Loading...
HomeMy WebLinkAboutC2010-157 - 5/25/2010 - Approved r CITY flF CURPUS CHRISTI Neighborhood Services Department) Community Development Division Agreement far Weatherizatian Assistance Program (WAP} Construction Services --Energy Efficiency Section 1. Parties tv Agreement This agreement {"Agreement"} is made and entered into by and between the City of Corpus Christi {"City"} and B & ]Services ["Contractor"), a Texas general partnership. The parties tv this Agreement have severally and collectively agreed and, by the execution of this Agreement, are bound to the mutual obligations and to the performances and accomplishment of the tasks described in this Agreement. Ali performances and obligations by the parties tv this Agreement relate tv the U. S. Department of Energy ("DBE"} and the State of Texas Weatherizativn Assistance Program ("WAP"}, as administered by the City. Section ~. Agreement Period The period for performance of this Agreement shall commence May 25, tai a, and be in effect for a period of one year, unless sooner terminated under the provisions ^f this Agreement. This Agreement may be extended by the parties for additional periods, up to and including an additional year, contingent upon funding being available from and authorized by the Texas Department of Housing and Community Affairs {"TDHCA"), pursuant to the federal American Recovery and Reinvestment Act of 2D09 ("ARRA"}. Section 3. Contractor's Per#'ormance {A) Contractor shall comply with the general conditions specified in Exhibit "A" and complete for each assigned housing unit the items identified in TDHCA's Priority List ("Priority List"} only a5 set out in Exhibit "B," both exhibits being attached to this Agreement and incorporated herein by reference as if fully set out in their entireties. The Priority List consists of items as defined in the program guidelines of the DOE and TDHCA, and strict adherence by the Contractor to the Priority List is required under this Agreement. {B} Contractor must also meet and maintain the fallowing performance criteria: {1} At all times, Contractor shall have qualified personnel who are able tv understand and follow the WAP and ARRA guidelines. {2} Contractor shall have a full and complete understanding of all applicable D~EITDHCAIWAPICITY program regulations, procedures and standards and must operate within established 2010-157 federal, State and local program requirements. MZO10-1Z6 osi~5rlo B & ,] Services ~~OG~~ Agreement for Weatherization Assistance Program {WAP} {3} As per this Agreement, Contractor will only be reimbursed for D~EfTDHCA eligible materials as specified by the Priority List (Exhibit "B"}. {4} Contractor shall not be reimbursed far dwelling unit expenses in excess of the established per case maximum materials and labor cost. {5} Prior tv undertaking work, Contractor shall receive a written authorization from the City. Contractor shall not proceed with weatherization work on any dwelling until authorized by a designated staff member. {b} Contractor shall, at all times, keep dwelling units and progress free from accumulations of waste materials and rubbish, and shall, at the completion of the work, remove all debris, tools, and surplus materials from and around the each dwelling unit and shall leave each dwelling unit in "broom clean" condition. {7} Contractor shall not permit any self help heating or coaling work by clients under this Agreement. {8} Contractor shall not delegate work under this Agreement to another entitylfirm without prior written approval of Community Development, a division of the City's Neighborhood Services Department. {9} Contractor shall obtain and pay necessary fees for all required permits and inspections and furnish a copy of all receipts to Community Development. {lU} Contractor shall provide detailed, program-required assessment documentation and detailed and itemized cost statements for each dwelling unit far work completed. { 11 } Contractor shall not enter into any side, collateral, or ancillary agreements for additional work on any dwelling unit or far the provision of any materials beyond those specified in the Priority List at any time prior to the final inspection or where notice to proceed has been provided and where labor is to be performed or materials are tv be supplied or installed. { 12} Contractor shall not be expected to perform services in a health or safety hazard environment. In the event that Contractor believes any dwelling unit or building may constitute a health or safety hazard environment, Contractor shall promptly notify Community Development of same. Page 2 r Agreement for Weatherizativn Assistance Program tWAP} Section 4. Additions! Contractual Requirements (A} Contractor agrees tv the following additional contractual requirements: [1} Contractor shall prepare a separate file, including all applicable information, far each dwelling unit served. (2} The material and labor price for each item of work shall be the preliminazy bid price sheets submitted by the Contractor as Exhibit "C," which is attached to this Agreement and is incorporated herein by reference as if fully set out in its entirety. Contractor shall submit the final bid price sheets, with all completed information, not later than Friday, May 28, 2D1 d, by 5 p.m. The final bid price sheets to be submitted by Contractor are subject to acceptance by the City. This Agreement is expressly contingent upon Contractor's submission of, and acceptance by the City of, the final bid price sheets. Once submitted and accepted, the final bid price sheets, by mutual agreement of the parties to this Agreement, shall supersede and take the place of the preliminary hid price sheets and become the new Exhibit C for all intents and purposes under this Agreement. Contractor shall honor the material and labor bid prices contained in the final bid price sheets for the program year in which this initial Agreement is made and during any extension of this Agreement regardless of any date limitation applicable to pricing that may be stated in the final bid price sheets. (3} Contractor shall have HVAC-licensed personnel able tv perform and document heating and coaling assessments in accordance with program guidelines. (4} All heating, ventilation, and air conditioning ("H~7AC"} work completed by Contractor shall be warranted for one year from the date of final inspection. Contractor shall, within 10 working days from the date of notification by the City, correct any discrepancies or exception identified by City and Contactvr's funding source. This warranty applies under normal use and conditions and shall not be construed as including user abuse or misuse of materials, fire, storm, vandalism, theft, ar other damages that are clearly not the Contractor's responsibility. ~S} Contractor shall give federal and State funding agencies and the City, through their respective designee, access to and the right to reproduce all records pertaining to Contractor's performance under this Agreement. Page 3 (C} Contractor shall retain all records for a minimum of four [4} years after the City makes final payment and all other pending matters related to this Agreement are closed. Contractor acknowledges that this requirement is i Agreement for Weatherizativn Assistance Program (WAP) tv ensure fair settlement of disputes or complaints that may arise, as well as to fulfill federal audit requirements. Section 5. Method of Payment (A) All WAP work is performed on a reimbursement basis. Na draws or advances will be provided under this Agreement or any subsequent agreement. (B} Before submitting a cost statement and in~oicelrequest far payment, Contractor shall ensure that all work far which payment is requested has been completed in a satisfactory and workmanlike manner. (C} Prior to payment authorization, Contractor will obtain a completion report signed by the homeowner or tenant ("client"} and City representative. (D} Contractor's requests for payment shall normally be processed within 34 days of submission, contingent upon the City's timely receipt of program funds from TDHCA. (E} City shall not be liable for any casts incurred by Contractor in the performance of this Agreement which have not been billed to the City within 30 days following the termination of this Agreement, along with any extensions or renewals hereto. Section 6. Insurance and Bonding Requirements (A} Contractor shall, at all times while this Agreement is in effect, carry adequate general commercial and auto liability insurance cv~erages for personal injury and property damages for purposes of protection against the hazards arising out of or in connection with carrying out the Contractor's performances under this Agreement. The required insurance minimum coverage amounts, types, and related requirements that the Contractor must observe are shown in Exhibit "D," which is attached tv this Agreement and incorporated herein by reference as if set out in its entirety. (B} Contractor acknowledges and understands that the minimum insurance coverage requirements may be increased at TDHCA's option. If increased by TDHCA, the Contractor shall accordingly revise its coverage within thirty (3D} days of written notice tv the Contractor of such requirement. The City shall be listed as an additional named insured on all insurance policies required under this Agreement. Contractor shall provide proof ^f coverage before performing any work under this Agreement. Section 7. Agreement Administration Page 4 (A} City shall process and verify applications for services from prospective clients and will make the determination of eligibility for the WAP. Agreement far Weatherization Assistance Program SWAP} (B} City shall review and approve assessments {as applicable} on a timely basis and shall authorize Contractor to proceed with agreed-upon WAP tasks and activities. (C} City shall ensure eligible dwelling units are available. City and Contras#or shall review monthly production and establish objectives so that work under this Agreement proceeds in an organized, efficient, and expeditious manner. ~D} City shall ensure that, ante approved, Contractor's invoices are processed in a timely manner. Section 8. Independent Con#ractar; Indemnification It is expressly understood and agreed by both parties to this Agreement that the TDHCA is contracting with the City as a subrecipient entity and that City is contracting with Contractor as an independent contractor. Contractor expressly agrees tv indemnify and held harmless the TDHCA against all liability, and associated claims, including disallowed costs yr other claims which may be asserted by any third party, in connection with the services performed by Contractor under this Agreement. To the extent allowed by law, Contractor expressly agrees to indemnify and hold harmless City, its officers, officials, employees, representatives, and agents against al! injuries, damages. claims, actions, suits, and any disallowed costs yr other claims asserted by any person, including third parties, in connection with the services to be performed under #his Agreement. Section 9. Authority to Contract; Legal Use of Funds Cer#ificativn The Contractor assures and guarantees that it possesses the legal authority, pursuant to an official motion, resolution, or action passed or taken, to enter into this Agreement, receive the funds authorized by the Agreement, and perform the services to which it is obligated under this Agreement. Furthermore, the person signing this Agreement vn Contractor's behalf hereby warrants that helshe has been fully authorised to execute this Agreement and to legally bind the Contractor to all the terms, performances, and provisions set forth in this Agreement. Contractor certifies, as a condition tv receiving funds under this Agreement, that the funds will be used in accordance with State and federal laws. Section 14. Known or Suspected Fraud or Abuse Page S Any known or suspected incident of fraud or program abuse involving any Contractor or Contractor's employee or agent must be reported #v the appropriate program officials with the DOE, TDHCA, and City. Agreement for Weatherizatian Assistance Program (WAP} Section 11. Compliance with Federal Lawl~rder Precedence; Conflict of Interest In rendering performances under this Agreement, Contractor shall comply with the requirements of all applicable federal laws, regulations, and rules. In the event ^f a conflict between such laws, regulations, and rules and the terms and conditions of this