Loading...
HomeMy WebLinkAbout08-03-2017 EDC Agenda PacketAGENDA ANNA ECONOMIC DEVELOPMENT CORPORATION Thursday, August 3, 2017 @ 5:00 P M ECONOMIC Anna City Hall, Council Chambers DEVELOPMENT CORPORATION 111 N. Powell Parkway,Anna, Texas 75409 The Anna Economic Development Corporation will conduct a meeting at 5:00 PM on August 3, 2017, at the Anna City Hall Administration Building, 111 N. Powell Parkway, to consider the following items: Call to Order, Roll Call and Establishment of Quorum 2. Citizen Comments 3. Consider/Discuss/Action regarding adopting a resolution awarding a bid for waterline construction on the Anna Business Park property to Saber Construction. 4. Consider/Discuss/Action regarding adopting a resolution approving a reimbursement to Kirby Smith for costs associated with mowing portions of the Anna Business Park property. 5. Update on signage for the building and monument sign for 312 N. Powell Parkway and "for sale" sign for Anna Business Park property. 6. CLOSED SESSION (EXCEPTIONS) a. Deliberate regarding the purchase, exchange, lease or value of real property. (Tex. Gov't Code 551.072) 312 North Powell Parkway. b. Consult with legal counsel on matters in which the duty of the attorney to the governmental body under the Texas Disciplinary Rules of Professional Conduct of the State Bar of Texas clearly conflicts with Chapter 551 of the Government Code (Tex. Gov't Code 551.071); c. Discuss or deliberate Economic Development Negotiations: (1) To discuss or deliberate regarding commercial or financial information that the Board of Directors has received from a business prospect that the Board of Directors seeks to have locate, stay, or expand in or near the territory of the City of Anna and with which the Board is conducting economic development negotiations; or (2)To deliberate the offer of a financial or other incentive to a business prospect described by subdivision (1). (Tex. Gov't Code 551.087) 312 North Powell Parkway. 7. Consider/Discuss/Action regarding adopting a resolution approving the fiscal 2017- 2018 budget. 8. Consider/Discuss/Action regarding adopting the minutes from the July 7,2017 meeting. 9. Adjourn. This is to certify that I, Jessica Perkins, Chief Administrative Officer, posted this agenda at a place readily accessible to the public at the Anna City Hall and on the City Hall bulletin board at or before 5:00 p.m. on July 31,2017. Jessica Perkins, Chief Administrative Officer IMPORTANT LEGAL NOTICE: The Corporation may vote and/or act upon each of the items listed in this agenda. The Corporation reserves the right to retire into closed session concerning any of the items listed on this agenda, whenever it is considered necessary and legally justified under the Open Meetings Act. Disabled persons who want to attend this meeting and who may need assistance should contact the City Secretary at 972-924-3325 two working days prior to the meeting so that appropriate arrangements can be made. ADDITIONAL NOTICE REGARDING MEETING TIME: In the event that the Anna Economic Development Corporation meets at the same time and place scheduled for this meeting, then this meeting will be delayed and will begin immediately after the conclusion of the meeting of the Anna Economic Development Corporation. ECONOMIC DEVELOPMENT CORPORATION AGENDA ITEM: Item No. 3. EDC Agenda Staff Report Meeting Date: 8/3/2017 Staff Contact. Jessica Perkins Consider/Discuss/Action regarding adopting a resolution awarding a bid for waterline construction on the Anna Business Park property to Saber Construction. SUMMARY: The EDC advertised to receive bids related to the construction of the waterline for the Anna Business Park Property. The bid opening was conducted on Thursday, July 6, 2017 at 3:00 pm. A total of 10 bids were received and opened. Legends Underground Inc. of North Richland Hills, Texas submitted the low bid in the amount of $123,800.00. Our Engineering staff reviewed references provided by Legends Underground. Only one reference of 3 was a municipality and was not located in Texas. The remaining 2 references were for private developments also in another state. Additional references, equipment list, and financial statements were requested from Legends Underground but were not received. Saber Development Corporation of Dallas, Texas submitted the second low bid in the amount of $136,050.00. Saber Development meets the qualification requirements of the bid documents, has a satisfactory record of completing similar projects throughout North Texas and has adequate equipment and financial resources to properly pursue this project. Based on this information our Engineering Firm recommends that the EDC accept the bid from Saber Development Corporation and award them a contract in the amount of $136, 050.00 STAFF RECOMMENDATION: Staff recommends you approve. ATTACHMENTS: Description Resolution - Saber Dev. bid tab Exhibit A - Saber Dev. Contract Upload Date Type 7/31/2017 Resolution 7/31/2017 Backup Material 8/2/2017 Backup Material ANNA ECONOMIC DEVELOPMENT CORPORATION RESOLUTION NO. A RESOLUTION OF THE ANNA ECONOMIC DEVELOPMENT CORPORATION APPROVING AND AUTHORIZING THE EXECUTION OF A CONTRACT WITH SABER DEVELOPMENT FOR THE CONSTRUCITON OF A WATERLINE FOR THE ANNA BUSINESS PARK PROPERTY WHEREAS, the Anna Economic Development Corporation (the "EDC") wishes to expend funds for the construction of a water line of the property known as the Anna Business Park Property. WHEREAS, the EDC intends that said funds be used solely for services for the professionals services needed to construct the water line for the Anna Business Park property to the standards of the Anna City Code of Ordinances and any other applicable standards or regulations. NOW THEREFORE, BE IT RESOLVED BY THE ANNA ECONOMIC DEVELOPMENT CORPORATION, THAT: Section 1. Recitals Incorporated The recitals set forth above are incorporated herein for all purposes as if set forth in full. Section 2. Approval of Funding The EDC hereby approves the contract agreement with Saber Development for the construction of the waterline project, attached hereto as Exhibit A, and to charge the EDC's Other Capital Expenditures line item in the amount of no more than $ 136,050.00 . This resolution further authorizes the execution of the agreement, subject to final legal review and approval by the City Attorney the Chief Administrative Officer. PASSED AND APPROVED by the Anna Economic Development Corporation this day of , 2017. APPROVED: ATTEST: Connie Stump, EDC President Lauretta Blacketer, EDC Secretary EDC OF ANNA, TEXAS RESOLUTION NO. PAGE 1 OF 1 sue, CITY OF ANNA, TEXAS ECONOMIC DEVELOPMENT CORPORATION Business Park Water Line BID SUMMARY Bids Received at 3:00 p.m., Thursday, July 6, 2017 Contractor Total Amount Bid 1. Legends Underground, Inc. 8528 Davis Blvd #134, #340 North Richland Hills, Texas 76182 $ 123,800.00 2. Saber Development Corporation P.O. Box 540186 Dallas, Texas 75354 3. LKG Resources, LLC P.O. Box 3137 Grapevine, Texas 76099 $ 136,050.00 $ 157,500.00 4. ANA Site Construction, LLC 10100 Horseshoe Nail Dr Pilot Point, Texas 76258 $ 160,810.00 5. Four Star Excavating 12850 Highway 287 Fort Worth, Texas 76052 $ 162,300.00 6. Wildstone Construction Company 12850 Highway 287 Fort Worth, Texas 76052 $ 168,400.00 7. Dickerson Construction Co., Inc. P.O. Box 181 Celina, Texas 75009 $ 185,600.00 8. HWH 1887 2510 South Church Paris, Texas 75460 $ 240,800.00 9 Dowager Utilities Construction, LTD 2464 Manana Drive Dallas, Texas 75220 $ 252,250.00 10 BCG Construction, Inc. 808 Schoolhouse Rd. Ste 113 Haslet, Texas 76052 $ 272,759.00 1CLERICAUAnna EDC\2017-116 Business Park WL\Specs\Tech-Spec\I2-P&BS-2.xlsx Exhibit A BIRKHOFF, HENDRICKS & CARTER, L.L.P. PROFESSIONAL ENGINEERS 11910 Greenville Ave., Suite 600 JOHN W. BIRKHOFF, P.E. GARY C. HENDRICKS, P.E. JOE R. CARTER, P.E. MATT HICKEY, P.E. ANDREW MATH, JR., P.E. JOSEPH T. GRAJEWSKI, III, RE. DEREK B. CHANEY, P.E. CRAIG M. KERKHOFF, P.E. Saber Development Corporation P. O. Box 540186 Dallas, Texas 75354-0186 Dallas, Texas 75243 Phone (214) 361-7900 Re: Anna Economic Development Corporation Business Park Water Line Gentlemen: August 2, 2017 www.bhellp.com The Anna EDC's has accepted your proposal for the Business Park Water Line project and awarded you a contract in the amount of $136,050.00. We are enclosing for your execution, six (6) copies of the following documents: • Qualification Statement of Bidders • Qualification Statement of Bidder's Surety • Vendors Compliance to State Law • Conflict of Interest Questionnaire • Affidavit Against Prohibited Acts • Proposal and Bid Form • Contract Agreement • Bidder's Bond • Performance Bond and Payment Bond • Maintenance Bond Upon completion, please return all copies to our office for further execution by the Owner. Also please provide a certificate of insurance in accordance with Item 1.04 — Limitation of Liability, Indemnification and Insurance of the Supplementary General Provisions (with the Anna EDC as insured and the Engineer, their agents and employees as additional insureds). We are also enclosing one (1) set of plans and specifications for your use. If you have questions concerning any of this information, please give me a call. Sincerely, Zig M. Lerkl1off, P.E., C.F.M. Enclosures cc: Mr. Joseph Johnson TBPE Firm 526 ACEC Wellness Firm =;�, Better Decisions -Better Designs TBPLS Firm 100318-00 \clerical\anna edc\2017-116 business park w1\IettersWcontracts to saber.docx Exhibit A QUALIFICATION STATEMENT OF BIDDERS SUBMITTED TO: ANNA ECONOMIC DEVELOPMENT CORPORATION Reviewed by: Date Received: CONTRACTOR: Saber Development Corporation CIRCLE ONE: ❑ Sole Proprietor ❑ Partnership ® Corporation ❑ Joint Venture NAME: Saber Development Corporation ADDRESS: P.O. Box 540186 CITY: Dallas, Texas 75354 PHONE: (214) 366-1300 PRINCIPAL PLACE OF BUSINESS. - Dallas County, Texas COUNTY STATE PARTNER: ADDRESS: CITY: PHONE: _ PRINCIPAL PLACE OF BUSINESS: COUNTY IF THE CONTRACTOR IS A CORPORATION, FILL OUT THE FOLLOWING: STATE OF INCORPORATION: Texas LOCATION OF PRINCIPAL OFFICE: 2351 W. Northwest Hwy., Suite 1300 Dallas, Texas 75220 CONTACT PERSONS AT OFFICE: Walt Hannon, Vice -President PERSON EXECUTING CONTRACTS ON BEHALF OF CORPORATION: NAME: TITLE: PHONE Walt Hannon Vice -President (21_4) 366-1300 NAMES OF OFFICERS: (IF APPLICABLE) _ Walt Hannon STATE ADDRESS: P.O. Box 540186 Dallas, Texas 75354 CITY STATE ZIP Bob Farrow, President , Vice President LIST NUMBER OF EMPLOYEES WORKING FOR CONTRACTOR: 28 LIST ALL EQUIPMENT TO BE USED ON THIS PROJECT: (PLEASE USEATTACHMENT) NUMBER OF YEARS IN BUSINESS AS A GENERAL CONTRACTOR ON PROJECTS SIMILAR TO THIS PROJECT: 34 TYPE(S) OF WORK DONE: (CIRCLE) ❑ Asphalt Paving ❑ Concrete Paving ® Misc. Concrete ❑ Channel Lining ❑ Pump Stations ® Storm Sewer ❑ Earth Work 1❑ Bridge Work ❑ Demolition ❑ Landscaping ® Water & Sanitary Sewer Lines Steel Erection ❑ Painting ❑ Fog Seal ❑ Chip Seal jAderical\anna edc\2017-116 business park wl\specs\contract\forms sent to sader 8-1-2017\05-qualification statement-doc - 9 - Qualification Statement Exhibit A Concrete Structures: Inlets, Box Culverts, Junction Boxes Other: COMMENTS: LIST RECENTLY COMPLETED PROJECTS OF THE TYPE OF WORK QUALIFYING FOR OR SIMILAR WORK, PLUS THE FOLLOWING INFORMATION FOR EACH PROJECT: PROJECT: _Bedford F.M OWNER/ENGINEER: Ci YEAR BUILT: 2017 157 Water Main of Bedford CONTACT PERSON: Patrick Martin CONTRACT PRICE: $450,000 PHONE: (817) 952-2227 PROJECT: R. Richland Hills Main Street Sewer & Storm OWNER/ENGINEER: City Richland Hills YEAR BUILT: 2016 CONTRACT PRICE: CONTACT PERSON: Scott Tedford PHONE;. $939, 500 (817) 538-8010 PROJECT: Grapevine Water & Sewer Replacement OWNER/ENGINEER: City of Grapevine YEAR BUILT: 2016 CONTRACT PRICE: $1,090,000 CONTACT PERSON: Curtis Bergthold _ PHONE: 817 614-4272 PROJECT: Colleyv OWNER/ENGINEER YEAR BUILT: 2016 CONTACT PERSON Ile Water & Sewer -City of Colleyville CONTRACT PRICE: $2,969,000 Craig Knight PHONE: (817) 776-6128 (USE ATTACHMENTS IF NECESSARI9 LIST INCOMPLETE PROJECTS, PLUS THE FOLLOWING INFORMATION FOR EACH PROJECT LISTED: PROJECT: Bishop Arts (City of Dallas) OWNER/ENGINEER: Alamo Manhatten - PERCENT COMPLETE: 85% CONTACT PERSON: Cody Wilson Andres Construction, General Contractor _ CONTRACT PRICE: $1,200,000 PHONE: (214) 521-2118 PROJECT: Crescent Bishop Arts(City of Dallas OWNER/ENGINEER: Crescent Communities - Andres Construction, General Contractor PERCENT COMPLETE: 70% CONTRACT PRICE: $650,000 CONTACT PERSON: Jeff Kemp PHONE: (214) 521-2118 jAclericallanna edct2017-116 business park wl\specs\contractllorms sent to sader B-1-2017105-qualification statemenl.doc - 1 0 - Qualification Statement Exhibit A PROJECT: Virgin Hotel (Dallas) OWNER/ENGINEER: Andres Construction, PERCENT COMPLETE: 0% CONTACT PERSON: Jeff KemD PROJECT: OWNER/ENGINEER: PERCENT COMPLETE: CONTACT PERSON: (USE ATTACHMENTS IF NECESSARY) General Contractor _ CONTRACT PRICE: PHONE: CONTRACT PRICE: PHONE: $680, 000 (214) 521-2118 IF COMPANY IS UNDER NEW MANAGEMENT, PLEASE LIST NAMES OF STAFF AND QUALIFICATION AND/OR EXPERIENCE OF SAID PERSONS. (PLEASE USE ATTACHMENT.) HAVE YOU OR ANY PRESENT PARTNER(S) OR OFFICER(S) FAILED TO COMPLETE A CONTRACT? No IF SO, NAME OF OWNER AND/OR SURETY. - CONTACT PERSON: PHONE: ARE THERE ANY UNSATISFIED DEMANDS UPON YOU AS TO YOUR ACCOUNTS PAYABLE? No IF SO, GIVE NAMES, AMOUNTS, AND EXPLANATIONS: BANK REFERENCE: Bank: Bank of America Address City: Dallas Contact Person Phone: 1 (88 MUNICIPALITY REFERENCE: City: Contact Person: John Robertson Address: City of Grapevine OTHER CREDIT REFERENCES Name: HD Supply Waterworks Address: 4333 Irving Blvd. _ Dallas, Texas 75247 Phone: _(214) 904-0768 Monty Scott State: Texas Zip: Jennifer Belcher 852-5000 x2407 Grapevine _ Position Phone: Public Works Director (817) 614-4272 Name: RDO Equipment Address: P.O. Box 200047 Dallas, Texas 75320-0047 Phone: (800) 950-4905 j:\clerical\anna edc\2017-116 business park wl\specs\contract\forms sent to sader 8-1-2017\05-qualification statementdoc - 11 - Qualification Statement Exhibit A EQUIPMENT TO BE USED Excavators Make/Model Year VIN Location JD 200LC 2000 FF0200X502077 JD 330LC 2000 FF0330X080798 Loaders Make/Model Year IVIN Location JD TC54H 1999 DWTC54H572475 Exhibit A In compliance with Invitation to Bid for above mentioned types of projects, the undersigned is submitting the information as required with the understanding that the purpose is only to assist in determining the qualifications for this organization to perform the type and magnitude of work designated, and further, guarantee the truth and accuracy of all statements made, and will accept your determination of qualifications without prejudice. The surety herein named, any other bonding company, bank, sub -contractor, supplier, or any other person(s), firm(s) or corporations with whom I (we) have done business, or who have extended any credit to me (us) are hereby authorized to furnish you with any information you may request concerning performance on previous work and my (our) credit standing with any of them; and I (we) hereby release any and all such parties from any legal responsibility whatsoever on account of having furnished such information to you. Signed, Walt Hannon Company: Saber Development Corp. Title: Vice -President Date: COPY TO LOCAL UNDERWRITING OFFICE OF PROPOSED SURETY Name: Clint Norris, Attorney -in -Fact Address: Phone: City: State: jAdericallanna edc12017-116 business park wllspeeMcontract\forms sent to sader 6-1-201705-qualification statement.doc - 1 2 - Qualification Statement Exhibit A QUALIFICATION STATEMENT OF BIDDER'S SURETY SUBMITTED TO: ANNA ECONOMIC DEVELOPMENT CORPORATION BIDDER: Saber Development Corp. _ ADDRESS P.O. Box 540186, Dallas, Texas 75354 — - PHONE: (214) 366-1300 -- - --- 1. Has this surety furnished contract bonds on contracts now complete? Yes 2. Has this surety furnished contract bonds on contracts now incomplete? Yes 3. What is the maximum bonding capacity of this Contractor? $6.000,000 4. Is the current financial information on this Contractor satisfactory? Yes 5. Does information obtained indicate accounts are paid when due? YPs If not, give details: 6. Is it your opinion that the bidder has sufficient experience and financial resources to satisfactory perform the contract? Yes 7 Provided this bidder does not assume other commitments or that you do not acquire further information that in your opinion will materially affect the bidder's capacity to perform this contract, will you furnish the bonds as specified? REMARKS: The Hartford will favorably consider providing.a 100% Performance Bond and a 100% -124nent-lb nd prav deda-,caMract s-a carded-to,-aad-execuWd-b*5aber-DP�ment.Corp—P-4easp—. - -Eli' deFs'tand that and aFrangern nt feF a ti II� r p� �� iand The --iariford-and-we assume-no-i"raWity'-to-third-partiesor you bonds. (IN DUPLICATE) s lanna cry OR05-quali icaliw slatemem dec SURETY: SIGNED: TITLE: Senior ExecGtive Underwriter ADDRESS: 3000 Internet Blvd., Suite 600 CITY: Frisco STATE: TX ZIP: 75034 PHONE: (469) 287-1007 - 13 - Qualification Statement Exhibit A Davis -Bacon Wage Determinations WAGE RATES PREVAILING WAGE RATES FOR MUNICIPAL CONSTRUCTION IN ANNA, TEXAS General Decision: TX170028 Date: January 6, 2017 Construction Types: Heavy Counties: Collin and Denton Counties in Texas. Rates are for Heavy construction projects only. For other wage rates or for updated rates, please see the Texas General Decision County Index located at http://www.gpo.gov/davisbacon/tx.html -14— Exhibit A Page 1 of 4 General Decision Number: TX170028 01/06/2017 TX28 Superseded General Decision Number: TX20160028 State: Texas Construction Type: Heavy Counties: Collin, Dallas, Denton, Ellis, Kaufman and Rockwall Counties in Texas. Water and Sewer Lines/Utilities (Including Related Tunneling Where the Tunnel is 4811 or Less in Diameter) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2017 * PLUMOIOO-002 07/01/2016 Rates Fringes Plumbers and Pipefitters......... $ 27.11 10.02 ---------------------------------------- SUTX1991-004 09/23/1991 Rates Fringes Laborers: Common ......................$ 7.25 Utility .....................$ 7.467 Pipelayer .........................$ 7.828 Power equipment operators: Backhoe.....................$ 10.804 Crane .......................$ 10.942 Front End Loader ............ $ 9.163 Tunneling Machine (48" or less) .......................