f the . Policy Sxsterncnt developed tv irnpiement d:s drug and. alcohol teStmg program; 05 (5) adopt (insert dM Statement the recipient wishes the contractor to use.) as its policy statement ns required under 49 CIT\ 653 and 654; 0.5 (c) subrrlit for rcview and approvai before (irIserI. date or llpon re9u asi) 1 ropy af its Policy Sietement developed 10 irnplernenl: its drug and alcohol iesulg prograol. [n addition, the c:ontractor agrees to: (to be determined by the recipient, b may address a reas such as: the selection of the certified Iztboratory, substanc.:e abuse professional, or Medical .Review Officer, or the use of a consortium). • • • Federally Required and other Model Contract Clauses 3 2. FT_Y AMERICA REQUIREMENTS 49 USC; 4 10118 41 CFR Part 30i -10 Applicability to Contracts The Ply America requirements apply to the transportation, of persons or properly, by air, between a place in the U.S. and a place outside the U.S., or between places outside the U.S., \-ahi.n the FTA will participate in the costs of such air transportation. Transportation on a 1 : oreign 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. Mow I)o \tin Rcduirerrie ;ts 111e Fly ! \ir.erica 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. 1 "i} "1'' mine, l:eguirernent5 1llc 1..orltrat:tor agrees ti) coin ply with 49 t_1'SL._ §40115 (the "Fly America' Act) in accordance with the General Services Administration's s regulations at 41 CFR 'art 301 -10, which provide that reci 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. • 3. 13UY AME1 ICA REQUIREMENTS 49 USC 5 5323(j) 49 CFR Part 661 • Appliciibility to Contracts The Buy '3Vinerica requirements apply to the following types of contracts: Construct - ion Contracts and Acquisition of Goods or Rolling Stock (valued at more than $100,000). Flow 1 • The Buy America. requirements flow down from PTA recipients and subrecipients to first Her contractors, who are responsible for ensuring that lower. tier contractors and subcontractors are in coinpl.i • Federally Required and oUhcr.&4udd Contract Clauses 4 Mandutory{2aosu/Iaopzage • The lluy America regulahon, at 49 CFR 66I.l3 requires nodficud000[ the Buy America requirements in FTA-funded contracts, but does not specify the langu.age to be used. The following language has been developed byPTA. Buy &•nerica The contractor agrees tu comply with 49 USG §53230) and 49CFR Part 66] which provide that Fecleral funds rnay not be ohligaled unless steal, iron, and manufactured products used in 'ETA-funded projects are produced in fte United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General vvalvers are listed in 49CFR§66lIand include final assembly in the United Stites for 15 passenger vans and 15 passenger wagons produced by Chrysler Cxpora Lion, microcomputer equipment, software, and small purchases (currently less than $100,000) mad.e with capital, operating, or planning funds. Separate requirements for rolling stock are set out ui53236)(2)(C) and 49CFR § 661.11. Ro11ii, .. st:ock not subject to a gerieral waiver mu.st be manufachned in the Lnited States and have o6O percent domestic. content. A bidder v, offeror must su6,nit to the |'I/\r.ripion, the appropriate Boy /\o`cricv certification (bdovv) with all bids oo PIA-funded contractscxco��U�xenz�ec��ou&coe,o1vva�rocD�dun� ' subject offers 6ha|arc not accou`paniod6, a completed iiuy America certification rnustbe rejected as non-responsive. This requirement does not apply to lower tier subcontractors. Clertificabonrpquizooent for procurement o/stc. or manufactured products. • Certificate of Compliance with 49USC§B23(j)0 The bidder or offeror hereby certifies that it will meet the requirements of 49 USC § 53230)(1) d the applicable regulations io49CFR Part 6' . te � - _--- 3/10/2014 � , .--~� 5i8na�a n _ -_ [nmpnr� N ame Petroleum_ Title Linda Stephens, Vice President. Certificate Non-[vn�n8vmuni6h49�USC�532J(�O) ' . The bidder or offeror hereby certifies that it cannot compbv wifh the requirements of49USC 53230)(I)' but b may qualify for an exception pursuant tn49DSC 5323(j)(2)(B) or(j)(2)(D)and the regulations in 49 CFR § 661.7. Dag. - ----- ------__ — __'--_ - _ - _--_ - __ - __ - '___ - _' - ______----___ - _--__ Signature ______.____----__--____--__ Company Nacne • • • �" � ' ` ' ' • Federally Required and other Model Contract Clauses 5 � , , � Titl _Ultra Low Sulfur ____� � • CcrdGcationregoirezncnt6xpnuureuznntof}sea other rolling suckandosxociated equipment. � « Certificate of Compliance with 49DSC5 B236}[D(C). ii The bidder or offero herehy certifies t it will comply with the requirements of49USC § . 5323U\(2)((] and the reg Part 66l. 3/10/2014 ^' ~ , Da -_-- __' - -- -----'--- ------ ` / _____ _____ �r 7 / • ' ' „, Signature _ '- _ _ _ - ^ �� � ~.�-___^__� . � _� '--_-__ � Comp^nyN�/:n_ pono / o _ ________________ � , Title - Linda Stephens, Vice President __ ��/�//�rv�o/�Vou'[oo/p/�:non'�th�9DSC�5] The bidder ur offeror hereby certifies that it cannot comply with the requirements o[49USC g 532J6)(2)(C)' but may qualify for no exception pursuant to49DSC§6323U)(2)(B) 5. dbece�ulabonnbo49CFRgG6l7� Dn»e — _ --_____ ----_-_________'_--�-----------'----------------------- Sig nature _ Company Name _____-------__�_'___�________�_______ p. 3. Title_________-__-_-_-_'____�-__---'------'------- ---- 4. CHARTER BUS REQUIREMENTS 44USC ti 5323(d) 4ACFR Part 6O4 Applicability |oContracts .;.; g The" Uos,egoi,o,rentvapply ro the following type of contract: Operational Service Contracts. . How D . Requirements 'rile Charter Bus requirnnients flow down from PTA recipients and xu6rcc|pimu to first tier ii service contractors. 'Model Clause/ Language T6xzelevontomtutos and regcdu6000do not ozanda,eany opcc�icc�uoeo,language. The yf: foliowing clouse has been developed. by FTA. .„-:; gi ' , � :: ` • • Federally Required and other Model Contract Clauses 6 • Charter Service Operations -The contractor agrees to comply with 49 USC 9 5323(d) and 49 Ci'h Part 604, which provides that recipients and subrecipients of ETA assistance are prohibited from providing charter service using federally funded equipment or facilities if there is at least one • private charter operator willing and al:)le to provide the service, except under one of the exceptions at 49 CFIZ 9 604.9. Any charter service provided under one of the exceptions must be "incidental," . i.e., it must not interfere with or detract from the provision of mass transportation. 5. SCHOOL BUS REQUIREMENTS 19 USC § 5323(F) 49 CFR Part 605 Applicability to Contracts The School Taus requirements apply to the following type of contr Operational Service Contracts. Flow Town Requirements The School Bus requirements flow down from F'1'A recipients and subrecipienis to first tier service contractors. • iModel Clause/ Language The relevant statutes and regulations do not mandate any specific clause or language. The following clause has been developed by 1 I A. School Bus Operations -- Piu•suani to 69 USC 9 5323(1) and 49 CFR .Part 605, recipients and subrecipi.ents of .ETA assistance may not engage in school bus operations exclusively for the gl transportation of students and school personnel in competition with private school bus operators unless qualified under specified exemptions. When operating exclusive school bus service under an allowable exemption, recipients and subrecipient:s may not use federally funded equipment, vehicles, or facilities. 6. CARGO PREFERENCE REQUIREMENTS 46 USC 9 1211 46 CER Part 381 • App.lic ability to Contracts The Cargo 1'referencr requirements apply to all contracts involving; equipment, materials, or il commodities that may he transported by ocean vessels, Flow Do The: Cargo Preference requirements apply to all subcontracts when the subcontract may be involved with the transport of equipment, material, or commodities by oce 7ivessel. Model Clause /Language The MARAD regulations at 46 CFR 9 contain suggested contract clauses. The following 1 angua ,e .is proff by i'1 A. Ki Federally Required and other Model Contract Clauses 7 Cargo Preference - Use of United States -Flag Vessels -'Ihe 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 1.:Ilite.ci )1ILes, a lel'7D11 copy of a rated ion- 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 ETA recipient (through the contractor in the case of a subcontractor's bill -of- lading.) c. to i..nch.ide these requirements in all subcontracts issued pursuant to this contract when the subcontract rri.ay involve the transport of equipment, material, or commodities by ocean vessel. • 7. SEISMIC SAFETY REQUTRE \lF rs 42 IJSc.: § 7701 et sec). 49 Ca I: Pa r:: 41 .Applicability to Contracts • 1. The Seismic Safety requirements apply only to contracts for the construction of new buildings • or additions to existing buildings. • Flow D own The Seismic. Safety requirements flow down from FTA recipients and subrccipients to first tier contractors to assure compliance, lvith the applicable building standards for Seismic Safety, including the work performed by all subcontractors. Model Clauses/ Language enf;uahe The regulations do not provide suggested language for third -party contract clauses. The following language has been developed by ETA. 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.'l.'he contractor also agrees to ensure that all work performed under this contract including work performed by a subcontractor is in co mpliance with the stand ards required by the Seismic Safety Regulations and the certi.f ica ticm of compliance issued on the project. 8. ENE.RG'? ONSERVATIO:N REQUIREMENTS 42 USC § 6321 et seq. 49CFRPart "18 Applicability to Contracts Thc Energy Conservation requirements are applicable to all contracts. • • • • • Federally Required and other Model Contract Clauses How Down The Energy Conservation requirements extend to all third party contractors and their contracts at every tier and subrecipierats and their subagreernents at every tier. Model Clause /Language No specific ciau.se is recommended in the regulations because the Energy Conservation requirements are So dependent on the state enerp.;y conservation plan. The following language has been developed by F"I'A. 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. 9. CLEAN WATER RE(1TIRF M1 N;'S 33 USC y 1251 Apoiicabi]ity to Contracts The C.. :lean Water requirements apply to each contract and subcontract a-vlaich exceeds $1.00,000. Flow I )own The Clean Water requirements flow clown to FTA recipients and subrecipients at every tier. is Model Clause/ l..anguage While n mandatory clause is contained in the Federal Water Pollution Control Act, as • amended, the following language developed by FTA A contains all the mandatory requirements. 4�. Clear; \'Vater - (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 S 1251 et: seq. The Contractor agrees to report each violation to the: Purchaser and understands and agrees that the Purchaser ovi11, 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. • 10. BUS TESTING 49 USC 5 5323(c) • 49 CH. Part 665 Applicability to Contracts The Bus Testing; requirements pertain only to the acquisition of Rolling Stock/ Turnkey. • Flow Down The Bus Testing requirements should not flow dower, except to the turnkey contractor as stated in Master Agreement. •v1odel clause/Language • • • • • • Federally Required and other Model Contract Clauses 9 Clause and language therein are merely suggested. 49 CFR Part 665 does not contain specific �b language to be .included in third party contracts but does contain requirements applicable to subrecipient;s and third party contractors. Bus Testing Certification and language therein are merely suggested. Bus Testing - The Contractor [Manufacturer] agrees to comply with 49 USC § A 5323(c) and FTA's impleinenting regulation at 49 (2FR Part 665 and shall perform the following: il 1) A manufacturer of a new bus model or a bus produced with a major change in components Or configuration shall provide a copy of the final test report to the recipient at a point in the procurement process specified by the recipient which will be prior to the recipient's final. i - i acceptance of the first vehicle. 2) A manufactures who releases 0 report under paragraph 1 above shall provide notice to the operator of the testing facility that the report is available to the public. 3) If the manufacturer represents that the vehicle was previously viousLy testes{, the vehicle being sold should have the identical c:onfil;uration and major components as the vehicle in the test report, which -lust be provided to the recipient prior to recipient's final acceptance of the first vehicle. i. If the configuration or components are not identical, the manufacturer shall provide a description of the change and the manufacturer's basis for concluding that it is :not a major change requiring additional testing. 4) If the manu factu.rer reoresents that the vehicle i5'''tranclEatllered (has been used in mass transit service in the United States before October 1, 1988, and is currently being produced . without a major change in configuration or components), the manufacturer s11a11 provide the • name and address of the recipient of such a vehicle and the details of that vehicle's configuration and major components. CERTIFICATION OF COMPLIANCE Willi 'ETA's BUS TESTING REQUIREMENTS The undersigned [Contractor /Ivlanuiacturarl certifies that the vehicle offered in this procurement complies with 49 USC § A 5323(c) and PTA's implementing regulation at 49 CFR •_ Part 665. ii I undersigned understands that misrepresenting the testing status of a vehicle acquired with Federal financial assistance may subject the undersigned to civil penalties as outlined in the Department of Transportation's regulation on Program Fraud Civil Remedies, 49 CFR Part 31.. Ei In addition, the undersigned understands that FTA may suspend or debar a manufacturer under the procedures in 49 CFR Part 29. z Date: 3/10/2014 •°` ` Signature: : — l , -- r ., - --- -- - - - � Petroleum Traders Corporation G C;ornpar:� Name: - — - . -.... -- — _. -. -- - - -- - Title: _Linda Stephens Vice President -___.. - .- ...._... _. • • Federally Required and other Model Uontracl Clauses 10 • lI. PRE-AWARD AND POST DELIVERY AUDITS REQUIREMENTS • • • 49 USC § 5323 49CFR Part 66J Applicability toContracts These requireinents apply only to the acquisition of Rolling Stock/Turnkey. ' • How Down These requirei ents shouid not flow down, except 10 the turnkey contractor as stateci in Master 8Srcom,oL Model Clause/ Language • Clause and language l are rnerely sugested. 49[FD Part 663 does not contain specific language to he included in third party contracts but does contain requirements applicable tosu6zecipiootsand third party contractors. " Buy America certification is mandated under FTA regulation, "}to'/\vvurd and Poxt- Delivery Audits of Rolling Stock Pu,chascx t..; 663.1.3. • Specific language for the Buy America certification io mandated by ETA regulation, "Buy America Requirements—Surface Transportation Assistance Act of 1982, as amended," 40CFR § 661.12, but. has been modified to include ETA's Buy America requirements codified at 49DSCDA5323(j) Pre-Award and Post-Delivery Audit Require:menl:s The Contractor agrees 10 comply wiih 49 . D5C§53Z3(D and :EIA'o implementing regulation a/49CFD Part 66O and toxo6znit the foDop/inAcerd{icatinns: (1) Buy America Requirements: The Contractor shall complete and submit a declaration certifying either compliance o, noncompliance vvitbl3ny Ame•rira. If the Biddr,/OKc,crorbfirs compliance with Buy America, it shall submit documentation which lists1.) component and subcomponent parts of tIie rolling stock to be purc:hasecl identified by manufaciurer of lhe parts, their country of origin and costs; and 2) the location of the final assernblv point for the rolling stock, including a description of the activities that will take place at the final assembly point and .the cosi of final assembly. • (2) Solicitation Specification Requirements: The Contractor shall nbrnit evidence that it will be • capable of meeting the bid specifications. • . ~~ (3) Federal Motor Vehicle Safety Standards (FMVSS): The Contractor shall submit 1) manufortu/pr'nFk1VSS self-certification sticker information that the vehicle complies with relevant :EN/R/5S or 2) manufacturer's certified statement that the contracted buses will not be subject toFMVS5 regulations. BUY AMERICA CERTIFICATE CF COMPLIANCE WITH PTA REQUIREMENTS • ' * Fcdc'r]\y Required and other Model Contract Clauses l| FOR BUFFS, OTI TER ROLLING STOCK, DK ASSOC; MED[0U{ Ob he submit tea with n bid or offer exceeding the small purchase threshold for }e/em/assistance programs, mnm ill/ set n/$}00„UOOj Certificate n/Compliance The bidder hereby certifies that it will comply with the requirements of 49 USC § Sect 5323(j)(2)(C) Section l65(6)(3)c6 the Surface Transportation Assistance Act oflYD2.aa amended, and the regulations of 49 CFR § 661]I: D 3n0/2014 ! ' a ct , • Signature: .' .4 • [orynuu�Koonu� r�uv'�um Tr ume^ Corporation _____ Title: Linda Stephens, Vice President Ce,ti[irouxofNon'[onnPlionce The bidder hereby certifies that iL cannot comply vvidh the requirements "M9lSC 5Section 5323(j)(2)(C)and Section 165(b)(3) of the Surface Transportation Assistance Act ofI982,an amended, but rnay qualify for an excep6ori to the requirements cons with ;9DSC Secboos532J0(2)(B) or (j)(D(Z)' Sections l6S(6)(2) or (b)(4) of the Surface Transportation Assistance Act, as amended, and regulatio.ns in 49 CFR § 661.7 |]a/e _,_____',----_-- Signature: Company Narne Title:. l2�OBDYDuG 31 D5(.2§ 1352 4;[�FK Part J9 • 49C]'R Part 2O • Applicability b�Lo tracts • The 1,obbying requirements apply to Construction/ Architectural and Engineering/ Acquisition of Rolling Stock/Professional Se.ryice Contract/Operational Service Contract/Turnkey contracts. How Down • • • • Federally Required and other \Model Contract Clauses 12 'i'hc L,obbyin >g requirements mand 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 arnended by Section 10 of the Lobbying Disclosure Act of 1.995, and DOT implementing regulation, "New Restrictions on Lobbying," at 49 CFR , 20.1.10(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 CPR fart 20, Appendix A. \'Iodifica.tions have been inade to the Lobbying Certification pursuant to Section 1..0 of the Lobbying Disclosure Act of 199.5. • - Use of "Disclosure of Lobbying Activities," Standard Form -LLL set forth in Appendix 13 of 49 CFR Part. 20, as amended by "Government wide Guidance For New Restrictions on Lobbying," 61 Fed. Peel;. 