Agreement, precedence shall be given to the Iaws, regulations, and rules. Contractor agrees to comply with all requirements of the Equal Employment Opportunity Act {41 CFR Part 6~} and further covenants that no person providing services under this Agreement will be excluded from participation or otherwise be subject to discrimination because of race, color, religion, sex, national origin, age, handicap, yr political affiliation or belief. Contractor covenants that neither it nor any member of its governing body presently has any interest or shall acquire any interest, direct ar indirect, which would conflict in any manner or degree with the performance of this Agreement. Contractor further ca~enants that, in the performance of this Agreement, no person having such interest shall be employed yr appointed. Nv person who is an employee, agent, consultant, officer, or official of Contractor and who exercises yr has exercised any functions or responsibilities with respect tv Agreement activities yr who is in a position to participate in adecision-making process ar gain inside information with regard tv such activities may obtain a personal or financial interest yr beneFt, direct ar indirect, in any Agreement, subcontract, or other agreement with respect thereto yr the proceeds there under, either for themselves yr those with wham they have family or business ties during their tenure. Contractor's employees, officers, agents, and consultants shall neither solicit nor accept gratuities, favors, or anything of monetary value from the DOE, DOE personnel, the TDHCA, TDHCA personnel, the City, City personnel, or the City's clients. Contractor agrees that nv funds prv~ided under this Agreement may be used in any way to influence in any manner a member of Congress to favor yr appose legislation or appropriations by Congress ar for lobbying State legislators or local elected officials. Contractor shall ensure that na funds under this Agreement are used either directly or indirectly in the support of any religious ar anti-religious activity, warship, or institution. Section 12. Additional Specific Compliance with Law (A} Contractor shall comply with the requirements of all applicable laws, regulations, and rules relating to this Agreement including, but not limited to, the fallowing: {l} Title VI of the Civil Rights Act of 1964 and all applicable Equal Employment Opportunity laws and regulations; {2} Davis-Bacon Act; {3) Copeland (Anti-Kickback} Act; Page 6 Agreement for Weatherization Assistance Program ~WAF} (4} Agreement Work Hours & Safety Standards Act (CWHSSA}; ~S} Fair Labor Standards Act (FLSA}; and (6) Cvde of Federal Regulations, Title 29, Part 1, 3, 5 & 7, and all other parts as applicable. (B} Should funding under this Agreement and any amendments or extensions exceed One Hundred Thousand Dollars ($IOD,DDD}, Contractor shall also comply with: (1 } Section 3Dfi of the Clean Air Act (42 USC 187Sh}; (2} .Section Sd6 of the Clean Air Act (33 USC 1368}; (3} Executive order 11738, providing for administration of the Clean Air Act and the Federal Water Pollution Control Act with respect to federal agreements, grants, and loans; and {4} Environmental Protection Regulations (44 CFR Part i S} 5eetivn 13. Suspension and Termination of Agreement ~A} In the event Contractor fails to comply with any terms of this Agreement, the City may, upon written notification to Contractor, suspend this Agreement in whole or in part, withheld further payments to Contractor, and prohibit Contractor from incurring additional obligations for funds under this Agreement. (S} City may terminate this Agreement, in whole or in part, at any time City de#ermines that there is cause far termination. Cause far termination includes but is not limited tv Contractor's failure tv comply with any term of this Agreement, any law, yr any applicable DBE or TDHCA regulation yr rule. City shall notify Contractor in writing of such determination prior to the fifth [5"'} day preceding the date of such termination, state the reason for such termination, include the effective date of such termination and, in the case of partial termination, state the portion ^f the Agreement to be terminated. (C} Nothing in this section shall be construed so as to limit the City's authority to immediately suspend performance and withhold payment under this Agreement in the event the City identifies possible instances of fraud, abuse, fiscal mismanagement, or other serious deficiencies in performance. (D} The parties may mutually terminate this Agreement, in whale yr in part, when both parties agree that the continuation of the WAP activities funded under this Agreement would not produce benefit commensurate with the further expenditure of funds, provided that both parties agree, in writing, upon #ermination conditions, including the effective date of such termination and, in the case of partial termination, the portion of the Agreement to be terminated. Page 7 Agreement far Wea#heriaation Assistance Program (WAP} Section 14. Changes and Amendments The parties expressly agree that any alterations, additions, or deletions to the terms of this Agreement which are required by changes in federal law ar regulations are automatically incorporated into this Agreement without written amendment hereto and shall become effective on the date designated by such law or regulations. Except as otherwise specifically provided in this Agreement, any other change in the terms, provisions, or conditions of this Agreement shall be by amendment in writing and signed by both parties tv this Agreement. Nv oral changes are permitted. Section 15. Notices (A} All notices, demands, requests, yr replies provided far or permitted under this Agreement, by either party must be in writing and must be delivered by one of the following methods: ~ 1 } by personal delivery; (2} by deposit with the United States Postal Service as certified ar registered mail, return receipt requested, postage prepaid; t3} by prepaid telegram; (4} by deposit with an overnight express delivery selvice, for which service has been prepaid; or (5} by fax transmission. (B} Notice deposited with the United States Postal Service in the manner described above will be deemed effective two (2} business days after deposit with the United States Postal Service. Notice by telegram or overnight express delivery service will be deemed effective one (1} business day after transmission to the telegraph company ar overnight express carrier. Notice by fax transmission will be deemed effective upon transmission, with proof of confirmed delivery. (C} All such communications must only be made to the following: If tv the City: If to the Contractor: City of Corpus Christi Attn: Administrator, Community Dev P. O. Box 9277 Corpus Christi, Texas 78469-9277 (361) 82fi-31$6 Office (3 fi 1) 844-1740 Fax With a ea~Y to: City of Corpus Christi Attn: Director, Neighborhood Services P. ~. Bvx 9277 Corpus Chrtstl, Texas 78469-9277 ~3fi1} 826-3044 Office X361 } 825-3011 Fax B & J Services Attn; Barbara Herod, Partner 5042 Last Creek Drive Corpus Christi, TX 78413 (361} $53-4x33 Office (351 } 853-4099 Fax With a couy to• B & ]Services Attn: Jack Houston, Partner 102 Boat Ramp Circle Mathis, TX 7$368 Page $ Agreement for Weatherization Assis#ance Program (WAP} ~D) Either party may change the address to which notice is sent by using a method set out above. The Subrecipient shall notify the City of an address change within 1~ days after the address is changed. Section 16. Disclosure of Interests In compliance with Section 2-34g of the City's Code ^f ordinances, Contractor shall complete the City's disclosure of Interests form, which is attached to this Agreement as Exhibit "E," and the con#ents of which, as a completed form, are incorporated into this Agreement by reference as if fully set out herein in its entirety. Section 17. Confidentiality of Privileged Information The Contractor recognizes and acknowledges that helshe will have access tv certain privileged and confidential personal and financial information of the clients, held on their behalf by the City, and that such information constitutes unique, confidential, and privileged property of the City. The Contractor will not during and after termination of this Agreement disclose any such privileged and confidential information to any person, firm, association, corporation, or other entity for any reason ar purpose whatsoever, except tv authorized representatives of the City, TDHCA, or DBE. Section 18. Nondiscrimina#ivn Contractor shall ensure that na person, an the grounds of race, color, religion, sex, national origin, age, disability, political affiliation yr belief is excluded from participation in, denied the benefits of, or subjected to discrimination under any program ar activity funded in whole or in part with funds made available under this Agreement. Section 19. Use of Alcoholic Beverages None of the funds provided under this Agreement shalt he used for the payment of salaries tv any employee or for wages to any hired worker why uses alcoholic beverages while an active duty. No funds provided under this Agreement shall be used for the purchase of alcoholic beverages. Section 20. HB1196 Certification Contractor certifies that it does not and wilt oat knowingly employ an undocumented worker, where "undocumented worker" means an individual who, at the time of employment, is not lawfully admitted for permanent residence to the United States or authorized under law to be empivyed in that manner in the United States. If, after receiving a public subsidy, Contractor is convicted of a violation under 8 U.S.C. Section 1324a, Contractor shall repay the public subsidy with interest, at a rate of 5°/° per annum, oat later than the 12fl~' day after the date TDHCA notifies City ar Contractor of the violation. Page 9 Agreement far Weatherization Assistance Program (WAP} Section 21. SBGflB Certification Under Section ~2G1.U53, Texas Government Code, Contractor certifies that it is not ineligible to receive this Agreement and acknowledges that this Agreement may be terminated and payment withheld if this certification is inaccurate. Section Z2. Requirement to Pvst Notice of Whistleblower Rights and Remedies Any employer receiving funds under this Agreement shall post notice of the rights and remedies afforded whistleblowers under Section 1553 of the ARRA. Section 23. Debarred and Suspended Parties; Certification and Notice Contractor certifies that neither it yr its principles is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. Failure by Contractor to adequately perform under this Agreement may result in penalties up to and including debarment from performing additional work for TDHCA and City. Section Z4. Na Waiver of Provisions or Compliance No right yr remedy given to City by this Agreement shall preclude the existence of any other right or remedy, nor shall any action taken in exercise of any right or remedy be deemed a waiver of any other right or remedy. The failure of the City to exercise any right or remedy an any occasion shall not constitute a waiver of the City's right to exercise that ar any other right or remedy at a later time. Section 25. Severability of Provisions If any clause or provision of this Agreement is held invalid, illegal, ar unenforceable under present or future federal, State, or local laws, including, but oat limited ta, the City's City Charter, City's Cvde of Ordinances, ar other City codes, then and in that event, it is the intention of the parties to this Agreement that such invalidity, illegality, or unenforceability shall not affect any other clause or provision hereof and that the remainder of this Agreement shall be construed as if such invalid, illegal, or unenforceable clause or provision was never contained herein; it is also the intention of the parties hereto that, in lieu of each clause ar provision of this Agreement that is invalid, illegal, or unenforceable, there be added as a part of this Agreement a clause or provision as similar in terms to such invalid, illegal, or unenforceable clause ar provision as may be possible, that is legal, valid, and enforceable. Sec#ion 2b. Interpretation In the event any disagreement or dispute should arise between the parties pertaining to the interpretation ar meaning of any part of #his Agreement or the governing law, rules, regulations, codes, or ordinances pertaining to performance of this Agreement, the City, as the party ultimately responsible to the DOE and TDHCA for matters