$ 9.163 TRUCK DRIVER .....................$ 8.528 -------------------------------------- https://www.wdol.gov/wdol/scafiles/davisbacon/TX28.dvb?v=O 4/ 12/2017 jAclerical\anna edc\2017-116 business park w1\specs\contract\07-wage rates (water & sewer txN8 docx - 1 rJ - Wage Rates Exhibit A Page 2 of 4 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. https://www.wdol.gov/wdol/scafiles/davisbacon/TX28.dvb?v=O 4/ 12/2017 jAclerica ha nna edc\2017-1 16 business park wl\specs\contract\07-wage rates (water & sewer tx28).docx - 1 6 - Wage Rates Exhibit A Page 3 of 4 Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1000 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. https://www.wdol.gov/wdol/scafiles/davisbacon/T'X28.dvb?v=O 4/ 12/2017 jAclerical\anna edc\2017-1 16 business park wkspecs\contract\07-wage rates (water & sewer tx2g).docx - 1 7 - Wage Rates Exhibit A Page 4 of 4 With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION C https://www.wdol.gov/wdol/scafiles/davisbacon/TX28.dvb?v=0 4/12/2017 j 1clerical\anna edc\2017-1 16 business park wl\specs\contract\07-wage rates (water & sewer tx28) docx - 1 8 - Wage Rates Exhibit A VENDORS COMPLIANCE TO STATE LAW Texas Government Code, Chapter 2252, Subchapter A provides that, in order to be awarded a contract as low bidder, non-resident bidders (out of state Contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section 4 must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident Contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. 0 11 ❑ Non-resident vendors in business, are required to be A copy of the statute is attached. (give state), our principal place of percent lower than resident bidders by state law. ❑ Non-resident vendors in (give state), our principal place of business, are not required to underbid resident bidders. ® Our principal place of business or corporate office is in the State of Texas. BIDDER/OFFEROR: Saber Development Corp. Company: Address: P.O. Box 540186 Dallas, Texas 75354 City State Zip Phone: (214) 366-1300 By: Walt Hannon (please print) Signature: Title: Vice -President (please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION j:\clerical\anna edc\2017-116 business park wl\specs\contract\06-vendors compliance doc - 1 9 - Vendors Compliance to State Law Exhibit A CONFLICT OF INTEREST QUESTIONNAIRE j:\clerical\anna edc12017-116 business park wllspecs\contract\09-conflict of interestdoc 20 - Conflict of Interest Exhibit A CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the person meets requirements underSection 176,006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that requirethe statement to be filed, See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. Name of person who has a business relationship with local governmental entity. Saber Development Corporation ❑ Check this box if you are filing an update to a previously filed questionnaire. FORM CIQ OFFICE USE ONLY Date Received (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) Name of local government officer with whom filer has employment or business relationship. Name of Officer This section (item 3 including subparts A, B, C & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001 (1 -a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? = Yes ® No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes KI No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? = Yes X] No D. Describe each employment or business relationship with the local government officer named in this section. Signature of person doing business with the governmental entity Date Adopted 06/29/2007 j1clerical\anna edc\2017-116 business park wl\specs\contract 09-conflict of interest. doc -21- Conflict of Interest Exhibit A AFFIDAVIT AGAINST PROHIBITED ACTS hereby affirm that I am aware of the provisions of Texas Penal Code Section 36.02, 36.08, 36.09 and 36.10 dealing with Bribery and Gifts to Public Servants. I further affirm that I will adhere to such rules and instruct and require all agents, employees, and sub -contractors to do the same. I am further aware that any violation of these rules subjects the Contract Agreement for this project to revocation, my removal from bid lists, prohibiting future contract/subcontract work, revocation of permits, and prosecution. Signature: Walt Hannon, Vice -President Date ATTEST (if corporation) Date jlclerical\anna edc\2017-116 business park wl\specs\contract\10-affidavit.doc - 22 - Affidavit Against Prohibited Acts Exhibit A PROPOSAL AND BID FORM jAclerical\anna edc\2017-116 business park wllspecs\contract\11-p&bs-1.doc - 23 - Proposal and Bid Form Exhibit A PROPOSAL AND BID FORM Proposal of: Saber Development Corp. (hereinafter called "Bidder"). Address: P.O. Box 540186, Dallas, Texas 75354 To the Honorable Mayor and City Council Anna Economic Development Corporation (hereinafter called "Owner") Deadline for Submission of Sealed Competitive Bid: 3:00 p.m., July 6, 2017 Date of Sealed Bid Opening: 3:00 p.m., July 6, 2017 Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of: BUSINESS PARK WATER LINE This project generally includes furnishing all labor, material, equipment, and performing all work required for construction of approximately 2,400 linear feet of 12-inch waterline, along with all appurtenances called for in the plans and specifications. for the City of Anna Economic Development Corporation, having carefully examined the plans, specifications, notice to bidders, invitation to bid and all other related contract documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project, including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the prices stated. The Bidder binds himself on acceptance of his proposal to execute the Contract Agreement and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated in Exhibit "A" of this proposal. Bidder hereby agrees to commence the work on the above project within ten (10) days of receipt of written "Notice to Proceed" and to fully complete the project within Forty -Five (45) consecutive calendar days, thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum quoted below for each calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents. LIQUIDATED DAMAGES FOR FAILURE TO COMPLETE ON TIME: The time of completion is of the essence for this project. For each day that any work shall remain uncompleted after the time specified in the proposal and the Contract Agreement, or the increased time granted by the OWNER, or as equitably increased by additional work or materials ordered after the Contract Agreement jAclerical\anna ed62017-116 business park w1\specs\contract\11-p&bs-1 doc - 24 - Proposal and Bid Form Exhibit A is signed, the sum per day given in the following schedule, unless otherwise specified in the special provisions, shall be deducted from the monies due the CONTRACTOR: AMOUNT OF CONTRACT Less than $25,000.00 $25,000.00 to $99,999.99 $100,000.00 to $999,999.99 More than $1,000,000.00 AMOUNT OF LIQUIDATED DAMAGES $100.00 Per Day $500.00 Per Day $500.00 Per Day $500.00 Per Day The sum of money thus deducted for such delay, failure or non -completion is not to be considered as a penalty, but shall be deemed, taken and treated as reasonable liquidated damages, per day that the CONTRACTOR shall be in default after the time stipulated in the Contract Agreement for completing the work. The said amounts are fixed and agreed upon by and between OWNER and CONTRACTOR because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the OWNER in such event would sustain; and said amounts are agreed to be the amounts of damages which the OWNER would sustain and which shall be retained from the monies due, or that may become due, the CONTRACTOR under the Contract Agreement, and if said monies be insufficient to cover the amount owing, then the CONTRACTOR or its surety shall pay any additional amounts due. In the event that the actual damages incurred by the OWNER exceed the amount of liquidated damages, OWNER shall be entitled to recover its actual damages. Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with the Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of sixty (60) calendar days from date of bid opening until the date that the project is awarded by the City Council. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications, and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed, as provided in the contract documents. jAclerical\anna edc\2017-116 business park w1\specs\contract\11-p&bs-1 doe - 25 - Proposal and Bid Form Exhibit A Enclosed with this proposal is a Cashier's Check or Certified Check for: 5% Greatest Amount Bid Dollars 5% GAB), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond (if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said proposal, otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the Contract Agreement to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Invitation to Bid. The Contractor's attention is called to the fact that any estimate of quantities of work to be done and materials to be furnished under the specifications as shown on the Proposal, or elsewhere, is approximate only and not guaranteed. The Owner does not assume any responsibility that the final quantities shall remain in strict accordance with the estimated quantities, nor shall the Contractor plead misunderstanding or deception because of such estimate of quantities or of the character, location of the work or other conditions pertaining thereto. Payment will be made on actual quantities installed at the unit bid price, and no claim will be made for anticipated profits for any decrease in profits. It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. It is further agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary, in the opinion of the Engineer, to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased are to be performed at the unit bid prices. jAclerical\anna edc\2017-116 business park w1\specs\contract\11-p&bs-1.doc - 26 - Proposal and Bid Fonn Exhibit A CITY OF ANNA, TEXAS ECONOMIC DEVELOPMENT CORPORATION Business Park Water Line BID SCHEDULE Item Estimated Price in Extended No. Quantity Unit Description and Price in Words Figures Amount Furnish & Install 12-Inch AWWA C905 PVC 1 2,500 L.F. Water Line with Embedment by Open Cut $ 43.20 $ 108,000.00 complete in place, the sum of Forty -Three Dollars and Twenty Cents per Linear Foot Furnish & Install 24-Inch by 12-Inch Tapping 2 1 Ea. Sleeve and Valve $ 14,000.00 $ 14,000.00 complete in place, the sum of Fourteen Thousand Dollars and No Cents per Each Furnish & Install 12-Inch R.S. Gate Valve with 3 4 Ea. Valve Indicator Marker and Post $ 2,000.00 $ 8,000.00 complete in place, the sum of Two Thousand Dollars and No Cents per Each Furnish & Install 6-Inch Blow -Off Valve and 4 1 Ea. Assembly $ 3,500.00 $ 3,500.00 complete in place, the sum of Three Thousand, Five Hundred Dollars and No Cents per Each 5 40 S.Y. Remove & Replace Gravel Pavement $ 20.00 $ 800.00 complete in place, the sum of Twenty Dollars and No Cents per Square Yard J:\CLERTCAL\Anna EDC\2017-116 Business Park WL\Specs\Contract\12-P&BS-2.xlsx - 27 - Proposal and Bid Form Exhibit A Item Estimated Price in Extended No. I Quantity I Unit Description and Price in Words Figures Amount 6 1 L.S. Provide Trench Safety Plan $ 400.00 $ 400.00 complete in place, the sum of Four Hundred Dollars and No Cents per Lump Sum 7 2,500 L.F. Implement Trench Safety Systems $ 0.10 $ 250.00 complete in place, the sum of No Dollars and Ten Cents per Linear Foot 8 1 Ea. Furnish Erosion Control Plan $ 450.00 $ 450.00 complete in place, the sum of Four Hundred Fifty Dollars and No Cents per Each Furnish, Install, Maintain & Remove Erosion 9 2,500 L.F. Control Measures $ 0.10 $ 250.00 complete in place, the sum of No Dollars and Ten Cents per Linear Foot 10 1 Ea. Furnish Project Sign $ 400.00 $ 400.00 complete in place, the sum of Four Hundred Dollars and No Cents per Each TOTAL AMOUNT BID (Items 1 Through 10) $ 136,050.00 JACLERICAL\Anna EDC\2017-116 Business Park WL\Specs\Contract\12-P&BS-2 xlsx - 28 - Proposal and Bid Form Exhibit A BID PROPOSAL FOR BUSINESS PARK WATER LINE Recapitulations TOTAL BASE BID: $ 136,050.00 Notice of award will be mailed to the undersigned at the following addresses: Saber Development Corporation Contractor Vvalt Hannon, Vice -President Dallas, Texas Principal Place of Business (Corp. Seal if Bidder is Corporation) Attest: Signature Secretary: Signature Robert E. Farrow Print Name Ed Farrow Print Name Acknowledgment is hereby made of receipt of the following Addenda, if any: No. 1 Date: 7-3-2017 No. Date: No. Date: List Subcontracts (Company name, contact number and type of work): None Foreseen jAclerical\anna edc\2017-116 business park w1\specs\contract\13-p&bs-3.doc -29- Proposal and Bid Form Exhibit A REQUEST FOR CERTIFICATE OF EXEMPTION FROM TEXAS LIMITED SALES, EXCISE AND USE TAX Date: TO: Anna Economic Development Corporation Municipal Building 111 N. Powell Parkway Anna, Texas 75409 RE: BUSINESS PARK WATER LINE The undersigned Contractor hereby requests a Certificate of Exemption from the Texas Limited Sales, Excise, and Use Tax in the amount of Sixty -Six Thousand, Two Hundred Eleven Dollars and 00/100 ($66,211.00), which is an amount not exceeding the contract price of all materials and other tangible personal property to be furnished in connection with the subject property. The undersigned hereby represents that such materials and property have been or will be utilized in the performance of the Contract Agreement to the full extent or the amount for which such Certificate of Exemption is requested. Saber Development C Company By: Walt Hannon (please print) Signature: Title: Vice -President P.O. Box 540186 (Seal if a Corporation) Address Dallas, Dallas County, Texas 75354 City, County, State and Zip (214) 366-1300 (214) 366-1303 Telephone Fax j:\clerical\anna edc\2017-116 business park w1\specs\contract\13-p&bs-3 doe -3U- Proposal and Bid Form Exhibit A CONTRACT AGREEMENT THIS BUSINESS PARK WATER LINE Contract (hereinafter this "Contract Agreement") entered into this day of , 2017 by and between the ANNA ECONOMIC DEVELOPMENT CORPORATION, TEXAS, a Texas municipal corporation, ("E.D.C.") and Saber Development Corporation ("Contractor"), located at 2351 W. Northwest Hwy., Suite 1300, Dallas, Texas 75220. WITNESSETH: WHEREAS, the E.D.C. wishes to contract for the project identified as County Road 290 Water Line Relocation (the "Project"); and WHEREAS, the Project shall include all work and activities necessary to complete the following scope of work (hereinafter referenced as "Work"): Business Park Water Line in accordance with the Contract Documents as that term is defined herein; and WHEREAS, the Contractor has represented to the E.D.C. that its personnel are qualified to provide the Work required in this Contract Agreement in a professional, timely manner as time is of the essence; and WHEREAS, the E.D.C. has relied upon the above representations by the Contractor; and WHEREAS, the E.D.C.'s consulting engineer has recommended that an agreement for aforesaid construction be entered into with the Contractor; NOW, THEREFORE, for and in consideration of these premises, of the mutual covenants herein set forth, and for other good and valuable consideration, the sufficiency of which is hereby acknowledged, the parties hereto hereby agree as follows: Section 1. DOCUMENTS INCORPORATED BY REFERENCE This Contract Agreement includes the recitals set forth above and the following documents: Qualification Statement of Bidders; Qualification Statement of Bidder's Surety; Prevailing Wage Rates for Municipal Construction in Anna, Texas; Vendors Compliance to State Law; Conflicts of Interest Questionnaire; Affidavit Against Prohibited Acts; Proposal and Bid Form; Contract Agreement; Bidders Bond; Performance Bond; Payment Bond; Maintenance Bond; Certificate of Insurance; Notice to Proceed; Any executed Change Orders; Supplementary General Provisions; and, Construction Exhibits and all other documents made available to bidder for his inspection,' ' If Exhibits are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. j Aclerical\anna edc\20 t 7-1 16 business park wl\specs\contract\ 14-contract agreement doc CA-1 Contract Agreement Exhibit A all of which are hereby incorporated herein by reference, whether or not attached hereto, and made a part hereof (hereinafter along with this Contract Agreement and referenced collectively as the "Contract" or "Contract Documents"). Change Orders issued hereafter, Construction Change Directives, a Direction for a Minor Modification in the Work issued by the E.D.C., and any other amendments executed by the E.D.C. and the Contractor, shall become and be a part of the Contract Documents. Documents not included or expressly contemplated in this Section 1 do not, and shall not, form any part of the Contract. The Contract Documents are intended to be complementary, and a requirement in one document shall be deemed to be required in all documents. However, in the event of any conflict between any of the above -listed documents and this Contract Agreement, this Contract Agreement shall control. Section 2. REPRESENTATIONS OF THE CONTRACTOR In order to induce the E.D.C. to execute the Contract and recognizing that the E.D.C. is relying thereon, the Contractor, by executing the Contract, makes the following express representations to the E.D.C.: 2.01 The Contractor is fully qualified to act as the general contractor for the Project and has, and shall maintain, any and all licenses, permits or other authorizations necessary to act as the general contractor for, and to construct the Project; 2.02 The Contractor has become familiar with the Project site and the local conditions under which the Project is to be constructed and operated; 2.03 The Contractor has received, reviewed and examined all of the documents which make up the Contract, including, but not limited to all plans and specifications, and has found them to the best of its knowledge, to be complete, accurate, adequate, consistent, coordinated and sufficient for construction. Section 3. INTENT AND INTERPRETATION With respect to the intent and interpretation of the Contract, the E.D.C. and the Contractor agree as follows: 3.01 This Contract Agreement (along with its exhibits and other documents expressly referenced in Section 1, above), together with the Contractor's and Surety's bid/proposal bond, performance and payment bonds, and maintenance bonds for the Project constitute the entire and exclusive agreements between the parties with reference to the Project, and said Contract supersedes any and all prior discussions, communications, representations, understandings, negotiations, or agreements. 