HomeMy WebLinkAboutRes 2024-06-1643 Contract with Blue Start Utility, LLC for Phase 1 of the Hurricane Creek Wastewater Interceptor ProjectCITY OF ANNA, TEXAS
RESOLUTION NO. 20;N - G to -104 3
A RESOLUTION OF THE CITY OF ANNA, TEXAS, AWARDING THE BID FOR PHASE
1 OF THE HURRICANE CREEK WASTEWATER INTERCEPTOR PROJECT TO BLUE
STAR UTILITY, LLC, IN THE AMOUNT NOT TO EXCEED TEN MILLION DOLLARS
AND ZERO CENTS ($10,000,000.00); AND PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, the Hurricane Creek Wastewater Interceptor Project is identified as a capital
sanitary sewer project in the City of Anna, Texas; and,
WHEREAS, the Hurricane Creek Wastewater Interceptor Project is required in order to
expand the City of Anna gravity sewer collection system West of US 75; and,
WHEREAS, The City of Anna, having solicited competitive sealed proposals in
accordance with State Law, opened said competitive sealed proposals on June 18, 2024,
at 2:00 P.M.; and,
WHEREAS, Blue Star Utilities, LLC, submitted the lowest qualified bid of $8,330,231.50.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
ANNA, TEXAS, THAT:
Section 1. Recitals Incorporated
The recitals above are incorporated herein as if set forth in full for all purposes.
Section 2. Authorization of Payment and Funding.
That the City Council of the City of Anna hereby authorizes the City Manager to execute
a contract in an amount not to exceed $10,000,000.00 to Blue Star Utilities, LLC for the
construction of the Hurricane Creek Interceptor Line Phase One.
That funding for the Hurricane Creek Sewer Line North project was appropriated in the
FY2024 Community Investment Program budget from the Wastewater Impact Fee
Fund. Additionally, revenue bonds in the amount of $12 million are being issued in
August to fund the construction of this necessary project. The cost of this construction
contract is not to exceed $10 million.
PASSED AND APPROVED by the City Council of the City of Anna, Texas on this 25+".
day of June 2024.
U'veMI
City Secretary, Carrie Land
1913
APPROVED:
, Pete Cain
CITY OF ANNA, TEXAS
CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF
Project: Hurricane Creek 42" Wastewater Interceptor
THE CITY OF
manna
PREPARED BY
Firm: Freese and Nichols, Inc
Date:5/16/24
108653
5/16/2024
FREESE AND NICHOLS, INC.
TEXAS REGISTERED
ENGINEERING FIRM
Table of Contents
ContractAgreement ................................. :......................................................................................... 1
Section 1. Documents Incorporated by Reference...................................................................................1
Section 2. Representation of the Contractor............................................................................................2
Section 3. Intent & Interpretation ........... :................................................................................................
2
Section 4. Contractor Performance..........................................................................................................4
Section 5. Time for Contractor's Performance; Delays.............................................................................4
Section 6. Fixed Price & Contract Payments.............................................................................................
6
Section 7. Information & Material Supplied by the City...........................................................................9
Section 8. Cease & Desist Order/Owner's Right to Perform Work...........................................................
9
Section 9. Contractor's Duties, Obligations & Responsibilities...............................................................10
Section10. Indemnity.............................................................................................................................13
Section 11. Claims by the Contractor.......:..............................................................................................13
Section 12. Subcontractors.....................................................................................................................14
Section13. Change Orders....................................................................................................................15
Section 14. Discovering & Correcting Defective or Incomplete Work....................................................17
Section 15. City's Right to Suspend Contractor's Performance..............................................................18
Section 16. Termination By the City........................................................................................................19
Section17.Insurance..............................................................................................................................20
Section 18. Performance & Payment Bonds; Surety Bonds....................................................................
22
Section19. Project Records....................................................................................................................
22
Section20. Applicable Law.....................................................................................................................
23
Section 21. Successors & Assigns............................................................................................................23
Section 22. Miscellaneous Provisions.....................................................................................................23
Section23. Entire Agreement.................................................................................................................24
Section24. Severability........................... :...............................................................................................
24
Section25. Waiver..................................................................................................................................25
Supplemental General Provisions.....................................................................................................25
Qualification Statement of Bidder Surety..........................................................................................41
PrevailingWages Rates.....................................................................................................................42
VendorsCompliance to State Law.....................................................................................................47
Conflict of Interest Questionnaire.....................................................................................................48
Affidavit Against Prohibited Acts .............. :....................................................................................... 50
Request for Certificate of Exemption from Texas Limited Sales, Excise & Use Tax..............................51
PerformanceBond...........................................................................................................................52
PaymentBond.................................................................................................................................54
Maintenance Bond...................................:.......................................................................................56
Certificateof Insurance....................................................................................................................58
Form1295.......................................................................................................................................61
Materials & Construction Methods...................................................................................................62
CONTRACT AGREEMENT
THIS Aaff i cane, NQQ)(. J12-' iUW 2 Contract (hereinafter this "Contract Agreement")
entered into this day of JuT, 20�2 -I by and between the CITY OF ANNA,
TEXAS, a Texas municipal corporation, ("City") and U ? ) • r„ b ° C
("Contractor"), located at 2400 c �.-.G�-, 11—j- 7.
74ot4
WITNESSETH:
WHEREAS, the City wishes to contract for the project identified as Hurricane Creek 42"
Wastewater Interceptor (the "Project"); and
WHEREAS, the Project shall include all work and activities necessary to complete the following
scope of work (hereinafter referenced as "Work"): Installations of approximately 1.9 miles of 42-inch
FRP gravity pipe, manholes, junction structure, and 24 LF 30-inch FRP gravity pipeline accordance with
the Contract Documents as that term is defined herein, and
WHEREAS, the Contractor has represented to the City 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 City has relied upon the above representations by the Contractor; and
WHEREAS, the City'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:
• Contract Agreement
• Supplemental General Provisions
• 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
• Request for Certificate of Exemption from Texas Limited Sales, Excise and Use Tax
• Performance Bond
• Payment Bond
• Maintenance Bond
• Certificate of Insurance
Contract Agreement
• Form 1295
• Technical Specifications
• Plans, Specifications and Drawings, and all other documents made available to bidder
for his inspection in accordance with the Invitation to Bid,
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 City, and any other amendments
executed by the City 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 City to execute the Contract and recognizing that the City is relying thereon, the
Contractor, by executing the Contract, makes the following express representations to the City:
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 City 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.
Contract Agreement
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 they City 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;
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 City 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 City 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 City, 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 City
immediately upon discovery of same for resolution.
Agreement
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
construction. Said items shall be submitted to the City, along with other required submittals
upon Completion of the Project, and receipt of same by the City shall be a condition precedent
to final payment to the Contractor. The Contractor shall prepare and submit final as -built
drawings to the City.
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 four
hundred twenty (420j calendar days following the issuance of the Notice to Proceed,
(sometimes hereinafter referred to as the "Contract Time"). This Contract Time includes
Fifteen (15) 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 City 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 City, estimated at the time of executing the Contract.
When the City reasonably believes,that Substantial Completion will be inexcusably delayed, the
City shall be entitled, but not required, to withhold from any amounts otherwise due the
Contractor an amount then believed by the City 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 City has withheld payment, the City
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 City's consulting architectlengineer or other appropriate independent contractor or
representative and approved by the City, the Project is at a level of completion in strict
Agreement
compliance with the Contract such that the City 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
6.06 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 City so as to plan its Work in coordinated sequence with the work of the City, 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 City 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 City, 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 City, 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 at any tier,
then the contract time shall be extended by Change Order for such reasonable time, if any, as
the City 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 City, 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 within 10 calendar
days of the beginning of a delay, obstruction, hindrance or interruption by the City. 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 City. 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 City, 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
Contract Agreement
reasonably requested by the City to demonstrate a delay in the progress of the Work or
the overall project completio6. 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 i 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 City if such delays or hindrances are within the City'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 City and which the
City fails to cure after a reasonable period after written notice.
(5) Without limitation, the City's exercise of its rights under provisions related to changes to
the Work, regardless of the extent or number of such changes, or the City'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.
Section 6. FIXED PRICE AND CONTRACT PAYMENTS
6.01 The City 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 $8,330,231.50!
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 City 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 101 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 City. 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 City), less
the total amount of previous payments received from the City. Payment for materials
stored offsite shall be at the discretion of the City and if approved, the Contractor shall
provide appropriate documentation to substantiate materials are stored in a bonded
warehouse or facility, title olr other proof of ownership has been transferred to the City,
and that materials have been purchased and paid for by the Contractor (copies of paid
invoices must be submitted to the City 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 City, 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 6.02 above for anticipated liquidated damages.
Contract Agreement
(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 City for such
changes in 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 City 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 City less such
amounts, if any, otherwise owing by the Contractor to the City or which the City shall
have the right to withhold as'authorized by the Contract, subject to approval by the City.
Approval of the Contractor's Payment Requests shall not preclude the City 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 City has previously paid is free
and clear of any lien, claim, or other encumbrance of any person whatsoever. As a
condition precedent to payment, the Contractor shall, if required by the City, also furnish
to the City properly executed waivers of lien or claim, in a form acceptable to the City,
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 City.
6.03 When payment is received from the City, 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 City becomes informed that the Contractor has not
paid a subcontractor, material man, laborer, or supplier as provided herein, the City 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 City 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 City, 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 City 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
City, nor any other act or omission by the City 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 City 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:
Contract Agreement
The quality of a portion, or all, of the Contractor's work not being in accordance with the
requirements of the Contract;
The quantity of the Contractor's work not being as represented in the Contractor's
Payment Request, or otherwise;
The Contractor's rate of progress being such that, in the opinion of the City, Substantial
Completion may be inexcusably delayed;
The Contractor's failure to use Contract funds, previously paid the Contractor by the City,
to pay Contractor's Project -related obligations including, but not limited to,
subcontractors, laborers and material and equipment suppliers;
Claims made, or likely to be made, agains
Contractor or its agents or subcontractors or
reasonably appear to be at fault;
Loss caused by the Contractor;
t
the City or its property for which the
others for whom it is responsible are, or
(7) The Contractor's failure or refusal to perform any of its obligations to the City, after
written notice and a reasonable opportunity to cure as set forth above.