of compliance, shall have the final authority to secure or render an interpretation. Page 1 [ Agreement for Weatherization Assistance Program (WAP} Section 27. Entire Agreement This Agreement, along with the attached and incorporated exhibits, constitutes the final and entire agreement between the parties hereto and contains all of the terms, pro~isivns, and conditions agreed upon by the parties. No other agreements, oral or otherwise, regarding the subject matter of this Agreement shall be deemed tv exist or to bind the parties hereto unless the same is in writing, dated subsequent to the date hereof, and duly executed by the parties. Section 2$. Texas Law to Apply This Agreement shall be construed under and in accordance with the laws of the State of Texas, and all obligations of the parties created under this Agreement are performable in Corpus Chrlstt, Nueces County, Texas. ATTACHMENTS: Exhibit "A" -General Conditions Exhibit "B" - TDHCA Priority List Exhibit "C" - MaterialslLabor Sid Sheets Exhibit "D" -Insurance Requirements Exhibit "E" -Disclosure of Interests Page 1 l (EXEC[ITION PACES FOLLOW) Agreement fvr Weatherizatian Assistance Program (WAP} APPROVED AND ACCEPTED: CONTRACTOR - B & J SERVICES A THDRIZED SIGNATURE DATE: ~ ' ~ ~ ` ~ ~ AUTHORIZED SIGNATURE DATE: ~`~~' ~Jla ACI{NOWLEDGMENT STATE OF TEXAS § § KNOW ALL SY THESE PRESENTS: COUNTY OF NUECES § This instrument was acknowledged before me on ~-~ , 2010, by , a partner f 8 & J Services ~"Cont ctvr"), a Texas general partnership. ~--~ STATE DF TEXAS § COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: Page 1 (EXECUTION PAGE FOLLOWS} ACKNOWLEDGMENT Thi instrument w acknawl dged before me vn ~ , 2010, by ~ ~~p.,~ ~ , ~, _~ , a partner of & J Services {"Contractor"), a Texas general partnership. Agreement for Weatherization Assistance Program (WAP} APPROVED AND ACCEPTED: CITY DF CORPUS CHRISTI `Ange scabar City Manager DATE: ~ ~ D ATTEST: Armand~- Chapa City Secretary DATE: ~ ~~ ~ Appr~~ed as to form: , 2~ 1 ~ Eliza t R. Hundley Assis City Attorney for the City Attorney s ~~ 10~ ~~p~,u~~tok~~z~ ~ ~~r~c~~ . ~~1 a~~ !~u-- S£~it€'fAR1r Page 1 GENERAL CGNTRACTUAL REC~UIREMENTS FOR THE CGNTRACTBR [INCLUDES 5C4PE OF WDRK~ Genera! Conditions Contractor{s} will attend a briefing to be conducted by NSDICD personnel to assure that contractors have full and complete understanding of all Texas Department of Housing and Community Affairs {TONGA} and U.S. Department of Energy (DCE} program regulations, requirements and procedures. Contractor{s} must be prepared tv ^perate within established program guidelines. Assignment of weatherization work to a contractor will be made by NSDICD staff based on a rotation basis & work performed by the contractor must be completed within three {3} to five {5}days after assignment has been made. 2. Contractor{s} must provide all materials, tools, building permits if applicable, and labor needed to accomplish weatherization work projects. All materials must comply with the 2x09 Standards for Weatherization Materials specifications {to be provided at Pre Construction}. 3. Contractor{s} will be required to attend training and technical assistance workshops. The City of Corpus Christi will reimburse registration fees {if applicable} and per diem tv offend approved workshops. Applicable only after the Contractor has been selected and approved by City Council. 4. Contractor{s} must comply with the federal Davis Bacon Act and follow federal labor laws as determined by the U.S. Department of Lobar and any additional requirements TDHCA imposes above and beyond the federal requirements. 5. Contractor{s} will need tv provide transportation and have a representative on site far supervision during work, at final inspection of work performed vn each dwelling unit and participate in the completion of required reports. fi. NSDICD wilt provide a detailed assessment for each dwelling unit which will determine the scope of work. Contractor{s} will adhere to such assessments without deviations. Assessments will be processed using an Energy Audit andlar Priority List. If needed, NSDICD will re-evaluate scope of work in the event additional work is required to stop air infiltration. As a result, additional work may be requested; however, any work performed ^utside the scope of work will not be paid by City unless Contractor{s} have received written approval from NSDIC^ staff. 7. Contractor must provide itemized material and labor invoices immediately after each project is completed. Materials standards documentation for weatherization materials purchased under the WAP {must meet requirements of Appendix A of 1 Q CFR 446}. 8. Must provide proof of general liability insurance and other applicable insurances. 9. All weatherization work must be done to comply with DCEITDHCA requirements. 10. Cost for weatherization repairs is based on Texas Department of Housing and Community Affairs mandates and funding allocations. Eligible dwelling units are allocated from approximately $2,5D0 to $6,500 to address h nergy consumption burden. EXHIBIT ~~~r' 11. It is the Contractor{s} responsibility to secure job site materials during the construction phase. Contractor{s} will be solely responsible far replacing materials left unsecured ^r exposed to the elements. 12. Contractor{s} and staff wilt be required to obtain certification as Lead Safe Weatherization Workers, Lead Safe Renovators, and Lead Safe Renovatorsllnspectors. Contractor{s} must have a Certified Renovator on every pre-1978 home. Environmental Protection Agency will require all contractors to be certified by April 22, 2Q10, or prior to any construction work performed. 13. All work performed must comply with ^avis Bacon Act requirements and prevailing wage determinations as set forth by the TDHCAID~L. 14. Contractors must comply with DQL Davis Bacon Act requirements and ^CL Wage Decision Determination. 15. Contractor{s} shall retain all records for a minimum period of four {4} years after NSDIC^ makes final payment and all other pending matters are closed. This requirement is to ensure fair settlement of disputes of complaints that may arise, as well as to fulfill federal audit requirements, specifically, but not limited to: invoices, ^avis Bacon weekly payroll, etc. 1fi. Contractor{s} are responsible for the provision of and transportation of tools and workerslemployees tv all job sites. 17. Upon completion of each project, all debris must be removed from jab site and disposed of at Contractar(s] expense. Construction site will be in a clean and orderly condition throughout the construction process. At the conclusion of construction, the project shall be properly cleaned in accordance with NSDICD staff approval, clean exterior such as removal of debris from landscape, driveways and walkways. 18. Contractor{s} will be responsible for the provision of adequate, fully trained, on-site supervision of all work per#vrmed under the contract. Contractor{s}, why are awarded this contract, will not subcontract work out to another entity, unless approved in advance in writing by City. 19. Contractor{s} will report units that are at 9g°/° of completion tv NSDICD so a final blower door test can be conducted in an effort to save time in the event that addi#ivnal work is required. 2Q. Contractor{s} are expected to conduct themselves in a professional manner at all times when dealing with City and its clients. Contractor{s} and crews shall present themselves in a manner that is helpful and respectful and one which gives the City a good image in the community. 21. Contractors{s} shall have the financial capability to wait 3D days for reimbursement of services after date of foil inspection of completion of work. 22. As the Weatherizativn Assistance Program is federally funded, any known yr suspected incident of fraud or program abuse involving any ContractorlSubcantractor or their employees will be reported immediately by the City to the U.S. Qffice of Inspector General for appropriate action. CONTRACT PRQVISIDNS City includes, in addition to provisions to define a sound and complete agreement, the following provisions in all contracts and subcontracts: City will give the Contractors} written notice of deficiencies by providing copies of reports of unsatisfactory services performed yr unsatisfactory goads received, NSDIC^ will maintain an effective inspection system; therefore, the Contractor shall be conclusively presumed to have actual knowledge of work not performed. In default or damaged material, non-performed work or unsatisfactory goods received, NSDICD: A. May, as its option, afford the Contractor an opportunity to complete the non-performed work or correct the deficiencies in goads received within three hours of the Contractor being advised that helshe will be afforded the opportunity, in the case of daily services; ar 24 hours in the case of all other services; or, B. May, as its option, perform the services or obtain the goads through another contractor. The Contractor wil! be invoiced for the non-performed items at the cost, plus 10 percent adminis#rative fee; or, the Contractor will be deducted far non-performed items plus 10 percent administrative fee; or, C. Will deduct from the Contractor's invoice any damages to City equipment or perishable items Ivst due to negligence plus 1 D percent administrative charge; or, D. Repeated instances of non-performed or unsatisfactory work will be cause for termination. This provision will be appAed after the second written nvtificativn is sent to the Contractor. The third notice will be a contract cancellation notice and a deduction of 10 percent administrative charge applied tv the last invoice due to the Contractor. E. Breach of Contract: City will terminate this contract in whole or in part at any time NSDIC^ determines that the Contractor failed to observe the terms of the contract, forms, andlar duty tv protect property. F. N5DlCD may terminate the contract, in whole ^r part, at any time NSDICD determines that there is cause far termination. Cause for termination includes, but is not limited to, Contractor's failure to comply with the contract. G. Should the Contractor's entity cease to exist, become legally incapable of performing its responsibilities, yr Ivse its status as a business entity, the contract wilt be subject to termination. H. Either of the parties hereto shall have the right, at such party's sole discretion and at such party's sole option, to terminate and bring to an end all per#ormances to be rendered under this contract by notifying the other party hereto, in writing, given a 10- day notice. I. The Contractor will indemnify the City of Corpus Christi and its employees. FEDERAL REQUIREMENTS All contracts, including small purchases, awarded by the City of Corpus Christi and their CantractarslSubcontractors contain the following procurement provisions as applicable: a. Equal Employment Opportunity All contracts shall contain a provisions requiring compliance with E.O. 1145, "Equal Employment Opporiuni#y," as amended by E. O. 11375, "Amending Executive Order 1124fi Relating to Equal Employment Opportunity," as presented in Appendix 4 and as supplemented by regulations at 41 CFR part fiD, "Office of Federal Contract Compliance Programs, Equal Programs, Equal Employment Opportunity, U.S. Department of Lobar" As presented in Appendix 5. b. Copeland "Anti_Kickback" Act {18 U.S.C. 874, "Kickbacks fro public works employees," presented in Appendix 6 and 4i1 U.S.C. 276c, "Regulations Governing Contractors and Subcontractors," presented in Appendix 7) All contracts and subgrants in excess of $ 2,OOfl for construction or repair awarded by the City of Corpus Christi and its subrecipients shall include a provisions for compliance with the Copeland "Anti-Kickback" Act {18 U.S.C. 874}, as supplemented by Department of Labor regulations 29 CFR part 3, "Contractors and Subcontractors on Public Building ar Public Work Financed in Whole or in Part by Loans or Grants from the United States" presented in Appendix 8. The Act provides that each contractor ar subrecipient shall be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he is otherwise entitled. The recipient shall report all suspected or reported violations to the Federal awarding agency. c. Danis-Bacon Act, as amended {4U U.S.C. 27Ga to a-7} When required by Federal program legislation, all construction contracts awarded by the City of Corpus Christi and its subrecipients of more than $2,~Qd shall include a provision far compliance with Davis-Bacon Act {4d U.S.C. ~7fia to a-7 presented in Appendix 9} and as supplemented by Department of Labor regulations (29CFR part 5, "Labor Standards Provisions Applicable to Construction" presented in Appendix 10}. Under this Act, contractors shall be required t4 pay wages to laborers and mechanics at a rate not less than the minimum wages specified in a wage determination made by the Secretary of Labor. Tn addition, contractors shall be required to pay wages not less than once a week. The recipient shall place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation and the award of a contract shall be conditioned upon the acceptance of the wage determination. The recipient shall report all suspected or reported violations to the Federal awarding agency. d. Contract Wark Hours and Sa#'ety Standards Act {40 U.S.C. 327-333) Where applicable, all contracts awarded by the City of Corpus Christi in excess of $2,000 far construction contracts and in excess of $2,504 for other contracts that involve the employment of mechanics yr laborers shall include a provision for compliance with Sections 102 and 107 of the Contract Wark Hours and Safety Standards Act {40 U.S.C. 327-333 presented in Appendix 1 i}, as supplemented by Department of Labor regulations {29 CFR part 5 presented in Appendix 10}. Under Section 102 of the act, each contractor shall be required to compute the wages of every mechanic and laborer vn the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than 1 '/x times the basic rate of pay far all hours worked in excess of 40 hours in the work week. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies yr materials or articles ordinarily available on the open market, yr contracts for transportation ar transmission of intelligence. e. Rights to Inventions Made Under a Contract or Agreement Contracts or agreements far the performance of experimental, development, yr research work shall provide for the rights of the Federal Government and the recipient in any resulting invention in accordance with 37 CFR part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts, and Cooperative Agreements," presented in Appendix 12, and any implementing regulations issued by the awarding agency. f. Clean Air Act (42 U.S.C. 7401 et seq.} and the Federal Water Pollution Cantral Act (33 U.S.C. 1251 et seq,), as amended Contracts and subgrants of amounts in excess of $100,000 shall contain a provision that requires the recipient to agree to comply with all applicable standards, orders yr regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq., illustrated in appendix 13} and the Federal Water Pollution Control Act as amended {33 U.S.C. ] 251 et seq., illustrated in Appendix 14}. Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency {EPA}. g. Byrd An#i-Lobbying Amendment (3X U.S.C. 1352} Contractors why apply or bid for an award of $100,000 or mare shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence any officer or employee of any agency, a member ^f Congress, officer or employee of Congress, or any employee of a member of Congress in connection with obtaining any Federal contract, grant or any ether award covered by 31 U.S.C. 1352, illustrated in appendix 15. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. h. Debarment and 5uspensian (E.~.s 12549 and 12689) No contract shall be made to parties listed on the General Services Administration's List of Parties Excluded from Federal Procurement or Non-procurement Program is accordance with E.O.s 12549 and 126$9, "Debarment and Suspension" as presented in Appendix 1 and Appendix 2, respectively. This list contains the names of parties debarred, suspended, ar otherwise excluded by agencies, and contractor declared ineligible under statutory ar regulatory authority other than E.O. i 2549. Contractors with awards that exceed the small purchase threshold shall provide the required certification regarding its exclusion status and that ^f its principal employees. 1-e~tzillate: FA Special Terms ar~d Conditions S-2p•2ra~9 FIfVAI [APPftOVEd f3Y [)DL) FA-7C-OOSQ -i° . r.~l`- ..--- .irr i~?.nL~:i:_-a-nt:. ~..-.-1':+:li..~ f2:;{, .+-~ ii..,.... - t~21)`-li`i~:.'..J(Z _ `~': ... r :, ~>.... ..'1•.. .=ti .:3- ` -- . lCk~ j~i^.~-' BSI'. r v.. .. -1r" .. i - .~. ~ - -~, c-.~ ... ,. Ec..: to=P. nr'i> .._C~::4fd'!. .' • ~ = :~ r . UAViS BACON ACT REQUIREMENTS A. Definitions. For purposes of this Clause, Clause )CX, Contrad Work Hours and Safety Standards Act, and Clause )bC, Recipient Functions, the following definitions are applicable: (1] Award means the Award by the bepartment of Energy (pq€] to a Recipient that includes a requirement to wmply with the labor standards douses and wage rate requirements of the pa~is-Bacon Act (DBA] for work performed by all laborers and mechanics employed by Subrecipients, Contractors and subcontractors on projects funded by or assisted in whole or in part by and through the Federal Go~emment pursuant to the Recovery Act. (2) "Construction, n[teration or repair' means all types of work done by laborers and mechanics employed by the 5ubrecipient, construction cantrador ar construction subcontractor on a particular building or work at the site thereof, including without limi tation- {a} Altering, remodeling, installation {rf appropriate) on the site of the work of items fabricated off-site; [b] Painting arxi decorating; or (c) Manufacturing or furnishing of materials, articles, supplies, or equipment on the site of the building yr work. (3] Contrrr# means a written procurement contract executed by a Subrecipient for the acquisition of property and services for constru[tian, alteration, and repair under a Subaward Far purposes of these Clauses, a Contract shall include subcontracts and lower- tier subcontracts under the Contrad. [4) Contracting Offirermeans the pQE official authorized to execute awards on behalf of bOE and who is responsible far the business management and non-program aspects of the financial assistance process. (5) Contractor means an entity that enters into a Contract. For purposes of these Clauses, Contractor shall include subcontractors and lower-tier subcontractors. (6] Recipient means any entity other than an inditidual that receives Recovery Act funds in ttte form of a grant direcdy from the Federa} Government. Fhe term includes the State that receives an Award from DOE and is linancially accountable for the use of any pQE funds or property, and is legally responsible for carrying out tF+e terms and conditions of the program and Award. [7] "Site of the work"- [a} Means-- {i] The physical place or plares where the construction called far in the Award, Subaward, or Contract will remain when work an it is completed; and [i] Any other site where a significant portion of the building or work is constructed, provided that such site is established speciRcally far the performance of the project; [b] Except as provided in paragraph (c] of this definition, the site of the work includes any fabrication plants, mobile factories, hatch plants, borrow pits, job headquarters, tool yards, etc., provided- [1] They are dedicated exclusively, or nearly sa, to performance of the project; and (2} They are adjacent or virtually adjacent to the site of the work as defined in paragraphs (7](a](i} or {7}[a}(ii] of #eis definition; and [c] Does not include permanent home vffires, branch plant establishments, fabrication plants, or tool yards of a Contractor or subcontractor whose locations and continuance in operation are determined wholly without regard to a particular contractor Federal Award ^r project. In addition, fabrication plants, batch plants, barrow pits,job headquarters, yards, etc., of a commercial or material supplier which are established by a supplier of materials For the project before opening of bids and not on the project site as defined in paragraphs (7l(a}{i] or (7}(a}[ti} of this definition, are not included in the "site of the work:' Such permanent, previously established facil'sties are not a part of the "site of tFre work" even if the operations for a period of time maybe dedicated exclusively yr nearly so, to the performance of an Award, Subaward, or Contract. [8} 5u6trward means an award of financial assistance in the farm of money, or property in lieu of money, made under an award by a Redpient to an eligible Suhredpient or by a Subrecipient to a Idwer- tier sut]recipient. The term includes financial assistance when provided by any legal agreement, even if the agreement is called a rnntrart, but does not include the Recipient's procurement of goads and services to carry out the program nor does i# include any form of assistance which is excluded from the definition of `Award" above. (9} 5erf~recipienf means anon-Federal ent'sty that expends Federal awards received from a pass through entity (Recipient] to carry out a Federal program, but does not include an individual that is a benefiaary ^f such a program. Ttse term includes a Community Action Agency [CAA}, local agenry, or other entity to which a 5ubaward under the Award is made by a Redpient [hat includes a requirement to comply with the labor standards clauses and wage rate requirements of the ^i3A work performed by all laborers and mechanics employed by contractors and subcontractors on projects funded 6y or assisted in whole or in part by and through the Federal Garremment pursuant of the Recovery Att. 8. Qnvis-8~con Act {1][a] All laborers and mechanics employed yr working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate vn any account {except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act {2g CfR Part 3]], the ful! amount of wages and bona fide frirx}e benefits [or cash equivalents thereof] due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached to the Subaward or Contract arxi made a part hereof, regardless of any contractual relationship which may be alleged tv exist between the Recipient, a SubrecipienF, ar Contractor and such laborers and mechanics. [~] Applicable to Redpient Only. Privy to the issuance of the Subaward or Contract, the Recipient shalt notify the Contracting Officer of the site of the work in order for the appropriate wage determination to be obtained by the Contracting officer from the Secretary of Labor. f i] If the Subaward or Contract is or has been issued without a wage determination, the Recipient shalt notify the Contracting Officer immediately of the site of the work under the Subaward or Contract in order far the appropriate wage determination to be obtained by the Contracting Q€ficer from the Secretary of Labor. (b] Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1{b][2} of the 08A on behalf of laborers ^r mechanics are considered wages paid to such laborers and mechanics, subject to the prvrrisions of paragraph 8[4] 6elaw; also, regular contributiortis made or casts irxurred for more than a weekly period (hut not Tess often than quarterly} under plans, funds, yr programs which cover the particular weekly period, are deemed to be wnstructi~ely made ar incurred during such period. {c] Such laborers and mechanics shall he paid not less than the appropriate wage rate and fringe benefits in the wage determination for the classifrcation of work actually performed, vrrithout regard to skill, except as pro~rided in the paragraph entitled Apprentices and Trainees, Laborers or mechanics perform'sng work in more than one classification may be compensated at the rate specified for each dassification for the Lime actually worked therein; prorrided that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. (d] The wage determination [ncludirrg any additional classifications and wage rates conformed under paragraph B(2} of this Clause] and the basis-Bacon poster{WH-1321} shall be pasted at all times 6y the 5ubrecipient and Contractor at the site ^f the work in a prominent arxi accessible place where it can 6e easily seen 6y the workers. (2](a} The Contracting pfficer shall require #hat any lass of laborers ar mechanics which is not listed in the wage determination and which is tv be employed under tI•+e Subaward or 3 Contract shall be classified in conformance with the wage determination. The Contracting Officer shall approve an additional classiFicatian and wage rate and fringe benefits therefore onfy when all the following criteria have been met: (] The work to be perFormed by the classifcation requested is not performed by a classification in the wage determination. (i] The classification is utitized in the area by the construction industry. [iii] The