Loading...
HomeMy WebLinkAboutContract 30079 CITY SECRETARY CONTRACT NO . STATE OF TEXAS § COUNTY OF TARRANT § THIS contract is made and entered into by and between the City of Fort Worth ("City"), acting by and through Reid Rector, its duly authorized Assistant City Manager, and United Riverside Rebuilding Corporation ("Contractor"), by and through George Hill, its duly authorized President. Contractor's business address is 201 S Sylvania, Fort Worth, Texas 76111. WHEREAS, the City of Fort Worth ("City") has received a grant from the United States Department of Housing and Urban Development ("HUD") through the Home Investment Partnerships Program ("HOME"), Program No. M-03-MC-48-0204, Catalog of Federal Domestic Assistance ("CFDA") No. 14.239, with which the City desires to promote activities that expand the supply of affordable housing and the development of partnerships among the City, local governments, local lenders, private industry and neighborhood based nonprofit housing organizations; and WHEREAS, the primary purpose of the HOME program pursuant to the HOME Investment Partnerships Act at Title II of the Cranston Gonzales National Affordable Housing Act of 1990, as amended, 42 U.S.C. 12701 et seq. ("NAHA") and the HOME Investment Partnership Program Final Rule, as amended, 24 CFR Part 92 et seq. (the "HOME Regulations" or "Regulations") is to benefit low and very low income citizens by providing them with affordable housing; and WHEREAS, Contractor, a nonprofit corporation managed by a volunteer Board of Directors, is working to increase the number of decent, affordable housing units available to low and moderate income persons; and WHEREAS, the citizens and the City Council of Fort Worth have determined that the development of safe, decent, and affordable housing is needed for moderate, low, and very low- income citizens of Fort Worth; NOW, THEREFORE, THIS AGREEMENT FURTHER WITNESSETH: 1. GENERAL PROVISIONS A. Purpose The express purpose of this contract is to provide Contractor with HOME funds not to exceed Two Hundred Seventeen Thousand Two Hundred Dollars and No/100 ($217,200.00) for housing development. One Hundred Sixty-Seven Thousand Two Hundred and No/100 Dollars, ($167,200.00) is designated as "Program Funds", and may be used for housing development a .'� 1 v Page 1 ��'i� of the construction of new single family homes, and the acquisition and rehabilitation of existing homes for sale to low income homebuyers in accordance with the "Program Summary", attached hereto as Exhibit A and incorporated herein for all purposes. Eligible costs are those allowed under the HOME Regulations. The following are the specific activities that are eligible for funding with Program Funds: 1) acquisition of vacant properties; 2) site preparation; 3) related soft costs such as appraisals, architect's and engineer's fees, city permits, legal fees, and costs associated with the development and sale of homes; 4) new home construction and rehabilitation of existing houses for sale to qualified homebuyers. Fifty Thousand Dollars, ($50,000.00) shall be for "Operating Support" and may be used for operating expenses in the management of the organization. Upon the sale of each house, Contractor may claim a developer's fee of$3000 and any additional sales proceeds that exceed the development cost for that house. Contractor, at its discretion and to further its program goals, may use these funds. (No developer's fee will be paid for projects where the development cost exceeds the sales price by more than ten percent (10%). If,during this contract period, Contractor maintains the Performance Standards established by the City for retention of CHDO proceeds, the remaining proceeds from the sale of each house may be retained by the Contractor as CHDO proceeds and used for HOME-eligible or other housing activities, as required by 24 CFR 92.300(a)(2), if the project is begun before the end of this contract. The City hereby certifies that Contractor is a Community Housing Development Organization (CHDO) and acts as a housing developer as defined by HUD. The City shall act through its agent, the City Manager, or his or her duly authorized representative, unless otherwise stated in this contract. Contractor agrees to comply with the uniform administrative requirements contained in Section 92.505 of the HOME Regulations, including Subpart F, and all applicable City Codes and regulations. B. Duration/Period of Affordability This contract begins on the date of execution and terminates twelve (12) months thereafter. This Contract may be extended for an additional one (1) one-year term. In the event Contractor desires to extend the term of this contract beyond its stated 12 month term, it shall submit a written request for extension to the City at least sixty (60) days prior to the expiration date. That request for extension shall include the Contractor's anticipated budget, goals and objectives for the extended term; provided, however, that the City is under no duty or obligation to grant the requested extension, and any such extension must be in writing as an amendment to this contract and approved by the City Manager or his or her designee. The housing owned or developed by Contractor shall remain affordable as required by Section 92.254 of the Regulations. Affordability means that the actual principal, interest, Page 2 . . property taxes, and insurance (PITT) for the purchase does not exceed thirty percent (30%) of the monthly adjusted income of a family with an income at or below eighty percent (80%) of the median income of the area, adjusted for family size, as established by HUD. If the housing does not meet the affordability requirements stated below, the funds used to produce said housing must be repaid to the City. Single family housing developed with HOME funds must remain affordable housing for minimum periods of. 5 years where per unit amount of HOME funds provided is less than $15,000; 10 years where the per unit amount of HOME funds provided is $15,000 to $40,000; and 15 years where the per unit amount of HOME funds provided is greater than $40,000. Repayment of the HOME funds attributable to the unit or units that do not maintain the HOME affordability requirements will be required from Contractor, if at any time Contractor is found to be out of compliance with the above affordability periods. C. Income Eligibility and Use of House as Principal Residence The HOME program income targeting requirements for the HOME program and for HOME projects are defined in 92 CFR 203(b)(1)(2)(3). Annual income is used to establish homeowner eligibility. The definition of annual income to determine homebuyer eligibility under this contract shall be the definition specified in 92 CFR 203(b)(2). The annual income of the homebuyer, adjusted for family size, shall not exceed eighty percent (80%) of the area median income as established by HUD. Contractor shall use the most current HUD Program Income Guidelines to determine program eligibility. Contractor shall insure that the homebuyer will use the home purchased under this program as his/her principal residence during the period of affordability. D. Housing Standards. New housing units constructed under this contract shall meet the International Residential Model Energy Code, the Uniform Federal Accessibility Standards (UFAS), the City's Basic Access Ordinance No. 14171 attached as Exhibit E and incorporated herein for all purposes, and all other applicable standards under the City Codes and ordinances. E. Other Requirements The sales price of the houses developed under this contract shall not exceed ninety-five percent (95%) of the median purchase price of the type of single family housing for Fort Worth as determined by HUD. The sales price of the houses shall not exceed the appraised value of the property as determined by an independent appraiser. Contractor shall demonstrate that the CHDO funds shall be leveraged by other funding sources. F. Independent Contractor Page 3 Contractor shall operate hereunder as an independent contractor and not as an officer, agent, servant or employee of the City. Contractor shall have exclusive control of, and the exclusive right to control the details of the work and services performed hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, members, agents, servants, employees, subcontractors, program participants, licensees or invitees. The doctrine of respondeat superior shall not apply as between City and Contractor, its officers, members, agents, servants, employees, subcontractors, program participants, licensees or invitees, and nothing herein shall be construed as creating a partnership or joint enterprise between City and Contractor. It is expressly understood and agreed that no officer, member, agent, employee, subcontractor, licensee or invitee of the Contractor, nor any program participant hereunder, is in the paid service of City and that City does not have the legal right to control the details of the tasks performed hereunder by Contractor, its officers, members, agents, employees, subcontractors, program participants, licensees or invitees. City shall in no way nor under any circumstances be responsible for any property belonging to Contractor, its officers, members, agents, employees, subcontractors, program participants, licensees or invitees, which may be lost, stolen, destroyed or in any way damaged; and Contractor hereby indemnifies and holds harmless City and its officers, agents, and employees from and against any and all claims or suits. G. Termination. This contract may be terminated by the City in the event of default, inability, or failure to perform on the part of Contractor, or whenever such termination is determined by the City to be in the City's best interest. Likewise, the contract may be terminated by Contractor if the City does not provide funds pursuant to this agreement. The contract may be terminated for mutual convenience upon agreement of the parties. The parties acknowledge that HOME funds paid hereunder are intended to provide only partial funding for Contractor's program operations. If non-HOME funds to implement the program are not forthcoming to the Contractor during the contract term, the City may terminate this contract. Pursuant to the City's CHDO Program and Funding Requirements, Contractor shall begin acquisition and construction work within 12 months from the date of contract execution. Failure to start within the 12-month period is grounds for termination. City shall notify the Contractor in writing of any breach of this contract, and specify a reasonable time within which to cure the particular breach. After being notified of such breach, and if the breach is deemed to be material, if Contractor fails to cure the breach within the time stated in the notice, this contract shall automatically terminate at the expiration of the stated time allowed for cure. Contractor will return to City any unused monies previously distributed under this contract within thirty (30) days of the effective date of contract termination. City will have no Page 4 responsibility or liability for Contractor's expenditures or actions occurring after the effective date of the contract termination. H. Venue Should any action, whether real or asserted, at law or in equity, arise out of the execution, performance, attempted performance or non-performance of this contract , venue for said action shall be in Tarrant County, Texas. I. Written Instrument is Entire Agreement All terms of this contract shall apply to any and all subcontractors of Contractor which are in any way paid with HOME funds or who perform any work in connection with Contractor's Program. The provisions of this contract are severable, and, if for any reason a clause, sentence, paragraph or other part of this contract shall be determined to be invalid by a court or federal or state agency, board or commission having jurisdiction over the subject matter thereof, such invalidity shall not affect other provisions which can be given effect without the invalid provision. The failure of the City to insist upon the performance of any term or provision of this agreement or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extent of the City's right to assert or rely upon any such term or right on any future occasion. This written instrument and the exhibits attached hereto, which are incorporated by reference and made a part of this contract for all purposes, constitutes the entire contract by the parties hereto concerning the work and services to be performed under this contract. Any prior or contemporaneous oral or written agreement, which purports to vary the terms of this contract, shall be void. Any amendments to the terms of this contract must be in writing and must be approved by each party to this contract. The paragraph headings contained herein are for convenience in reference to this contract and are not intended to define or to limit the scope of any provision of this contract. 2. DUTIES AND RESPONSIBILITIES OF CITY A. Disbursement of Funds The City will furnish federal grant funds, (HUD HOME Investment Partnerships Program No. M-03-MC-48-0204 for use as stated herein. The City will monitor the use of such funds to ensure appropriate use of the funds. Funds shall be disbursed after execution of this contract and compliance with the provisions therein. The City will monitor the use of such funds to ensure appropriate use of the funds. Disbursement of"Operating Support" funds will be on an Page 5 advance of funds basis to cover monthly operating expenses and will require completion of. (1) Attachment I "Request For Funds", (2) Attachment II "Detail Statement of Costs" and Attachment III Expenditure Worksheet". Contractor may request an advance of 1/12`h of its annual Operating Support funds monthly. Contractor may request an initial advance for two months of operating funds to cover start up expenses. Operating funds will be disbursed monthly thereafter. Contractor may request additional operating funds; if necessary, to meet monthly expenses that exceed 1/12`h of the budget amount. Disbursements of Program Funds for actual acquisition, construction, and/or sale will not be made until actually needed for payment. Payment of expenses will require completion of a Request For Funds form, and a copy of supporting documents, including the property sales contract, appraisal, notice to seller, environmental review and contract between Contractor and builder attached as Attachment V- "Contract For Construction". B. Amount of Funds It is agreed that the total distribution of federal grant funds made available to or paid on behalf of Contractor, during the term of this contract shall not exceed the total sum of Two Hundred Seventeen Thousand Two Hundred Dollars and No/100 ($217,200.00). Contractor shall be paid on an advance of funds basis for all expenses incurred under this contract to pay for specific operating costs and housing development costs, including lot acquisition and related housing soft costs. Prior to the release of funds for construction draws, work items must pass inspection by City's Housing Department inspectors evidenced by a completed inspection form Attachment VI "Request for Inspection". 