In the event that the City makes written demand upon the Contractor for amounts previously
paid by the City as contemplated in this Section 6.05, the Contractor shall promptly comply with
such demand. The City'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 City in writing and shall furnish a listing of those matters, if any, yet to be
finished. The City will thereupon conduct a site review to confirm that the Project is in fact
substantially complete. If the City, 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
City 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 City 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 City, incurred for the
City 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 City 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 City 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 City 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 City thereof in writing. Thereupon, the City will perform a final site review of the Project. If
the City concurs that the Project is complete in full accordance with the Contract and that the
Contractor has performed all of its obligations to the City hereunder, the Contractor will furnish a
final Approval for Payment to the City certifying to the City that the Project is complete and the
Contract Agreement
Contractor is entitled to the remainder of the unpaid Contract Price, less any amount withheld
pursuant to the Contract. If the City 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 City from the Contractor's final payment;
6.08 The City 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 City has exercised any of its rights to investigate or remove.
Section 7. INFORMATION AND MATERIAL SUPPLIED BY THE CITY
7.01 The City 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 City and for no
other purpose. By furnishing such material, the City does not represent, warrant, or guarantee
its accuracy either in whole, in part, implicitly or explicitly, or at all.
7.02 Differing site conditions. The Contractor shall promptly, and before such conditions are
disturbed, notify the City 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 City
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 City 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 City. In the event the City issues such instructions to cease and desist, the Contractor
must, within seven calendar days of receipt of the City's instructions, provide a written, verified
plan to eliminate or correct the cause of the City's order, which plan appears to the City 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 City 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 City performing such work, which costs may be withheld from amounts due
to the Contractor from the City. The rights set forth herein are in addition to, and without
prejudice to, any other rights or remedies the City may have against the Contractor. If Work
completed by the City 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.
Contract Agreement
8.02 The provisions of this section shall tie in addition to the City'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 City:
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 City, the Contractor shall be
responsible for such work and shall! correct same bearing the costs set forth in Section 3.08
above.
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 capacity of the City's independent contractor as to all work it performs
under the Contract, and not as an agent, employee, or representative of the City;
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:
10 Contract Agreement
NAME
JYC R�O �jI�J
FUNCTION
PM/s yg d., r,. k
r
If at any time the City reasonably determines that any employee of the Contractor is not
properly performing the Work in the best interest of the City or the Project, or is
hindering the progress of the Work, or is otherwise objectionable, the City shall so
notify the Contractor, which shall replace the employee as soon as possible, at no
increased cost to the City.
9.07 The Contractor must submit to the City the Contractor's schedule for completing the work prior
to submittal of the first application for payment. The City 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
time to time and shall apply to the total project. Each such revision shall be fumished to the City.
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 City 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 City 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 City 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 City 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 A 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 City 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 City.
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
11 Contract Agreement
so, the City 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,ithe Contractor shall permit the City 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 City 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 City and other contractors hired by the City.
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 City, 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 City and members of the public, the Work itself and
unassembled components thereof, and other property at the site or adjacent thereto. As
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 City, 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 City 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 City 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 City 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 City 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 City 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 City.
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
12 Contract Agreement
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 fumish 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 City, the Contractor hereby
expressly agrees to indemnify and hold the:City harmless against any and all expenses and liabilities
arising out of the performance or default of the Contract as follows:
i
10.01 Contractor shall indemnify, and hold harmless, to the maximum extent permitted by law, City
and its officers, agents, employees, and consultants from and against any and all liability,
damages, losses, (whether in contract or in tort, including personal injury, accidental death or
property damage, and regardless; of whether the allegations are false, fraudulent or
groundless), and costs (including reasonable attorney'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.
10.02 Contractor's obligation to indemnify, ;defend and hold harmless shall remain in effect and shall
be binding upon Contractor whether such injury 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 City may immediately terminate or suspend this Contract Agreement.
Section 11. CLAIMS BY THE CONTRACTOR
Claims by the Contractor against the City,' 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 City shall be initiated by a written claim submitted to the City.
Notice of such claim shall be received by the City 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 City within 30 calendar days after notice has been received;
11.02 The Contractor and the City 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 City, 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 City,
unless extended by written agreement of the parties. As a condition precedent to the City having
any liability to the Contractor due to concealed and unknown conditions, the Contractor must
give the City written notice of, and an opportunity to observe, such condition prior to disturbing
13 Contract Agreement
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 City 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;
11.06 In connection with any claim by 1he Contractor against the City that would result in
compensation in excess of the Contract Price, any liability of the City 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 City in writing,
those parties required to be listed on the proposal form as subcontractors on the Project. Any
changes to this list at any time shall be subject to the prior approval of the City. The City shall, in
writing, state any objections the City may have to one or more of such subcontractors. The
Contractor shall not enter into a subcontract with an intended subcontractor to whom the City
objects. If at any time the City objects to a subcontractor, the Contractor shall solicit proposals
from potential replacements and shall submit the three lowest proposals to the City, along with
the Contractor's proposed choice as I 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 City 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
City, contingent upon the termination of the Contract for default or convenience as provided
herein, and only as to those subcontracts which the City 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.1 This contingent assignment will operate prospectively from
the effective date of assignment, and will not obligate the City to any liabilities existing on the
effective date of the assignment, for 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 City, at the City'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 City. Other than in matters of public safety or in time of emergency
14 Contract Agreement
management, the Contractor shall not take direction or act upon information from any City
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 City 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 City 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 City 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 I performance, for subsequent inclusion in a Change Order;
Construction Change Directives shall include a not -to -exceed preliminary price, against 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 City, 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.
i
13.04 Any change in the Contract Price resulting from a Change Order shall be determined as follows:
(1) By mutual agreement between the City 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 City and the Contractor, the change in the
Contract Price, if any, shall I 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 City requires.
15 Contract Agreement
The Contractor shall promptly submit such documentation and other supporting materials as the
City may require in evaluating the actual costs incurred or to be incurred.
13.06 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 perforlmance 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 City 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 City, the
Contractor's surety or by law. The Contractor's execution of the Change order shall constitute
the Contractor's warranty to the CityGthat 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.
i
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:
1. 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.
16 Contract Agreement
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 Cabor Costs
+ Contractor's Equipment Costs (includes owned/rental equipment)'
+ Applicable Subcontractor Costs
= Subtotal of Costs to the Contractor
+ Contractor's Overhead and Profit
= Total Cost or Credit to the Owner
13.08 Nothing Contained in this section shall be deemed to contradict or limit the terms of Section
6.06 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 City, such work shall be uncovered and displayed for
review by the City and/or its consultants upon request, and shall be reworked at no cost in time
or money to the City.
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 City, be uncovered and displayed for the City 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 City.
Otherwise, such costs shall be borne by the Contractor.
14.03 The Contractor shall, at no cost in time or money to the City, correct work rejected by the City as
defective or failing to conform to the' Contract. Additionally, the Contractor shall reimburse the
City for all testing, review, inspections and other expenses incurred as a result thereof.
14.06 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 City, 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 City.
14.06 The City 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
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.
17 Contract Agreement
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 City for the acceptance of defective or nonconforming work, the Contractor shall, upon
written demand from the City, pay the City 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 City 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
City agrees that the correction will require more than 10 calendar days to correct.
SectionIS. CITY'S RIGHT TO SUSPEND CONTRACTOR'S PERFORMANCE
15.01 In addition to the City's rights under Section 8 and elsewhere in this Contract Agreement, the
City 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 City. If any such suspension is directed by
the City, the Contractor shall immediately comply with same.
15.02 In the event the City directs a suspension of performance under this section, through no fault of
the Contractor, if the suspension is lifted other than by Termination, the City shall pay the
Contractor as full compensation for such suspension the Contractor's ordinary and reasonable
costs, actually incurred and paid, of:
(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).
16.03 The City 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 City 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.
16.04 The City'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 CITY
The City may terminate the Contract in accordance with the following terms and conditions:
16.01 Termination for Convenience. The City may, when in the interests of the City, terminate
performance under the Contract by the Contractor, in whole or in part, for the convenience of
the City. The City shall give written notice of such termination to the Contractor specifying when
18 Contract
termination becomes effective. The Contractor shall incur no further obligations in connection
with the work so terminated, otheF 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 City may direct the Contractor to assign the Contractor's right,
title and interest under termination orders or subcontracts to the City or its designee. The
Contractor shall transfer title and deliver to the City 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 City specifying the amounts due
because of the termination for convenience together with costs, pricing or other data
required by the City. If the Contractor fails to file a termination claim within six months
from the effective date of termination, the City 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:
(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 City'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 City, 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 City's sole option, and
19 Contract Agreement
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 City of completing the work, including all costs and
expenses of every nature incurred, has been deducted by the City, such remainder shall belong
to the Contractor. Otherwise, the Contractor shall pay and make whole the City 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 City 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 City 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 City's rights under this Section shall be in addition to those contained elsewhere herein or
provided by law.
�-T_T C7rWirmI.6_111:1•a1ki[d
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 City, 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 City has
been provided to, and approved by, City. An appropriate Certificate of Insurance shall be
satisfactory evidence of insurance. Until such insurance is no longer required by the Contract,
Contractor shall provide City with renewal or replacement evidence of insurance at least 30
days prior to the expiration or termination of such insurance.
17.03 Workers' Compensation/Emalover'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
20 Contract Agreement
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 City's request to
evidence such coverages. Except for workers compensation, the insurance policies shall name
the City 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 City 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 City 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 City the' required certificate(s) of insurance and endorsement(s)
before City 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 City may immediately terminate or suspend this Contract
Agreement. In the event of any termination or suspension, City may use the services of another
consultant or consultants, without City's incurring any liability to Contractor.