proposed wage rate, includirx~ any bona fide Fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. {b] If the Subrecipient [and Contractor, when applicable] and the laborers and mechanics to be employed in the classifcation cif known], ar their representatives agree on the classification and wage rate [induding the amount designated for fringe benefits, where appropriate},the 5u6recipient shall notify the Recipient. The Redpient shall notify the Contracting Officer of this agreement. If the Contracting Officer agrees with the classification and wage rate (ncluding the amount designated for fringe benefits, where appropriate], a report of the action taken shall 6e sent by the Contracting Officer to the Administrator of the: Wage and Hour pivision Employment Standards Administration U.S. department of Labor Washington, DC 20230 The Administrator yr an authorized representative will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the Contracting Officer or will notify the Contracting Officer within the 30-day period that additional time is necessary. {r] In the event the Subrecipient {and Contractor, when applicable], and the laborers or mechanics to 6e employed in the classification, ar their representatives, dv not agree on the proposed classification and wage rate {including the amount designated €vr fringe benefits, where appropriate], the Subrecipient shall notify the Redpient. The Recipient shall notify the Contracting t7fficer of the disagreement. The Contracting Officer shall refer the questions, including the views of all interested parties and the rerommendatian of the Contracting Dffscer, to the Administrator of the Wage and Hvur pivisivn for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the Contracting Officer or will notify the Contracting Officer within the 30-day period that additional time is necessary. {d] The wage rate [ncluding fringe benefits, where appropriate] determined pursuant to subparagraphs f3{2](b] ^r fi{2](c] of this Clause shall he paid to all workers performing work in the slassif:cation under the Award, 5ubaward, or Contract from the first day on which work is performed in the classification. 4 [3] Whenever the minimum wage rate prescribed in the Award, Subawarcl, or Contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the Subrecipient and Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (4] If the Subrecipient ar Contractor does not make payments to a trustee or other third person, the Subrecipient or Contractor may consider as part of the wages of any laborer ar mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program; provided, that the Secretary of Lobar has found, upon the written request of the Subrecipient or Contractor tf-at the applicable standards of the ^avis- Bacon Act have been met. The Secretaryaf Labor may require the Subrecipient ar Contractor to set aside in a separate account assets far the meeting of obiigatians under the planar program. C. Rates of Wages {1} The minimum wages to be paid laborers and mechanics under the Subaward ar Contract irwolved in perfarmarxe of work at the pro}ect s+te, as determined by the Secretary of Labor to be prevailing for the corresponding dosses of laborers and mechanic employed an projects of a character similar to the contract warlc in the pertinent locality, are included as an attachment to the Award, 5ubaward, or Contract. [2] If the 5ubaward or Contract has been issued without a wage determination, the Recipient shall notify the Contracting Officer immediately of the site of the work under the 5ubaward or Contract in order for the appropriate wage determination to be obtained by the Contracting Offrcer from the Secretary of Labor. D. Payrolls artd basic Records [1.} Payrolls and basic records relating thereto shall be maintained by the Recipient, Subrecipient and Contractor during the course of the work and presenred for a period of 3 years thereafter #vr aR laborers and mechanics wor#cing at the site of the work. Such records shelf contain the name, address, and social security number of Bath such worker, his yr her correct dassificatian, hourly rates of wages paid [inc3uding rates of contributions or costs anticipated for bona fide fringe hene€its or cash equivalents thereof of the types described in section 1[h][2][B} of the aavis-Bacon Act], daily and weekly number of hours worked, deductions made, and actual wages paid. Whenever die Secretary of tabor has found, under paragraph [4] of the provision entitled (]avis-bacon Act, that the wages of any laborer ar mechanic include the amount of any casts reasonably anticipated in providing benefits under a plan or program described in section 1{b](2]{B] of the pools-Bacon Act, the $ubrecipient ar Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs antidpated or the actual cast incurred in providing such benefits. The Subrecipient or Contractor employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. [2](a] The Contractor shall submit weekly for ea[h week in which any Contract work is performed a copy of all payrolls to the Subredpient. The 5u6reeipient shall submit weekly far each week in which any 5ubavrard or Contract work is performed a copy of all payrolls tv the Recipient. The Recipient shall submit weekly for each week in which any 5uf~award or Contract work is performed a copy of all payrolls to the Contracting Officer. The payrolls submitted shall set out accurately arxi rompletely all of the information required tv be maintained under paragraph D(1] of this Clause, except that the fu11 social security numbers and home addresses shall not be intluded an weekly transmittals. Instead, the payrolls shall only need tv in[lude an individually identifying number for each employee (e.g., the last dour digits of the employee's social security number}. The required weekly payrv€I information may be submitted in any form desired. Optional Fame WH-347 is available for this purpose from the Wage and 1-lour Division Web site at i vw.dol. v whd forms wh 47' ~tm or its successor site. [b] The Recipient is responsible far the ensuring that all 5ubrecipients and Contractors submit copies ^f payrolls and basic records as required by paragraph D, Payrolls and Basic Retards, of this Clause. The Subreeip'sent is responsible far ensuring all Contractors, including lower tier subcontractors submit copies of payrolls and basic records as required by paragraph D, Payrolls and Sasic Records, of this clause. Subrecipients and Contractors shall maintain the full social security number and current address of each [overed worker, and shall provide them upon request for transmission to the Contracting Officer, the Recipient, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. The Recipient shall also obtain and provide the full social security number and current address of each wvered worker upon request by the Contracting Officer or the Wage and Hvur Division of the Department of Labor for purposes o(an investigation yr audit v# Compliance with prevailing wage requiremenu. It is not a violation of this sect'son far a Recipient to require a 5ubrecipient or Contractor to provide addresses and social security numbers to the Recipient Far its own retards, without weekly submission to the Contracting Officer. (c] Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by tr+e Recipient, 5ubretipient ar Contractor or his ar her agent why pays yr supervises the payment of the persons employed under the 5ubaward or Contract and shall certify -- fi] That the payroll far the payro€I period contains the information required to be maintained under paragraph D(2)(a] of this Clause, the appropriate infvrmat'san is being maintained antler paragraph ^[1] of this Clause, and that such information is correct and complete; [ii] That each laborer or mechanic [including each helper, apprentice, and trainee] employed on the Subaward yr Contract during the payroll period has been paid the fulE weekly wages earned, without rebate, either directly ar indirectly, and that nv deductions have been made either directly ar indirectly from the full wages earned, other than permissible deductions as set forth in the Regulations, 29 CFR Part 3; and b [ii} That each laborer or mechanic fias been paid not Tess than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as speafied in the applicable wage detenninatian incorporated into the 5ubaward or Contract. [d} Ttte weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement far submission of the "Statement of Compliance" required by paragraph p[7]{c} of ibis Clause. [e} The falsification of any ^f the certifications in Paragraph R, Payrolls and Basic Records, of this Clause may subject the Recipient, Subrecipient ^r Contractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 3729 of Title 31 of the United States Cade. {3) The Recipient, Subrecipient, or Contractor shall make the records required under paragraph D{1) of this Clause available #or inspection, copying, or transcription by the Contracting Officer, authorized representatives of the Contractirxa Difcer, or the Department of Labor. The 5ubredpient ar Contractor shall permit the Contracting Officer, authorized representatives of the Contracting Officer or the Department of Labor to interview employees during working hours on the job. If the Recipient, Subrecipient, or Contractor fails tv submit the required records yr to make them available, the Contracting Dffscer may, after written notice to the Recipient, Subrecipient, or Contractor take such action as may be necessary tv cause the suspension ^f any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available maybe grounds for debarment action pursuant to 29 CFR 5.12. E Withholding of Funds {1) The DOE Contracting Officer shall, upon his or her or its own action or upon written request of an authvri=ed representative of the Department of Labor, withhold or cause tv be withheld from the Recipient or any other contract yr Federal Award with the same Recipient, on this or any other federally assisted Award subject to Davis-Baron prevailing wage requirements, which is held by the same Recipient sv much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Subrecipient or a Contractor the full amount of wages required by the Award or 5ubaward yr a Contract In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the Award or 5ubaward or a Contract, the Contracting Officer may, after written notice tv the Recipient take such action as maybe necessary to cause the suspension of any further payment, advance, nr guarantee of funds until such violations have ceased. [2} The Recipient shall, upon its awn action or upon written request of the DOE Contracting Officer or an authorized representative of the Department of labor, withhold ^r cause tv be withheld from any Subrecipient or Contractor so much of the accrued payments or advances as maybe considered necessary tv pay laborers ar+d mechanics, inducting apprentices, trainees, and helpers, employed by the Subrecipient or Contractor the full amount of wages required fay the 5ubaward or Contract. In the event of failure tv pay any Taborer or mechanic, 7 including any apprentice, trainee, ^r helper, employed orwark'sng on the site of the work, all ^r part of the wages required by the 5ubaward ^r Contract, the Recipient may, after written notice to the Subrecipient or Contractor, take such action as maybe ne[essary to cause the suspension of any further payment, advance, yr guarantee of funds until such violations Dave ceased yr the Government may cause the suspension v# any further payment under any ^ther contract yr Federal award with the same 5ubrecipient or Contractor, on any other federally assisted Award subject to Davis-Bacon prevailing wage requirements, which is held by the same 5ubrecipient or Contractor. F. Apprentices and Tmirrees {1} Apprentices. {a} An apprentice will be permitted to work at less than the predetermined rate for the work they performed when they are employed- {iJ Pursuant tv and individual#y registered in a bona fide apprenticeship program registered with the U.S. Department of Lobar, Employment and Training Administration, Caffice of Apprenticeship and Training, Employer, and Labor Services {pATELS] ar with a State Apprenticeship Agency rewgnixed by the OATELS; yr (i} In the first 90 days of probationary employment as an apprentice in such an apprenticeship program, even though not irtdividua#ly registered in the program, if certified by the OATELS yr a State Apprenticeship Agency (where appropriate] tv