1413 (1/19/06) 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, .1'1.. 104 -65 Ito be codified at 2 USC § 1601, et seq.] - Contractors who apply or bid for an award of 5100,000 or more shall file the certification required by 49 CIF Part 20, "New Restrictions on Lobbying.' Each tier certifies to the tier above that it will not and has not used • Federal appropriated funds 1:o 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 § 1.352. Each tier shall also disclose the name of any registrant ender the Lobbying Disclosure Act of 1995. who has trade 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 her to her up to the recipient. APPENDIX A, 49 (:FR part 20 - -CI REIFICATION REGARDING LOBBYING 4 Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or nffi�r 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 00 behalf of the unc:lersi >o d, tc ;try pers;>n for influencing or attempting to influ ence an officer or employee of an agency, a Member 01 Congress, n officer or employee of Congress, or en employee of a 3 y 3 • Federally Required and other Model Contract Clauses G � IVIembe,o}Congress in conjecion 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, nr 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 c)flicer or employee al:Congress., or an employee of alqembe.r of Congress :in connection with this Federal coithact, grant, loan, or cooperative agreeinent. the undersigned • shall complete and submit Standard Form—ILL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying 61. Fecl. Rcg.1.41.3(I/19/96). Note: Language in paragraph (2) 1crein has been modified io accordance with Section I0of the Lobb����Dioc�nsox�xr�o[lVY5(P� . I04'85,/o6e codified atZDSC§l6Ol seq.)} • (3)1 shc Lind eosiXn,dshJ} oquix^\ U`r| Xr o[ this certification be included in the award documents for all sobaw'asjo at all tiers (including subcontracts, subgrants, and contracts under lnaoo accordingly. This certification is a material representation Of fact upon which reliance was placed when this • transaction ,'no made or entered into .Subrn.ission of this certification isi. prerequisite for rna king or entering into Lb1obonxocLiun imposed 6y3l'USG Bl352 (as amended by [6r Lobbying Disclosu.re Act of 1995). Any person Who fails to file the required certificahon shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. [Note: Pursl.nu')t to 31 USC § 1352(c)(1)'(2)(A), any person who makes a prohibited cvycz`Jiturc or tails to file or amend a required certification or disclosure form shall he subject to a civil penalty nf not less than 8l0 and not more than G1U0 for each such expenditure n, fai7o,oj Petroleum Traders Corporation The Contractor, ' cc,bUnxo,aES/uz •the truthfulness and accuracy of each statement of its c.ertifica non and disclosure, if any. In addition, the Contractor understands and agiyes that le p,ovioiqono(]] D3[§/\380l' apply u` this certification and disclosure, if , ^ ` Signature of Contractor's Authorized Official Linda Ste h vice president Name and Title of Contractor's Au l'horized Official } • 3/10/2014 ' Date • 13. ACCESS TO RECORDS AND RP.?( R| • 49US[§ 18 CPD§I8.36(i) 49[FK§633]7 Applicability to Contracts ^ � • ~ . Fedeiall' Required and other vode1 Contracl Clauses 14 Reference Chart "Requiutnents tor Au:cess 10 Records and Reports by Type of Contracts' • Fk`rv El'A does not require the. inclusion of these requirements in s Mod c\[2u use/ Language The specified longuage is riot niandated by the statules 01 reguiabons referenced, but the language provided paraphrases the statutory or regulatory language. Access to Records The foliowine access to records requirements apply to this Contract: l. Where the Purchaser is not o State but o local government and iy the PTA Recipient u/o subgraot:co[ the FTA 'Recipient io accordance wiGh C. F. R.lS,36(i) the Contractor agrees tn • provide the Purchaser, the PTA Administrator, il Comptroller General of the United States or any of their authorized •representative.is access to any books, documents, papers and records of the Contractor which are directly perument 10 this Contract tor the purposes of rnaking audits, • examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C. F. R. 633.17 tn provide the FTA A6mioixtrauo,n, his authorized representatives including any P1\4O Contractor access to Contractor's records and construction sites perta to a major capitol project, defined at 49 USC § 5302(01, which is receiving fede•ral financial assistance throug;h the programs described o\49US[§53O7 2. Where the Purchaser is a State and is the.FTA Recipient or a subgrantee of the FTA Recipient accordancewiW 49 CFR § 633.17, Cont:ractor agrees 10 provide the Purchaser, the FTA Ad`xinistrato, or his authorized representatives, including any PHO Contractor, access to the Contractor's records and construction sites pertaining to a major capital project, defined at 49 U3C� p 5302(0I which is receiving lederp} financial assistance through the programs described at49US[§55O7 definition, o major capital project excludes contracts ofless than the simplified acquisition threshold currently set at $100,000. l Where the Purchaser enlers into a negotiated contTact for other than a small purchase ar under the simplified acquisition threshold and is an institution of higher education, a hospital or other non-profit organization and is the FT/\ Recipient nroxu6g,aotec o[ the :PTA Recipient in accordance with 49 CFR § 19.48, Contractor agrees to provide the Purchaser, FTA Administrator, the Comptroller General of the UnitedStates or any of their duly authorized representatives with access to any books, docurnents, 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 dbcFT/l Recipient or a sv6Crantec of the FT/lRcdpientin • ( C01 daflc( 1h 49 L( 5]25(o) enters into a contract for » capital project wrimprovement (defined at49DSCh5302(a)I) through other than competitive bidding, the Contractor shall ~~ make available records related. to the contract to the Purcliaser, the Secretary of Transportation and the Cnznpbn}lcrGpneza) or any authoiized officer or employee of any 01 them for the purposes of conducting ;n auclit and mspech(>n. • 5. 'The. Contractor agrees to permit any of the foregoing parties to reprod LICe . by any meEMS whatsoever o,,o copy excerpts and transcriptions on reasonably needled. • • , . ^ ` ^ Federally Required and other Model Contract Clauses 15 ,„ ' ° , � T Contractor zu 6. 'T' D iny 600ks ' rmzndx'acouun� � and reports this contract for a period of not less than three years afterthe date of termination or e.xpira tion 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 io maintain same until the Purchaser, the I'M Administrator, the Comptroller General, or anv of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 4g[FD,EliI8J9(U/l4 ii 7.1:TA does not require the inclusion of these requirements in subcontracts. .Requirernents for Access to Records and Ieports ly Types of Contract , • _____ _— ___� [nnt Operatic) Tu/ok*y Constrocb I /\,rhitectv Argcinho Pro!csuioz � [6a,ac^e6s6 nal on I ,a} uof al Services cs Service En i eeri 8o| in8 ' Contract ng Suock . � l5.-;uaon Grantees ' None Those None None None None irnnocud on / ^ ' a. Contracts � � state pass • • ` below SAT 'None Gnu to Yes, if ' None None None ($l00,000) unless' Contractor non- unless unless unless non- nonpebbv 000- non' non, b. Contracts cornppdd c' award or compobbv n000pehdv cnmPohhv above veawvrd .i[funded e award e award eawa,d VlO0'O0O/<�n U`r?' pital Projects 5307/5309 /5311 -------~—`-------- -----` - --- T --- --- -- | Grantees Those ' Yes imposed 00 Yes Yes Yes Yes • ki a. Contracts .non-sta � below SAT Yes Grantee Yes Yes � Yes Yes ($100,000) 0O/JOO) . pass thr u to b. Contracts Coobactor above . • ` | Sl0000O/Cn • . � pi\alPr�ecm� • _ �' �� 1 � 0 ,,, Son rces of Au thority: 1 49USC§5325(a) " Fj `49[FRM6S3]7 `l@CF8�IO36(i) 14. FEDEQ6I CHANGES � il 40CFK Part 8 • • . | • . • Federally Required and other Model Contract (Clauses 16 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 to ,ua.ge is mandated. The following language has been developed by PTA. Federal Changes - .Contractor shall at all times compl}%with all applicable FI'A regulations, polities, procedures and directives, including without i:imitation those listed directly or by reference: in the Agreement (Form F' TA MA (6) dated October, 1999) betwecn Purchaser and F r1 , as they may be a rnencled or 1-a rumulgaled from time to time during the tern of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. 15. BONDING REQUIREMENTS Applicability to Contracts For those construction or facility improvement contracts or subcontracts exceeding $1.00,000, F T%\ 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 fin T1 corrrm iuncut such as a bid bond, certifies check, or oilier • negotiable instrument accompanying a bid as assurance that the bidder will, upon acceptance of his bid, execute such contractual doc:urnenhs as may be,required within the time specified. • b. i\ performance bond on l7ie 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 an recaui..red from Contractors are as follows: (1) 50% of the contract price if the contract price is not more than $l million; (2) 4.0% of the contact price if the contract price is more than $1 million but not more than $5 mil lion; or (3) $2.5 million if the contact 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 • • 4 Federally Required and other Model Contract Clauses 17 • • assure that the interest of PTA is adequately protected. An irrevocable letter of credit would also satisfy the requirement fora bond. Flow Down Bonding requirements flow down to the first tier contractors. Model Clauses /La.nguage FT!\ does not prescribe specific wording to be included in third party contracts. PTA has prepared sample clauses as follows: Bid Bond Requirements (Construction ) • (a) Bid Security A Bid Bond must be issued by a luny qualified surety company acceptable to City of Port Arthur and listed as a company currently authorized under 37 CI R §, Part: 223 as possessing a Clertificat; of Authority as described thereunder. (b) Rights Reserved In submitting this Bid, it k understood and agreed by bidder that the right is reserved by City of Port Arthur to reject any and all kids, 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 pars: or all of his bid within [ninety (90)] days after the bid opening without the written consent of City of Li Port Arthur, shall refuse or be unable to enter into this Contract, as provided above, or refuse or be un able to furnish adequate and acceptable Performance Bonds and Labor and iVlat:eria] 'a \Tments 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 • Chec.k, Cashier's Check, Treasurer's Check, and /or Official Bank Check (excluding any income generated thereby which, has been retained by Citv of Port Arthur provided in [Item x "Bid Security" of the instructions to Bidders]) shall prove inadequate to fully recompense City of Port Arthur fur the damages occasioned by default, then th 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 `r lake 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) • • • hederally Required and other Model Contract Clauses 18 • Fie C.intractor shall be required to obtain performance and payment bonds as follows (a) Performance bonds _ L. 'The pen a] amount. of performance bonds shall be 100 percent. of the original contract ,glee unless the City of Port Arthur determines that a lesser amount would be aile:quate for the- El protection of the Cily of Port Arthur ii 2. The City 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. Ei (b) Payment bonds 1. The penal amount of the payment bonds shall equal: (i) Fiftv percent of the contract price if the contract is not more than S .. million. i. (ii) Forty percent o f the contract price if the contract price is more than $1. million but not more than $5 million; or - (di) •.,..:, and One half nlillion if the contract price is more than $5 million. '„ if the original contract price is $5 million or legs, the City of Port ArN nay require additional protection as required by subparagraph 1 if the contract price is increased. ti P erformance and Payment i3oncling 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 0 performance bond: ll ii fl ! . City of Port Arth property or funds are to be provided to the contractor for use in performing the contract or as partial compensation (as in retention of saivageci material). 2. !\ 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. 1. Contracts are for dismantling, demolition, or removal of improvements. (b) When it is determined that a performance bond i s required, the Contractor shall be required to obtain performance bonds as follows: 1. Federally' Required and other Model Contract Clauses l�) 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 ' protec of the City of Port Arthur 2. The City of Port Arthur may require additional performance bond protection when a contract g. price is increased. the increase in protection shall generally equal 100 percent of the increase in contract Brice. The City of fort Al tiiur 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: �. l'he penal amount of payment I)CSTI.:isi,l equal: (i.) Fifty percent of the contract price if the contract price is not more than Si million; (ii) Forty percent of the contract price if the contract price is more than $ 1 million but not more than $5 million.; or . • F. (.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 i11 Port Artluzr shall determine the amount of the advance payment bond necessary to protect the City of Pcirt 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 IA b-Vaminty of the Work and Ntlainteoancce I3onds 2 1. Th Contractor warrants to City of fort Arthur, the Architect. and/or i ns neer that all • :materials and equipment furnished Under this Contract will be of highest quality and new ill 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 s atisfactory evidence as to the kind and quality of materials and equipment. f. • Federally Required and other Model Contract Clauses 20 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], furnish separate Maintenance (or Guarantee) Bonds in form acceptable to City of Port Arthur written by the same corporate surety thatprovides the Performance Bond and 1 ,abor 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 1•111NDR111) " 1_:RCEN'T' (100 %) of the CONTRACT SUM, as adjusted (if at: 16. CLEAN AIR 42 L SC 0 7401 et seq. 40 CFR 4 "15.61 49 CFR Part 18 • Applicability to Contracts The Clean Air requirements apply to all contracts exceeding $100,000, including indefinite quanti hes where the amount is expected to exceed 5100,000 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. HA has proposed the following; language. Clean Air - (1.) The Contractor agrees 1:o comply with all applicable standards, orders or • regulations issued pursuant to the Clean Air Act, as amended, 42 USC: 0 7401 et seq.. - I'he 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 PTA and the • appropriate EPA Regional Office. (2) The Contractor also agrees to include these requirements in each subcontract exceeding 5100,000 financed in whole or in pert with Federal assistance provided by PTA. 17. .RECYCLi1-) PRODl:C'IB 42 USC: ; 6962 40 CFR Part 247 Executive Order 12873 Applicability to Contracts . The .Recycled Products requirements apply to all. contracts for items designated by the EPA, when the purchaser or contractor procures 510,000 or more of one of these items during the fiscal year, or has procured 510,000 or more of such items in the previous fiscal year, using Federal funds. New requirements for "recovered materials" will become effective May 1, 1996. • Federally Required and other Mode! Contract Clauses 2.1 • These, new regulations apply to all procurement actions involving items designated by the EPA, where the procuring agency purchases $10,000 or more of one of these items in a fiscal year, or • 1•vhen the cost of such items purchased during the previous fiscal year was 510,000. Flow Down Thesis requirements flow down to all to all contractor and subcontractor l.iers. Mode( Oa use/ Language No specific clause is mandated, but FTA has developed the following language. Recovered Materials - The contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended (42 USC § 6962), including but not limited to the regulatory provisions of 40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 41) CPR fart El 247. 