17.09 At its sole discretion, City may obtain or renew Contractor insurance, and City may pay all or
part of the premiums. Upon demand, Contractor shall repay CITY all monies paid to obtain or
renew the insurance. City may offset the cost of the premium against any monies due
Contractor from City.
17.10 The Contractor shall furnish to the City 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 City 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 City, upon the entire Work at the site to the
full replacement cost of the completed project. This coverage shall name City 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.
21 Contract Agreement
Section 18. PERFORMANCE AND PAYMENT BONDS; SURETY BONDS
18.01 Contractor shall provide City 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
City, 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 City with evidence
satisfactory to the City, 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 City 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
City 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 City. In such event, no further
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 City.
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 City for
all bonds required by the City, or otherwise listed therein if the form of the Bond is not
prescribed by the City.
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 City and/or its consultants for inspection and copying upon written request by the City.
Furthermore, said documents shall be made available, upon request by the City, 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
22 Contract Agreement
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 City.
Section 22. MISCELLANEOUS PROVISIONS
22.01 Construction Permits. The City hereby agrees to waive the charge for a City -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 City 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 City for any loss, cost or
expense incurred by, levied upon or billed to the City as a result of Contractor's failure to pay
any tax of any type due in connection with this Contract Agreement. Contractor shall ensure 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 City:
City of Anna
Attn: City Manager
120 West 7th Street
Anna, Texas 79406
If to the Contractor:
RiI-'t S1.i ()a:1.1.,_ t 3-1-
All , . 5.,., _ k1,Y, �'" _L..y
zGov r �.,_G..,
%/
VA'.. 1< 7I oka
23 Contract Agreement
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 City'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.
IN WITNESS WHEREOF, the Parties have executed this Contract Agreement under
their respective seals on the day and year first written above.
C�i�1:�7_I�tilil
DI—e c
By:
Brt ted Name: 70., A
Title: ✓t' c ,
OWNER:
Citv of Anna
By:
Printe ame: Ryan Henderson
Title: City Manager, City of Anna
ATTEST:
By• —
Printed Name: b,��,
Title: 60�7'�7161175
City Manager, City of
Anna
By: 2ZA •1,CIO v�
Printed Name: Carrie Land
Title: City Secretary, City of Anna
24
SUPPLEMENTARY GENERAL PROVISIONS
SECTION 1. SUPPLEMENTARY GENERAL PROVISIONS
1.01 PURPOSE OF SUPPLEMENTARY GENERAL PROVISIONS: This project shall be
constructed in accordance with the current City of Anna Standard Specifications
("Standard Specifications"), which include the NCTCOG Standard Specifications for
Public Works Construction, latest edition, and which for the purposes of this Contract
Agreement also include the these Supplementary General Provisions; provided that
where any discrepancies occur between the Supplementary General Provisions and
the Standard Specifications, the Supplementary General Provisions shall govern. The
Supplementary General Provisions are included herein for the purpose of adapting the
Standard Specifications to the project which is the subject of the Contract Agreement
and of adding thereto such further provisions as may be necessary to state the
agreement in its entirety.
1.02 SCOPE OF WORK:
A. Work is to be done in accordance with City of Anna Standard Specifications.
B. The work done under the contract documents shall consist of the following:
installations of approximately 1.9 miles of 42-inch FRP gravity pipe, manholes,
junction structure, and 24 LF 30-inch FRP gravity pipe.
C. The intent of the contract documents, including the Standard Specifications,
General Provisions, Technical Provisions, and other instruments, documents,
drawings, maps, etc., comprising the Plans and Specifications, is to describe a
completed work to be performed by the Contractor under the Contract Agreement
as an independent Contractor.
D. The contractor shall furnish all labor, superintendence, machinery, equipment and
all materials necessary to complete this project in accordance with contract
documents.
E. The Contractor will maintain at all times on the job site, a superintendent
authorized to receive and fulfill instructions from the engineer.
F. The Contractor further agrees that no part of the Contract Agreement shall be
assigned without prior written approval from City.
G. The Contractor hereby further agrees to pay to Owner as liquidated damages the
sum specified herein, and quoted below, for each calendar day in excess of the
time set forth in the contract documents for completion of this project. Contractor
shall anticipate the following number of calendar days for precipitation type
weather related delays. A total of 15 days will be alloted. These days shall
be anticipated and be included as part of the progress schedule.
25 General Provisions
LIUUIUAI ED 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 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 AMOUNT OF LIQUIDATED DAMAGES
Less than $25,000.00..................................... $100.00 Per Day
$25,000 to $99,999.99..................................... $500.00 Per Day
$100,000 to $999,999.00..................................... $500.00 Per Day
More than $1,000,000.00..................................... $600.00 Per Day
The sum of money thus deducted for such delay, failure for noncompletion 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 which the Owner would sustain and which shall be retained from
the monies due, or that may become due, the Contractor under this 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.
1.03 CONTRACTOR SURETY BONDS: With the execution and delivery of the Contract
Agreement, the CONTRACTOR shall furnish and file with the Owner in the amounts
herein required, the surety bonds specified hereunder. Without exception, the
Owner's bond forms, copies o`f which are amongst the Contract Documents and
incorporated into the Contract Agreement, must be used, and exclusive venue for any
lawsuit in connection with suchEbonds shall be in Collin County. Such surety bonds
shall be in accordance with the provisions of Texas Government Code, Chapter 2253,
as amended, and Art. 7.19-1 of the Insurance Code, as amended. These bonds shall
automatically be increased by , the amount of any change order or supplemental
agreement which increases the Contract Agreement price with or without notice to the
surety, but in no event shall a change which reduces the Contract Agreement amount
reduce the penal amount of such bonds. If the surety on any Bond furnished by the
CONTRACTOR is declared bankrupt or becomes insolvent or its right to do business
is terminated or ceases to meet the requirement as set forth above, CONTRACTOR
shall within 20 days thereafter substitute another Bond or surety which complies with
the requirement hereto.
26 General
A. PERFORMANCE BOND: A good and sufficient bond in an amount not less than
100-percent of the approximate total amount of the Contract Agreement, as
evidenced by the proposal, tabulation, or, conditioned on the faithful performance
of the work in accordance with the plans, specifications and Contract documents,
including performance of any guarantees or warranties required by Owner, and
including any extensions thereof, for the protection of the Owner. This bond shall
also provide for the repair and/or replacement of all defects due to faulty materials
and workmanship that appear or become known within a period of one year from
the date of completion and'acceptance of the improvement by the Owner or such
lesser or greater period as may be designated in the Contract Documents.
B. PAYMENT BOND: A good and sufficient bond in an amount not less than 100-
percent of the approximate total amount of the Contract Agreement, as evidenced
by the proposed tabulation, or otherwise solely for the protection and use of
payment bond beneficiaries who have a direct contractual relationship with the
prime Contractor or a subcontractor to supply public work or material.
C. MAINTENANCE BOND: A maintenance bond in the amount of 100% of the total
bid price shall be executed by the contractor as principal and by a corporate surety
acceptable to the owner. Said bond shall secure maintenance by the contractor
on the project made the subject of the Contract Agreement for two (2) years from
the date of acceptance of work by the owner.
D. SURETIES: No sureties shall be accepted by the Owner who are now in default
or delinquent on any bonds or who are interested in any litigation against the
Owner. All bonds shall be made on forms furnished by the Owner, and shall be
executed by not less than one corporate surety authorized to do business in the
State of Texas and acceptable to the Owner. Each bond shall be executed by the
Contractor and surety. Each surety shall designate on the bond the name,
address and phone number; of a representative for the surety located in a county
of the State of Texas acceptable to the Owner to whom any requisite notices may
be delivered and on whom service of process may be had in matters arising out of
such suretyship. The Owner reserves the right to reject and all sureties.
E. Additional or Substitute Bonds. If at any time the Owner is or becomes reasonably
dissatisfied with any surety of a performance or payment bond, the
CONTRACTOR shall, within five days after notice from the Owner to do so,
substitute an acceptable bond (or bonds), or provide any additional bond, and
such form and sum and signed by such other surety or sureties as may be
reasonably satisfactory to the OWNER. The premiums on such bond shall be paid
by the Contractor without recourse to the Owner. No further payments under the
Contract Agreement shall The deemed due or payable until the substitute or
additional bonds have been 'furnished to and accepted by the Owner.
27 General Provisions
1.04 LIMITATION OF LIABILITY, INDEMNIFICATION AND INSURANCE:
A. LIMITATION OF LIABILITY: The Contractor affirmatively represents that he is
skilled and experienced in the use and interpretation of drawings and
specifications such as those included in the Bid Documents of this Contract
Agreement. Further, he also affirmatively represents that he has carefully
reviewed the drawings and, specifications of this Contract Agreement and that he
has based his Bid solely on these documents, not relying in any way on any
explanation or interpretation —oral or written —from any other source. Unless the
Contractor shall give written notice to the design professional of any ambiguities
contained in the drawings or specifications prior to the submission of his bid, the
Contractor agrees that he shall be conclusively presumed that the Contractor has
exercised his aforementioned skill and experience and found the drawings and
specifications sufficient and free from ambiguities, errors, or omissions for the
purpose of determining his Contract Bid Price for the performance of the work in
conformity with the drawings and specifications.
Submission of a Bid without prior written notice to the Owner'sAgent or any
claimed ambiguities, errors or omissions shall constitute a waiver of any and all
bid -price -related claims by the Contractor that are based upon any alleged
ambiguities, errors, omissions or the like in the drawings or specifications.
B. INDEMNIFICATION: The Contractor agrees to indemnify, defend and save
harmless the OWNER and the Engineer, their consultants, agents and employees
from and against all loss or expense (including costs and attorney fees) by reason
of liability imposed by law upon the Owner, Engineer, consultants, agents and
employees for damages including bodily injury, including death and property
damage, including loss of use, sustained by any person or persons, arising out of
or in consequence of the performance of this work, whether such injuries to person
or damage to property is due or claimed to be due to the negligence of the
Contractor, his sub -contractors, the Owner, the Engineer, their consultants, agents
and employees, except only, such injury or damage as shall have been occasioned
by the sole negligence of the Owner, Engineer, Consultant, and/or other Agents.
