Loading...
HomeMy WebLinkAboutContract 36869- - - - - - CITY OF FORT WORTH, TEXAS SPECIFICATIONS AND CONTRACT DOCUMENTS GRANITE PLAQUE INSTALLATION FOR EV ANS A VENUE PLAZA MIKE MONCRIEF MAYOR DECEMBER 2007 CHARLES R. BOSWELL CITY MANAGER ROBERT D. GOODE, P. E. -DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT A. DOUGLAS RADEMAKER, P.E. -DIRECTOR DEPARTMENT OF ENGINEERING 04 -04-08 PQ3 :44 I N - - - - - - ..... Page 1 of2 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 2/26/2008 DATE: Tuesday, February 26, 2008 LOG NAME: 20EVANSPLAQUES REFERENCE NO.: **C-22681 SUBJECT: Authorize Execution of Construction Contract with Cole Construction, Inc., for Granite Plaque Installation for Evans Avenue Plaza (DOE 5866) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Cole Construction , Inc., in the amount of $183,818 for the installation of granite plaques at the Evans Avenue Plaza. DISCUSSION: On March 5, 2002, (M&C C-18983) the City Council authorized the City Manager to execute a contract with SRO General Contracting, Inc., for the reconstruction of Evans Avenue from East Rosedale Street to Terrell Avenue and the construction of a public plaza near the intersection of Evans Avenue and Pulaski Street. The public plaza and sidewalks incorporated historic elements placed on bronze, granite and limestone plaques to celebrate the achievement of Fort Worth's African American community. Over time, the weather has caused deterioration of the limestone plaques. This project will remove existing limestone panels and replace them with engraved granite plaques in the Evans Avenue Plaza . On October 16, 2007, (M&C G-15927) the City Council authorized the City Manager to approve the use of $200,000 of Community Development Block Grant Year XXXI Unprogrammed Funds for the Evans and .... . Rosedale Public Plaza improvements. The project was advertised on December 6 and 13, 2007. The following bid was received on January 3, 2008: BIDDER Cole Construction, Inc. Time of ComP-letion: AMOUNT $183,818 .00 120 Calendar Days Specified In addition to the construction cost, funding in the amount of $10,000 is required for possible change orders and inspection services . .... Cole Construction, Inc., is in compliance with the City's M/WBE Ordinance by committing to 11 percent M/WBE participation. The City's goal on this project is 11 percent. The project is located in COUNCIL DISTRICT 8, Mapsco 77K. FISCAL INFORMATION/CERTIFICATION: http://www.cfwnet.org/council _packet/Reports/me _print.asp 2/29/2008 Page 2 of2 The Finance Director certifies that funds are available in the current capital budget, of the Grants Funds. TO Fund/Account/Centers Submitted for City Manager's Office by: Originating DeRartment Head: Additional Information Contact: FROM Fund/Account/Centers GR76 541200 020206005870 $183 ,818.00 Fernando Costa (Acting) (8476) Robert Goode (7913) Jim Walker (8009) http://www.cfwnet.org/council_packet/Reports/mc _print.asp 2/29/2008 TABLE OF CONTENTS 1. Notice to Bidders 2. Special Instructions to Bidders 3. CDBG Construction Guidelines and Prevailing Wage Rates 4. Proposal 5. Vendor Compliance to State Law 6. Minority and Women Business Enterprise Specifications 7. Special Provisions 8. Contractor Compliance With Worker's Compensation Law 9. Certificate of Insurance 10. Performance Bond 11. Payment Bond 12. Maintenance Bond 13. Contract 14. Appendix A. Plaza Plan -LA.3 B. Granite Plaque Installation -DT .3 C. Granite Plaque Installation -DT .5 D. Granite Plaque Engraving (Pictures) NOTICE TO BIDDERS GRANITE PLAQUE INSTALLATION FOR EV ANS A VENUE PLAZA The project consists of removing existing engraved limestone panels and replacing them with engraved granite plaques in the Evans A venue Plaza located north of East Rosedale Street for the City of Fort Worth. Sealed proposals, addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth, Texas will be received at the Purchasing Office until 1:30 P.M., Thursday, January 3, 2008 and then publicly opened and read aloud at 2:00 P.M. in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained at the Department of Engineering, Second Floor, Municipal Building, 1000 Throckmorton Street, Fort Worth, Texas, 76102. One set of documents will be provided to prospective bidders. Additional sets may be purchased on a non-refundable basis for twenty dollars ($20.00) per set. These documents contain additional information for prospective bidders. For additional information, contact Mr. Michael Weiss, P.E. at (817) 392-8485. CHARLES R. BOSWELL City Manager Advertising Dates: December 6, 2007 December 13, 2007 Robert D. Goode, P.E., Director Transportation and Public Works - 1. SPECIAL INSTRUCTIONS TO BIDDERS BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than 5 percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. PROPOSAL: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. 3. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting the Transportation and Public Works Department at (817) 392- 7800. Bids that do not acknowledge all applicable addenda will be rejected as non- responsive. SPECIAL INSTRUCTIONS TO BIDDERS -I - - - 4. AW ARD OF CONTRACT: The contract, if awarded, will be awarded to the lowest responsive bidder. The City reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of forty-nine ( 49) City business days from the date that the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") is received by the City. 5. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The successful bidder shall be required to furnish bonding as applicable in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. A. If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. B. If the contract amount is in excess of$25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the contract amount is in excess of$I00,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. D. A Two-year Maintenance Bond is required for all projects to insure the prompt, full and faithful performance of the general guarantee as set forth in Paragraph 7 of the Special Provisions. To be an acceptable surety on the performance, payment and maintenance bonds, the surety must be authorized to do business in the state of Texas and meet all requirements of Texas Insurance Code, section 7 .19-1. In addition, the surety must (I) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City SPECIAL INSTRUCTIONS TO BIDDERS -2- 6. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 -General Provisions, Item 8, Paragraph 8.6, Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. 7. · EMPLOYMENT AND NON-DISCRIMINATION: The Contractor shall not discriminate against any person(s) because of sex, race, religion, color or national origin and shall comply with the provisions of sections 13A-21 through 13A-29 of the Code of the City of Fort Worth (1986), as amended, prohibiting discrimination in employment practices. 8 WAGE RA TES: All bidders will be required to comply with provision 5159a of "Vemons Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates as established by the City of Fort Worth, Texas, and set forth in Contract Documents for this project. 9. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Engineering Director for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 10. INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Workers Compensation (statutory); Comprehensive General Liability ($1,000,000 per occurrence, $2,000,000 aggregate); and Automobile Insurance ($1,000,000 each accident on a combined single basis or $250,000 property damage/$500,000 bodily injury per person per occurrence. A commercial business policy shall provide coverage on "any auto", defined as autos owned, hired, and non- owned). Additional lines of coverage may be requested. If such a request is made after bid opening, Contractor shall be entitled to additional compensation equal to 110% of the additional premium cost. For worker's compensation insurance requirements, see Special Instructions to Bidders -Item 16. ADDITIONAL INSURANCE REQUIREMENTS: A. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. B. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. C. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. D. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms SPECIAL INSTRUCTIONS TO BIDDERS - 3 - - or coverage. A ten days notice shall be acceptable in the event of non-payment of premmm. E. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. F. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. G. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. H. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. I. City shall not be responsible for the direct payment of insurance premium costs for contractor's insui:ance. J. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. K. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. L. Contractor's liability shall not be limited to the specified amounts of insurance required herein. M. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 11. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art. 2252.002, the City of Fort Worth will not award this contract to a non-resident bidder unless the non- resident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder to obtain a comparable contract in the state in which the non- resident's principal place of business is located. "Non-resident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company of majority owner .has its principal place of business in this state. SPECIAL INSTRUCTIONS TO BIDDERS -4- "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if the project is funded in whole or in part with federal funds. The appropriate blanks of the Proposal must be filled out by all non-resident bidders in order for its bid to meet specifications. The failure of a non-resident contractor to do so will automatically disqualify that bidder. 12. MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort Worth Ordinance No. 11923, as amended by Ordinance No. 13471, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. You may obtain a copy of the Ordinance from the Office of the City Secretary. The M/WBE Utilization Form, Prime Contractor Waiver Form and the Good Faith Effort Form, as applicable, must be submitted no later than 5:00 p. m. five (5) City business days after the bid opening date, exclusive of the bid opening date. The bidder shall submit the documentation at the reception area of the Department of Engineering ("Managing Department"), 2nd floor, City Hall, and shall obtain a receipt. Failure to comply shall render your bid non-responsive. Upon contract execution between the City of Fort Worth and the successful bidder, now known as Contractor, a pre-construction meeting will be scheduled at which time the Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed agreements shall include the following information: 1. Name of Contract 2. Name ofM/WBE firm utilized 3. Scope of Work to be performed by the M/WBE firm 4. Monetary amount of work to be performed by the M/WBE firm 5. Signatures of all parties A notice to proceed will not be issued until the signed letter(s) or executed agreement(s) have been received. Throughout the duration of this project, the Contractor comply with the M/WBE Ordinance by complying with the following procedures: • A M/WBE Participation Report Form must be submitted monthly until the contract is completed. The first report will be due 30 days after commencement of work. The monthly report MUST have an original signature to ensure accountability for audit purposes. • Reports are to be submitted monthly to the M/WBE Office, regardless of whether or not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a particular month, place a "0" or "no participation" in the spaces provided, and provide SPECIAL INSTRUCTIONS TO BIDDERS -5 - a brief explanation. • The Contractor shall provide the M/WBE Office proof of payment to the M/WBE subcontractors and suppliers only. The M/WBE Office will accept the following as proof of payment: 1. Copies of submitted invoices with front and back copies of canceled check(s), OR 2. A notarized letter explaining, in detail: a Subcontractor/supplier Scope of Work b. Date when services were received from subcontractor/supplier c. Amounts paid to the subcontractor/supplier d. Original signatures from both parties must be included on this letter. • If the Contractor foresees a problem with submitting participation reports and/or proof of payment on a monthly basis, the M/WBE Office should be notified. If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following: 1. Immediately submit a Request for Approval of Change Form to the M/WBE Office explaining the request for the change or deletion. 2. If the change affects the committed M/WBE participation goal, state clearly how and why in documentation. a. All requests for changes must be reviewed and pre-approved by the M/WBE Office. b. If the Contractor makes change(s) prior to approval, the change will not be considered when performing a post compliance review on this project. • Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Port Worth, The Contractor will provide the M/WBE Office with a Final Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. • All forms are available at the M/WBE Office, 3rd floor -City Hall. For additional information regarding compliance to the M/WBE Ordinance, call (817) 392-6104. Upon request, Contractor agrees to provide to Owner Complete and accurate information regarding actual work performed by a Minority/Women Business Enterprise (M/WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an M/WBE. The misrepresentation of facts ( other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation ( other than a negligent misrepresentation) and/or commission of fraud SPECIAL INSTRUCTIONS TO BIDDERS -6- will result on the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three years. 13. AMBIGUITY: In case of ambiguity or lack of clearness in stating process in the proposal, the City reserves the right to adopt the most advantageous construction thereof or to reject the proposal. 14. PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less 5% retainage) from the city for each pay period. b. Payment of the retainage will be made with the final payment upon acceptance of the project as being complete. c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the City and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, City shall make a payment in the amount the City deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 15. AIR POLLUTION WATCH DAYS : The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area runs from May 1 through October 31, with 6:00 a.m. -10:00 a.m. being critical because emissions from this time period have enough time to bake in the hot atmosphere that leads to early afternoon ozone formation. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the AIR POLLUTION WATCH by 3:00 p .m. on the afternoon prior to the WATCH day. On designated AIR POLLUTION WATCH DAYS, the Contractor shall bear the responsibility of being aware that such days have been designated AIR POLLUTION WATCH DAYS and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a .m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as SPECIAL INSTRUCTIONS TO BIDDERS -7- "LowEmitting", or equipment bums Ultra Low Sulfur Diesel {ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6:00 p.m., on a designated AIR POLLUTION WATCH . DAY, that day will be considered as a weather day and added onto the allowable weather days of a given month. 16. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows: A. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in. 406.096) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the City: SPECIAL INSTRUCTIONS TO BIDDERS - 8 - (I) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. E. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. F. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. G. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. H. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person or entity with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person or entity beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. SPECIAL INSTRUCTIONS TO BIDDERS -9 - (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. I. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false of misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. J. The Contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. "The Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Texas Workers' Compensation commission rules . This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." 17. AGE DISCRIMINATION: In accordance with the policy ("Policy'') of the Executive Branch of the federal government, contractor covenants that neither it nor any officers, members, agents or employees who engage in the performance of this contract shall, in SPECIAL INSTRUCTIONS TO BIDDERS -JO- - connection with such employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against any person because of their age 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 or employees acting on their behalf, shall specify in solicitations or advertisements for employees to work on those 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. Contractor warrants that it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the Policy in the performance of this contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms or conditions of employment for applicants for employment with, or current employees of, Contractor. Contractor warrants that it will fully comply with the ADA's provisions and any other applicable federal, state, or local laws concerning disability and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the ADA in the performance of this contract. END OF SECTION SPECIAL INSTRUCTIONS TO BIDDERS -11 - CDBG CONSTRUCTION GUIDELINES AND PREVAILING WAGE RATES CONTRACT MANAGEMENT DIVISION PUBLIC FACILITIES AND IMPROVEMENTS CDBG CONSTRUCTION GUIDELINES The use of Community Development Block Grant (CDBG) funds in whole or part for construction of a public building must follow the federal regulations for CDBG. PRE-CONSTRUCTION STAGE A. Clearance and Wage Rates (Contract Management Division, CMD) 1. Obtain Environmental Review from City Housing Department or City Planning Department to determine if flood plain, effect on community, etc. 2. Obtain Qualified Service Area documentation from City Planning Department to determine at least 51 % of residents in service area of building are low and moderate-income persons. 3. Contract Compliance Specialist will request wage determination from HUD to meet Davis-Bacon Act (Description of work needed from project manager) . 4. Provide cost estimate:'and source of funds for construction. 5. Project ~~ager from City Department will notify CMD when project design is' completed. 6. At least ten days before the bid opening, CMD will verify wage rates and notify the appropriate project manager ifthere is possibly a modification. B. Bid Process 1. Bid Document needs to include: The Contractor's Packet • Wage rates required by Davis-Bacon Act and predetermined by Department of Labor per job classification. In the case of contracts entered into pursuant to competitive bidding procedures bid opening locks in wage decision. The contract must be signed within 90 days after the bid opening, if not signed within that period a new decision will go into effect, if the Contractor does not agree to the new decision the bidding process must start over. • HUD contract requirements • Specifications of construction work • Project sign design with CDBG identified as a funding source to be posted in front of building being constructed. 2. Pre-bid conference may be held to address potential contractor questions, if so, it must be stated in the bid advertisement and provide place and time. 3. Bid advertisement needs to state time and place bids will be opened. 4. Request for bids must be advertised 2 consecutive weeks -at least one week in newspaper of general circulation. Contract Management Division Last revised November 2007 1 5. Project monitor to attend bid opening C. Contract between Contractor and City of Fort Worth(# 1-5 deal mostly with housing projects) 1. A written contract with the City will be completed prior to the disbursement of money. The contract will remain in effect during any period that the agency has control over CDBG funds. 2. A lien will be placed on property over a period to be determined by the City (minimum of 5 years after expiration of the contract). 3. If during the lien period the facility ceases to meet a CDBG national objective or eligible activity, the City must be reimbursed at Fair Market Value of the building, less any portion of the value attributable to the expenditure of non-building, less any portion of the value attributable to the expenditure ofnon-CDBG funds for acquiring of, or improvement to, the property. 4. Contractor selected must obtain liability and workers compensation insurance. 5. Contractor selected must obtain performance bond. CONSTRUCTION STAGE A. Pre-Construction conference 1. Contractor is responsible for sub-contractor compliance with HUD regulations. 2. Must be held to review federal requirements and submission of payroll documentation on a weekly basis to CMD. 3. Building must provide handicap accessibility (wheelchair ramps, elevators and bathrooms). 4. Monitoring site-visits and wage interviews will be conducted by project monitor. 5. Project monitor must ensure that contractor has not been debarred before the start of work. 6. Contractor Information and Section 3 attachments must be sent to monitor with seven days after being received. B. Construction 1. Submit Start of Work Notice 2. Submit Section 3 Attachments 3. Workers must be paid weekly 4. Submit weekly certified payrolls (number payrolls) 5. Post Wage decision, EEO, Department oflabor wage info. C. End of Construction 1. Submit End of Work Form ntract Management Division ast revised November 2007 2 - 2. Retain all information related to project for five years Project Closeout 1. Audit by City staff This outline represents the requirements for construction or rehabilitation projects. We look forward to working closely with you to facilitate the implementation of these requirements for federally funded construction projects. Please feel free to call us at any time, Sherry Johnson (81 7) 3 92-733 3 HOUSING DEPARTMENT, CONTRACT MANAGEMENT DIVISION Contract Management Division Last revised November 2007 3 City of Fort Worth, Community Development Block Grant Funded Construction Projects (Davis-Bacon Applicable) TO: ALL CONTRACTORS, SUB-CONTRACTORS, AND PAYROLL CLERKS ETC. FROM: SHERRY JOHNSON, CONTRACT COMPLIANCE SPECIALIST RE: PAYROLLPROCEDURES 1. Payrolls are to be submitted, in original only, to the Contract Compliance Specialist, Finance Department 1000 Throckmorton, Fort Worth, Texas 76102 on or before 5:00 p.m. of the seventh day following the close of that pay period, using Form WH-347 or equivalent certified payrolls (when approved by the Contract Compliance Specialist). 2. Payroll not submitted on time will be sufficient cause to withhold monies due for previous Pay requests. 3. For All Contractors Exceeding $10,000-When a Contractor or Subcontractor arrives on the job in order to commence work, he/ she shall submit, with the initial payroll, a Notice of Start Letter, a certificate from Contractor/ Subcontractor appointed officer or emplqyee to supervise pqyment of emplqyees, a certificate regarding Equal Emplqyment Opportuniry, a Labor Standards and Prevailing Wage Req1tirements Certification, and the Affirmative Action Agreement. 4. Payrolls are to numbers consecutively beginning with #1, submitting payroll for each week until work is completed. 5. Show Contractors and Subcontractors IRS NUMBER ON THE INITIAL PAYROLL 6. Whenever a Subcontractor is absent from the job during a complete pay period, he/she shall submit "No Work'' payroll on the WH-347 for that period. 7. When a Subcontractor leaves the job permanently after having completed a contract, the final payroll should state "Final". 8. Any time an error is found in the payroll whereby an employee is under paid for that particular pay period, a supplemental payroll shall be submitted, for that employee or those employees. Together with the payroll, a Receipt for payment and Back Wages statement and a copy of the check issued to pay the back wages shall be submitted. 