3. DUTIES AND RESPONSIBILITIES OF CONTRACTOR A. Statement of Work, Budget and Time Line for Goals and Expenditures Contractor will use the One Hundred Sixty Seven Thousand Two Hundred Dollars and No/100 ($167,200) in HOME funds provided under this contract to develop housing affordable to low and very-low income families. Contractor may only use HOME funds for activities that are HOME eligible. Fifty Thousand Dollars and No/100 ($50,000.00) will be used for specific administrative needs of Contractor and One Hundred Sixty Seven Thousand Two Hundred Dollars, ($167,200.00) for construction and sale of two (2) new houses in accordance with Exhibits B "Operating Support" and B-1 "Development Budget". Contractor shall insure that homebuyers complete a homeownership training program prior to closing. Contractor shall also help homebuyers obtain closing cost assistance and/or deferred loan payment under the City's Homebuyer's Assistance Program or other available programs to make housing affordable to homebuyers. Funds will be utilized only to provide Page 6 affordable housing within the City of Fort Worth, Texas. B. Budget Contractor agrees that the HOME funds will be expended in accordance with the projected Program Budgets in Exhibit B "Operating Support" and B-1 "Development Budget" attached hereto and incorporated for all purposes. Any change exceeding ten percent (10%) of the total cost per housing unit shown in the Budgets shall be made only with prior written approval of the City. Under no circumstances shall the total amount of program funds expended by Contractor from funds paid by the City exceed Two Hundred Seventeen Thousand Two Hundred Dollars and No/100 ($217,200.00). The funds for housing construction will be payable based on a drawdown schedule based on extent of completion of each house as approved by the City housing inspectors. Contractor shall demonstrate that the CHDO funds shall be leveraged by other funding sources. C. Time Line for Goals and Expenditures Contractor shall work in accordance with the schedule in the Program Implementation Timeline in Exhibit C, attached hereto and incorporated herein for all purposes, and ensure that program goals and expenditures correspond with the completion of the program. D. Reversion of Assets Contractor agrees to return to the City any HOME funds remaining on hand at the end of the contract. If repayments, interest or other returns on investment attributable to HOME funds are received after the term of this contract, they shall be returned to the City to be deposited in the City's HOME account. In the event the Contractor administering the development fund established under this contract is dissolved, this contract shall thereupon terminate. In the event this contract is terminated with or without cause, or for any reason whatsoever, all assets of the HOME development fund including cash, interest payments thereon from loans or otherwise, all outstanding notes, mortgages and other instruments to secure HOME funds and any real property valued in excess of$25,000 owned by the Contractor less than five years or a longer period of time that was acquired or improved with HOME funds from the development fund shall belong to the City and shall be transferred to the City or to such assignees as the City may designate. E. Affirmative Marketing Contractor must adopt affirmative marketing procedures and requirements for all HOME- funded properties. The procedures and requirements must include methods for informing the public, owners and potential homebuyers about fair housing laws and policies so as to ensure that all individuals, without regard for race, creed, nationality or religion, are given an equal opportunity to participate in the program. The Contractor will be solely responsible for the effective marketing responsibilities necessary to achieve the Contractor's production goals. Page 7 F. Resale Provisions Contractor understands that there are specific property requirements on HOME-funded properties and a requirement that the homebuyer must use the property as its principal residence. These requirements shall be incorporated in either deed restrictions or covenants running with the land. The resale provisions will remain in effect on property developed with HOME funds for at least the minimum affordability periods specified in Section 92.254 of the Regulations. Any HOME funds invested in housing that fails to meet the affordability requirements for the period specified in Section 92.254 must be repaid to the City in accordance with Sections 92.503(b) and 92.504(c)(3) of the Regulations. G. Records and Reports Contractor will keep or cause to be kept an accurate record of all actions taken and all funds expended, with source documents,in the pursuit of the objectives of the performance of this contract. Such records shall be kept for the period of affordability mandated by the Regulations. Contractor will obtain and keep on file the following information on each client served by the Program Attachment IV (a) "Performance Report": a. Annual income and size of the household of which the client is a member; b. Ethnicity and race of the client, using the following categories: Ethnicity: Hispanic/Latino or non Hispanic/Latino. Race: White, Black/African American, Asian; American Indian/Alaskan Native, Native Hawaiian/Other Pacific Islander, American Indian/Alaskan Native & White, Asian & White, Black/African American & White, American Indian/Alaskan Native & Black/African Other Multi-Racial; and C. Whether the head of household is male or female; is a single male or female household with or without children; d. Additional statistical information as may be required by HUD regulations and any amendments thereto. e. Contractor will keep on file the following information and documentation on each individual project: f. Proof that the project meets the applicable property standards; g. The per unit amount of HOME dollars invested; Page 8 h. The compliance with the affirmative marketing requirements and existence of acceptable procedures; i. Compliance with relocation requirements; j. Minority and female owned business data, and affirmative fair housing actions; k. Compliance with conflict of interest rules. By the 15th of each month for the duration of this contract, including the period of affordability as applicable, Contractor will supply the City with a report detailing: a. Program Narrative and Performance Report-Attachment IV and IV (a); b. Expenditure detail-Attachments 1, II and III C. The amount of leveraging generated by this grant, including items that qualify as HOME match. Reports shall be submitted in the format specified by City. IF THE REQUIRED REPORTS ARE NOT RECEIVED BY THE DUE DATE, THE CITY RESERVES THE RIGHT TO WITHHOLD PAYMENTS REQUESTED UNDER THIS CONTRACT AND OTHER CONTRACTS WITH CONTRACTOR. H. Cost Principles Contractor shall comply with the requirements and standards of OMB Circular A-122, "Cost Principles for Non-Profit Organizations". All non-federal entities that expend $300,000 or more in federal funds within one year, regardless of the source of the Federal award, must submit to City an annual audit prepared in accordance with specific reference to OMB Circular A-133. The audit may cover either Contractor's fiscal year during which this contract is in force or cover the period of this contract. The audit must be prepared by an independent certified public accountant, be completed within twelve (12) months following the end of the period being audited and be submitted to City within thirty (30) days of its completion. Contractor's audit certification is attached hereto as Exhibit D - Audit Certification Form and audit requirements. The audit certification form must be submitted to City within sixty (60) days of the end of period being audited (Contractor's fiscal year). Costs of preparation of this audit may be an allowable expenditure of federal funds in an amount proportional to that of the federal funds used in contractor's total agency operating budget. Non- profit entities that expend less than $300,000 a year in federal funds are exempt from Federal audit requirements for that year, but records must be available for review or audit by appropriate officials of the Federal agency, pass-through entity (City), and General Accounting Office. City reserves the right to perform an audit of Contractor's pr_ograma and finances at any time during the term of this contract, if City determines that such au t is Page 9 i o necessary for City's compliance with OMB Circular A-133. City will perform year-end financial and programmatic audits with periodic site visits as appropriate. Contractor agrees to allow access to all pertinent materials. If such audit reveals a questioned practice or expenditure, such questions must be resolved within fifteen (15) days after notice to Contractor If questions are not resolved within this period, City reserves the right to withhold further funding under this and/or future contract(s). If as a result of any audit it is determined that Contractor has misused, misapplied or misappropriated all or any part of the grant funds described herein, Contractor agrees to immediately reimburse the City the amount of such monies so misused, misapplied or misappropriated, plus the amount of any sanctions, penalty or other charge levied against City because of such misuse, misapplication or misappropriation. I. Monitor Effectiveness of Services and Work The City will review the activities and performance of Contractor and each subrecipient not less than annually as required in Section 92.504 (e) of the HOME regulations. Contractor agrees to fully cooperate with City in monitoring the effectiveness of the services and work to be performed by Contractor in compliance with the terms of this contract. The City shall have access at all reasonable hours to offices and records (dealing with the use of the funds that are the basis of this contract) of Contractor, its officers, directors, agents, employees, and subcontractors for the purpose of such monitoring. Contractor agrees to likewise monitor the effectiveness of the services and work to be performed by its subcontractors. J. Compliance with All Applicable Laws and Regulations Federal Contractor agrees to comply with the following laws and the regulations issued thereunder as they are currently written or are hereafter amended during performance of this contract: Title VI of Civil Rights Act of 1964 (42 USC 2000d et seq) Title VIII of Civil Rights Act of 1968 (42 USC 3601 et seq) Executive Orders 11063, 11246, as amended by 11375 and as supplemented by Department of Labor regulations (41 CFR, Part 60) Section 504 of the Rehabilitation Act of 1973 (29 USC 794) The Age Discrimination Act of 1975 (42 USC 6101 et seq) National Environmental Policy Act of 1969 (NEPA) and the related authorities listed HUD's implementing regulations (24 CFR Part 58) Immigration Reform and Control Act of 1986 (Pub. L. 99-603, 100 Stat .3359, as amended) specifically including the provisions requiring employer verifications of legal worker status of its employees Housing and Community Development Act of 1987 (Pub. L. 100-242, 101 Stat. Page 10 1815, as amended) The Americans with Disabilities Act of 1990 (42 USC 12101 et seq) National Affordable Housing Act of 1990 The Drug Free Workplace Act of 1988 (24 CFR part 23, subpart F) Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 USC 1701 As the work performed under this contract is on a project assisted under a program providing direct federal financial assistance from the HUD and is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 USC 1701, Contractor covenants to abide by the requirements of the said Section 3. It requires as follows: 1. That, to the greatest extent feasible, opportunities for training and employment be given to lower income residents of the project area, and 2. That, to the greatest extent feasible, contracts for work in connection with the project be awarded to business concerns, which are located in or owned in substantial part by persons residing in the area of the project. Contractor will comply with the provisions of said Section 3 and the regulations issued pursuant thereto by the Secretary of Housing and Urban Development, set forth in 24 CFR 135, and all applicable rules and orders of the Department issued thereunder prior to the execution of this contract. Contractor certifies and agrees that it is under no contractual or other impediment, which would prevent it from complying with the requirements. Contractor agrees that it will send to each labor organization or representative of workers with which it has a collective bargaining agreement or other contract or understanding, if any, a notice advising said labor organization or workers representatives of its commitments under this Section 3 clause and shall post copies of the notice in conspicuous places available to employees and applicants for employment or training. Contractor agrees that it will include the said Section 3 clause in every subcontract for work in connection with the project and will, at the direction of City, take appropriate action pursuant to the subcontract upon a finding that the subcontractor is in violation of regulations issued by the Secretary of Housing and Urban Development, CFR135. Contractor agrees that it will not subcontract with any subcontractor where it has notice or knowledge that the latter has been found in violation of regulations under 24 CFR 135 and will not let any subcontract unless the subcontractor has first provided Contractor with a preliminary statement of ability to comply with the requirements of these regulations. City and Contractor understand and agree that compliance with the provisions of Section 3, the regulations set forth in 24 CFR 135, and all applicable rules and orders of the Department issued thereunder prior to the execution of this contract shall be a condition of the Federal financial assistance provided to the project, binding upon City and Contractor, and their respective successors, assignees and subcontractors. Failure to fulfill these requirements shall Page 11 subject Contractor and its subcontractors, its successors and assignees, to those sanctions specified by the Grant Agreement through which federal assistance is provided and to such sanctions as are specified by 24 CFR 135. Clean Air Act; Clean Water Act; Environmental Protection Agency (EPA) Acts and Regulations This contract is subject to the requirements of Section 306 of the Clean Air Act, as amended (42 USC 1857(h) et seq.), Section 508 of the Clean Water Act (33 USC 1368), Water Pollution Control Act, as amended (33 USC 1251 et seq.) and the regulations of the EPA with respect thereto at 40 CFR, Part 