C. INSURANCE: Contractor shall comply with each and every condition contained
herein. The Contractor shall provide and maintain, at his sole cost and expense,
until the work covered in the Contract Agreement is completed and accepted by
the City of Anna, the minimum insurance coverage as follows:
Commercial general liability insurance at minimum combined single limits of
$1,000,000 per -occurrence per -project and $2,000,000 general aggregate per -
project for bodily injury land property damage, which coverage shall include
products/completed operations ($1,000,000 products/completed operations
aggregate), and XCU hazards. Coverage for products/completed operations
must be maintained for' at least two (2) years after the construction work is
completed. Coverage must be maintained to cover the contractor's obligations
outlined in the Contract Agreement.
28 General Provisions
2. DEFINITIONS:
a) Certificate of coverage ("certificate"): A copy of a certificate of insurance,
a certificate of authority to self- insure issued by the commission, or a
coverage agreement (TWCC-81, TWCC-82, TWCC- 83, or TWCC-84),
showing statutory workers' compensation insurance coverage for the
person's or entity's employees providing services on a project, for the
duration of the project.
b) Duration of the project: Includes the time from the beginning of the work
on the project until the contractor's/person's work on the project has been
completed and accepted by the governmental entity.
Persons providing! services on the project ("subcontractor" in §406.096):
Includes all persons or entities performing all or part of the services the
contractor has undertaken to perform on the project, regardless of whether
that person contracted directly with the contractor and regardless of
whether that person has employees. This includes, without limitation,
independent contractors, subcontractors, leasing companies, motor
carriers, owner -operators, employees of any such entity, or employees of
any entity which furnishes persons to provide services on the project.
"Services" include, without limitation, providing, hauling, or delivering
equipment or materials, or providing labor, transportation or other service
related to a project. "Services" does not include activities unrelated to the
project, such as food/beverage vendors, office supply deliveries and
delivery of portable toilets.
c) The contractor shall provide coverage, based on proper reporting of
classification codes and payroll amounts and filing of any coverage
agreements, which meets the statutory requirements of Texas Labor
Code, Section 401.011(44) for all employees of the contractor providing
services on the project, for the duration of the project.
d) The contractor must provide a certificate of coverage to the governmental
entity prior to being awarded the Contract Agreement.
e) If the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project, the contractor must, prior
to the end of the coverage period, file a new certificate of coverage with
the governmental entity showing that coverage has been extended.
f) The contractor shall obtain from each person providing services on a
project, and provide to the governmental entity:
(1) a certificate of coverage, prior to that person beginning work on the
project, so the governmental entity will have on file certificates of
coverage showing coverage for all persons providing services on the
project; and,
29 General Provisions
(2) no later than 'seven days after receipt by the contractor, a new
certificate of coverage showing extension of coverage, if the coverage
period shown on the current certificate of coverage ends during the
duration of the project.
g) The contractor shall retain all required certificates of coverage for the
duration of the project and for one year thereafter.
h) The contractor shall notify the governmental entity in writing by certified
mail or personal delivery, within 10 days after the contractor knew or
should have known, or any change that materially affects the provision of
coverage of any person providing services on the project.
i) The contractor shall post on each project site a notice, in the text, form
and manner prescribed by the Texas Workers' Compensation
Commission, information all persons providing services on the project that
they are required to be offered, and stating how a person may verify
coverage and report lack of coverage.
j) The contractor shall contractually require each person with whom it
contracts to provide services on a project, to:
(1) provide coverage, based on proper reporting of classification codes
and payroll amounts and filing of any coverage agreements, which
meets the statutory requirements of Texas Labor Code, Section
401.011(44) for all of its employees providing services on the project,
for the duration of the project;
(2) provide to the contractor, prior to that person beginning work on the
project, a certificate of coverage showing that coverage is being
provided for all employees of the person providing services on the
project, for the duration of the project;
(3) provide the contractor, prior to the end of the coverage period, a new
certificate of coverage showing extension of coverage, if the coverage
period shown on the current certificate of coverage ends during the
duration of the project:
(4) obtain from each other person with whom it contracts, and provide to
the contractor:
• a certificate of coverage, prior to the other person beginning work
on the project; and,
• a new certificate of coverage showing extension of coverage, prior
to the end of the coverage period, if the coverage period shown on
the current certificate of coverage ends during the duration of the
project;
(5) retain all required certificates of coverage on file for the duration of the
project and for one year thereafter;
30 General Provisions
(6) notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the person knew or should have known,
of any change that materially affects the provision of coverage of any
person providing services on the project; and,
(7) contractually require each person with whom it contracts, to perform
as required by paragraphs (1) - (7), with the certificates of coverage to
be provided to the person for whom they are providing services.
k) By signing the Contract Agreement or providing or causing to be provided
a certificate of coverage, the contractor is representing to the
governmental entity that all employees of the contractor who will provide
services on the ,project will be covered by workers' compensation
coverage for the duration of the project, that the coverage will be
based on proper reporting of classification codes and payroll amounts,
and that all coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the commission's
Division of Self -Insurance Regulation. Providing false or misleading
information may subject the contractor to administrative penalties,
criminal penalties, civil penalties, or other civil actions.
1) The contractor's failure to comply with any of these provisions is a breach
of Contract Agreement by the contractor which entities the governmental
entity to declare the Contract Agreement void if the contractor does not
remedy the breach within ten days after receipt of notice of breach from
the governmental entity.
3. Comprehensive Automobile and Truck Liability Insurance, covering owned,
hired and non -owned vehicles, with a combined bodily injury and property
damage minimum limit of $1,000,000.00 per occurrence; or separate limits of
$500,000.00 for bodily injury (per person); $500,000.00 for bodily injury (per
accident) and $100,000.00 for property damage. Such insurance shall include
coverage for loading and unloading hazards.
4. Payment and performance bonds in the amount of the contract price and on
the form as provided in the contract documents.
PLEASE NOTE: The required limits may be satisfied by any combination of primary,
excess, or umbrella liability insurances, provided the primary policy complies with the
above requirements and the excess umbrella is following form. The contractor may
maintain reasonable and customary deductibles, subject to approval by the City of
Anna.
A comprehensive general liability insurance form may be used in lieu of a commercial
general liability insurance form. In this event, coverage must be written on an
occurrence basis, at limits of $1,000,000 per -occurrence, combined single limit, and
coverage must include a broad form comprehensive general liability endorsement,
coverage for products/completed operations, no restrictions on XCU hazards, and
broad form contractual liability covering the obligations included in the Contract
Agreement.
31 . General Provisions
With reference to the foregoing insurance requirement, Contractor shall specifically
endorse applicable insurance policies as follows:
• The City of Anna shall be named as an additional insured with respect to general
liability and automobile liability.
• All liability policies shall contain cross liability and severability of interest clauses.
• A waiver of subrogation in favor of the City of Anna shall be contained in the
workers' compensation insurance policy.
• All insurance policies shall be endorsed to require the insurer to immediately notify
the City of Anna of any material change in the insurance coverage.
• All insurance policies shall be endorsed to the effect that the City of Anna will
receive at least sixty (60) days notice prior to cancellation of termination of the
insurance.
All insurance shall be purchased from an insurance company that meets the following
requirements:
• A financial rating of A:V or better as assigned by the BEST Rating Company in the
most current edition of its manual.
• Licensed and admitted to do business in the State of Texas.
All insurance must be written on forms filed with and approved by the Texas State
Board of Insurance. Certificates of Insurance shall be prepared and executed by the
insurance company or its authorized agent and shall contain provisions representing
and warranting the following:
• The company is licensed and admitted to do business in the State of Texas.
• The insurances set forth by the insurance company are underwritten on forms
which have been approved by the Texas State Board of Insurance.
• Sets forth all endorsements and insurance coverages according to requirements
and instructions contained herein.
• Shall specifically set forth the notice of cancellation or termination provisions to the
City of Anna.
Upon request, contractor shall furnish the City of Anna with certified copies of all
insurance policies.
1.05 ADDENDUM: The owner reserves the right to issue an addendum prior to accepting
bids for the work. Such addendum(s) shall be, and are hereby made a part of these
specifications. Upon receipt of the addendum(s), the Contractor shall acknowledge
their receipt by listing the addendum(s) and signing in the appropriate spaces in the
Proposal.
32 General Provisions
1.06 CONSTRUCTION WATER: Construction water necessary for the normal construction
of this project will be provided, free to the Contractor. A deposit of fifteen hundred
dollars ($1,500.00) is required for a 2'/rinch City -owned construction meter. The
deposit(s) shall be paid at the Utility Office, located at 120 W 7'" Street, Anna, Texas
75409, prior to the use of meter. City owned meter(s) will be installed by the City
Utility Department, after the deposit has been made. Any damage that occurs to a
City meter during use will be repaired by the City at the expense of the Contractor.
The cost of the repairs will be deducted from the deposit and the remaining deposit
returned to the Contractor. This procedure will be followed wherever construction
water is needed. No exceptions to the rule will be sanctioned. If the meter is set on a
fire hydrant, a valve shall be provided so that the flow of the water is not controlled by
the operating nut on the fire hydrant. Where water is necessary only to settle dust on
the street, at the request of the property owners, the Project Engineer or Project
Inspector will notify the Contractor: The necessary application of water for dust shall
be considered subsidiary to the other bid items listed in the Proposal and Bid Form of
the Contract Agreement.
1.07 DETOURS AND BARRICADES: The Contractor shall, before closing any street or
causing any obstruction to traffic on any street, furnish and erect suitable barricades
and warning signs to protect the traveling public.
The barricades and warning signs will be constructed, placed, and
adequately maintained as directed by the City Engineer. All barricades and warning
signs shall conform to and be set in accordance with the Texas Manual on Uniform
Traffic Control Devices (TMUTCD)
1.08 TRENCH SAFETY: On all trenching in excess of five feet below existing grade, the
Contractor shall comply with the standards promulgated by the Occupational Safety
and Health Administration (OSHA), of the United States Government, regulating
excavations, trenching and shoring. Contractors shall refer to and abide by all OSHA
regulations published in 29 CFR 1926, et seq., July 1989 edition, and any revisions
thereto published in the Federal Register which may become effective during the
period of construction.