9. Payrolls shall be correct and (preferable in ink, no pencil entries) must include the following items: a. Employees Name b. Employees Address c. Employees Social Security Number d. Employees correct classification (as shown on the Department of Labor wage decision). All classifications used must be shown on the wage determination. e. Exact hourly rate of pay (shown on wage decision). Can be more than that shown, but never less). f. Daily and weekly total number of hours worked (if several trades during that particular pay period). g. Allowable deductions made. Allowable deductions are F .I.C.A. and Withholding Tax. The Payroll Deduction Authorization Form, signed by the employee authorizing these deductions, shall accompany all other deductions shown. This form only needs to be submitted once if there will be no new deductions. h. Total actual wages paid. If the employee or employees work more than one trade during any given period, it should be shown on the payroll and accompanied by an Employee's Statement of Work Verification signed by the employee, showing that he/ she did work the various hours on the payroll in the various trades. Note: On!J the wage rates provided ry the Department of Labor are used for this project. The contract must be signed within 90 days of the bid opening or the biddingprocess for the project must start again or the Contractor mqy choose to accept a wage modifications if one is required. Ijyou have a'!)I questions, please contract me at (817) 392-7333. Thank you, Sherry Johnson Required Forms and Dates WHO COMPLETES DUE SUB PRIME FORM SUBMIT SUBMIT TO: REQUIRED FORM TO : All those who attend Keep For Your Records FILE FILE Pre-Construction Meeting meeting siim Contractor and All Subs Before the Start of PRIME Contract Contractor / Sub Constriction Compliance Information Monitor CONTRACTOR At the Start of Construction PRIME Contract Compliance Start of Construction Form Monitor CONTRACTOR After completion of PRIME Contract Construction Complete construction Compliance Form Monitor Section 3 Attachment Forms CONTRACTOR AND Complete and Return PRIME Contract • Attachment B Self-SUBCONTRACTORS Within Seven (7) Days of Compliance Certification Form Receipt Monitor • Attachment D Statement of Release Form • Attachment E Preliminary Statement of Workforce Needs Form Statement of Policy on CONTRACTOR AND Complete and Return PRIME Contract Equal Employment SUBCONTRACTORS Within Seven (7) Days of Compliance Opportunity Form Receipt Monitor CONTRACTOR AND Complete and Return PRIME Contract Certification and SUBCONTRACTORS Within Seven (7) Days of Compliance Acknowledgement Form Receipt Monitor U.S. Denartment of Housing CONTRACTOR AND Complete and Return PRIME Contract and Urban Develonment SUBCONTRACTORS Within Seven (7) Days of Compliance • Certification of Bidder Receipt Monitor Regarding Equal Employment Opportunity Form • Certification Regarding Lobbying Form • Certificate of Owner's Attorney Form CONTRACTOR AND Complete and Return PRIME Contract SUBCONTRACTORS Within Seven (7) Days of Compliance U.S . Denartment of Housing Receipt Monitor and Urban Develonment • Certificate from Contractor Appointing officer or employee to Supervise Payment of Employees Form DUE SUB PRIME REQUIRED FORM WHO COMPLETES SUBMIT SUBMITTO: FORM TO : The prime contractor Beginning the first week PRIME CONTRACT should review ea. your company works on a COMPLIANCE Payroll Forms Subcontractor's payroll project and for every week Monitor You are not required to use reports for compliance afterward until your firm Payroll Form WH-347 . You prior to submitting the has completed its work. may use any other type of payroll, such as computerized reports to IAGM. Number the payroll reports formats, as long as it has all of beginning with # 1 Initial the information that is required and clearly mark your last on the WH-347. payroll "Final." U.S. De11artrnent of Labor CONTRACTOR AND Attach to the weekly payroll PRIME CONTRACT Statement of Compliance SUBCONTRACTORS with original signature COMPLIANCE Form Monitor CONTRACTOR AND Required when employee is PRIME CONTRACT SUBCONTRACTORS used in more than one COMPLIANCE classification, and specify Monitor Employees Statement of different rates of pay during Work Verification Form any payroll period EMPLOYEES MUST Only one employee PRIME CONTRACT AUTHORIZE ALL authorization is needed for COMPLIANCE DEDUCTIONS recurring deductions. This Monitor should accompany the Payroll Deduction FIRST payroll on which the Authorization Form deduction appears U.S. Department of HUD SUBCONTRACTOR Before start of work PRIME CONTRACT Community Block Grant COMPLIANCE Input Subcontractor's Monitor Certification Concerning Labor Standards and Prevailing Wage Requirements Form NOTICE TO ALL CONTRACTOR Post on site at the start of POST POST EMPLOYEES MUST POST construction Working on Federal or Federally Funded Finance Construction Projects Equal Employment CONTRACTOR Post on site at the start of POST POST Opportunity Poster MUST POST construction U .S . Department of Labor Poster CONTRACTOR Post on site at the start of POST POST Project Designation Sign MUST POST construction P RIME CONTRACTOR F ORWARD S ALL F ORM S TO THE HOUSING CONTRACT MANAGEMENT DIVISION . . 'Fi . ·. 1 ··o· · ·~··K:' 'T·• ,,•zo·· ·_ ·· •:1··· -:u· ·. ; c .. ffl A ... ·.·. City of Fort Worth HOUSING DEPARTMENT (Contract Management Division) DAVIS -BACON CONTRACT PACKAGE , Revised 04/2007 - - - City of Fort Worth Community Development Block Grant (CDBG) Funded Construction Projects Table of Contents PAGE I. Pre-Construction Conference Minutes/Special Instructions to Bidders on Federally Funded Projects .......................................................................................... 2-5 II. Contractor/ Sub Information Fonns .................................................................. 6-7 III. Start of Construction Form ............................................................................. 8 IV. Construction Complete Form ........................................................................... 9 V. City of Ft. Worth Budget and Management Services Department, Affirmative Action Plan: VI. VII. VIII. IX. ....................................................... : .. : .................................................... 10-18 Section 3 of the Housing and Urban Development Act of 1968 A. Section 3 Attachment Fonns ....................................................................... 19 I. Attachment B Self-Certification Form ...................................................... 20 2. Attachment D Statement of Release Form .................................................. 21 3. Attachment E Preliminary Statement of Workforce Needs Form ...................... 22 4. Blank Page ....................................................................................... 23 Statement of Policy on Equal Employment Opportunity Form ..................................... 24 Department of Housing and Urban Development Contract Requirements . .' .................. 25-36 Executive Order 11246, Equal Opportunity Clause; Section 202 A. Executive Order 11246 Fonns I. Certification and Acknowledgment Form . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 37 2. Certification of Bidder Regarding Equal Employment Opportunity Form ............ 38 3. Certification Regarding Lobbying Form ................................................... 39 4. Certificate of Owner's Attorney Form ...................................................... 40 U.S. Department of Labor Wage and Hour and Public Contract Divisions A. Instructions for Completing Payroll form WH-347 .......................................... .41-44 B. U.S. Department of Housing and Urban Development I. Certificate from Contractor Appointing officer or employee to Supervise Payment of Employees Form .......................................................................................... 45 2. Blank Page .................................................................................... 46 3. Payroll Form ................................................................................. 47 4. Blank Page .................................................................................... 48 5. U.S. Department of Labor Statement of Compliance Form ........................... 49 6. Employees Statement of Work Verification Form ..................................... 50 7. Payroll Deduction Authorization Form ................................................... 51 U.S. Department of Housing and Urban Development Community Development Block Grant Input: Subcontractor's Certification Concerning Labor Standards and Prevailing Wage Requirements ··········································································································· 51-55 *City of Fort Worth Community Development Block Grant Funded Project Form Packet will include these documents. D How to Complete Payroll Fonns D Equal Employment Opportunity Poster D U.S. Department of Labor Poster D Project Designation Sign 1 City of Fort Worth Community Development Block Grant (CDBG) Funded Construction Projects PRE-CONSTRUCTION CONFERENCE MINUTES DATE: _________ _ LOCATION: ________________________ _ PROJECT NAME: ______________________ _ LOCATION OF PROJECT: ____________________ _ PROJECT NUMBER:---------------------- CONTRACT NUMBER: _____________________ _ ATTENDEES NAME AND ADDRESS OF FIRM TELEPHONE NUMBER 2 - - City of Fort Worth Community Development Block Grant (CDBG) Funded Construction Projects PRE-CONSTRUCTION CONFERENCE MINUTES NOTES 3 City of Fort Worth Community Development Block Grant (CDBG) Funded Construction Projects SPECIAL INSTRUCTIONS TO BIDDERS ON FEDERALLY FUNDED PROJECTS This project is subject to the Davis-Bacon Act (OBA), Copeland Act, Contract Work Hours Safety Standards Act (CWHSSA), and the Fair Labor Standards Act (FLSA). FLSA sets out the requirements for payment of minimum wages, overtime pay, child labor standards and prohibit wage discrimination on the basis of sex. OBA specifies the minimum wages to be paid the various classes oflaborers and mechanics employed on the project. CWHSSA sets a uniform standard of 40-hour workweek with time and a half the basic rate of pay for all work in excess of 40-hours per week. The Copeland Act prohibits kickbacks being paid by the employee to the employer and requires the .weekly submission of payrolls. FAILURE TO COMPLY WITH THE LABOR STANDARDS REQUIREMENTS CAN RESULT IN THE ESCROW OF FUNDS AND/OR WITHHOLDING OF INSURED ADVANCES. The contractor should inform his foreman and subcontractors that this project is subject to periodic employee wage interview visits by City staff and/or federal agencies, such as HUD or DOL, to insure compliance with the aforementioned regulations. These federal officers or City staffs are not to be prevented from conducting such interviews. The suggested payroll form is WH-347, Payroll. HUD prior to use must approve all other payroll forms. Payrolls must be submitted to the Budget and Management Services Department, Contract Management Division within seven days after a pay period end. A pay period is seven (7) consecutive days. Payrolls must be original and must be completely executed. The signature must be that of owner, partner, officer of authorized individual, and must be an original ink signature. It is suggested that blue ink be used. The certification dates must cover the seven (7) day period. "A CERTIFICATION FROM CONTRACTOR APPOINTING OFFICER OR EMPLOYEE TO SUPERVISE PAYMENT OF EMPLOYEES" form must be submitted. The payrolls and basic payroll records of the contractor and each subcontractor covering all laborers and mechanics employed upon the work covered by this contract are to be maintained during the course of work and preserved for a period of three years thereafter. Liquidated damages will be assessed for failure to pay overtime. The assessment amount is $10 per day per violation. Overtime begins on this project after 40 hours per week. Additionally, wage restitution must be paid to any employee who is underpaid whether the underpayment is due to failure to pay overtime or failure to apply the prescribed hourly rate of pay. Employees must be classified and paid according to the classifications and rates prescribed by the applicable wage decision. The decision, which is applicable to this project, is TX20030045. The wage decision must be posted at the construction site along with required posters for the duration of construction activity. Any classification needed, which does not appear on the wage decision, must be requested and approved by the U.S. Department of Labor prior to the use of that classification on the project. In instances where the owner of a company performs work on the project, that owner must show himself/ herself on the payroll and must show the hours worked each day and total hours for the week. All persons who perform work on the project must be shown on the payroll. The address and social security number for each employee must be included the first time that employee appears on the payroll and any time their address change. Apprentices may be employed on the project; however, the Bureau of Apprenticeship & Training must certify them and the allowable ratio of apprentices to journeyman must not be exceeded. Payrolls are required for weeks in which no work is performed labeled "NO WORK PERFORMED". The first payroll furnished must show "INITIAL" in the payroll number block. Likewise, the last payroll must show "FINAL". Subsequent payrolls following the initial payroll must be numbered sequentially beginning with number 2, including payrolls labeled "NO WORK PERFORMED". Any person who is employed on a piecework basis must be shown on the payroll. The hours worked each day and total hours for the week must be shown. The hourly rate of the piece worker must equal or exceed the prescribed hourly rate for the particular work classification. 4 City of Fort Worth Community Development Block Grant (CDBG) Funded Construction Projects Dual work classifications within the same payroll period are acceptable provided that a signed verification of the dual work classification is furnished from the employee. When dual work classifications are used submit the form "EMPLOYEES STATEMENT OF WORK VERIFICATION". Deduction authorizations, signed by employees, must be provided for any deduction with the exceptions of FICA and federal tax. Unless otherwise specified by the applicable wage decision, the classification of "helper" is unacceptable. Employees must be classified and paid based on the work they perform, e.g., if a person performs the duties of or uses the tools of a plumber, that person must be classified as a plumber, not as a plumber's helper (the plumber classification is used there as an example only). The general contractor will be required to certify that all laborers and mechanics employed on the project (including those employed by subcontractors) have been paid hourly rates as prescribed by the applicable laws . Failure to comply will result in withholding full or partial payment. Any questions concerning labor requirements should be directed to the contact(s) below. Questions should be directed through the general contractor who is ultimately responsible for the fulfillment of these obligations Contact Persons: City of Fort Worth Contract Management Division Sherry Johnson (817) 392-7333 or Marilyn Jackson (817) 392-7329 1000 Throckmorton Street Fort Worth, Texas 76102 5 City of Fort Worth Community Development Block Grant (CDBG) Funded Construction Projects CONTRACTOR INFORMATION PROJECT: ____________________ _ 1. Contractor: ______________________ _ 2. Address : ______________________ _ 3. City:---------------------- 4. Telephone: __________ Fax: __________ _ 5. Federal I.D. #: 6. Officers of the Corporation: President: Vice President: ------------ Secretary: Treasurer: 7. If sole owner or partnership, list owner ( s ): !Racial/Ethnic Ownership : I -White American 2 -Black American 3 -Native American 4 -Hispanic American 5 -Asian/Pacific American 6 -Hasidic Jew I certify at the time of execution, hereof, neither my company nor my corporate officers ( if incorporated) are listed in the list of Debarred, Suspended, and Ineligible Contractors maintamed by the Department of Housing and Urban Development (HUD). Signature------------------ 6 City of Fort Worth Community Development Block Grant (CDBG) Funded Construction Projects SUBCONTRACTOR INFORMATION (To be completed by contractor) PROJECT: _______________________ _ 1. Subcontractor: ----------------------- 2. Contract Amount: ---------------------- 3. Address:----,----------------------- 3. City:-------------------------- 4. Telephone: _________ Fax: ____________ _ 5. Federal I.D. #: ----------------------- !Racial/Ethnic Ownership: 1 -White American 2 -Black American 3 -Native American 4 -Hispanic American 5 -Asian/Pacific American 6 -Hasidic Jew 7 City of Fort Worth Community Development Block Grant (CDBG) Funded Construction Projects START OF CONSTRUCTION Date: ______ _ Project Name : ------------------------------ Project Location: ----------------------------- Project Number:----------------------------- U.S. Department of Labor Wage Decision:--------------------- This is to inform you that the: (Name of Company) of------------------------------------ (Address) (City!Town) ____ , has started work on the above referenced project covered by our (State) (Zip) contract with you, as of _________ _ (Date) Respectfully yours, (Name of Company) By __________________ _ (Signature) (Title) 8 City of Fort Worth Community Development Block Grant (CDBG) Funded Construction Projects CONSTRUCTION COMPLETE Date: ______ _ Project Name: ------------------------------ Project Location: ----------------------------- Project Number:----------------------------- U.S. Department of Labor Wage Decision:--------------------- This is to inform you that the: (Name of Company) of __________ -,-___ ---------------------- (Address) (City/Town) ____ , has tenninated work on the above referenced project covered by our (State) (Zip) contract with you, as of _________ _ (Date) Respectfully yours, (Name of Company) By __________________ _ (Signature) (Title) 9 Commf ORT Wo RTHoBG) Funded City of Fort Worth HOUSING DEPARTMENT (Contract Management Division) Affirmative Action Plan Under Section 3 of The Housing and Urban Development Act of 1968 10 Revised 11/2005 City of Fort Worth Affirmative Action Plan Part I: Part II: Part III: Part IV: PartV: Table of Contents Purpose and Background Information 1. Summary Explanation and Purpose ........................................................................... 12 2 . Geographical Applicability .................................................................................. 12-13 3. Applicability to Businesses ....................................................................................... 13 4. Applicability to Individuals ....................................................................................... 13 Selection of Subcontractors and Vendors ................................................................................ 14 1. 2. 3. Procedures ...................................................................................................... 14 Sources for Locating Section 3 Covered Businesses ................................................. 14 Required Contract Clauses ................................................................................... 14-15 Hiring Trainees and Employees ............................................................................................... 15 1. Procedures ................................................................................................. 15-16 2. Good Faith Efforts ..................................................................................................... 16 Compliance and Consequences ................................................................................................ 16 1. Monitoring of Requirements ..................................................................................... 16 2. Grievance Procedures ................................................................................................ 17 3. Sanctions ........................................................................................................... 17-18 Section 3 Attachments ....................................................................................................... 19 1. Self-Certification Form A TI ACHMENT B .......................................................................... 20 2. Statement of Release ATIACHMENT D .............................................................................. 21 3. Preliminary Statement Work Force Needs ATTACHMENT E .......................................... 22 4. BlankPage ...................... , ....................................................................... 23 11 City of Fort Worth Affirmative Action Plan City ofFort Worth Fiscal Services Department Budget and Management Services Department Affirmative Action Plan Under Section 3 of the Housing and Urban Development Act of 1968 1. Summary Explanation and Purpose: Section 3 of the Housing and Urban Development Act of 1968, as amended, ("Section 3") is binding upon the City of Fort Worth, {"the City") and it~ Contractor in all projects using Community Development Block Grant (CDBG) funds . Any Contractor receiving CDBG funds, from whatever source, is bound by Section 3. The two primary purposes of Section 3 are (1) to encourage the use of small, local and minority businesses as suppliers of goods and services, and (2) to encourage the use of local, minority and lower income persons as trainees and employees. Section 3 requires that gocid faith efforts be made to achieve these purposes. This plan sets forth the procedures that will be followed by the City of Fort Worth's Budget and Management Services Department, Contract Management Division ("CMD") and all its CDBG Contractors to accomplish these purposes. Specific regulations governing Section 3 are set out in 24 CFR 135. 2. Geographical Applicability: For the Community Development Block Grant Program, Section 3 is applicable to all activities taking place within the corporate limits of the City of Fort worth, Texas. Within this "Section 3 covered area", the CMD Target areas are considered priority areas. The Target areas include the following 2000 census tracts/block group numbers: 1001.01/1, 1001.01/3, 1001.01/4, 1001.01/6, 1001.02/4, 1001.02/5, 1001.02/6, 1002.01/1, 1002.01/2, 1002.01/3, 1002.01/4, 1002.02/1, 1002 .02/2, 1002.02/3, 1002.02/4, 1002.02/5, 1003/1, 1003/2, 1003/3 , 1003/4, 1003/5, 1003/6, 1004/1, 1004/2, 1004/3, 1004/4, 1004/5, 1004/6, 1005.01/1, 1005 .01/2, 1005.01/3, 1005.01/4, 1005.01/5, 1005 .01/6, 1005 .02/1, 1005 .02/2, 1005.02/3, 1005 .02/4, 1005 .02/6, 1005.02.7, 1006.02/2, 1006.02/3, 1007/1, 1007/2, 1007/3, 1007/5, 1008/1, 1008/2, 1008/3, 1008/4, 1008/5, 1009/1, 1009/2, 1009/3, 1010/1, 1010/2, 1011/1, 1011/2, 1011/3, 1011/4, 1012.01/1, 1012.01/2, 1012 .02/2, 1012.02/3 1012 .02/4, 1012.02/5, 1012.02/6, 1013.01/4, 1013.02/2, 1013.02/3, 1013.02/4, 1014 .02/1, 1014.02/2, 1014.02/3, 1014.02/4, 1014.03/2, 1014.03/3, 1014.03/4, 1014.03/5, 1014.03/6, 1014.03/7, 1015/2, 1015/3, 1015/5 , 1016/1, 1016/2, 1017/1, 1017/2, 1017/3, 1018/1, 1018/2, 1020/1, 1020/2, 1021, 6, 1021/7, 1023 .01/1, 1023.01 /2, 1023.01/3, 1023.01/4, 1023.02/4, 1023.02/5, 1024.01/4, 1024.01/5, 1024.01/6, 1025/1, 1025/2, 1025/3 , 1025/4, 1025/5, 1025/6, 1026/4, 1026/6, 1026/7, 1026/8 1027/1, 1027/2, 1028/1, 1029/1, 1029/2, 1029/3 , 1030/1, 1030/2, 1030/3, 1031/1, 1032/1, 1033/1, 1033/2, 1033/3, 1033/4, 1034/1, 1034/2, 1034/3, 1035/1, 1035/2, 1035/3, 1035/4, 1035/5, 1035/6, 1035/7, 1036.01/1, 1036.01/2, 1036.01/3, 1036.01/4, 1036.02/2, 1037.01/1, 1037.01/2, 1037.01/3, 1037.01/4, 1037.02/1, 1037 .02/2, 1037 .02/3, 1038/1, 1038/2, 1038/3, 1038/4, 1038/5, 1038/6, 1039/1, 1039/2, 1039/3, 1040/1, 1040/2, 1040/3, 1041/1, 1041/2, 1041/3, 1041/4, 1041/5, 1041/6, 1042.02/5, 1043/2, 1043/3, 1043/4, 1043/5, 1044/1 , 1044/3 , 1044/4, 1044/7, 1045 .01/1, 1045.01/2, 1045.01/3, 1045.01/4, 1045.01/5, 1045.01/6, 1045.01/7, 1045.01/8, 1045 .02/1, 1045.02/2, 1045.02/3, 1045.03/1, . 