15, as amended from time to time, and Executive Order 11738 (42 USC 7606 nt.). In compliance with said regulations, Contractor agrees and, with respect to a nonexempt transaction, shall require each subcontractor to agree to the following requirements: 1. A stipulation that no facility to be utilized in the performance of nonexempt contract or subcontract work is included on the List of Violating Facilities issued by the (EPA) pursuant to 40 CFR 15.20; 2. Compliance with all the requirements of Section 114 of the Clean Air Act, as amended (42 USC 1857c-8), and Section 308 of the Federal Water Pollution Control Act, as amended (33 USC 1318), relating to inspection, monitoring, entry, reports and information, as well as all other requirements specified in said Section 114 and Section 308 and all regulations and guidelines issued hereunder; 3. A stipulation that, as a condition for the award of the contract, prompt notice will be given of any notification received from the Director, Office of Federal Activities, EPA, indicating that a facility utilized or to be utilized for the contract is under consideration to be listed on the EPA List of Violating Facilities; 4. Agreement by Contractor that it will include or cause to be included the criteria and requirements of this section in every nonexempt subcontract, requiring that Contractor will take such action as City may direct as a means of enforcing such provisions. In no event, shall any amount of the assistance provided under this contract be utilized with respect to a facility, which has given rise to a conviction under the Clean Air Act or the Clean Water Act. K. Other Laws Contractor covenants and agrees that its officers, members, agents, employees, program participants and subcontractors shall abide by and comply with all other laws, (federal, state and local) relevant to the performance of this contract, including all ordinances, rules and regulations of the City of Fort Worth and the Regulations. Contractor further promises and agrees that it has read, and is familiar with, terms and conditions of the Regulations under which funds are granted and that it will fully comply with same. It is agreed and understood that, if City calls the attention of Contractor to any such violations on the part of Contractor or any of its officers, Page 12 members, agents, employees, program participants or subcontractors, then Contractor shall immediately desist from and correct such violation. L. Prohibition Against Discrimination Contractor, in the execution, performance or attempted performance of this contract and agreement, will not discriminate against any person because of sex, race, religion, color or national origin, or familial status, nor will Contractor permit its officers, members, agents, employees, subcontractors or program participants to engage in such discrimination. During the performance of this contract Contractor agrees, and will require all its subcontractors to agree, as follows: Contractor will not unlawfully discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. Contractor will take affirmative action to ensure that applicants are employed and that employees are treated fairly during employment without regard to their race, color, religion, sex or national origin or familial status. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. Contractor will, in all solicitations or advertisements for employees placed by or on behalf of Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. In accordance with the policy of the Executive Branch of the federal government, Contractor covenants that neither it nor any of its officers, members, agents, employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age or because of any handicap, except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. In accordance with the provisions of the Americans With Disabilities Act of 1990 Page 13 ("ADA"), Contractor warrants that it and any of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this agreement. This agreement is made and entered into with reference specifically to the ordinances codified at Chapter 17, Article III, Division 3 ("Discrimination in Employment Practices"), of the City Code of the City of Fort Worth, and Contractor hereby covenants and agrees that Contractor, its officers, members, agents, employees and subcontractors, have fully complied with all provisions of same and that no employee, applicant or program participant has been discriminated against under the terms of such ordinances by either the Contractor or its officers, members, agents, employees or subcontractors. M. Prohibition Against Interest No member, officer or employee of City or its designees or agents; no member of the governing body of the locality in which the Program is situated; and no other public official of such locality or localities, who exercises any functions or responsibilities with respect to the program funded hereunder during his tenure or for one (1) year thereafter, shall have any interest, direct or indirect, in any contract or subcontract, or the proceeds thereof, for work to be performed hereunder. Contractor shall incorporate, or cause to be incorporated, like language prohibiting such interest in all contracts and subcontracts hereunder. No officer, employee, member or program participant of Contractor or its subcontractors shall have a financial interest, direct or indirect, in this contract or the monies transferred hereunder or be financially interested, directly or indirectly, in the sale to Contractor of any land, materials, supplies or services purchased with any funds transferred hereunder, except on behalf of Contractor, as an officer, employee, member or program participant. Any willful violation of this paragraph with the knowledge, expressed or implied, of Contractor or its subcontractors shall render this contract void able by the City of Fort Worth. No officer, employee, agent, consultant, elected official or appointed official of the participating jurisdiction, Contractor or its subcontractors who exercised any functions or responsibilities with respect to activities assisted with HOME funds or who are in a position to participate in a decision making process or gain inside information with regard to these activities, may obtain a financial interest or benefit from a HOME assisted activity, or have an interest in any contract, subcontract, or agreement with respect thereto, or the proceeds thereunder, either for themselves or those with whom they have family or business ties, during their tenure or for one (1) year thereafter. Page 14 N. Minority and Women Business Enterprise Commitment Contractor agrees to abide by the City of Fort Worth's policy to involve minority and women disadvantaged business enterprises (MWBEs) in all phases of its procurement practices and to provide them equal opportunity to compete for contracts for construction, provision of professional services, purchase of equipment and supplies and provision of other services required by City. Therefore, Contractor agrees to incorporate Exhibit F "City Ordinance No. 11923",attached hereto and incorporated herein by reference for all purposes, and all amendments or successor policies thereto, into all contracts and will further require all persons or entities with whom it contracts to comply with said Policy. O. Assignment Contractor shall not assign all or any part of its rights, privileges, or duties under this contract without the prior written approval of City. Any attempted assignment of same without approval shall be void, and shall constitute a breach of this contract. It is agreed that the City has the right to inspect and approve in writing any proposed subcontracts between Contractor and any subcontractor engaged in any activity in conjunction with this HOME funded project prior to any charges being incurred. P. Indemnity and Bonding Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, City and its officers, agents, servants and employees from and against any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of or in connection with the execution, performance, attempted performance or nonperformance of this contract and agreement and/or the operations, activities and services of the Program described herein, whether or not caused, in whole or in part, by alleged negligence of officers, agents servants, employees, contractors or subcontractors of City; and Contractor hereby assumes all liability and responsibility of City and its officers, agents, servants, and employees for any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of or in connection with the execution, performance, attempted performance or nonperformance of this contract and agreement and/or the operations, activities and services of the programs described herein, whether or not caused in whole or in part, by alleged negligence of officers, agents servants, employees, contractors or subcontractors of City. Contractor likewise covenants and agrees to and does hereby indemnify and hold City harmless from and against any and all injury, damage or destruction of property of City, arising out of or in connection with all acts or omissions of Contractor, its officers, members, agents, employees, subcontractors, invitees, licensees, or program participants, or caused, in whole or in part, by alleged negligence of officers, agents, servants, employees, contractors or subcontractors of City. Contractor will maintain a blanket fidelity coverage in the form of insurance or bond in the amount of Thirty Thousand Dollars ($30,000), to insure against loss fro"e fraud, theft, or Page 15 dishonesty of any of Contractor's officers, agents, trustees, directors, or employees. The proceeds of such bond shall be used to reimburse City for any and all loss of HOME monies occasioned by such misconduct. To effectuate such reimbursement, such bond shall include a rider stating that reimbursement for any loss or losses thereunder shall be made directly to City for the uses and benefit of Contractor. 4• Waiver of Immunity If Contractor, as a charitable or nonprofit organization, has or claims an immunity or exemption (statutory or otherwise) from and against liability for damages or injury, including death, to persons or property, Contractor hereby expressly waives its rights to plead defensively such immunity or exemption as against City. This section shall not be construed to affect a governmental entity's immunities under constitutional, statutory or common law. R. Insurance Requirements Commercial General Liability(CGL) Insurance $500,000 each occurrence $1,000,000 aggregate limit Business Automobile Liability Insurance $1,000,000 each accident on a combined single-limit basis, or$250,000 Property Damage $500,000 Bodily Injury per person per occurrence $2,000,000 Aggregate Insurance policy shall be endorsed to cover "Any Auto" Pending availability of the following coverage, and at the discretion of the Contractor, the policy shall be the primary responding insurance policy versus a personal auto insurance policy if or when in the course of Contractor's business as contracted herein. Workers' Compensation Insurance Part A: Statutory Limits Part B: Employer's Liability $100,000 each accident $100,000 disease-each employee $500,000 disease-policy limit Note: Such insurance shall cover employees performing work on any and all projects including but not limited to construction, demolition, and rehabilitation. Coverages shall be maintained by Contractor or its subcontractors. In the event the respective subcontractors do not maintain coverage, the Contractor shall maintain the coverage on such subcontractor for each applicable subcontract. Directors and Officers Insurance Optional (Highly Recommended) Note: This insurance shall cover the Contractor and any associated Board of Page 16 Directors members. Additional Requirements Such insurance amounts shall be revised upward at City's option and that Contractor shall revise such amounts within (30) following notice to Contractor of such requirements. Contractor will submit to City documentation showing that it has obtained insurance coverage and has executed bonds as required in this contract and prior to payment of any monies provided hereunder. Each insurance policy shall be endorsed to provide City with a minimum sixty (60) days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. Insurance policies required herein shall be endorsed to include the City of Fort Worth as an additional insured as its interest may appear. Additional insured parties shall include employees, officers, agents, and volunteers of the City of Fort Worth. The Workers' Compensation Insurance policy shall be endorsed to include a waiver of subrogation, also referred to as a waiver of rights of recovery, in favor of the City of Fort Worth. Any failure on part of the City to request certificate(s) of insurance shall not be construed as a waiver of such requirement nor as a waiver of the insurance requirements themselves. Insurers of Contractor's insurance policies shall be licensed to do business in the state of Texas by the Department of Insurance or be otherwise eligible and authorized to do business in the state of Texas. Insurers shall be acceptable to the City insofar as their financial strength and solvency and each such company shall have a current minimum A.M. Best Key Rating Guide rating of A: VII or other equivalent insurance industry standard rating otherwise approved by the City of Fort Worth. Deductible limits on insurance policies shall not exceed $5,000 per occurrence unless otherwise approved by the City of Fort Worth. In the event there are local, federal or other regulatory insurance or bonding requirements for the housing program addressed in this contract, should such requirements exceed those specified herein, the former shall prevail. Contractor shall agree to require its subcontractors to maintain applicable insurance coverages, limits, and other requirements as those specified herein; and, Contractor shall require its subcontractors to provide Contractor with certificate(s) of insurance documenting same; and, Contractor shall require its subcontractors to have the City of Fort Worth and the Contractor endorsed as additional insureds (as their interest may appear) on their respective insurance policies. Contractor shall require its subcontractors to maintain builders risk insurance at the limit Page 17 of applicable project(s) costs when the value of materials involved exceeds $10,000 or at a different limit value as specified by the City of Fort Worth. S. Certification Regarding Lobbying The undersigned representative of Contractor hereby certifies, to the best of his or her knowledge and belief, that: No federal appropriated funds have been paid or will be paid, by or on behalf of Contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan or cooperative agreement. If any funds other than federally appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, member of Congress in