The contractor's attention is directed to the separate Bid Item for trench safety
systems, based on the linear feet of trench excavated, under which full payment will be
made for trench safety systems, including any additional excavation and back fill
required; sheeting, and bracing; ,for dewatering or diversion of water; for all jacking and
jack removal; and for all other labor, materials, tools, equipment, acquisition of soils
information and design of trench safety systems, and incidentals necessary to
complete the work. Changes made in the trench safety system after the initiation of
construction will not be cause for extension of time, claims for delay or approval of
change orders.
33 General Provisions
It is the sole duty, responsibility and prerogative of the Contractor, not the Owner or
Engineer, to perform all trenching in a safe manner and in accordance with OSHA
regulations. Any apparent unsafe trenching conditions observed by Owner, Engineer,
or their representatives on the site, shall be reported to OSHA as well as to
Contractor's job superintendent. Work stoppages or corrective actions required of
contractor by OSHA shall not be cause for extension of time, claims for delay or
approval of change orders.
The Contractor shall indemnify and hold harmless the City, its employees and agents,
from any and all damages, costs (including, without limitation, legal fees, court costs,
and the cost of investigation), judgments or claims by anyone for injury or death of
persons resulting from the collapse or failure of trenches constructed under the
Contract Agreement. The Contractor acknowledges and agrees that this indemnity
provision provides indemnity for the City in case the City is negligent either by act or
omission in providing for trench safety, including, but not limited to inspections, failure
to issue stop work orders and the hiring of the Contractor.
1.09 PRICE FOR MATERIALS AND STATE SALES TAX: After award of the Contract
Agreement, the City of Anna will, on written request of the Contractor, furnish the
Contractor with a certificate of exemption from Texas Limited Sales, Excise, and Use
Tax in an amount not exceeding the above -mentioned bid price for materials and other
tangible personal property as stated in the request form. Such written request must
contain a statement to the effect that such materials or property have been or will be
utilized in the performance of the Contract Agreement to the full extent of the amount
for which a certificate of exemption is requested.
1.10 ACCESS TO PRIVATE PROPERTIES: The Contractor will put all private drives in an
accessible condition to allow residents ingress and egress before leaving the job site
for an extended period of time except during the pouring and curing of drive
approaches. "Extended period of time" is defined as overnight, weekends, holidays, or
periods of inclement weather. The Contractor will leave with the PROJECT
ENGINEER the phone numbers of responsible persons available twenty-four (24)
hours a day to handle emergencies concerning egress and ingress. If a vehicle
becomes stranded due to an inaccessible condition, any legitimate claims arising from
such conditions shall be the sole responsibility of the Contractor. If such claims are
not settled prior to the monthly pay estimate, they shall be deducted from that
estimate.
1.11 USE OF PRIVATE PROPERTY: The Contractor shall not at any time use private
property to park or turn around construction vehicles or store equipment and/or
materials without the written permission of the property owner involved. The
Contractor shall not at any time use water metered by meters set for the property
owners use without written permission of the property owner.
1.12 PROTECTION OF ADJOINING PROPERTY: The Contractor shall be responsible for
the protection of all fences, trees, and other improvements on the property adjoining
the construction sites from damage by the Contractor's equipment and men.
34 General Provisions
1.13 PROTECTION OF EXISTING UTILITIES: The Contractor shall make every effort to
protect existing utilities. Telephone, gas, and electric lines occur within the
construction limits of this project and should be avoided during construction.
1.14 CLEANUP: It is the intent of the Contract Agreement to ensure that an adequate
cleanup job be performed by the Contractor as soon during the construction procedure
as possible. Before the project is accepted by the City, all rocks, stones, and other
construction debris shall be removed to the satisfaction of the Engineer. All necessary
cleanup work shall be considered subsidiary to the various bid items on the Contract
Agreement.
1.15 GOVERNING DOCUMENTS: The work shall conform to the requirements of these
specifications and the details as shown on the drawings. These contract documents
are intended to be complementary. Requirements of any of the contract documents
are as binding as if called for by all. In the event of conflict between the Contract
Agreement and any other contract documents, the Contract Agreement shall govern.
In the event of conflict between the drawings and the specifications, the project
engineer's interpretation of the drawings shall have priority. In case of conflict between
the referenced specifications and the project specifications, the project specifications
shall govern.
1.16 SCHEDULE: The Contractor shall provide the project engineer with a schedule of the
proposed work upon request.
1.17 MONTHLY ESTIMATE: Monthly estimates shall be processed as specified by the
North Central Texas Council of Governments Standard Specifications for PUBLIC
Works Construction. Item 109.5.
1.18 SAFETY: Safety precaution shall be used at all times during progress of the work. As
appropriate, workman shall be furnished with hard hats, safety shoes, protective
gloves, and any other safety apparel that the Contractor determines will reduce the
possibility of accidents.
The Contractor shall be solely responsible for ensuring the safety of its crew(s),
employees and subcontractors, along with the safety of the public, as the work
required by these contract documents is performed.
1.19 STOCKPILE/EQUIPMENT AREAS: It shall be the responsibility of the Contractor to
secure stockpile areas and equipment storage areas.
1.20 BOUND COPY OF CONTRACT DOCUMENTS: Bidder understands and agrees that
the Contract Agreement to be executed by offeror/bidder shall be bound and include
the documents set forth as such 'in the Contract Agreement.
1.21 DRUG -FREE WORKPLACE POLICY: It is the Owner's policy to maintain a drug -free
workplace. The Contractor agrees to implement during the progress of this Contract
Agreement a drug -free workplace policy. The policy shall include the following
provisions:
A. Contractor shall have a drug -free workplace policy;
35 General
B. Contractor shall have a drug awareness program;
C. Contractor shall require all employees to receive a copy of the drug -free workplace
policy;
D. Contractor shall notify Owner of any employee conviction arising from drug use;
E. Contractor shall make a "good faith" effort to continue to maintain a drug -free
workplace.
1.22 TEXAS STATE SALES TAX: The Contract Agreement is issued by an organization
which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the
Texas Limited Sales, Excise and Use Tax Act.
The Contractor must obtain a limited sales, excise and use tax permit which shall
enable him to buy the materials to be incorporated into the work without paying the tax
at the time of purchase.
1.23 LABOR AND WORKING HOURS: Attention of each bidder is particularly called to the
schedule of general prevailing rate of per diem wages included in these contract
documents. The wage rate which must be paid on this project shall not be less than
specified in the schedule of general prevailing rates of per diem wages as above
mentioned. The bidder's attention is further directed to the requirements of Article
5159a, Vernon's Annotated Civil Statutes, providing for the payment of the wage
schedules above mentioned and the Bidder's obligations thereunder. The inclusion of
the schedule of general prevailing rate of per diem wages in these contract documents
does not release the Contractor from compliance with any wage law that may be
applicable. Construction work under the Contract Agreement requiring an inspector
will not be performed on weekends or holidays unless the following conditions exist:
A. The project being constructed is essential to the City of Anna's ability to provide
the necessary service to its citizens.
B. Delays in construction are due to factors outside the control of the Contractor. The
Contractor is approaching the time when the liquidated damages provisions of the
Contract Agreement become applicable and Contractor can show he has made
diligent effort to complete the project within the allotted time. Standard working
hours are Monday through Friday, 8:00 a.m. - 5:00 p.m., not including the following
holidays: New Year's Day, Dr. Martin Luther King's Birthday, Good Friday,
Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day,
Friday after Thanksgiving, Christmas Eve, and Christmas Day. Any of these
holidays falling within a weekend may be designated to a Monday or Friday at the
discretion of the City.
Before construction work requiring an inspector is to be performed on weekends or
holidays, the Contractor must notify the Project Manager not less than three
(3) full working days prior to the weekend or holiday he desires to do work
and obtain written permission from the Project Manager to do such work.
The final decision on whether to allow construction work requiring an inspector
on weekends or holidays will be made by the Project Manager.
36 General Provisions
In any event, if a condition should occur or arise at the site of this project or from
the work being done under this contract which is hazardous or dangerous to
property or life, the Contractor shall immediately commence work, regardless of
the day of the week or the,time of day, to correct or alleviate such condition so that
it is no longer dangerous to property to life.
1.24 TWO-YEAR MAINTENANCE BOND: Prior to final acceptance the Contractor shall
furnish the City of Anna a maintenance bond to guarantee against defects in the
construction or equipment furnished for the project for one year following acceptance.
The bond shall be executed by a surety company holding a license to do business in
the State of Texas and acceptable to the City of Anna, in an amount equal to one
hundred (100) percent of the Contract Agreement.
1.25 AMERICAN DISABILITIES ACT: "Any person, firm business, partnership, or
corporation that provides a service or function to the public or employees, agents or
officials of the city of which is performed on behalf of the City of Anna, shall comply
with 42 U.S.C. 1210-12213 and any amendments thereto, known as the "American
Disabilities Act of 1990"."
1.26 USE OF SUBCONTRACTORS: Upon award of bid, Contractor shall provide City with
a list of all possible subcontractors the Contractor may use for the project. City
reserves the right to exclude any subcontractor from the project that it reasonably
deems unacceptable for the project. The City shall notify contractor in writing of its
intent to exclude any subcontractor.
1.27 RIGHT TO SHUT DOWN: The City, through its owner representative or otherwise,
reserves the right to shut down the project.
1.28 UNCONTROLLABLE CIRCUMSTANCES: In the event a Party hereto cannot fully
perform its obligations hereunder due to the intervention of an "Uncontrollable
Circumstance", as that term is defined below, then, providing such Party has fully
complied with the provisions of this section, such Party shall be excused from such
performance but only to the extent and only in the manner set forth herein.