12 City of Fort Worth Affirmative Action Plan 1045.03/2, 1046.01/2, 1046.01/3, 1046.01/4, 1046.01/5, 1046.02/1, 1046.02/2, 1046.02/3, 1046.02/4, · 1046.03/1, 1046.03/2, 1046.03/3, 1046.04/1, 1046.04/2, 1046.04/3, 1046.05/3, 1046.05/5, 1047/1, 1047/2, 1047/3, 1047/4, 1047/5, 1047/6 1048 .01/1, 1048.01/2, 1048 .01/3, 1048.01/4, 1048.01/5, 1048.01/6, 1048.01/7, 1048.01/8, 1048 .02/1, 1048.02/2, 1048.02/3, 1048.02/4, 1050.01/1, 1050.01/2, 1050.01/3, 1050.01/4, . 1050.01/5, 1050.05/2, 1050.06/1, 1050.06/2, 1051/5, 1052.01/1, 1052.01/2, 1052.01/4, 1052 .02/1, 1052.02/2, 1053/1, 1055.02/1, 1055.02/8, 1055.05/1, 1056/2, 1057.03/3, 1058/1, 1058/2, 1058/5, 1059/2, 1059/3, 1059/5, 1060.01/1, 1060.02/1, 1060.04/2, 1061.01/2, 1061.02/, 1061.02/2, 1062.01/1, 1062.01/2, 1062 .01/3, 1062.01/4, 1062.02/1, 1062 .02/2, 1062.02/3, 1062.02/4, 1063/2, 1063/3, 1064/1, 1064/2, 1065.03/3, 1065.06/2, 1065/06/3, 1065.06/4, 1065.08/2, 1065.08/4, 1065.09/1, 1065.10/4, 1065/11/4, 1065.12/2, 1066/1, 1105/4, ll 10.07/4, 1113/01/2, 1135.06/7,1141.0l/4 3. Applicability to Businesses: Businesses that are at least fifty-one percent (51 %) owned by socially or economically disadvantaged persons who reside in the Section 3 covered areas, and which qualify, as small businesses under the standards of the Small Business Administration are eligible for the benefits of Section 3. 4. Applicability to Individuals: Any person who resides in the Section 3 covered area and whose family income does not exceed eighty percent (80%) of the median income in the Dallas-Fort Worth Standard Metropolitan Statistical Area may be designated as a "lower income person". Section 3 is intended to benefit such individuals through employment and training opportunities. 13 City of Fort Worth Affirmative Action Plan 1. Procedures All contractors will provide a completed copy of Attachment D, "Statement of Release", prior to signing any contract for a project using CDBG monies. Each Contractor selected will be bound by Section 3 requirements, including the submission of all relevant documentation required by this plan. Contractors will be held responsible for the Section 3 activities of their subcontractors. When competitive bids are solicited, the contractor will notify bidders of Section 3 requirements . Each contractor will make a good faith effort to issue invitations to bid to Section 3 covered businesses and to use local and minority media to advertise contractual opportunities. Contracts, which are typically let on a negotiated basis in non-Section 3 covered areas, will be let on a negotiated basis in Section 3 covered areas, if feasible . 2. Sources for Locating Section 3 Covered Businesses : The City operates the Minority/ Women Business Enterprise (M/WBE) office to assist in the location and certification of Section 3 covered businesses and to inform such businesses of bidding opportunities for City contracts. Lists of Section 3 covered businesses area also available from the Fort Worth Regional HUD Office, the Small Business Administration and other similar agencies . Any business wishing to qualify as a Section 3 covered business will be given the opportunity to file a Self-Certification form (Attachment B) with the M/WBE office and all CDBG contractors are encouraged to seek the assistance of that office, should any question arise. CMD will notify the Minority/ Women Business Enterprise office of its pending contractual activities so that Section 3 covered businesses may be notified. 3. Required Contract Clauses : CFR 24 § 135.38 In the event a CDBG Contractor wishes to subcontract any portion of a project utilizing CDBG monie s, the written prior approval of CMD must be obtained. Furthermore, the following paragraphs must be included in each subcontract: 14 City of Fort Worth Affirmative Action Plan A. The work to be performed under this Contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended 12 U .S.C . 1701u (section 3). The purpose of section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD-assisted projects covered by section 3, shall, to the greatest extent feasible, be directed to low-and very low-income persons, particularly persons who are recipients of HUD assistance for housing . B. The parties of this Contract agree to comply with HUD's regulations in 24 CFR part 135 , which implement section 3 . As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations. C. The Contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the section preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the anticipated date the work shall begin. D. The contractor agrees to include this Section 3 clause in every subcontract subj ect to compliance with regulations in 24 CFR part 135 , and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135 . The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in v iolation of the regulations in 24 CFR part 135 . E . The Contractor will certify that any vacant employment positions, including the training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR part 135 . F. Noncompliance with HUD 's regulations in 24 CFR part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. G. With respect to work performed in connection with section 3 covered Indian housing assistance, section 7(b) of the Indian Self-Determination and Education Assistance Act (25 U.S.C . 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (I) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian- owned Economic Enterprises. Parties to this contract that are subject to the provisions of section 3 and section 7(b) agree to comply with section 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b). 1. Procedures: All contractors will provide a completed copy of Attachment E, "Preliminary Statement-Work Force Needs", prior to signing any contract for a project using CDBG monies . The Contractor will specify the maximum number of trainees which can reasonably be used on the CDBG project, unless the occupational category is subject to a ratio set by the Secretary of Labor. This information will be reviewed by CMD to ascertain the current and projected use of Section 3 covered individuals . 15 City of Fort Worth Affirmative Action Plan Should the Contractor wish to hire trainees for a CDBG assisted project, lower income individuals will be used to the greatest extent feasible in the various training categories. All vacant trainee positions should be filled with lower income individuals, if at all possible . Only after a good faith effort to place lower income individuals in vacant trainee positions has been made will the Contractor use non-Section 3 covered individuals as trainees. Should the Contractor need to hire already trained employees, similar preference will be given to qualified lower income individuals who apply for those positions. For each occupational category in which vacancies exist, the contractor will set a realistic goal for the number oflower income individuals to be hired. The Contractor will make a good faith effort to see that such goals are met. To the greatest extent feasible, the Contractor will use lower income individuals as CDBG project employees. Any Contractor that fills vacant employment positions immediately prior to starting a CDBG project will be required to show that its actions were not an attempt to circumvent Section 3 requirements. When a lower income individual applies, either on their own initiative or on referral from any source, the Contractor will review his/her qualifications and hire the individual if his/her qualifications are satisfactory and the Contractor has an opening. If the Contractor does not have an opening, the individual will be listed for the first available opening. If applicant qualifications are equal, lower income persons will be given preference in hiring. An exception will be made when a Section 3 covered project meets the requirements of Executive Order 11246. In this case, when qualifications are equal, minority persons will be given first preference in hiring . The City will require applicants claiming to be lower income to state their family income at the time of application. 2. Good Faith Efforts: 1. A Contractor may show good faith efforts to hire lower income individuals by: (1) Confirming with the Department of Housing and Urban Developnient's Regional Administrator, Area Office Director, or FHA Insuring Office Director, the geographical Section 3 covered area fo r the Contractor's specific project; and (2) Using local media, project area community organizations, local public and private institutions, and/or signs placed at the proposed project site to recruit lower income applicants for training and employment positions with the project. Monitoring of Requirements: CMD will monitor the efforts of its contractors to achieve the purpose of Section 3 in two primary ways. First, the documentation required of CDBG Contractors will be examined to determine if good faith efforts are being made to comply with Section 3 requirements. Any obvious omissions or improper actions will be questioned and the manner in which compliance can be documented will be determined by CMD. Next, CMD will conduct on site reviews to assure that any estimates or projected figures for training and employment have been achieved to the best of the Contractor's ability. If a high percentage of the employees of, and subcontractors for, a program meet Section 3 standard, the good faith efforts of the Contractor will be assumed. If compliance problems are discovered CMD will encourage the Contractor to resolve them. If this informal persuasion should fail CMD may request that sanctions (as specified below) be applied. 16 City of Fort Worth Affirmative Action Plan 2. Grievance Procedures: Any person or business meeting the definitional standards of Section 3 may personally, or by representative, pursue the grievance procedures outlined here. Informal complaints should be directed to CMD for investigation of its Contractor's compliance, or to the Contractor for investigation of the subcontractor's compliance . CMD Contractors will notify CMD of all informal complaints they receive. If the complaint is found valid, CMD will make an effort to secure Section 3 compliance through conferences, persuasion and/or mediation. A written notice specifying the exact nature of the non-compliance will be issued to the non-complying party. The notice will recommend specific action to correct the non-compliance and specify a time limit for doing so. Continued non-compliance may result in the application of the sanctions listed below. If the complainant is not satisfied with the informal complaint procedure, or its outcome, a formal grievance may be filed. The grievance should be in writing and include: (1) the name and address of the grievant; (2) the name and address of the grievant business, if applicable; (2) the name and address of the City, Contractor, or Subcontractor (hereafter called "respondent"); (4) a description of the acts or omissions giving rise to the grievance; and (5) the corrective action sought. The grievance should be signed by the grievant and mailed to Program Operations Division, Department of Housing and Urban Development, Fort Worth Regional Office, PO Box 2905, Fort Worth, Texas, 76113-2905; or Assistant Secretary for Equal Opportunity, Department of Housing and Urban Development, Washington, DC 20410. A grievance must be filed no later than ninety (90) days from the date of the action (or omission) upon which it is based. The time for filing may be extended by the Secretary of Housing and Urban Development, if good cause is shown. Upon receipt of a grievance by the Secretary, a copy of it will be furnished to the respondent. The Secretary will conduct an investigation and will give written notice to both the grievant and respondent as to the decision reached. The grievance may be dismissed or sanctions may be applied, as appropriate. 3. Sanctions: Failure or refusal to comply with or give satisfactory assurances of future compliance with the requirements of Section 3 shall be the proper basis for applying sanctions. Any or all of the following actions may be taken, as appropriate: cancellation, termination, or suspension in whole or in part of the contract or agreement; determination of ineligibility or debarment from any further assistance or contracts under this program until satisfactory assurance of future compliance has been received; referral to the Department of Justice for appropriate legal proceedings. 17 City of Fort Worth Affirmative Action Plan Minority/ Women Business Enterprise It is the policy of the City of Fort Worth to involve Minority/ Women Business Enterprises in all phases of its procurement practices and to provide them equal opportunities to compete for contracts for construction, professional servi~es, purchases of equipment and supplies, and provision of other services required by the City. The City operates the Minority/ Women Business Enterprise (M/WBE) office to assist in the location and certification of Section 3 covered businesses. A list ofM/WBE businesses that have been certified by the City of Fort Worth will be provided to you upon request. If you need to secure services or supplies, please contact the City's M/WBE office: CITY OF FORT WORTH M/WBE OFFICE 1000 THROCKMORTON FORT WORTH, TX 76102 (817) 392-6104 18 City of Fort Worth Affirmative Action Plan SECTION 3 ATTACHMENTS Please Complete and Return Within Seven (7) Days 19 City of Fort Worth Affirmative Action Plan ATTACHMENT B SELF-CERTIFICATION FORM SOCIALLY OR ECONOMICALLY DISADVANTAGED Business /Agency Name :------------------ Address : ----------------------- Zip Code:----------------------- . I am a member of the following minority group: ( Circle One) Black American Indian/ Alaskan Native Asian/ Spanish- Pacific Islander Surnamed I own at least 51 percent of the above business: Other (Specify) Date: _________ Signature:------------------ Title :----------------- SELF-CERTIFICATION FORM NON-PROFIT ORGANIZATION This organization is a non-profit organization. Business/ Agency Name: Address: ------------------------------- Zip Code: ______________________________ _ Date : ---------Signature:-------------------- Title: --------------------------------- 20 City of Fort Worth Affirmative Action Plan ATTACHMENT D Statement of Release I will not subcontract any work in connection with this project unless I first receive the prior written approval of the Housing Department, Contract Management Division of the City of Fort Worth. Business/ Agency Name : Type of Business/Organization: Address: ----------------------------------- (Street) (City) (State) (Zip) Signature: _______________________ _ Title: _______________________ _ 21 City of Fort Worth Contractor's Name: Address: Date: Employment Classification CONSTRUCTION: Foremen Journeymen A:tmrentices Laborers GRAND TOTAL ATTACHMENT E PRELIMINARY STATEMENT WORK FORCE NEEDS OCCUPIED PERMANENT POSITIONS TOTAL MINORITY* Male Female Male Female Male Affirmative Action Plan VACANT POSITIONS** TOTAL MINORITY* *Minority -Black Female Male Female -Spanish-American -American Indian/ Alaskan Native -Asian/Pacific Islander **Show Section 3 goals for lower income, Total lines. SUBMITTED BY: -------------------TITLE: __________________ _ 22 City of Fort Worth Affirmative Action Plan 23 STATEMENT OF POLICY ON EQUAL EMPLOYMENT OPPORTUNITY It will be the policy of this firm to not discriminate against any applicant for employment, or any employee, b ecause of race, creed, color, age , sex, or natural origin. This firm will insure that this policy is continually enforced with regard to employment, promotion, upgrading, demotion, transfer, recruitment, and recruitment advertising, lay off and termination, compensation, training, and working conditions. We will make it understood by all with whom we deal, and in all our employment opportunity announcements that the foregoing is our policy. All applicants and employees will be judged solely on the basis of their skill, devotion loyalty, reliability and integrity. Company Name Signature 24 EFFECTIVE APRIL 1. 1990 DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT CONTRACT REQUIREMENTS Contractor agrees to comply with the requirements of the Housing and Urban Development Act of 1968 , as amended, and with the regulations promulgated thereunder. Specifically, Contractor shall comply with the following Acts and Orders and their regulations: 1. EXECUTIVE ORDER 11246, EQUAL OPPORTUNITY CLAUSE; SECTION 202 During the performance of this Contract, the Contractor agrees as follows : a. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The Contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, religion, sex or national origin. 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 . The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. b . The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion , sex or national origin. c . The Contractor will send to each labor union or representative of workers , with which it has a collective bargaining agreement or other contract or understanding, a notice advising the said labor union or workers' representatives of the Contractor's commitment under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. d. The Contractor will comply with all provisions of Executive Order 11246 of September 24 , 1965 , and with the rules, regulations and relevant orders of the Secretary of Labor. e. The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965 , and by rules, regulations and orders of the Secretary of Labor, or pursuant thereto, and will permit access to its books, records and accounts by the Department of Housing and Urban Development ("the Department") and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules , regulations and orders . f. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any of the said rules , regulations or orders, this Contract may be canceled, terminated or suspended in whole or in part and the Contractor may be declared ineligible for further government contracts in accordance with procedures authorized in Executive Order 11246 of September 24 , 1965, or by rule, regulation or order of the Secretary of Labor, or as otherwise provided by law. g. The Contractor will include the sentence immediately preceding Paragraph a and the provisions of Paragraphs a through g in every subcontract or purchase order unless exempted by rules, regulations or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the Department may direct as a means of enforcing such provisions, including sanctions for noncompliance . Provided, however, that, in the event the Contractor becomes involved in or is threatened with litigation with a subcontractor or vendor as a result of such direction by the Department, the Contractor may request the United States to enter into such litigation to protect the interest of the United States . 25 h . The Contractor shall submit a certification and shall require each of its subcontractors to submit a certification that all facilities provided for employees of Contractor or any subcontractor shall be fully integrated, and Contractor shall not permit its employees to perform their services in any locations under its control where segregated facilities are maintained. 1. The Contractor and each subcontractor shall permit access during normal business hours to its premises for the purpose of conducting on-site compliance reviews and for inspecting and copying such books , re cords, accounts and other material as may be pertinent to compliance with the Order and the rules and regulations promulgated pursuant thereto by the City. Information obtained in this manner shall be used only in connection with the administration of the Order, the administration of the Civil Rights Act of 1964 (as amended) and in furtherance of the purposes of the Order and the Act. 2. AFFIRMATIVE ACTION ACTS a. In performance of all contracts, the Contractor will comply with the Affirmative Action Guidelines of Executive Order 11246 and the implementing regulations and documents thereof. b. In performance of all contracts in the amount of $10,000 or more: Contractor will comply with Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S .C . 1701u, and the implementing regulations and documents and shall have on file a written affirmative action policy, which has the stated work force goals of 18.2% minority persons and 6.9% females, and must follow the hiring practices specified in Subsection C, below. Additionally, Contractor agrees to the following provisions: (1) The work to be performed under this Contract is on a project assisted under 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 Urban Development Act of 1968, as amended, 12 U.S .C. 170lu. Section 3 requires that, to the greatest extent feasible, opportunities for training and employment are given to lower income residents of the project area and contracts for work in connection with the project are awarded to business concerns which are located in or owned in substantial part by persons residing in the area of the project. (2) The parties to this Contract 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. The parties to this contract certify and agree that they are under no contractual or other disability which would prevent them from complying with these requirements. (3) The Contractor will send to each labor organization or representative of workers with which he has a collective bargaining agreement or other contract or understanding, if any, a notice advising the said labor organization or workers' representative of h is 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. (4) The Contractor will include this Section 3 clause in every subcontract for work in connection with the project and will, at the direction of the applicant for or recipient of Federal financial assistance, 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 as set forth in 24 CFR 135. The Contractor will not subcontract with any subcontractor where it has no tice or knowledge that the latter has been found in violation ofregulations under 24 CFR 135 and will not let any subcontract unless the subcontractor has first provided it with a preliminary statement of ability to comply with the requirements of these regulations. (5) 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 the Contract shall be a condition of the Federal financial assistance provided to the project, binding 26 upon the applicant or recip ient for such assistance , its successors and assigns. Failure to fulfill these requirements shall subject the applicant or recipient, its contractors and subcontractors, its successors and assigns, to those sanctions specified by the grant, loan agreement or contract through which Federal assistance is provided and to such sanctions as are specified by 24 CFR 135. c. In perfonnance of all contracts in the amount of $50,000 or more, and where the Contractor employs more than twenty-five non-construction employees, the Contractor must promulgate a specific affirmative action plan, and must take specific affinnative action to ensure equal employment opportunities. Contractor shall implement affirmative action steps at least as extensive as the following: (1) Ensure and maintain a working environment free of harassment, intimidation and coercion at all sites and in all facilities at which the Contractor's employees are assigned to work. The Contractor shall specifically ensure that all foremen, superintendents and other on-site supervisory personnel are aware of and are carrying out the Contractor's obligations to maintain such a working environment, with specific attention to minority and female individuals working at such sites or in such facilities. The Contractor, where possible, will assign two or more women to each construction project. (2) Establish and maintain a current list of minority and female recruitment sources and provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses . (3) Maintain a current file of the names, addresses and telephone numbers of each minority and female off-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore , along with whatever additional actions the contractor may have taken. (4) Provide immediate written notification to the City when the union or unions with which the Contractor has a collective bargaining agreement have not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other infonnation that the union referral process has impeded the Contractor's efforts to meet its obligations. (5) Develop on-the-job training opportunities and/or participate in training programs for the areas which expressly include minorities and women, including upgrading programs and apprenticeships and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under subsection (2) above . ( 6) Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obliga- tions; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper or annual report; by specific review of the policy w ith all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. (7) Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, lay-off, termination or other employment decision, including specific review of these items with on-site supervisory personnel, such as superintendents and general foremen, prior to the initiation of 27 construction work at any job site. A written record shall be made and maintained identifying the name and place of these meetings, persons attending, subject matter discussed and disposition of the subject matter. (8) Disseminate the Contractor's EEO policy externally by including highlights of it in any advertising in the news media, specifically including minority and female news media, and providing written notification to , and discussing the Contractor's EEO policy with, other contractors and subcontractors with whom the Contractor does or anticipates doing business. (9) Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students, and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures and tests to be used in the selection process. (10) Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after-school, summer and vacation employment to minority and female youths , both on the site and in other area of the Contractor's work force. (11) Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR, Part 60-3. (12) Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, such opportunities . (13) Ensure that seniority practices, job classifications, work assignments and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment- related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. (14) Ensure that all facilities and company activities are non-segregated except as separate or single- user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. 