3.02 Anything that may be required, implied or reasonably inferred by the documents which make up the Contract, or any one or more of them, shall be provided by the Contractor with no increase to the Contract Price; 3.03 Nothing contained in the Contract shall create, nor be interpreted to create, privity or any other relationship whatsoever between the E.D.C. and any person except the Contractor; 3.04 When a word, term, or phrase is used in the Contract, it shall be interpreted or construed first, as defined herein; second, if not defined, according to its generally accepted meaning in the construction industry; and third, if there is no generally accepted meaning in the construction industry, according to its common and customary usage; jiclerical\anna edc\2017-116 business park w1\specs\contract\14-contract agreement,doc CA-2 Contract Agreement Exhibit A 3.05 Wherever the Contract calls for "strict" compliance or conformance with the Contract Documents as to matters —other than compliance with time limits, providing an updated schedule, and claim and change order procedures —the term shall mean within tolerances as described specifically in the Contract Documents, or if not specifically described, within industry standards and tolerances for deviation for the specific item or procedure in question; 3.06 The words "include", "includes", or "including", as used in the Contract, shall be deemed to be followed by the phrase, "without limitation"; 3.07 The listing herein of any items as constituting a material breach of the Contract shall not imply that any other, non listed item will not constitute a material breach of the Contract; 3.08 The Contractor shall have a continuing duty to read, examine, review, compare and contrast each of the documents which make up the Contract, shop drawings, and other submittals and shall give written notice to the E.D.C. of any conflict, ambiguity, error or omission which the Contractor may find with respect to these documents, before proceeding with the associated part of the Work. The express or implied approval by the E.D.C. or its designee of any shop drawings or other submittals shall not relieve the Contractor of the continuing duties imposed hereby, nor shall any such approval be evidence of the Contractor's compliance with the Contract. If the Contractor performs any activity knowing it involves an error, inconsistency or omission which was recognized, obvious, or reasonably should have been recognized, without such notice to the E.D.C., the Contractor shall assume responsibility for such performance and shall bear the costs for correction; 3.09 In the event of any conflict, discrepancy, or inconsistency among any of the documents which make up the Contract, the following shall control: (1) as between this Contract Agreement and any other document, this document shall govern; or, (2) in the case of any conflict, discrepancy or inconsistency among any of the other Contract Documents, and such conflict is not resolved by reference to the Supplementary General Provisions and Technical Specifications, then the Contractor shall notify the E.D.C. immediately upon discovery of same for resolution. Section 4. CONTRACTOR'S PERFORMANCE The Contractor shall perform all of the Work required, implied or reasonably inferable from the Contract including, but not limited to, the following: 4.01 The Contractor will complete the entire Work described in the Contract Documents, except as specifically identified therein as the work of other parties or expressly excluded by specific reference, in accordance with the terms herein. 4.02 The furnishing of any and all required surety bonds and insurance certificate(s) and endorsement(s); 4.03 The provision or furnishing, and prompt payment therefor, of labor, supervision, services, materials, supplies, equipment, fixtures, appliances, facilities, tools, transportation, storage, disposal, power, fuel, heat, light, cooling, or other utilities, required for construction and all necessary building permits and other permits or licenses required for the construction of the Project; 4.04 The creation and maintenance of a detailed and comprehensive copy of the drawings, specifications, addenda, change orders and other modifications depicting all as -built jAclerical\anna edc\2017-116 business park wkspecs\contract\14-contract agreement doe CA-3 Contract Agreement Exhibit A construction. Said items shall be submitted to the E.D.C., along with other required submittals upon Completion of the Project, and receipt of same by the E.D.C. shall be a condition precedent to final payment to the Contractor. The Contractor shall prepare and submit final as - built drawings to the E.D.C.. Section 5. TIME FOR CONTRACTOR'S PERFORMANCE; DELAYS 5.01 The Contractor shall commence the performance of the Contract on the date set forth in the Notice to Proceed issued by the City Manager or the City Manager's designee and shall diligently continue its performance to and until Completion of the Project. The Contractor shall accomplish Completion (as defined herein below) of the Project not more than Thirty (30) calendar days following the issuance of the Notice to Proceed, (sometimes hereinafter referred to as the "Contract Time"). This Contract Time includes Ten (10) inclement weather days. By signing the Contract, the Contractor agrees that the Contract Time is a reasonable time for accomplishing Completion of the Project and completion of the Project within the Contract Time is of the essence. 5.02 The Contractor shall pay the E.D.C. the sum of $500 per day for each and every calendar day of unexcused delay in achieving Substantial Completion beyond the date set forth herein for Substantial Completion. Any sums due and payable hereunder by the Contractor shall be payable, not as a penalty, but as liquidated damages representing an estimate of delay damages likely to be sustained by the E.D.C., estimated at the time of executing the Contract. When the E.D.C. reasonably believes that Substantial Completion will be inexcusably delayed, the E.D.C. shall be entitled, but not required, to withhold from any amounts otherwise due the Contractor an amount then believed by the E.D.C. to be adequate to recover liquidated damages applicable to such delays. If and when the Contractor overcomes the delay in achieving Substantial Completion, or any part thereof, for which the E.D.C. has withheld payment, the E.D.C. shall promptly release to the Contractor those funds withheld over and above what ultimately came due as liquidated damages; 5.03 The term "Substantial Completion", as used herein, shall mean the point at which, as certified in writing by the E.D.C.'s consulting architect/engineer or other appropriate independent contractor or representative and approved by the E.D.C., the Project is at a level of completion in strict compliance with the Contract such that the E.D.C. or its designee can enjoy beneficial use or occupancy and can legally occupy, use or operate it in all respects, for its intended purpose. Partial use or occupancy of the Project shall not result in the Project being deemed substantially complete, and such partial use or occupancy shall not be evidence of Substantial Completion. 5.04 All limitations of time set forth herein are material and are of the essence of the Contract. 5.05 Contractor agrees to punctually and diligently perform all parts of the Work at the time scheduled in this Contract Agreement. In this connection, Contractor agrees that it will keep itself continually informed of the progress of the job and will, upon its own initiative, confer with the E.D.C. so as to plan its Work in coordinated sequence with the work of the E.D.C., if any, and of others and so as to be able to expeditiously undertake and perform its work at the time most beneficial to the entire Project. The Contractor will be liable for any loss, costs, or damages sustained by the E.D.C. for delays in performing the Work hereunder, other than for excusable delays, as set forth in 5.06 below, for which Contractor may be granted a reasonable extension of time. 5.06 If the Contractor is delayed at any time in the progress of the Work by any separate contractor employed by the E.D.C., or by changes in the Work, or by labor disputes, fire, unusual delay in transportation, unusually severe weather conditions, unavoidable casualties, delays specifically authorized by the E.D.C., or by causes beyond the Contractor's control, avoidance, or mitigation, and without the fault or negligence of the Contractor and/or subcontractor or supplier jAclerical\anna edc\2017-116 business park wl\specs\contract\14-contract agreement doe CA-4 Contract Agreement Exhibit A at any tier, then the contract time shall be extended by Change Order for such reasonable time, if any, as the E.D.C. may determine that such event has delayed the progress of the Work, or overall completion of the Work if the Contractor complies with the notice and documentation requirements set forth below. (1) If the Contractor is delayed, obstructed, hindered or interrupted for a period of time exceeding seven calendar days by any act or neglect of the E.D.C., an adjustment shall be made for any increase in the direct cost of performance of this contract (excluding profit, extended home office overhead, incidental or consequential damages or disruption damages) and the Contract modified in writing accordingly. The Contractor must assert its right under this section by giving written notice to the City Manager within10 calendar days of the beginning of a delay, obstruction, hindrance or interruption by the E.D.C.. No adjustment shall be made for any delay, obstruction, hindrance or interruption after final payment under this contract or to the extent that performance would have been so delayed, obstructed, hindered or interrupted by any other cause, including, but not limited to concurrent cause or fault or negligence of the Contractor, or for which an equitable adjustment is provided for or excluded under any other term or condition of this contract. The direct costs described above shall be limited to those direct costs attributable solely to this project, and shall be subject to documentation and verification of costs as required by the E.D.C.. If unit prices are established in the Contract Documents or subsequently agreed upon, they shall form the basis for cost calculations under any claims for delay. (2) Any claim for extension of time shall be made in writing to the E.D.C., not more than 10 calendar days from the beginning of the delay. The notice shall indicate the cause of delay upon the progress of Work. If the cause of the delay is continuing, the Contractor must give such written notice every 10 calendar days. Within 10 calendar days after the elimination of any such delay, the Contractor shall submit further documentation of the delay and a formal Change Order request for an extension of time for such delay. (3) The written request for a time extension shall state the cause of the delay, the number of calendar days extension requested, and such analysis and other documentation as is reasonably requested by the E.D.C. to demonstrate a delay in the progress of the Work or the overall project completion. If the Contractor does not comply with the above notice and documentation requirements, the claim for the delay shall be waived by the Contractor. The above notice and documentation requirements shall also be a condition precedent to the Contractor's entitlement to any extension of time. (4) Extensions of time will be the contractor's primary remedy for any and all delays, obstructions, hindrances, or interference. Payment or compensation, for direct costs only (as set forth above), may be made to the Contractor for hindrances or delays solely caused by the E.D.C. if such delays or hindrances are within the E.D.C.'s ability to control and are not partially caused by the Contractor or any of its agents, subcontractors or others for whom it is responsible. No payment or compensation will be made for interference, obstructions, hindrances or delays which are not solely caused by the E.D.C. and which the E.D.C. fails to cure after a reasonable period after written notice. (5) Without limitation, the E.D.C.'s exercise of its rights under provisions related to changes to the Work, regardless of the extent or number of such changes, or the E.D.C.'s exercise of any of its remedies or any requirement to correct or re -execute defective Work, shall not under any circumstances be construed as delays, hindrances or interference compensable further than as described herein. jAclerical\anna edc\2017-116 business park wl\specs\contract\14-contract agreement. doe CA-5 Contract Agreement Exhibit A Section 6. FIXED PRICE AND CONTRACT PAYMENTS 6.01 The E.D.C. shall pay, and the Contractor shall accept, as full and complete payment for the Contractor's timely performance of its obligations hereunder the fixed price of $136,050.00. The price set forth in this Section 6.01 shall constitute the Contract Price, which shall not be modified except by Change Order or adjustment pursuant to approved unit prices, if any, as provided in the Contract. 6.02 The E.D.C. shall pay the Contract Price to the Contractor in accordance with the procedures set forth in this Section 6 and as set forth here: (1) On or before the 10th calendar day of each month after commencement of performance, but no more frequently than once monthly, the Contractor may submit a payment request for the period ending the last calendar day of the previous month (the "Payment Request"). Said Payment Request shall be in such format and include whatever supporting information as may be required by the E.D.C.. Therein, the Contractor may request payment for 90% of that part of the Contract Price allocable to Contract requirements properly provided, labor, materials and equipment properly incorporated in the Project, and materials or equipment necessary for the Project and properly stored at the Project site (or elsewhere if offsite storage is approved in writing by the E.D.C.), less the total amount of previous payments received from the E.D.C.. Payment for materials stored offsite shall be at the discretion of the E.D.C. and if approved, the Contractor shall provide appropriate documentation to substantiate materials are stored in a bonded warehouse or facility, title or other proof of ownership has been transferred to the E.D.C., and that materials have been purchased and paid for by the Contractor (copies of paid invoices must be submitted to the E.D.C. with payment request). Risk of loss shall be borne by, and insurance must be provided by the Contractor while in storage, transit and use during construction. At 75% completion of the Contract, by dollar value, and at the option of the E.D.C., retainage may be reduced to 5% plus an additional amount as detailed in Section 6.06 below for any part of the Work that is defective or non- conforming and in Section 5.02 above for anticipated liquidated damages. (2) Amounts reflected in Change Orders may be included in Payment Requests to the extent they are not in dispute and subject to final approval of cost to the E.D.C. for such changes in the work. (3) Each Payment Request shall be signed by the Contractor and shall constitute the Contractor's representation that the quantity of Work has reached the level for which payment is requested, that the Work has been properly installed or performed in strict compliance with the Contract, and that the Contractor knows of no reason why payment should not be made as requested. (4) Thereafter, the E.D.C. shall review the Payment Request and may also review the Work at the Project site or elsewhere to determine whether the quantity and quality of the work is as represented in the Payment Request and is as required by the Contract. The amount of each such payment shall be the amount approved for payment by the E.D.C. less such amounts, if any, otherwise owing by the Contractor to the E.D.C. or which the E.D.C. shall have the right to withhold as authorized by the Contract, subject to approval by the E.D.C.. Approval of the Contractor's Payment Requests shall not preclude the E.D.C. from the exercise of any of its rights as set forth in 6.06 herein below. (5) The submission by the Contractor of a Payment Request also constitutes an affirmative representation and warranty that all work for which the E.D.C. has previously paid is free and clear of any lien, claim, or other encumbrance of any person whatsoever. As a jAclericakanna edc\2017-116 business park w1\specs\contract\14-contract agreement, due CA-6 Contract Agreement Exhibit A condition precedent to payment, the Contractor shall, if required by the E.D.C., also furnish to the E.D.C. properly executed waivers of lien or claim, in a form acceptable to the E.D.C., from all subcontractors, materialmen, suppliers or others having lien or claim rights, wherein said subcontractors, materialmen, suppliers or others having lien or claim rights, shall acknowledge receipt of all sums due pursuant to all prior Payment Requests and waive and relinquish any liens, lien rights or other claims relating to the Project site. Furthermore, the Contractor warrants and represents that, upon payment of the Payment Request submitted, title to all work included in such payment shall be vested in the E.D.C.. 6.03 When payment is received from the E.D.C., the Contractor shall within seven calendar days pay all subcontractors, material men, laborers and suppliers the amounts they are due for the work covered by such payment. In the event the E.D.C. becomes informed that the Contractor has not paid a subcontractor, material man, laborer, or supplier as provided herein, the E.D.C. shall have the right, but not the duty, to issue future checks and payment to the Contractor of amounts otherwise due hereunder naming the Contractor and any such subcontractor, material man, laborer, or supplier as joint payees. The E.D.C. shall notify the Contractor of its intent to implement such a procedure, and will give the Contractor a reasonable period to cure any such failure prior to implementing the procedure. Such joint -check procedure, if employed by the E.D.C., shall create no rights in favor of any person or entity beyond the right of the named payees to payment of the check as a co -payee and shall not be deemed to commit the E.D.C. to repeat the procedure in the future. 