18. DAVi.S -BACON ACT 40 1_1;.-')C h &i 67; 276a - 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 il Model Clause /Language ('.l'he language in this clause is mand under the I)O1., regulations at 29 CFR § 5.5.) (1) Minimum wages - (i) AU laborers and mechanics employed or working upon the site of the • 0 work (or u nder the United States Housing Act o.f 1937 or sander the 1 lousing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a c-veek, 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 C.FR Part 3)), the full amount Of wa ges 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 ma o r costs reasonably ,7-4icipated for bona fide fringe benefits under section • 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or cos incurred for more than a weekly period (but not less often than gciarterly) under plans, funds, or programs which cover the particular weekly period, are . deerncd 10 be constructively made or incurred during such n weekly period. Such laborers and rraechanirs shall be pair] the appropriate wage rate and fringe benefits on the wage i Federally Required and other Model Contract Clauses 22 • determination for the classification of work actually performed, without regard to skill, except: as provided in 29 CFR Part 5.5(x)(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 tirne spent in each classification in which work is performed. The wage determination and the Davis -Bacon poster (WH- 1321) shall be posted at all tunes 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) 1'Vhenever the m:i.nim wage rate prescribed in the contract fora class of laborers or . mechanics includes a fringe benefit l•,• hich 15 not expressed as an hourly rate, the Contractor shall either pay the benefit as Mated in the wage determination or shall pay 'another bona fide fringe benefit or an hourly cash equ ivalent thereof. (iii) if the contractor does not make payments to a trustee or other third person, the contractor array consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing Mona 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 tii require the contractor to set aside in a separate account assets for the meeting of obligations si 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 additional classification and wage rate and fringe benefits therefor only when the following Criteria have been met; (1) ',"lie work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and . -' (3) The proposed wage rate:, including any bona fide fringe benefits, hears 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 ra te (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 TV classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -clay 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 Federally Required and other Model Conn - act Clauses 23 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 !.� 1.'CCO fame ndatle)n of the contracting officer, to the Ad min istator for determination. The Administrator, OT an authorized representative, will issue a determination with 30 days of receipt and so advise the c-ontracting officer or will rintify 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) (13) 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 pc.Tfo.rrn.ed in the classification. (2) Withholding - The [ insert name of grantee 1 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 prlrne contractor, or any other federally-assisted contract subject to Davis-13acor: prevaihrii wage re'.CI1.1 ;rem ents, which is held by the same pa nie contractor, so much of the iiccrucci pavments or advances i ;; may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or a ny 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 orwc.)rking on the site of they work (or under the United States Housing Act of 1937 or under the 1-lousing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, the j insert name of grantee] may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the•suspension of any further payment, advance, or guarantee of funds until such violations have ceased: (3) Payrolls and basic records - (1) 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 1- Lousing Act of 1937, or under the 1- :Lousing Act of 194.9, in the construction or development of the project). Such records shall contain the name, address, and social sec:ur:ity 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)(13) of the Davis -Bacon Act), daily and weekly number of IIOUrs worked, deductions Ina de and actual wages paid. Whenever the Secretary of Labor has found udder 29 CFR § 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any i :o.sts reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(I3) of the Davis - flacon Act, the contractor shall • • maintain records which show that the commitment to provide such benefits is enforceable, that • the plan or program is financially responsi'ealci, 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 benef its. 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 progronis Federally Required and other Model Contract Clauses 24 • (ii)(A) '.[''he contractor shall submit weekly for each week in which any contract work is • performed ai copy of all payrolls to the [insert .name of grantee ] 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. (0) 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: (I) That he payroll for the payroll period contains the information required to be maintained under 29 CPR. Part 5 and that such information is correct and complete; (2) Thateach laborer or mechanic (including each helper, apprentice, and trainee) ern.ployed 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 Reeulations, 29 CFR Part 3; • (3) 'Chat each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the • a pp I .vage determination incorporated into the contract. • (C) 1'he weekly submission of a properly executed certification set forth on the reverse side of Optional Form W1--1-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (3)(ii)(13) Of this section. (D) The falsification of any of the above certifications rn.ay 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 iiotice.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 he 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 • Federally Required and other Model Contract Clauses 5 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 certifies: 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 t he 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 y prog.rain shall be paid not less than the applicable wage rate on the wage determination for the vvork actually performed. \A/here 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 _n the contractor's or subcontractor's registered program diall be observeu. very apprentice must be paid at not less than the rate ] registered 1' for the apprentice's spe.c:iiie.d in the registered program for the 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 • appren pr If the apprenticeship program does not specify fringe benefits, 1- apprentices must be paid the full. amount of fringe benefits listed on the wage determination for the applicable classification .ff the Administrator of the Wage and Hour Division of the U.`;. Department of Labor determines that a different practice prevails for the•applicable apprentice classification, fringes shall be paid in accordance in'.i 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 i.Ipproved. ki (ii) Trainees -- Except as provided in 29 CFR § 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program w 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 b 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 of mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of P. the Wage and 1 -lour 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 i who is not registered and participating in a training plan approved by the EmpIoyme.nt and 1. Training Administration shall be paid not less than the applicable wage rate on the wage, f • Fe,derally Required and other Model Contract Clauses 26 • • determination for the classification of work actually performed. In addition, any trainee performing 3 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 o 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 ta_ under this part shall be in conformity with th equal employment opportunity requirements of lxecnr Order 11246, as amended, and 29 CFR Part 30. (5) C.:ornpliance 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 cc:itractor 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 rcquirc, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 4 5.5. • (7) Contract ternnination: debarment - A breach of the contract clauses in 29 CFR § 5.5 may be la ''rounds for termination of the contract, and for debarment as a contractor and a subcontract(.) as provided in 29 CFR § 5.12. • (8) Coi plrance with Davis -Bacon and Related Act requirements - All rulings and interpretations of the i.)avis -Bacon and Nelatecl 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 m 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) Cetri_;.xf :arion of t• - (iJ ` By entering into tuns contract, the contractor certifies that c..t`;ilaility 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 tv be awarded Govc'rnrnent contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5 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. • Federally ally Required and other Model Contract Clauses• 27 iii 19. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT il 40 t.JSC o 327 -335 (1995) 29CFRg5(1995) 29 CFR e 1926 (1995) . Applicability to Contracts • Section 102 of the Act, which deals with overtime requirements, applies to: ra - all construction contracts in excess of $2,000 and; - all turnkey, rolling stock and operational- contracts (excluding contracts for transportation ti ti services) in excess of $2,500. (The dollar threshold for this requirement is contained in the current regulation 29 CHR E 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 of subcontracts for the purchase of supplies or materials or articles normally available on the open market. El - Plow Down Applies to third party contractors and subcontractors. Mlodel Clauses/ Language Pu:•suant to Section 1.02 (Overtime): ( These clauses are specifically mandated under DM regulation 29 CIF § 5.5 and when preparing a construction contract in excess of `$2,000 these clauses should be used in conjunction p. 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 - req or permit: any such laborer or mechanic in any workweek in which he or she is em ployed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives co:nipensation at 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 ii ii 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, n: the sum of `ii 10 for each calendar day on which such individual was required or permitted to 7. (Irk in exc:ei of the stz.tnd:rrd w or kweek of forty hours without payment Of the a 0V0rtinr Wages required by the claw ;e. set lorih in paragraph (1) of this ,sec•ion. FJ i. • Federally Required and other Model Contract Clauses 28 (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 I-lours 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 u paragraph (2) of this section. (4) Subcontracts - The contractor or subcontractor shah insert in any subcontracts the clauses set forth in this section and also a clause requiring the subcontractors to include these clauses in any lOW (1i tier subcontracts. 'I he prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in this section. ( Section 102 nonconstruct.ion contracts should also have the following provision:) (,. ) Payrolls and basic reC01(ls - (d ha!'1U11S and !'aS(. 1reCOr(:15 relating thereto shall be rn ont<nned. 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 F- lousiung Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such 'worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section'.1(b)(2)(13) 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)(i)(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)(I)(B) of Ole Davis -Bacon Act, the contractor shall mai records which show that the commitment to provide such benefits is enforceable, that 010 plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or nlecha]nc:s affected, and records which show the costs anticipated or the actual c:ost incurred in providing such benefits. Contractors enll>loy•nn apprentices or trainees under approved programs shall maintain vvritten (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 flours and Safety Standards Act - (i) The Contractor agrees to comply with section :1.07 of the Contract t Work Hours and Safely Standards Act, 40 USC 5 section 333, and applicable DOL regulations, " Safety and Health Regulations for Construction " 29 CFR fart • 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. • Federally Rcqu iid and nlher Mode] Contract Clauses 29 (ii)Subcontracts The Contractor also agrees to include the require.ments this section in each subcontract. The term 'xu6cootract" under this section ix considered to refer tna person who agrees (o perform any part of the labor or material requirements nfacontrac,6o,cuostrucboo al teraion 01' repair. /\ person who undertakes to perform a portion ofacontract involving the furnishing of suppiies or inalerials will be corisidered a "subcontractor" under this SectiOn if the work in question involves the pe.rformance 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 cu.s|n/nizrd6aeu. Thus, a supplier of .rnatei'ia]s which will hecorne an integral part of tbe construction is a "subcontractor" if the supplier fabricates or assembles the goods or materials in question specificifly for the construction project and the work involved may be said to he const•ruction activity. If the goods or materials in question are ordinarily sotd otbercuxtomxo from regular inventory, the supplier is not a "subcontractor." rfhe requirements of this section do not apply to contracts or subcontracts for the purchase c supplies or materials or articles normally available on the open market. 20.[0PEl.&NUAN7I-Kl[K8A[K ACT :10OSC 276c (1995) 29CFR,§3(1995) 29CFR55(1905) Applicability u/Contracts All construction contracts bn excess of $2,000. Flo kV Dow� Ap9b Cable touD third party contractors and subcontractors. &4odei[]onxeo/Lunmua&e 3.1 of the Copeiand Act makes it clear t:hat the purposeof the Act is to assist in the enforcement: of the minimum wage provisions of the Davis- Bacon Act." In keeping with this intent DOI, has included a section on the Copeland Act in the rnandatory 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 cornply with the • recjuirernents of 29 CFR .Part 3, which are jncorporated by reference iri this contract. Since there is no specific statutory or regulatory requirements for additional mandatory language, v‘fould recommend that. no additional clauses are necessary for this provision. 21. NOGUVERNIVIEWl'08UGAI0N THIRD PAR'OIB • �N Applicability m Conti a ctr.S /\pplica6lemaD.cootrac�. � PlowDo`^o • • • • Federally .Reduire.d and other Model Contract Clauses 30 • Not required by statute ar 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. 1N'iodel Clause/ Language While no specific language is required, FTA has developed the following language. No Obligation by the Pederal 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 underlying contract, absent the express written consent by the Pederal 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 contrac:u) pertaining to any matter resulting from the und.erlying contract. (2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by I:TA. It is further agree -.d that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. 22. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS 31 USC 3801 et seq. 49 CFR Part 31 18 USC § 1001 49 USC § 5307 Applicability to Contracts These requirements are applicable to all contracts. Flow Down These requirements fklbv down to contractors and subcontractors who make, present, or submit covered claims and statements. Model Cl•use /Language These requirements have no specified Ianguage, so FTA proffers the following language. - i Program Fraud and False or Fraudulent Statements or Related Acts. (1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, . as amended, 31 USC § 3801 et seq.. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 CFR Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FIFA 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, i? or certifica the 'Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act 01 1986 on the Contractor to the extent the Federal Government deems appropriate. • Fcdei Required and othei Model Cont Causes 31 (2) The Contractor also acknowledges that if it makes, or cause to be made, a false, fictitious, or fraudulent claim, statcment, 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 iroyoop the penalties ofl8 USG 1001 and 4Al}SC G53O7(n)(]) 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 ar in part - c , vith 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. • 23. TERMINATION 49U5C Part 18 PTA Circular 4220.1D Applicability to Contracts P. An COntradS (with the exception of contracts \vith nonprofit organizations and institutions of higher education,) in excess of $10,000 shall contain suitable provisions for termination bythe • grantee :including the o`nnnorby which d will b^effected and the basis for settlement. (For contracts with nonprofit organizations and institutions of higher education the threshold is 5100,000.) In addition, such contracts shall describe conditions under which the contract rnay terminated for default as well as conditions where the contract may be terminated because of circumstances beyond the control of the contractor. • Flow Down The termination requirements flow down »u all cootractsin excess of$l0,0OO with the exceplion of contracts with nonprofit: organiz.ations and institutions of higher learning. &8odc\{]^onn/L^nguage PTA does not prescribe the form or content n[ such claoSes. The [oDnwiog,are m,g rinuses lo be used n dfferent types of c:ontracts: • � a. Termination 6vCxne�»m: (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 C.7.ontracmr shall hc paid its costs, iodndb`X contract closcoo| costs, and profit on work performed up to the time of termination. The Contractor shall. promptly submit its terrnination claim to City of Port Arthur to be paid tho[ont/ac|o,. If the • • Contractor has any property in its �� possession to City c6�u,�rU`nr, the Contractor will account for the same, and dispose of i\io the manner the City n[ Port Arthur directs. +� 0. 'T'erniination for Default [I3reach ar Cause] (General Provision) lf the Contractor does not deliver supplies in accordance willi the contiacl delivery schedule, or, if ihe contract i»for services, the Contractor fails to perforni in the manner called for in the contract, or if tlie Contractor fails to coniiy wilh any other provisions of thc coritract, the City of Pori Arthur may terminate this contract for default, rfermination shall be effected by serving a notice of • • • ` Federally Required and other Model Contract Clauses 32 termination oo the contractor setting forth the manner invv6icbGeContractor ishndefault The contractor will only be paid the conia: price for supplies delivered an6xrcep^cd or services performed in accordance with the manner of performance set forth in the contract. (/it is later determined by the City ot 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 tbcContractnr 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 ter for convenience. te c. Opportunity to Cure (General Provision) The City of Port Arthur in its sole discretion may, in the also n/a te.rniinatiou for breach or default, allow the Contractor [an appropriately short period of timel in which to cure the defect in such case, the notice of termination will 3t-ate the time lrri:db` which cu,e|s permitted and. other appropriate conditions If Contractor fails to remedy m City /fIxt6rdo/n satisfaction Hbo breach or default or any of the terms, covenants, nr conditions o[ this Contract within (en (10) days] after receipt by Contractor ", written nmi�c from C:iiv o( T\`r| Arthur setting forth the nature ufxuid broach o, dcla v It, City n[ Port Arthur shall hav, the right vo terminate the Contract v/id`oo| any [ur[hc, oh]igation to ContTactor. Any such terminadon for defaultshall not in ariy way operate to preclude {itNof Port Arthur from also pursuing all available remedies against Contractor onci i sureties for said breaich or default. d. Waiver nf Remedies for any Breach In the eve LdhatCityv1Pori&rthuzolectsNwaiveits rninediesior any breacii by Contractor 01 any covenant, term or condition of this Contract, such \vaiver by (itv of Port Arthur shall not limit City of Port Arthurs remedies f any succeeding ) breac oj that or c>f any other terni, covenant or cordition of this Contract. e. 'Termination for Convenience (Professional or . .1'ransit Service Contracts) The City of Port Arthur, by written notice, may tern this contract, in whole or part, when it is in the Government's iotereo�l{ this coo�actinisrndonted the ' payment under the payment provisions of tlais contTact 6orsprvicesnenderedbcfore the effective date of tenninalion. f:'7cnnioadoo for Default (Supplies and Service) if the Cont fails to deliver supplies or 10 perform [6c services within the time specified in this contract or a.ny extension or if the c:ontrnctor fails 0: curnplv with ainy other prnvisions of this c:onlTacl, the City nf Port Arthur may terminate this. contract for default. !'hc City of Port Arthur shall »e,mino delivering ,o the Contractor Notice o[ Termination specifying U`enatsu` of the default. ll Contractor will • only 6epaid the contract price for suppiie delivered and accepteperformed d, or services performed in : accordance with the manner orpec6,mancrset forth in this contract:. if, after termination for failure to fulf111 contriict obligations, it is determined that the Contractor vvus in default, the rights and ob1igatons of t1ie parties shall be the same as if the termination had been issued for the convenience uf the Recipient. • • • Federally Required and other Model Contract Clauses 33 g. Termination for Default (Transportation Services) If tho Contractor fails to pick up the commodities or to perform the services, including delivery services, within the time specified in this corm 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 t e contract price for services performed in accordance with the .manner of performance set forth in this contract. If this contract is tcr.rrdnate.d 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 determined that the Contractor was not in default, the rights and obligations of the 1 irties shall he the same as if the termination had been issued for the convenience of the Cily of Port Arthur 1'1. i ('1'rll!:'t.It :on for Default (Construction) it tote Contractor refuses Or .fails to prosecute the work or any separable part, with the diligence that will insure its completion within the tL1ne 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 fort Arthur shall terminate by delivering to the Cbnl ractor a Notice of Termination specifying the nature of the default. In this event, the Recipient may take over the work and compete it by contract or otherwise, and may take z possession of and use any materials, appliances, and plant on the work site necessary for • o completing. the work. The Contractor and its sureties shall be liable for any damage to the Recipient resulting froin 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 fi damages under this clause it- :l. the delay in completing the work arises from unforeseeable causes beyond the control and 1 without the fault or negligence of the Contractor. Examples of such causes include: acts of God, zi acts of the Recipient, acts of another Contractor in th.c performance of a contract" with the Recipient, epidemics, quarantine restrictions, strikes, freight embargoes; and il 2. the contractor, within [1.0] days from the beginning of any delay, notifies the City of Port Arthur in writing of the causes of delay. If in the'jt*dgrrlerlt: 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 Disnutes clauses. • • • Federally Required and other Model Contract Clauses 3 ]f, 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 Contractor to fulfill the contract obligations. The City of Port Ar thur shall terminate by delivering to the Contractor a Notice of Termination specifying the nature, extent, and effective date of the termination. Upon receipt of the notice, the Contractor shall (1) immediately discontinue all services affected. (unless the notice directs other■A>ise), and (2) deliver to the Contracting Officer all date, drawings, specifications, reports, estimates, Tj summaries, and other information and materials accum.u]ated in performing this contract, 1-vhethcr completed or in process. if the lel nation is for it c' convenience of the Recipient; due Contracting Officer shall make an equitable adiustment in the contract price but shall ailo no anticipated profit on unperforrru -d service=s. If the termination is for failure of the Contractor to fulfill the contract obligations, the Recipient. may complete the work by contact ur otherwise and the Contractor shall be liable for any additional cost inCwretl 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. . iii j. Ternlina1 011 for C onvenience. of Default (Cost-Type Contracts) The City of Port Arthur may terminate this contract, or any portion of it, by serving a•notice or termination on the C.1onin The notice shall state whether the termination' is for convenience of the City of Port il - Arthur or for the default of the Contractor. If the termination is for default, the notice shall state Chi, manner in which the contractor has failed to pt..r ft. .i' the 1'equirelnenls of the cc - naiad. 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 11 the 1 termination is for default, the City of Port Arthur may fix the fee, if the contract provides for a fee, to be paid the contractor in proportion to the value, if any, of work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the City of Port Arthur and the parties shall negotiate the termination settlement to be paid the Contractor. .. i If the termination is for the convenience of the City of Port Arthur, the Contractor shall be paid its contra c:t: closeout costs, and a fee, if the contract provided for payment of a fee, in proportion •.,,, to the work performed uo to the time of termination. • , l 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. ro • Pederally Required and other Model Contract Clauses 35 • 24. GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NON - PROCUREMENT) 49 CFR Part 29 Ej Executive Order 12.549 Applicability to Contacts Executive Order 1.2549, as implemented by 49 CPR 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 $1.00,000 with .suspended or debarred contractors and that they will require their contractors (and their subcontractors) to make the sarne certification to them. Flow Down Contractors are required to pass this requirement on to subcontractors seeking subcontracts over 5;100,000. '[•This, the terms "lower tier covered participant" and "lower tier covered transaction" include both contractors and subcontractors and contracts and subcontracts over S$10O,000. Model Clause/ Language (Instructions) The certification and instruction language is contained at 29 CFR Part 29, Appendix B, and rnust be included in 11 and RFP's [for inclusion by contractors in their bids or proposals] for all contracts over 51.00,000, regardless of the type of contract to be awarded. Certification Regarding Debarment, Suspension, and Oilier Responsibility Matters Lower Tier Covered Transactions ('T•hirci. Party Contracts over $100,000). instructions for Certification 1. By signing and submitting this bid or proposal, the prospective lower tier participant is providing the signed certification set out below . 2. The certification in this clause is a material representation of fact upon which reliance was placed when 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 re rnedies available to the Federal Government, City of Port Arthur rnay pursue available ren edies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to City of Port j Arthur if at any time the prospective lower tier p €irt:icipant learns that its certification 'was erroneous when submitted o has become erroneoi by reason of changes circumstances. 4. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered II I! II "persons," II II "principal," transacdcr.-i, :participant, persons, lower tier covered transaction, principal, "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549 [49 CFR Part 29]. You may contact City of Port Arthur for assistance in obtaining a copy of those regulations. • Federally Required and other i\4(odcl Contract Clauses 36 5. The prospective lower tier participant agrees by submitting this proposal t1lat, 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 louver 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 tlae certification is erroneous, i� participant n1Ea�r l- 1(:`cide the method and frequency by which it determines the • eligibility of its principals. Each participant may, but is not required to check the U.S. No rocurernent List issued by 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. O. Except: for transactions authorized uncler Paragraph 5 of these instructions if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who . - is suspended, debarred, ineligible or voluntarily excluded from participation in this transaction, in addition, to all remedies available to the Federal Government, City of Port Arthur may pursue available remedies including suspension and /or debarment. "Certification Regarding Debarment, 5u',11sion, Ineligibility and Volu.nt:a.1,y Exclusion - LOwer Tier Covered Transaction ti (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 § 29.1.05(p)] is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded. from tii participation in this transaction by any Federal department or agency. efl (2) When the prospective louver Her participant is unable. certify to the statements in this certification, such prospective participant shall attach an explanation to this proposal. 25. PRIVACY ACT • 5 L. SC S 552 . y ki Applicability to Contracts • 4 � � Federally Required and other Model Contract Clauses :37 I.Vhen 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. )'low Down The Federal Privacy Ad 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 develo by PTA. 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 C.overnmen1 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 ciim nal 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 termination of the underlying contract-. (2) The Contractor also agrees to include these requirements in each subcontract to administer any system.of records on behalf of the Federal Government .financed in whole or in part with Federal assistance provided by FTA. 26. CIVIL, RIGHTS REQUIRF,MENTS 29 USC § 623, 42 USC § 2000 42 USC §6102,42 USC §1.2112 42 USC § 1.2132, 49 USC § 5332 29 CFR Part 1630, 41. CFR Parts 60 et seq. • Applicability to Contracts • The Civil Rights Requir'e'ments apply to all contracts. Glow Down The Civil. .Rights requirements flow down to all thirdpparty contractors and their contracts at every tier. Model Clause /Language The following clause was predicated on language contained at 49 CFR ['art 19, Appendix A, but FTA has shorten the lengthy text. • • 4 , ` `' / ' Federally ftequircd and other Model Contract Clauses }X x • � � Civil Rights The following requirements apply to the underlying contract: • ' (1) Nondiscrimination In aCCOrCLWCe with Title Vlo[the Civil Rights Act, as amended, 42\ � 520OO6 the Age D�r�oioo�unAct o!l9/6 amended, 42DSC 56lU1oechou ZU2o[ the Americans vvi8`Disabilities Act ofl99O and Federal transit law at19 'LISC 5 5332, the Contractor agrees that it will not discriminate against any employee or applicant: for employment because of race, color, creed, national origin, sex, age, or disability, In Tj addition, Ue Contractor agrees to comply with applicable Federal implementing regulations and other implementing reguirocoeoLaFTf\ may issue. (2) 12;9ua\ 'Employment Opportunity 'The following equal employment opportunity requirements apply to [he u.nderlying contract: (a) F&ace, Color, Crcccl, National Origin, Sex !n accordance with TiOe V 11 of the Civil Rights /\c�5...tsim`cndcJ 5 2000e, and . 1 .; cdcrul transit laws at49U5[t53}2 a grees to comply with all applicable equal employment opportunity requirements of U.S. |}xPari,n Labor (OS.T7O7.) regulations, "Office of' Federal Contract ['on\ Equal Employment Opportunity, Department of L.abo, CFR FR9o,� 60 ,i seq. , (which � imp\nnzcntExeccbveOrder No. ll246 Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment fi Oppo,tuo,ity'"42USG 5I000eooue)' and *iU`any applicable Federal statutes, executive orders, � reCn!ad000 Federal nuliciu, that nnoybo the future ofb�tcnno�ucbooacdvideoundertaken 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 zaco.co|ur odgio o/�age. Such vc�ooshall include, but not 6climited o �' the following: employment, ro upgrading, demotion or � recruitment _ advertising, layoff or terrnination; rates of pay or other forms of compensation; and selection for ° training, including apprenticeship. n addition, the Confractor agrees to comply with any implementing requirements FTA may issue. (b) Age In accordance with seclion 4 of the Age Discrirnination in Employmcnt Act of .1967, as ' uozxn0cd. and Federal transit law at49USC 55]32 the Contractor agrees m refrain from discrimination against yzooentuodproypccdneeoployecxbor |o ii addition, the Contractor agrees to comply with any implementing requirements IFT/\may issue. ' Disabilities l � with section 102 of U`: A,ncricasxwith I>babilidca Act, as (c) is� xo onaccnc accordance `xcc o� amended, 42 USC 5 12112, the Contractor agrees that it will coMply with the require.ments of U.S. Employment tnIn�plerncn, the Equal 8mp(uyu�cntP,ovi�onsnf the /\�d mccaoxp/itbDisahilib �'' Disabilities Act," Part 1630, pertaining to . ,o`ploymcnio[In,snns lnud6idou the Cnn(,a�or agrees mcnn`p|y with any • � � ( �� io��leoz~nbo�ceqo�emnn� �[A uzay �on +� c� | (3) The Contractor also agrees to include these ic-!quirements in each subcontract financed in *bole or in port with Federal ,sisLarcr provided by FTA, modified only if necessary to identify |heaffected parties. . 