connection with this federal contract, grant, loan or cooperative agreement, Contractor shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. The Contractor shall require that the language of this certification be included in all subcontracts or agreements involving the expenditure of federal funds. Page 18 IN WITNESS WHEREOF, the parties bereto have executed four copies of this contract in Fort Worth, Tarrant County, Texas, this day ofi,� � , 2004. ATTEST: CITY OF FORT WORTH r By: iy ecretry JCReid Rector Assistant City Manager APPROVED A T FORM AND LEGALITY: �n O S O O Contract Authorization Date Asst. City Attorney UNITE RIVERSIDE REBUILDING CORPORATION By: George Hill, Oresident Page 19 E- ...; I STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Reid Rector, known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he executed the same as the act of said City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. J GIVEN LER MY HAND AND SEAL OF OFFICE this day of 12004. KAREN EDWARDS FISHER (��(�►�,�5 �` �1 "`'• State of T��>� Notary Public, My commission Notary Public in and for the State of Texas ;.; •t, May 01 200' STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared George Hill, known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of United Riverside Rebuilding Corporation and that he executed the same as the act of said United Riverside Rebuilding Corporation for the purposes and consideration therein expressed and in the apacity therein stated as its duly authorized officer or representative. J IVEN UNDER MY HAND AND SEAL OF OFFICE this day of 2004. KIM.y No ag Public in and for the State of Texas l9xd3 LJCVW _J. )__� AV: Sxal 10 ):a js �' olqnd �1oN 1 9 TIVHOVW -r"HON Page 20 EXHIBIT A PROGRAM SUMMARY PROGRAM TITLE UNITED RIVERSIDE REBUILDING CORP. 2003 HOME-CHDO PERSONAL SERVICES (Operating Support) $50,000 SUPPLIES $0.00 CONTRACTUAL SERVICES (Housing Development) $167,200.00 CAPITAL OUTLAY $0.00 TOTAL $217,200.00 DESCRIPTION: United Riverside Rebuilding Corp.will develop affordable housing either through the construction of of new homes or acquisition and rehabilitation of existing homes in the Riverside Neighborhood to be sold to income qualified homebuyers. Funds generated from sale of houses will be retained by United Riverside to build additional affordable homes or to undertake other HOME eligilble activities. The contract period begins on the date of execution and ends tweve months thereafter. PROGRAM OBJECTIVES: To develop and sell two(2) houses within the contract period. PROGRAM MEASURES: Projected Goals Obtain site control Appraise property Obtain title policy Due diligence activities-appropriate zoning,environmental review,liens or other encumberances,minimum lot size(if new construction),lead paint testing on exisitng houses built prior to 1978 for acquisition/rehab Housing plans and specifications Written construction quote from builder Qualifications and track record of proposed builder(s)and other subcontractors,including proof of insurance and workers'comp coverage Letter of commitment from any permanent financing lander(s) Work write-up and cost estimate for acq./rehab houses Number of horses developed 2 Number of homes sold 2 Develop marketing and outreach plan EXHIBIT B "Program Budget" UNITED RIVERSIDE REBUILDING CORPORATION Operating Budget [A] [B] [C] [D] Total Budget CDBG Budget HOME CHDO Fundraising u Salaries $0 $31,304 $3,665 FICA - Medicare & Social Sec. $0 $2,398 $101 Health Insurance ;~ $0 $0 $0 Unemployment-State $0 $0 $0 Unemployment-Federal $0 $0 $0 Worker's compensation �.- f= $0 $0 $0 Retirement $0 $0 $0 Misc. Fringe Benefits $0 $0 $0 slow Office Supplies `, ' $0 $900 $694 Postage 4 $0 $200 $200 Other Operating Supplies $0 0t} $0 $0 $200 Teaching Aids $0 $0 $0 $0 Telephone $ 2t3t , k._ $0 $800 $400 Electric $fl $0 $0 $0 Gas (utility) $t}` $0 $0 $0 Water/Waste $0 $0 $0 Rent Q $0 $0 $0 Custodial Services $0 $0 $0 Copier $0 $0 $0 Office Equipment 3$01 $0 $0 $0 Printing $, `` $0 $250 $300 Repairs Q $0 $0 $0 Fidelity Bond sly , $0 $0 $0 Liability Insurance $6� Q $0 $6,000 $0 Consultant Fee $0 $0 $0 Legal & Accounting $8 'E `. $0 $6,148 $2,000 Annual Audit $0 $0 $0 Other Professional Services $0 $0 $556 Private Auto Allowance-local tlt $0 $0 $0 Private Auto Allowance-Other $0 $0 $0 Leased Vehicle Charges $ $0 $0 $0 Gasoline, Oil & Lube $4- ,s. $0 $0 $0 Conference & Seminars $0 $0 $0 $0 Indirect Cost ► $0 $0 $0 Contractual Services $31 $ $0 $2,000 $1,884 Land $ z $0 $0 $0 Furniture & Fixtures $@ $0 $0 $0 Office Equipment $ $0 $0 $0 H. Development budget: Please fill the following: KBIT B-1 Program Budget USE OF FUNDS SOURCES OF FUNDS 4 { �*�CFIDO OTHER ` a*SOURCES'QF OTHER ' w nTTED1S -? y' S � FUNDS S' y ;�ames) +' � j A.COST Sr u 1+2 3 � qw7. dr�(1) a. -r,•k.is... - PREDEVELOPMENT COST 1. Market Study 2.Feasibility assessment(e.g.preliminary work write-up,cost estimates or design) 3.Other, 4. Total Predevelopment Cost(1+2+3) DEVELOPMENT COST 5.Land and/or building acquisition 7.ono 7,000 6.Site Preparation 7.Construction Cost 153,500 153,500 S. Fence 9.Landscaping 10.Contingency(Rehab only) 11.Appraisal 700 700 12.Architect.&Engineer Fees 13.Construction Management Fee 14.Construction loan interest 1.5.Property survey 16.Legal fees 17.Real estate fees 18.Utility hook-uglimpact fees 19.Title&Recording fees 20. Developers fee 6,000 21.TOTAL DEVELOPMENT COST (Total of items 5 to 20) 167,200 167,200 22. Holding Cost 23. TOTAL COST(21+22) 1679200 167,200 4 EXHIBIT C zJA- i z � c 0 x U C H o Z co 3 m ', Z E ~ m Z n LL c W _� . O Z co Z U V J w � E � �- 2 Z cn O F- w c ZZ v W0 m J �Q U Z m CD v � O _ = i � CL z c-4 01 O I�j v � 'c s tu� w c d E U) o � o > co LU U J Q E m 3 o 2 w c o i° o p in U H F- ao w a RE U c y °' U > > = m o N W d o Q m U c N z° U U m O > a_�i 07 cr 0 .c > @ a_�i m c E m J yj. w d v CD n m x acn� o c Q c c° o L) 0 a v cnafQOOcnwmUw fA � Om � UO EXHIBIT D CITY OF FORT WORTH HOUSING DEPARTMENT Audit Certification Form Subrecipient: Fiscal Year Ending: / / Mo Day Yr ❑ We have exceeded the federal expenditure threshold of $300,000. We will have our Single Audit or Program Specific Audit completed and will submit the audit report within nine (9) months after the end of the audited fiscal year. ❑ We did not exceed the $300,000 federal expenditure threshold required for a Single Audit or a Program Specific Audit to be performed this fiscal year. (Fill out schedule below) Federal Expenditure Disclosure Federal Funds Must be filled out if Single Audit or Program Audit is not required: Pass Through Program Name & Contract Federal Grantor Grantor CFDA Number Number Expenditures Total Federal Expenditures for this Fiscal Year $ Printed Name Title (Must be CFO, CEO or equivalent) Authorized Signature (Must be CFO, CEO or equivalent) Phone Number Date Failure to submit this or a similar statement or failure to submit a completed single audit package as described in the audit requirements by the required due date will result in suspension of funding and will affect eligibility for future funding. Submit this form to the City of Fort Worth within 60 days after the end of your Fiscal year CITY OF FORT WORTH HOUSING DEPARTMENT AUDIT REQUIREMENTS Organizations expending $300,000 or more in federal awards (from City of Fort Worth and other funding sources) during their fiscal years shall obtain either an annual single audit or a program specific audit. Organizations may have a program specific audit in accordance with OMB Circular A-133 if they expended funds for only one federal program as listed in the Catalog of Federal Domestic Assistance (CFDA). If funds are spent for more than one federal program, a single audit is required. The audited time period is the organization's fiscal year, and not the City of Fort Worth's funding period. The audit shall be conducted by a certified public accountant (CPA) that is licensed at the time of the audit by the appropriate regulatory body. The CPA shall meet all of the general standards concerning qualifications, independence, due professional care and quality control as required by Government Auditing Standards, including the requirements for continuing professional education and external peer reviews. Auditor selection must adhere to federal/City procurement requirements. A separate supplementary schedule of revenues, expenditures and changes in fund balance for each City of Fort Worth contract is no longer required. The Schedule of Expenditures of Federal Awards should list City of Fort Worth 's contract numbers, the total expended for each individual federal program, and the CFDA number (OMB A-133 § .310). The independent auditor's report should include all of the relevant items listed on the "Audit Report Checklist." Additional guidance on the conduct and reporting of these audits is contained in the latest issuance of the following publications: Government Auditing Standards issued by the Comptroller General of the United States, 2003 OMB Circular A-133 as revised 6/30/97 and amended June 2003 OMB Circular A-133 Compliance Supplement AICPA's Statement of Position 98-3, "Audits of States, Local Governments, and Not-for-Profit Organizations Receiving Federal Awards" Various AICPA audit guides for nonprofits, colleges and universities and health and welfare organizations AICPA's Audit Risk Alert "State and Local Governmental Developments" All organizations that receive a City of Fort Worth award must submit the provided Audit Certification Form which certifies whether you are subject to a single/program audit. Organizations receiving federal awards from the City of Fort Worth who are not required to have an audit shall certify in writing to the agency. The organizations Chief Executive Officer or Chief Financial Officer shall make the certification within 60 days of the end of the organization's fiscal year. The following items should be submitted to the City of Fort Worth Housing Department within the required timeframe: Due 60 days after organization's fiscal year end: (required for all subrecipients) • Completed Audit Certification Form Due within the earlier of 30 days after receipt of the auditor's report or nine months after the end of the audit period. • Two copies of the entire audit report issued by the CPA • Two copies of any management letter issued by the CPA in conjunction with the audit report • Two copies of management's comments on all findings, recommendations, & questioned costs contained in the audit report and management letter, including a detailed corrective action plan Failure to submit any of these items by the required due date may result in holds on current draw requests, suspension of the organization's contract(s) and eligibility for future funding. If the organization does not meet the- requirements of having a single/program audit conducted, records must still be kept available for review or audit by City of Fort Worth staff (OMB A-133 Subpart B Sec 200(d). If additional information is needed concerning the audit requirements, please call (817) 392-6141. CITY OF FORT WORTH HOUSING DEPARTMENT SINGLE AUDIT REPORT CHECKLIST The Department developed this checklist to help organizations improve the quality and completeness of audit reports. General Purpose or Basic Financial Statements of the Organization Opinion/Report on Organization's Financial Statements in accordance with Government Auditing Standards Notes to the General Purpose or Basic Financial Statements of the Organization A Schedule of Expenditures of Federal Awards, including the Department's contract numbers, the total expended for the federal program, and the CFDA number (OMB A-133 Subpart C Sec 310). Opinion/Report on Schedule of Expenditures of Federal and State Awards Report on Compliance and on Internals Control Over Financial Reporting Based on an Audit of Financial Statements Performed in Accordance With Government Auditing Standards. (OMB A-133 § 505 (b)) Report on Compliance with Requirements Applicable to Each Major Program and Internal Control over Compliance in Accordance with OMB Circular A-133. (OMB A-133 § 505 (c)) Schedule of Findings and Questioned Costs (OMB A-133 §. 505d), including: Summary Schedule of Prior Audit Findings reporting the status of all findings included in the prior audit's schedule of findings and questioned costs. (OMB A- 133 Sec. 315 (a) and (b)) Corrective Action Plan including (OMB A-133 Sec. 315 (c)) name of person responsible for the corrective action, corrective action planned, anticipated completion date, and explanation and reason if auditee does not agree with findings or believes correction is not required. All reports are signed and dated by the auditor Two copies of the audit reports are submitted Two copies of the management letter, if issued in conjunction with the audit report Two copies of comments by management concerning all findings and recommendations included in management letter, including a corrective action plan EXHIBIT E City of Fort'.Xorth, Tezas �► Agar and au cil a ni.cA 01" DATE REFERENCE NUMBER LOG NAME PAGE 4125/00 G-12896 05CONSTRUCT 1 of 2 SUBJECT BASIC ACCESS ORDINANCE RECOMMENDATION: It is recommended that the City Council approve adoption of the attached ordinance providing accessibility standards in certain City-assisted housing construction programs. DISCUSSION: Subchapter X, Chapter 2306 of the Texas Government Code provides construction requirements for single-family affordable housing when the construction is funded by federal or state funds. This statute became effective on September 1, 1999. The statute specifically delineates the requirements for both exterior and interior accessibility on newly constructed single-family dwellings to provide access to persons with disabilities. A local work group was formed to further the intent and purposes of this statute and to provide guidelines in the City-assisted affordable housing construction programs. This work group is composed of City staff from various departments, representatives from the Fort Worth Mayor's Committee on Persons with Disabilities, and a representative from the Homebuiiders Association. The work group met, discussed and drafted the attached proposed ordinance which provides the following conditions and requirements: 1. Applicable dwelling units shall provide -one building entrance on an accessible route served by a no-step entrance or a ramp; and 2. Interior doors and hallways shall provide sufficient widths for the passage of a wheelchair; and 3. Walls shall be reinforced in specified locations for the installation of grab bars, and light switches and other outlets shall be installed at accessible locations; and 4. The City Building Official may waive the exterior requirements upon review of a written request; and 5. The City Building Official's decision may be appealed to the City's Construction and Fire Prevention Board. Staff believes the proposed ordinance will provide necessary guidelines for builders who participate in City assisted affordable housing construction programs to