For the purposes of this Agreement an Uncontrollable Circumstance shall mean:
A. With respect to the Contractor:
1. An Act of God in the form of an unusually severe storm, or Flood, or fire or
similar event, that could not have been anticipated or guarded against which
materially affects the work site, including access or egress thereto;
2. A riot or war situation actually involving the site or actually preventing the
Contractor from working on the site, but not including any situations involving
suppliers off -site other than those essential suppliers set forth in Exhibit A*;
3. An unanticipated strike `involving the forces actually working on the project or
involving the employees of those essential suppliers set forth in Exhibit A*, but
no other labor stoppage.
* Contractor must set forth essential suppliers in an Exhibit A within five (5)
business days of award of final contract.
37 General Provisions
Provided however, that no such claimed Uncontrollable Circumstance shall be
deemed an Uncontrollable Circumstance for the purposes of this Agreement
unless such event actually and directly necessitated a delay in the work around
the delays resulting from such Uncontrollable Circumstance.
B. With respect to the Owner, an Uncontrollable Circumstance shall mean:
1. The inability to deliver the Site to the Contractor as scheduled due to the
intervention of a third Party such as a Court or an agency of a higher level of
government.
2. The inability of the Owner to perform its oversight, review and approval
functions due to the actual strike of its employees or those of its essential
consultants employed for such purpose, but only for such reasonable period of
time as might actually be required to replace such forces.
In the event either Party is he victim of an Uncontrollable Circumstance as that
term is defined above, such Party shall put the other on written notice as soon as
practicably possible. Such notice shall specify the Uncontrollable Circumstance
and the anticipated affect it will have on that Party's abilities to perform its
obligations under the Contract Agreement. As soon thereafter as is practical, but
in any event within ten (10) days of such Uncontrollable Circumstance, the
affected Party shall provide the other Party, in writing, with its plan to deal with the
affects of such Uncontrollable Circumstance and with its proposed amendments to
all affected schedules necessarily resulting therefrom.
1.29 CONSTRUCTION SUPERVISION: The Contractor will, at all times, maintain one
project superintendent per project who will provide the following functions. He/she will
be on site when and where construction activity occurs. He/she will maintain
communication with all subcontractors and contractor employees performing
construction activities. He/she will be available 24 hours a day, for the duration of the
project, for emergency calls concerning events at project sites. He/she will accept no
additional responsibility from the Contractor which would inhibit the performance of the
above stated functions.
In the event that the project consists of multiple sites, the project superintendent will
identify to the Owner a responsive person at each site with construction activity. The
project superintendent will maintain communication with that responsible person
during all construction activity. In this even, the project superintendent will not be
identified as a responsible person for any given site.
If the Owner determines that the performance of the above functions is not being
maintained at any time, the Owner reserves the right to shut down the project, at the
contractor's expense, until performance of said functions is restored.
1.30 CONFINED SPACE POLICY: Contractor will be responsible for the establishment and
coordination of and required compliance with a Confined Space Entry Program as
required by federal law and City ordinance and shall inform the Owner of said
program. Contractor will obtain any available information regarding permit space
hazards from the Owner and will coordinate all entry operations with the Owner.
Contractor shall provide, install, operate, and maintain such monitoring, ventilation,
38 General Provisions
and personal protective equipment to provide access to any and all confined space as
required by Contractor's Confined Space Entry Program. Said equipment shall meet.or
exceed the requirements of the Occupational Safety and Health Act (OSHA), federal,
state, and local authorities. Contractor shall provide labor, equipment, and materials
necessary to place, operate, and maintain the said equipment as necessary for
entrance into confined spaces by the Contractor or OWNER. At no time shall work be
done by the Contractor within confined spaces without providing said equipment.
Payment for this item shall be subsidiary to all other pay items.
1.31 TEMPORARY SUSPENSION OF WORK: Contractor may from time to time be
required by OWNER to temporarily suspend project operations in one area and to
commence or continue project operations in another area. Owner may make such
requirement for any reason which Owner deems reasonable and/or necessary,
including but not limited to as a result of a court order, failure by the OWNER to secure
the necessary easements, right of way, or permits required, conflicts between existing
or contemplated utilities and the work, and Acts of God. Such requirement may be oral
or may be in writing. In the event that the Contractor is delayed for sixty (60) or less
days as a result of any temporary suspension as described above, Contractor shall not
be entitled to nor shall such delay serve as the basis as a claim for additional
compensation to Contractor or damages for mobilization, re -mobilization, or any other
damages sustained or alleged to have been sustained by Contractor.
1.32 FINAL COMPLETION AND ACCEPTANCE: Within ten (10) days after the Contractor
has given the Engineer written notice that the work has been completed, or
substantially completed, the Engineer and the Owner shall inspect the work and within
said time, if the work be found to be completed or substantially completed in
accordance with the Contract Documents, the Engineer shall issue to the Owner and
the Contractor his Certificate of Acceptance of the work to the Contractor or to advise
the Contractor in writing of the reason for non -acceptance.
1.33 FINAL PAYMENT: Upon the issuance of the Certificate of Completion, the Engineer
shall proceed to make final measurements and prepare final statement of the value of
all work performed and materials furnished under the terms of the Agreement and
shall certify same to the Owner, who shall pay to the Contractor on or after the 30th
day, and before the 35th day, after the date of the Certificate of Completion, the
balance due the Contractor under the terms of this Agreement, provided he has fully
performed his contractual obligations under the terms of the Contract Agreement; and
said payment shall become due in any event upon said performance by the
Contractor. Neither the Certificate of Acceptance nor the final payment, nor any
provision in the Contract Documents, shall relieve the Contractor of the obligation for
fulfillment of any warranty which may be required.
39 General Provisions
1.34 PAYMENTS WITHHELD: The Owner may, on account of subsequently discovered
evidence, withhold or nullify the whole or part of any certificate to such extent as may
be necessary to protect himself from loss on account of:
(a) Defective work not remedied.
(b) Claims filed or reasonable evidence indicating probable filing of claims.
(c) Failure of the Contractor to make payments properly to subcontractors or for
material or labor.
(d) Damage to another contractor.
(e) Reasonable doubt that the work can be completed for the unpaid balance of the
Contract Agreement amount.
(f) Reasonable indication that the work will not be completed within the contract time.
When the above grounds are removed or the Contractor provides a Surety Bond
satisfactory to the Owner, which will protect the Owner in the amount withheld,
payment shall be made for amounts withheld because of them.
40 General Provisions
EXECUTED IN DUPLICATE
QUALIFICATION STATEMENT OF BIDDER'S SURETY
SUBMITTED TO: City of Anna
BIDDER: Blue Star Utilities, LLC
ADDRESS. 2600 Chambers St. Venus TX 76084
PHONE: 817-539-9950
1. Has this surety furnished contract bonds on contracts now complete? 0
2. Has this surety furnished contract bonds on contracts now incomplete? 4
$. What is the maximum bonding capacity of this Contractor? $100,000,000:00
4. Is the current financial information on this Contractor satisfactory? Yes
5. Does information obtained indicate accounts are paid when due? Yes
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?
Yes
REMARKS:
(IN DUPLICATE)
SURETY: UnitedStates,FireInsurancmpany
SIGNED:
r
TITLE: _ Sean McCauley Tr. A orney-In-Fact
ADDRESS: 5710 LBJ Fwy., Ste. 235
CITY: Dallas, `
STATE: TX ZIP:
PHONE: 214-989-7047
Qua llRcationStatement o BBrdderSurety
41
POWER OF ATTORNEY
UNITED STATES FIRE INSURANCE COMPANY
PRINCIPAL OFFICE -MORRISTOWN, NEW JERSEY
11303
KNOW ALL MEN BY THESE PRESENTS: That United States Fire Insurance. Company, a corporation duly organized and existing under the laws of the
state of Delaware;has made, constituted and appointed, and does hereby make, constitute and appoint:
Sean McCauley, Jr., Sarah Timmons, Asklyn Simchik, Jarmd Yost Sam Duckett, Bridget Tntxillo,
Liam Hackett Alex Rausch, Sterling Ward
each, its true and lawful Attomey(s)-in-Fact, with.full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and
deliver. Any and all bonds and undertakings of surety and other documents that theordinary course of surety business may require, and to bind United States
Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the
regularly elected officers of United States Fire htsornm Company at its principal office, in amounts or penalties: Unlimited
This Power of Attorney limits the act of those maned therein to the bonds and undertakings specifically named therein, and they have no authority to
bind United States Fire Insurance Company except in the manner and to the extent therein stated.
This Power of Attorney is granted pursuant to Article IV ofthe By -Laws of United States Fire Insurance Company as nowin full force and effect;
and consistent with Article III thereof; which Articles provide, in pertinent part:
Article IV, Execution of Instruments - Except as the Board of Directors may authorize by resolution, the Chairman ofthe Board, President any
Vice -President any Assistant Vice President, the Secretary, or any Assistant Secretary shall have power on behalf of the Corporation:
(a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations, instruments and
documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings,
recogaizances, powers of attorney or revocations of any powers of attomey, stipulations, policies of insurance, deeds, leases, mortgages,
releases, satisfactions and agency agreements;
(b) to appoint in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the
seal of the Corporation.
Article III, Officers, Section 3.11, Facsimile Signatures. lire signature of any officer authorized by the Corporation to sign any bonds,
guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance
issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In. addition, if and as authorized by the Board of
Directors; dividend warrants or checks, or other numerous instnments similarto one another in fort, may be signed by the facsimile signature
or signatures, lithographed or otherwise produced, of such officer or officers ofthe Corporation as from time to time may be authorized to sign
suchinstruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of
any person or persons who shall have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be
such at the time when such instruments shall be issued.
IN WITNESS. WHEREOF, United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and
its corporate seal hereunto affixed this 28th day of September, 2021.
UNITED STATES FIRE INSURANCE COMPANY
State ofNew Jersey} Matthew E. Lubin, Presider
County of Morris }
On this 281h day of September, 2021, before me, a Notary public of the State of New Jersey, came the above named officer of United Stares Fire
Insurance Company, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing
instrument and affixed -the seal of United States Fire Insurance Company thereto by the authority of his office.