27. 8KE/\[HES AND DISPUTE RESOLUTION • Federally Required and other Model Contract Clauses :;ci 19 CFR fart -18 FTi\ Circular •220.1D 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, liquiciateci damages or other appropriate measures. Flow I )own 'fhe Breaches and Dispute Resolutions requirements flow down to all tiers. Model Cla es/ Language F'l'A 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 con tracts. 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 re'pr s entative o City of Port Arthur's [title: of employee]. This decision shall he 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 [tits; of employee/. In connection cwith any such appeal, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its position. f he 0 .• decision of the [Lille 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 properly 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 Post Arthur is loeatect. Rights apes P. eniedics - The duties and obliga + ,ions in' pos by the Contract: Doc merits 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 duly afforded any of them under the Contract, nor shall any such action or failure • • ' ~`• Federally Required and other Model Contract Clauses 40 uoact conxbtztcanaDp,ovalnfoz acquiescence acquiesc:ence in any breach thereuncler, excep as may be specificafly agreed in writing. • 28. PATENT AND RIGHTS l0DATA '. ]7[l'RPa,t:40I 49C11K Parts l8 and l9 Applicability LoContracts Patent and rights in data requirements for federally oasisted projects projects ONLY crpply Lo research projects in which FTA finances he purpose of the grant is to finance the development. u[a product or information. These patent and data rights requirements do not: apply to capital projects or operating projects, even though a small portion of the sales price may cover the cost of product deve1opnenL or 1vriting Lhe users manual. Flow Dop'u •. The Patent and Rights n Data requirements apply to all contractors and their contracts at every • tier. Model [la use/ l'anppa3c • The FTA patent clause is substantially similar to the text of 49 CFR Part 19, Appendix A, Section 6 but the rights in data dauscreflects FT A°elocdvex. For patent rights, 'ETA b governed bv . � Federal law and regulation. For data rights, the text on (:upyrights is insufficient to meet ETA's purposes for awarding research grants. This macid clause, with larger rig.hts as a standard, is }proposed with the understanding that this standard could be modified k/ ETA's neod.x CONTRACTS y�VOl�]yJ(��XY����8�D'/\l,D�YBl�9k4���I��D&DB5��\�[BYV{)DI( ' - • • A. Rights in Data - This foiowing requirement applies to each contract iovo6dzz experioenxal, developmental. o,research work: • (1.) 'Ile term "subject data" used in this clause means recorded information, whether or not copyrighted, that is delivered or specified be u delivered under term includes , mJ m graphic'. or pictorial JeHnxahooin media such as drnvving•s or photographs; text in specifications • • orre\aou6pczfozozoucoo,dmign-iypcduounocnts;noachjnc600mxsuchoo?undhxdcu/dx • magnetic tape, or computer memory printouts; and information retained in computer inemc.iry. Examples include, but are not limited to: computer software, engineering drawings and associated lists, specifica Lions, standards, process sheets, manuals, technical reports, catalog item identifications, and related information. The terin "subject data" does not include financial reports, coSL analyses, and sirnilar in!orrnation incidental to contract administration. (2) The following restrictions apply to all subject data first produced in the performance of the � con�nc��o=|`ich8�s/\�tachmsutba�beenuddud� `* (u) Except for its own internal use, the Purchaser or Contractor may not publish or reproduce. } subject data m whole or in part, or in any manner orform, 'nor may the Purchaser or Contractor • authorize others to do so, without the written consent of the Federal Government, until such time as the Federal Government nmy have eit:1er released or approved thc release of such data • • F=ederally Required and other Nilodel Contract Clauses to the public; this restriction on publication, however, does not apply to any contract with an academic institution. (b) in accordance with 49 CFR § 18.34 and 49 CFR § 19.36, the Federal Government reserves a royalty- -free, non - exclusive and irrevocable license to reproduce, publish, or otherwise use, and to authorize others to use, for "Federal Government purposes," any subject data or copyright described in subsections (2)(b)1 and (2)(b)2 of this clause below. As used in the previous = sentence, "for Federal Government purposes," means use only for the direct purposes of the Federal Government. Without the copyright owner's consent, the Federal Government may not extend its Federal license to any other party. • '1. Any subject: data developed under that contract, whether or. not a copyright hos been obtained; and 2. Any rights of copyright purchased by the Purchaser or Contractor using Federal assistance in whole or in part provided by FL A.. (c) When PTA awards Federal assistance for experimental, developmental, or research work, it is FTA's general intention to increase transportation knowledge available to the public:, rather than to restrict the benefits resulting from the work to participants in that work. Therefore, unless FTA determines otherwise, the Purchaser and the Contractor performing experimental, • developmental, or research work required by tlx: underlying contract to which this Attachment is added agrees to permit FTA to snake available to the public, either ETA's license in the copyright to any subject data de.veioped in the course of that contract, or a copy of the subject data first produced under the contract for which, a copyright has not been obtained. If the experimental, developmental, or research work, which is the subject of the underlying contract, • is not completed for any reason 'whatsoever, all data developed under that contract shall become subject data as defined in subsection (a) of this clause and shall be delivered as the Federal Government may direct. This subsection (c) , however, does not apply to adaptations of automatic data processing equipment or programs for the Purchaser or Contractor's use whose costs are financed in whole or in part with Federal assistance provided by FTA for transportation capital projects. (d) Unless prohibited by state law, upon request by the Federal Government, the Purchaser and the Contractor agree to indemnify, save, and hold harmless the Federal Government, its office. s, agents, and employees acting within the scope of their official duties against any lidi�ilily, 171C1U(lilly, costs and expenses, resulting from any 'dui or intentional violation by the Purchaser or Cc 01 proprietary rights, copyrights, or right of privacy, arising out of the publication, translat ion, reproduction, delivery, use, or disposition of any data furnished under that contract. Neither the Pu rchaser nor the Contractor shall be required to indemnify the Federal Government for any such liability arising out *he wrongful act of any employee, official, or agents of the Federal Government. (e) Nothing contained in this clause on rights in data shall imply a license to the Federal Government under any patent or be construed as affecting the scope of any license or other right otherwise granted to the Federal Government under any patent. • • a . Federally Required and other Model Contract Clauses Al) • (f) Data developed by the Purchaser or Contractor and financed entirely without using Federal assistance provided by the Federal Government that has been incorporated into work required by the underlying contract to which this Attachment has been added is exempt from the requirements of subsections (b), (c), and (d) of this clause , provided that t] e Purchaser or - Contractor identifies that data in writing at the time of delivery of the contract work. (g) Unless F'TA determines otherwise, the Contractor agrees to include these requirements in • each subcontract for experimental, developmental, or research work financed in whole Or in part with Federal assistance provided by FTA. il (3) unless the .Fedee'ral. Government later makes a contrary determination in writing, irrespective of the Contractor's status (i.e. , a large business, small business, state government or state instrumentality, local government, nonprofit organisation, institution of higher education, indiviciuMl, etc.), the Purchaser and the Contractor agree to take the necessary actions to provide, through FTA, those rights in that invention due die Federal Government as described in U.S. Department of Commerce regulations, "Rights to inventions h9ade by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreerne: its," 77 CFR Part 401. ( 4) The Contractor also agrees to include these requirements in each subcontract: for . experimental, developmental, or'research work financed in whole or in part with Federal • assistance provided by FTA. B. Patent Rights - these following requirements apply to each contract involving experimental, developmental, or research work: . (1) General -, If any invention, improvement, or discovery is conceived or first actually reduced to practice in the course of or under the contract to ,•vhich this Attachment has been added, and that invention, improvement, or discovery is patentable under the laws of the United States of America or any foreign Country, the Purchaser and Contractor agree to take actions necessary to provide immediate notice and a detailed report to the party at a higher tier until FTA is ul.ti:rtately notified. (2) Unless the Federal Government later makes a contrary determination in writing, irrespective of the Contractor's status (a large business, small business, state government or state instrumentality, local goverr nonprofit organization, institution of higher education, i ndividua1), the Purchaser and the Contractor agree to take the necessary actions to provide, through FTA, those rights in that invention due the Federal Goverrunent as described in U.S. Department of Commerce regulations, "Rights to Inventions Macle by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," 37 CFR Part 401. (3) The C;onlru:tor also agrees to include the requirements of this clause in each subcontract for exl °erh - he - eta!, developmental, or research work financed in whole or in part: with Federal assistance provided by 01•A. . 29. TRANSIT EMPLOYEF PROTECTIVE AGRFF;M1?N'!'S • Federally Required and other Model Contract. Clauses 4 3 49 USC § 5311), § 5311, and § 5333 29 CFR Part 215 Applicability to Contracts The Transit Employee Protective Provisions apply to each contract for transit operations LI performed by employees of a Contractor recognized by PTA to be a transit operator (5ecaLlsc transit operations involve many activities apart from directly driving or operating transit - vehicles, FTA determines which activities constitute transit "operations" for purposes of this clause.) Ri il Flow Down 'These provisions are applicable to all contracts and subcontracts at every tier. Model C. eusc /l..anga.agc since no mandatory language is specified, FTA had developed the following language. Transit Employee Protective Provisions. (1) The Contractor agrees i to the comply with ap•licable: transit employee protective requirements as follows: (a) General Transit Employee Protective Requirements - To the extent that PIA determines that transit operations are involved, the Contractor agrees to carry out. the transit operations work on the .uncerlying contract in compliance with terms and conditions determined by the U.S. • Set ret'ary of !_,abor to be fair and e:qui.table ro protect the interests of employees employed under this contract and to meet the employee protective requirements of 49 USC § A 5333(5), and U.S. DO1., guidelines at 29 CUR Part 215, and any amendments thereto. These terms and conditions are identified in the letter of certification from the U.S. DOI., to U1'A applicable to the FTA Recipient's project from which Federal assistance is provided to support work on the underlying contract. The Contractor agrees to carry out that work in compliance with the conditions stated in that U.S. DOL letter. The requirements of this subsection (1), however, .r, do not apply to any contract. financed with Federal assistance provided by FTA either for projects - for elderly individuals and individuals with disabilities authorized by 49 USC § 5310(a)(2), or for projects for nonurbanized. areas authorized by 49 USC:. § 5311. Alternate provisions for those projects are set forth in subsections (5) and (c) of this clause. ii (b) Transit Employee Protective Requirements for Projects Authorized by 49 USC § 5310(a)(2) for Elderly individuals and Individuals with Disabilities - If the contract involves transit operations financed in whole or in Part with Federal assistance authorized by 49 USC 5310(x)(2), and if the U.S. Secretary of I•ransportation has determined or determines in the future that the employee protective requirements of 49 USC g 5333(b) are necessary or appropriate for the stale and the public body subrecipient for which work is performed on the • underlying contract, the Contractor agrees to carry out the Project in compliance with the terms and conditions determined by the U.S. Secretary of Lal to meet the requirements of 49 USC i . 5333(5), U.S. T)OI_, guidelines at 29 C.FR Part 2 :15, and any amendments thereto. These t an • conditions are identified in the U.S. DOT:'s letter of certification to FTA, the date of which is set forth Grant Agreement or Cooperative Agreement with the state, The Contractor agrees to pe.rfor:m tra zsil operations in connection with the underlying contract in compliance with the conditions stated ir1 that U.S. DOL letter. • Federally Required and other Model Contract Clauses 44 (c) Transit Employee Protective Require. tents for Projects Authorized by 49'USC f 5311 in Nonurbaeized Areas - If the contract involves transit operations financed in whole or in part. with Federal assistance authorized by 49 USC § 5311., the Contractor agrees to comply with the terms and conditions of the Special Warranty for the Nonurbanized Area Program agreed to by the.l7.S. Secretaries of Transportation and Labor, dated May 31, 1979, and the procedures implemented by U.S. DOL or any revision thereto. il (2) The Contractor also agrees to include the any applicable requirements in each subcontract involving transit operations financed in whole or in part with Federal assistance provided by FTA. 30. DISADVANTAGED BUSINESS ENTERPRISE (DBE) y. 49 CPR Part 26 • Applicability to Contracts DE E, nun; lsions only apply to all L)C) as:;iste contracts. ?.:)isadva;htrl,cd Business 1;;rti r }:rise Provision il i. The Federal Fiscal Year €,oaI.has been set by City of Port Artliur.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 DisadvaitE.rged Business Enterprises have been established by City of Port Arthur as scat forth by the Department of Transportation Regulations 49 CFR Fart 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 z. Special Specifications, and if the Contractor is found to have faded to exert sufficient, reasonable, and good faith efforts to involve DBEs 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 5 stated in the Special Specifications, it will be understood that no specific: goal is assigned to this 5 • Contract Agreement. 1 (a) Policy - 11 is the policy of the Department of Transportation and City of Port Arthur that Disadvantaged Business Enterprises, as defined in 49 CFR Part 26, aril as amended. in Section 106(c) of the Surface 'Transportation and Uniform Relocation Assistance Act of 1.987, shall have the maximum opportunity to participate in the performance of Contract Agreement financed in ,i whole or in part with federal funds under this Contract Agreement Consequently, the DBE i requirements of 49 CFR Part 26 and Section 106(c) of the STLJRAA 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 s the STURAA of 1987, have the maximum.. opportunity to participate in the whole or in part with z federal funds provided under this Contract Agreement. In this regard, the Contractor shall take ell necessary and reasonable steps in accordance with the regulations to ensure that DBE's have i the maximum ol:pportun.ity to compete for and perform subconlracts.'