6.04 Neither payment to the Contractor, full or partial utilization of the Project for any purpose by the E.D.C., nor any other act or omission by the E.D.C. shall be interpreted or construed as an acceptance of any work of the Contractor not strictly in compliance with the Contract; 6.05 After written notice to the Contractor and a reasonable opportunity to cure, the E.D.C. shall have the right to refuse to make payment, in whole or in part, and, if necessary, may demand the return of a portion or all of the amount previously paid to the Contractor due to: (1) The quality of a portion, or all, of the Contractor's work not being in accordance with the requirements of the Contract; (2) The quantity of the Contractor's work not being as represented in the Contractor's Payment Request, or otherwise; (3) The Contractor's rate of progress being such that, in the opinion of the E.D.C., Substantial Completion may be inexcusably delayed; (4) The Contractor's failure to use Contract funds, previously paid the Contractor by the E.D.C., to pay Contractor's Project -related obligations including, but not limited to, subcontractors, laborers and material and equipment suppliers; (5) Claims made, or likely to be made, against the E.D.C. or its property for which the Contractor or its agents or subcontractors or others for whom it is responsible are, or reasonably appear to be at fault; (6) Loss caused by the Contractor; (7) The Contractor's failure or refusal to perform any of its obligations to the E.D.C., after written notice and a reasonable opportunity to cure as set forth above. jicIcrical\anna edc\2017-116 business park wl\specs\con tract\ 14-contract agreement. doe CA-7 Contract Agreement Exhibit A In the event that the E.D.C. makes written demand upon the Contractor for amounts previously paid by the E.D.C. as contemplated in this Section 6.05, the Contractor shall promptly comply with such demand. The E.D.C.'s rights hereunder survive the term of this Contract Agreement, are not waived by final payment and/or acceptance, and are in addition to Contractor's obligations elsewhere herein. 6.06 When the Contractor believes that Substantial Completion has been achieved, the Contractor shall notify the E.D.C. in writing and shall furnish a listing of those matters, if any, yet to be finished. The E.D.C. will thereupon conduct a site review to confirm that the Project is in fact substantially complete. If the E.D.C., through its review, finds that the Contractor's work is not substantially complete, and is required to repeat all, or any portion, of such review, the Contractor shall bear the cost of such repeat site review(s), which cost may be deducted by the E.D.C. from any payment then or thereafter due to the Contractor. Guarantees and equipment warranties required by the Contract shall commence on the date of Substantial Completion. Upon Substantial Completion, the E.D.C. shall pay the Contractor an amount sufficient to increase total payments to the Contractor to 100% of the Contract Price less any amounts attributable to damages, and less 150% of the costs, as reasonably determined by the E.D.C., incurred for the E.D.C. to complete any incomplete work, correcting and bringing into conformance all defective and nonconforming work, and handling any outstanding or threatened claims. Such a calculation by the E.D.C. of costs for completing all incomplete work, correcting and bringing into conformance all defective and nonconforming work, and handling any outstanding or threatened claims shall not bar the E.D.C. from exercising its stated rights elsewhere in the Contract, or otherwise as provided by law for any incomplete, defective or nonconforming work or claims that are discovered by the E.D.C. after the date of making such calculation or after the date of any partial or final payment, whether or not such incomplete, defective or nonconforming work or claims were obvious or should have been discovered earlier. 6.07 When the Project is finally complete and the Contractor is ready for a final review, it shall notify the E.D.C. thereof in writing. Thereupon, the E.D.C. will perform a final site review of the Project. If the E.D.C. concurs that the Project is complete in full accordance with the Contract and that the Contractor has performed all of its obligations to the E.D.C. hereunder, the Contractor will furnish a final Approval for Payment to the E.D.C. certifying to the E.D.C. that the Project is complete and the Contractor is entitled to the remainder of the unpaid Contract Price, less any amount withheld pursuant to the Contract. If the E.D.C. is unable to issue its final Approval for Payment and is required to repeat its final review of the Project, the Contractor shall bear the cost of such repeat review(s), which costs may be deducted by the E.D.C. from the Contractor's final payment; 6.08 The E.D.C. shall, subject to its rights set forth in Section 6.06 above and elsewhere in the Contract, endeavor to make final payment of all sums due the Contractor within 30 calendar days of the final Approval for Payment, with the exception of items in dispute or concerning which the E.D.C. has exercised any of its rights to investigate or remove. Section 7. INFORMATION AND MATERIAL SUPPLIED BY THE E.D.C. 7.01 The E.D.C. has furnished to the Contractor, prior to the execution of this Contract Agreement, all written and tangible material in its possession relevant to the conditions at the site of the Project. Such written and tangible material has been furnished to the Contractor only in order to make complete disclosure of such material as being in the possession of the E.D.C. and for no other purpose. By furnishing such material, the E.D.C. does not represent, warrant, or guarantee its accuracy either in whole, in part, implicitly or explicitly, or at all. jAcIcrical\anna edc\2017-116 business park wl\specs\con tract\ 14-contract agreement. doc CA-8 Contract Agreement Exhibit A 7.02 Differing site conditions. The Contractor shall promptly, and before such conditions are disturbed, notify the E.D.C. in writing of: (1) subsurface or latent physical conditions at the site differing materially from those indicated in the contract, or (2) unknown physical conditions at the site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inhering in work of the character provided for in this contract. The E.D.C. shall investigate the conditions, and if it finds that such conditions do materially so differ and cause an increase or decrease in the Contractor's cost of, or the time required for, performance of any part of the Work under the Contract, whether or not changed as a result of such conditions, an adjustment shall be made, through negotiation and mutual agreement, and the contract modified in writing accordingly. Section 8. CEASE AND DESIST ORDER/OWNER'S RIGHT TO PERFORM WORK 8.01 In the event the Contractor fails or refuses to perform the Work, or any separable part thereof, as required herein, or with the diligence that will ensure its proper, timely completion in accordance with the contract documents, the E.D.C. may instruct the Contractor, by written notice, to cease and desist further Work, in whole or in part, or to correct deficient Work. Upon receipt of such instruction, the Contractor shall immediately cease and desist, or proceed, as instructed by the E.D.C.. In the event the E.D.C. issues such instructions to cease and desist, the Contractor must, within seven calendar days of receipt of the E.D.C.'s instructions, provide a written, verified plan to eliminate or correct the cause of the E.D.C.'s order, which plan appears to the E.D.C. to be reasonable, actually attainable and in good faith. In the event that the Contractor fails and/or refuses to provide such a plan or diligently execute an approved plan, then the E.D.C. shall have the right, but not the obligation, to carry out the Work, or any portion thereof, with its own forces, or with the forces of another contractor, and the Contractor shall be fully responsible and liable for the costs of the E.D.C. performing such work, which costs may be withheld from amounts due to the Contractor from the E.D.C.. The rights set forth herein are in addition to, and without prejudice to, any other rights or remedies the E.D.C. may have against the Contractor. If Work completed by the E.D.C. or other contractor affects, relates to, is to be attached onto or extended by later Work of the Contractor, the Contractor shall, prior to proceeding with the later Work, and to the extent visible, report any apparent defects or variance from the Contract requirements which would render the Contractor's later Work not in compliance with the Contract requirements or defective or not in compliance with warranties or other obligations of the Contractor hereunder. 8.02 The provisions of this section shall be in addition to the E.D.C.'s ability to remove portions of the Work from the Contract and complete it separately. Section 9. CONTRACTOR'S DUTIES, OBLIGATIONS AND RESPONSIBILITIES In addition to any and all other duties, obligations and responsibilities of the Contractor set forth in the Contract Documents, the Contractor shall have and perform the following duties, obligations and responsibilities to the E.D.C.: 9.01 Reference is hereby made to the continuing duties set forth in Section 3.08 above, which are by reference hereby incorporated in this Section 9.01. The Contractor shall not perform work without adequate plans and specifications, or without, as appropriate, approved shop drawings, or other submittals. If the Contractor performs work knowing or believing, or if through exercise of reasonable diligence it should have known that such work involves an error, inconsistency or omission in the Contract without first providing written notice to the E.D.C., the Contractor shall be responsible for such work and shall correct same bearing the costs set forth in Section 3.08 above. j \clericakanna cdc\2017-116 business park w1\specs\contract\14-contract agreement.doc CA-9 Contract Agreement Exhibit A 9.02 All work shall strictly conform to the requirements of the Contract. To that end, the Contractor shall be solely responsible for and have control over construction means, methods, techniques, sequences and procedures and for coordinating all portions of the Work, unless otherwise specified in the Contract Documents; 9.03 The work shall be strictly supervised, the Contractor bearing full responsibility for any and all acts, errors or omissions of those engaged in the work on behalf of the Contractor, including, but not limited to, all subcontractors and their employees. The Contractor shall maintain an on - site superintendent while any portion of the Work is being performed. The Contractor shall operate exclusively in the capaE.D.C. of the E.D.C.'s independent contractor as to all work it performs under the Contract, and not as an agent, employee, or representative of the E.D.C.; 9.04 The Contractor hereby warrants that all laborers furnished under the Contract shall be qualified and competent to perform the tasks undertaken, that the product of such labor shall yield only first-class results, that all materials and equipment provided shall be new (unless otherwise specified) and of high quality, that the completed work will be complete, of high quality, without defects, and that all work strictly complies with the requirements of the Contract. Any work not strictly complying with the requirements of this the Contract shall constitute a breach of the Contractor's warranty. 9.05 The Contractor will be responsible for acquiring all required permit(s)—except as specifically stated in Section 22.01 below —and calling for all required or routine inspections. The Contractor will cooperate with and abide by the decision of inspectors having jurisdiction. Should the Contractor have a dispute with any inspector or entity having jurisdiction, the Contractor shall promptly notify the City Manager or the City Manager's designee. The Contractor shall comply with all legal requirements applicable to the work 9.06 The Contractor shall employ and maintain at the Project site only competent, qualified full time supervisory personnel. Key supervisory personnel assigned by the Contractor to this Project are as follows: NAME Ray Vargas Juan Hernandez FUNCTION Superintendent Foreman If at any time the E.D.C. reasonably determines that any employee of the Contractor is not properly performing the Work in the best interest of the E.D.C. or the Project, or is hindering the progress of the Work, or is otherwise objectionable, the E.D.C. shall so notify the Contractor, which shall replace the employee as soon as possible, at no increased cost to the E.D.C.. 9.07 The Contractor must submit to the E.D.C. the Contractor's schedule for completing the work prior to submittal of the first application for payment. The E.D.C. will not review any payment request until such schedule has been submitted and approved. Such schedule shall be in a form as specified in the Contract or which shall have been approved by the City Manager or the City Manager's designee, and which shall provide for expeditious and practicable construction of the Project. The Contractor's schedule shall be updated no less frequently than monthly (unless the parties otherwise agree in writing) and shall be updated to reflect conditions encountered from j:\clerical\anna edc\2017-1 16 business park wl\specs\contract\] 4-contract agreement doc CA-10 Contract Agreement Exhibit A time to time and shall apply to the total project. Each such revision shall be furnished to the E.D.C.. Strict compliance with the requirements of this Section 9.07 shall be a condition precedent to payment to the Contractor, and failure by the Contractor to strictly comply with said requirements shall constitute a material breach of the Contract. 9.08 The Contractor shall keep an updated copy of the Contract Documents at the site. Additionally, the Contractor shall keep a copy of approved shop drawings and other submittals. All of these items shall be available to the E.D.C. during all regular business hours. 9.09 Shop drawings and other such submittals from the Contractor do not constitute a part of the Contract. The Contractor shall not do any work requiring shop drawings or other submittals unless such shall have been approved in writing by the E.D.C. or as required by the Contract Documents. All work requiring approved shop drawings or other submittals shall be done in strict compliance with such approved documents or Contract requirements. However, approval by the E.D.C. shall not be evidence that work installed pursuant thereto conforms with the requirements of the Contract, and shall not relieve the Contractor of responsibility for deviations from the Contract unless the E.D.C. has been specifically informed of the deviation by a writing incorporated in the submittals and has approved the deviation in writing. The delivery of submittals shall constitute a representation by the Contractor that it has verified that the submittals meets the requirements of the Contract, or will do so, including field measurements, materials and field construction criteria related thereto. The E.D.C. shall have no duty to review partial submittals or incomplete submittals. The Contractor shall have the duty to carefully review, inspect, examine and physically stamp and sign any and all submittals before submission of same to the E.D.C.. 9.10 The Contractor shall maintain the Project site and adjacent areas affected by its work and/or the acts of its employees, materialmen and subcontractors in a reasonably clean condition during performance of the work. Upon substantial completion, the Contractor shall thoroughly clean the Project site of all debris, trash and excess materials or equipment. If the Contractor fails to do so, the E.D.C. may complete the cleanup, by its own forces or by separate contract, and shall be entitled to charge the Contractor for same through the collection or withholding of funds through the mechanisms provided elsewhere in this Contract Agreement; 9.11 At all times relevant to the Contract, the Contractor shall permit the E.D.C. and its consultants to enter upon the Project site and any offsite lay down areas, safety permitting, and to review or inspect the work and any materials on any such site, without formality or other procedure. 9.12 The Contractor recognizes that the E.D.C. may enter into other contracts to perform work relating to the Project, or to complete portions of the Work itself. The Contractor shall ensure that its forces reasonably accommodate the forces of the E.D.C. and other contractors hired by the E.D.C.. The Contractor shall coordinate its schedule with the work of other contractors. If the Contractor claims that delay or damage results from these actions of the E.D.C., it shall promptly submit a claim as provided herein. 