provide accessibility to persons with disabilities. This ordinance will have city-wide-effect. The Safety and Community Development Committee approved this recommendation at its April 11 , 2000 meting. City of Fort Wot-th, Texas EV'Day►ar andCommunication Cil ounc DATE REFERENCE NUMBER LOG NAME PAGE 4/25/00 ' G-12896 05CONSTRUCT ;;2;Of2 SUBJECT BASIC ACCESS ORDINANCE - FISCAL INFORMATION/CERTIFICATION: r The Finance Director certifies that this action will have. no material effect on City funds. LW:k i Submitted for City hianagtr's FUND ACCOUNT CENTER A_NIOUNT CITY SECRETARY Office by: (to) Libby Watson 6183 ApffloVF,Q Originating Department Head: CITY COUNCIL Jerome Walker 7537 (from) APR25 Z000 2�an r Additional Information Contact: v 4 v �ita^ �i�k�r7 he Jerome Walker 7537 - •Cttgat•Far��ao.L Terss ORDINANCE NO. AN ORDINANCE AMENDING THE CODE OF THE CITY OF FORT WORTH (1986) AS AMENDED, BY THE ADDITION OF SECTION 7-50 ENTITLED `ACCESSIBILITY STANDARD FOR CERTAIN CITY ASSISTED HOUSL'IG CONSTRUCTION PROGRAMS" REQUIRING CERTDI7 BUILDING STANDARDS IN CITY ASSISTED HOUSING PROGRAI�IS TO PROVIDE BASIC ACCESS TO PERSONS WITH DISABILITIES; PROVIDING THAT THIS ORDINANCE SHALL BE CUMULATIVE OF OTHER ORDINANCES; PROVIDING A SEVERABILITY CLAUSE; AND PROVIDING AN EFFECTIVE DATE W=REAS, persons with-disabilities and their immediate families are often isolated in their o%vn homes because the homes of most of their acquaintances contain insurmountable barriers, and often.experience difficulty in finding a suitable house to rent or buy; and WHEREAS, certain features in housing construction make new houses more accessible and livable for persons with disabilities and thus enhance the quality of life for these persons. WHEREAS, the City of Fort Worth is committed to provide accessibility to persons with disabilities through its housing programs. NOW, THEREFORE, BE IT ORDA-11NED BY THE .CITY COUNCIL OF THE CITY OF FORT WORTH, TEXAS: SECTION 1. This ordinance is to require certain standards in the construction of new single-family dwellings, duplexes and triplexes that are constructed with city assistance as defined in SECTION 2, to make houses more accessible for persons with disabilities. SECTION 2. The following requirements shall be applicable to the construction of new single- family dwellings, duplexes and triplexes ("Applicable Dwelling Units"), with city assistance. For purposes of this ordinance, "city assistance" shall mean funds for the construction of Applicable Dwelling Units in any city-1 ended program, with the funding source of CDBG, HOME or any other federal, state or local housing programs. SECTION 3. The following design requirements shall apply: Requirement 1. Building Entrances. Applicable Dwelling Units must p1rovide at least one building entrance on an accessible route served by a no-step entrance or a ramp in compliance with the CABO/ANSI-A117.1, Accessible and Usable Buildings and Facilities Standard, as adopted by the Fort Worth Building Code ("Accessibility Standard") and having a maximum slope not to exceed one in twelve (1:12); unless it is impractical to do so because of terrain or unusual characteristics of the site as determined by a City of Fort Wor h building official ("City Building Official") upon review of th-_ wcitr�' request set forth in SECTION 4. The building entrance doors shall comply with the Accessibility Standard and shall have a minimum 'clear opening of 32 inches. The entrance may be at the front, side or back of a dwelling as long as it is served by an accessible route such as a garage or sidewalk. Requirement 2. Interior doors, All Applicable Dwelling Units, whether or not on an accessible route, shall provide doors designed to allow sufficient width for the passage of wheel chairs. Except those sewing closets less than 15 square feet in area interior doors within an Applicable Dwelling Unit must provide a minimum of 30" clear opening. A 2' 8" door or standard 6' 0" sliding patio door assembly is deemed sufficient to comply -with this requirement, provided however, compliance with requirements on Maneuvering Clearance at Doors in the Accessibility Standard shall not be mandato Requirement 3. Accessible routes into and through the Applicable Dwelling Unit. An Applicable Dwelling Unit must provide an accessible route through the hallways and passageways of the first floor of the unit. Furber, the accessible route must provide a minimum width of 36", except through doors, and be level with ramped or beveled changes at door thresholds. Requirement 4. Wall reinforcement in bathroom. . 3 Reinforcement in the walls shall be provided at designated locations as specified by the Accessibility Standard, so that grab bars may be installed, if needed, at a later date without the necessity of removing portions of the existing waII. Requirement 5. Light switches, electrical outlets, thermostats and other environmental controls. All Applicable Dwelling Units shall be designed and constructed to contain light switches, electrical outlets, thermostats and other controls in compliance with the requirements of the Accessibility Standard. Where multiple controls serve the same elements (e.g., two remote switches for a light) only one must be accessible. SECTION 4. SECTION 3 Requirement 1 (Building entrances) may be waived by.the City Building Official when in his/her opinion, due to grade or site conditions ("Conditions"), access by ramp is unattainable. A person requesting said waiver shall file a written request ("Request")-with the City Building Orificial at the City of Fort 'Worth Development Department and include all documents necessary to prove the existence of the Conditions. The Request shall demonstrate that the Conditions on the site render it impossible to comply with the requirements for exterior accessibility in this ordinance. _ Er --., Within 10 calendar days from the receipt of a completed Request, the City Building Oficial shall render a written decision. A copy of the decision shall be filed in the official records of the Development Department. Appeals to the City Building Official's decision shall be made to the Construction and Fire Prevention Board in accordance with Section 7-47 of the City Code SECTION 5. This ordinance shall be cumulative of all provisions of ordinances and of the Code of the City of Fort Worth, Texas (1986), as amended, except where the provisions of this ordinance are in -direct conflict with the provisions of such ordinances and such Code, in which event conflicting provisions of such ordinances and such Code are hereby repealed. SECTION 6. It is hereby declared to be .the intention of the City Council that the sections, paragraphs, sentences, clauses and phrases of this ordinance are severable, and, if any phrase, clause, sentence, paragraph or section of this ordinance shall be declared unconstitutional by the valid judgment or decree of any court of competent jurisdiction, such unconstitutionality shall not affect any of the remaining phrases, clauses, sentences, paragraphs and sections of this ordinance, since the same would have been enacted by the City Council without the incorporation in this ordinance of any such unconstitutional phrase, clause; sentence, paragraph or section. SECTION 7. This ordinance shall take effect and be in full force and effect i,om and after the date of its passage, and it is so ordained. l APPROVED AS TO FO AND LEGALITY: u- Assistant City Attorney DATE: ADOPTED: EFFECTIVE: J.f i J 43 EMBIT F ORDINANCE NO. REPEALING ALL MINORITY AND WOMEN BUSINESS ENTERPRISE POLICIES AND DISADVANTAGED BUSINESS ENTERPRISE POLICIES PREVIOUSLY ADOPTED; ADOPTING AN ORDINANCE TO REMEDY THE UNDERUTILIZATION OF MINORITY AND WOMEN BUSINESSES , AND TO ENHANCE THE UTILIZATION OF SAME; DEFINING MINORITY BUSINESS ENTERPRISE, AND WOMEN BUSINESS ENTERPRISE FOR PURPOSE OF CERTIFICATION; REQUIRING MINORITY BUSINESS ENTERPRISE AND WOMEN BUSINESS ENTERPRISE PARTICIPANTS TO BE QUALIFIED AND DOING BUSINESS IN LOCALITY FROM WHICH THE CITY REGULARLY SOLICITS ; ADOPTING THE U. S . SMALL BUSINESS ADMINISTRATION ' S DEFINITION FOR A SIZE STANDARD ; ESTABLISHING SEPARATE GOALS FOR MINORITY BUSINESS ENTERPRISES AND WOMEN BUSINESS ENTERPRISES IN THE SPECIFIC AREAS OF CONSTRUCTION, PROFESSIONAL SERVICES AND PURCHASING; ESTABLISHING PROCEDURES FOR PROJECT SPECIFIC. GOALS ; PROVIDING GENERALLY FOR THE PROCEDURES TO BE FOLLOWED IN THE BID/PROPOSAL PROCESS; REQUIRING BIDDERS TO SUBMIT DOCUMENTATION OF COMPLIANCE IN ORDER TO BE RESPONSIVE TO BID/PROPOSAL SPECIFICATIONS ; ESTABLISHING WAIVER OF GOALS PROCEDURES; ALLOWING FOR DEBARMENT FOR MISREPRESENTATION OF FACTS AS IT RELATES TO COMPLIANCE; PROVIDING SEVERABILITY CLAUSE; AND PROVIDING AN EFFECTIVE DATE_ WHEREAS , the City Council commissioned an Availability/Disparity Study (Study) conducted by Browne , Bortz & Loddington, Inc. (BBC) and a Public Hearing (Hearing) conducted by Carl Anderson, Esq, and found disparities in the utilization of minority and women business enterprises in contracts awarded by the City of Fort Worth (City) ; and r WHEREAS , the Study and Hearing found that discrimination occurred in the major contracting areas (construction, purchasing, and professional services) of the City of Fort Worth and resulted in significant underutilization of minority and women business enterprises; and WHEREAS , minority and women business enterprises have had and continue to have difficulties in obtaining financing, bonding, credit, insurance, and assistance programs 'have not been effective in either remedying the effects of underutilization in City contracting or in preventing ongoing underutilization; and WHEREAS , the Study and the Hearing . determined that race-neutral alternatives for enhancing minority and women business enterprise contracting are not completely sufficient ; and WriEREAS , the City has also been a passive participant in discriminatory behavior practiced by private industry within the relevant Marketplace in the award of contracts SECTION 2 . The ultimate goal of this ordinance is to remedy the effects of past underutilization in the Marketplace by increasing the use of minority and women business enterprises above the present low level to one more comparable to their availability in •the Fort Worth Marketplace. The City Council shall set an annual goal for MBE and WBE participation in City procurement activities, based upoh the availability within the Marketplace. The initial goals, based upon availability, shall be thirteen percent (131c) for minority businesses and twelve percent (121) fbr women businesses and shall be reviewed as provided for elsewhere herein. These goals are not quotas. SECTION 3. The provisions of this ordinance shall apply to all contracts awarded by the City, except as may be hereafter specifically exempted, and shall be liberally construed for the accomplishment of its policies and purposes . specific goals shall be established in the areas of construction, professional services and purchases of other goods and services . Goals may be set on individual projects based on the type of work or services to be performed, or goods to be acquired and the availability of minority and women businesses in the City' s Marketplace. SECTION t . The provisions of this ordinance shall be conered- n----- � determining the responsiveness to specifications of offerors to the bid/proposal. The. City shall consider the offeror. P. t responsiveness to this ordinance in the evaluation of bids/proposals and shall award contracts to the lowest responsible - offeror meeting the specifications, inclusive of compliance to this minority and women business enterprise ordinance . `- SECTION 5. Debarment procedures shall be established for firms willfully misrepresenting the facts in compliance with this ordinance to the City. SECTION 6 . waiver procedures to thet regulations established in this ordinance shall be provided for City procurement activities where a public calamity requires the emergency expenditure of funds ; the purchase of goods or services from sources) where subcontracting or supplier opportunities are nonexistent; where an economic risk or undue delay for the acquisition of goods or services will be imposed on the City, or when the availability of minority and women businesses is negligible. SECTION 7 . From .and after the date this ordinance takes effect, it shall supersede all previous City Council Policies affecting minority and women business enterprise and disadvantage business enterprises . SECTION 8 . The City Manager, with the advice and counsel of the Disadvantaged Business Enterprise Advisory Committee ( "DBEAC" ) in accord with City of Fort Worth Resolution No. 1148 , is hereby -4- 'f�� authorized to establish, implement and administer regulations necessary to carry out the intent of this ordinance. SECTION 9. The City Council shall regularly, at least every three (3 ) years, determine whether there is a continuing need for a •minority and women business enterprise program, make relevant findings, and, if necessary, repeal in whole or in part or enact appropriate amendments to this ordinance.' SECTION 10. It is hereby declared to be the, intention of the City Council, that the sections , paragraphs, sentences, clauses and phrases of this ordinance are severable, and, if any phrase, clause, sentence, paragraph or section of this ordinance shall be declared unconstitutional by the valid judgment or decree of any court of competent jurisdiction, such unconstitutionality shall not affect any of the remaining phrases , clauses , sentences , paragraphs and sections of this ordinance, since the same would have been enacted by the City Council without the incorporation in this lordinance of any such unconstitutional phrase, clause, sentence, paragraph or section. SECTION 11 . This ordinance shall take effect and be in full force and effect from on and after June 1 , 1995 ; provided, however, that this ordinance shall not affect any procurement activity Where formal solicitation began before the effective date of this ordinance, and it is so ordained . } -5- APPROVED 'AS TO FORM AND LEGALITY: ��i t y A t t'oy-ri�a Date: ADOPTED-.- EFFECTIVE: DOPTED:EFFECTIVE: -6- ATTACHMENT I I. DEFINITIONS • 1. "Bidder" means any -person, firm, corporation, or partnership which submits a bid or proposal to provide labor, goods or services to the City for which City funds are expended. The term includes "Offeror" as well as offers received from providers of professional services. 2 . "Certified" means those firms, within the Marketplace, that are certified by either the North Central Texas Regional Certification- Agency (NCTRCA) or the Texas Department of Transportation -(TxDOT) , highway division. 3 . "City" means the City of Fort Worth, Texas . 