.1'he Contractor shall not f discriminate on the basis of race, color, national origin, religion, sex, age or physical handicap in = i Federally Required and other Model Contract Clauses 45 / he oward and performance of subcontracts. i5 further he policv of City of Port Arthur 0o promote tbc development and increase the partic:ipation of businesses owned and controlled by disadvantaged. DBE involvement in all phases n/ City o[ Port Arthur's procurement activities oencouraged. (b) DBE obligation - The Contractor end its subcontractors agree to ensure that disadvantaged lm�nccs�have the maximum oppu/�� lo participate � �i�azubne9erformamceofcontracts and xubcontrecLxGnaucedinvrbo\eozinpart with fec1era funds provided under the Contract Agreement. In that regard, ell Contrac.tors and subcontractors shall take all necessary and reasonable steps in accordance with 49 C. 26 as amended, to ensure that minority bus iness enterorises have the rnaximurn opportunity to compete for cn perform. contracts. (c) Where the Contractor is found to have failed to exert sufficient reasonable and good faith efforts c/ involve DBE's in the work provided, the City of Port Arthur may declare the Contmcx`,z`on-complaintend in breach of Contract Agreement. (d) The Cunt:ractor will keep records and docurnents for u reasonable time following pert:or:mu:ice of this Contract Agreement to indicate. compliance With City of Pori; Arthur's DBE program. These records and documents bc made available et reasonable times and places for in S pecti on by any authorized representative of City of Port Arthur and will be submitted to • (:ity of .1ort Arthur upon request:. (e) City of Port Arthur will provide affirmative assistance as may be reasonahle and necessary to assist tne prime [oo\mrbo .in knplemrnhnD their programs for D13E participation. The assistance may indodrthe following upon request: *Identification o[ qualified DBE ^ Available listing nfbJicodty Assistance Agencies ° Holding bid conferences to emphasize requirements Z. DBE Prograrn Definitions, as Dsed in the Contract Agreement: (a) Disadvantaged business "ozeausa small business concern": i. 1 v'Jhich is at least individuals, or, in the caise of any publicly owned business, at east 51 percent of lhci stock cf wbichi�ov/ned6vonco,rno«cunciallyandcconomicaDy disadvantaged individua�;and • ' ii. Whose management and daily business operations are controlled . by one or more of the socially and economically disadvantaged individuals who o`*nit. or id. \'Vhich is et least 51 percent percent owneci hy 000 or more women individuals, ar 10 the case of any • • Federally Required and other Model Contract Clauses 46 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 13 This section is being developed to reflect the new rule in 49 CFR Part 26. 31. STATE; AND LOCAL LAW DISCLAIMED Applicability to Contracts This disclaimer applies to all contracts. Flow Down The Disclaimer has unlimited flow down. Model Clause /1..,anguage PTA 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. 32. INCO RPORATION O.F F IDERA L TRANSIT ADMINIST'.RATION (FTA) TERMS FTA Circular 9 D Applicab0ity to Contract "l'be incorporation of h'I'A 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 4220.31D, dated April 15, 1996, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all PTA 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 a.ny act, or refuse to comply with any Federally Required and other Model Contract Clauses 47 (name of grantee) requests which would cause (name of grantee) to be in violation of the liTA • • terms and conditions. • : -r ..4=E11111909 115 o � PETROLEUM TRADERS CORPORATION 7120 Point Inverness Way Fort Wayne, IN 46804 -7928 Emergency Response Plan Emergency Response Plan Petroleum Traders Corporation makes every effort to provide consistent quality of service to its customers in times of national or local emergency and weather related natural disasters. Our resources include a stable of large and small local and nationally recognized carriers to complete fuel deliveries. Our carriers strive to fulfill all delivery requests as promptly as possible provided that their drivers are not put in danger or required by local authorities to stay off the roads. In that event, they will complete emergency orders. Giving the unpredictable nature of natural disasters and storms, there are certain situations that will need to be taken into consideration that may impact the ability or limit the supply of fuel to an impacted area: • Natural disasters may interrupt the normal supply of fuel into the immediate area and surrounding regions. This may impact the availability of fuel to any supplier and at times may require carriers and suppliers to pull fuel from non - standard distances. • Damages during and immediately after may prevent access to supply points or disrupt terminal operations. • Federal, state, and local authorities may regulate or restrict travel for non - emergency vehicles. • Federal, state, and local agencies may take control or impose restrictions on fuel supply depending on the nature and severity of the situation. The above is not an exhaustive list, but is a representation based on our experience in some of the most severe situations which are often times beyond anyone's control. With Petroleum Traders Corporation having accounts with 90% of all major and large independent fuel producers in the United States under normal conditions Petroleum Traders Corporation has regular access to supply. When adverse conditions affect one area, supply is generally available elsewhere and so steps are taken to procure fuel from there to be delivered into the affected area. Petroleum Traders Corporation has a number of customers in high risk storm zones, and as such we constantly monitoring news, weather, and other resources for events that may cause impact to our customers. This monitoring happens on several levels to ensure notification is sent out to the correct areas and departments that will need to begin preparing for plans of action. • If a storm is projected to impact any delivery area locations, Petroleum Traders' personnel will contact the site personnel or leadership to identify key priorities or needs and respond accordingly several days ahead of time. o General recommendations: • Sites should ensure all vehicles are topped off. • After tanks have been depleted topping off vehicles, get readings and call in orders to ensure tanks are filled to maximum capacity. Any short load costs may prove beneficial as conditions of fuel supply capabilities may potentially be unstable for some time after a storm. • Vehicles may want to fuel up at retail locations for one to two days prior to any forecasted impact. This will help maintain you bulk fuel tank reserves during and after a storm as fuel supply availability is unpredictable immediately before and after impact. • Clear tank areas of any potentially damaging materials /equipment • Ensure tanks are fitted with water tight caps to prevent possible water leakage into the tank. • We will contact our local carriers to arrange continued deliveries up to several hours prior to the predicted onset of dangerous weather or as permitted by either safety conditions or authorities. o If it is likely that a tropical storm will cause an impact any of your fuel sites and any of our local carriers, Petroleum Traders will contact our carriers outside the possible impact area to prepare for possible fuel needs after any storm passes. o We work with our customers to fairly mitigate additional expenses in the event that there is a severe impact to fuel supply in the area and Petroleum Traders needs to pull from non - standard distances. .s.y Petroleum Traders will monitor the weather or situation and be available to arrange with our carriers to resume needed deliveries as soon as conditions are safe to begin or local authorities allow. o We will continue to work with out -of -area carriers and the fuel delivery sites until local carriers can resume making deliveries or local supply becomes available. Historically, in times of disaster, this process has involved locating product and transporting it across the state as well as procuring fuel out of state as necessary. When this extreme happenstance occurs, we would request customers to understand the increased costs necessary to be passed along to the end user. We also make every attempt to formulate arrangements with carriers in an area for guaranteed availability of loads delivered provided product is available. In the event there is any disruption in supply because of an emergency, Petroleum Traders Corporation has the following procedures in place in order to meet your fuel supply needs: • We will have contacted carriers in other cities and surrounding states where supply is available to prepare them for the possibility of longer runs into your fuel sites where supply may not be available. o A list of local carriers include: • Alexander Oil • C &R Distributing • Coastal • JOTCO • Mission Petroleum • Pro Petroleum • Sun Coast • Texas Transeastern • UPT o Petroleum Traders access to supply in the immediate area includes: • Valero • Gavilon • Motiva • Western Petroleum • Placid • US Oil • Murphy • Global o Outside of the immediate area, we have access to supply in • Houston, TX o Musket o Petrocom o Gavilon o Motiva o US Oil o Valero o Western Petroleum • Lake Charles, LA o Valero • San Antonio, TX o Valero o Motiva o Calumet o Additionally, we are able to pull fuel from more inland sources: • Dallas, TX • Shreveport, LA • Waco, TX • Corpus Christi, TX • Petroleum Traders is a pipeline shipper. We have an average inventory of our own fuels exceeding 30 million gallons. Our supply department is notified during times of fuel emergencies as to where our supply needs to be redirected. • Petroleum Traders Corporation can be contacted 24 hours per day, 7 days per week, and 365 days per year. o During normal business hours of 7:00 AM to 9:00 PM please call 1 -800- 348 -3705 and select option #4. o After hours, weekends, or holidays call 1- 800 -348 -3705 and select option #1 for an on -call member of dispatch. • Petroleum Traders emergency personnel are available 24/7 during times of emergency, disaster, supply disruption, etc. o Emergency phone numbers include: • Rick Hauschild, Distribution Manager: 800 -348 -3705 x 6373 • Gayle Newton, Contract Sales Manager: 800 - 348 -3705 x 6347 • Joe Jurczak, Operations Manager: 800 - 348 -3705 x 6338 • Mayleen Brinker, Supply Manager: 800 -348 -3705 x 6343 o Additional alternate numbers can be provided if needed. Date: 10/30/2013 Time 6:52 PM T. @ 12604326564 Pages: 14 MATERIAL SAFETY DATA SHEET VALERO 1. Product and Company Identification Material name . DIESEL FUELS Version # 03 . Issue date 09- November -2010 Revision date 25 -June -2013 Supersedes date 04- November -2012 = MSDS Number 102 v. Product use Refinery feedstock. ii Synonym(s) Diesel Fuels All Grades, Diesel Fuel No.2, Fuel Oil No.2, High Sulfur Diesel Fuel, Low Sulfur = • Diesel Fuel, Ultra Low Sulfur Diesel Fuel, CARB (California Air Resource Board) Diesel Fuel, li Off -Road Diesel Fuel, Dyed Diesel Fuel, X Grade Diesel Fuel, X -1 Diesel Fuel, R5 ULSD, B5 ULS. D See section 16 for complete information. _ Manufacturer /Supplier Valero Marketing & Supply Company and Affiliates P.O. Box 696000 San Antonio, TX 78269 -6000 General Assistance 210 -345 -4593 Emergency 24 Hour Emergency 866 -565 -5220 • 1 -800 -424 -9300 (CHEMTREC USA) - 2. Hazards Identification Physical state Liquid. it Appearance Liquid (may be dyed red). Emergency overview WARNING! Combustible liquid and vapor. May be ignited by heat, sparks or flames. Heat may cause the containers to explode. - Harmful if inhaled or swallowed. May be harmful if absorbed through skin. Aspiration may cause - lung damage. Irritating to eyes, respiratory system and skin. In high concentrations, vapors and spray mists are narcotic and may cause headache, fatigue, dizziness and nausea. Suspect cancer ' hazard - may cause cancer. Prolonged exposure may cause chronic effects. Diesel exhaust has _ been reported to be an- occupational hazard due to NIOSH - reported potential carcinogenic properties. Hydrogen sulfide, a highly toxic gas, may be present or released. Signs and symptoms of overexposure to hydrogen sulfide include respiratory and eye irritation, dizziness, nausea, li coughing, a sensation of dryness and pain in the nose, and loss of consciousness. Odor does not provide a reliable indicator of the presence of hazardous levels in the atmosphere. Toxic to aquatic organisms. May cause long -term adverse effects in the aquatic environment The toxicological 5 ll properties of this material have not been fully investigated. Static accumulating flammable materials can become electrostatically charged even in bonded s El and grounded equipment. Sparks may ignite material and vapor may cause flash fire (or explosion). a OSHA regulatory status This product is considered hazardous under 29 CFR 1910.1200 (Hazard Communication). Potential health effects • Routes of exposure Inhalation. Ingestion. Skin contact. Eye contact. - Eyes Contact may irritate or burn eyes. Eye contact may result in corneal injury ill Skin May be harmful if absorbed through skin. I rritating to skin. Frequent or prolonged contact may defat and dry the skin, leading to discomfort and dermatitis. • Inhalation Harmful if inhaled. Irritating to respiratory system. In h igh concentrations, vapors and spray mists are narcotic and may cause headache, fatigue, dizziness and nausea. May cause breathing disorders and lung damage. May cause cancer by inhalation. Prolonged inhalation may be harmful. Ingestion Harmful if swallowed. Ingestion may result in vomiting; aspiration (breathing) of vomitus into lungs must be avoided as even small quantities may result in aspiration pneumonitis. Irritating to mouth, throat, and stomach. Target organs Blood. Eyes. Liver. Respiratory system. Skin. Kidneys. Central nervous system. DIESEL FUELS 3541 Version #: 03 Revison date: 25- June -2013 Print dale: 25- June -2013 1 / 13 Prepared by 3E Company • Date.: 10/30/2013 Time: 6:52 PM T. P 12604326564 Pages: 14 Chronic effects Suspect cancer hazard - may cause cancer. Liver injury may occur. Kidney injury may occur. Exposure may cause lung cancer and also noted a positive association with an increased risk of bladder cancer. May cause central nervous system disorder (e.g., narcosis involving a loss of coordination, vvoakness, fatigue, mental confusion and blurred vision) and /or damage. Frequent or prolonged contact may defat and dry the skin, leading to discomfort and dermatitis. . Signs and symptoms Irritation of nose and throat. Irritation of eyes and mucous membranes. Skin irritation. Unconsciousness. Corneal damage. Narcosis. Decrease in motor functions. Behavioral changes. Edema. Liver enlargement. Jaundice. Conjunctivitis. Proteinuria. Defatting of the skin. Rash. The toxicological properties of this product have not been thoroughly investigated. Use appropriate precautions. Potential environmental effects Toxic; to aquatic organisms. May cause long -term adverse effects in the aquatic environment. 3. Composition / Information on Ingredients - Components CAS # Percent Fuels, diesel, no. 2 68476 -34 -6 85 - 100 Biodiesel - Fatty acid methyl esters 67762 -38 -3 0 - 5 Fuels, diesel, C9- 18- alkane branched and linear 1159170 -26 -9 0 - 5 n- Nonane • 111 -84 -2 • 1 - 3 Octane (All isomers) 111 -65 -9 1 - 2 Hexane (Other isomers) 96 -14 -0 0 - 1 : Naphthalene 91 -20 -3 0 - 1 n- Heptane 142 -82 -5 0 - 1 n- Hexane 110 -54 -3 0 - 1 i:i 4. First Aid Measures • First aid procedures • - . Eye contact Immediately flush eyes with plenty of water for at least 15 minutes. Remove contact lenses, if - present and easy to do- Continue rinsing. Get medical attention. • Skin contact Remove contaminated clothing and shoes. Wash off immediately with soap and plenty of water. Get medical attention if irritation develops or persists. Wash clothing separately before reuse. Destroy or thoroughly clean contaminated shoes. if high pressure injection under the skin occurs, always seek medics! attention. • Inhalation Move to fresh air. If breathina is difficult, give oxygen. If not breathing, give artificial respiration. Get medical attention. Ingestion Rinse mouth thoroughly. Do not induce vomiting without advice from poison control center. Do not give mouth -to -mouth resuscitation. If vomiting occurs, keep head low so that stomach content does not get into the lungs. Get medical attention immediately. - Notes to physician In case of shortness of breath, give oxygen. Keep victim warm. Keep victim under observation. Symptoms may be delayed. The toxicological properties of this material have not been fully investigated. General advice If exposed or concerned: get medical attention /advice. Ensure that medical personnel are aware of II the material(s) involved, and take precautions to protect themselves. Show this safety data sheet to the doctor in attendance. Wash contaminated clothing before re -use. ii 5. Fire Fighting Measures Flammable properties Combustible liquid and vapor. Containers may explode when heated. = Extinguishing media Suitable extinguishing Water spray. Water fog. Foam. Dry chemical powder. Carbon dioxide (CO2). media Unsuitable extinguishing Do not use . a solid water stream as it may scatter and spread fire. media fg Protection of firefighters 9. Protective equipment and Wear full protective clothing, including helmet, self-contained positive pressure or pressure precautions for firefighters demand breathing apparatus, protective clothing and face mask. rj DIESEL FUELS . 