9.13 Protection of persons and property. (1) It shall be the responsibility of the Contractor to initiate, continue and supervise all safety programs and precautions in the performance of the terms of the Contract. The Contractor shall take reasonable precautions for the safety of, and shall provide reasonable protection to prevent damage, injury or loss to its employees, subcontractors' employees, employees of the E.D.C. and members of the public, the Work itself and unassembled components thereof, and other property at the site or adjacent thereto. As jAclerical\anna edc\2017-116 business park wl\specs\contract\I4-contract agreement.doc CA-11 Contract Agreement Exhibit A part of the Contractor's obligations hereunder, the Contractor shall erect and maintain all necessary and prudent safeguards, barriers, signs, warnings, etc. (2) With notice to the E.D.C., the Contractor shall promptly remedy loss or damage to the Work or any person or property described herein caused in whole or in part by the acts of the Contractor or any subcontractor, sub -subcontractor or materialman. This obligation shall be in addition to the requirements of Section 10 herein. The E.D.C. may direct the Contractor to remedy known violations of applicable laws, rules, regulations, and interpretations related to safety when and if observed on the site. However, through exercising this authority the E.D.C. shall not incur any obligations to monitor, initiate, continue, or supervise safety programs and precautions such to diminish the Contractor's primary role in same. The E.D.C. shall have the right to report suspected safety violations to the Occupational Safety and Health Administration (OSHA) or other appropriate authorities. (3) The Contractor shall promptly notify the E.D.C. upon discovery of any unidentified material which Contractor reasonably believes to be asbestos, lead, PCB, or other hazardous material, and shall immediately stop work in the affected area of the Project. The Contractor shall not be responsible for removal or other work with regard to such hazardous material unless otherwise agreed between the E.D.C. and the Contractor. In the case of work stopped due to the discovery of hazardous materials, Section 6 shall apply to claims for delay, hindrance or interference. Work will resume in the affected area of the Project immediately after such time as the hazardous material has been removed or rendered harmless, as certified by an industrial hygienist to be engaged by the E.D.C.. 9.14 The Contractor warrants to the Owner that materials and equipment furnished under the Contract are of good quality and new unless otherwise required or permitted under the Contract Documents, that the Work will be free from defects not inherent in the quality required or permitted, and that the Work will conform to the requirements of the Contract Documents. Work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. The Contractor's warranty excludes remedy for damage or defect caused by abuse, modifications not executed by the Contractor, improper or insufficient maintenance, improper operation, or normal wear and tear and normal usage. If required by the Owner, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. Section 10. INDEMNITY Except for expenses or liabilities arising from the negligence of the E.D.C., the Contractor hereby exRfessly agrees to indernnifV and hold the E.D.C. harmless against any and all expenses and liabilities arising out of the performance or default of the Contract as follows: 10.01 Contractor shall indemnifV, and hold harmless to the maximum extent permitted by law, E.D.C. and its officers agents, employees, and consultants from and against any and all liability, damages, losses whether in contract or in tortincluding personal inmu accidental death or property damage, and regardless, of whether the allegations are false fraudulent or groundless and costs(including reasonable attorne 's fees litigation, arbitration, mediation, appeal expenses incurred in any matter, including a proceeding to enforce this Section 10 which in whole or in part are caused by the negligence, recklessness or intentional wrongful misconduct of the Contractor and persons employed by or utilized by the Contractor in Contractor's performance of this Contract Agreement. jAclerical\anna cdc\2017-116 business park w1\specs\contract\14-contract agreement do CA-12 Contract Agreement Exhibit A 10.02 Contractor's obliqation to indemnifv. defend and hold harmless shall remain in effect and small be bindinq upon Contractor whether such inoury or damage shall accrue or may be discovered, before or after termination of the Contract. 10.03 Contractor's failure to comply with this section's provisions shall constitute a material breach upon which E.D.C. may immediately terminate or suspend this Contract Agreement. Section 11. CLAIMS BY THE CONTRACTOR Claims by the Contractor against the E.D.C., other than for time extensions covered by Section 6 hereof, are subject to the following terms and conditions: 11.01 All Contractor claims against the E.D.C. shall be initiated by a written claim submitted to the E.D.C.. Notice of such claim shall be received by the E.D.C. no later than either 10 calendar days after the event, or 10 calendar days after the first appearance of the circumstances causing the claim, whichever is sooner, and same shall set forth in detail all known facts and circumstances supporting the claim. Final costs associated with any claim upon which notice has been filed must be submitted in writing to the E.D.C. within 30 calendar days after notice has been received; 11.02 The Contractor and the E.D.C. shall continue their performance hereunder regardless of the existence of any claims submitted by the Contractor including claims set forth in Section 6 hereof; 11.03 In the event the Contractor discovers previously concealed and unknown site conditions which are materially at variance from those typically and ordinarily encountered in the general geographical location of the Project, the Contract Price may, with the approval of the E.D.C., be modified, either upward or downward, upon the written notice of claim made by either party within 10 calendar days after the first appearance to such party of the circumstances. Final costs must be submitted within 30 calendar days after such notice is received by the E.D.C., unless extended by written agreement of the parties. As a condition precedent to the E.D.C. having any liability to the Contractor due to concealed and unknown conditions, the Contractor must give the E.D.C. written notice of, and an opportunity to observe, such condition prior to disturbing it. The failure by the Contractor to give the written notice and make the claim as provided by this Section 11.03 and as required elsewhere under the Contract shall constitute a waiver by the Contractor of any rights arising out of or relating to such concealed and unknown condition; 11.04 In the event the Contractor seeks to make a claim for an increase in the Contract Price, as a condition precedent to any liability of the E.D.C. therefor, unless emergency conditions exist, the Contractor shall strictly comply with the requirements of Section 11.01 above and such claim shall be made by the Contractor before proceeding to execute any work for which a claim is made. Failure to comply with this condition precedent shall constitute a waiver by the Contractor of any claim for additional compensation; 11.05 In connection with any claim by the Contractor against the E.D.C. that would result in compensation in excess of the Contract Price, any liability of the E.D.C. for the Contractor's cost in this regard shall be limited to those cost categories set forth in Section 13.07 below. Section 12. SUBCONTRACTORS 12.01 Prior to execution of the Contract, the Contractor shall have identified to the E.D.C. in writing, those parties required to be listed on the proposal form as subcontractors on the Project. Any jAc I ericakanna edc\2017-1 16 business park wl\specs\contract\14-contract agreement doc CA-13 Contract Agreement Exhibit A changes to this list at any time shall be subject to the prior approval of the E.D.C.. The E.D.C. shall, in writing, state any objections the E.D.C. may have to one or more of such subcontractors. The Contractor shall not enter into a subcontract with an intended subcontractor to whom the E.D.C. objects. If at any time the E.D.C. objects to a subcontractor, the Contractor shall solicit proposals from potential replacements and shall submit the three lowest proposals to the E.D.C., along with the Contractor's proposed choice as replacement. If the approved replacement subcontractor's cost is verified to be higher than the removed subcontractor, the excess shall be added to the Contract Price, unless the subcontractor in question has to be removed due to a default, or deficient performance. If the approved replacement subcontractor's cost is lower than the removed subcontractor, the difference shall be deducted from the Contract Price. Subcontractor markups shall be limited to those listed in Section 13.07 below. All subcontracts shall afford the Contractor rights against the subcontractor which correspond to those rights afforded to the E.D.C. against the Contractor herein, including those rights of Contract termination as set forth herein below. 12.02 Each and every subcontract related to the Project is hereby assigned by the Contractor to the E.D.C., contingent upon the termination of the Contract for default or convenience as provided herein, and only as to those subcontracts which the E.D.C. accepts in writing directed to the Contractor. This contingent assignment is subject to the prior rights of any surety obligated under a bond related to the Contract. This contingent assignment will operate prospectively from the effective date of assignment, and will not obligate the E.D.C. to any liabilities existing on the effective date of the assignment, or arising from events, acts, failures to act, facts or circumstances existing prior to the effective date of the assignment. The contracts subject to this contingent assignment shall also be further assignable by the E.D.C., at the E.D.C.'s sole option. The Contractor shall bear the responsibility of notifying subcontractors of this contingent assignment and including it in all subcontracts in connection with the Project. Section 13. CHANGE ORDERS 13.01 The City Manager or the City Manager's express designee shall be the sole authorized representative of the E.D.C. Other than in matters of public safety or in time of emergency management, the Contractor shall not take direction or act upon information from any E.D.C. personnel other than the City Manager's expressly authorized designee(s). 13.02 One or more changes to the work within the general scope of the Contract, may be ordered by Change Order. The E.D.C. may also issue written directions for minor changes in the Work and may issue Construction Change Directives, as set forth below. The Contractor shall proceed with any such changes or Construction Change Directives without delay and in a diligent manner, and same shall be accomplished in strict accordance with the following terms and conditions: 13.03 Change Order shall mean a written order directed to the Contractor executed by the E.D.C. after execution of the Contract, directing a change in the work. A Change Order may include a change in the Contract Price, (other than a change attributable to damages for delay as provided in Section 6 hereof), or the time for the Contractor's performance, or any combination thereof. Where there is a lack of total agreement on the terms of a Change Order or insufficient time to execute a bilateral change, the E.D.C. may also direct a change in the Work in the form of a Construction Change Directive, which will set forth the change in the Work and the change, if any, in the Contract Price or time for performance, for subsequent inclusion in a Change Order; Construction Change Directives shall include a not -to -exceed preliminary price, against jAclerical\anna edc\2017-116 business park wl\specs\contract\ 14-contract agreement doc CA-14 Contract Agreement Exhibit A which the Contractor may begin billing (subject to the requirements for pay applications elsewhere herein) as the work is performed. (1) The Contractor shall furnish a price breakdown, itemized as required and within the time specified by the E.D.C., with any proposal for a contract modification. (2) The price breakdown (a) must include sufficient detail to permit an analysis of all costs for material, labor, equipment and subcontracts, and (b) must cover all work involved in the modification, whether the work was deleted, added or changed. (3) The Contractor shall provide similar price breakdowns to support any amounts claimed for subcontracts. (4) The Contractor's proposal shall include a complete justification for any time extension proposed. 13.04 Any change in the Contract Price resulting from a Change Order shall be determined as follows: (1) By mutual agreement between the E.D.C. and the Contractor as evidenced by (a) the change in the Contract Price being set forth in the Change Order, (b) such change in the Contract Price, together with any conditions or requirements relating thereto, being initialed by both parties and (c) the Contractor's execution of the Change Order; or, (2) If no mutual agreement occurs between the E.D.C. and the Contractor, the change in the Contract Price, if any, shall be derived by determining the reasonable actual costs incurred or savings achieved, resulting from revisions in the work. Such reasonable actual costs or savings shall include a component for direct job site overhead and profit but shall not include home -office overhead or other indirect costs or components. The calculation of actual costs shall conform to the markup schedule in Section 13.07 below. Any such costs or savings shall be documented in the format, and with such content and detail as the E.D.C. requires. The Contractor shall promptly submit such documentation and other supporting materials as the E.D.C. may require in evaluating the actual costs incurred or to be incurred. 13.05 The execution of a Change Order by the Contractor shall constitute conclusive evidence of the Contractor's agreement to the ordered changes in the work, the Contract as thus amended, the Contract Price and the time for performance by the Contractor, regardless of the nature, amount or extent of the changes. The Contractor, by executing the Change Order, waives and forever releases any claim against the E.D.C. for additional time or compensation for matters relating to, arising out of or resulting from the work included within or affected by the executed Change Order of which the Contractor knew or should have known. 13.06 The Contractor shall notify and obtain the consent and approval of the Contractor's surety with reference to all Change Orders if such notice, consent or approval are required by the E.D.C., the Contractor's surety or by law. The Contractor's execution of the Change order shall constitute the Contractor's warranty to the E.D.C. that the surety has been notified of, and consents to, such Change Order and the surety shall be conclusively deemed to have been notified of such Change Order and to have expressly consented thereto. jAclerical\anna edc\2017-116 business park wl\specs\contract\14-contract agreement doe CA-15 Contract Agreement Exhibit A 13.07 For the purpose of Change Orders, the following definitions of terms and other restrictions apply: Contractor's or Subcontractor's Materials shall include the cost of materials, sales tax, and the cost of all transport. The cost of items listed shall be directly related to the Change Order. Indirect costs not specifically related to the Change Order shall not be considered. Contractor's or Subcontractor's Direct Labor Cost shall be limited to the hourly rate of directly involved workmen, employer contributions towards company standard benefits, pensions, unemployment or social security (if any), and employer costs for paid sick and annual leave. Contractor's or Subcontractor's Overhead shall include license fees, bond premiums, supervision, wages of timekeepers and clerks, incidentals, home and field office expense, and vehicle expense directly related to the Project, and all other direct Project expenses not included in the Contractor's materials, direct labor, and equipment costs. The allowance for Overhead and Profit shall be limited to the following schedule: For the Contractor, for any work performed by the Contractor's own forces, 10% of the Subtotal of Costs to the Contractor. 2. For the Contractor, for any work performed by his Subcontractor, 5% of the amount due the Subcontractor. 3. For each Subcontractor or Sub -subcontractor involved, for any work performed by their own forces, 10% of their materials and direct labor costs. 4. For each Subcontractor, for work performed by his Sub-subcontractor(s), 5% of the amount due the Sub -subcontractor. For Change Orders, the total cost or credit to the Owner shall be based on the following schedule: Contractor's Materials Cost + Contractor's Direct Labor Costs + Contractor's Equipment Costs (includes owned/rental equipment)2 + Applicable Subcontractor Costs = Subtotal of Costs to the Contractor + Contractor's Overhead and Profit = Total Cost or Credit to the Owner Owned Equipment For equipment owned by the Contractor, actually used in Change Order work including sales tax, or any related business entity, regardless of whether Contractor leases such equipment from the related business entity, the cost shall be the lesser of (i) the Contractor's actual ownership cost, or (ii) 85% of the applicable ownership cost listed in the most recent edition of the Contractor's Equipment Cost Guide, published by Dataquest. Third Party Rental Equipment For equipment actually rented by the Contractor, actually used in Change Order work including sales tax, from an unrelated third party, the cost shall be the lesser of (i) the Contractor's actual rental cost, or (ii) 85% of the applicable equipment rates based on the most recent edition of the Rental Rate Bluebook for Construction published by Dataquest A reasonable rental cost shall be allowed as determined by the City Manager or the City Manager's designee when machinery and construction equipment not so listed is required. jAclerical\anna edc\2017-116 business park w1\specs\contract\14-contract agreement doe CA-16 Contract Agreement Exhibit A 13.08 Nothing Contained in this section shall be deemed to contradict or limit the terms of Section 6.05 above. Section 14. DISCOVERING AND CORRECTING DEFECTIVE OR INCOMPLETE WORK 14.01 In the event that the Contractor covers, conceals or obscures its work in violation of the Contract or in violation of an instruction from the E.D.C., such work shall be uncovered and displayed for review by the E.D.C. and/or its consultants upon request, and shall be reworked at no cost in time or money to the E.D.C.. 14.02 If any of the work is covered, concealed or obscured in a manner not covered by Section 14.01 above, it shall, if directed by the E.D.C., be uncovered and displayed for the E.D.C. and/or its consultants. If the uncovered work conforms strictly with the Contract, the costs incurred by the Contractor to uncover and subsequently, replace such work shall be borne by the E.D.C.. Otherwise, such costs shall be borne by the Contractor. 