28 (15 ) Document and maintain a record of all solicitations for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. (16) Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policy and affirmative action obligations. d. The Contractor shall designate a responsible official to monitor all employment-related activities to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the City and to keep records of the same. Records for each employee shall at least include : the employee's name ; address; telephone number; construction trade ; union affiliation, if any ; employee identification number where assigned; social security number; race; sex; status ; dates of changes in status ; hours worked per week in the indicated trade; rate of pay; and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, Contractor shall not be required to maintain separate records. 3. COPELAND ANTI-KICK.BACK ACT In any contract involving construction or repair, Contractor agrees to comply, and shall require its subcontractors to comply, with the provisions of the Copeland "Anti-Kickback Act" (18 U.S.C. 874), as supplemented in Department of Labor regulations (29 CFR Part 3). This Act provides that each Contractor or subgrantee shall be prohibited from inducing, by any means, any person employed in the construction, completion or repair of public work to give up any part of the compensation to which he or she is otherwise entitled; and, if found guilty of doing so, shall be fined not more than $5 ,000 or imprisoned not more than five (5) years , or both. 4. DA VIS-BACON ACT In any contract for construction in excess of $2,000: Contractor agrees to comply, and shall require its subcontractors to comply, with the provisions of the Davis-Bacon Act (40 U.S .C. 276a to a-7). This Act requires contractors to pay wages to laborers and mechanics at a rate not less than the minimum wages specified in a wage determination made by the Secretary of Labor and to pay wages not less often than once a week. Specifically, Contractor agrees to comply with the following Department of Labor regulations (29 CFR Part 5): a. Minimum Wages All laborers and mechanics employed or working upon the site of the work performed pursuant to this contract will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account ( except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act), the full amount of wages and bonafide fringe benefits ( or cash equivalents thereof) due at the time of payment, computed at rates not less than those contained in the wage determination of said Secretary of Labor (which is attached hereto and made a part hereof), regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics . Contributions made or costs reasonably anticipated for bonafide fringe benefits under Section l(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Paragraph d of this clause; also, regular contributions made or costs incurred for more than a weekly period under plans, funds or program which occur the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classifications of work actually performed without regard to skill, except as provided in the clause entitled "Apprentices and Trainees ." Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein; provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classifi- cations and wage rates conformed under Paragraph b of this clause) and the Davis-Bacon poster shall be 29 posted at all times by the Contractor and its subcontractors at the site of the work in a prominent and accessible place where they can easily be seen by the workers. b. Employment of Laborers or Mechanics not listed in Aforesaid Wage Determination Decision (1) The City shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under this Contract shall be classified in conformance with the wage determination. The City shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (a) The work to be performed by the classification requested is not performed by a classification in the wage determination; (b) The classification is utilized in the area by the construction industry; and ( c) The proposed wage rate, including any bonafide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the Contractor and the laborers and mechanics to be employed in the classification or their representatives and the City agree on the classification and wage rate, including the amount designated for fringe benefits, where appropriate, a report of the action taken shall be sent by the City to the Administratqr of the Wage and Hour Division, Employment Standards Administration, United States Department of Labor. The Administrator, or an authorized representative, will approve, modify or disapprove every additional classification action within 30 days or receipt and so advise the City or will notify the City within the 30-day period that additional time is necessary. (3) In the event the Contractor, the laborers or mechanics to be employed in the classification, and the City do not agree on the proposed classification and wage rate, including the amount designated for fringe benefits, where appropriate, the City shall refer the questions, including the reviews of all interested parties and the recommendations of the City, to the Administrator for determination. The Administrator of the Wage and Hour Divisions, or an authorized representative, will issue a determination within 30 days of receipt and will so advise the City or will notify the City within the 30-day period that additional time is necessary. ( 4) The wage rates determined pursuant to the above prov1S1ons shall be paid to all workers performing work in the classification under this Contract from the first day on which work is performed in the classification. c. Fringe Benefits Not Expressed as Hourly Wage Rates Whenever the minimum wage rate prescribed in this Contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the Contractor shall either pay the benefit as stated in the wage determination or shall pay either bonafide fringe benefits or an hourly cash equivalent thereof. d. Anticipated Costs of Fringe Benefits If the Contractor does not make payments to a trustee or third person, he may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing fringe benefits under a plan or program of a type expressly listed in the wage determination decision of the Secretary of Labor which is a part of this Contract, provided, however, the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. A copy of any findings made by the Secretary of Labor with respect to fringe benefits being provided by the Contractor must be submitted to the City with the first payroll filed by the Contractor subsequent to receipt of the findings. e. Underpayments of Wages or Salaries 30 The City shall, upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the Contractor under this Contract or any · other federal contract with the same prime Contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements which is held by the same prime Contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers employed by the Contractor or any subcontractor, the full amount of wages required by this Contract. In the event of Contractor's failure to properly pay any laborer or mechanic, including any apprentice, trainee or helper employed or working on the site of the work, the City may, after written notice to the prime Contractor, take such action as may be necessary to cause a suspension of any further payment, advance or guarantee of funds until such violations have ceased. The amount so withheld may be disbursed by the City, for and on account of the Contractor or the subcontractor, to their respective laborers or mechanics to whom the same is due or on their behalf to plans, funds or programs for any type of fringe benefit prescribed in applicable wage determination. f. Payrolls and Basic Payroll Records of Contractor and Subcontractors (I) Payrolls and basic records relating to the work performed under the terms of this Contract shall be maintained by the Contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address and social security number of each such worker, his or her correct classification, hourly rate of wages paid (including rates of contributions or costs anticipated for bonafide fringe benefits or cash equivalents thereof), daily and weekly number of hours worked, deductions made, and actual wages paid. Whenever the Secretary of Labor has found that the wages of any laborer or mechanic include the amount of costs reasonably anticipated in providing benefits under a plan or program described by the Davis-Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and the cost anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprenticeships and trainees, and the ratios and wage rates prescribed in the applicable program. (2) (a) The Contractor shall submit weekly a copy of all payrolls to the City if the City is a party to the Contract, but if the City is not such a party, the Contractor will submit the payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the City. The payroll submitted shall set out accurately and completely all of the information required to be maintained under Paragraph ( 1) of this Section. The information shall be submitted in a form approved by the City. The Contractor is responsible for the submission or copies of payrolls by all subcontractors. (b) Each payroll submitted shall be accompanied by a "statement of compliance", signed by the Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the Contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be maintained under Paragraph (I) of this Section and that such information is correct and complete; (ii) That each laborer or mechanic employed on this Contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions. 31 (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalent for the classification of work per- formed, as specified in the applicable wage determination incorporated into this Contract. (c) The falsification of any of the above certifications may subject the Contractor or subcontractor to civil or criminal prosecution under Sec. 1001 of Title XVIII and Sec. 231 of Title XXXI of the United States Code. (3) The Contractor or subcontractor shall make the records required under Paragraph (1) of this section available for inspection, copying, or transcription by the City or the Department of Labor or their authorized representatives. The Contractor and subcontractors shall permit such representatives to interview employees during working hours on the job. If the Contractor or subcontractor fails to submit the required records or to make them available, the City may, after written notice to the Contractor, take such action as may be necessary to cause the suspension of any further payment, advance or guarantee of funds . Furthermore , failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5 .12. g . Employment of Apprentices and Trainees (1) Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bonafide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training , or with a state apprenticeship agency recognized by the bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the Contractor as to the entire work force under the registered program. Any employee listed on a payroll at an apprenticeship wage rate, who is not registered or otherwise employed as stated above shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a Contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates ( expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at no less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits , apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator of the Wage and Hour Division determines that a different practice prevails for the applicable apprentice class ification, fringes shall be paid in accordance with that . determination. In the event the Bureau of Apprenticeship and Training, or a state apprentic eship · agency recognized by the Bureau, withdraws approval of an apprenticeship program, the Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved . 32 (2) Trainees. Except as provided in 29 CFR 5.16, trainees will not be pennitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification, by the U.S . Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than pennitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage detennination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage detennination unless the administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage detennination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio pennitted under the registered program shall be paid not less than the applicable wage rate on the wage determination of the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the Contractor will no longer be pennitted to utilize trainees at less than the applicable predetermined rate for work performed until an acceptable program is approved. (3) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. h . Posting Wage Determination Decisions and Authorized Wage Deductions The applicable wage poster of the Secretary of Labor, United States Department of Labor, and the applicable wage determination decisions of said Secretary of Labor with respect to the various classifications of laborers and mechanics employed and to be employed upon the work covered by this Contract, and a statement showing all deductions, if any, to be made from wages actually earned by persons so employed or to be employed in such classifications, in accordance with the provisions of this Contract, shall be posted at appropriate conspicuous points at the site of work. i. Claims and Disputes Pertaining to Wage Rates Claims and disputes pertaining to wage rates or to the classification of laborers and mechanics employed upon the work covered by this Contract shall be promptly reported by the Contractor in writing to the City for referral by the latter through the Secretary of Housing and Urban Development to the Secretary of Labor, United States Department of Labor, whose decision shall be final with respect thereto . 5. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT Contractor will comply with all provisions of the Contract Work Hours and Safety Standards Act ( 40 U.S.C. 327- 332), as supplemented by Department of Labor Regulations (29 CFR, Part 5). Specifically, Contractor will comply with the following standards: a . Overtime Compensation No contractor or subcontractor contracting for any part of the Contract work which may require or involve the employment of laborers or mechanics , including watchmen and guards, shall require or pennit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of 40 33 hours in such workweek, unless such laborer or mechanic receives compensation at a rate not less than one and one-half times his or her basic rate of pay for all hours worked in excess of 40 hours in such workweek. b. Violation: Liability for Unpaid Wages: Liquidated Damages In the event of any violation of the clause set forth in Paragraph a of this section, the Contractor and any subcontractor responsible therefore shall be liable to any affected employee for his or her unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of the standard workweek of 40 hours without payment of the overtime wages required by the clause set forth in Paragraph a of this section. c. Withholding for Unpaid Wages and Liquidated Damages The City shall, upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from any monies payable on account of work performed by the Contractor or subcontractor under any contract or any other Federal contract with the same Contractor, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may administratively be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in Paragraph b of this section. d. Subcontracts The Contractor shall insert in all subcontracts the clauses set forth in Paragraphs a, b, and c of this Section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts which they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made. The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the provisions set forth in this section. 6. CHILD LABOR ACT Contractor will comply with the Child Labor provisions of the Fair Labor Standards Act, 29 U.S.C. 212-319 and that Act's implementing regulations, found at 29 CFR 570. This Act prohibits the paid or unpaid employment of individuals under the age of 18 years on any construction project. 7. MISCELLANEOUS PROVISIONS a. Complaints, Proceedings, or Testimony by Employees No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this Contract are applicable shall be discharged or in any other manner discriminated against by the Contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this Contract to his employer. b. Questions Concerning Certain Federal Statutes and Regulations All questions arising under this Contract which relate to the application or interpretation of (a) the aforesaid Anti-Kickback Act, (b) the Contract Work Hours and Safety Standards Act, (c) the aforesaid Davis-Bacon Act, (d) the regulations issued by the Secretary of Labor, United States Department of Labor, pursuant to said Acts, or (e) the labor standards provisions of any other pertinent Federal statue, shall be referred, 34 through the City and the Secretary of Housing and Urban Development, to the Secretary of Labor, United States Department of Labor, for said Secretary's appropriate ruling or interpretation which shall be authoritative and may be relied upon for the purposes of this Contract. c. Provisions to be Included in Subcontracts The Contractor or subcontractor shall insert in any Subcontract the above-specified clauses entitled "3 . COPELAND ANTI-KICKBACK ACT," "4. DA VIS-BACON ACT," "5. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT," "6. CHILD LABOR ACT," "7 . MISCELLANEOUS PROVISIONS" and such other clauses as the City may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with all the contract clauses cited above. d. Breach of Foregoing Federal Labor Standards Provisions In addition to the causes for termination of this Contract, as herein elsewhere set forth, the City reserves the right to terminate this Contract if the Contractor or any subcontractor whose subcontract covers any of the work covered by this Contract shall breach any of the foregoing Federal Labor Standards provisions. A breach of these Federal Labor Standards provisions my also be grounds for debarment, as provided by the applicable regulations issued by the Secretary of Labor, United States Department of Labor. e. Employment Practices The Contractor shall ( 1 ), to the greatest extent practicable, follow hiring and employment practices for work on the project which will provide new job opportunities for the unemployed and underemployed, and (2) insert or cause to be inserted this provision in each construction subcontract. f. Contract Termination; Debarment A breach of any of the Acts or regulations specified in Paragraph c, above, may be grounds for termination of this Contract and for debarment as a Contractor and a subcontractor, as provided in 29 CFR 5.12. g. Disputes Concerning Labor Standards Disputes arising out of the Labor Standards provisions of this Contract shall not be subject to the General Disputes Clause of this Contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR, Parts 5, 6 and 7. Disputes, within the meaning of this Clause, include disputes between the Contractor or any of its subcontractors; and the City, the U .S. Department of Labor, their employees or representatives. h. Certification of Eligibility (1) By entering into this Contract, the Contractor certifies that neither it nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded government contracts by virtue of Sections 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(l). (2) No part of this Contract shall be subcontracted to any person or firm ineligible for award of a government contract by virtue of the above-mentioned sections. 35 8. CLEAN AIR AND WATER ACT a. Contractor shall comply with all requirements of Section 114 of the Clean Air Act, as amended (42 U .S.C. 1857, et seq.). and Section 308 of the Federal Water Pollution Control Act (33 U .S.C. 1251 , et seq.) relating to inspection, monitoring, entry, reports and information, as well as other requirements specified in Section 114 and Section 308 of the Air Act and the Water Act, respectively, and all regulations and guidelines issued thereunder before the award of this Contract. b. No portion of the work required by this Contract will be performed in a facility listed on the EPA Li st of Violating Facilities on the date when this Contract was awarded unless and until the EPA eliminates the name of such facility or facilities from such listing. c. Contractor shall use its best efforts to comply with clean air standards and clean water standards at all facilities in which the Contract is being performed. d. Contractor shall insert the substance of the provisions of this clause into any non-exempt subcontract, including this Paragraph. 9. LEAD BASED PAINT HAZARD In all contracts for construction or rehabilitation of residential structures , the Contractor and all subcontractors shall comply with the Lead-Based Paint regulations found in 24 CFR 35 and shall comply with the provisions for the elimination of lead-based paint hazards under Sub-Part B thereof. 10. RESPONSIBILITY OF CONTRACTOR REGARDING REPORTS Contractor will comply with the requirements of the City of Fort Worth's Fiscal Department, Intergovernmental Affairs and Grants Management regarding the compiling and reporting of statistical information required by the Federal regulations outlined above. Specifically, Contractor agrees to submit all completed reports according to the instructions and requirements of the Fort Worth Fiscal Services Department/Intergovernmental Affairs and Grants Management, and Contractor understands the failure to do so may be cause for termination of this contract. 