3541 Version a: 03 Revison date: 25 -June -2013 Print date: 25 -June -2013 2 / 13 Prepared by 3E Company Date: 10 /30/2013 Time: 6:52 PM T, t 12604326564 Pages: 14 • Fire fighting Wear full protective clothing, including helmet, self - contained positive pressure or pressure equipmentlinstructions demand breathing apparatus, protective clothing and face mask. Withdraw immediately in case of rising sound from venting safety devices or any discoloration of tanks due to fire. Fight fire from maximum distance or use unmanned hose holders or monitor nozzles. Move containers from fire area if you can do it without risk. In the event of fire, cool tanks With water spray. Cool containers exposed to flames with water until well after the fire is out. For massive fire, use unmanned hose holders or monitor nozzles; if this is impossible, withdraw from area and let fire burn. Water runoff can cause environmental damage. Use compatible foam to minimize vapor generation as needed. Specific methods In the event of fire and /or explosion do not breathe fumes. • Hazardous combustion Carbon monoxide. Carbon Dioxide. Sulfur oxides. Nitrogen oxides (N0x). Hydrocarbons. Hydrogen products sulfide. 6. Accidental Release Measures Personal precautions Keep unnecessary personnel away. Local authorities should be advised if significant spills cannot be contained. Keep upwind. Keep out of low areas. Ventilate closed spaces before entering. Do not touch damaged containers or spilled material unless wearing appropriate protective clothing. P . S ee Section 8 of the MSDS for Personal Protective Equipment. ij Environmental precautions If facility or operation has an "oil or hazardous substance contingency plan ", activate its • procedures. Stay upwind and away from spill. VVear appropriate protective equipment including Ii respiratory protection as conditions warrant. Do not enter or stay in area unless monitoring indicates that it is safe to do so. Isolate hazard area and restrict entry to emergency crew. Flammable. Review Firefighting Measures, Section 5, before proceeding with clean up. Keep all sources of ignition (flames, smoking, fiarer,, etc.) and hot surfaces away from release. Contain spill in smallest possible area. Recover as much product as possible (e.g. by vacuuming). Stop leak if it can be done without risk. Use water spray to disperse vapors. Use compatible foam tc minimize vapor generation as needed. Spilled material may be absorhed by an appropriate absorbent and then handled in accordance with environmental regulations. Prevent spilled material from entering • sewers, storm drains, other unauthorized treatment or drainage systems and natural waterways. Contact fire authorities and appropriate federal, state and local agencies. If spill of any amount is - made into or upon navigable waters, the contiguous zone, or adjoining shorelines, contact the II National Response Center at 1- 800 - 424 -8802. For highway or railways spills, contact Chemtrec at 1 -800 -424 -9300. Methods for containment Eliminate all ignition sources (no smoking, flares, sparks, or flames in immediate area). Local authorities should be advised if significantspillages cannot be contained. Stop leak if you can do so without risk. This material is a water pollutant and should be prevented from contaminating soil or from entering sewage and drainage systems and bodies of water. Dike the spilled material, where this is possible. Prevent entry into waterways, sewers, basements or confined areas. Methods for cleaning up Use non- sparking tools and explosion - .proof equipment. Small Spills Absorb spill with vermiculite or other inert material, then place in a container for chemical waste. Clean surface thoroughly to remove residual contamination. This material and its container must be disposed of as hazardous waste. • Large Spills: Use a noel - combustible material like vermiculite, sand or earth to soak up the product and place into a container for later disposal. Prevent product from entering drains. Do not allow material to contaminate ground water system. Should not be released into the environment. Other information Clean up in accordance with all applicable regulations. 7. Handling and Storage Handling Eliminate sources of ignition. Avoid spark promoters. Ground /bond container and equipment. These alone may be insufficient to remove static electricity. _ Wear personal protective equipment. Avoid breathing dust/fume /gas /mistNapors/spray. Avoid contact with eyes, skin, and clothing. Do not taste or swallow. Avoid prolonged exposure. Use only rzl with adequate ventilation. Wash thoroughly after handling. The product is combustible, and heating may generate vapors which may form explosive vapor /air mixtures. DO NOT handle, store or open near an open flame, sources of heat or sources of ignition. Protect material from direct sunlight. Take precautionary measures against static discharges. All equipment used when handling the product must be grounded. Use non - sparking tools and explosion -proof equipment. When using, do not eat, drink or smoke. Avoid release to the environment. . Storage Flammable liquid storage. Do not handle Cr store near an open flame, heat or other sources of ignition. This material can accumulate static charge which may cause spark and become an ignition source. The pressure in sealed containers can increase under the influence of heat. Keep container tightly closed in a cool, well- ventilated place. Keep away from food, drink and animal feedingstuffs. Keep out of the reach of children. DIESEL FUELS - _._ 3541 Version fi: 03 Revison date: 25- June -2013 Print date: 25- June -2013 3 / 13 Prepared by 3E Company • • • Date: 10/30 /2013 Time: 6:52 PM T, @ 12604326564 Pages: 14 8. Exposure Controls / Personal Protection Occupational exposure limits US. ACGIH Threshold Limit Values Components Type Value Form Fuels, diesel, no. 2 (CAS TWA 100 mg /m3 Inhalable fraction and 68476 -34 -6) - vapor. Hexane (Other isomers) STEL 1000 ppm (CAS 96 -14 -0) ki TWA 500 ppm Naphthalene (CAS 91 -20 -3) STEL 15 ppm TWA 10 ppm n- Heptane (CAS 142 -82 -5) STEL 500 ppm = TWA • 400 ppm n- Hexane (CAS 110 -54 -3) TWA 50 ppm r. n- Nonane (CAS 111 -84-2) TWA 200 ppm Octane (AII isomers) (CAS TWA 300 ppm • 111 -65 -9) US. OSHA Table Z -1 Limits for Air Contaminants (29 CFR 1910.1000) ltl if Components Type Value - Naphthalene (CAS 91 -20 -3) PEL 50 mg /rn3 10 ppm n- Heptane (CAS 142 -82 -5) PEL 2000 mg /m3 = 500 ppm t. n- Hexane (CAS 110 -54 -3) PEL 1800 mg /m3 500 ppm Octane (All isomers) (CAS PEL 2350 mg /m3 111 -65 -9) 500 ppm Canada. Alberta OELs (Occupational Health & Safety Code, Schedule 1, Table 2) Components Type Value Fuels, diesel, no. 2 (CAS TWA 100 mg /m3 68476 -34 -6) Hexane (Other isomers) STEL 3500 mg /m3 (CAS 96 -14 -0) 1000 ppm TWA 1760 mg /m3 r 500 ppm Naphthalene (CAS 91 -20-3) STEL 79 mg /m3 P. 15 ppm TWA 52 mg /m3 = 10 ppm n- Heptane (CAS 142 -82 -5) STEL 2050 mg /m3 500 ppm = TWA 1640 mg /m3 - 400 pprn n- Hexane (CAS 110 -54 -3) TWA 176 mg /m3 50 ppm \ n- Nonane (CAS 111 -84 -2) TWA 1050 mg /m3 '-, 200 ppm Octane (All isomers) (CAS TWA 1400 my /m3 a. 111 -659) 300 ppm rst Canada. British Columbia OELs. (Occupational Exposure Limits for Chemical Substances, Occupational Health and • Safety Regulation 296/97, as amended) - Components Type Value Form Fuels, diesel, no. '2 (CAS TWA 100 mg /rn3 Vapor and aerosol. _ • 68476-34-6) DIESEL FUELS _ 3541 Version tt: 03 Rcvison date: 25 -June -2013 Print date: 25- June -2013 4/13 Prepared by 3E Company - Date: 10/30 /2013 Time: 6:52 PM T. @ 12604326564 Pages: 14 ' r Canada. British Columbia OELs. (Occupational Exposure Limits for Chemical Substances, Occupational Health and Safety Regulation 296/97, as amended) Components Type Value Form Hexane (Other isomers) TWA 200 ppm (CAS 96 -14 -0) Naphthalene (CAS 91 -20 -3) STEL 15 ppm TWA 10 ppm n- Heptane (CAS 142 -82 -5) STEL 500 ppm • TWA 400 ppm n- Hexane (CAS 110 -54 -3) TWA 20 ppm n- Nonane (CAS 111 -84 -2) TWA 200 ppm Octane (All isomers) (CAS TWA .. 300 ppm 111 -65 -9) • C anada. Ontario OELs. (Control of Exposure to Biological or Chemical Agents) Components Type Value Form ' Fuels, diesel, no. 2 (CAS TWA — 100 mg /m3 Inhalable fraction and 68476 -34 -6) vapor. . Hexane (Other isomers) STEL . 1000 ppm (CAS 96 -14 -0) • TWA 500 ppm Naphthalene (CAS 91 -20 -3) STEL 15 ppm TWA 10 ppm n- Heptane (CAS 142-82 -5) STEL 500 ppm • - TWA 400 ppm n- Hexane (CAS 110 -54 -3) TWA 50 ppm • n- Nonane (CAS 111 -84 -2) TWA - 200 ppm Octane (All isomers) (CAS TWA 300 ppm • 111 -65 -9) Canada. Quebec OELs. (Ministry of Labor - Regulation Respecting the Quality of the Work Environment) ii li Components . Type Value Hexane (Other isomers) ' STEL 3500 mg /m3 - (CAS 96 -14 -0) 1000 ppm TWA 1760 mg /m3 . 500 ppm Naphthalene (CAS 91 -20 -3) STEL. • 79 mg /m3 15 ppm TWA 52 mg /m3 10 ppm n- Heptane (CAS 142 -82 -5) STEL 2050 mg /m3 500 ppm TWA 1640 mg /m3 400 ppm n- Hexane (CAS 110 -54 -3) TWA 176 mg /m3 50 ppm n- Nonane (CAS 111 -84 -2) TWA 1050 mg /m3 200 ppm Octane (All isomers) (CAS STEL 1750 mg /m3 111 -65 -9) 'z 5 Ppm • TWA 1400 ma /m3 300 ppm Mexico, Occupational Exposure Limit Values Components Type Value Hexane (Other isomers) STEL 3500 mg /m3 (CAS 96 -14.0) 1000 ppm TWA 1760 mg /m3 DIESEL FUELS 3541 Version /t: 03 Revinon date: 25- June -2013 Print date: 25- June -2013 5113 • Prepared by 3E Company • Date: 10%30;2013 Time: 6:52 PM Ti ■0 12604326564 Pages: 14 : Mexico. Occupational Exposure Limit Values Components Type Value Y. 500 ppm it Naphthalene (CAS 91 -20 -3) STEL 75 mg /m3 15 ppm TWA 50 mg /m3 10 ppm n- Heptane (CAS 142 -82 -5) STEL 2000 mg /m3 _ 500 ppm _ TVVA 1600 ma /m3 400 ppm ° n- Hexane (CAS 110 -54 -3) TWA 176 mg /m3 50 ppm n- Nonane (CAS 111 -84 -2) STEL 1300 mg /m3 250 ppm TWA 1050 mg /m3 200 ppm - Octane (All isomers) (CAS STEL - 1800 mg /m3 111-65-9) 375 ppm TWA 1450 mg /m3 300 ppm Exposure guidelines Canada - Alberta OELs: Skin designation Naphthalene (CAS 91 -20 -3) Can be absorbed through the skin. n Hexane (CAS 110 - 54 - 3) Can be absorbed through the skin. s Canada - British Columbia OELs: Skin designation Fuels, diesel, no. 2 (CAS 68476 -34 -6) Can be absorbed through the skin. _ Naphthalene (CAS.91 -20 -3) Can be absorbed through the skin. n -- Hexane (CAS 110 -54 -3) Can be absorbed through the skin. 5 Canada - Manitoba OELs: Skin designation Fuels, diesel, no. 2 (CAS 6847634 -6) Can be absorbed through the skin. k. - Naphthalene (CAS 91 -20 -3) Can be absorbed through the skin. _ , r -Hexa re (CAS 110 -54.3) Can be absorbed through the skin. il Canada - Ontario OELs: Skin designation Fuels, diesel, no. 2 (CAS 68476 -34 -6) Can be absorbed through the skin. s Naphthalene (CAS 91 -20 -3) Can be absorbed through the skin. n- Hexane (CAS 110 -54 -3) Can be absorbed through the skin. 5 Canada - Quebec OELs: Skin designation 5 n- Hexane (CAS 110 -54 -3) Can be absorbed through the skin. - Canada - Saskatchewan OELs: Skin designation _ Fuels, diesel, no. 2 (CAS 68476 -34 -6) Can be absorbed through the skirl. Naphthalene (CAS 91 -20 -3) Can be absorbed through the skin. n- Hexane (CAS 110 -54 -3) Can be absorbed through the skin. ii Mexico OELs: Skin designation n- Heptane (CAS 142 -82 -5) Can be absorbed through the skin. _ US - California OELs: Skin designation n- Hexane (CAS 110 -54 -3) Can be absorbed through the skin. 5 US ACGIH Threshold Limit Values: Skin designation Fuels, diesel, no. 2 (CAS 68476 -34 -6) Can be absorbed through the skin. Naphthalene (CAS 91 -20 -3) Can be absorbed through the skin. n- Hexane (CAS 110 -54 -3) Can be absorbed through the skin. - Engineering controls Provide adequate general and local exhaust ventilation. Use process enclosures, local exhaust ventilation, or other engineering controls to control airborne levels below recommended exposure limits. Use explosion -proof equipment. Personal protective equipment - - Eye I face protection Wear safety glasses. If splash potential exists, wear full face shield or chemical goggles. DIESEL F.I _ __ — - -- —_._ ._ __.- _ —_..– - -- _ _ 3541 Version it: 03 Revison date: 25- June -2013 Print date: 25 -June -2013 6 / 13 ii Prepared by 3E Company • Doke: 10/30/2013 Timeg 6252 PM T� 0 12604326564 Pages: 14 6 Skin protection Wear chemical- resistant, impervious gloves. Full body suit and boots are recommended when handling large volumes or in emergency situations. Flame retardant protective clothing is recommended. Respiratory protection Use a properly fitted air- purifying or air -fed respirator complying with an approved standard if a risk assessment indicates this is necessary. Respirator selection must be based on known or • anticipated exposure levels, the hazards of the product and the safe working limits of the selected • respirator. If workplace exposure lirnits for product or cornponents are exceeded, NIOSH approved • • • equipment should be worn. Proper respirator selection should be determined by adequately • • trained personnel, based on the contaminants, the degree of potential exposure and published respiratory protection factors. This equipment should be available for nonroutine and emergency - _ use. . General hygiene Consult supervisor for special handling instructions. Avoid contact with eyes. Avoid contact with considerations skin. Keep away from food and drink. Wash hands before breaks and immediately after handling the product. Provide eyewash station and safety shower. Handle in accordance with good industrial hygiene and safety practice. il 9. Physical & Chemical Properties ;,7. Appearance Liquid (may be dyed red). • Physical state Liquid. Form Liquid. Color Clear. Straw. • Odor Kerosene (strong). Odor threshold Not available. • pH Not available. Vapor pressure : 1 mm Hg (20 °C) Vapor density 3(Air =1) _ Boiling point 325 - 700 °F (162.78 - 371.11 °C) F. Melting point/Freezing point 60.07 " F ( -51.15 "C) Estimated • Solubility (water) Not available. . • • Specific gravity 0.82 - 0.87 (60T) Flash point > 100.0 °F (> 37.8 °C) Closed Cup . Flammability limits in air, '8 % • • t-i upper, % by volume Flammability limits in air, 0.4 % F. lower, % by volume Auto - ignition temperature 494.96 "F (257.2 °C) Evaporation rate 0 • Viscosity 2 - 4.5 rnrnz /s si Other data Flash point class Combustible II • 10. Chemical Stability & Reactivity Information f ili Chemical stability Stable under normal temperature conditions and recommended use. Conditions to avoid Heat, flames and sparks. Ignition sources. Contact with incompatible materials. Do not pressurize, cut, weld, braze, solder, drill, grind or expose emptycontainers to heat, flame, sparks, static • p. ill electricity, or other sources of ignition; they may explode and cause injury or death. Incompatible materials Strong oxidizing agents. V. Hazardous decomposition Carbon oxides. Sulfur oxides. Nitrogen oxides (NOx). Hydrocarbons. Hydrogen sulfide. products Possibility of hazardous Hazardous polymerization does not occur. reactions - DIESEL FUELS ^ 3541 Version ti: 03 Revison date: 25- June -2013 Print date: 25 -June -2013 7 / 13 Prepared by 3E Company • • Da,e: L0 /30 /2013 Time: 6:52 PM 'I Q 12604 Pages: 14 r 11. Toxicological information Toxicological data Components Species Test Results Fuels, diesel, no. 2 (CAS 68476 -34 -6) Acute - Inhalation LC50 Rat 4.1 mg /I, 4 hours Naphthalene (CAS 91 -20 -3) Acute Derma! - LD50 Rabbit > 2 g /kg Oral LD50 Rat 490 mg /kg n- Heptane (CAS 142 -82 -5) Acute Inhalation LC50 Rat 103 mg /I, 4 Hours = n- Hexane (CAS 110 -54 -3) i Acute Ora/ LI LD50 Rat 28710 mg /kg n- Nonane (CAS 111 -84 -2) - Acute . Inhalation LC50 Rat 3200 mg/I, 4 Hours - • Octane (All isomers) (CAS 111 -65 -9) - Acute Inhalation _ LC50 Rat 118 mg /I, 4 Hours Sensitization This substance may have a potential for sensitization which may provoke an allergic reaction among sensitive individuals. Acute effects Harmful if inhaled, absorbed through skin, or swallowed. Harmful: may cause lung damage if swallowed. Irritating to eyes, respiratory system and skin. In high concentrations, vapors and spray mists are narcotic and may cause headache, fatigue, dizziness and nausea. Hydrogen sulfide, a highly toxic gas, may be present. Signs and symptoms of overexposure to hydrogen II sulfide include respiratory and eye irritation, dizziness, nausea, coughing, a sensation of dryness and pain in the nose, and Toss cf consciousness. Odor does not provide a reliable indicator of the r. presence of hazardous levels in the atmosphere. The toxicological properties of this material have 3 not been fully investigated. Chronic effects Contains organic solvents which in case of overexposure may depress the central nervous system causing dizziness and intoxication. Repeated exposure to naphthalene may cause cataracts, allergic skin rashes, destruct of red blood cells, and anemia, jaundice, kidney and liver damage. Danger of serious damage to health by prolonged exposure. Prolonged or repeated v overexposure may cause central nervous system, kidney, liver, and lung damage. ii Subchronic effects Liver and kidney damage may occur after prolonged and repeated exposure. Carcinogenicity '.International Agency for Research on Cancer (IARC): Whole diesel engine exhaust — IARC Group t, may cause lung cancer and also noted a positive association with an increased risk of bladder cancer. Diesel exhaust has been reported to be an occupational hazard due to NIOSH..reported potential carcinogenic properties. 