14.03 The Contractor shall, at no cost in time or money to the E.D.C., correct work rejected by the E.D.C. as defective or failing to conform to the Contract. Additionally, the Contractor shall reimburse the E.D.C. for all testing, review, inspections and other expenses incurred as a result thereof. 14.05 In addition to its warranty obligations set forth elsewhere in this Contract Agreement and any manufacturer's warranties provided on the Project, and in addition to other remedies provided herein or by law to the E.D.C., the Contractor shall be specifically obligated to promptly correct any and all defective or nonconforming work, whether obvious or after -discovered, for a period of 12 months following Substantial Completion upon written direction from the E.D.C.. 14.06 The E.D.C. may, but shall in no event be required to, choose to accept defective or nonconforming work. In such event, the Contract Price shall be reduced by the greater of (1) the reasonable costs of removing and correcting the defective or nonconforming work, or (2) the difference between the fair market value of the Project as constructed and the fair market value of the Project had it not been constructed in such a manner as to include defective or nonconforming work. If the remaining portion of the unpaid Contract Price, if any, is insufficient to compensate the E.D.C. for the acceptance of defective or nonconforming work, the Contractor shall, upon written demand from the E.D.C., pay the E.D.C. such remaining compensation for accepting defective or nonconforming work. The Contractor shall have an opportunity to correct any defect or non-conformance prior to the E.D.C. taking the above actions. The contractor, upon written notice of any defect or non-conformance, shall have 10 calendar days to make corrections, unless the E.D.C. agrees that the correction will require more than 10 calendar days to correct. Section 15. E.D.C.'S RIGHT TO SUSPEND CONTRACTOR'S PERFORMANCE 15.01 In addition to the E.D.C.'s rights under Section 8 and elsewhere in this Contract Agreement, the E.D.C. shall have the right at any time to direct the Contractor to suspend its performance, or any designated part thereof when in the interests of the E.D.C.. If any such suspension is directed by the E.D.C., the Contractor shall immediately comply with same. 15.02 In the event the E.D.C. directs a suspension of performance under this section, through no fault of the Contractor, if the suspension is lifted other than by Termination, the E.D.C. shall pay the Contractor as full compensation for such suspension the Contractor's ordinary and reasonable costs, actually incurred and paid, of: j Aderical\anna edc\2017-116 business park wl\specs\contract\I4-contract agreement. doc CA-17 Contract Agreement Exhibit A (1) demobilization and remobilization, including such justifiable costs paid to subcontractors (cost categories and markups limited to those set forth in Section 13.07 above); (2) preserving and protecting work in place; (3) approved storage of materials or equipment purchased for the Project, including insurance thereon; and (4) substantiated extended field office overhead (but no home -office overhead). 15.03 The E.D.C. may order suspension of the Work in whole or in part for such time as deemed necessary because of the failure of the Contractor to comply with any of the requirements of this Contract Agreement, and the Contract Agreement's completion date shall not be extended on account of any such suspension of Work. When the E.D.C. orders any suspension of the Work under this Section 15.03, the Contractor shall not be entitled to any payment for Work which the Contractor performs after notice of suspension and/or during the suspension period and shall not be entitled to any costs or damages resulting from such suspension. 15.04 The E.D.C.'s rights under this section shall be in addition to those contained elsewhere in the Contract or provided by law. Section 16. TERMINATION BY THE E.D.C. The E.D.C. may terminate the Contract in accordance with the following terms and conditions: 16.01 Termination for Convenience. The E.D.C. may, when in the interests of the E.D.C., terminate performance under the Contract by the Contractor, in whole or in part, for the convenience of the E.D.C.. The E.D.C. shall give written notice of such termination to the Contractor specifying when termination becomes effective. The Contractor shall incur no further obligations in connection with the work so terminated, other than warranties and guarantees for completed work and installed equipment, and the Contractor shall stop work when such termination becomes effective. The Contractor shall also terminate outstanding orders and subcontracts for the affected work. The Contractor shall settle the liabilities and claims arising out of the termination of subcontracts and orders. The E.D.C. may direct the Contractor to assign the Contractor's right, title and interest under termination orders or subcontracts to the E.D.C. or its designee. The Contractor shall transfer title and deliver to the E.D.C. such completed or partially completed work and materials, equipment, parts, fixtures, information and Contract rights as the Contractor has in its possession or control. When terminated for convenience, the Contractor shall be compensated as follows: (1) The Contractor shall submit a termination claim to the E.D.C. specifying the amounts due because of the termination for convenience together with costs, pricing or other data required by the E.D.C.. If the Contractor fails to file a termination claim within six months from the effective date of termination, the E.D.C. shall pay the Contractor, an amount derived in accordance with subsection (3) below. (2) The owner and the Contractor may agree to the compensation, if any, due to the Contractor hereunder. (3) Absent agreement to the amount due to the Contractor, the owner shall pay the Contractor the following amounts: jAclerical\anna edc\2017-116 business park w1\specs\contract\14-contract agreement.doc CA-18 Contract Agreement Exhibit A (a) Contract costs for labor, materials, equipment and other services accepted under the Contract; (b) Reasonable costs incurred in preparing to perform and in performing the terminated portion of the work, and in terminating the Contractor's performance, plus a fair and reasonable allowance for direct job site overhead and earned profit thereon (such profit shall not include anticipated profit or consequential damages); provided however, that if it reasonably appears that the Contractor would have not profited or would have sustained a loss if the entire Contract would have been completed, no profit shall be allowed or included and the amount of compensation shall be reduced to reflect the anticipated rate of loss, if any; (c) Reasonable costs of settling and paying claims arising out of the termination of subcontracts or orders pursuant to Subsection (3)(a) above —if contingent assignment of such contracts has not been elected as provided herein —shall not include amounts paid in accordance with other provisions of the Contractor. This clause is subject to and the Contractor shall be limited by the E.D.C.'s rights to direct the replacement of subcontractors under Section 12.01. The total sum to be paid the Contractor under this Subsection (3) shall not exceed the total Contract Price, as properly adjusted, reduced by the amount of payments otherwise made, and shall in no event include duplication of payment. 16.02 Termination for Cause. If the Contractor does not perform the work, or any part thereof, in a timely manner, supply adequate labor, supervisory personnel or proper equipment or materials, or if it fails to timely discharge its obligations for labor, equipment and materials, or proceeds to disobey applicable law, or otherwise commits a violation of a material provision of the Contract, then the E.D.C., in addition to any other rights it may have against the Contractor or others, may terminate the performance of the Contractor, in whole or in part at the E.D.C.'s sole option, and assume possession of the Project site and of all materials and equipment at the site and may complete the work. In such case, the Contractor shall not be paid further until the work is complete. After Completion has been achieved, if any portion of the Contract Price, as it may be modified hereunder, remains after the cost to the E.D.C. of completing the work, including all costs and expenses of every nature incurred, has been deducted by the E.D.C., such remainder shall belong to the Contractor. Otherwise, the Contractor shall pay and make whole the E.D.C. for such cost. This obligation for payment shall survive the termination of the Contract. In the event the employment of the Contractor is terminated by the E.D.C. for cause pursuant to this Section 16.02 and it is subsequently determined by a Court of competent jurisdiction that such termination was without cause, such termination shall thereupon be deemed a Termination for Convenience under Section 16.01 and the provisions of Section 16.01 shall apply. 16.03 Termination for Non -Appropriation. The E.D.C. may also terminate the Contract, in whole or in part, for non -appropriation of sufficient funds to complete or partially complete the Project, regardless of the source of such funds, and such termination shall be on the terms of Section 16.01. 16.04 The E.D.C.'s rights under this Section shall be in addition to those contained elsewhere herein or provided by law. jAclerical\anna edc\2017-116 business park wl\specs\con tract\ 14-con tract agreement doc CA-19 Contract Agreement Exhibit A Section 17. INSURANCE 17.01 Contractor shall be responsible for all damage to person and or property resulting from its negligent acts, reckless or intentional misconduct, errors or omissions or those of their subcontractors, agents or employees in connection with such services and shall be responsible for all parts of its work, both temporary and permanent. 17.02 Contractor shall, at its own expense, procure and maintain throughout the term of this Contract Agreement, with insurers acceptable to E.D.C., the types and amounts of insurance conforming to the minimum requirements set forth in this Contract Agreement. Contractor shall not commence work until the required insurance is in force and evidence of insurance acceptable to E.D.C. has been provided to, and approved by, E.D.C.. An appropriate Certificate of Insurance shall be satisfactory evidence of insurance. Until such insurance is no longer required by the Contract, Contractor shall provide E.D.C. with renewal or replacement evidence of insurance at least 30 days prior to the expiration or termination of such insurance. 17.03 Workers' Compensation/Employer's Liability Insurance Worker's Compensation Insurance in accordance with statutory requirements, and Employers' Liability Insurance with limits of not less than $1,000,000 for each accident. General Liability Insurance Comprehensive General Liability Insurance with bodily injury limits of not less than $1,000,000 for each occurrence and not less than $1,000,000 in the aggregate, and with property damage limits of not less than $1,000,000 for each occurrence and not less than $1,000,000 in the aggregate. Automobile Liability Insurance Automobile Liability Insurance with bodily injury limits of not less than $1,00,000 for each person and not less than $1,000,000 for each accident, and with property damage limits of not less than $1,000,000 for each accident. 17.04 Contractor shall furnish insurance certificates or insurance policies at the E.D.C.'s request to evidence such coverages. Except for workers compensation, the insurance policies shall name the E.D.C. as an additional insured, and shall contain a provision that such insurance shall not be canceled or reduced with respect to by coverages or endorsements without 30 days' prior written notice to OWNER and CONSULTANT. In such event, CONSULTANT shall, prior to the effective date of the change or cancellation, serve substitute policies furnishing the same coverage. 17.05 Compliance with these insurance requirements shall not limit the liability of Contractor. Any remedy provided to the E.D.C. by any insurance maintained by the Contractor shall be in addition to and not in lieu of any other remedy (including, but not limited to, as an indemnitee of Contractor) available to the E.D.C. under the Contract or otherwise. 17.06 Neither approval nor failure to disapprove insurance furnished by Contractor shall relieve Contractor from responsibility to provide insurance as required by this Contract Agreement. 17.07 Contractor shall deliver to E.D.C. the required certificate(s) of insurance and endorsement(s) before E.D.C. signs this Contract Agreement. 17.08 Contractor's failure to obtain, pay for, or maintain any required insurance shall constitute a material breach upon which E.D.C. may immediately terminate or suspend this Contract jAcIerical\anna edc\2017-1 16 business park M\specs\contract\14-contract agreement doe CA-20 Contract Agreement Exhibit A Agreement. In the event of any termination or suspension, E.D.C. may use the services of another consultant or consultants, without E.D.C.'s incurring any liability to Contractor. 17.09 At its sole discretion, E.D.C. may obtain or renew Contractor insurance, and E.D.C. may pay all or part of the premiums. Upon demand, Contractor shall repay E.D.C. all monies paid to obtain or renew the insurance. E.D.C. may offset the cost of the premium against any monies due Contractor from E.D.C.. 17.10 The Contractor shall furnish to the E.D.C. Certificates of Insurance allowing thirty (30) days notice for any change, cancellation, or non -renewal. Such Certificates shall contain the following wording: "SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL MAIL 30 DAYS PRIOR WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN." If the insurance policies expire during the terms of the Contract, a renewal certificate or binder shall be filed with the E.D.C. at least 30 days prior to the renewal date. 17.11 In addition to the coverages required herein, the Contractor shall furnish and maintain all-risk builder's risk property insurance, satisfactory to the E.D.C., upon the entire Work at the site to the full replacement cost of the completed project. This coverage shall name E.D.C. as an additional insured, must include the interests of the Contractor, subcontractors and sub - subcontractors in the Work, and must be procured from an insurer licensed to do business in the State of Texas with a Best's rating of "A+, A, A-". The policy must insure against perils including, but not limited to, earthquake, fire, extended coverages, windstorm, lightning, flood, and physical loss or damage, including theft, vandalism and malicious mischief. Section 18. PERFORMANCE AND PAYMENT BONDS; SURETY BONDS 18.01 Contractor shall provide E.D.C. with a Performance Bond, a Payment Bond, and a Maintenance Bond meeting the standards specified in the Contract Documents, on the forms provided by the E.D.C., and attached hereto, with a Power of Attorney Affidavit, each in an amount not less than the Contract price. 18.02 Sureties' qualifications. All bonds, to the extent required under the Contract, including, but not by way of limitation, any Bid/Proposal Bond, Performance Bond, Payment bond, or Maintenance Bond shall be written through a reputable and responsible surety bond agency licensed to do business in the State of Texas and with a surety which holds a certificate of authority authorizing it to write surety bonds in Texas and maintains a current certificate of authority as an acceptable surety on Federal Bonds in accordance with U.S. Department of Treasury Circular 570. However, if the amount of the bond exceeds the underwriting limitations set forth in the Circular, in order to qualify, the net retention of the surety company shall not exceed the underwriting limitation in the Circular and the excess risk must be protected by co-insurance, reinsurance, or other methods in accordance with Treasury Circular 297, revised September 1, 1978 (3) CFR Section 223.10 - Section 223.111 and the surety company shall provide the E.D.C. with evidence satisfactory to the E.D.C., that such excess risk has been protected in an acceptable manner. 18.03 Additional or replacement bond. It is further mutually agreed between the parties hereto that if, at any time, the E.D.C. shall deem the surety or sureties upon any bond to be unsatisfactory, or if, for any reason, such bond (because of increases in the work or otherwise) ceases to be adequate, the Contractor shall, at its expense within five days after the receipt of notice from the E.D.C. so to do, furnish an additional or replacement bond or bonds in such form, amount, and with such surety or sureties as shall be satisfactory to the E.D.C.. In such event, no further jAcIcrical\anna edc\2017-116 business park wl\specs\contract\14-contract agreement doc CA-21 Contract Agreement Exhibit A payments to the Contractor shall be deemed to be due under the Contract until such new or additional security for the faithful performance of the work shall be furnished in manner and form satisfactory to the E.D.C.. 18.04 As applicable to all bonds required under the Contract, the surety company shall have a Texas agent whose name shall be listed in the prescribed space on the forms provided by the E.D.C. for all bonds required by the E.D.C., or otherwise listed therein if the form of the Bond is not prescribed by the E.D.C.. Section 19. PROJECT RECORDS All documents relating in any manner whatsoever to the Project, or any designated portion thereof, which are in the possession of the Contractor, or any subcontractor of the Contractor, shall be made available to the E.D.C. and/or its consultants for inspection and copying upon written request by the E.D.C.. Furthermore, said documents shall be made available, upon request by the E.D.C., to any state, federal or other regulatory authority and any such authority may review, inspect and copy such records. Said records include, but are not limited to, all drawings, plans, specifications, submittals, correspondence, minutes, memoranda, tape recordings, videos, or other writings or things which document the Project, its design, and its construction. Said records expressly include those documents reflecting the cost of construction to the Contractor. The Contractor shall maintain and protect these documents for not less than three years after completion of the Project, or for any longer period of time as may be required by law or good construction practice. The Contractor further agrees to include these provisions in any subcontracts issued by him in connection with this Contract Agreement. Section 20. APPLICABLE LAW The laws of the State of Texas shall govern this Contract Agreement. In any litigation arising under this Contract Agreement, the parties agree to a waiver of the right to a trial before a jury, and all such litigation shall be litigated only in a non -jury hearing in Collin County, Texas. Section 21. SUCCESSORS AND ASSIGNS Each party binds itself, its successors, assigns, executors, administrators or other representatives to the other party hereto and to successors, assigns, executors, administrators or other representatives of such other party in connection with all terms and conditions of the Contract. The Contractor shall not assign the Contract without prior written consent of the E.D.C.. Section 22. MISCELLANEOUS PROVISIONS 22.01 Construction Permits. The E.D.C. hereby agrees to waive the charge for a E.D.C.