4 . "Construction" means the erection, rehabilitation, alteration, conversion , extension, demolition, improvement, remodeling or repair to any real property, including streets, storm drains and facilities providing utility service owned by the City. 5 . "Contract" means a binding agreement whereby the City either grants a privilege or is committed to expend or does expend its funds or other resources for or in connection with a) construction of any public improvement, and b) purchase of any services (including professional services) . The term includes "purchase order" . 6. "Contract Officer" means the person employed by the City to oversee the performance of the contract. 7 . "Contracting Department" means the department responsible for payment of contract obligations. 8 . "Contractor" means the person, firm, corporation , or partnership with whom the City has entered into an agreement. Includes the terms "Vendor" and "Prime Contractor" ., 9 . "Coordinator" means the administrator of the MBE/WBE Office. 10. "Good Faith Effort" means having: absence of malice or any intentions to deceive; good intentions and sincerity to meet the goals of this ordinance. Documentation submitted .by the bidders to explain why its good and honest efforts did not meet or exceed the stated MBE/WBE goals . Compliance with each of the following steps shall satisfy the Good Faith Effort requirement absent proof of fraud, misrepresentation, or intentional discrimination by the -7- 10 . 1 . List each and every subcontracting and/or supplier opportunity . for the completion of this project. 10 . 2 _ Obtain a current (less than two (2) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. 10 . 3 . Attend the pre-bid conference, if scheduled by the City, and attempt to utilize M/WBEs that attended. 10 . 4'. Solicit bids from M/WBEs , within the subcontracting and/or supplier areas previously listed, at least ten days prior to bid opening by mail . 10 . 5 . Solicit bids from M/WBEs , within the subcontracting and/or supplier areas previously listed, at least ten days prior to bid opening by telephone . 10. 6 . Solicit bids from M/WBEs , within the subcontracting and/or supplier areas . previously listed, at least ten days prior to bid opening by advertisement in a local newspaper . 10 . 7 . Provide. plans and specifications or information regarding the location of plans and specification to M/WBEs. 10 . 8 . Submit documentation if M/WBE bids were rejected on the basis of quotation not being commercially reasonable, qualifications, etc. Note : If a . SIC code list of M/WBEs is five or less , the bidder most contact the entire list to be in compliance with 10 . 4 and 10 . 5 . If a SIC code list of M/WBEs is more than , five, the bidder must contact at least two-thirds of the list but not less than five to be in compliance with 10. 4 and 10. 5 . Note : Bidders who continuously list the same M/WBEs when contact has previously been unsuccessful as result of disconnected numbers or returned mail , will not be deemed in compliance with the Good Faith Effort requirements . 11 . "Joint Venture" means an association of two or more persons or businesses to carry out a single business enterprise for profit for which purpose they combine their property; capital, skills , knowledge and management in an agreed to prop®rtionate share . 12 . "Marketplace" means the geographic market area represented by the Fort Worth/ Dallas Consolidated Metropolitan Statistical Area. 13 . "Minority" means a -citizen of the United. States or lawfully admitted permanent resident who is Asian-American, American Indian, Black or Hispanic. 14 . "Minority Business Enterprise" is defined as a qualified business concern located in the Marketplace or doing business in the Marketplace at the time of bid opening or during negotiations related to proposals meeting the following criteria :. a . which is at least 51 percent owned by one or more minority persons, or, in .the case of any publicly owned business, at least 51 percent of the stock is owned by one or tore minority persons; and b. whose management and daily business operations are controlled by one or more minority persons who own it; and C. meeting the size standards set forth by SBA. 15 . "Procurement" means the buying, renting, leasing or otherwise obtaining or acquiring any supplies, materials, equipment or services . 16 _ "Prof essional Services" means . services which require predominantly mental or intellectual labor and skills, includes , but is not necessarily limited to, architects, engineers, surveyors, doctors , attorneys , and accountants . 17 . "Project Manager" see Contract Officer. 18 . "Purchasing" means the buying, renting, leasing or otherwise obtaining or acquiring any supplies, materials, equipment or .services excluding construction and professional services previously defined. 19 . "Qualified' means an individual or business entity having previously performed or received training in the work, industry or profession required. 20 . "size Standard" is the average annual gross receipts for a ..company and its affiliates for the previous three (3) fiscal years which must not exceed the amounts as deft United States Small Business Administration' s (SBA �taridlad ?�; industry classification (sic) codes. These codes a outlined in the most recent edition of SBA 49 CFR 23 . 62 , Appind i x B and 13 CFR 121. 401-407 and 601 . { -...� ._. . -9- 21.. "Subcontract" means an agreement between the contractor and another business entity for the performance of work. 22 . "Women Business Enterprise" is defined as a qualified business concern located in the Marketplace or doing business in the Marketplace at the time of competitive bid opening or during negotiations related to proposals meeting the following criteria : a. which - is at least 51 percent owned by one or more women, or, in the case of any publicly owned business, at least 51 percent of the stock is owned by one or more women; and b. whose management and daily business operations are .controlled by one or more women who own it. C. meeting the size standards set,. forth by SBA . II . PROISP-kM GOALS (A) City-wide goals for the utilization of minority business enterprises (MBE) and women business enterprises (WBE) shall be reviewed and approved annually by the City Council . (1) The City Manager shall , on or before October 31 of each year, beginning October 31 , 1996 , conduct an analysis of the availability of MBEs and WBEs and present to the City Council an annual report on MSE and WBE availability and utilization. Based on the availability of MBE/WBEs in the Marketplace and the City' s most recent goals attainment and with the advice and counsel of the DBEAC; the City Manager shall recommend to the City Council reasonable goals for the remainder of the current fiscal year. (2) These goals shall be expressed in terms of percentages of the total dollar value of all contracts to be awarded by the City;, and shall be established separately for categories of construction, professional services, and purchasing as well as any other categories that the City Council or City Manager deem appropriate. (B) Individual project goals shall be set by the M/WB E Office in collaboration with the Contract Officer and Risk Management (where appropriate) prior to solicitation. These project goals shall be reasonable and shall be based upon : ( 1) Specific subcontracting and/or materials opportunities required to complete the project, and -i0- f 1 (2) The availability of MBE/WBE in the identified subcontracting and/or materials opportunities in the Marketplace. . (C) MBE/WBE participation shall be counted toward meeting MBE and WBE goals in accordance with the following provisions : (1) For the purpose of determining compliance "with the goals requirements established in this ordinance, businesses Will be counted as MBE and WBE only when they have been certified as such prior to award of the bid or proposal. (2) Any businesses) listed by an offeror which is not certified prior to award of bid/proposal will have that amount of participation deducted from the total MBE/WBE utilization in order to determine the offeror' s responsiveness.- It is the responsibility of the offeror to secure additional certified. -or certifiable MBE/WBE participation before responsiveness to this ordinance is determined. (3 ) The offeror may count toward its MBE or WBE goals first and second tier MBE and WBE subcontractors and/or suppliers. (4 ) The - offeror will be given credit toward the riBE/WBE contract goal only when the MBE or WBE performs a. commercially useful function. An MBE or WBE is considered to have. performed a commercially useful function when : a) it is responsible for the execution of a distinct element of . the work by actually performing, managing and supervising the work involved in accordance with normal business practice; and b) the. firm receives due compensation as agreed upon for the work performed. (5) Regardless . of whether an arrangement between the contractor andthe MBE/WBE represents standard industry practice, if the arrangement erodes the ownership, control or independence of the MBE/WBE or does not -meet the commercially useful function requirement, the offeror shall receive no credit toward the goals . ( 6) An offeror may count toward its MBE or WBE goal "f portion of the total dollar value of a contract with a joint venture equal to the percentage of tIBE or WBE partici a- tion' in the joint venture. The MBE or WBE involy-ed, in the joint venture must be responsible for a. clearly defined portion of the work to be performed , e ual., to_ a V' , j - E e share in the ownership, control , knowledge, management, responsibility, risks, and profits of the joint-venture. (7) Except for joint ventures, all prime contractors, whether same be majority firms, MBE or WBE, shall comply with this. ordinance in order- to be considered responsive. (8 ) The bidder may not count toward the goal any agreements with MBE or WBE that are not located within the Marketplace or otherwise do not meet the guidelines as set forth in this section. III . MBE. AND WBE UTILIZATION REQUIREMENTS (A) In addition to the requirements set forth elsewhere, bid conditions and requests for proposals shall include a statement of both MBE and WBE goals established for the project . (B) Bidconditions, . requests for proposals, and. all, other specifications for contracts to be awarded by the City shall require that offerors make a good faith effort to subcontract with or purchase supplies from MBE and WBE. Such specifications shall require the offeror to meet or exceed the stated goals or submit documentation of GFE for all contracts of $25 , 000 or more to permit a determination of compliance with the specifications or requests for proposals . (C) Construction and Professional Services contracts and such other contracts which may be competed for under sealed proposal procedures (estimated cost of $25 , 000 or more) and Purchasing contracts (estimated cost of $15 , 000 or more) shall be awarded and administered in accordance with the following standards and procedures : (1) Competitive bids shall include the MBE and WBE specifications in the bid specifications . MBE and WBE - specifications consist of the SPECIAL INSTRUCTIONS TO BIDDERS , AFFIDAVIT STATEMENT, MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORS and the GOOD FAITH EFFORT FORM. (a) The AFFIDAVIT STATEMENT shall be submitted with the bid on the .bid opening date. (b) The MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM shall be submitted to the contracting department-no later than 5 : 00 p.m. , five (5) City busines bid opening date. (c) An offeror that equals or exceeds the MBE and WBE project goals , shall submit the MBE/WBE UTILIZATION FORM. (d) The PRIME CONTRACTOR WAIVER FORM shall be submitted with any bid that includes no subcontracting and/supplier . opportunities . If substantial subcontracting and/or substantial supplier . opportunities arise in the performance of a contract awarded in reliance on the PRIME CONTRACTOR WAIVER FORM; the contractor shall notify the City before subcontracts for work and/or supplies are let and the contractor shall comply with the requirements of this ordinance. (e) GOOD FAITH DOCUMENTATION, including the GOOD FAITH EFFORT FORM, shall be submitted with any bid and/or proposal that fails to include MBE/WBE participation that equals or exceeds the MBE/WBE project goals . (f) The submission of the applicable completed form(s) within the allotted time will be considered when determining the responsiveness of the bid. Failure to comply with the bid specifications, inclusive of the MBE and WBE specifications , shall render the bid non-responsive. (2) Other than responses to Requests for Proposals for those professional services defined in Chapter 2254 of the Texas Government Code, responses to Requests for Proposals shall include a section which identifies the particular MBEs and/or WBEs to be utilized in performing the contract. (a) Specify as 'to MBEs and WBEs , the estimated percentage of the MBE and WBE participation, the type of work to be performed by the MBE or WBE, and such other information as may reasonably be required to determine the responsiveness to the Request for Proposal . (b) Responses that do not meet or exceed the MBE and WBE utilization goals, as required by the request fo.r proposal, must submit a GFE explanation. Failure to include such GFE explanation shall render the response non-responsive. (3) Initial responses to requests for proposals for those professional services defined in Chapter 2254 of the . Texas Government Code shall not include a response to the requirements of this ordinance . The City shall -13- comply with the requirements of said Chapter and rank the professional on the basis of demonstrated competence and qualifications. During negotiating the contract with the highest ranked professional, the professional shall respond to this ordinance in the manner specified in paragraph 2 (a) above . (4 ) The GOOD FAITH EFFORT documentation shall demonstrate the Offeror' s commitment and honest efforts to utilize MBE and .WBE. The burden of preparing and submitting the GF£ information is on the Offeror and will be evaluated as part of the responsiveness to the bid or appropriate proposal . Any willful misrepresentation of facts on the documentation submitted will constitute a basis for classification as non-responsive and possible debarment. (5) The contracting department may request the MBE/WBE office to waive the goal requirements of this subsection, or to reduce the amount of the goals, for either or both MBE/WBE, in accordance' with the provisions of the Exceptions and Waivers section . (D) The City Manager, with the advice and counsel of the DBEAC in accord with City of Fort Worth Resolution No . 