be eligible far probationary employment as an apprenti[e. (b} The allowable ratio of apprentices to journeymen vn thejob site in any craft classification shall not be greater than the ratio permitted to the 5ubrecipient yr Contractor as to the entire work force under the registered program. {c} Any worker listed vn a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated in paragraph F{~} of this Clause, shall be paid not less than the applicable wage determination for the classification of work actually perfom~ed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination far the work actually performed. {d} Where a 5ubrecipient or Contractor is perforrning co nstrudion on a project in a locatity other than that in which its program is registered, the ratios and wage rates {e~ressed in percentages of the journeyman's hourly rate) specified in the Subrecipient's or Contractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprent"sce's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. [e} Apprentices shall 6e paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, 8 apprentices must he paid the full amount of fringe benefits listed an the wage determination for the applicable classification. if the Administrator deterrines that a different practice prevails for the applicable apprerttice classification, fringes shall be paid in accordance with that determination. (F] In the event DATELS, or a State Apprenticeship Agency recognized by DATELS, withdraws approval of an apprenticeship program, the Subrecipient or Contractor will nv longer be permitted tv utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (2} Trainees. (a} Except as provided in 29 CFR 5.1fi, trainees will not Ize permitted to wvrfc at less titan the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approva4, evidenced by formal certification by (OATfLS}.The ratio of trainees tajourneymen on thejob site shall not be greater than permitted under the plan approved by DATELS. (b} Every trainee must 6e paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall he paid the full amount of fringe benefits listed in the wage determination unless the Administrator of the Wage and Hour Qivision determines brat there is an apprenticeship training program associated with the corresponding journeyman wage rate in the wage detenninativn which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the DATELS shall be paid not less than the applicable wage rate in the wage determination for the classification of work actually performed. In addition, any trainee performing work on the jab site in excess of the ratio permitted under the registered pmgram shall be paid oat less than the applicable wage rate in the wage determination for the wor#c actually performed. (c} [n the event DATELS withdraws approval of a training program, the 5ubrecipient or Contractor will no longer be permitted tv utilize trainees at Less than the applicable predetermined rate for the work performed until an acceptable program is approved. (3} Equal employment opportunity. The utilization of apprentices, trainees, and journeymen under this Clause shall be in mnformitywith the equal employment opportunity requ'srements of Executive Order 1124fi, as amended, and 29 CFR Part 30. G. Compliance with Cope[ond Ari~ Requirvemerrts The Recipient, 5ubrecipient or Contractor shalt comply with the requirements of 29 CFR Part 3 which are hereby inrorparated by reference in the Award, 5ubaward yr Contract. H. Su6awards grid Canf-ncts [1] The Rerapient, the 5ubrecipient and Contracor shall insert in the 5ubaward or any Contracts this Clause entitled "Davis Bacon Act Requirements" and such other clauses as the Contracting Officer may require. The Recipient shall be responsible for ensuring rompliance by any 5ubrecipient or Contractor with all of the requirements contained in this Clause. The 5ubrecipient shall be responsible for the compliance by Contractor with all of the requirements contained in this Clause. [2] Within 14 days after issuance of a 5ubawarcl, the Recipient sha11 deliver to the Contracting officer a completed Standard Form [5 F] 1413, Statement and Acknowledgment, for each Suhaward and Contract for construction within the United States, including the Subrecipient's and Contractors signed and dated acknowledgment that this Clause] has been included in the 5ubaward and any Contracts. The SF 1413 is available from the Contracting Officer or at http:Ilrontacts.gsa.govlwebforms.nsfID17Q84872 Q1fiEE95A785256A260QdF7Fr481$file/sF1413_e.pd f . Within 14 days after issuance of a Contract or lower- tier subcontract, the Subrecipient shall deliver to the Recipient a completed Standard Form {5F] 1413, Statement and Acknowledgment, for each Contract and lower-tier subcontract far construction within the United States. including the Contractor and lower- tier subcontractor's signed and dated acknowledgment that this Clause has beers included in any Contract and lower- tier subcontracts. 5F 1413 is available from the Contracting Officer yr at http:llcontacts.g saga v/webforms. ns fI017084872 016 E E95A78 52 56A26004F7 EA8/$fi l e/sf 1413_e.pd f. The Reapie:tt shall imtttediately provide to the QC1E Contracting Officer the completed Standard Forms [SF] 1413. 1. Caotrac# Tem~rirmtian -- Debarment A breach of these provisions may 6e grounds for termirsatian of the Award, 5ubaward, or Contract and for debarment as a Contractor yr subcontra~tar as provided in 29 CFR 5.12. J. ComptiaRCe with Dads-Bacvvrt and Rr[ated Rrt Regr~latians All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3 and 5 are hereby incorporated by reference in the Award, 5ubaward or Contract. K. Disputes Concerni-tg Labor Standards The United States Repartment of Labor has set forth in 2R CFR Parts 5, 5, and 7 procedures far resolving disputes roncerning labor standards requirements. Such disputes shall be resolved in armrdance with those procedures and shall not be subject to any other dispute provision that may be contained in the Award, Suhaward, and Contract. Disputes within the meaning of this Clause include disputes between the Recipient, 5ubrecipient [including any Contractor] and the Department a# Energy, the U.S. Qepartment of Lobar, or the employees or their representatives L. Crrti}ecatian of Hiyibiuty. [1] sy enierirtg into this Award, 5ubaward, or Contract [as applicable;, the Recipient, Subrecipient, or Contractor, respectively certifies that neither it {nor he or she) nor any person or firrn who has an interest in the Recipient, 5ubrecipient, or Contractor's firm, is a person, entity, or firm ineligible 10 to be awarded Government contracts ar Gvverriment awards by virtue of section 3{a} of the Davis-8acvn Act yr 29 CFR 5.12(a][1}. (2] No part of this Award, 5ubaward or Contract shall be subcontracted tv any person or 5rm ineligible for award of a Government contract yr Government award by virtue vF section 3(a} of the Davis-Bacon Act or 29 CFR 5.12{a}{i1]. [3} The penalty for making false statements is prescribed in the U.S. Criminal Cade, 18 U.S.C. 1001. M Apprarraf Qf Wage Rates All straight time wage rates, and overtime rates based thereon, for laborers and mechanics engaged in work uixler an Award, 5ubaward or Contract mus[ be subm'stted far approval in writing by the head of ttte federal contract'sng activity yr a representative expressly designated far this purpose, if the straight time wages exceed the rates for corresponding classifications contained in the applicable Davis-6acan Act minimum wage determination included in the Award, 5ubaward ar Contract. Any amount paid by the 5ubrecipient yr Contractor to any laborer or mechanic in excess of the agency approved wage rate shall be at the expense of the 5ubrecipient ^r Contractor and shall not be reimbursed by the Recipient ar 5ubrecipient. If the Government refuses to authorize the use of the overtime, the Subrecipient or Contractor is not released from the abtigation to pay employees at the required overtsme rates for any overtime actually worked. Clause X][]C. CoMracE Work Hours and Safety Standards Act This Clause entitled "Contract Work Hours and Safety Standards Act (CWH55A]' shall apply to any 5ubaward or Contract in an amount in excess of 3100,000. As used in this CWH55A Clause, the terms laborers and mechanics indude watchmen and guards. A. Overtime requirements. fVa 5ubrecipient or Cantradar contracting far any part of the 5ubaward work which may require yr involve the employment of laborers or mechanics shall require or permit any such la4arer yr mechanic in any workweek in which he yr she is employed ^n such work to work in excess of forty hours in such workweek unless such taborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay Tor all hours worked in excess of forty hours in such workweek. 6. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph 6 herein, t3te Subrecipient or Contractor responsible therefor shalk be liable for the unpaid wages. In addition, such 5ubrecipient yr Contractor shall be liable to the United States {in the case vT work done under a 5ubaward yr Contract Tor the District of Columbia yr a territory, to such District or to suds territory], far liquidated damages. Such liquidated damages shall be computed with respect La each individual laborer or mechanic, including watchmen and guards, employed in violation of the provision set forth in CW55HA paragraph A, in the sum of 310 for each calendar day on which such individual was required or perrnitted tv work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph {A} of this section. C. Withholding for unpaid wages and liquidated damages. I1 [1] The DOE ContraRing Dfficer shall upon its own action or upon written request of an authvrixed representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Recipient vn this or any other Federa! Award or Federal contract with the same Recipient on any other federally-assisted Award or contract subject to the CWHSSA, which is held by the same Recipient such sums as maybe determined to be necessary to satisfy any liabilities of such Redpient Far unpaid wages and liquidated damages as provided in the clause set forth in CWFf55A, paragraph 8 of this Clause. {2} The Recipient shalE, upon its own anion ^r upon written request of the DDE Contracting Officer or an autharixed representative of the Department of Labor, withhold or cause from any moneys payable on account of work perfonned t,y the 5ubrecipient or Contractor an this or any other federally assisted subaward ar rontract subject to the CWH55A, which is held by the same 5ubrecipient ar Contractor such sums as may 6e determined tv be necessary to satisfy any liabilities of such 5ubrecipient or Contractor for unpaid wages and Liquidated damages as provided in clause set forth in CWH55A, paragraph B of this Clause. D. Subwntracts. The 5ubrecipient shall insert in a Contract and a Contractor shall insert in any lower tier subcontracts, the douses set forth in these CWHSSA paragraphs {A] through {D] and also a provision requirirx~ the Contractors tv include this CWWSSA Clause in any lower tier subcontracts. The Reapient shall be responsible far compliance by any 5ubrecipient or Contractor, with the CWHSSA paragraphs A through p. The 5ubrecipient shall be responsible far tvmpliance by any Contractor (including lower- tier submntradars;. E. The 5ubredpient or Contractor shall maintain payrolls and basic payrolls in accordancewith Clause 7(X, Davis• Bacon Act Requirements, for ail laborers and mechanics, including guards and watchmen working vn the 5ubaward or Contracts. These records are subject to the requirements set fortis in Clause )C)C, Davis Bacon Requirements. Clause }f~C}C. RECIPIENT FUNCTIONS {1} pn behalf of the pepartment of Energy [DQE}, Recipient shalt perform the following functions: {a] Obtain, maintain, and monitor all DBA certified payroll retards submitted by the Subrecipients and Cvntradors at any tier under this Award; {b} Review all DBA certiFaed payroll records for compliance with DBA requirements, including applicable DDL wage determinations; [c] Not'sfy DDE of any non-compliance with DBA requirements by Subredpients or Contractors at any tier, including any non-compliances identified as the result of reviews performed pursuant to paragraph {b] above; 12 {d} Address any Subreapient and any Contractor DBA non-compliance issues; if DBA non-compliance issues cannot be resglved in a timely manner, forward complaints, summary of investigations and ali relevant information to DOE; (e} provide DDE with detailed information regarding the resolution of any DBA non- compliance issues; {f} Perform services in suppor[ of DO>: investigations of complaints filed regarding ngncvmpliance by Suhrecipients and Contractors with DBA requirements; {g} perform audit services as necessary tv ensure compliance by Suhrecipients and Contractors with D8A requirements and as requested by the Contracting Offscer, and {h} Provide copies of all records upon request by DOE or DoL in a timely manner. {2] All records maintained on behalf of the DOE in accordance with paragraph {~} above are federal government (DdE) owned records. DOf or an authorized representative shall be granted access to the records at all times. [3] In the event of, and in response to any Freedom of information Act, 5 U.S.C. 552, requests submitted to DOE, Recipient shall provide such records to DOE within 5 business days of receipt of a request from DQE. 13 Texas Department of Housing & Cammuuity Aft'airs AItRA Weatheri~ation Assistance Program Priority List far Single-Family and 5ma11, Multi-Family Buildings I . infiltration Reduction, Maximum cast • $St70 in IECC Zone 4 • $4Qt) in IECC Zane 3 ^ $l9Q in IECC Zane 3B m $26U in IECC Zone 2 2. Duct Sealing 3. Attic Insulation Far homes with natural gas space heating and room air conditioners, with existing R-t 9 attic insulation ^ Insulate to R-3p in IECC zones 3 & 4 ^ Add no insulation in IECC cane 2 ^ For all otlter homes ^ insulate to R-38 in IECC zone 4 ^ insulate to R-3~ in IECC cones 2 & 3 4. CFLs 5. Smart Thermostat * Clients must be educated about the thermostat's functionality ^ is not be warranted if clients cannot be adequately trained 6. 