-issued building permit for this Project. However, the Contractor is responsible for obtaining all permits or fees otherwise required of the Contractor by the Contract Documents, or permits and fees customarily the responsibility of the Contractor. 22.02 Compliance By Contractor: Nondiscrimination. Contractor shall comply with all Federal, State and local laws, ordinances, rules and regulations of any authorities throughout the duration of the Contract. The Contractor shall be responsible for compliance with any such law, ordinance, rule or regulation and shall hold E.D.C. harmless and indemnify same in the event of non- compliance. Contractor further agrees to abide by the requirements under Federal Executive Order Number 11246, as amended, including specifically the provisions of the equal opportunity clause. 22.03 State and Local Taxes. Except as otherwise provided, contract prices shall include all applicable state and local taxes. Contractor shall indemnify and hold harmless the E.D.C. for any loss, cost or expense incurred by, levied upon or billed to the E.D.C. as a result of Contractor's failure to pay any tax of any type due in connection with this Contract Agreement. Contractor shall ensure jAclerica I\anna edc\2017-116 business park w1\specs\contract\I4-contract agreement doc CA-22 Contract Agreement Exhibit A that the above sections are included in all subcontracts and sub -subcontracts, and shall ensure withholding on out of state sub and sub -subcontractors to which withholding is applicable. 22.04 Any and all notices required to be sent under the Contract or otherwise shall be sent to the following: If to the E.D.C.: Anna Economic Development Corporation Attn: City Manager 111 North Powell Parkway P.O. Box 776 Anna, Texas 79406 If to the Contractor: Saber Development Corp. Attn: Mr. Walt Hannon P.O. Box 540186 Dallas, Texas 75354 Phone: (214) 366-1300 Section 23. ENTIRE AGREEMENT Aside from duly authorized Change Orders, any modification to this Contract Agreement must be supported by an additional, articulated consideration, and must either be in writing, executed by the parties hereto, or, if made orally, should be confirmed in writing, which writing should state the consideration which supports the modification. Failure to confirm an oral modification in writing shall constitute a waiver of any claim for additional compensation with regard to the oral modification. Nothing in this Section shall be construed to limit the E.D.C.'s authority to issue changes set forth in Section 14 herein. Section 24. SEVERABILITY If any term or condition of the Contract or the application thereof to any person(s) or circumstances is held invalid, this invalidity shall not affect other terms, conditions or applications which can be given effect without the invalid term, condition, or application. To this end, the terms and conditions of the Contract are agreed to be severable. Section 25. WAIVER Waiver of any breach of any term or condition of this contract shall not be deemed a waiver of any prior or subsequent breach, and shall not entitle any party hereto to any subsequent waiver of any terms hereunder. No term or condition of this contract shall be held to be waived, modified or deleted except by an instrument, in writing, signed by the parties hereto. jiclerica kanna edc\2017-116 business park w1\specs\contract\14-contract agreement.doc CA-23 Contract Agreement Exhibit A IN WITNESS WHEREOF, the Parties have executed this Contract Agreement under their respective seals on the day and year first written above. ANNA ECONOMIC DEVELOPMENT CORPORATION Philip Sanders, City Manager ATTEST. Natha Wilkison, City Secretary (SEAL) SABER DEVELOPMENT CORPORATION (Contractor) BY: ATTEST: SECRETARY (SEAL) Walt Hannon, Vice -President jAclerical\arms edc\2017-116 business park wl\specs\contract\14-contract agreement.doc CA-24 Contract Agreement Exhibit A Bond No. N/A BID BOND The American Institute of Architects, AIA Document No. A310 (February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, that we Saber t]eveiopment Corporation, P.0. Box 540186, Dallas, TX 75354 as Principal hereinafter called the Principal, and Hartford Fire Insurance Company a corporation duly organized under the laws of the state of Connecticut as Surety, hereinafter called the Surety, are held and firmly bound unto Anna Economic Development Coro.. 111 N. Powell Pkwy., Anna, TX 75409 as Obligee, hereinafter called the Obligee, in the stun of Five Percent of the Greatest Amount Bid Dollars ($ 59i G.A.B. ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Anna Business Park Water Line NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this sth f Witness Witness ORSC 21328 (5/97) day of 2017 Sager Deveto meet Corporation nci 1 (Seal) Y B : Name/Title Hartford Fire Insurance Company _ Surety (Seal) By: C Iz.�b a'y, d Charles K. "Hiller Attorncy in -Fact Exhibit A Direct Inquiries/Claims to, THE HARTFORD POWER OF ATTORNEY Had Plaza ne HartfOne ord, Co ticut 06155 Bond. Cla imsfo)thehartford.com calf: 888-266.3488 or fax: 860.757-5835 Agency Name: SOUTHWEST ASSURANCE GROUP INC KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 46-507941 = Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Tndiana 0 Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duty organized under the laws of the State of Connecticut 0 Twin City Fire Insurance Company, a corporation duly organized under the laws ofthe Slate of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Q Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana 0 Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint up to the amount of Unlimited : Shannon Lewis, Charles K Miller, Jessica Montgomery, Clint Norris, Steven J Zinecker of BEDFORD, Texas their true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 6, 2015 the Companies have caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. rrryr, �, }lvtrs!F tu•, K"wn 1974 i F '�?r�a:-� 1N� JfIN ��•�i�� . �'•,'�141NA• ./fM.1�' �' .. /�- ?iv John Gray, Assistant Secretary STATE OF CONNECTICUT Ss, Hartford COUNTY OF HARTFORD M Ross Fisher, Senior Vice President On this 11th day of January, 2016, before me personally came M Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Senior Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority Nora M Slrardco • ' Notary Public CERTIFICATE kly Commission Expires tvbuclr 31, 2019 1, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of July fi , 2017 Signed and sealed at the City of Hartford, �yy rya, �4rprrrr y �F.lt rsti� �t rev • � � � •`K,p•Ibreil' a t,OA� �.�` L a/� a q � r.. Inez � . �f • _a 7t • 's' e � �+ ✓�+.rnrw,/', • r.qM► P �a. t0'i9 rf \�a7o�� � 14�4 • ♦ ..�:' •r �, i���� I•`t '� �+ noon' 'au.N• �: a Kevin Heckman, Assistant Vice President PUA+,il6 Exhibit A BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, that Saber Development Corporation (hereinafter called the Principal(s)), as Principal(s), and Hartford Fire Insurance Company (hereinafter called the Surety(s)), as Surety(s), are held and firmly bound unto the ANNA ECONOMIC DEVELOPMENT CORPORATION (hereinafter called the Obligee), in the amount of Five Percent of Greatest Amount of Bid (5% G.A.B.), (an amount equal to five percent of the Total Bid Price, including Cash Allowances and Alternate Bids, if any) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted on or about this day a proposal offering to perform the following project: BUSINESS PARK WATER LINE NOW, THEREFORE, if the said Principal's bid as stated in its proposal is accepted by the City, and said Principal executes and returns to the City the number of original counterparts of the Contract Agreement required by the City, on the forms prepared by the City, for the work described herein and also executes and returns the same number of the Performance, Payment and Maintenance Bonds (such bonds to be executed by a Corporate Surety authorized by the State Board of Insurance to conduct insurance business in the State of Texas, and having an underwriting limitation in at least the amount of the bond) in connection with the work described herein, within the time specified, then this obligation shall become null and void; otherwise it is to remain in full force and effect. In the event that the Principal is unable to or fails to perform the obligations undertaken herein, the undersigned Principal and Surety shall be liable to the City for the full amount of this obligation which is hereby acknowledged as the amount of damages which will be suffered by the City on account of the failure of such Principal to perform such obligations, the actual amount of such damages being difficult to ascertain. Notices required or permitted hereunder shall be in writing and shall be deemed delivered when actually received or, if earlier, on the third day following deposit in a United States Postal Service post office or receptacle, with proper postage affixed (certified mail, return receipt requested), addressed to the respective other party at the address prescribed in the Contract Documents, or at such other address as the receiving party may hereafter prescribe by written notice to the sending party. jAdericaRanna edc\2017-116 business park w1lspecslcontract115-1bonds.doc B-1 Bonds Exhibit A IN WITNESS WHEREOF, the said Principal(s) and Surety(s) have signed and sealed this instrument this day of , 20 Hartford Fire Insurance Company_ Surety *By: Saber Development Corporation Principal Print Name: Clint Norris Print Name: Walt Hannon Title: Attorney -in -Fact Title: Vice -President Address: 2350 Airport Frwy., Suite 202 Address: P.O. Box 540186 Bedford, Texas 76022 Dallas, Texas 75354 Phone/Fax: _(817) 329-7007 Phone/Fax: (214) 366-1300 The undersigned surety company represents that it is duly qualified to do business in Texas and is listed on the U.S. Department of the Treasury -list of approved sureties, and hereby designates Clint Norris, Attorney -in -Fact, an agent resident in Tarrant County, Texas, to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Hartford Fire Insurance Company Surety Print Name: Clint Norris Address: 2350 Airport Frwy., Suite 202 Bedford, Texas 76022 Phone/Fax: __17) 329-7007 NOTE: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney -in -Fact, we must have a copy of the Power of Attorney for our files, AND ATTACHED TO THIS BOND. jAclerical\anna edc\2017-116 business park w1\specs\contract\15-bonds doc B-2 Bonds Exhibit A PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, that Saber Development Corporation (hereinafter called the Principal(s)), as Principal(s), and Hartford Fire Insurance Company (hereinafter called the Surety(s)), as Surety(s), are held and firmly bound unto the ANNA ECONOMIC DEVELOPMENT CORPORATION (hereinafter called the Obligee), in the amount of One Hundred Thirt-Six Thousand. Fifty Dollars and No Cents ($136,050.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written Contract Agreement with the Obligee, dated the day of , 2017, for the following project: BUSINESS PARK WATER LINE and said Principal under the law is required before commencing the work provided for in said Contract Agreement to execute a bond in the amount of said Contract Agreement, which Contract Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Government Code (Article 5472d for Private Work)' of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Agreement, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anyway affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract Agreement, or to the work to be performed thereunder. Not applicable for federal work. See "The Miller Act," 40 U.S.C. S270. jAdericakanna edc12017-116 business park w1lspecs\contract\15-bonds doc B-3 Bonds Exhibit A IN WITNESS WHEREOF, the said Principal(s) and Surety(s) have signed and sealed this instrument this day of , 20 Hartford Fire Insurance Corn Surety *By: Print Name: Clint Norris Title: Attorney -in -Fact Address: 2350 Airport Frwy., Suite 202 Bedford. Texas 76022 Phone/Fax: (817) 329-7007 Saber Development Corporation Principal Print Name: Walt Hannon Title: Vice -President Address: P.O. Box 540186 Dallas, Texas 75354 Phone/Fax: (214) 366-1300 The undersigned surety company represents that it is duly qualified to do business in Texas and is listed on the U.S. Department of the Treasury list of approved sureties, and hereby designates Clint Norris, Attorney -in -Fact, an agent resident in Tarrant County, Texas, to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Hartford Fire Insurance Company Surety Print Name: Clint Norris Address: 2350 Airport Frwy., Suite 202 Bedford, Texas 76022 Phone/Fax: (817) 329-7007 NOTE: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney -in -Fact, we must have a copy of the Power, of Attorney for our files AND ATTACHED TO THIS BOND. - jAclerical\anna edc\2017-116 business park w1\specs\contract\15-bonds doc B-4 Bonds Exhibit A PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, that Saber Development Corporation (hereinafter called the Principal(s)) as Principal(s), and Hartford Fire Insurance Company (hereinafter called the Surety(s)), as Surety(s), are held and firmly bound unto the ANNA ECONOMIC DEVELOPMENT CORPORATION (hereinafter called the Obligee), in the amount of One Hundred Thirty -Six Thousand. Fifty Dollars and No Cents ($136,050.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written Contract Agreement with the Obligee, dated the day of 2017, for the: BUSINESS PARK WATER LINE and said Principal under the law is required before commencing work provided for in said Contract Agreement to execute a bond in the amount of said Contract Agreement, which Contract Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said Contract Agreement, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Agreement, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anyway affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract Agreement, or to the work to be performed thereunder. jlclerical\anna edc\2017-116 business park w1\specs\contract\15-bonds.doc B-5 Bonds Exhibit A IN WITNESS WHEREOF, the said Principal(s) and Surety(s) have signed and sealed this instrument this day of , 20 Hartford Fire Insurance Company Surety Y: Print Name: Clint Norris Title: Attorney -in -Fact Address: 2350 Airport Frwy., Suite 202 Bedford, Texas 76022 Phone/Fax: (817) 329-7007 Saber Development Corp. Principal Print Name: Walt Hannon Title: Vice -President Address: P.O. Box 540186 Dallas, Texas 75354 Phone/Fax: _(214) 366-1300 The undersigned surety company represents that it is duly qualified to do business in Texas and is listed on the U.S. Department of the Treasury list of approved sureties, and hereby designates Clint Norris, Attorney -in -Fact, an agent resident in Tarrant County, Texas, to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Hartford Fire Insurance Com Surety LIM Print Name: Clint Norris Address: 2350 Airport Frwy., Suite 202 Phone/Fax Bedford, Texas 76022 (817) 329-7007 NOTE: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorne -in-Fact we must have a copy of the Power of Attorney for our files, AND ATTACHED TO THIS BOND. jAclerical\anna edc\2017-116 business park w1\specs\contract\15-bonds doc B-6 Bonds Exhibit A MAINTENANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT Saber Development Corporation, as PRINCIPAL, and Hartford Fire Insurance Company, a CORPORATION organized under the laws of State of Connecticut as SURETIES, do hereby expressly acknowledge themselves to be held and bound to pay unto the Anna Economic Development Corporation, a municipal corporation at Anna, Collin County, Texas the sum of One Hundred Thirty -Six Thousand, Fifty Dollars and No Cents ($136,050.00) for the payment which sum well and truly to be made until said Anna Economic Development Corporation and its successors, said PRINCIPAL AND SURETIES do hereby bind themselves, their assigns and successors jointly and severally. THIS obligation is conditioned, however, that whereas said Saber Development Corporation. the Contractor, did on , 20 enter into a written Contract Agreement with the said Anna Economic Development Corporation to build and construct: BUSINESS PARK WATER LINE in the Anna Economic Development Corporation, Texas which Contract Agreement and the Plans and Specifications therein mentioned adopted by the Anna Economic Development Corporation, are hereby expressly made a part hereof as though the same were written and embodied herein. WHEREAS, under the Plans and Specifications, and Contract Agreement, it is provided that the CONTRACTOR will maintain and keep in good repair the work herein contracted to be done and performed for a period of two (2) years from the date of acceptance; it being understood that the purpose of this section is to cover all defective material, work or labor performed by said CONTRACTOR, its employees, sub -contractors, materialmen and assigns. NOW THEREFORE, if the said CONTRACTOR shall keep and perform its said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) years, as provided, then these presents shall be null and void, and