1148 , shall adopt regulations governing the purchase of goods and services under $15 , 004 . (E) In addition to such other requirements as may be set forth elsewhere, the following shall apply to construction, profes- sional service, discretionary service, and applicable purchasing contracts awarded by the City: (1) Contracts shall incorporate this ordinance by reference, and shall provide that the failure of any bidder , contractor or subcontractor to comply with this ordinance shall be a material breach of contract . ( 2)" During the term of any contract, any .proposed change or deletion in MBE/WBE participation identified in the bid , proposal or contract shall be reviewed by the MBE/WBE Office to determine whether such change or deletion is justified in accord with the immediate following two ( 2) paragraphs . Any unjustified change or deletion shall be a material breach of the contract . ( 3) Contracts shall require that during the term of the contract, the contractor shall : (a) Make no unjustified changes or deletions in its MBE and WBE participation commitments submitted with the bids , proposals or during negotiations ' =. J - 14- (b) If substantial subcontracting and/or substantial supplier opportunities arise during the term of any contract that the contractor represented to- the City that the contractor alone would perform required by the contract, the contractor shall notify the City before subcontracts for work and/or supplies are let and shall be required to comply with the provisions of this ordinance; and (c) Maintain records reasonably necessary for monitor- ing their' compliance with the provisions of this ordinance. (4 ) The contractor shall submit to the MBE/WBE Office for approval a REQUEST FOR APPROVAL OF CHANGE FORM if , during the term of any contract , a contractor wishes to change or delete one or more MBE and/or WBE subcontractor (s) . (a) Within three (3 ) business days after receipt by the MBE/WBE office , the Request shall be reviewed . The Request shall be approved if the change or .deletions is justified. The following shall constitute justification for the requested change or deletion: (1) an MBE or WBE' s failure to provide workers ' compensation insurance evidence as required by state law; or (2 ) an MBE or WBE' s failure to provi.de evidence of general liability or other insurance under the same or similar terms as contained in the contract documents with limits of coverage no greater than the lower of 1) the limits required of the contractor by the City; or 2) the limits contained in the contractor' s standard subcontract or supply agreements used on other projects of similar size * and scope and within the contractor ' s normal business practice with non MBE or WBE subcontractor's or suppliers; or (3 ) an MBE or. WBE' s failure to execute the contractor' s standard subcontract form in the amount of the bid , if entering a subcontract is required by the contractor in its normal course of business ; or (4 ) an MBE or WBE' s default in the perfcrmance of the executed subcontract ; and -15- (5) all MBE and WBE subcontractors previously submitting bids forthe work are requested to bid on the work, and, if reasonably practicable due to time constraints, the contractor obtains bids from previously non- bidding MBEs and WBEs , and no MBE or WBE subcontractor submits the lowest bid . (b) If the MBE/WBE Office approves the deletion of an MBE or WBE and replacement by a . non-MBE or WBE, such approval shall constitute a post award waiver to the extent of the value of the deleted subcontract . (c) If the MBE/WBE Office denies the Request for Change or Deletion , the contractor may appeal the denial to the City Manager whose decision will be final. NOTE: The contractor shall. submit such documentation as may reasonably be _requested by the MBE/WBE Office to support the contractor' s request. The time between the request by the MBE/WBE Office for additional documentation and the delivery of such documentation shall not be included within the time period that the MBE/WBE Office is required to respond. NOTE: Upon completion of the contract and within ten ( 10) days after receipt of final payment from the City , the contractor shall provide the MBE/WBE Office with documentation to reflect the final participation of each subcontractor and/or supplier used on the project, inclusive of MBEs and WBEs . ( 5) -Whenever contract, amendments, change order, or extra work orders are made individually or in the aggregate, the contractor shall comply with the provisions of this ordinance with respect to the alternates', amendment, change orders , or extra work order. (a) If the amendment, change order , or extra work affects the subcontract of an MBE or MTBE, such MBE or ti�JBE shall be 'giv.en the opportunity to perform such amendment , change order or extra work. ( b) If the amendment, change order or extra. work is not covered by any subcontract of like or similar work, is work not to be performed by the contractor , and the amount of such amendment, change order work exceeds ten - percent ( 100) of the rlginal contract amount , the contractor shall comply with 0:... -16- V. PROGRAM ADMINISTRATION (A) The .City Manager, with the advice and counsel of the DBEAC in accord with City of Fort Worth Resolution- No. 1148 , is authorized to establish and implement the regulations set 'forth in this ordinance. The MBE/WBE office shall be responsible for the over-all administration of the City" s :MBE and WBE Program, and its duties and responsibilities shall include : (1) Recommending' rules and regulations to effectuate this ordinance; (2) Maintaining a current listing of certified WBE and MBE for distribution internally and externally on contracts ; (3 ) Providing information and needed assistance to MBE and WBE to increase their ability to compete effectively. for the award of City contracts; (4) Investigating- alleged violations of this ordinance and making written recommendations to appropriate City authorities for remedial action when appropriate; (5) Developing and distributing all necessary forms, applica- tions , and documents necessary to comply with this ordinance; (6) Reviewing, on a regular basis , the progress of depart- ments toward achieving the . category goals for the utilization of minority and women' s business enterprises; (7) Making recommendations to appropriate City staff regarding methods to further the policies and goals of this ordinance; (8) Determining MBE/WBE compliance on contracts before they are submitted to the City Council for award; (9) Maintaining accurate contract performance reporting system; and (10) Compiling a re-port reflecting the progress in attaining the city ' s annual goals ; quarterly and annually. (B) It shall be the responsibility of the contracting department to ensure that bids or proposals emanating from the department adhere to the' procedures and provisions set forth in this ordinance . ( 1) The department director or designee shall assume primary responsibility for achieving the goals of this program -18- the provisions of this ordinance with respect to such amendment , change order, or extra work. IV. EXCEPTIONS AND WAIVERS (A) If a bidder is unable to comply with the goal requirements established in the Program Goals section of this ordinance, such bidder shall submit one of the two forms listed below within the allotted time. (1) A Prime Contractor Waiver Form (Attachment 1B) is submitted if the bidder will perform the entire contract without subcontractors or suppliers . (2) A Good Faith Effort Form (Attachment 1C) is submitted if the bidder has subcontracting and/or supplier opportunities but was unable to meet or . exceed the project M/WBE goals.. The bidder will submit requested documentation which demonstrates a good faith effort- to comply with the goals requirements as described in the Program Goals section above. (B) A contracting department may . request the MBE/WBE Office to waive or modify the goal requirements for MBE and/or WBE by submitting a Departmental Waiver Form in writing , prior to solicitation of bids or proposals . The MBE./WBE Office ray grant such a waiver or reduction upon determination that : (1) The reasonable and necessary requirements of the contract render subcontracting or other participation of business other than the bidder or proposer infeasible; or ( 2) A public or administrative emergency exists . which requires the goods or services to be provided with unusual immediacy ; or (3) Sufficient MBE and WBE providing the services required by the contract are unavailable in the market area of the project, despite attempts to locate them; or (4 ) The application of the provisions of this ordinance will impose an unwarranted risk on the City or unduly delay acquisition of the goods or services . ( S) Whenever the TIBE/WBE Office denies a request to waive a goal, the contracting department may appeal that denial to the City Manager whose decision on the request shall be - final . -17- � and shall review, on a continuing basis, all aspects of the program's operations to assure that the purpose is being attained. (2) The contracting department shall take the following action to ensure that MBEs and WBEs have the maximum opportunity to participate on City contracts: (a) The advertisements for formal bids required to be advertised according to statute shall appear in minority and women-targeted media , no less than 30 days before bids are due for specific contracting opportunities ; (b) A written notification shall be sent to minority and women trade associations , contractor's associations, and minority and women chambers of commerce about the availability of formally advertised contracting opportunities no less than 30 days before bids are due; (c) All contract solicitations shall include the MBE and WBE policy; (d) All contracting opportunities shall be evaluated in an effort to divide the total recuirements of a contract to provide reasonable opportunities for MBE and WBE; (e) For construction contracts, establish procedures to ensure that all contractors submitting correct invoices are paid twice a month and that subcontractors are paid , in accord with the subcontract within five (5) business days after receipt of payment; a contractor' s failure to make payments within five (5) business days shall. authorize the City to withhold future payments from the contractor until compliance with this ordinance is attained . (f) Establish guidelines to ensure that a notice to proceed is not issued until signed letters of intent or executed agreements with the MBE and WBE have been submitted; (g) Ensure that all required statistics and documenta- tion are submitted to the MBE/WBE Office as requested; and (h) If circumstances prevent the contracting depaftnent from meeting the thirty-day advertising and 1_14tifi- cation requirements , the= contracting depairtment t t t. shall perform extensive outreach to MBE and WBE associations or other relevant organizations to inform them of the contracting opportunity. VI . CERTIFICATION The City will recognize MBE and WBE that are certified by the Texas Department of Transportation (TxDOT) , highway division, or the North Central Texas Regional Certification Agency (NCTRCA) . VII _ CONTRACT MONITORING, REPORTING,. AND COMPLIANCE (A) The MBE/WBE Office shall monitor compliance with these requirements during the term of the contract . -If it is determined that there is cause to believe that a contractor or subcontractor has failed to comply with any of the require- ments of this ordinance , or the contract provisions pertaining. to MBE and WBE utilization, the MBE./WBE Office shall notify th.e contracting department and the contractor. The MBE/WBE Offic-e shall attempt to resolve the noncompliance through conciliation. If the noncompliance cannot be resolved, the coordinator and the contracting department shall submit written recommendations to the City Manager or designee, and if the City Manager concurs with the findings, sanctions shall be imposed as stated in ordinance . (B) Whenever the MBE/WBE Office finds , after investigation, that a contracting department has failed to comply with the provisions .of this ordinance, a written finding specifying the nature o.f the noncompliance shall - be transmitted to- the contracting department, and the MBE/WBE Office shall attempt to resolve any noncompliance through conference and conciliation . Should such attempt fail to resolve the noncompliance, the Coordinator shall transmit a copy of the findings of noncompliance, with a statement that conciliation was attempted and failed , to the City Manager who shall take appropriate action to secure compliance . (C) The MBE/WBE Office may require such reports , information, and documentation from contractors; bidders , contracting agencies, and . the head ' of any department, division, or office of the City of Fort tgorth , as are reasonably necessary to determine compliance with the requirements , within ten ( 10) days after the notice of noncompliance . (D) Contracting departments shall maintain accurate records for each contract awarded, including dollar value, the-filature. of the goods or services to be provided, the name of the contrac- tor awarded the contract, the efforts it employed Ito solicit "Z":. bids from MBE and WBE, identifying for each its dollar value, 1 the nature of the goods or services provided, and the name of the subcontractor. (E) The City Manager, with the advice .and counsel. of the DBEAC in accord with City of Fort Worth Resolution . No . 