5 ACGIH C arcinogens Fuels, diesel, no. 2 (CAS 68476 -34 -6) A3 Confirmed animal carcinogen with unknown relevance to humans. Naphthalene (CAS 91 -20 -3) A4 Not classifiable as a human carcinogen. IARC Monographs. Overall Evaluation of Carcinogenicity - Fuels, diesel, no. 2 (CAS 68476 - 34 - 6) 3 Not classifiable as to carcinogenicity to humans. - DI ESEL FUELS 3541 Version 6: 03 Revison date: 25- June -2013 Print dale: 25- June -2013 8 / 13 Prepared by 3E Company • Date: 10/30 /2013 Time. 6:52 PM 5 (4 12604326564 Pages: 14 Naphthalene (CAS 91 -20 -3) 28 Possibly carcinogenic to humans. US NTP Report on Carcinogens: Anticipated carcinogen Naphthalene (CAS 91 -20 -3) Reasonably Anticipated to be a Human Carcinogen. • Epidemiology Studies have shown a risk of spontaneous abortions in women exposed to high concentrations of organic solvents during pregnancy. Pre- existing skin conditions including dermatitis might be aggravated by exposure to this product. - Mutagenicity No component of this product present at levels greater than or equal to 0,1% % is identified as a mutagen by OSHA. • Neurological effects Chronic exposure to high concentrations of various hydrocarbon blends may lead to polyneuropathy (peripheral nerve damage), characterized by progressive weakness and • • numbness in the extremities, loss of deep tendon reflexes and reduction of motor nerve conduction velocity. Numerous cases of polyneuritis have been reported following prolonged • exposures to a petroleum fraction containing various isomers of heptane as major ingredients. _ May cause central nervous system disorder (e.g., narcosis involving a loss of coordination, weakness, fatigue) and /or damage. Reproductive effects Napthalene interferes with embryo development in experimental animals at dose levels that cause maternal toxicity. In humans, excessive exposure to this agent may cause hemolytic anemia in the ii = mother and fetus. Teratogenicity The components of this product are not reported to cause teratogenic effects in humans. Based on best current information, there is no known toratogenicity associated with this product. - Further information Symptoms may be delayed. Toxicclogical properties of this material have not been fully investigated. • 12. Ecological Information Ecotoxicological data Components Species Test Results Fuels, diesel, no. 2 (CAS 68476 -34 -6) Aquatic Acute Crustacea EL50 Daphnia magna . 68 mg /I 48 hours - • Fish LL50 Oncorhynchus mykiss 65 mg /I, 96 hours Naphthalene (CAS 91 -20 -3) Aquatic • • Crustacea EC50 Water flea (Daphnia magna) 1.09 - 3.4 mg /l, 48 hours Fish LC50 Pink salmon ( Oncorhynchus gorbuscha) 1.11 - 1.68 mg /I, 96 hours ii n- Heptane (CAS 142 -82 -5) Aquatic - ti Fish LC50 Western mosquitofish (Gambusia affinis) 4924 mg /I, 96 hours il n- Hexane (CAS 110-54-3) Aquatic • Fish LC50 Fathead minnow (Pimephales promelas) 2.101 - 2.981 mg /I, 96 hours Ecotoxicity Toxic to aquatic organisrns, rnay cause long -term adverse effects in the aquatic environment. P. Aquatic toxicity Toxic to aquatic organisms may cause long -term adverse effects in the aquatic environment. Persistence and degradability Not available. • Bioaccumulation / Not available. . ii Accumulation . y. Partition coefficient Hexane (Other isomers) (CAS 96 -14 -0) 3.6 • Octane (All isomers) (CAS 111 -65 -9) 5.18 n- Heptane (CAS 142 -82 -5) 4.66 n- Hexane (CAS 110 -54 -3) 3.9 • n- Nonane (CAS 111 -84 -2) . 5.46 Mobility in environmental No data available. • media EV 13. Disposal Considerations Waste Codes - D001: Waste Flammable material with a flash point <140 °F DIESEL FUELS - -- ._._ —.__ 3541 Version #: 03 Revison date: 25 -June -2013 Print date: 25- June -2013 9 / 13 • • Prepared by 3E Company • • Date: 10 /30/2013 Time: 6:52 PM T, (4 12604326564 Pages: 14 `s US RCRA Hazardous Waste U List: Reference Naphthalene (CAS 91 -20-3) U185 . Disposal instructions Dispose in accordance with all applicable regulations. Dispose of this material and its container to hazardous or special waste collection point. Incinerate the material under controlled conditions in an approved incinerator. Dc not allow this material to drain into sewers/water supplies. Do not contaminate ponds, waterways or ditches with chemical or used container. 14. Transport Information DOT Basic shipping requirements: - q UN number UN1202 Proper shipping name Diesel fuel Hazard class Combustible Liquid Packing group III ID Environmental hazards Marine pollutant Yes Additional information: - Special provisions 144, B1,183, T2, TP1 Packaging exceptions 150 LI Packaging non bulk 203 • Packaging bulk 242 IATA UN number UN1202 UN proper shipping name Diesel fuel Transport hazard class(es) 3 _ Packing group I11 Environmental hazards • Yes R. • Labels required 3 ERG code 3 L i. Special precautions for user Read safety instructions, SDS and emergency procedures before handling. • IMDG UN number UN1202 UN proper shipping name DIESEL FUEL Transport hazard class(es) 3 Packing group 111 Environmental hazards M arine pollutant Yes • . Labels required 3 EmS F -E, S -E _ Transport in bulk according Not applicable. However, this product is a liquid and if transported in bulk covered under to Annex 11 of MARPOL MARPOL 73/78, Annex I. _ 73/78 and the IBC Code TDG . 1E, . O. UN number UN1202 iii Proper shipping name DIESEL FUEL ri Hazard class Combustible Liquid y Packing group I11 Marine pollutant Yes : Special provisions 82, 88 15. Regulatory Information US federal regulations - TSCA Section 12(b) Export Notification (40 CFR 707, Subpt. D) n- Nonane (CAS 111 -84 -2) 1.0 % One -Time Export Notification only. Clean Air Act (CAA) Section 112 Hazardous Air Pollutants (HAPs) List Naphthalene (CAS 91 -20 -3) n- Hexane (CAS 110 -54 -3) US EPCRA (SARA Title III) Section 313 - Toxic Chemical: De minimis concentration Naphthalene (CAS 91 -20 -3) 0.1 % n- Hexane (CAS 110 -54 -3) 1.0 % ii DIESEL FUELS 3541 Version It: 03 Revison date: 25- June -2013 Print date: 25- June -2013 10/ 13 Prepared by 3E Company • Dale 10/3012013 Time 6:52 PM 14 2.i 12604326564 Pages: 14 US EPCRA (SARA Title III) Section 313 - Toxic Chemical: Listed substance • Naphthalene (CAS 91-20-3) Listed. n- Hexane (CAS 110 -543) Listed. CERCLA (Superfund) reportable quantity (Ibs) (40 CFR 302,4) - n- Nonane: 100 = _ Octane (All isomers): 100 Hexane (Other isomers): 100 Naphthalene: 100 n- Hexane: 5000 Superfund Amendments and Reauthorization Act of 1986 (SARA) Hazard categories ' immediate Hazard - Yes ii Delayed Hazard - Yes Fire Hazard - Yes Pressure Hazard - No ,Reactivity Hazard - No Section 302 extremely No y hazardous substance (40 CFR 355, Appendix A) s SARA 3111312 Hazardous Yes chemical Drug Enforcement Not controlled Administration (DEA) (21 CFR 1308.11 -15) WHMIS status Controlled WHMIS classification 83 - Combustible Liquids D2A - Other Toxic Effects -VERY TOXIC D2B - Other Toxic Effects -TOXIC WHMIS labeling ii , A 0 .. ,, . ., Inventory status Country(s) or region Inventory name On inventory (yes /no)* Australia Australian Inventory of Chemical Substances (AICS) Yes - Canada Domestic Substances List (DSL) Yes Canada Non - Domestic Substances List (NDSL) No China Inventory of Existing Chemical Substances in China (IECSC) Yes Europe European Inventory of Existing Commercial Chemical • Yes Substances (EINECS) • Europe European List of Notified Chemical Substances (ELINCS) No • Japan Inventory of Existing and New Chemical Substances (ENCS) No _ Korea Existing Chemicals List (ECL) Yes i. New Zealand New Zealand Inventory Yes Philippines Philippine Inventory of Chemicals and Chemical Substances Yes (PICCS) United States & Puerto Rico Toxic Substances Control Act (TSCA) Inventory Yes = *A "Yes" indicates this product complies with the inventory requirements administered by the governing country(s). A "No" indicates that one or more components of the product are not listed or exempt from listing on the inventory administered by the governing country(s). • State regulations WARNING: This product contains chemicals known to the State of California to cause cancer and birth defects or other reproductive harm. ii US - California Hazardous Substances (Director's): Listed substance Hexane (Other isomers) (CAS 96 -14 -0) Listed. _- q. :: :-.. Naphthalene (CAS 91 -20-3) Listed. n- Heptane (CAS 142 -82 -5) Listed. DIESEL FUELS • = 3541 Version 4: 03 Reviscn date: 25- June -2013 Print date: 25- June -2013 11 113 - • Prepared by 3E Ccmpany • .Da ..e: 13/.0/2013 Time: 6:52 PM T. C. 12604326564 Pages, 14 Disclaimer This Material Safety Data Sheet (MSDS) was prepared in accordance with 29 CFR 1910.1200 by • Valero Marketing & Supply Co., ( "VALERO "). VALERO does not assume any liability arising out of • _ product use by others. The information, recommendations, and suggestions presented in this MSDS are based upon test results and data believed to be reliable. The end user of the product has the responsibility for evaluating the adequacy of the data under the conditions of use, determining the safety, toxicity and suitability of the product under these conditions, and obtaining additional or clarifying information where uncertainty exists. No guarantee expressed or implied is made as to the effects of such use , the results to be obtained, or the safety and toxicity of the _ fl product in any specific application. Furthermore, the information herein is not represented as absolutely complete, since it is not practicable to provide at the scientific and study information in t format of this document, plus additional information may be necessary under exceptional conditions of use, or because of applicable laws or government regulations. t • P. { LI il ri • DIESEL FUELS 3541 Version #: 03 Revison date: 25 -June -2013 Print date: 25 -June -2013 13 / 13 Prepared by 3E Company c . • JA►r # Q 'e 1 ) i : 1 . O I L I S "13081311" PRINCE, \1 \\ O12 .1011\ COM FAUX ROBERT 1:. "BOB" \1'ILLIAMSO \, MAYOR PRO T1S;\l a� ACTING Ci'1"Y MANAGER COUNCIL MEMBLRS; City ,/ � ,_ S1ILRRI BLLL■RD RAYMOND SCOT I, JR. f 4 3 • ELIZABETH CITY SECRETARY I.IZ.ABE f0 "LW SLGI�LR / MORRIS ALBRIGHT, [I1 ' '' VALECIA R. TIZENO ROl3LR1 I ROY CITY ATTORNEY C rr t � r il �.trr \V'il.t,lE ` °I3:Ah.' LL \VIS, JIL. DERRICK FREEMAN ea'Cr as • 1: LRRY "7'\VIN "'THOMAS g g� d1i4.. FEBRUARY 24, 2014 INVITATION TO BIT) Ultra Low Sulfur Diesel Fuel DEADLINE: Scaled Bid submittals must be received and time stamped by 3:00 p.ii1., Central Standard Time, Wednesday, March 12, 2014. (Thc clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, March 12, • 2014 in the City Council Chambers, City Ball, 5 ° ' Floor, fort Arthur, `1X. You are invited to attend. VIARK.ENVELOPE: Diesel DELIVERY ADDRESS: Please submit one (1) original and one (I) copy 01 your bid to: CITY OF PORT AR1 "E - IUR CITY OF PORT ARTI IUR CITY SECRETARY or CITY SECRETARY P.O. 130X 1089 444 4TH STREET, 41 Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR; TEXAS 77640 • POINTS OF CONTACT: Questions concerning the Invitation to laid should be directed in writi.rr;; to: City of Port Arthur, TX Chfton Williams, Senior Purchasing Assistant 0.0. Box 1089 Port Arthur, TX 77641 cwi I liaumsta)portarthur.net • Please submit questions or exceptions in \writing to the entail above. The final day for contractor to submit is March 5, 2014 at 10:0(} a.m. aa, Purchasing, Division /linana; De i- 011;nlI Pitrchasin M.; n;)ygs,51 3n1 A.O. Box 108914414 Sire 11 Poll Arthur, 1 c xr.,, 77611 1 409 83.8160 I Fox %109 981.8 291 • The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS, CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed • referenced services for the City of Port Arthur. (aids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a sealed envelope, with the Vendor's name and address in the upper left -hand corner of the envelope. ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITI3 submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted ITI3 submittals will not be accepted. Shawna Tubbs, CPPO, CPPB • Purchasing Manager • • • • • • Page 2of14 e INVITATION TO 13I1) ULTRA LOW SULFUR DIESEL FUEL (To be Completed ONLY IF YOU DO NOT BID.) FAILURF. TO RESPOND 1 BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY kEstm IN REMOVAL FRO THE 'VENDOR'S UST. However, if you are removed you will be reinstated Upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO 13II) is submitted: this time only —_ not this commodity /service only Yes No Does your company provide this product or services? Were the specifications clear? ----- -____i _ • __ —.I Were the specifications too restrictive? _ -- -------- L Does the City pay its bills on time? — _— ________ Do you desire to remain on the bid list for this product or service? — Does your present work load permit additional work? ___ — _ - - -_. Comments /Other Suggestions_ — - -___ Company Name:: Person Completing Form: Telephone: -- Mailing Address: Email: City, State, Zip Code: Date: -- L — -- — -- -- — L -- —..._. -- — — — i. NI:le 3 of i SPECIFICATIONS FOR ULTRA LOW SULFUR DIESEL FUEL All deliveries will be F. O. C3 City storage tank. Deliveries will h e by a haul: Transport Truck. Bidders must bid a price differential above or below the average price of the PADD 3 Report published • for Beaumont /Port Arthur, Texas, by the Oil Price information Service (OPTS). The price of fuel delivered during the contract term will be determined by applying the differential bid to the PADD 3 average price in affect on the date of delivery. The PA DD 3 price in effect •will change each Monday _ to the price published the previous Thursday. lil • • All delivered fuel shall he transferred to the City of Port Arthur owned tanks. Delivery trucks shall be properly equipped with accurate measuring devices, vapor recovery systems, and spill pickup equipment. City of Port Arthur personnel must verify this equipment upon completion of delivery. _ Deliveries shall he made on a net gallon basis, temperature corrected to 60° F. Vendors must be able to furnish certificates issued by the State of Texas that verify tank capacities for a given truck. ii Orders for deliveries will be made by the Transit and Utility Operations Departments in quantities of • 8.000 gallons or less. Deliveries will be made within one (1) workday of the order to the locations lg listed below: il • • Department Location Estimated Annual Ctsa,,e }tours of Delivery _ . Transit. 301 4 ' Street • 98,000 gallons .. 8:00 A. M. - 5:00 P. M. (M -F) t. tility Operations 2901 Hwy. 365 2,000 gallons 7:00 A. M. - 2:00 P. M. (M -F) The amounts specified are estimated based on past experience and the City is not obligated to purchase these amounts. • The City's mininium delivery time for - an emergency which is hurricaincs, natural dis�lsters, or other declared emergencies will be eight (8) hours: Vendor shall provide an emergency plan to the City of a • Port Arthur for delivery, including length of time after recei of order that vendor shall make delivery _ of fuel Vendors shall state other entities having a priority of delivery over the City of Port Arthur. Quality Control: An original copy of the refinery manifest shall accompany all deliveries. The _ manifest must be identifiable as to the refiner or common carrier pipeline terminal. Deliveries from any other source will be rejected. Any transport arriving without proper paperwork will not be permitted to unload. The City of Port Arthur reserves the right to test fuels at any time for r specification compliance. f he cost for such tests shall he paid by the seller in the event the product fails to comply. Such failure will result in the prompt removal of failed products, using the vendor's equipment, at no cost to the City of Port Arthur, within twenty -:Four (24) hours of notification. Acceptable fuel shall immediatef •eplace unacceptable fuel based on the quality of questionable fuel originally delivered to a given location at no charge For the entire shipment. Violation of specification requirements may give the City of Port Arthur cause to cancel the contract and will be a consideration - of future awards. = • ti ti lj I'age 4 of 14 Fuel prices bid will exclude all taxes and loading fees. The bidder must submit Material Safety Data Sheet(s) with bid. Number 2 Low Sulfur Diesel Fuel shall meet or exceed the following specifications: API Gravity 31.8 Cetane index 45 Flash point .158 F Mercaptan sulfur 0 004% Water and Sediment 0 0% Pour point 10°F Sulfur 0 14% A0 fuel shall meat or exceed the performance criteria as established by new vehicles manufacturers or the Society of Automotive Engineers or the American Society for Testing and Materials. • The contract will be for 12 months and the city will have the option to renew the contract for one (1) additional year. • • • • • Page 5 of I I • •