have no further effect, but if default shall be made by the said CONTRACTOR in the performance of its Contract Agreement to so maintain and repair said work, then these presents shall have full force and effect, and said ANNA ECONOMIC DEVELOPMENT CORPORATION shall have and recover from said SURETY, damages in the premises, as provided, and it is further agreed that this obligation shall be a continuing one against the SURETY, hereon, and that successive recoveries may be had thereon for successive breaches until the full amount shall have been exhausted; and it is further understood that the obligation herein to maintain said jAclerical\anna edc\2017-116 business park wllspecs\con1ract\15-bonds.doc B-7 Bonds Exhibit A work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said Saber Development Corporation (Contractor), has caused these presents to be Hartford Fire Insurance Company (Surety Co.) executed by its ATTORNEY -IN -FACT Clint Norris and the said ATTORNEY -IN -FACT Clint Norris has hereunto set his hand this the day of 120 Hartford Fire Insurance Company Surety *By Print Name: Clint Norris Title: Attorney -in -Fact Address: 2350 Airport Fnw y., Suite 202 Bedford, Texas 76022 Phone/Fax: (817) 329-7007 Saber Development Corporation Principal LM Print Name: Walt Hannon Title: Vice -President Address: P.O. Box 540186 Dallas. Texas 75354 Phone/Fax: _ ?"4 366-1300 NOTE: If signed by an officer of the Suretv Comoanv. there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney -in -Fact, we must have a copy of the Power of Attorney for our files, AND ATTACHED TO THIS BOND. jAdericaRanna edc\2017-116 business park w1\specs\contract\15-bonds doc B-8 Bonds ECONOMIC DEVELOPMENT CORPORATION AGENDA ITEM: Item No. 4. EDC Agenda Staff Report Meeting Date: 8/3/2017 Staff Contact. Jessica Perkins Consider/Discuss/Action regarding adopting a resolution approving a reimbursement to Kirby Smith for costs associated with mowing portions of the Anna Business Park property. SUMMARY: Kirby Smith contacted staff related to the tall grass and weeds at their future Anna location in the Business Park. In order to do some preliminary work for their site some mowing needed to be completed. They are seeking reimbursement for this cost. STAFF RECOMMENDATION: Staff recommends you approve. ATTACHMENTS: Description Upload Date Type res. reimburse 7/31 /2017 Resolution ANNA ECONOMIC DEVELOPMENT CORPORATION RESOLUTION NO. A RESOLUTION OF THE ANNA ECONOMIC DEVELOPMENT CORPORATION APPROVING AND AUTHORIZING THE REIMBURSEMENT OF FUNDS TO KIRBY SMITH AND/OR KSMI PROPERTIES FOR MOWING FOR A PORTION OF PROPERTY KNOWN AS THE ANNA BUSINESS PARK PROPERTY WHEREAS, the Anna Economic Development Corporation (the "EDC") wishes to expend funds for the reimbursement of funds to Kirby Smith and/or KSMI Properties for the cost of mowing a portion of the property known as the Anna Business Park Property. NOW THEREFORE, BE IT RESOLVED BY THE ANNA ECONOMIC DEVELOPMENT CORPORATION, THAT: Section 1. Recitals Incorporated The recitals set forth above are incorporated herein for all purposes as if set forth in full. Section 2. Approval of Funding The EDC hereby authorizes the Chief Administrative Officer to charge the EDC's maintenance and building repair line item in the amount not to exceed $1500 for the reimbursement of funds to Kirby Smith and/or KSMI Properties for the cost of mowing a portion of the property known as the Anna Business Park Property. PASSED AND APPROVED by the Anna Economic Development Corporation this day of , 2017. APPROVED: ATTEST: Connie Stump, EDC President Lauretta Blacketer, EDC Secretary EDC OF ANNA, TEXAS RESOLUTION NO. PAGE 1 OF 1 ECONOMIC DEVELOPMENT CORPORATION AGENDA ITEM: Item No. 5. EDC Agenda Staff Report Meeting Date: 8/3/2017 Staff Contact. Jessica Perkins Update on signage for the building and monument sign for 312 N. Powell Parkway and "for sale" sign for Anna Business Park property. SUMMARY: STAFF RECOMMENDATION: ECONOMIC DEVELOPMENT CORPORATION AGENDA ITEM: Item No. 6. EDC Agenda Staff Report Meeting Date: 8/3/2017 Staff Contact. Jessica Perkins a. Deliberate regarding the purchase. exchange, lease or value of real property (Tex. Gov't Code 551.072) 312 North Powell Parkway. b. Consult with legal counsel on matters in which the duty of the attorney to the governmental body under the Texas Disciplinary Rules of Professional Conduct of the State Bar of Texas clearly conflicts with Chapter 551 of the Government Code (Tex. Gov't Code 551.071); c. Discuss or deliberate Economic Development Negotiations: (1) To discuss or deliberate regarding commercial or financial information that the Board of Directors has received from a business prospect that the Board of Directors seeks to have locate, stay, or expand in or near the territory of the City of Anna and with which the Board is conducting economic development negotiations; or (2)To deliberate the offer of a financial or other incentive to a business prospect described by subdivision (1). (Tex. Gov't Code 551.087) 312 North Powell Parkway. SUMMARY: STAFF RECOMMENDATION: ECONOMIC DEVELOPMENT CORPORATION AGENDA ITEM: Item No. 7. EDC Agenda Staff Report Meeting Date: 8/3/2017 Staff Contact. Jessica Perkins Consider/Discuss/Action regarding adopting a resolution approving the fiscal 2017- 2018 budget. SUMMARY: Staff will review the budget in detail during the meeting. However, the attached budget is not deviated much from previous draft versions. The attached budget has been reviewed by council. STAFF RECOMMENDATION: Staff recommends you approve. ATTACHMENTS: Description res. fy 17-18 budget exhibit EDC budget Upload Date Type 7/31/2017 Resolution 7/31/2017 Backup Material ANNA ECONOMIC DEVELOPMENT CORPORATION RESOLUTION NO. A RESOLUTION OF THE ANNA ECONOMIC DEVELOPMENT CORPORATION ADOPTING THE FY 2017-2018 FISCAL YEAR BUDGET WHEREAS, to be effective October 1, 2017, the Anna Economic Development Corporation (the "EDC") and subject to approval of the City of Anna City Council, the Board of Directors of the EDC desires to approve and adopt the EDC budget for the 2017-18 fiscal year; NOW THEREFORE, BE IT RESOLVED BY THE ANNA ECONOMIC DEVELOPMENT CORPORATION, THAT: Section 1. Recitals Incorporated The recitals set forth above are incorporated herein for all purposes as if set forth in full. Section 2. Adoption of Fiscal Year 2017-18 Budget The EDC Board of Directors hereby approves adopting the Anna Economic Development Corporation 2017-2018 fiscal year budget as set forth in Exhibit A, attached hereto and incorporated herein for all purposes as if set forth in full, subject to approval by the City of Anna City Council. PASSED AND APPROVED by the Anna Economic Development Corporation this day of , 2017. APPROVED: Connie Stump, EDC President ATTEST: Lauretta Blacketer, EDC Secretary EDC OF ANNA, TEXAS RESOLUTION NO. PAGE 1 OF 1 CITY OF ANNA FUND DEPARTMENT DIVISION 90 ECONOMIC DEVELOPMENT EDC 90 826E 826 CORPORATION DETAILS 2016 2017 2017 2018 LINE ITEMS / CHANGE ACTUAL BUDGET ESTIMATED PROPOSED 6208 OFFICE SUPPLIES $0 $350 $250 $0 -100.00% $0 $0 Basic office supply needs $250 $0 6209 OTHER SUPPLIES - MISC. $842 $3,000 $1,500 $0 -100.00% $0 $0 meals for meetings, coffee meetings, $1,500 $0 lunches, office etc... aerial maps $0 $0 6210 CLOTHING SUPPLIES $0 $700 $700 $0 -100.00% $0 $0 Purchase new shirts after branding project $700 $0 for board members, staff, CC 6212POSTAGE $336 $50 $50 $0 -100.00% $0 $0 stamps to pay bills, mailings for EDC $50 $0 marketing etc.. SUPPLIES $1,177 $4,100 $2,500 $0 -100.00% 6303 MAINT. AND REPAIR - BUILDINGS $3,700 $4,730 $11,570 $10,000 111.42% Cleaning Crew $1,800 $2,640 Electricity $2,400 $3,000 Gas atmos service $800 $1,032 Internet service $1,500 $1,704 Mlsc building Maintanence and Repairs - 312 $11,570 $10,000 N Powell MOVE TO 6703 CONTRACT SERVICES ($5,130) ($5,970) PEST CONTROL MOWING JANITORIAL MOVE TO 6708 IT SERVICES ($1,500) ($1,704) INTERNET SERVICE MOVE TO UTILITIES ($3,200) ($4,032) 6780 ELECTRIC 6781 GAS Mowing and Landscaping - 312 North Powell $2,850 $2,850 Pest Control - 312 North Powell $480 $480 water and trash service - moved $0 $0 MAINTENANCE $3,700 $4,730 $11,570 $10,000 111.42% 6703 CONTRACT SERVICES Janitorial Mowing and Landscaping - 312 North Powell Pkwy Pest Control Professional Services (EDC salary, Fin, IT, City Centric Planning, Funderburgh, Arch, entry feature design) $70,046 $48,300 $77,130 $30,970-35.88% $1,800 $2,640 $2,850 $2,850 $480 $480 $72,000 $25,000 CITY OF ANNA FUND DEPARTMENT DIVISION 90 ECONOMIC DEVELOPMENT EDC 90 826E 826 CORPORATION DETAILS 2016 2017 2017 2018 LINE ITEMS / CHANGE ACTUAL BUDGET ESTIMATED PROPOSED 6708 IT SUPPORT SERVICES $0 $0 $1,500 $1,704 0.00% Internet Service $1,500 $1,704 6711 TRAVEL EXPENSE $4,504 $6,800 $6,000 $0 -100.00% $0 $0 ICSC Las Vegas (1600 per person) $6,000 $0 ICSC Texas (650 per person) $0 $0 misc. rental car, additional attendees, $0 $0 TEDC (650 per person) Texas Economic $0 $0 Development Annual conference 6721 EDUCATION AND TRAINING $2,720 $3,300 $3,000 $0 -100.00% $0 $0 ICSC Las Vegas (600 per person) $2,000 $0 ICSC Texas (500 per person) $450 $0 TEDC (550 per person) - Alonzo Tutson $550 $0 6722 INSURANCE - PROPERTY AND LIABILITY $1,200 $1,350 $1,350 $1,450 7.41% TMIRP ID #74, EDC Building at 312 N Powell $1,350 $1,450 6735 PROMOTION EXPENSE $34,787 $37,500 $37,500 $0 -100.00% Branding Project (moved from 6703 Per 1P $10,000 $0 email 7/1/15) $14,500 Business Directory Map $0 $0 GACC Banquet - EDC is the sole sponsor of $5,000 $0 this event GACC Glowfest $8,000 $0 GACC July 4th $8,000 $0 Misc Promo - print ads, other sponsorship $6,500 $0 opportunities - marketing professional 6753 LEGAL EXPENSE $7,323 $12,000 $12,000 $5,000 -58.33% legalfees $12,000 $5,000 6755 AUDIT EXPENSE $2,149 $2,500 $3,000 $3,000 20.00% CPA services - audit, 1099, form 990 $3,000 $3,000 6761 DUES, PUBLICATIONS, PERMITS AND LICENSES $250 $0 $500 $0 0.00% ICSC $400 $0 Newspaper Publications $100 $0 TEDC $0 $0 6780 ELECTRICITY $0 $0 $2,400 $3,000 0.00% Electric for 312 N. Powell Pkwy $2,400 $3,000 6781 GAS - NATURAL/PROPANE $0 $0 $800 $1,032 0.00% Gas Atmos Service for 312 N. Powell Pkwy $800 $1,032 6782 CITY UTILITIES WATER/SEWER/TRASH $745 $800 $1,950 $2,500 212.50% CITY OF ANNA FUND DEPARTMENT DIVISION 90 ECONOMIC DEVELOPMENT EDC 90 826E 826 CORPORATION DETAILS 2016 2017 2017 2018 LINE ITEMS % CHANGE ACTUAL BUDGET ESTIMATED PROPOSED Utilities for Old PO bldg 312 N Powell - $1,950 $2,500 irrigation - $142 per month water, sewer trash = $66 per month 6783 TELECOM $0 $0 $0 $0 0.00% 6789 DEBT -SERVICE PRINCIPAL $397,774 $0 $0 $0 0.00% Business park purchase $0 $0 6790 INTEREST EXPENSE $4,667 $0 $0 $0 0.00% Business park $0 $0 Independent Bank Loan for 48 acre EDC $0 $0 property Southside Bank Loan for 312 N. Powell $0 $0 6799 OTHER SERVICES - MISC. $0 $0 $0 $0 0.00% EDC part-time administrative assistant $0 $0 SERVICES $526,166 $112,550 $147,130 $48,656 -56.77% 6756 ENGINEERING $0 $25,000 $25,000 $0 -100.00% Engineering Consultant Tech Park $25,000 $0 6931 LAND AND IMPROVEMENTS $0 $0 $725,000 $0 0.00% down payment on land $725,000 $0 6941 OTHER CAPITAL EXPENDITURES $50,000 $67,900 $187,650 $0 -100.00% $0 $0 waterline or other infrastructure project for $187,650 $0 the Anna Business Park CAPITAL EXPENDITURES $50,000 $92,900 $937,650 $0 -100.00% TOTAL 826 $581,043 $214,280 $1,098,850 $58,656 -72.63% CITY OF ANNA FUND DEPARTMENT DIVISION 90 ECONOMIC DEVELOPMENT EDC 90 826R 826 CORPORATION DETAILS 2016 2017 2017 2018 LINE ITEMS / CHANGE ACTUAL BUDGET ESTIMATED PROPOSED 5225 SALES TAX REVENUE - GENERAL $385,577 $375,000 $300,000 $0 -100.00% FY 16 Anticipated sales tax revenue $300,000 $0 5350 RENTAL $12,500 $22,500 $18,882 $25,716 14.29% IV agreement has been given a forbearance $0 $0 on rent until Jan. 12017 Tenent in Old Post Office Bldg $18,882 $25,716 IV - 1000 Biddle - 499 Wood - 449 Rodriguez - 150 5499 MISCELLANEOUS REVENUE $47,030 $0 $0 $0 0.00% $0 $0 5530 INTEREST REVENUE $3,986 $1,500 $1,750 $650 -56.67% interest $1,750 $650 REVENUES $449,094 $399,000 $320,632 $26,366 -93.39% 5853 OTHER FINANCIAL SOURCE FROM NOTES $0 $0 $43,980 $45,480 0.00% PAYABLE Empowered Training Center agreement $4,500 $6,000 payback Nimbix performance agreement payback $39,480 $39,480 OTHER SOURCE OF FUNDS $0 $0 $43,980 $45,480 0.00% TOTAL 826 $449,094 $399,000 $364,612 $71,846 -81.99% ECONOMIC DEVELOPMENT CORPORATION AGENDA ITEM: Item No. 8. EDC Agenda Staff Report Meeting Date: 8/3/2017 Staff Contact. Jessica Perkins Consider/Discuss/Action regarding adopting the minutes from the July 7,2017 meeting. SUMMARY: STAFF RECOMMENDATION: ATTACHMENTS: Description Upload Date Type -6-2017 EDC minutes 8/2/201 'i Backup Material MINUTES OF REGULAR MEETING OF THE ANNA ECONOMIC DEVELOPMENT CORPORATION ECONOMIC Thursday, July 6, 2017 DEVELOPMENT CORPORATION The Anna Economic Development Corporation ("CDC") of the City of Anna met at 7:09 p.m.', on Thursday, July 6, 2017, at the Anna City Hall Administration Building, 111 North Powell Parkway (Hwy. 5), Anna, Texas. 1. Call to Order Roll Call and Establishment of Quorum Connie Stump, President, called the meeting to order at 7:09 p.m., and after roll call and the establishment of a quorum, the following items were presented to the Directors for their consideration. Directors in attendance: Doug Hermann, Brent Thomas, Connie Stump, Anthony Richardson, Alonzo Tutson and Nate Pike Directors in Abstention: James Gurski A quorum was declared present and the floor was open for business. Others in attendance: Clark McCoy, legal counsel for CDC; Jessica Perkins, Chief Administrative Officer; and Lauretta Blacketer, secretary. 2. Invocation and Pledge 3. Citizen Comments — none 4. Consider/Discuss/Action approving a resolution amending resolution no.2017-03- 09 EDC to correct scrivener's error related to the expenditure of funds for a monument sign for property located at 312 North Powell Parkway. Doug Hermann made a motion to approve. Nate Pike seconded the motion. Motion passed all. 5. Consider/Discuss/Action regarding approving a resolution authorizing the expenditure of funds for identification and address letters for the front of the Inc -Cube building located at 312 North Powell Parkway. I NOTICE REGARDING MEETING TIME: In the event that the Anna Economic Development Corporation meets at the same time and place scheduled for this meeting, then this meeting will be delayed and will begin immediately after the conclusion of the meeting of the Anna Community Development Corporation. IMPORANT LEGAL NOTICE: The Corporation may vote and/or act upon each of the items listed in this agenda. The Corporation reserves the right to retire into executive session concerning any of the items listed on this agenda, whenever it is considered necessary and legally justified under the Open Meetings Act. Disabled person who want to attend the meeting and may need assistance should contact the City Secretary at 972-924-3325 two working days prior to the meeting so that appropriate arrangements can be made. 07-06-2017 Reg EDC Meeting — Page 1 After a brief discussion, Connie Stump made a motion to approve and Alonzo Tutson seconded the motion. All in favor. Motion passed. 6. Consider/Discuss/Action regarding approving a resolution authorizing a budget amendment for fiscal year 2016-2017. After a review of the budget, Anthony Richard made a motion to approve and Alonzo Tutson seconded the motion. All in favor. Motion passed. 7. Closed Session (exceptions): a. Discuss or deliberate the purchase, exchange, lease, or value of real property (Tex. Gov't Code §551.072). b. Discuss or deliberate Economic Development Negotiations: (1) To discuss or deliberate regarding commercial or financial information that the Board of Directors has received from a business prospect that the Board of Directors seeks to have locate, stay, or expand in or near the territory of the City of Anna and with which the Board is conducting economic development negotiations; or (2) To deliberate the offer of a financial or other incentive to a business prospect described by subdivision (1) (Tex. Gov't Code §551.087); 312 North Powell Parkway; Anna Business Park. Skipped. 8. Discussion/Review of the proposed fiscal year 2017-2018 budget. Staff presented the proposed line item budget. No action taken. 9. Consider/Discuss/Action regarding minutes from June 1, 2017 Motion made by Nate Pike to approve the minutes as written. Seconded by Brent Thomas. Motion passed by all. I NOTICE REGARDING MEETING TIME: In the event that the Anna Economic Development Corporation meets at the same time and place scheduled for this meeting, then this meeting will be delayed and will begin immediately after the conclusion of the meeting of the Anna Community Development Corporation. IMPORANT LEGAL NOTICE: The Corporation may vote and/or act upon each of the items listed in this agenda. The Corporation reserves the right to retire into executive session concerning any of the items listed on this agenda, whenever it is considered necessary and legally justified under the Open Meetings Act. Disabled person who want to attend the meeting and may need assistance should contact the City Secretary at 972-924-3325 two working days prior to the meeting so that appropriate arrangements can be made. 07-06-2017 Reg EDC Meeting — Page 2 10. Adjourn. Alonzo Tutson made a motion to adjourn the meeting. Anthony Richardson seconded the motion and the meeting adjourned at 7:52 p.m. APPROVED: Connie Stump President of EDC ATTESTED: Lauretta Blacketer Secretary of EDC I NOTICE REGARDING MEETING TIME: In the event that the Anna Economic Development Corporation meets at the same time and place scheduled for this meeting, then this meeting will be delayed and will begin immediately after the conclusion of the meeting of the Anna Community Development Corporation. IMPORANT LEGAL NOTICE: The Corporation may vote and/or act upon each of the items listed in this agenda. The Corporation reserves the right to retire into executive session concerning any of the items listed on this agenda, whenever it is considered necessary and legally justified under the Open Meetings Act. Disabled person who want to attend the meeting and may need assistance should contact the City Secretary at 972-924-3325 two working days prior to the meeting so that appropriate arrangements can be made. 07-06-2017 Reg EDC Meeting — Page 3