5idewa l I I nsu loll vn • Insulate wall cavities to R-15 7. Refrigerator Replacement ^ Meter units prior to replacement to meet 10°!° rule ^ Pre-1993 units can be replaced without metering, as long as the year of manufacture is documented ^ Replaced units need to be de-manufactured. Materials need tv lie recycled. Refrigerant needs to be reclaimed. 8. FloarlFaundativn Insulation • Insulate exposed crawlspace floors to R-3fl in IECC zone 4 ^ Insulate exposed crawlspace floors tv R-i9 in IECC zone 3 ^ Insulate exposed crawlspace floors to R- I 1 in IECC wne 2 9. Sun Screens in IECC zones 2 & 38 {Abilene, EI Pasa, Midland, & San Angelo] ^ East-, west-, and south-facing windows are cast effective when the cast is $4.9U per square foot or Iess. 10. Heat Pump Replacement • Replacement can only occur in all-electric home; cannot have gas space heating, including space heater, furnace, yr boiler ^ Horne must already have ducts Texas Priority Lift-w.dac Created an 121111Z0~3 4:a5 PM ExHiBir ,~ ,~ G~I~fS Texas Department of Hausir~g & Co-nmunity AtIE'airs • Manual J calculations must be completed to appropriately size the heat pump with higher order Weatlterization measures included o Must have existing equipment in place o Heat pumps with a SEER of I0.0 may be replaced with equipment and installation costs limited to • $3,50(1 in IECC canes 3 &4 • $2,500 in IECC zone 2 • No replacement of room air conditioners {RAC} if central air conditioner or heat pump are replaced ^ RepIacement room air-conditioners o Qnly General and High-use RAC are cost-effective to replace o No more than three room air conditioners can be replaced per borne o Replacement RAC{s} must have an EER of I I-~ a Maximum of $1 S0 for RAC in IECC Zone 4 for 6-8 kHtulh o Maximum of $t 75 for RAC in IECC Zone 3 for 6-8 kBtulh o Maximum of $225 far RAC in IECC T.ane 2 for 6-8 kBtullt 1 I . Water Heater Replacement ^ Replace electric tank water heaters with heat pump water heater (HPWH}. ^ Household should have a minimum of three persons. ^ Replacement cast is limited to $ i ,50t7 ^ Replacement HPWH should have warranty of at least ] 0 years • HPWH must have an EF of at least 2.0 ^ If home does not have air-conditioning, HPW H can only be installed in exterior closets or other unconditioned spaces. The HPWH requires protection From the elements. ^ if the home has air-conditioning, HPWH can be installed in conditioned or unconditioned spaces • HPWH will need: o a condensate drain a adequate air flow for the e~aparator * A~aid replacing water heaters next to sleeping spaces since the compressor wilt create noise. 12. Miscellaneous Repairs ^ Maximum cast af$400 ^ lncludes costs related to installed Weatherization measures • Materials include lumber, shingles, flashing, siding, masonry supplies, minor window repair, gutters, downspouts, paint, stains, and sealants. Instances, far Completing Sife Sperifir E-rergy Audi ^ Ducts in the crawlspace • Heating is other than natural gas, propane, or electricity Texas Priority List-w.dac Created on 1211112p09 4;05 PM ~~~o~CJ TllHCA ARRA 1~VAP 1'rivritication bounties by done Zane ZA Andersen Corral Houston Nueces Angelina Coryell Jefferson Orange Aransas DeWitt Jim Hogg Polk Atascosa >~u~aI Jim Wells Refugio Austin Falls Karnes Robertson Bastrop Fayette Kenedy San Jacinto Bee Fort Bend Kleberg San Patricia Bell Freestone Lavaca Starr Bexar Galveston Lee Travis Basque Goliad Leon Trinity Brawria Gonrales Liberty Tyler Braves Grimes Limestone Victoria Brooks Guadalupe Live yak Walker Burleson Hardin Madison Waller Caldwell Harris Matagorda Washington Calhoun Hays McLennan Wharton Cameron Hidalgo McMullen Willacy Chamlaers Hill Milam Williamson Cherokee Jackson Montgomery Wilson Colorado jasper Newton Zone 2B Bandera Kinney Real Zapata Dimmitt La Salle Uvalde Za~aia Edwards Mat+erick Val Verde Frio Medina Webb Zone 3A Archer >;rath Lamar Sabine Blanco Fannin Lampasas San Augustine Howie Franklin Llano San Saba Brown Gillespie Marion Shelby Burnet Grayson Mills Smith Camp Gregg Montague Samerveil Cass Hamilton Morris Stephens C1aY Harrison Nacogdoches Tarrant Collin Henderson Navarro Titus Comanche Hood Pain Pinto [Jpshur Cooke Hopkins Panola Van Zandt Dallas Hunt Farker Wichita Delta Jack Rains Wise Denson Johnson Red lti~er Woad Eastland Kaufman Rockwall Young Ellis Kendall Rusk ~ f ~~ ~ ~J Tl]HCA ARR~- WAP Priaritizatian Zone 3B Andrews El Pasa Icing Schleicher Baylor Fisher Knox Scunry Borden Foard ia~ing Shackelford Brewster Gaines Lubbock Sterling Callahan Garza Lynn Stonewall Childress Glasscock Martin Sutton Coke Hall Mason Taylor Coleman Hardeman McCulloch Terrell Collingsworth Haskell Menard Terry Cancho Hemphill Midland "F'hrockmarton Cattle Howard Mitchell Tom Green Crane Hudspeth Motley Upton Crockett Trion Nolan Ward Crosby Jeff Davis Pecos Wheeler Culbersan Jones Presidia Wilbarger Dawson Kent Reagan Winkler Dickens Kerr Reeves Ectar Kimble Runnels Zone 4B Armstrong Deaf Smith Ho~kley Parmer Bailey Donley Hutchinson Potter Hriscoe Floyd iamb Randall Carson Gray Lipscomb Roberts Castro Haie Moore Sherman Cacltran Hansfard Gchiltree Swisher Daliam Hartley Gidham Yoakum ~~ ~~ ~~ ~ !d d u u ~1~ ~{ ~55~5 s ~ 4 ~~ ~~ ~~= ~~~ g a~ ir8 3S~ S yo y V °~ ~ ~i' ~ ~ ~ ~ ~ ~. ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ • ~ ~ ~ -. ~ ~. w W w C0 a p V Oa 1Vl1 V O~ 1N11 V N G ~.] W iV71 ~j [A LV11 N OD LVJ1 f+ Q 04 a ~ W OWO N CW+ N ~ pD 4~ DO C~ OD ~+ 1D ~C o° 1V11 1Ni1 o ^ c~`'i. • 1N11 ~ LNr1 0 0 0 0 o a o v Ln O ~ V ~.+ V A~ ~.! N CO ~ }~ ~ ~ W N C+ W ~° ~ ~ ~+ ~ ~ ~ 111 1°l, .. V1 ° . A w a Q Vii N p~ 1J1 D ~ pip Cs CV- q ~~~ ~r~ ~~ g ~. ~ .~ ~. :. ~~ ~; N ~ ~ N O 0 • . G W ~ V 1 11 ~ ~ CT M 0 7 0 0 N N V V Vs ip to in v ut v a a v v v ~ - O 1,u1 ~ ~ W ~ D O~ W N N ~ ~ ~ EXHIBIT ~~p 8 ~. t' J _~ ao ~,n sa w ~g ~ . ~~~ ~ ~ ~ ~ v ~° ~ . ~ ~ m g ~ ~' .. L~It 111 V~1' 171 W W N N }~+ to .111 W O+ O d a W a v a c a v •a o_ s '~ r J~ -~ ~ ~ 1# ~ g }Jl 1171~~ 411 ~ .W r }.~ N V l ~ ~ ¢ Jf S . S ~ ° v ~€ N N N i i i i x x x x ~y p m A o0 d r~ r~ r~ rrt- r~ ~ g ~ g ~ ~ g Y ~ V N ~ i a t Jf V i `° w u ~ o + w ~ a c ° v o a a s 0 0 ~ o a I-+ !-' W V W W CA p] il~ V N O 1J~ Ll~ O. 'pwp 1~+ W N Vii a g ~ ° v o Q 4 O 6 ~t i~ ~~€ iF ~~ ~g ~~ ~ _. a m ~ r;, ~ N ~ N eh , N a ~ ~ ~ ~ ~ ~~ ~ r"a i i i i i ~ ~ ~ S 0 0 a in F' L il W V N W N ~ N A N V 1JI l L` W tp 1-~ In O- f+ 1J1 Q Q I-' C~ tb . N ~ a F ~ v ~' ~ t i r + a + ~ a ~ ~n or+ F+ in a v ~ ~ io c v a o d o a a a a d q Q Q D Q Q Q Q C L11 UI d VI V N Qti VI C~ C d d V VI t!1 A O d F+ O p C7 in 4 01 N O C V~ Cn b Ln V N N ~D F W a. v v v .~ o s.+ o+ o 0 o a o ° o $ v o a o d Q 4 G O G a 0 4 d b ~N ~' ~ ~~ ~ g a ~ ~ m ~ C C ~ ~ i 0 Q i ~ i W N ~ G V~ l It ~ V v o ° ° v ~ a a a i+ c n !r N u W a Ln C ~ V 0 o v o v ~a w Q ~ g ~ S ~ ~ O G G O p W W VI OD Ot] Qs LM1 W D tin [n Ln ~R V p ~ $ a O ~D ~ [] o v to ~n Y F' W lf~ OD V Q+ V a ~ v ° ~ ~° :~' a o C G Q C C i ~ g r 9~ e ~ ~ ~ ~ ~ .. v Tn ~ ~ ~ m ~ c v ~ c ~ n $ ~ m t1f ~' ~ ~ N N Q v ~ ~ o ~ ~. ~ ~ ~- n a ~ r 0 v~ v ^' b ~ A N R Y ~o s p0 N N N N 3 ~ e $ ~• ~ ~ ~ ~ ~ w w w G O a ~W ~~ ~ ~. C~+ ~ tip ~ D ~ it ~ ~ ~ q~- lVi~ b N N 4 b L~-~, ~ Q W ~ Vii }W~ ~ O • CN+ Iii F.f' l;n ~WwP d c~ v v ^ b o a v o • v •i7 ~ . G ~ ~ N ~ r D+ ~ • '+' v0°+ • ~ a. • ^ 0v r V ~ N O 1y1+ • VNi : • ~ ~ ^ ~ VNi • ~ UNi • ~ ~w,y A ~ o 1"" A+ • ~ d • Q 0 0 $ ~ ~ ~ ~ ~i ~ ~ t v n ~_ S ~ a ~ ~ . ~ i ~ ~ ~ r~ r~ r`k w ~ w ~ ~ ~ a ~ Vr N 1n + D~ aW + DN+ ~ O { ~ 7 - 3 N 1f~ G d ~ ~ Ln v p i V N ~i N w N W trl ~ N a W G - to I.n H -' W CC t sti N VNi O O UNi 1Ni1 ~ d a C a o 0 0 o v v Vf F' O~ ~- O ~ V N O ~ Qti N O1• W ~G • • • VI }+ L~J~ 06 ~ O C Q ~ t.1 F+ N ~ 41 N W V W N 4- ~ C + O- 1 f N - O A ~ N C + W ~ N i V L n G G 4 g o v a o 0 0 o v .~ ~ .~ g~• tt ~ g ~~- €~ a Z d ~. a ~S 5i w a N a 3 c §. m 0 a N m 0 b v 0 0 ~a w m s~ ~~ ~~ ~_ a a' m 3' F~ a s 3 v W a Attachment 1-b City of Corpus Christi Hea#ing and Caai[ng Price {ARRAj list Bids are far material listed. No subsdtutlons are aNowed. All fields must be completed. ^a~ L "J UNIT Material TYPE [Material arsd lnstali) EST. qTY PRICE PER [TEM BEd Extension Fst. qTY. X IIAATERIAI.. 8 LABOR ~ B1D Insulated to 1" Thiclc ENTIaN PER UNIT HOUR MATERIALS LABOR MAT~vaa x aTr~Exr Per sheet Ductboard 1" 2 45.DD 6D.D0 1DS.00 21D.00 Per a1 Mastik 1 25 . DO 54 . DO 85.00 $5.00 Per raE! Meta! Duct Tae ~ 25.00 50 . DD 85.00 170 . DD 1~A. ~"Xt3" Re Ester flppr, wall ar ceilin 1 B.OD 60 . D0 58 . DO 68.00 EA. 4"x10" Re later fluor, wall or ceilin 1 4D . DO 6D . DO 1D0 . DD 100. DO Per ft. 4" re lace flex duct attic or fioar Z 25.00 60.OD 85.OD 17D .OD Per ft. fi" re !etas flex duet attic yr floor 2 4D . DD b0 . DD 10D . DD 2DO . DD Per ~. t3" re lace flex duct a#tlc yr floor 2 44 . DD 6D . DD 100 . DD 2DD .00 Per ft. 10" re lace flex duct attic yr floor 3 5S . OD 6D. DD 11S . DO 345 . DD Per ft. 12" re lace flex duct attic or flour 3 7D . DD 6D.OD 130.00 390. D0 EA. ~l tan candensln unitlarmar flex 1 1,375.00 650.DD ,D25.DD 2,025.00 f=A. 5 tan cvndensln unltlarmor flex 1 1, 55 3 . D0 ti50 . DD , 303 . DO 2, 303.OD EA. 2 ton condensin unitlarmar flex 1 941.25 65D.OD ,551.25 1, 551.25 Fro. 2.5 tancondensin u~itlarmorflex 1 1,005.25 fi50.OD ,656.25 1,555.25 EA. 3 ton candensin unitlarmar flex 1 1,138.75 65D.00 , 788.75 1, 788.75 EA. 3.5 tan oondensin unitlarmor flex 1 1,245.D0 650.00 , 895.00 1, 895.00 >=A. 4 tan eve gratin calls 1 522.50 20D.UD 822.50 822.50 E4. 5 ton eve cretin colts 1 7fi5 . DO 2DD .0t7 95S . DO 965.00 E4. 2 tan eve cretin coils 1 385.99 2DD.D0 585.99 585.99 F.A. 2.5 tan eve ratin calls 1 433.99 200.00 633.99 533.99 EA. 3 ton eve vratln tolls 1 459.99 200.00 b59.99 fi59.99 EA. 3.5 tan ova ratin tails 1 559.99 2DD.00 759.99 759.99 TgTAL Bl>3 E}CTENTIDN [Page Sub- total] 17 , 584.7 Attachment 1_b C#ty of Corpus Christi Heating and Cafll#ng Price ~ARR-~) List C~~ UHiT 'Material TYPE Material and install] EST. QTY PRICE PER ITEM BId Extension Es EA, t, qTY. x MATERIAL b IABVR ~ Bil] ExTEN 1.5 ton com ressor TIVH 1 PER UNIT HOUR MATERIALS LA80R 537.25 2flD.OD ~Ar+~agx ctrr=exr 737.2 37.25 EA. 2 tan com ressor 1 545.99 200.00 745.9 745,99 EA. 2.5 ton c~'n ressor 1 665 , 99 200. fl0 86S .9 $55.49 EA 3 ton com ressor 1 652.75 200.00 852.7 852.75 EA. 3.5 ton cam ressor 1 692.25 200.Ofl 891.25 891.25 EA. Install new filter at aft central alc work 2 8 •Dfl 60 . DD 336.0 135 . DD E.A. CleanlService central ooolin roiislcondensin Z -0- 60.00 120.00 120.Ofl EA. Clean and seal air return wl duct hoard 2 -0"' 60.04 120, DD 120 . DO EA. Seal su i lenum w! mastic ~ duct board 2 25 ,00 6D .flD 370 . DD 170. DD EA. Torch and solder 1 35.00 -D- -0- 35.Dfl EA. Them~ostats Ht . & C 2 49.25 6fl.Ofl 109.25 218.54 EA. R Z2 Irreon 2 35 . flD -0- 30 . DO 3D .00 EA. Concrete ad 1 75 , OD 64.00 135 . Dfl 135 . DD EA. 5 000 BTU window unit EER 10 1 125.00 35.00 160.00 160.00 EA. B,000 BTU window unit EER 10 1 I75 . Dfl 35 .fl0 210.00 210 .Dfl EA. 12 OQO BTtJ window unit EER i0 1 324 . Dfl 35.00 359 . DO 359.00 EA. CEeanlServlce window unit coils w! new filter i -D- 6fl .00 60. DD 6fl.OD TOTAL B1Q E]CfEHTtvN (Page Sub totaly 5,846.77 L~ Attachment 1-b City of Corpus Christi Heath and Cooling Price (ARRAS List C~ ^~ UNIT Material i<'YPE Material and Install ES7. QTY PRICE Pl:R ITEM id Extension Est. QTY. X MATERIAL ~ LABOR ~ B1D EX7ENTION pER UHI7 MATERIAL$ HDUR LABOR ~^T+u~sxv ~' EA. 3,Oflfl-F,5t]fl Eva . Cooler com late 4 499.00 100 . DO 599 . DD 2 9 DD EA. 3,QQa-fi,5D0 Eva . Cooler wl um & float 4 499 .QO 1~D0.OD 599.00 2,396.U0 EA. 3,flOfl-6,5t)fl Eva .Window unit com late 2 499.00 1DD.OD 599.DD 1,198.DD EA. 3,000-fi,5U0 cabinet on1 1 30U .00 l0U .flD 4DO.OD 4D0.00 EA. i13 to 1 h sin le s . i 15v230v Eva . Motor 4 230. D0 100.OD 33D.00 1, 326.00 EA. i13 to 1 h sin ie twos . 