MI11MRD'A M10_.
NOTARY P0l3LIO M NEW dHtL$M .
Ruiltiaalan6 8012M AA
RJICna�SltnE�iea I �I%'���� n t
Melissa H. D'Alessio (NotaryPublic)
I, the undersigned officer of United States Fire Insurance Company, a Delaware corporation, dohereby certify that the original Power of_.�ftQmey otivhich
the foregoing is a fun, true and correct copy is still,in force and effect and has not been revoked -,;\,`IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company en:he �^ day
of June 2024
UNITED STATES FIRE INSURANCE COMPANY = _
Michael C. Fay, Senior Vice President
PREVAILING WAGE RATES FOR MUNICIPAL CONSTRUCTION IN
ANNA, TEXAS
General Decision: TX20220018 TX28
Date: 04/29/2022
Construction Types: Heavy
Counties: Collin, Dallas, Denton, Ellis, Kaufman and Rockwall Counties in Texas.
Rates are for Heavy — Water & Sewer ,Lines / Utilities (including Related Tunneling where the
Tunnel is 48" or less in diameter) construction projects only.
For other wage rates or for updated rates, please the Texas General Decision County Index
located at https:Hsam.gov/content/home
42 Prevailing Wage Rates
"General Decision Number. TX20220018 04/29/2022
Superseded General Decision Number. TX20210018
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 48"" or Less in Diameter)
Note: Contracts subject to the Davis -Bacon Act are generally
required to pay at least the applicable minimum wage rate
required under Executive Order 14026 or Executive Order 13658.
Please note that these Executive Orders apply to covered
contracts entered into by the federal government that are
subject to the Davis -Bacon Act itself, but do not apply to
contracts subject only to the Davis -Bacon Related Acts,
including those set forth at 29 CFR 5.1(a)(2)-(60).
a contract is entered Executive Order 14026
on or after January 30, generally applies to the
2, or the contract is contract. I
:wed or extended (e.g., an I. The contractor must pay
)n is exercised) on or all covered workers at
January 30, 2022: least $16.00 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 2022. 1
llf the contract was awarded onl. Executive Order 13658
for between January 1, 2015 andl generally applies to the
JJanuary 29, 2022, and the I contract. I
lcontract is not renewed or I. The contractor must pay all[
eextended on or after January I covered workers at least
130, 2022: 1 $11.25 per hour (or the I
I I applicable wage rate listed[
I I on this wage detennination,l
I I if it is higher) for all I
I I hours spent performing on I
I I that contract in 2022. 1
The applicable Executive Order minimum wage rate will be
adjusted annually. If this contract is covered by one of the
Executive Orders and a classification considered necessary for
performance of work on the contract does not appear on this
wage determination, the contractor must still submit a
conformance request
Additional information on contractor requirements and worker
protections under the Executive Orders is available at
https:/Avww.dol.gov/agenciestwhd/govemment-contracts.
Modification Number Publication Date
0 01/07/2022
1 02/25/2022
43 Prevailing Wage Rates
04/29/2022
PLUM 0100-002 11 /01 /2021
Rates Fringes
Plumbers and Pipefitters ......... $34.48 13.07
• SUTX1991-004 09/23/1991
Rates Fringes
Laborers:
Common ......................$ 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.•
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
•• Workers in this classification may be entitled to a higher
minimum wage under Executive Order 14026 ($15.00) or 13658
($11.25). Please see the Note at the top of the wage
determination for more information.
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
https://www.dol.gov/agencies/whd/govemment-contracts.
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
44 Prevailing Wage Rates
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 idenfifier 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.
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 5113/2014. 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 determinafion. 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, 100% of the data reported for the
classifications was union data. EXAMPLE: UAVG-OH-Obl0
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.
45 Prevailing Wage Rates
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
National Office because National Office has 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.
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 tabor
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 DECISIO"
46 Prevailing Wage Rates
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.
/_�
❑ 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.
B. E� Our principal place of business or corporate office is in the State of Texas.
BIDDER/OFFEROR:
Company: 2
Address: 2 4 d o �,..,Go�� 1 7
City State Zip
Phone: tf 17 - 3 9 - f5 a
By: J 0� Z t�__ �+
(please print)
Signature: D
Title:
(please print)
THIS FORM MUST BE RETURNED WITH YOUR QUOTATION
20 - Vendors Compliance to State Law
47
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session.
OFFICE USE ONLY
This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who
Date Recaved
has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the
vendor meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local governmental entity not later
than the 7th business day after the date the vendor becomes aware of facts that require the statement to be
filed. See Section 176.006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An
offense under this section is a misdemeanor.
jJ Name of vendor who has a business relationship with local governmental entity.
13/-c s�_, U4-'J 1-, -4, �-1
2 ❑Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated
completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which
you became aware that the originally filed questionnaire was incomplete or inaccurate.)
3 Name of local government officer about whom the information is being disclosed.
Name of Officer
4 Describe each employment or other business relationship with the local government officer, or a family member of the
officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIO as necessary.
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income,
other than investment income, from the vendor?
a Yes No
B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction
of the local government officer or a family member of the officer AND the taxable income is not received from the
local governmental entity?
aYes Ej No
6 Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or
other business entity with respect to which the local government officer serves as an officer or director, or holds an
ownership interest of one percent or more.
6
❑Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts
as described in Section 176.00 (B), excluding gifts described in Section 176.003(a-1).
7
h 2711.1.4
Signature n s with the governmental entity Datt
Form provide�xas Ethics Commission ww4. ethics. state.tx. us Revised 1/1/2021
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
A complete copy of Chapter 176 of the Local Government Code maybe found at hftp://www.statutes.legis.state.tx.us/
Does/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form.
Local Government Code S 176.001(1-a): "Business relationship" means a connection between two or more parties
based on commercial activity of one of the parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an
agency of a federal, state, or local governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public; or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular examination by, and reporting to, that agency.
Local Government Code 4176.003(a)(2)(A) and (B):
(a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
(2) the vendor:
(A) has an employment 6r other business relationship with the local government off icer or a
family member of the officer that results in the officer or family member receiving taxable
income, other than investment income, that exceeds $2,500 during the 12-month period
preceding the date that the officer becomes aware that
(1) a contract between the local governmental entity and vendor has been executed;
or
(ii) the local governmental entity is considering entering into a contract with the
vendor;
(B) has given to the local government officer or a family member of the officer one or more gifts
that have an aggregate value of more than $100 in the 12-month period preceding the date the
officer becomes aware that:
(1) a contract between the local governmental entity and vendor has been executed; or
(ii) the local governmental entity is considering entering into a contract with the vendor.
Local Government Code S 176.006(a) and (a-1)
(a) Avendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship
with a local governmental entity and:
(1) has an employment or other business relationship with a local government officer of that local
governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A);
(2) has given a local government officer of that local governmental entity, or a family member of the
officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any
gift described by Section 176.003(a-1); or
(3) has a family relationship with a local government officer of that local governmental entity.
(a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator
not later than the seventh business day after the later of:
(1) the date that the vendor:
(A) begins discussions or negotiations to enter into a contract with the local governmental
entity; or
(B) submits to the local governmental entity an application, response to a request for proposals
or bids, correspondence, or another writing related to a potential contract with the local
governmental entity; or
(2) the date the vendor becomes aware:
(A) of an employment or'other business relationship with a local government officer, or a
family member of the officer, described by Subsection (a);
(B) that the vendor has given one or more gifts described by Subsection (a); or
(C) of a family relationship with a local government officer.
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 111/2021
AFFIDAVIT AGAINST PROHIBITED ACTS
I 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.
O(%"MIAr��
TST! n j
z'/z-%�
Date
Date
Affidavit Against Prohibited Acts
50
REQUEST FOR CERTIFICATE OF EXEMPTION FROM TEXAS
LIMITED SALES, EXCISE AND USE TAX
Date: 2 712, 4
TO: City of Anna, Texas
Municipal Building
120 W. 7th Street
Anna, TX 75409
RE: Hurricane Creek 42" Wastewater Interceptor
The undersigned Contractor hereby requests a Certificate of Exemption from the Texas
Limited Sales, Excise, and Use Tax in the amount of
($ �}. 9� oov ), 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.
/31.,t SI.. (l4: 14.,. , 1-4C�
Company
By:
k
Signature:
Title: fe1j" ,.
2 4&0 ell. 44,e) J )--
(Seal if a Corporation) Address
✓1-1v, 7< 74 a a 4
City, County, State and Zip
� /7 - S---3 9 — =frc
Telephone Fax
Request for Certificate of Exemption
51
PERFORMANCE BOND Bond Number: 602-205637-5
KNOW ALL MEN BY THESE PRESENTS, that Blue Star Utilities, LLC (hereinafter
called the Principal(s)), as Principal(s), and United States Fire Insurance Company
(hereinafter called the Surety(s)), as Surety(s), are held and firmly bound unto the CITY OF
ANNA (hereinafter called the Obligee), In the amount of Eight Million Three Hundred Thirty Thousand Two
Two Hundred Thirty-one & 50/100 Dollars ($ $8,330,231.50 ) 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 D day of �i4 aC a, q for the following project:
HURRICANE CREEK 42" WASTEWATER INTERCEPTOR
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.
52 B-1 Bonds
IN WITNESS WHEREOF, the said Principal(s) and Surety(s) have signed and sealed
this instrument this day of 204.
United States Fire Insurance Company Blue Star Utilities, LLC
Surety Principal
.1
By: By:
I
Print Name: Sean McCauley, Jr. Print me:
Title: Attorney -in -Fact Title: V. • t Po -A 0 —7
Address: 305 Madison Avenue, Address: 2600 Chambers St.,
Morristown, NJ 07960 Venus, TX 76084
Phone/Fax: (973) 490-6600 Phone/Fax: k /7 - 3- 3 > - 9 9
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 Sean McCauley, Jr. , an agent resident in
Dallas 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.