36 CERTIFICATION AND ACKNOWLEDGMENT I certify that I have read and understand the information regarding my obligations as a Contractor on a project funded by the United States Department of Housing and Urban Development, which is contained in the preceding Contract provisions. I understand that, should I have any questions regarding my obligations, I will as soon as possible contact the Fort Worth Housing Department, Contract Management Division staff member who is assigned to monitor this Contract. Contractor:------------------ By: ________________ _ Title: __________________ _ 37 U.S . DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY INSTRUCTIONS This certification is required pursuant to Executive Order 11246 (30 CFR 12319-25). The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcontractors, shall state as an initial part of the bid or negotiations of the Contract whether they have participated in any previous contract or subcontract subject to the Equal Opportunity Clause; and, if so, whether they have filed all compliance reports due under applicable instructions. Where the certification indicates that the bidder has not filed a compliance report due under applicable instructions, such bidder shall be required to submit a compliance report within seven calendar days after bid opening. No contract shall be awarded unless such report is submitted. CERTIFICATION BY BIDDER Bidder's Name: Address and Zip Code: 1. Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause. Yes D No D (If answer is yes, identify the most recent contract.) 2. Compliance reports were required to be filed in connection with such contract or subcontract. Yes ONo 0 3. Bidder has filed all compliance reports due under applicable instructions, including SF-100. Yes ONo 0 4. If answer to item 3 is "No," please explain in detail on reverse side of this certification. Certification -The information above is true and complete to the best of my knowledge and belief. Name and Title of Signer (Please Type) Signature Date 38 U.S . DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT CERTIFICATION REGARDING LOBBYING The undersigned certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or will be paid, by or on behalf of the undersigned, 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, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the raking 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. (2) If any funds other than Federal 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, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and coopera- tive agreements) and that all subrecipients shall certify and disclose accordingly. Signature Title Date 39 U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT CERTIFICATE OF OWNER'S ATIORNEY I, the undersigned, ------------' the duly authorized and acting legal representative of , do hereby certify as follows: I have examined the attached Contract(s) and surety bonds and the manner of execution thereof, and I am of the opinion that each of the aforesaid agreements has been duly executed by the proper parties thereto acting through their duly authorized representatives; that said representatives have full power and authority to execute said agreements on behalf of the respective parties named thereon; and that the foregoing agreements constitute valid and legally binding obligations upon the parties executing the same in accordance with terms, conditions and provisions thereof. Signature:------------------- Date: --------------------- 40 U.S. DEPARTMENT OF LABOR WAGE AND HOUR AND PUBLIC CONTRACTS DIVISIONS INSTRUCTIONS FOR COMPLETING PAYROLL FORM WH-347 · General: The use of WH-347, payroll form, is not mandatory. This form has been made available for the convenience of contractors and subcontractors required by their Federal or Federally-aided construction-type contracts and subcontracts to submit weekly payrolls . Properly filled out, this from will satisfy the requirements of Regulations, Parts 3 and 5 (29 CFR, Subtitle A), as to payrolls submitted in connection with contracts subject to the Davis-Bacon and related Acts. This form meets needs resulting from the amendment of the Davis-Bacon Act to include fringe benefits provisions. Under this amended law, the contractor is required to pay not less than fringe benefits as predetermined by the Department of Labor, in addition to payment of not less than the predetermined rates. The contractor's obligation to · pay fringe benefits may be met either by payment of the fringes to the various plans, funds, or programs or by making these payments to the employees as cash in lieu of fringes. This payroll provides for the contractor's showing on the face of the payroll all monies paid to the employees, whether as basic rates or as cash in lieu of fringes and provides for the contractor's representation in the statement of compliance on the rear of the payroll that he is paying to others fringes required by the contract and not paid as cash in lieu of fringes. Detailed instructions concerning the preparation of the payroll follow: Contractor or Subcontractor: Fill in your firm's name and check appropriate box. Address: Fill in your firm's address. Column 1 -Name. Address, and Social Security Number of Employee: The employee's full name must be shown on each weekly payroll submitted. The employee's address must also be shown on the payroll covering the first week in which the employee works on the project. The address need not be shown on subsequent weekly payrolls unless his address changes. Although not required by Regulations, Parts 3 and 5, space is available in the name and address section so that Social Security numbers may be listed. Column 2 -Withholding Exemptions: This column is merely inserted for the employer's convenience and is not a requirement of Regulations, Parts 3 and 5. Column 3 -Work Classifications: List classification descriptive of work actually performed by employees. Consult classifications and minimum wage schedule set forth in contract specifications. If additional classifications are deemed necessary, see Contracting Officer or Agency representative. Employee may be shown as having worked in more than one classification provided accurate breakdown of hours so worked is maintained and shown on submitted payroll by use of separate line entries. 41 Column 4 -Hours Worked: On all contracts subject to the Contract Work Hours Standards Act enter as overtime hours all hours worked in excess of 40 hours a week. Column 5 -Total: Self-Explanatory. Column 6 -Rate of Pay, including Fringe Benefits: In straight time box, list actual hourly rate paid the employee for straight time worked plus any cash in lieu of fringes paid the employee . When recording the straight time hourly rate, any cash paid in lieu of fringes may be shown separately from the basic rate, thus $3.25/.40. This is of assistance in correctly computing overtime. See "FRINGE BENEFITS" below. In overtime box show overtime hourly rate paid, plus any cash in lieu of fringes paid the employee. See"FRINGE BENEFITS" below. Payment of not less than time and one-half the basic or regular rate paid is required for overtime under the Contract Work Hours Standards Act for 1962. In addition to paying not less than the predetermined rate for the classification in which the employee works, the contractor shall pay to approved plans, funds, or programs or shall pay as cash in lieu of fringes amounts predetermined as fringe benefits in the wage decision made part of the contract. See "FRINGE BENEFITS" below. FRINGE BENEFITS -Contractors who pay all reguired fringe benefits: A contractor who pays fringe benefits to approved plans, funds or programs in amounts not less than were determined in the applicable wage decision of the Secretary of Labor shall continue to show on the face of the payroll the basic cash hourly rate and overtime rate paid to his employees just as he has always done. Such a contractor shall check paragraph 4(a) of the statement on the reverse of the payroll to indicate that he is also paying to approved plans, funds, or programs not less than the amount predetermined as fringe benefits f!)r each craft. Any exceptions shall be noted in Section 4( c). Contractors who pay no fringe benefits: A Contractor who pays no fringe benefits shall pay to the employee, and insert in the straight time hourly rate column of the payroll, an amount not less than the predetermined rate for each classification plus the amount of fringe benefits determined for each classification in the applicable wage decision. Inasmuch as it is not necessary to pay time and a half on cash paid in lieu of fringes, the overtime rate shall be not less than the sum of the basic predetermined rate, plus the half time premium on basic or regular rate, plus the required cash in lieu of fringes at the straight time rate. In addition, the contractor shall check paragraph 4(b) of the statement on the reverse of the payroll to indicate that he is paying fringe benefits in cash directly to his employees . Any exceptions shall be noted in Section 4(c). Use of Section 4(c), Exceptions Any contractor who is making payment to approved plans, funds, or programs in amounts less than the wage determination requires is obliged to pay the deficiency directly to the employees as cash in lieu of fringes. Any exceptions to Section 4(a) or 4(b), whichever the contractor may check, shall be entered in Section 4(c). Enter in the Exception column the craft, and enter in the Explanation column the hourly amount paid the employee as cash in lieu of fringes and the hourly amount paid to plans , funds, or programs as fringes. The contractor shall pay, and shall show that he is paying to each such employee for all hours (unless otherwise provided by app licable determination) worked on Federal or Federally assisted project an amount not less than the predetermined rate plus cash in lieu of fringes as shown in Section 4( c ). The rate paid and amount of cash paid in lieu of fringe benefits per hour should be entered in column 6 on the payroll. See paragraph on "Contractors who pay no fringe benefits" for computation of overtime rate. Column 7 -Gross · Amount Earned: Enter gross amount earned on this project. If part of the employee's weekly wage was earned on projects other than the project described on this payroll, enter in column 7 first the amount earned on the Federal or Federally assisted project and then the gross amount earned during the week on all projects , thus $63.00/120 .00 . Column 8 -Deductions: Five columns are provided for showing deductions made. If more than five deductions should be involved, use first 4 columns; show the balance of deductions under "Other" column; show actual total under "Total Deductions" column; and in the attachment to the payroll describe the deductions contained in the "Other" column. All deductions must be in accordance with the provisions of the Copeland Act Regulations, 29 43 CFR, Part 3. If the employee worked on other jobs in addition to this project, show actual d eductions from his weekly gross wage , but indicate that deductions are based on his gross wages . Column 9 -Net Wages Paid for Week: Self-explanatory. Totals -Space has been left at the bottom of the columns so that totals may be shown if the contractor so desires. Statement Required by Regulations, Parts 3 and 5: While this form need not be notarized, the statement on the back of the payroll is subject to the penalties provided by 18 USC 1001, namely, possible imprisonment for 5 years or $10,000.00 fine or both. Accordingly, the party signing this required statement should have knowledge of the facts represented as true. Space has been provided between items (1) and (2) of the statement for describing any deductions made . If all deductions made are adequately described in the "Deductions" column above, state "See Deductions column in this payroll". See paragraph entitled "FRINGE BENEFITS" above for instructions concerning filling out paragraph 4 of the statement. 44 I Project Nanre Location U.S. Department of Housing and Urban Development CERTIFICATE FROM CONTRACTOR APPOINTING OFFICER OR EMPLOYEE TO SUPERVISE PAYMENT OF EMPLOYEES I Date ~rojectNo. (I) (We) hereby certify that (I am) (we are) (the prime contractor) (a subcontractor) for (Specify "General Construction", "Plumbing", "Roofing", etc) in connection with construction of the above-mentioned Project, and that (I) (we) have appointed II whose signature appears below, to supervise the payment of (my) (our) employees beginning , 20_; that he/she is in a position to have full knowledge of the facts set forth in the payroll documents and in the statement of compliance required by the so-called Kick-Back Statute which he/she is to execute with (my) ( our) full authority and approval until such time as (I) (we) submit to a new certificate appointing some other person for the purposes hereinabove stated. (Identifying Signature of Appointee) Attest (ifrequired): (Name of Firm or Corporation) (Signature) (Title) (Signature) (Title) NOTE: This certificate must be executed by an authorized officer of a corporation, by a member of a partnership, or the sole owner and shall be executed prior to and be submitted with the first payroll. Should the appointee be changed, a new certificate must accompany the first payroll for which the new appointee executes a statement of compliance required by the Kick-Back Statute. 45 U . S. DEPARTMENT OF LABOR WAGE AND HOUR DIVISION Name of Contractor D Or Subcontractor 0 PAYROLL NO (1) -2 NO.OF WITJU IOIJ>IXO NAME, ADDRESS AND r:.Xr:Mrnoss SOCIAL SECURITY NUMBER OF EMPLOYEE OMB# 2501-0007 PAYROLL (For Contractor's Optional Use, See Instruction Form WH-347 Inst.) Address FOR WEEK ENDING PROJECT AND LOCATION (3) 0 (4) DAY AND DATE (5) (6) (7) T WORK 0 TOTAL RATE GROSS FICA CLASSIFICATION R HOURS OF AMOUNT PAY EARNED s T HOURS WORKED EACH DAY 0 s 0 s 0 s 0 s 0 s 0 s 0 s 0 s 47 Form Approved BudgetFrom No. 44 B1093 PROJECT OR CONTRACT NO (8) DEDUCTIONS (9) WITH-OTHER TOTAL HOLDING DEDUCTIONS NET TAX WAGES PAID FOR WEEK DAL/DA0-1340.3/2 U. S. DEPARTMENT OF LABOR WAGE AND HOUR AND PUBLIC CONTRACTS DIVISIONS STATEMENT OF COMPLIANCE Form Approved Budget Bureau No . 44-Rl090 Date I, do hereby state: {Name of signatory party) {Title) (1) That I pay or supervise the payment of the persons employed by {Contractor or subcontractor) on the ~~~-------------' that during the payroll period commencing on the day of {Building or work) _______ , 20 and ending the day of , 20 all persons employed on said project have been paid the full weekly wages earned, that no rebates have been or will be made either directly or indirectly to or on behalf of said {Contractor or subcontractor) from the full weekly wages earned by any person and that no deductions have been made either directly or indirectly from the full wages earned by any person, other than permissible deductions as defined in Regulations, Part 3 (29 CFR Subtitle A), issued by the Secretary of Labor under the Copeland Act, as amended (48 Stat. 948.63 Stat. 108, 72 Stat. 967; 76 Stat . 357; 40 u.s .c . 276c), and described below: (2) That any payrolls otherwise under this contract required to be submitted for the above period are correct and complete; that the wage rates for laborers or mechanics contained therein are not less than the applicable wage rates contained in ~ny wage determination incorporated into the contract; that the classifications set forth therein for each laborer or mechanic conform with the work he performed . (3) That any apprentices employed in the above period are duly registered in a bona fide apprenticeship program registered with a State apprenticeship agency recognized by the Bureau of Apprenticeship and Training, United States Department of Labor, or if no such recognized agency exists in a State, are registered with the Bureau of Apprenticeship and Training, United States Department of Labor. (4) That : {a} WHERE D FRINGE BENEFITS ARE PAID TO APPROVED PLANS, FUNDS, OR PROGRAMS In addition to the basic hourly wage rates paid to each laborer or mechanic listed in the above referenced payroll, payments of fringe benefits as listed in the contract have been or will be made to appropriate programs for the benefit of such employees, except as noted in Section 4{c} below . {b} WHERE FRINGE BENEFITS ARE PAID IN CASH D Each laborer or mechanic listed in the above referenced payroll has been paid as indicated on the payroll, an amount not less than the sum of the applicable basic hourly wage rate plus the amount of the required fringe benefits as listed in the contract, except as noted in sect i on 4{c} below. (c) EXCEPTIONS Remarks Name and Title Signature THE WILFUL FALSIFICATION OF ANY OF THE ABOVE STATEMENTS MAY SUBJECT THE CONTRACTOR OR SUBCONTRACTOR TO CIVIL OR CRIMINAL PROSECUTION. SEE SECTION 1001 OF TITLE 18 AND SECTION 231 OF TITLE 31 OF THE UNITED STATES CODE. 49 ·-- *EMPLOYEES STATEMENT OF WORK VERIFICATION The undersigned hereby certifies that he has engaged in the following work classifications for the payroll week beginning ______ and ending (Date) ------' and was employed by __________ _ (Date) (Name of Company) TOTALS (Employee's Signature) *This information is required when an employee is used in more than one classification during any payroll period; for example, Carpenter for part of a day or week, and laborer or other classification for the remainder of the time, and is paid different rates of pay for each classification. If the employee is paid the higher rate(s) for all work performed, this form is not required. 50 Payroll Deduction Authorization Th is is the authorization to the ___________ to deduct from my paycheck $ * Th is is for item number: 1. 2. 3. 4. 5. 6 . Loan Retirement Advance on Wages Savings Savings Bonds Un iforms *This deduction is to be made: CHECK APPROPRIATE BOX Date:------ Emp loyee's Signature: _____ _ Printed or Typed Name: _____ _ Project Name and Number: ____ _ REPAYMENT OF: 7 . 8 . 9 . 10. 11. 12. Credit Union Profit Sharing Donations to Agencies Insurance Premiums Union Dues D One time only D D D 51 Weekly Bi-weekly For weeks U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT COMMUNITY DEVELOPMENT BLOCK GRANT INPUT SUBCONTRACTOR'S CERTIFICATION CONCERNING LABOR STANDARDS AND PREVAILING WAGE REQUIREMENTS T o (Appropri ate Recipient) Date C/0 Project Number {If any) Project Name 1. The undersigned, having executed a contract with (Name of Contractor or Subcontractor) (Nature of Work) -------------------------In the amount of$ In the construction of the above -identified project, certifies that: (a) The Labor Standards Provisions of The Contract for Construction are included in the aforesaid contract. (b) Neither he nor any firm, corporation, partnership, or association in which he has a substantial Interest is designated as an ineligible contractor by the Comptroller Genera l of the United States pursuant to Section 5.6(b) of the Regulations of the Secretary of Labor, part 5 (29 CFR , Part 5), or pursuant to Section 3(a) of the Davis-Bacon Act, as amended (40 U.S.C. 276a-(a)). (c) No part of the aforementioned contract has been or will be subcontracted to any subcontractor if such subcontractor or any firm, corporation, partnership or association in which such subcontractor has a substantial interest is designated as an ineligible contractor pursuant to the aforesaid regulatory or statutory provisions. 2. He agrees to obtain and forward to the contractor, for transmittal to the recipient, within ten days after the execution of any lower subcontract, a Subcontractor's Certification Concerning Labor Standards and Prevailing Wage Requirements, executed by the lower tier subcontractor, in duplicate. (a) The workmen will report for duty on or about. ______________ _ (Nature of work) ---------------------In the amount of$ __ _ 3. He certifies that: {a) The legal name and the business address of the undersigned are : (b} The undersigned is : 52 (1) A S ingle Proprietorship: (3) A Corporation Organized in the State of: (2) A Partnership : (4) Other Organization (Describe) (c) The name, title and address of the owner, partners or officers of the unders igned are : 53 (e) The names, addresses and trade classifications of all other building construction contractors in which the undersi ned has a substantial interest are if none, so state : (Subcontractor) (Signature) (Typed Name and Title) 54 WARNING U.S. Crimnal Code, Section 1010, Title 18, U.S.C, Provides in part: "Whoever ... makes, passes, alters, or publishes any statement, knowing the same to be false ... shall be fined not more than $5,000 or impri~ioned not more than two years, or both." 55 General Decision Number: TX070045 02/09/2007 TX45 Superseded General Decision Number: TX20030045 State: Texas Construction Types: Heavy and Highway Counties ·: Collin, Dallas, Denton, Ellis, Grayson, Johnson, Kaufman, Parker, Rockwall, Tarrant and Wichita Counties in Texas. HEAVY AND HIGHWAY CONSTRUCTION PROJECTS IN WICHITA COUNTY ONLY. HIGHWAY CONSTRUCTION PROJECTS ONLY FOR REMAINING COUNTIES. Modification Number 0 Publication Date 02/09/2007 SUTX2004-004 11/09/2004 -Air Tool Operator .............. $ Asphalt Distributor Operator ... $ Asphalt paving machine operator$ Asphalt Raker .................. $ Asphalt Shoveler ............... $ Batching Plant Weigher ......... $ Broom or Sweeper Operator ...... $ Bulldozer operator ........ · ... $ Carpenter ...................... $ Concrete Finisher, Paving ...... $ Concrete Finisher, Structures .. $ Concrete Paving Curbing Machine Operator ............... $ Concrete Paving Finishing Maching Operator ............... $ Concrete Paving Joint Sealer Operator ....................... $ Concrete Paving Saw Operator ... $ Concrete Paving Spreader Operator ... · ................. ~ .. $ Concrete Rubber ................ $ Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Rates 10.06 13.99 12.78 11. 01 8.80 14.15 9.88 13.22 12.80 12 .85 13.27 12.00 13.63 12.50 13.56 14.50 10.61 Operator ....................... $ 14 . 12 Electrician .................... $ 18.12 Flagger ........................ $ 8. 43 Form Builder/Setter, Structures$ 11.63 Form Setter, Paving & Curb ..... $ 11.83 Foundation Drill Operator, Crawler Mounted ................ $ 13.67 Foundation Drill Operator, Truck Mounted .................. $ 16.30 Front End Loader Operator ...... $ 12.62 Laborer, common ................ $ 9.18 Laborer, Utility ............... $ 10.65 Mechanic ....................... $ 16. 97 Milling Machine Operator, Fine Grade ..................... $ 11.83 Mixer operator ................. $ 11.58 Motor Grader Operator, Fine Grade .......................... $ 15 . 2 o htto://www. wdol. eov/wdol/scafiles/davisbacon/TX45 .dvb Fringes 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Page 1 of3 11/26/2007 Motor Grader Operator, Rough ... $ 14.50 Oi l er .......................... $ 14. 98 Painter, Structures ............ $ 1 3.1 7 Pav emen t Mark i ng Machine Operator ....................... $ 10 . 0 4 Pipelayer ...................... $ 1 1 .04 Reinforcing Steel Setter, Paving ......................... $ 14 . 86 Reinforcing Steel Setter , Structure ...................... $ 16 . 29 Roller Operator, Pneumatic, Self-Propelled ................. $ 11.07 Roller Operator, Steel Wheel, Flat Wheel/Tamping ............. $ 10.92 Roller Operator, Steel Wheel, Plant Mix Pavement ............. $ 11.28 Scraper Operator ............... $ 11.42 Servicer ....................... $ 12. 32 Slip Form Machine Operator ..... $ 12.33 Spreader Box operator .......... $ 10.92 Tractor operator, Crawler Type.$ 12.60 Tractor operator, Pneumatic .... $ 12.91 Traveling Mixer Operator ....... $ 12.03 Truck driver, lowboy-Float ..... $ 14.93 Truck driver, Single Axle, Heavy .......................... $ 11.47 Truck driver, Single Axle, Light .......................... $ 10.91 Truc k Driver, Tandem Axle, Semi -Trailer ................... $ 11.75 Truck Driver, Transit -Mix ...... $ 12.08 Wagon Drill, Boring Machine, Post Hole Driller Operator ..... $ 14.00 Welder ......................... $ 13. 57 Work Zone Barricade Servicer ... $ 10.09 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 o.oo 0.00 0.00 0.00 0.00 Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the i dentifier do not reflect collectively bargai ned wage and fringe benefit rates . Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1 .) Has there been an initial decision i n the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests htto://www.wdol.eov/wdol/scafiles/davisbacon/TX45.dvb Page 2 of3 11/26/2007 for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch .of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requester considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION htto://www.wdol.gov/wdol/scafi1es/davisbacon/TX45.dvb Page 3 of3 11/26/2007 ;.