115v-23flv Eva .Motor 4 230 . D4 100 . DO 33D.OD 1, 326. DD E4. Bearln 5 s lder 3!4 to 1" i 6D • DO 60 . DO 124.44 12D. DD EA. Pillow block bearin s 518 to i" 1 60.OD 6D • OD 120.00 12D .00 Per ft. C er tuhin 114 to 3!8 4 .38 1.00 1.38 5.52 Per it. Tubin lactic 318 to t12 1 .33 .50 .83 .83 EA. An le iron alvanized Eva .Cooler frame 1 300.00 1D0 . DD 4DD . DD 4DD.OD FA. Roof'ack 1 18.75 18.75 37.50 37.50 IEA. Blower wheel 12x12x314 to 21x21x1 2 8D .00 6D . DO 140.00 280 . DO EA. Bower assembl 300 cfrn to 6500 cfm 2 23D .0D 1D4.40 33D .00 fifi0. DD EA. Mastercooi media $" and i2" 4 230.00 1DO.OD 330.OD 1 32fi.D0 lEA. 8" and 12" wet secdan oom ete 2 23D . DD 1DD . DO 330 . DD fi6D. DD E4. Mastarcool units +L54p to 65fl0 2 23D . D4 14D . DD 33D . DO fi60.OD EA. Belts 4fA50 to ~4LT6D 4 25.00 60.04 85 . DO 34D . DO E4. Submarine seater 1 al. to 5 al. 1 25.00 fi0.04 85.04 $5.D0 EA. Plastic roof cement 1 a!. to 5 al. 1 8.75 fiD .00 58.75 68.75 EA. Cooler sw. 2 s 3 230.40 100.00 330.04 99D . DD EA. Qlstributor kits 2 1DO A0 1DD .OD 2DD .OD 400.00 EA, Throw awa filters iSx18x1 to 20x25x1 5 1.25 1.25 2.50 12 . SO EP-. Pulle #lxed 112x1 112 to i" 2 14D .4D 104.40 200 , 40 4D4.00 EA. Brass fitdr- s 114 to 1" TOTAL B1D EX7ENTI[3H (Rags Sub-tataly 2 fi • 25 fi . 25 12 , 50 25.00 5,633.1 Attachment 1-ii City of Carpus Christi Heating and Cooling Price 1iARRA) Llst ~~ UNIT rfll. Mater#aE TYPE sE:ST. Material and Install QTY ESL QTY. X MATER L 8 LABGR = ELATION • - ~ ~~ t ~; ~. } ~- ~7'r- x::J "y'e i 35,000 BTU waif furnace wl vent & connections 2 PRICE PER ITEM PER UNIT HOUR MATERIALS LABpR ArAT.iAa x QYY~acr 890.00 6D . DD 950 . DD Bid Extension ~, ~r>' - ]. 902.00 EA. SD DOD BTU wa11 furnace w! vent 8 connections 2 1.213.75 ti0 . DD 1, 273.75 2, 547.50 Fro. Space heater wl at]S system B 000 to 30,000 BTU's ran e 1 225.00 100.00 325 , DO 325 , OD EA. Tune-u tumaoe 1 -0- 60.00 6U.UD 60,00 Fro. Dua[ watl thermostat 2 121.99 60 . DD 181.99 363, 98 EA. Sin le wa11 them}ostat 1 6 3 • ~ 7 5 D . DO 123.9 7 123.4 Ea4. Mobil home furnace 5fi DDD-80.DCD 1 2 , D8 3.99 6 D . 00 2 ,143.99 2 ,14 3.99 EA. Gas valves 2 25.00 60 . D0 85.00 170.00 EA. Pilots S eneratora 2 55 . DO fi0.00 115 , 00 230.00 EA. Thermoca Ias and misc. Z 11.00 60.00 ll. DO 142 . DO EA. Cam-stet controls 7 140.00 60, 00 200.00 200 . flD EA Fan cantro#s 2 18,00 60.00 78.00 156.00 EA. Limit switch t 2D . DO 60.00 80.00 $0.00 Fro. Time dale reia 1 15.00 fi0. DD 75 , DO 75 . DD EA. Fan and #imit controls 1 88.00 60.00 148.00 148, DD E~4. Transformers 1 15.40 60, OD 75 , 00 7S .OD EA. Valves misc. ~ 20.04 6a.o~ 80.00 8o.D4 EA. Central furnace 50 000-750,p00 1 808.75 60.40 $58.75 868.75 EA. LP Central furnace 50 000-150,000 , 1, 840 • DD 6D. DD 1, 860. DD 1, 860.00 L.F. Double wa11 1 e 3" to 8" g 25 , 40 60.00 8S . OD 170 . DO F,A. Fumave bonnets 2 25 , DO 64.40 85.00 170.00 FT. 1 tIZ' Insutadan ar ft. zty • 24 •20 . GD 8.00 FT. 2" Insutatlon Per ft. 20 .33 .33 , 66 13.20 EA. furnace i tail g 15.00 60.00 75.00 150.00 F~1. Mobile home Roof Jack for Furnace 2 25.00 60 . DD 85 . DD 170.00 t'-A. Chem-Ca[k 900 Caulkin a 25.00 60.00 85.00 255 . DO TOTAL 81R FXl'EHTIOH {Page Sub-total) 2,487.39 Attachment 1-b City of Corpus Christi Heating anti Coaling Price ;iARRA~ mist Material TYPE l=ST. ~R[CE PER ITEM Bid UNIT [Matertat and Install QTY Extension Fst. QTY. X MATERWL S LABOR ~ BIO EXTENTiDN PER UNIT HDl]R ~~ - Mar+tng x ~: ~ ~ , (MATERIALS LABOR QtY^ sxT s FA Eva .Gaoler um 5,DU0-7,SDa 115v to 23t3v 2 1, DOD . DD 60.00 I, D6D . D 2,124. DD F-A R aster Bx8 to 20x~D B 2D .4D 6D .00 80 . DO G80. DD EA Return riNs 6xB to 2+4x24 2 G5 . DD 60 . DD 105 . DD 21D. DO " " 2 3fl.DD fiD.dD 9D.DD ~.Sd.DD EA Ventoa s -8 3 F_A floor diftu&er 10x2114 to 14x6 2 35 . DD 6D. DD 95.0[} 190, DD EA SIG Efeotrlcaf box wlcaver 2 7D. DD 6D. D0 I30 . DD 2fiD. DO irA 3"-8" 8D d res daublewall elbows 2 4D. DD 6D .00 1DD . DD 20D .D0 4 2.55 2.55 5.1D 2D,4D FT. F[asbin EA Pilfer Radc Furnace 2 85.00 6D . DO 145 . DD 290 .DD EA ZS 2 Refri 1 6 759.OU TOTAL Btt7 E]REI~TtDN {Page Sub-fatal] 4,7D9.4 L~ Attachment's-b City of Corpus Christi Heating and Cavling Prise tARRAy List C~ ~~~ UNIT Material TYPE [Material anti install] 1=ST. pTY PRICE PER IT#yM Bid Extension Est L!'IY. }[ MATERIAL b LABQR ^ BID E7L"I'EH - r ~. Ti01V ~~_ i• ~r- PER UNIT FIal1R MATERIALS LABOR xQTY~~xi ,~' EA ~[ .Water heater 40 a1. 2 401.50 400 . D4 801.50 1, t5D3. D EA ~ .Water heater 3fl al. 2 382 . SO 4D0.00 782.50 1, 555.0 EA .Water heater d0 al. 2 561.25 4DD . D0 961.25 1, 922.5 EA .Waterheater3Q a1. 2 543.75 4DD.00 943.75 1,887.5 l`A Electric water heater 40 al. i 306.25 400 , 00 745.25 1, 412.5 EA Electric water heater 34 al. 1 238.75 400.00 638.75 538.7 EA Pressure relief valves 2 23.75 23.75 47.5D 95.0 EA Ball vanes 2 8.75 8.75 17.50 35.0 tJ1 Cam late water heater kit g 46.25 40. D0 86.25 172.5 L.F. Gal. sheetmeta124 a e 2p .50 .50 1. DO 20.OD Fa4 30 al. tat]le to electric water heater t 454.11 400.00 854.11 854.11 EA Watts 210 i 23.5D 23.SD 47.00 47.D0 F.A Watls 3L 1 23.5D 23.50 47.00 47.OD EA Water Heater DraEt~ Pan J 2 ].1.25 11.25 22.50 22.50 EA 112"x18" as Flex tines 2 14.99 34.99 29.9$ 59.96 EA 112"x74" as Flex Lines 2 15.49 1S .49 30.98 ~ 61.9t? FA i12"x4t3" as Flex Lines 2 19.99 19.99 39.98 79.96 1=A 112"x72" as Flex Unes 2 37.62 37.10 74.72 149.44 TOTAL BlD EXTEt~TIOH Pa a subtotal GRAHD TOTAL BlD E7CTEHTICIV Total of A!! Sehedufes [C1p,C1B,CZ,CSA,C3B,C4) ' 10,b73.6 S4.4b0.1 ~, , I. CONTRACTOR'S LIABIt.ITY INSURANCE Contractor must not commence work under this agreement until all insurance required herein has been obtained and sucl insurance has been approved by the City. The Contractor must not allow any subcontractor #o commence work until all similar insurance required of the subcon#racto has been so obtained. Contractor must furnish to the City's Risk Manager, two {2} copies of Certificates of Insurance, showing the following minimum coverage by insurance company{s} acceptable to the City's Risk Manager. The City must be named a: an additional insured for the General liability policy. A waiver of subrogation in favor of the City of Corpus Christi is required an all applicable policies. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 3Q-Day Written Notice of Cancellation, non- bodily Injury and Property Damage renewal, ma#erial change or termination required for all policies -certificates COMMERCIAL GENERAL LIABILITY including: $3Dfl,000 COMBINED SINGLE LIMIT 1. Commercial Broad Form 2. Premises -Operations 3. Produc#sl Completed Operations Hazard 4. Contractual Liability 5. broad Forth Property Damage 6. Independent Contractors AUTOMOBILE LIABILITY-OWNED NON-OWNED $3D4,4D4 COMBINED SINGLE LIMIT QR RENTED PQLLUTIDN LIABILITY $1,444,44D COMBINED SINGLE LIMIT WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION WORKERS' COMPENSATION ACT AND PARAGRAPH II DF TH15 EXHIBIT EMPLOYERS' LIABILITY $104,DDD 1$SDD,DDQ1$144,DD4 In the event of accidents of any kind, the Contractor must furnish the Risk Manager with copies of all reports of any accident: within ten {14} days of any accident. EJ(H1BIT II. ADDITIONAL REgLl1REMl~NT5 A. Cantractor must ^btain workers' compensation coverage through a licensed insurance company in accordance with Texas law. The contract for coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The coverage provided must be in amounts sufficient to assure that all workers' compensation obligations incurred will be promptly met. B. Con#ractor's financial integrity is of interest to the City; therefore, subject to Contractors right to maintain reasonable deductibles in such amounts as are approved by the City, Contractor shaA obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sale expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to d^ business in the State of Texas and with an A.M. l3est's rating of no less than A- [VII}. C. The City shall be entitled, upon request and without expense, to receive copies of the policies, declarations page and all endorsements thereto as they apply to the limits required ny the City, and may require the deletion, revision, or modification of particular policy terms, conditions, limitations or exclusions {except where policy provisions are established by law or regulation binding upon either of the parties hereto ar the underwriter of any such policies}. Cantractor shall be required to comply with any such requests and shall submit a copy of the replacement certificate of insurance to City at the address provided below within 1t7 days of the requested change. Contractor shall pay any cysts incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Risk Management P.D. t3ox 9277 Carpus Christi, TX 78469-9277 {361 } 826-4555 Fax # ^. Contractor agrees that with respect tv the above required insurance, all insurance policies are to contain ar be endorsed to contain the following required provisions: • Name the City and its offcers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respec#s operations and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation and professional liability polices; • Provide far an endorsement that the 'other insurance" clause shall oat apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide thirty {3U} calendar days advance written notice directly to City of any suspension, cancellation, non- renewal or material change in coverage, and not less than ten {1t7} calendar days advance written notice for nonpayment of premium. E. Within five {5} calendar days of a suspension, cancellation, yr non-renewal of coverage, Successful Bidder shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure tv provide and to maintain the required insurance shalt constitute a material breach of this contract. F, In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to stop work hereunder, andlar withhold any payment{s] which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. G. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons yr property resulting from Contractor's or its subcontractor's performance of the work covered under this agreement. H. It is agreed that Contractor's insurance shall be deemed primary and non-contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this contract. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. ,. , ~ .. ~~, suPPUER NUMBER - TD BE ASSIGNED BY CITY `~`-'~~ PURGHASING DiVISIGN City of Carpus Chris#i ,' ~ EXHIBIT E CITY ^F Ct7RPU5 CHRISTI GISGLDSLIRE ~F INTEREST City of Carpus Christi Ordinance '17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side far Filing Requirements, Certification and definitions. COMPANY NAME: ~ ~ J ~~~ V t~~`~- P. D. Box: STREET ADDRESS: 6 ~ ~z ~.8~t C~~-CITY: Cow +c s L~~E ~~S~i Zlp: 7~f ~1 FIRM IS. 1. Corporation ^ 2. Partnership ~ 3. Sale Owner ^ 4. Association [^ 5. Other ^ If additional spare is necessary, please use the reverse side of this page or attach separate sheet. 1. 5ta#e the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3°/0 or more of the ownership in the above named "firm." Name GU IQ-- Job Title and City Department cif known} 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3°I° or more of the ownership in the above named "firm." Name Title 3. State the names of each "board member" of the City of Carpus Christi having an "ownership interest" constituting 3°I° or mare of the ownership in the above named "firm." Name Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" far the City of Carpus Christi who worked an any matter related to the subject of this contract and has an "ownership interest" constituting 3°I° or mare of the ownership in the above named "firm." Hamer ~ Consultant Page 1 of 2