United States Fire Insurance Company
Surety
By: _ << _ 17
Print Name: Sean Mc auley, Jr.
Attorney -in -Fad
Address: 305 Madison Avenue,
Morristown, NJ 07960
Phone/Fax: (214) 989-7047
NOTE: If signed by an officer of the Surety Company, there must be on file a certified
53 B-2 Bonds
POWER OF ATTORNEY
UNITED STATES FIRE INSURANCE COMPANY
PRINCIPAL OFFICE - MORRISTOWN, NEW JERSEY
11393
KNOW ALL MEN BY THESE PRESENTS: That United States Fire Insurance Company, a corporation duly organized and existing under the laws of the
state of Delaware, has made, constituted and appointed, and does hereby make, constitute and appoint:
Sean McCauley, Jr., Sarah Timmons, Ashlyn Simchik, Jarred Yost, Sam Duckett, Bridget Truxillo,
Liam Hackett, Alex Rausch, Sterling Ward
each, its true and lawful Attomey(s)-In-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and
deliver: Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require, and to bind United States
Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the
regularly elected officers of United States Fire Insurance Company at its principal office, in amounts or penalties: Unlimited
This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein, and they have no authority to
bind United States Fire Insurance Company except in the manner and to the extent therein stated.
This Power of Attorney is granted pursuant to Article IV of the By -Laws of United States Fire Insurance Company as now in full force and effect,
and consistent with Article III thereof, which Articles provide, in pertinent part:
Article IV, Execution of Instruments - Except m the Board of Directors may authorize by resolution, the Chairman of the Board, President, any
Vice -President, any Assistant Vim President, the Secretary, or any Assistant Secretary shall have power on behalf of the Corporation:
(a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations, instruments and
documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings,
recognizances, powers of attorney or revocations of any powers of attorney, stipulations, policies of insurance, deeds, leases, mortgages,
releases, satisfactions and agency agreements;
(b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the
seal of the Corporation.
Article III, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds,
guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance
issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of
Directors, dividend warrants or checks, or other numerous instruments similar to one another in form, may be signed by the facsimile signature
or signatures, lithographed or otherwise produced, of such officer or officers of the Corporation as from time to time may be authorized to sign
such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of
any person or persons who shall have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be
such at the time when such instruments shall he issued.
IN WITNESS WHEREOF, United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and
its corporate seal hereunto affixed this 28th day of September, 2021.
UNITED STATES FIRE INSURANCE COMPANY
Matthew E. Lubin, President
State of New Jersey}
County of Morris }
On this 28th day of September, 2021, before me, a Notary public of the State of New Jersey, came the above named officer of United States Fire
Insurance Company, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing
instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office.
l IgtbtrrlWa�6wplwu//m2a I Nd,I4a Q 'Lt.G�
Melissa H. D'Alessio (Notary Public)
I, the undersigned officer of United States Fire Insurance Company, a Delaware corporation, do hereby certify that the original Power of Attorney of which
the foregoing is a full, true and correct copy is still in force and effect and has not been revoked.
IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on the day
of 20
UNITED STATES FIRE INSURANCE COMPANY
Michael C. Fay, Senior Vice President
PAYMENT BOND Bond Number 602-205637-5
KNOW ALL MEN BY THESE PRESENTS, that Blue Star Utilities, LLC (hereinafter
called the Principal(s)) as Principal(s), and United States Fire Insurance Company
(hereinafter called the Surety(s)), as Surety(s), are held and firmly bound unto the CITY OF
ANNA (hereinafter called the Obligee), in the amount of: Eight Million Three Hundred Thirty Thousand
Two Hundred Thirty-one & 50/100 Dollars ($ $8.330.231.50 ) 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 a day of .�u�03:1 , for the:
HURRICANE CREEK 42" WASTEWATER INTERCEPTOR
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.
54 B-3 Bonds
IN WITNESS WHEREOF, the said Principal(s) and Surety(s) have signed and sealed
this instrument this �_ day of 20;;1-4.
United States Fire Insurance Company
Surety
By. c _ I .%
Print Name: SeamMccauuI , Jr
Title: Attorney -in -Fact
Address: 305 Madison Avenue.
Morristown, NJ 07960
Phone/Fax: (973)490-6600
Blue Star Utilities, LLC
Principal
By:
Pri ame: �o,,
Title: vi " ; J,— f-
Address: 2600 Chambers St.,
Venus, TX 76084
Phone/Fax: &/7- 3Y-9s,-e,
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 Sean McCauley Jr. , an agent
resident in Dallas 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.
United States Fire Insurance Company
Surety
By.
Print Name: Sean Mcca ey Jr
Attorney -in -Fad
Address: 305 Madison Avenue
Morristown, NJ 07960
Phone/Fax: (214)989-7047
NOTE: If signed by an officer of the Surety Company, there must be on file a certified
55 B-4 Bonds
POWER OF ATTORNEY
UNITED STATES FIRE INSURANCE COMPANY
PRINCIPAL OFFICE - MORRISTOWN, NEW JERSEY
11393
KNOW ALL MEN BY THESE PRESENTS: That United States Fire Insurance Company, a corporation duly organized and existing under the laws of the
state of Delaware, has made, constituted and appointed, and does hereby make, constitute and appoint:
Sean McCauley, Jr., Sarah Timmons, Ashlyn Simchik, Jarrod Yost, Sam Duckett, Bridget Truxillo,
Liam Hackett, Alex Rausch, Sterling Ward
each, its true and lawful Attomey(s)-In-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and
deliver. Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require, and to bind United States
Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the
regularly elected officers of United States Fire Insurance Company at its principal office, in amounts or penalties: Unlimited
This Power of Attorney limits the as of those named therein to the bonds and undertakings specifically named therein, and they have no authority to
bind United States Fire Insurance Company except in the manner and to the extent therein stated.
This Power of Attorney is granted pursuant to Article IV of the By -Laws of United States Fire Insurance Company as now in full force and effect,
and consistent with Article III thereof, which Articles provide, in pertinent part:
Article IV, Execution of Instruments - Except as the Board of Directors may authorize by resolution, the Chairman of the Board, President, any
Vice-president any Assistant Vim President, the Secretary, or any Assistant Secretary shall have power on behalf of the Corporation:
(a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations, instruments and
documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings,
recognizances, powers of attorney or revocations of any powers of attorney, stipulations, policies of insurance, deeds, leases, mortgages,
releases, satisfactions and agency agreements;
(b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the
seal of the Corporation.
Article III, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds,
guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance
issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of
Directors, dividend warrants or checks, or other numerous instruments similar to one another in fort, may be signed by the facsimile signature
or signatures, lithographed or otherwise produced, of such officer or officers of the Corporation as from time to time may be authorized to sign
such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of
any person or persons who shall have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be
such at the time when such instruments shall be issued.
IN WITNESS WHEREOF, United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and
its corporate seal hereunto affixed this 28th day of September, 2021.
UNITED STATES FIRE INSURANCE COMPANY
Matthew E. Lubin, President
State of New Jersey}
County of Moms }
On this 28th day of September, 2021, before me, a Notary public of the State of New Jersey, came the above named officer of United States Fire
Insurance Company, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing
instrument and affixed the seal of I Inited States Fire Insurance Company thereto by the authority of his office.
MELISM H. IYALESM
NOTARY ROX OF NEW JERM
CammbWan6 BM25 3S
NyCaWhdMEgYeaJrl=
Melissa H. D'Alessio G(Notary Public)
1, the undersigned officer of United States Fire Insurance Company, a Delaware corporation, do hereby certify that the original Power of Attorney of which
the foregoing is a full, true and correct copy is still in force and effect and has not been revoked.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of United Stares Fire Insurance Company on the day
of 20
UNITED STATES FIRE INSURANCE COMPANY
Michael C. Fay, Senior Vice President
Texas Department of Insurance
Certificate No. 13510
Certificate of Authority
THIS IS TO CERTIFY THAT
Company No.08-095866
UNITED STATES FIRE INSURANCE COMPANY
WILMINGTON, DELAWARE
has complied with the laws of the State of Texas applicable thereto and is hereby authorized to transact the
business of
Fire; Allied Coverages; Hail -growing crops only; Rain; Inland Marine;
Ocean Marine; Aircraft --Liability & Physical Damage; Accident; Health;
Workers' Compensation & Employers' Liability; Employers' Liability;
Automobile --Liability & Physical Damage; Liability other than
Automobile; Fidelity & Surety; Glass; Burglary & Theft; Forgery;
Boiler & Machinery; Credit;• Livestock and Reinsurance on all lines
authorized to be written on a direct basis
insurance within the state of Texas. This Certificate of Authority shall be in full force and effect until it is
revoked, canceled or suspended according to law.
IN TESTIMONY VV EiREOF, witness my hand and seal of
office at Austin, Texas, this
31st dayof- December A.D.2003
JOSE MONTEMAYOR
CO MISSIONE OFIINSSU/RA'N
BY
Godwin Ohaechesi, Director
Company Licensing & Registration
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
t�r1
Complete Nos. 1- 4 and 6 if there are interested parties.
OFFICE USE ONLY
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
2024-1181811
Blue Star Utilities, LLC
Venus, TX United States
Date Filed:
06/27/2024
2 Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Anna
Date Acknowledged:
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
ANN22791
Sanitary Sewer
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
I Intermediary
Lamey, jonathan
Venus, TX United States
X
Hugdahl, steve
Venus, TX United States
X
Guamancela, jose
Venus, TX United States
x
5 Check only if there is NO Interested Party. ❑
6 UNSWORN DECLARATION
My name is J D^"t 7 ^l"/ ^/^"�� ,and my date of-fbirM is j .2f 4
My address is 2 NoV ✓^°"'f✓��.1 J� ��1`��
r 7�`�k f U
(street) (city)
(state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
A �f
Executed in County, State of �'d ~J , on the 7 r Y day of J�"w , 20
(month) (year)
sign of author
uslness entity
c arant)
Forms provided by Texas Ethics Commission www Ics.state.lx.us Version V4.1.0.078aba0