-. WAIS Document Retrieval [Code of Federal Regulations] [Title 24, Volume 1] [Revised as of January 1, 2007] From the U.S. Government Printing Off i ce via GPO Access [CITE: 24CFR135 .38] [Page 736] TITLE 24--HOUSING AND URBAN DEVELOPMENT CHAPTER I--OFFICE OF ASSISTANT SECRETARY FOR EQUAL OPPORTUNITY, DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT PART 135 ECONOMIC OPPORTUNITIES FOR LOW-AND VERY LOW-INCOME Subpart B Economic Opportunities for Section 3 Residents and Section 3 Business Concerns Sec. 135.38 Section 3 clause. All section 3 covered contracts shall include the following clause (referred to as the section 3 clause): A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The purpose of section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD-assisted projects covered by section 3, shall, to the greatest extent feasible, be directed to low-and very low-income persons, particularly persons who are recipients of HUD assistance for housing. B. The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135, which implement section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations. C . The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. D. The contractor agrees to include this section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. E. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with pe_rsons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR part 135. F. Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions, termination of this contract for default, and htto://frwebgate.access.gpo,gov/cgi-bin/get-cfr.cgi Page 1 of2 11/26/2007 - WAIS Document Retrieval debarment or suspension from future HUD assisted contracts. G. With respect to work performed in connection with section 3 covered Indian housing ass i stance, section 7(b) of the Indian Self- Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian-owned Economic Enterprises. Parties to this contract that are subject to the provisions of section 3 and section 7(b) agree to comply with section 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b). Page 2 of2 11 /?h/?007 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 10/16/2007 DATE: Tuesday, October 16, 2007 LOG NAME: OSOSCDBG/EVRD REFERENCE NO.: G-15927 SUBJECT: Authorize Use of Community Development Block Grant Year XXXI Unprogrammed Funds for Evans and Rosedale Public Plaza Improvements RECOMMENDATION: It is recommended that the City Council authorize the City Manager to approve the use of $200,000 of Community Development Block Grant Year XXXI Unprogrammed Funds for the Evans and Rosedale Public Plaza improvements. DISCUSSION: On January 11, 2000, (M&C G-12784) the City Council authorized the City Manager to apply for a grant from the Economic Development Administration (EDA) for the Heritage Center. The funds were used to reconstruct Evans Avenue from East Rosedale Street to Terrell Avenue with urban design elements including a plaza, fountain, trees, landscaping, irrigation, benches, monuments, art signage, enhanced paving, and lighting. On March 5, 2002, (M&C C-18983) the City Council authorized the City Manager to execute a contract with SRO General Contracting, Inc., for the reconstruction of Evans Avenue from East Rosedale Street to Terrell Avenue, and the construction of a public plaza near the intersection of Evans Avenue and Pulaski Street. In 2004, using the EDA funds, the City of Fort Worth completed the new design elements to the sidewalks and public plaza along Evans Avenue from Rosedale Street to Terrell Avenue. The new public plaza and sidewalk improvements incorporated historic elements placed on bronze, granite, and limestone plaques that celebrate the achievements of Fort Worth's African American community. Over time, the weather has caused deterioration to the limestone plaques and wooden park benches. Heritage and cultural tourism is considered essential to the successful revitalization of the Urban Village. The goal of the Evans and Rosedale Public Plaza improvements is to remove the existing weathered limestone plaques and replace them with engraved granite plaques, and replace the existing weathered park benches with weather resistant wrought iron park benches . The improvement price is based on an estimate provided by the city's Transportation and Public Works Department Community Development Block Grant (CDBG) funds totaling $200,000 will be used for this improvement. In accordance with the Citizen Participation Plan, a 30-day comment period was held from August 4, 2007 to September 4, 2007. No citizen comments were received during the comment period. The project is located in COUNCIL DISTRICT 8. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current operating budget, as appropriated, of Logname: 0505CDBG/EVRD Page I of 2 the Grants Funds. TO Fund/Account/Centers GR76 541600 020206005870 Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: Logname: 0505CDBG/EVRD $200 .000 .00 FROM Fund/Account/Centers GR76 539120 005206005990 Dale A. Fisseler (6140) Jerome C. Walker (7537) Deidra Emerson (7563) $200.000 .00 Page 2 of 2 TO: Mr. Charles R. Boswell City Manager Fort Worth, Texas PROPOSAL FOR: GRANITE PLAQUE INSTALLATION FOR EV ANS A VENUE PLAZA Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of the Department of Engineering and Public Works of the City of Fort Worth. Total quantities in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding on and awarding the contract. The City also reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus(+/-) 25% of the contract ward. The Contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish Performance and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated and for the following sums, to-wit: BASE BID PAY APPROX. ITEM QUANTITY DESCRIPTION OF ITEMS 1. 2. 15 EA 22 EA Remove and Dispose of Existing Engraved Limestone Time Line Panels and Install Granite Engraved Panels With Existing Inscriptions (2 Plaques per Panel) Remove and Dispose of Existing Engraved Limestone Arc 'A' Panels and Install Granite Engraved Panels With Existing Inscriptions Re-Install Existing 4" Black Granite Engraved Diamond. UNIT PRICE $ 4,116.00 $ 3,379.00 TOTAL AMOUNT $ 61,740.00 $ 74,338.00 BASE BID (Continued) PAY APPROX. ITEM QUANTITY DESCRIPTION OF ITEMS 3. 14 EA Remove and D i spose of Existing Engraved Limestone Arc 'A' Panels and Install Granite Engraved Panels With Existing Inscriptions Re-Install Existing 4" Black Granite Engraved Diamond. UNIT PRICE $ 3,410.00 TOTALBID= $ TOTAL AMOUNT $ 47 ,740.00 183 ,818.00 This contract is issued by an organization which qualifies for exemption pursuant to the provision of Article 20.04 (F) of the Texas Limited Sales , Excise and Use Tax Act. Taxes. All equipment and materials not consumed by or incorporated into the project construction, are subject to State sales taxes under House Bill 11 , enacted August 15 , 1991. The Contractor shall comply with City Ordinance 7278 , as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. The undersigned agrees to complete all work covered by these contract documents within One Hundred Twenty (120) Calendar Days from and after the date for commencing work as set forth in the written Work Order to be issued by the Owner and to pay not less than the "Prevailing Wage Rates for Street, Drainage and Utility Construction" as established by the City of Fort Worth, Texas. Within ten ( 10) working days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver an approved Surety Bond and other bonds required by the Contract Documents for the faithful performance of this Contract. The attached bid security in the amount of 5% in the sum of 5% of the greatest amount bid Dollars ($ is to be forfeited in the event the contract and bond are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. The Contractor shall mobilize within ten (10) Calendar days of the notice given by the Construction Engineer. If the Contractor fails to begin work within ten (10) calendar days, a $200 liquidated damage will be assessed per day. (I/we), acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Addendum No. 1 (Initials) Addendum No. 3 (Initials) -------------- Addendum No. 2 (Initials) Addendum No. 4 (Initials) -------------- Respectfully submitted: Cole Construction, Inc. Title: Operations Manager Address: 10315 Alta Vista Road Keller, Texas 76248 Telephone: 817-431-9636 ----------------- E-mail donnie@colecon .com (SEAL) Date: 1/3/08 FORT'WORTH ---w· City of Fort Worth Good Faith Effort Form ATTACHMENT1C Page 1 of 3 Check applicable block to describe rime · If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation Is less than the City's project goal, you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. F~llure to complete this form, in Its : entirety with supporting doqumentatlon, and received by the M;:maglng Depa~r11ent on or before , 5:0Q p.m. five (5) City bllsines~ days after .bid opening, exclusive of bid opening date; will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this project, regardless of whether it is to be provided by a M/W.BE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2nd tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities G ui \o u \ HnLJ I, (1n J Rev. 05/30/03 ADDITIONAL INFORMATION: ATTACHMENT 1C Page 3 of 3 Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the paymerit thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offerer and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the .. c· y s M/W __ B~ 9ff'~ -~ Do onf r Hunt Aut o ·zed ignature Printed Signature t ~JS D1 o~. Contact Name and Title {if different) g1J=43i -q0Jo g17 -3 7q -9 S~ Phone Number Fax Number don ofe W r oler oo, con1 Email Address l-3-V'2 City/State/Zip Date Rev. 05/30/03 VENDORCOMPLIANCETOSTATELAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-State contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-State or nonresident bidders in order for your bid to meet specifications. The failure of our-of-State or nonresident contractors to do so will automatically disqualify the bidder. Resident bidders must check the box in Section B. A. Nonresident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Nonresident vendors in (give State), our principal place of business, are not required to underbid resident bidders. B. Our Principal place of business or corporate offices are in the State of Texas [!] BIDDER: Cole Construction, Inc. By: Donnie Hunt Company Name 10315 Alta Vista Road (Please Print) Signature: '-().___,__.; ~· Address Keller, Texas 76248 Title: Operations Manager City State Zip TIDS FORM MUST BE RETURNED WITH YOUR QUOTATION ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. __ Yes -*-No Date of Listing __ / ___ ./ 3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously · listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (If yes, attach M/WBE mail listing to include name of flnn and address and a dated copy of letter malled.) _](_No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are . opened? Yes (If yes, attach list to include~ of M/WBE finn, person contacted, phone number and date and time of contact.) ~No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the 11st of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? __ Yes __ No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be In the forms of an affidavit, Include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection Rev. 05/30/03 M/WBE REQUIRED DOCUMENTATION RECEIPT Transportation & Public Works Official Date: _J_1 JO t__QQ_ Official Time: Bid Date: _I 13_1~ Project Name: Project Manager: Forms Submitted By Name: Company: Received By: 16:2 5 81 73795 258 Fax To : Co: Phone: Fax: Cou CoNsmvcnoN, INc. (also known as Sprinkle 'N Sprout Irrigation/Landscape) Mike Weiss City of Ft Worth 817-392..()892 10315 Alta Vista Road Keller, TX 76248 Ph. 817-431-9636 Fax: 817-379--5258 From: Donnie Date: 1/10/08 Re: MWBE Forms Granite Plaques for Evans Pages : 4 (including cover sheet) PAGE 01 /04 D Urgent D For Review D Please Comment 0 Please Reply d Please Quote • Comments: 01 /10/2 008 15:25 81 7 37 9525 8 FORT WORTH ~ City of Fort Worth Subcontractors/Suppliers Utilization Form ATTACHMENT 1A Page 1 of4 ---Check appllcable block to describe prime n nc.. MNV/OBE NON·M/W/DBE G,anik . BID DATE -08 CltY's MIWBE Project Goal: PROJECT NUMBER / % I % Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on pr before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid .opening date, will result in the bid being considered non-responsive to. bid specifications. The undersigned Offerer agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The Intentional and/or .knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications · M/WBEs listed toward meeting the project goal must be located in the nine (9) ·county marketplace or currently dolng business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collln, Dallas, Denton, Ellis, Kaufman and Rockwall counties . Identify each Tier level. Tier is the level of subcontracting bel9w the prime contractor, I.e., a direct payment from the prime_contr~ctor . .to a subcontractor is considered 1s1·.tler, a payment by a -suqcontractor to its suppller is. considered 2nd tier · ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonaflde minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX oon, highway division . Disadvantaged Business Enterprise (DBE) Is synonymous with Minority/Women Business Enterprise (M/WBE). 1.f .. h~uHn~-~~~-~.i.~~ ,ar.~ ·utHi~,~t !~e :pr_ir:ne :.~illJ~~' :-;~_iV,$1'.1 :cre~i~ :as :1ong _)1s :the !M/WijE i.li~ted ·owr:is and OP..~~~~~J~.\J~~a~t:.on~. ;fullY,:.lip~r,~~ft~u;i~t,9.P.-~r~~.<;mc;1! ;t~.9.~J~.-:qe .. u~~ Pn :!h,$--pRn~r~pt'. _; T~~))(it.{-v,~g r:n.~y . l~a.se trµq~~ ~flym }~.~8m~r :~tw,~~.'~r'J1!.:':1p~(4q,p_g :~§.~-~.qwr.~r:PP~~,<?r~, \~r\?-.:\f.~~-~IY~ ;full}~t'W,~,t-J~~~,.~. , ·,Pe. M/\IY.B.~_:;,·~~YiJ~~!3.~ :.truqks frQ,m, .?1J.90~MI.WB.f;s, ·.,.ni:;1!:J9..1,n~n~wner'7op~~tpr~.-J~1.,1.t_ :w!II !o,nly r.e.9~(v~.:.'9r~d1t .for the . fees and -commissions earned .bv:the-M/WBE as outlined m the lease agreement. · · .... ·.. · Rev. 5/30/03 01 /10/2 00 8 15:25 -·FoRT.;o~ 81 7 3 7 95 2 5 8 AITACHMENT 1A Page 2 of 4 Primes are required to identify & subcontractors/suppllers, regardless of status: I.e., Minority, Women and non-MNVBEs. Please rist MNVBE firms first, use addltlonal sheets If necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER n T N T Detail Detail Company Name I C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T ·o w Telephone/Fax r B B R 0 B E E C T E A Outlaw Ha.uf,fi9 II Hqul,.n3 ao 1 Joo~ ov p.o . .BoX' 18J853 I Ar ln;i +on JU 1.509'. Ph~ 11-&io-05W Cold Spr 1!'1? · GR..PtN .1T6 jJ./ /pDO . Oc5 l · 14 o I Post ffi Cir . / N\a.rbl~FoJ \.)] <o-S 4 8 00 -3;J<g -70Q I Rev. 5/30/03 01 /10 /20 0 8 15:2 5 81 737 95258 ·· FoRT WORTH ----.,.,- Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ JD ·,3ob . $ 3f{;OO . 00 P AGE 04 /04 ATTACHMENT 1A Page 4of4 0D TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS -$ 61( qao. o-O The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or deslgnee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance detennination. · By affixing a signature to this fonn, the Offerer further agrees to provide, directly to the City upon · request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offerer also agrees to allow an audit and/or examination of any books, records and files held by their company. · The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the MlW/DBE(s) on this contract. by an authorized officer or. employee of. the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offerer arid barred from participating in City work for a period of time not less than one (1) year. Donai e rd L) V) t- Printed Signature Contact Nameffitle (if dlffenmt) · Company Name 8\l-Y3l-g~J{a FaJc R/7-379-6:J Telephone andfor Fax i0316 Al ±a Vts±°' Rot Address E·mall Address daoo1e@ ·cole.co0 .com Xe I 1c:V' , TX ]brJ42 Clty!StatofZJp . Date 1-ID-D~ Rev. 5/30/03 - SPECIAL PROVISIONS GRANITE PLAQUE INSTALLATION FOR EV ANS AVENUE PLAZA 1. SCOPE OF WORK: The work covered by these plans and specifications consists of: removing existing engraved limestone panels and replacing them with engraved granite plaques in the Evans A venue Plaza located north of East Rosedale Street for the City of Fort Worth. These items are described in the Special Provisions of these specifications. The work also consists of all other miscellaneous items of construction to be performed as outlined in the Plans and Specifications, which are necessary to satisfactorily complete the work. (a) The Contractor shall mobilize within ten (10) calendar days of the notice given by the Construction Engineer for any locations. If the Contractor fails to begin work within ten (10) calendar days, a $200 liquidated damage will be assessed per day. (b) Total quantities given in the bid proposal may not reflect actual quantities, but represent the best estimate based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. (c) The number of calendar days shall be 120. 2. CONTRACT AW ARD: Contract may not necessarily be awarded to the lowest bidder. The City Engineer shall evaluate and recommend to the City Council the best bid, which is considered to be in the best interest of the City. The contract will be awarded to the lowest responsive and responsible bidder. 3. SUBMITT ALS FOR CONTRACT AW ARD: The City reserves the right to require Contractor who is the apparent low bidder(s) for a project to submit information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete the project for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the information if requested may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 4. CONTRACT TIME: The Contractor agrees to complete the Contract within the allotted number of days. If the Contractor fails to complete the work within the number of days specified, liquidated damages shall be charged, as outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specification for Construction of the City of Fort Worth, Texas. 5. EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure that the Contractor is responsive when notified SP-I of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis, the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the Contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: A. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials, and labor to ensure completion of the work within the contract time. In the event the Contractor received such a letter, the Contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. B. The Project manager and the Directors of the Department of Engineering, and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate City Council Members may also be informed. C. Any notice that may, in the City's sole discretion, be required to be provide to interested individuals will be distributed by the Engineering Department's Public Information Officer. D. Upon receipt of the Contractor's response, the appropriate City departments and directors will be notified. The Engineering Department's Public Information Officer will, if necessary, will then forward updated notices t the interested individuals. E. If the Contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 6. TERMINATION: The City reserves the right to abandon, without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City. 7. REFERENCE SPECIFICATIONS: This Contract and project are governed by the following published specifications (latest edition), except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION. CITY OF FORT WORTH; and STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION-NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS A copy of these specifications may be purchased at the Office of the Department of Transportation and Public Works, 1000 Throckmorton Street, 2°d Floor, Municipal Building, SP-2 Fort Worth, Texas 76102. The applicable specifications are indicated on the plans and in the Contract Documents. If not shown, then applicable published specifications in any of these documents may be followed at the discretion of the Contractor. 8. BID SUBMITTAL: Bidders shall not separate, detach or remove any portion, segment or sheets from the Contract Documents at any time. Failure to bid or fully execute Contract without retaining Contract Documents intact may be grounds for designating bids as "non- responsive" and rejecting bids or voiding Contract as appropriate and as determined by the Director of the Transportation and Public Works Department. 9. WARRANTY: Bidders shall be responsible for defects in this project due to contractor's faulty materials or workmanship for a period of 2 years from the date of final acceptance of the project. The Contractor shall replace at its expense any part or all of the project that becomes defective due to these causes. 10. TRAFFIC CONTROL: The Contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit", a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the latest edition of the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d Vernon's Civil Statues, pertinent sections being Section Nos. 27, 29, 30 and 31. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Traffic Services Division (phone number 871-8100), to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled the Contractor shall again contact the Traffic Services Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Traffic control will not be paid for directly, but shall be considered subsidiary to the various bid items of the contract. Contractor shall limit his work within one continuous lane of traffic at a time to minimize interruption of the flow of traffic upon the approval of the City Engineer. Driveway access to Fire Station No. 5 shall be maintained at all times. See Special Instructions to Bidders Item No. 15, for further work time restrictions on "Air Pollution Watch Days" with substantial use of motorized equipment. 12. PAYMENT: The Contractor will receive bi-weekly payment (minus 5% retainage) from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. See Paragraph 14, Special Instructions to Bidders. SP-3 13. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the Contract. 14. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall be responsible for installing all construction signs, barricades, and markings necessary to provide adequate traffic controls for purposes of construction. Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs," Item 524 and/or as shown on the plans. The furnishing, placing, and maintaining of barriers and warning and/or detour signs by the Contractor will not be paid for directly, but shall be considered subsidiary to the various bid items of the contract. Construction signing and barricades shall conform with the "Texas Manual on Uniform Traffic Control Devices. Vol. No. I." 15. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Engineering acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. · 10056). All disposal sites must be approved by the Administrator to ensure the filing is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. · SP-4 - 17. ZONING COMPLIANCE: During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 18. FINAL CLEANUP: Final cleanup shall be done for this project as soon as the work has been completed. No more than seven (7) days shall elapse after completion of construction before the roadways, sidewalks, plaza, and rights-of-way are cleaned up to the satisfaction of the Engineer. 19. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 20. CONSTRUCTION SCHEDULE: It shall be the responsibility of the Contractor to furnish the Construction Engineer, prior to construction, a schedule outlining the anticipated time each phase of construction will begin and be completed, including sufficient time being allowed for cleanup. 21. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES: The following . procedures will be followed regarding the subject item on this Contract: (a) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at tw.elve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN TEN FEET OF HIGH VOLTAGE LINES." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections. (c) When necessary to work within ten feet of high voltage electric lines, notification shall be given the power company (TXU Electric Service Company) which will erect temporary mechanical barriers, de-energize the line or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to TXU Electric Service Company and shall record action taken in each case. ( d) The Contractor is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (e) No person shall work within ten feet of a high voltage line without protection having been taken as outlined in Paragraph (c). 25. RIGHT TO AUDIT: Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor SP-5 - involving transactions relating to this Contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Contractor reasonable advance notice of intended audits. (a) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor involving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c) hereo£ City shall give subcontractor reasonable advance notice of intended audits. (b) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor and/or subcontractor for the cost of copies at the rates as contained in the Texas Administrative Code at the time payment is made. 26. TRENCH SAFETY: The Contractor must comply with the following basic requirements in order to provide for the safety and health of workers in a trench. The Contractor shall develop, design and implement the trench excavation safety protection system. The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman. The trench excavation safety protection system shall be used for all trench excavations deeper than five (5) feet. The Excavating and Trenching Operation Manual of the Occupational Safety and Health Administration, U.S. Department of Labor, shall be the minimum governing requirement of this item and is hereby made a part of this specification. The Contractor shall, in addition, comply with all other applicable Federal, State and local rules, regulations and ordinances. The Contractor shall provide all methods used for trench excavation safety protection including furnishing, designing, providing all materials, tools, labor, equipment and incidentals necessary, including removal of the system. 27. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Traffic Control, surface restoration, and cleanup are general items of work, which fall in the category of subsidiary work. 28. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions SP-6 will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material, which has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approved, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the proposed substitute is procured by the Contractor. Where the term "or equal", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to "Substitutions" shall be applicable to all sections of these specifications. 29. TEMPORARY SOIL EROSION, SEDIMENT AND WATER POLLUTION CONTROL: The Contractor shall provide all temporary soil erosion, sediment and water pollution control measures for the duration of the Contract in compliance with Federal (EPA), State of Texas, and City of Fort Worth regulations. The temporary measures shall include silt fences, temporary construction entrances, dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains, and other devices. Such prevention measures shall be in accordance with the North Central Texas Council of Governments Storm Water Quality Best Management Practices for Construction Activities. All work, materials, and equipment necessary to provide temporary erosion control shall be considered subsidiary to the Contract and no extra pay will be given for this work. 30. EXISTING UTILITIES: It shall be the responsibility of the Contractor to determine the existence of, to verify locations, elevations, and dimensions of adjacent and/or conflicting utilities in order that adjustments can be made to provide adequate clearances. The Contractor shall preserve and protect public utilities at all times during construction. Any damage to utilities resulting from the Contractor's work shall be restored at the Contractor's expense. Public utilities shall be notified when proposed facilities conflict with existing utilities. Contractor shall contact the following utility companies 48 hours prior to doing work at any location: Atmos Gas Southwestern Bell AT&T Marcus Cable TXU Electric City of Port Worth Water Department City of Port Worth Transportation and Public Works Department SP-7 Metro (214) 263-3444 1-800-344-83 77 1-800-878-8711 (817) 246-5538 1-800-233-2133 (817) 392-8275 (817) 3 92-8100 31. CONSTRUCTION: The City of Fort Worth maintains a "CONFINED SPACE ENTRY PROGRAM" for its employees, and all contractors and their subcontractors must comply with this program as a condition of the contract. All active sewer manholes, regardless of depth, are defined as "permit required confined spaces". Contractors will be required to complete the "CONFINED SPACE ENTRY PERMIT" used by the Fort Worth Water Department (Field Operations Division) for each entry and possess and use the equipment necessary to comply with this program. The cost of complying with this program will be considered subsidiary to any pay items involving work in confined spaces. 32. DESCRIPTION OF PAY ITEMS: A. NON-PAY ITEMS: PROTECTION OF FENCES, TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including the Evans Avenue Plaza, fountain, irrigation system, tree drains, fences, lawns, yards, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. No direct payment will be made for this item, and it shall be considered incidental to this Contract. B. PAY ITEMS: 1. Remove and Dispose of Existing Engraved Limestone Time Line Panels and Install Granite Engraved Panels with Existing Inscriptions: 2. Remove and Dispose of Existing Engraved Limestone Arc 'A' Panels and Install Granite Engraved Panels with Existing Inscriptions. Re-Install Existing 4" Black Granite Engraved Diamond: 3. Remove and Dispose of Existing Engraved Limestone Arc 'B' Panels and Install Granite Engraved Panels with Existing Inscriptions. Re-Install Existing 4" Black ·Granite Engraved Diamond: SECTION 02780 BRICKPAVERS & CUT STONE SPECIFICATIONS: PART! -GENERAL 1.1 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY This Section includes the following: 1. Existing brick pavers set in mortar setting bed are to be replaced if removed for or damaged by the installation of the granite plaques. SP-8 1.3 2. Cut-stone set in mortar setting bed. SUBMITIALS A. Product Data: For the following: 1. Brick pavers. 2. Granite panels. 3. Mortar and grout materials. B. Samples for Initial Selection: Manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available for each type of unit paver and granite indicated. Pavers are to match existing materials used in the Evans Avenue Plaza. Granite color shall be 'Ming Gold'. C. Samples for Verification: Full-size units of each type of unit paver and granite indicated; in sets for each color, texture, and pattern specified, showing the full range of variations expected in these characteristics. D. Qualification Data: For firms and persons specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and addresses of Engineers and owners, and other information specified. 1.4 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed unit paver installations similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Source Limitations: Obtain each type of unit paver, joint material, and setting material from one source with resources to provide materials and products of consistent quality in appearance and physical properties. 1.5. DELIVERY, STORAGE, AND HANDLING . A. Protect unit pavers during storage and construction against soiling or contamination from earth and other materials. 1. Cover pavers with plastic or use other packaging materials that will prevent rust marks from steel strapping. B. Store cementitious materials on elevated platforms, under cover, and in a dry location. Do not use cementitious materials that have become damp. 1.6 PROJECT CONDITIONS A. Cold-Weather Protection: Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen subgrade or setting beds. Remove and replace unit paver work damaged by frost or freezing. B. Weather Limitations for Mortar and Grout: Comply with the following requirements: 1. Cold-Weather Requirements: Protect unit paver work against freezing when atmospheric temperature is 40 deg F ( 4 deg C) and falling. Heat materials to SP-9 2. provide mortar and grout temperatures between 40 and 120 deg F ( 4 and 49 deg C). Provide the following protection for completed portions of work for 24 hours after installation when the mean daily air temperature is as indicated: below 40 deg F ( 4 deg C), cover with weather-resistant membrane; below 25 deg F (-4 deg C), cover with insulating blankets; below 20 deg F (-7 deg C), provide enclosure and temporary heat to maintain temperature above 32 deg F (0 deg C). Hot-Weather Requirements: Protect unit paver work when temperature and humidity conditions produce excessive evaporation of setting beds and grout. Provide artificial shade and windbreaks and use cooled materials as required. Do not apply mortar to substrates with temperatures of 100 deg F (38 deg C) and higher. a. When ambient temperature exceeds 90 deg F (32 deg C) with a wind velocity greater than 8 mph (13 km/h), set pavers within 1 minute of spreading setting-bed mortar. PART 2 -PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Brick Pavers: Pine Hall Brick Co. or approved equal. 2.2 COLORS AND TEXTURES Colors and Textures: As indicated by manufacturer's designations. 2.3 UNIT PAVERS A. Brick Pavers: Light-traffic paving brick; ASTM C 902, Class SX, Type I, Application PX. Provide brick without frogs or cores in surfaces exposed to view in the completed Work. B. Brick Pavers: Heavy vehicular paving brick; ASTM C 1272, Type F, Application PX. Provide brick without frogs or cores in surfaces exposed to view in the completed Work. C. Cut Stone: Granite, l" thick, with steeled (sandblasted) finish suitable for pedestrian traffic. Contractor shall submit sample of 'Ming Gold' colored granite material with a steeled finish to engineer for approval prior to engraving. Granite plaque dimensions and engraving shall match existing limestone plaques that will be removed. 2.4 PORTLAND CEMENT MORT AR SETTING-BED MATERIALS A. Portland Cement: ASTM C 150, Type I or II . B. Hydrated Lime: ASTM C 207, Type S. C. Water: Potable. SP-10 2.5 MORT AR MIXES A. General: Comply with referenced standards and with manufacturers' written instructions for mix proportions, mixing equipment, mixer speeds, mixing containers, mixing times, and other procedures needed to produce setting-bed and joint materials of uniform quality and with optimum performance characteristics. Discard mortars and grout when they have reached their initial set. B. Cement-Paste Bond Coat: Mix bond coat to a consistency similar to that of thick cream and consisting of either neat cement and water or cement, sand, and water., 1. For latex-modified portland cement setting-bed mortar, substitute latex admixture for part or all of water per directions of latex-additive manufacturer. C. Portland Cement-Lime Setting-Bed Mortar: Type M complying with ASTM C 270, Proportion Specification. PART 3 -EXECUTION 3.1 EXAMINATION Examine areas indicated to receive paving, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 3.3 A. B. A. B. C. PREPARATION Vacuum clean concrete substrates to remove dirt, dust, debris, and loose particles. Remove substances from concrete substrates that could impair mortar bond, including curing and sealing compounds, form oil, and laitance. INSTALLATION, GENERAL Do not use unit pavers with chips, cracks, voids, discolorations, and other defects that might be visible or cause staining in finished work. Mix pavers from several pallets or cubes, as they are placed, to produce uniform blend of colors and textures. Cut unit pavers with motor-driven masonry saw equipment to provide clean, sharp, unchipped edges. Cut units to provide pattern indicated and to fit adjoining work neatly. Use full units without cutting where possible. Hammer cutting is not acceptable. D. Joint Pattern: As indicated on plans. E. Tolerances: Do not exceed 1/16-inch (1.6-mm) unit-to-unit offset from flush (lippage) nor 1/8 inch in 24 inches (3 mm in 600 mm) and 1/4 inch in 10 feet (6 mm in 3 m) from level, or indicated slope, for finished surface of paving. SP-11 F. Expansion and Control Joints: Provide for sealant-filled joints at locations and of widths indicated. Provide joint filler as backing for sealant-filled joints where indicated. Install joint filler before setting pavers. G. Where pavers embedded in concrete are indicated as edge restraints for pavers set in aggregate setting bed, install pavers embedded in concrete and allow concrete to cure before placing aggregate setting bed and remainder of pavers. Hold top of concrete below aggregate setting bed. 3.4 MORTAR SETTING-BED APPLICATIONS A. Saturate concrete subbase with clean water several hours before placing setting bed. Remove surface water about one hour before placing setting bed. B. Apply cement-paste bond coat over surface of concrete subbase about 15 minutes before placing setting bed. Limit area of bond coat to avoid its drying out before placing setting bed. Do not exceed 1/16-inch (1.6-mm) thickness for bond coat. C. Apply mortar bed over bond coat immediately after applying bond coat. Spread and screed setting bed to uniform thickness at subgrade elevations required for accurate setting of pavers to finished grades indicated. D. Mix and place only that amount of mortar bed that can be covered with pavers before initial set. Cut baqk, bevel edge, remove, and discard setting-bed material that has reached initial set before placing pavers. E. Wet brick pavers before laying if the initial rate of absorption exceeds 30 g/30 sq. in. (30 g/194 sq. cm) per minute when tested per ASTM C 67. Allow units to absorb water so they are damp but not wet at the time of laying. F. Place pavers before initial set of cement occurs. Immediately before placing pavers on setting bed, apply uniform 1/16-inch-(1.5-mm-) thick, slurry bond coat to bed or to back of each paver with a flat trowel. G. Tamp or beat pavers with a wooden block or rubber mallet to obtain full contact with setting bed and to bring finished surfaces within indicated tolerances. Set each paver in a single operation before initial set of mortar; do not return to areas already set and disturb pavers for purposes of realigning finished surfaces or adjusting joints. H . Spaced Joint Widths: Butt joint, with sand swept into voids. 3.5 REPAIR, POINTING, CLEANING, AND PROTECTION Remove and replace unit pavers that are loose, chipped, broken, stained, or otherwise damaged or that do not match adjoining units as intended. Provide new units to match adjoining units and install in same manner as original units, with same joint treatment and with no evidence of replacement. END OF SECTION 02780 SP-12 CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406 .96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Project Granite Plague Installation for Evans Avenue Plaza and City of Fort Worth Project No . DOE 5866 . STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR: Cole Cons±ruc±ra n By: ~..c If' . Name : i!OJnoe±bJbor 0(: Title: PcP2A . Date 01s;2 authority, on this day personally appeared known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged that he executed the same as the act and deed of for the purposes and consideration therein expressed and in the capacity therein stated . Given Under My Hand and Seal of Office this _6_ day of v/J1@ , 2o[JJ ~,..~~~:.,,. Rhonda R Sweet ~~~·-· .... ,·~ . r;"" 't\ Notary Publi~, ~tate of .Te~as \.,'.. .::! My Comm1ss1on Expires . ·~::.!ii'\.~~ September 13, 2009 .......... Texas CERTIFICATE OF INSURANCE STANDARD FORM BY INSURER EXPERIENCE RECORD L. t f . t . f h 1s o proJec s your orgamza 10n as success full 1 t d ycompe e : Amount Of Contract Type of Work Date Accepted Name and Address of Owner Award List of projects your organization is now engaged in completing: Amount Of Contract Type of Anticipated Name and Address of Owner Award Work Date of Completion List Surety Bonds in force on above incomplete work: Date of Contract Award Type of Work Amount of Name and Address of Bond Bond Surety EQUIPMENT SCHEDULE List of Equipment owned by Bidder that is in serviceable condition and available for use: Portions of work Bidder proposes to sublet in case of Award of Contracts including amount and type: r [ r L [ THE STATE OF TEXAS COUNTY OF TARRANT § § § Bond# 22 7 6 0 8 5 PAYMENT BOND KNOW ALL BY THESE PRESENTS : That we , (1) ____ C_o_le_C_o_n_s_tr_u_c_ti_o_n~, _ln_c _____ , as Principal herein, and (2) Ind ep e nd e nce Casualty and Surety Company a corporation organized and existing under the laws of the State of (3) Te x as , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein , in the amount of One Hundred Eighty Three Thousand, Eight Hundred Eighteen Dollars and No Cents Dollars ( $183,818.00) for the payment whereof, the said Principal and Surety bind themselves and their heirs , executors , admin istrato rs , successors and assigns , jointly and severally, firmly by these presents : WHEREAS, the Principa l has entered into a certain written contract with the Obligee dated the 25th day of February , 2008 , which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length , for the following project: GRANITE PLAQUE INSTALLATION FOR EVANS AVENUE PLAZA Project No. DOE 5866. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH , that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code , as amended) supplying labor or materials in the prosecution of the work under the contract , then this obligation shall be void; otherwise , to remain in full force and effect. PROVIDED , HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code , as amended , and all liabilities on this bond shall be determined in accordance with the provisions of said statute , to the same extent as if it were copied at length herein . IN WITNESS WHEREOF , the duly authorized representatives of the Principal and the Surety have executed this instrument. r SIGNED and SEALED this 26th day of February , 2008. r I - f - L L l r Cole Construction, Inc. ~,s;J (Principal) Secretary (SE AL) Secretary (SE AL) NOTE : (1) (2) (3) Address: 10315 Alta Vista Road Keller, TX 76248 Independence Casualty and Surety Company ~-~' -~~~ "-~\,,.___ Patricia A. Smith Name : _____________ _ Attorney in Fact Address : 2201 N. Collins /1295 Arlington, TX 76011-2698 Telephone Number: 817-794-1600 Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated . In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. No. 0004782 ICWGROUP Power of A ttorney Insura nce Company of the West Explorer I ns u rance Company Independen ce Casualty and Surety Com pany KNOW ALL MEN BY THESE PRES ENTS : That In surance Compa ny of th e West, a Corporati on dul y organized und e r th e laws of the State of California, Ex plorer In s urance Company, a Corp orat ion duly organi zed under th e laws of th e State of California, and Ind epend ence Cas ua lty and Surety Company, a Corporation dul y organized unde r th e laws of th e State of Texas, (collectively referred to as the "Companies"), do hereby ap point JAC K M . C ROWLE Y, PATRI C IA A . SM ITH , JOBETH WE LL S the ir true and lawful Attomey(s)-in-Fact wilh authority to date , execute, s ign, sea l, and deliver on behalf of the Compani es , fid e li ty and s urety bond s , und e rtakings , and other si mil a r contracts of s ure tys hip, and any related documents . In witness whereof, the Companies have caused th ese presents to be executed by it s duly a uthori zed officers thi s 2nd day of January, 2008 . Je ffr ey D. Sweeney, Assistant Secretary State of Californi a County of San Di ego } ss . INSURANCE COMPANY OF THE WEST EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY J . Douglas Browne, Senior Vice President On January 2, 2008, before me, Mary Cobb, Notary Public , personally appeared J . Douglas Browne and Jeffrey D. Sweeney, who proved to me on th e basis of sati sfactory evidence to be the perso n(s) whose name(s) is/are s ubscribed to th e within instrument, and acknowledged to me that they executed the sa me in their a uthori zed capacities, and that by th eir signatures on th e in strument, th e entity upon behalf of whi ch the perso ns acted, exec uted th e in strument. I certify under PENA LTY OF PERJURY und e r th e laws of th e S tat e of California that the foregoing paragraph is true an d co rrect. a \.MAflVCOBB I I I COMM. t1H602390 ft NOTAAY PUB1JC.CM.1UU1A SAN OIEGOCDUNTV MV comrntsaionE~illu - SEPTEMBER 20. 2009 RESO LUTI ONS · Witness my hand and official seal. Mary Cobb, Notary Publi c This Power of Attorney is granted and is signed, sealed and notari zed w ith facsimile sig natures and seals under authority of the following reso lutions adopted by the respective Boards of Directors of each of th e Companies : "RESOLVED: That the Presiden t, an Executive or Senior Vice Pres ident of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney ap pointin g the person(s) named as Attorney(s)-in-Fact to date , execute, s ign, seal, and deliver on behalfofthe Compan y, fid e lity and surety bonds, und e rtakings, and other si milar co ntracts of s ur etys hip , and a ny related documents. RESOLVED FURTHER: That the signatures of the officers making th e appointment, and th e signature of any officer certifying th e validity and current status of the appointment, may be facsimile representations of those s ignatures ; and the signature and seal of any notary, and the seal of the Company, may be facsimile representation s of those s ignatures and seal s, and such facsimile representation s shall have th e same force and effect as if manually affixed . The fa csimile re presentations referred to herein may be affixed by stampin g, printing, typing, or photocopying ." CERTIF ICATE 1, the undersigned , Assistant Secretary of In s uran ce Company of the West, Explorer In s ura nc e Company , and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, a nd has not been revoked , and that th e above reso lutions were duly adopted by the re spective Boards of Directors of the Compani es , and are now in full force . IN W ITNESS WHEREOF, I have set my han d thi s 26th day of __ F_e_b_r _u_a_r~y~----__ 2_0_0_8 __ Jeffrey D. Sweeney, Assistant Secretary · To veri fy th e authenticity of thi s Powe r of Attorn ey you may call 1-800-877 -1111 and as k for th e Sur ety Division . Please refer to the Po we r of Attorney Numbe r, the above named individual(s) and deta il s of the bond to which the powe r is attached . For information or filing claims, please contact Surety C laims, IC W Gro up , 114 55 El Camino Real , San Di ego , CA 92130-2045 or ca ll (858) 350-2 400 . [ r l [ THE STATE OF TEXAS COUNTY OF TARRANT Bond# 22 76085 PERFORMANCE BOND § § § KNOW ALL BY THESE PRESENTS : That we , (1) ____ C_o_l_e_C_o_n_st_r ........ u_c_ti_o_n~, _ln_c ____ , as Principal herein, and (2) Independence Casualty and Surety Compan y a corporation organized under the laws of the State of (3) _T_e_x_a_s ______ , and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas , Obligee herein, in the sum of One Hundred Eighty Three Thousand, Eight Hundred Eighteen Dollars and No Cents Dollars ( $183,818.00) for the payment of which sum we bind ourselves, our heirs , executors, administrators , successors and assigns, jointly and severally, firmly by these presents. WHEREAS , Principal has entered into a certain written contract with the Obligee dated the 26th day of February , 2008, a copy of which is attached hereto and made a part hereof for all purposes , for the construction of: GRANITE PLAQUE INSTALLATION FOR EVANS AVENUE PLAZA Project No. DOE 5866. NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications , and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER , that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute , to the same extent as if it were copied at length herein . IN WITNESS WHEREOF , the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 26th day of February , 2008. r [ r l [ [ (SE AL) Cole Construction, Inc. Title : ~40~ ----"------------- Address: 10315 Alta Vista Road ~ Keller, TX 76248 ',. ~-... _ · .. . .... _ .. -._. .. ..._ _______ ... ~ .... .. .. ----"'"' ....... _.....,... .... --- Independence Casualty and Surety Company ATIES>-:1 Secretary ;% ~ . ' .