1148 , - shall submit an annual" report to the -City Council .on the progress of the City toward the utilization goals established by this ordinance, together with an identification of problems and specific recommendations for improving the City ' s performance _ VIII . DEBARMENT (A) The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by an .offeror will result in the offeror being determined to be an irresponsible offeror and barred from participating in City work for a period of time of not less than three (3) years . (B) The MBE/WBE Office will send a written statement of facts and a recommendation for debarment to the City ;3,1anager . The City Manager, after consultation with the Department of Law, will make the decision regarding debarment and send a certified notice to the offeror. (C) An offeror that receives notification of debarment may appeal to an Appeal Board, hereinafter created , by giving written notice within ten ( 10) days from the date of receipt of the debarment notice , to the City Manager of its request for appeal . (D) An Appeal Board, consisting of not less than three members appointed by the City Manager with the approval of the City Council , will meet within thirty (30) days from the date of receipt of the request for appeal of debarment, unless Offeror requests an extension of time. The Offeror will be notified of the meeting time and location. (E) The Offeror will be afforded an opportunity to appear with Counsel if they so desire, submit documentary evidence, and cohfront any person the City presents.. (F) The Appeal Board will render its decision not more than thirty (30) days of the hearing and send a certified notice to the Offeror . (G) If the Appeal Board upholds the original debarment, the Offeror may appeal to t-he City Council within- ten ( 10) days- from the date of receipt of the Appeal Board' s decision by giving written notice to the City Manager. -21- (H) The appeal will be placed on the City Council agenda within thirty (30) days from receipt of written notice , unless Offeror requests an extension in writing. (I) From the date of notification of debarment and during the pendency of any appeal , the City will not consider offers from, ..award contracts .to, renew or otherwise extend contracts with , or contract directly or indirectly through subcontracts with the. Offeror pending. the Appeal Board' s decision. IX. SEVERABILITY If any provision of this attachment or 'ordinance, -the application thereof to any person . or circumstance is held_ invalid for any reason in a court of competent jurisdiction, such invalidity shall not affect the other, provisions of any other application of this attachment or ordinance which can be given effect without the- invalid. heinvalid. provision or application, and to this end, all -the provisions of this attachment or ordinance are hereby declared to be severable_ -22- t CITY OF FORT WORTH ATTACffiVIEN I HOUSING DEPARTMENT SUBGRANTEVS REQUEST FOR FUNDS Agency Program Name: Contract Number. ReportPeriod Date of Request CASH BALANCE ANALYSIS FOR 1. Beam Cash Balance $ $ 2. Amount Received: Program Income $ $ City of Fort Worth $ $ Interest Earned $ $ 3. Total Funds Available(1 +2) $ $ 4. Less Expenditure(detail statement cost) $ $ 5. ENDING CASH BALANCE (34) $ $ 6. Estimated Expenditures $ 7. Funds Needed(6-5) $ 9. Less Estimated Program Income $ - 9. Unpaid Request for Payment Previously Submitted $ 10.Amount of This Request(7-8 &9) $ I. MARS-Purchasing Request A. MARS INPUT: Vendor/PO Number/Requisition Number ' B. Fund/Account(Centei- C. Total Amount of this Request 1. Verification A: Model Blocks Planner: / B. Contract Manager: C. Accounting: / I Z. Authorization A. Agency: B. Mgmt&Budget- Housing udgetHousing Director n+OV=$8,500.00 ( ) CITY OF FORT WORTH ATTACHMaNT ir HOUSING DEPARTMENT MANAGEMENT AND BUDGET DIVISION DETAIL STATEMENT OF COSTS CONTRACT NO. DATE AGZNCY TO PROGRAM REPORTPUUOD PROGRAM MONTHLY CUMULATIVE COST CATEGORY ACCOUNT BUDGET EXPENDITURES TO DATE BALANCE PERSONAL SERVICES Salaries 516010 FICA . 518010 Life Insurance 518050 Health Insurance . •518060 Unemployment-Federal 518090 Unemployment Tax-State 518090 Worker's Comp 518040 Retirement 518070 SUPPLIES Office Supplies 521010 jPostage, 521020 Teaching Aids 522030 Food Su lies 522030 Other Operating Supplies 523300 CONTRACTUAL SERVICES Tele one 535040 Electric •533020 Gas(Utility) 535010 Water/Waste Disposal 533030 Rent(Building) 537010 Custodial Services 539220 Office ui mentRental 537030 jPrinting 533030 Re airs 53600 FidelityBond 538210 Liability Insurance 7 1 534020 Legal&Accounting 538060 Private Auto Allowance-Local 532130 Advertising 533010 Conferences&Seminars 331180 Contractual Services 539120 [ndirect Cost 517010 CAPITAL OUTLAY Furniture,Fixtures .341330 DfficeEquipment 541370 Iroperty Insurance COTAL Sub-Contractors Certification: I certify that the costs incurred iie taken from the books of accounts-and that such costs are valid and consistent with the terms of the agreement AME and TITLE OF AUTHORIZED OFFICER SIGNATURE and DA N 1 I CITY OF FORT WORTH ATTACHMENT III HOUSING DEPARTMENT MANAGEMENT AND BUDGET DMSTON EXPENDITURES WORKSHEET CONTRACT NO. DATE AGENCY TO PROGRAM REPORT PERIOD CHECK NO. DATE I #f PAYEE DESCRIPTION ACCOUNT NO. AMOUNT 1 2 3 4 - 6 7 8 9 10 11 12 13 14 15 16 8 9 TOTAL Sub-Contractors Certification: I certify that the costs incurred are taken from the books of accounts and that such costs are valid and consistent with the terms of the agreement. ;� 1 ,,.5 - _ lE and TITLE OF AUTHORIZED OFFICER SIGNATURE aial DATE ATTACHMEKT IV MONTHLY NARRATIVE REPORT MONTH REPORTING FROM: TO: I . ACCOMPLISHMENTS II . ADDITIONAL COMMENTS REGARDING ACCOMPLISHMENTS THIS MONTH: III. ' PROBLEMS ENCOUNTERED AND SOLUTIONS PROPOSED : IV, ANTICIPATED ACTIVITIES DURING NEXT •MONTH : ATTACHt4ENT IV(a) a L b � O H u d 4 x d � E W Ew � � �+ _^ ddCgd � �ct� 000, d Q O 'n y d H 0. p q n dq � U �•xz � caddz ry ,y ATTACHMENT V CONTRACT FOR CONSTRUCTION This CONSTRUCTION CONTRACT ("Contract") is made between, ("'Owner") and ("Contractor"), on this Day of , 2000 for the purpose of constricting ONE single family dwelling (s) on a lot(s) provided by the "Owner" within the Corporate limits of Fort Worth, TX ("Work"). *The lot site address is:. *Its legal description is: *Attacli an Addendum for multiple units constructed. The "Owner' Representative" (as defined below) shall compensate the Contractor a total stun of $ and no/100. Payment shall be made in accordance with Article 9 of this Contract. The date of Commencement shall be ; with a Completion date not to exceed 120 Days ("Contract Time"). Owner and Contractor hereby agree to the following: TER_tMS AND CONDITIONS Article 1 GENERAL PROVISIONS 1.1 TERIVIS USED IiN THE CONTRACT 1.1(a). This Contract,,the Infill Program and Specifications for Construction of Single Family Homes as a requirement of participating in the City of Fort Worth Infill Housing Program represent the entire and integrated agreement between the parties and are together referred to as "Contract Documents". 1.1(b). The term "Work" shall mean the construction and services required including all labor, materials, equipment and services provided by the Contractor to fulfill the Contractor's" obligations and responsibilities under the Contract Documents. 1,4(c ). The terns Owner's Representative shall mean: the City of Fort Worth Housing Department who provides administration of the Contract as described in lie-Contra —� -;J: L _5' .. L11. Ij R� l Documents. The Owner's Representative will have the authority to act on behalf of the Owner only to the extent provided in the Contract Documents, 1.1(d). This Contract may be amended or modified ONLY by a mutually agreed written modification or in the form of a Chan-e Order. A Change Order shall be a written order to the Contractor signed by the "Owner" or Owner's Representative to change the Work, Contract Sum or. Contract Time. A change order is a part of this Contract and the Contract Documents. 1.1(e). The exhibits and addendum's attached together with the change orders are a part of this contract and binding on all parties. Those items include but are not limited to, Change Orders, Contractor's Application and Certificate for Payment, Contractor's Affidavit of Payment of Debts and Claims, and the Certificate of Substantial Completion, Drawings, and other Specifications. Article 2 RESPONSIBILITIES OF THE OWNER 2.1 INFORMATION AND SERVICES 2.1(n). If requested by the Contractor, the Owner shall furnish and pay for a survey and a legal description of the site. 2.1(b). Except for permits and fees which are the responsibility of the Contractor under the Contract Documents, the Owner shall obtain and pay for necessary approvals, easements, assessments and charges: 2.2 OWNER'S RIGHT TO STOP WORK If the Contractor fails to comply with the Contract terms, the Owner.or the Owner's Repi-esentative may direct the Contractor in writing to stop the Work until the correction is made. 2.3 OWNER'S RIGHT TO CARRY OUT THE WORK If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents and fails within fourteen days (14) from the date of written notice from the Owner or Owner's Representative to cure such default, the Owner or Owner's Representative may, without prejudice to other remedies, cure such defaults. In such case, a Change Order shall be issued deducting the cost of correction from payments due Contractor. If the default is not reasonably susceptible to cure by Contractor within the .fourteen (14) day period, Owner will not exercise the option to terminate this agreement so long as the Contractor has commenced to cure the default within the fourteen (14) day period and diligently complete the work within a reasonable time. 2.4 OWNER'S RIGHT TO PERFORM CONSTRUCTION/AWARD SEPARATE CONTRACTS 2A(a). - The Owner reserves the right to perform construction or operations related to the project with the Owner's own forces, and to award separate contracts in -connection with other portions of the project. 2.4(b). The Owner shall require the Contractor to coordinate and cooperate with separate contractors employed by the Owner. 2.4(c ). The Owner shall require that costs by delays or by improperly timed activities or defective couIStruction be borne by the party responsible therefor. 2.5 If a defect occurs and if the Contractor does not cure the defect timely according to the contract -.provisions the Owner may enter into a separate contract with a third party to cure their defect. The contractor then shall timely reimburse the Owner for the cost of contracting with the third party and the cost to cure the defect. Article 3 RESONSIBILITIES OF THE CONTRACTOR .3.1 EXECUTION OF THE CONTRACT - - ExecL1tion of the Contract by the Contractor is a representation that the Contractor has visited the site, become familiar with local conditions under which the Work is to be performed and correlated personal observations with requirements of the Contract Documents. 3.2 REVIEW OF CONTRACT DOCUMENTS AND FIELD CONDITIONS BY THE CONTRACTOR The Contractor shall carefully study and compare the Contract Documents with each other and with information furnished by the Owner. Before commencing activities, the Contractor shall (1) take field measurements and verify field conditions; (2) carefully compare this and other information known to the Contractor with the Contract Documents; and (3) promptly report errors, inconsistencies or omissions discovered to the Owner's Representative. 3.3 SUPERVISION AND CONSTRUCTION_PROCEDURES 3.3(n). The `'Contractor shall supervise and direct the Work, using "Contractor's" best skill and attention. The Contractor shall be solely responsible for and have control over construction means, methods, techniques, sequences and procedures, and for coordinating all portions of the Work. 3.3(b). The Contractor, as soon as practicable after award of the Contract, shall furnish in writing to the Owner through the Owner's Representative the names of Subcontractors r suppliers for each portion of the Work. The Owner's Representative will promptly reply 3 o7rgibo to the Contractor in writing if the "Owner" or the Owner's Architect, after due investigation, has reasonable objection to the subcontractors or suppliers listed. 3.3(c ). The Contractor will comply with Minority/Woman Business Enterprise (M/WBE) requirements as outlined in the "Specifications for Construction of Single , Family Homes". The Owner has a minimum goal of 40% of the dollar volume of the contract for MWBE participation. 3.3(d). The Contractor will comply with all local building code's , ordinances and the Model Energy Code. 3.4 LABOR AND MATERIALS Unless otherwise provided in the Contract Documents; the Contractor shalt provide and pay for labor, materials, equipment, tools, utilities, transportation, and other facilities and services necessary for proper execution and completion of the Work. The Contractor shall deliver, handle, store, and install materials in accordance with manufacturer's instructions. 3.5 WARRANTY The Contractor warrants to the Owner and Owner's Representative that: (1) materials and equipment furnished under the Contract will be new and of good quality unless otherwise required or permitted by the Contract Documents; (2) the Work will be free from defects not inherent in the quality required or permitted; (3) the Work will conform to the requirements of the Contract Documents and the Contractor shall provide a ten year warranty. 3.6 TAXES The Contractor shall pay sales, consumer, use and similar taxes that are legally required when the Contract is executed. 3.7 INSURANCE During the term of this contract and any extension there of, contractor shall maintain an insurance policy with the following coverage: 3.7 (a) Commercial General Liability Insurance of a minimum of $1,000,000.00 per occurrence. 3.7 (b) Business Auto Liability Insurance of a minimum of$1,000,000.00 each accident. 3.7 (c) Statutory Workers' Compensation Insurance including employer's liability. 3.7 (d) Builder's Risk Insurance to cover the property in the course of the project (against fire, hail, theft, etc. of materials and incomplete construction). 3.7 (e) In addition, the City of Fort Worth and Fort Worth Housing Finance Corporation shall be endorsed as an additional insured on'all insurance policies. 4 07/z-870'd 3.8 PERMITS, FEES AND NOTICES 3.8(a). The Contractor shall obtain.and pay for the building permit and other permits and goverrunent fees, licenses and inspections necessary for proper execution and completion of the Work. 3.8(b). The Contractor shall comply with the notices .required by agencies having jurisdiction over the Work. If the Contractor performs work knowing it to be contrary to laws, statutes, ordinances, building codes, and rules and regulations without notice to the Architect, Owner's Representative .and Owner, the Contractor shall assume full responsibility for such Work and shall bear the attributable costs. The Contractor shall promptly notify the Architect/Owner's Representative in writing of, any known inconsistencies in the Contract Documents with such governmental laws, rules and rebulations. 3.9 USE OF SITE The Contractor shall confine operations at the site to areas permitted by law, ordinances, permits, the Contract Documents and the Owner. 3.10 SUBMITTALS The Contractor shall promptly review, approve in writing and submit to the Owner's Representative Shop Drawings, Product Data, Samples, and similar submittals required by the Contract Documents. Shop Drawings, Product Data Samples and similar submittals are not a part of the Contract Documents. 3.11 CUTTING AND PATCHING The Contractor shall be responsible for cutting, fitting or patching required to complete the Work or to make its parts fit together properly. 3.12 CLEANING UP The Contractor shall keep the premises and surrounding area free from accumulation of debris and trash related to the Work. 3.13 SECTION 3 CLAUSE Executive Order 11246 prohibits job.discrinzination on the basis of race, color, religion, gentler, or national origin and requires affirmative action to assure equality of opportunity in all aspects of employment. The Contractor also agrees to the following: A. The work to be performed under this contract is on a project assisted Linder a program providing direct Federal financial assistance from the Department of Housing and Urban Development and is subject to the requirements of Section 3 of the Housing and Development Act of 1968, as amended, 12 U.S.C. 170 1u. Section 3 requires that to the greatest extent feasible opportunities for training and employment be given lower income residents of the project area and contracts for work in connection with the project be awarded to business concerns which are located in 'or owned in substantial part by persons residing in the area of the project. 5 07/28/00