~~&~"" Name: Patricia A. Smith Attorney in Fact (SE AL) NOTE: (1) (2) (3) Address: 2201 N. Collins lt295 Arlington, TX 76011-2698 Telephone Number: 817-794-1600 Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. No. 0004782 ICW GROlJl' Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS : That Insurance Company of th e West, a Corporation duly organized unde r the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under th e laws of the State of California, and Ind epe nd ence Casualty and Surety Company, a Co rporation dul y organized under the laws of the State of Texas , (collectively referred lo as the "Companies"), do he reb y appoint JACK M. CROWLEY, PATRICIA A. SMITH , JOBETH WELLS their true and lawful Attomey(s)-in-Fact with authority to date , execute, s ign , seal, an d deliver on behalf of the Companies, fid e li ty and surety bonds , undertaki ng s, and other s imilar contracts of s uretyship, and any related documents. In witn ess whereof, th e Companies have caused these presents to be execut ed by its duly authorized officers thi s 2nd day of January, 2008 . Jeffrey D. Sweeney, Assistant Secretary State of Ca lifornia County of San Diego } ss . INSURANCE COMPANY OF THE WEST EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY J . Douglas Browne, Senior Vice Preside nt On January 2 , 2008 , before me , Mary Cobb, Notary Public, personally appeared J . Douglas Browne and Jeffrey D . Sweeney, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are s ubscribed lo the within instrument, and acknowledged to me that they executed the sa me in th e ir authorized capacities, and that by their signatures on the in strument, the entity upon behalf of which the persons acted, executed the instrument. I certify under PENALTY OF PERJURY under th e laws of th e Stale of Ca lifornia that the foregoing paragraph is true and correct. a \-MAflvcl. I COMM . *16023go B NOT.MY PU8UC-CM.IUUIA SAN OIEGOCDUNTV MV commission Ex,>iMI - SEPTEMBER 2D. 20ma RESOLUTIONS Witness my hand and official seal. Mary Cobb, Notary Public This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the re s pective Boards of Directors of each of the Companies: "RESOLVED: That the Pres id ent , an Executive or Senior Vice Pres id e nt of the Company, togethe r with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attorney(s)-in-Facl to date, exec ute , sign, seal, and deliver o n behalf of th e Company, fidelity and surety bonds, undertakings , and other similar contracts of suretys hip , and any related documents . RESOLVED FURTHER: That the signatures of the officers making th e appointment, and the signature of any officer certifying th e validity and current statu s of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those s ignatures and sea ls, and such facsimile representation s shall have the same force and effect as if manually affixed . The facsimi le representations referred to herei n may be a ffixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned , Assistant Secretary of Insurance Company oflhe West, Explorer In surance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revok ed, and that the above resolution s were duly adopted by the respective Boards of Directors of the Companies, and are now in full force . IN WITNESS WHEREOF, I have set my hand thi s 26th day of __ F_e _b_r _u_a_r~y~----__ 2_0_0_8 __ Jeffrey D. Sweeney, Ass istant Secretary · To verify th e authenticity of thi s Powe r of Attorney yo u may call 1-8 00-877-1 111 and ask for the Surety Division . Please refe r to the Power of Attorney Number, the above named individual(s) and details of th e bond to which the power is attach ed . For information or filing claims, please contact Surety Claim s, ICW Group, 114 55 El Camino Real , San Diego , CA 92130-2045 or call (858) 350-2400. -,~--------------------------·----------------------------------------__J Bond# 22 76085 MAINTENANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS : That Cole Construction, Inc Independence Casu al t y a nd Sur e ty Co mp a n y ("Contractor"), as principal , and , a corporation organized under the laws of the State of Te xas ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth , a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas , ("City ") in Tarrant County, Texas , the sum of One Hundred Eighty Three Thousand, Eight Hundred Eighteen Dollars and No Cents Dollars ($183,818.00), lawful money of the United States , for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves , their heirs , executors , administrators , assigns and successors , j ointly and severally . This obligation is conditioned , however, that: WHEREAS , said Contractor has th is day entered into a written Contract with t he City of Fort Worth , dated the 26th of February , 20 08 , a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements : GRANITE PLAQUE INSTALLATION FOR EVANS AVENUE PLAZA the same being referred to herein and in sa id contract as the Work and being designated as project number(s) DOE 5866 and said contract , including all of the specifications , conditions , addenda , change orders and written instruments referred to there in as Contract Documents being incorporated herein and being made a part hereof; and , WHEREAS , in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City ; and WHEREAS , said Contractor binds itself to maintain said work in good repair and condition for said term of 2 (Two) Years ; and WHEREAS , said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period , if in the opinion of the Director of the City of Fort Worth Department of Eng ineering , it be necessary; and , WHEREAS , said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein prov ided . NOW THEREFORE , if said Contractor shall keep and perform its said agreement to ma inta in , repair or reconstruct said Work in accordance with all the terms and condit ions of said Contract , these presents shall be I r Bond# 2276085 null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect , and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF , this instrument is executed in _6_ counterparts , each of which shall be deemed an original , this 26th day of February , AD. 2008 . Cole Construction, Inc. PRINCIPAL ATTEST: ~ ~daSm Name : ~e_,,; Title: _ __,.,~'--"'---'-.....C..-----'-;/~=-------- (Principal) Secretary (SE AL) ATTEST:~ Secret £ (SE AL) NOTE: ( 1) (2) (3) Address : 10315 Alta Vist a Road ------------- Ke 11 er, TX 76248 Independence Casualty and Surety Compan y Name: Patricia A. Smith Attorney in Fact Address: 22 01 N. Collins 112 95 Arling ton, TX 76011-2 698 Telephone Number: 817-794-1600 Correct name of Principal (Contractor). Correct name of Surety . State of incorporation of Surety Telephone number of surety must be stated . In addition , an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. --- ... __ .. " ----,- ---......... ,..,....,...--- ·' ------------,,..,.., ---- No. 0004782 ICWGROUP Power of Attorney Insu rance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That In s urance Company of the West, a Corporation duly organi zed unde r the laws of the State of Ca lifornia, Explorer Insurance Company, a Corp oration duly organi zed under th e la ws of the State of California, and Ind e pendence Cas ual ty and Surety Compan y, a Corporati on duly organized under th e laws of th e State of Texas , (collectively referred to as th e "Compani es"), do here by appoint JACK M . CROWLEY, PATRIC IA A. SMITH, JOBETH W E L LS their true and la wful Attorney(s)-in-Fact with authority to da te, execut e, s ign, seal, and de live r on behalf of th e Companies, fid e li ty and s urety bond s , unde rtakings, and other s imilar contracts of s uretys hip, and any re lated docum ent s . ln witness whereof, th e Compa ni es have caused these presents to be executed by its duly a uthori zed officers thi s 2nd day of January , 2008 . Jeffrey D. Sweeney, Assistant Secretary State of Ca liforni a County of San Di ego } ss . INSURANCE COMPANY OF THE WEST EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY J. Dou gla s Browne, Senior Vice Presi de nt On January 2 , 2008, before me, Mary Cobb, Notary Publi c, persona ll y appeared J . Dougl as Browne and Jeffrey D . Sweeney, who proved to me on th e basis of satisfactory evidence to be the person(s) whose name(s ) is/are s ubscribed to th e within instrum e nt , and acknowledged to me that they executed the same in th e ir a uthorized capacities, and that by their s ig natures on th e in s trument, th e entity upon behalf of which the persons acted, exec uted th e in strume nt. I certify under PENA LTY OF PERJURY under th e laws of the State of California that th e foregoing para gra ph is true and correct. a I. I I 'MARVCOBB COMM . *160a!l90 R NOTAPtY PUBIJC.CflllUUI SAN DIEGO COUNTY MV Commlsaion Eiq,iMI - 81EPTEM8ER 2D. 2009 RESOLUTI O NS Witness my hand and official seal. Mary Cobb , Notary Public This Power of Attorney is granted and is s igned, sealed and nota ri zed with facsimile s ignatures and seals under authority of th e followin g resolutions adopted by the res pective Boards of Directors of each of the Compa ni es : "RESOLVED : That th e Pres id e nt, an Executi ve or Senior Vice President of the Com pa ny, together with the Secretary or any As si s tant Secretary, are hereby a uthori zed to exec ute Powe rs of Attorney a ppointing th e person(s) named as Attorney(s)-in-Fact to date , execute, s ign , seal, and de liver on behalf of the Company, fid e lity and surety bonds, undertakings , and other s imil a r contracts of s ur etys hip, and any related documents . RESOLVED FURTHER: That th e s ignatures of the office rs making the appointment, and the signature of any officer certifying the validity and current s tatus of th e appointment, may be fa csimile re presentations of those signatures; and the signature a nd seal of any notary, and the seal of the Company , may be facsimile representation s of th ose s ignatures and seals, and such facsimile re presentation s s hall have the same force and e ffect as if manually affixed . The facs imil e re presentations refe rred to here in may be affixed by s tamping, printing, typing, or photocopy ing." CERTLFICATE I, the undersigned, Assistant Secretary of In s uran ce Company o f the West, Explorer In s urance Compa ny , and Indepe nd ence Cas ualty and Surety Company, do he reby certify that the foregoing Power of Attorney is in full force and effect, a nd has not been revoked , a nd that th e above resolution s were dul y adopted by th e respective Boards of Directors of th e Compani es , and are now in full force. IN WITN ESS WHEREOF, I have set my ha nd this 26th day of __ F_e_b_r_u_a_r_y~----__ 2_0_0_8 __ Jeffrey D . Sweeney, Assistant Secretary · To verify th e authenticity of thi s Power of Attorney yo u may call 1-8 00-877-1111 and ask for the Surety Division . Please refer to the Po wer of Attorney Numbe r, the above named individual(s) and details of th e bond to which th e power is attached . for information or filin g cl a im s , pl ease contac t Surety Claims, !CW Group , 114 55 El Camino Real , San Di ego, CA 92 13 0-2045 or call (858) 350-2400. THE STATE OF TEXAS COUNTY OF TARRANT CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL MEN BY THESE PRESENTS : This agreement made and entered into this the 26th day of February , 20 08 by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, AD., 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city , and the City of Fort Worth being hereinafter termed Owner, and Cole Construction, Inc., HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows : 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows : GRANITE PLAQUE INSTALLATION FOR EVANS AVENUA PLAZA Designated as project number, ___ D_O_E_58_6_6 ___ _ 2 . That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance w ith the Plans and Specifications and Contract Documents prepared by the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth , which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Transportation and Public Works Department of the City of Fort Worth . 4 . The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Transportation and Public Works Department of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 120 (One Hundred Twenty) working days . If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of$ 210.00 per working day, not as a penalty but as liquidated damages , the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications, and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete the same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if, in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said Plans and Specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6. Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend , at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents , employees , subcontractors , licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this C-2 Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees . In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstand ing as a result of work performed under a City Contract. 7. The Contractor agrees , on the execution of this Contract, and before beginning work, to make, execute and del iver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work , such bonds being as provided and required in Texas Government Code Section 2253, as amended , in the form included in the Contract Documents , and such bonds shall be 100 percent (100%) of the total contract price , and the said surety shall be a surety company duly and legally authorized to do business in the State of Texas , and acceptable to the City Council of the City of Fort Worth. 8 . Said City agrees and binds itself to pay, and the said agrees to rece ive , for all of the aforesaid work, and for all additions thereto or deductions therefrom , the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates N/A shall be ONE HUNDRED EIGHTHY THREE THOUSAND, EIGHT HUNDRED EIGHTEEN DOLLARS AND NO CENTS $183,818.00 C-3 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Transportation and Public Works Department. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas , a copy of which is attached hereto and made a part hereof the same as if it were copies verbatim herein. 11. The Contractor shall procure and shall maintain during the life of this contract insurance as specified in paragraph 8 of Specia l Instruct ion to Bidders of th is contract documents. 12 . It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in Six (6) counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached . The Contractor has executed this instrument through its duly authorized officers in Six (6) counterparts with its corporate seal attached . C-4 Done in Fort Worth, Texas , this the __ 26 ...... th ___ day of ____ F.;;..;eb=r-=u=arv_.____, 20 08 . RECOMMENDED: DIRECTOR, DEPARTMENT OF ENGINEERING (Contractor) BY:~e:#1'~ ~ (Representative) (TITLE) !Odl.5 A~ d;;:>4-Lb (Address) k~~~ .zF 7~~~ (City/State/Zip) November 1960 Revised May 1986 Revised September 1992 Revised January 1993 Revised April 1999 Revised June 1999 Revised June 2001 C-5 CITY OF FORT WORTH S~C..i ASSISTANT CITY MANAGER ~::::ui. • ...rr RANSPORTATION AND WORKS ATIEST: A The work to be performed under this Contract is subject to th e requirements of section 3 of the Housing and Urban Development Act of 1968, as amended 12 U.S.C. 170 I u (section 3). The purpose of section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD-assisted projects covered by section 3, shall, to the greatest extent feasible , be directed to low-and very low-income persons, particularly persons who are recipients of HUD assistance for housing . B. The parties of this Contract agree to comply with HUD's regulations in 24 CFR part 135, which implement section 3 . As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations . C . The Contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding , if any, a notice advising the labor organization or workers' representative of the contractor 's commitments under this section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the section preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the anticipated date the work shall begin. D . The contractor agrees to include this Section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135 , and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. E. The Contractor will certify that any vacant employment positions, including the training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR part 135. F. Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. G. With respect to work performed in connection with section 3 covered Indian housing assistance, section 7(b) of the Indian Self-Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (I) preference and opportunities for training and employment shall be g iven to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian- owned Economic Enterprises. Parties to this contract that are subject to the provisions of section 3 and section 7(b) agree to comply with section 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b). APPENDIX PLAZA PLAN GRANITE INSTALLATION DETAILS GRANITE ENGRAVING (PICTURES FOUffMj VAl.l.T • STAKED---n IN FELD AK) APl'ROVED ~ --.. u BY LA PRIOR TO INSTALLATION COLUMN TYPE 'B' (TYP. Of 10 @ AIGATION Q.OCI( • STAKED -n IN fE..O AKJ APl'ROVED BY LJ LA PRIOR TO INSTALLATION ~ DESCRIPTION DATE CITY APP ./DA TE REVISIONS GENERAL NOTES : 2.) ALI.. M'AOVB.ENTS SHAU.. llE STAKED IN TIE FEI.D BY TIE CONTRACTOR AKJ APPROVED BY TIE I..AN)SCAPE ARCHTECT AN> TIE 0Vt1'ER"S REPRESENTATIVE PROA TO CONSTRUCTIOI OR INST AlJ..A TION. 3.) TIE CONTRACTOR SHAU. VERIFY ALI.. EAse.ENT u-ES IN TIE FED PAIOR TO BE~ WOfK 4J CONTRACTOR SHALL VEPFY ALI.. IJTUTES SHOWN ON Tl-ESE Pl.ANS AS WB.J. AS mY OTIERS IN FE..D PflOR TO ST AAr OF CON$lHUCTlON. 5J ALI.. CONSTff.JCTION WU. COll'ORM TO TIE arY OF FOAT WORTH ST AlflARDS AKJ SPECFICA TlONS. 8..l AU. OIMENSKlNS AfE TO FACE OF ORI ANl FACE OF BLUJNl IKESS OTH:AWISE NOTED. 7 J REN'OACEMENT SHOU.D BE CONTHJOUS TKIOJ<lH CONTROL JOINTS. BJ TIE CONTRACTOR WU COORllHATE INSTALI..ATION OF ALI.. SIGNS, PAI/BENT MAAKIHGS AKJ OnER TRAFflC CONTROL CEVICES WITH OlH:11 CONTRACTORS ON SITE. • @ CAST STONE BALLUSTRADE WALJ.. 138.57 PLAZA POOI.M • iJ81.77 "'180.16 ,161..48 ITT.16 lll127 l68.68 L.EGEN) ~~­-r . · 1 I I TIE CENTER OF PLAZA IS TIE CONTROL POINT FOR LAYOUT & C&ENSKlt&'«:, OF ALI.. 8..EI.ENTS · Of TIE PLAZA AN> EV ANS A VEN.JE. TIE COOROINA TE V Al.il: FOR TIE CENTER Of PLAZA IS: N 695.2704.67 E 233208220 PlfASE NOTE ALI.. IWllJS llt,ENSIQNS I.ABB.BJ & RADIAL TO 1ltS CENTER PONT IN TIE PLAZA. BRICK "A" PAVING BRICK 11" PA Vl«3 ROCI( SALT FNSIEl C0NCJETE t07 3114.07 148.25 /26.98 !47.68 r42Z7 "40.13 ',52..77 l3tB4 103.73 >08.75 f 56.24 CITY OF FORT WORTH, TEXAS PORTATION / PUBLIC WORKS DEPT. EVANS AVENUE >LAZA ENLARGEMENT PLAN SHEET ro SCALE '---~--------------_JST 2007 LA.3 r BRICK 'B', BAND - CUT AS SHOWN, lYP. No.~ LIMESTONE BAND, TYP. BRICK 'A', RUNNING BOND, TYP. ROCK SALT FINISH 3000 PSI CONCRETE, TYP . DESCRIPTION DATE CITY APP./DATE REVISIONS · BRICK 'A', BAND AS SHOWN, TYP. LIMESTONE ARC, TYP. ROCK SALT FINISH . 3000 PSI CONCRETE @PLAZA PAVING DETAIL .3 . CITY OF FORT WORTH, TEXAS TRANSPORTATION/ PUBLIC WORKS DEPT. EVANS AVENUE GRANITE PLAQUE INSTALLATION SCALE : NOTTO SCALE SHEET ~, _____________ _.1__D-AT-E: ___ A_u_G_u_s_T_2_0_01 _____ __.__ 0 _r_.3......., No. l-:,. DESCRIPTION REVISIONS CUT LIMESTONE PANEL 3" THICK W/ --126WOR0S, MAX 1' LETTERS TO BE PROVIDED BY LANDSCAPE ARCH . 4" DIAMOND WI ENGRAVED SYMBOL TO BE PROVIDED BY LANDSCAPE ARCH i'. FROM CAMERA READY ART !\ ! \ ~-~·~' ~· 1/8" GROOVE BLACK \ . \ LIMESTONE ARC DETAIL TYP OF 36 SCALE: 1/8" = 1 '-0" 1/Z' EPOXY GROUT BED TYP l I ~~ ¢:=i.. .............. · ..... · .. : ............. : ..................... · .... L ...... :................... · -.: ............ Jf f BUTT JO INT 1/8" GROOVE . BLACE ~ ====:::!l==:=====!--1 --------9'-3"--------,r CUT LIME STONE PANEL, 3" THICK W/ 150 WORDS MAX, 1" LETTERS TO BE PROVIDED BY LANDSCAPE ARCH LIMESTONE BAND DETAIL (TYP OF 15) DATE CITY APP./DATE ~--------------------------- CITY OF FORT WORTH , TEXAS TRANSPORTATION/ PUBLIC WORKS DEPT. EVANS AVENUE PLAZA GRANITE PLAQUE INSTALLATION SCALE : NOT TO SCALE SHEET DATE : AUGUST 2007 DT.5 8������ k JAl"JAVII 1PAI'M )MA R'J LLI .44 WW tL ~--~-----··----~-- ;\ \. . " \ \, . \ \ 1930 1111 - A F-P ICA N AX-f f R I � AN POP U L.Nplk),N o V. T ()KT NY M TA N, ( SN Is 2 -1 193-2 ()R TH MIND -=F -EF w of I / I 47 � l}M7+ti�. I 41ov 4L 7 �I �`•r] N 1VWNTi.+,4j1 I;�'iu - I a l r fto ME i bw I ;� .tii� �; 11r �IE'f��#i_ ' of �'( �� ' �'r f��i'ixt��f'.�.. 'kit a t ' J E ALIV C;l lip#f(} f-er['�;il At mmm M bw m 195 I A kti�. '.N; •1'�1 1 + s 'ti �k3l ► ti' 71iI�AFk;3i-, "14+--i1 FI rLV'4'4,i��� .�'i 1',4" 1�'fli�l.k'rk;'4'+�yl'"}�N4A,'x�•I+ R k f x 1 �:+k.l I fry , .s+. ' ; .;+ :�. {`; r: ' i i '. Y ~ I 1.')f- VO g I ) h N "., VmC.N. At, R W-A N A M [ It I Nf I V I I- A t.) f: V f - 0 TI I E-.'' rAN D V-CfM 110 R ATInN, Mom[.:gNiQJC¢4 NO I HP PUAV i WV Ul Hfp9r4i , f i j JN j , r-,RI I tk j%,. t k i L ITUGI i FINF- i M -1-014 1 ��rj �f� I t jl�. r R f - I I jj(,j I ? ROX-IT IWAAAARSPROM Un MR11 1 110,10,1' VX 1; All 6-11 W V M MY MA El, STAD- bA I% -N I I'l (I\ -C, E [ [ 2 g 2 . J! - 1. A'., Ql'.VRA R TOTI IT- YJA 1-1 1. J fA IIy QH01(W.. %.,I 'i!VO-M�,-, --iM6 4) 7_? 11A AI -rx"P 9'}.1 , I -f I I I '1 J--)j ^. N' iff, k� , III . " .. ? -'&'V i S Ni. 1-1 ilo A N I I I IS 4 .1 I wo F4 I I. -Al'; (A AI R i (. k N' A M let 1 LANS 41�11) I IE A A i.- LL V I-1. wwqiv c I iwt' latmvm 1975 RFHY:(--W LIECTFLYTO mr.-folz s F I � Q&2 1 ?N-- il ',Iy E '5TJ � Fi . f - -% M A � - I I I A N I I 11 . I J-- till. ; ). N'i1� ( W I - !,, ti" 1.1 - - ., ARCA m rr C71 - irrt•;r- * �• w Ws 1 _!t..' '.l. p1i:it.k vSi wol r I I� + r; 4--L:;� _. Ji. J 40Ll__ e:-qj�i AF:-, iTi `r2>f,'-M i' !. ur11 tftii,r7J ;>i;etvi� r f ;#i #C+ric Air �0; +, of firn;Ocial r P' a'FS��fi�1� - - IF - w u. Ej 'f r '.J.: '3 J!;�?) k fil R Le C, f '[ I L. T M, PI-4tin �, pm o I *iv �c ho ve q op �] p b Tt I J-i'Y(ljt ng ji�j k' 10 M-g' ;A L C �Ui .... iI 4.vn m i i ri i-ti n, it', ti A'F; f 0 v f I -a I rorolL -slat em M a o 0 N% L, 'Ah , .11V -f o u well -Al bpt _j fl�rr lop ci�y C(um dl, Augli V 19M� vtqap. vv ,�A r� it 5.1 u OLD FF �7f Q2 r7h1s-fif I lubOOK' 1, ool 1vrilwn I'oi fft, I')" FPP�C-'p I' eT IsR iOLMP-i rkut SOMV 10gh ph'[ 16M�Jl 1) iCd I r Fil I MP � - i v- [� ?.-� L � T V W 11 tl-t D tij d cm C, % 1111 Mbfe Wad- My 4trj Tjj a I Tj ;1j, (I math i V, I'llu AT611 t c c I o p c L-141 1 ZM�,r c carm v i I I y 41 Id holl 1 sI v '-w oT k to I hat 4n d From the a urubiograp'hy of Or, Rik), Ransom, Sr" the Qrst Nfficari Nmmemi .qu rge () i i in Ta rrs n y Ce u n (y and the fo u n d c r of Ili seefin d h4j", plua for ft ic,'I jg A in erica u s in Te vaj 4 gCTLI Im" ri e L 7 L d, 4 o lKed H..Wiay. y. a' A VA no Gtlf:"tC �i�'CiaL'E3;Ind t,tjiC7.lr rarx uffer. 0ganizcr rtr F ri-V.(IE t1,'.� f±r;,t A A mt;i n cbr lIit l�w klff- rplf. Fv%:. '}) I All, �1; o,,:) L, L! id MCI W.'JA x 'r fjq 'ill J�f 41 :if I su bea min imi. -awl fl�ra ed, 'S:v rr. ro h-e T� pr r� t I I ktAK k4c'. lihp"ar-ical '4 - - ----------------- ..» % ) - 5'SJloA J L \\m 2 )' %Q Q§ fb/h & �«m, Or1912 ■r| I I -4rth Co[wed ¥ §� � I wou I f! I m v" IS?tX 0 lid I) I oti T, w c we rtn' 1 11 rkt, -LI; "Lv".Q. rt, su'' up I 1 0 ntd w. Opal Lee-$ Fore Worth jouraill"A anA edlavauvr L L11dII't a4 wolvl +•,! �} q ��lS• .7�LL'- L. �W4w }lL T that: Dorothy rv��ift(,FA 't ' L�Ul Bob C !"P k-0 'S lliola Pith, Val, fil:i4j. Im 2r!- qjp/c of violgi., m pillili�pjas . �3. � . --54.64 �w sp mm �-� `•_'- n �t.n. � ¢-g'¢. M1 ''yxe� k; _tom-�r. a�-'i ��'�-x�'b - - a ¢.���r�'_ �{y �k�: `.�'={: �r —¢ M1+-� � '-`-S'n_.o"�-- �• 's �'::. ...�M1 � ='o-} .: ,r°.ot ;es. - a =�" }' . . fflk�V� f.'. 4M I Lid L-� r;) Pll I D'I 12. I-i To. iL p Ti%v7s MM ww 1j11S L,.JlInkf% head I j L Ild o f. c; Ate I b hic' k COW-60"' Robert If. NJ i[jer. jUtjj()r %)f F1 .4 Black Cowboy" rl `� us khm "0 61; f (ii d hav a a vo vp to v r Cm ek he see i IT'-Lmj,: 3 ki !'10 s 1 .1 C).qh i t p i "Yq 1; 1 W, e o i h e r guy. 6 L�h ,- on til i h Cre dim was always-ne Lath; ew a I De vev Red rn an, fain 0 us III mu MO 3 0 \