Loading...
HomeMy WebLinkAboutContract 28488���� ����� �.Ij t` ����..'`_�. . , '� � �'� r .=��f, �!'�;C'��'I C'A'�"� f3�1� �Nll i_.:`_'t�l��='+�'" . ?'� 1l��:} �i;l-�{`�2�.'•1P�JC� ��1�fTF��►�`T I)(����.J����'� �o i� �,dCr �°SS �.ii�� ♦ �����i� . 4� �.�� �r. ,�„ :� � '•�'�� V�= �ITY S��RET�qI��. ��,`+� f ��� ���iRl�1�T �o, � 1-. ��?V�T�����I�����#'�: �.��'� P�.A�C:R[1L11�1Y) E�F�i(]Vll��[��5 A'i": �L���'f l��PA���N1� LAE�L+"4 TRr'�DF� C}AIti.S, AN�I �YI,Vt�1�'fA �Al2I� P��JF.�"E' I��'l�Vl �;: Pl�C},fF.C"E` 3VL�}Yi.�ER n.o.r,. n��. �t� i�.d►� � � .�� M� �� TT�111)�;�� C1A�{S SYly1�'�ltii�t �r��c��s� � �n����c����� � ���c� C� 1�7C�1��12Q01ik8U��R71 I}Q�[I �� R7Fil�� l? Elf�l��U�3#37i i�i'1#�[} �� `�'1{k: CI'�'�r' C}I+' �C}RT V4°��2'1'H '�' y±:?��►S ���� ���� 3R�] ��I�1�1�Ei.`["H L. �3�1�1� ���t'Y 1iV. ,�At'I��O1v I�'fA��"�}�� ��iT�' ��ANAG��t RlC'YiAftD ,TAVtl1.A, U�REC:T(lR P.�I�1�5 Ai�f} ('(}�N1h�U:�l�`F�� SFR�'CC'�� PA1�K,� �D C:{}11�?14'��LVY'J"'Y ���tVIC'�'S �).�:YA�'�`14'1FIti�'�' �}�.,�f��i�v� �[�1� �s[�u�cr. N1��N�c���°i�rvT r�l�fI����� F11T�fliTYfi i]1� 1'1�i�JE1"!' �i�': ��T� �r �o�xm v���ix�� �on�,��.a������ ��;�fF��c���n����r �i.,c�c:.[� �;��v� n��}s �- ur����v i}:�1�� i�r�n ix�1�'[�i+�ATI01� TtF.�o�f�;�z� p�cir:r�.��� `�`�;�+CAS PAI�l�S f�l�i� VkfIi,DE.[F}�: [l��;YAJ�'i'FII��Fh+l'1' �,I�I,�;;�;� i�Ir;�,�� ;s/�I �,`�•��"titiltI�I�; 1 .��V��� ��ti; �fi�5�i 1 �15'�L�'lt'� �'_11 {L.� 5 ;S �}'I ?1l II LI 1IJ', ., {'% 15���* �I V� 4 V ji] � I I��r"'1 II�a � ti��� I'I�I�'t II'��' ' I� nl iik_.�, .JII �� 4 _"a1i�.. �� ��� � � �� � - - C'ity of �o�t Wo��h, �'exas ���� ��� ���r�c�d ����u�n���t��r� DAT� F�EFERENCE NUMB�R L�G NAME 117103 �*��19�09 : 1 ' � � �:1 PAGE i[•��.� su��Ec�r AWARD OF CONTRACT TO PERMA SYSTEMS GENERAL CONTRACTORS, 1NC. FOR THE REPLACEMENT OF PLAYGROUNDS AT OAKLAND �AKE, TRADER'S OAK AND SYLVANIA PARKS RECOMMENDATION: It is recommended that the City Council authorize the Ci#y Manager ta execute a cantract with Perma Systems Genera� Canfractars, fnc. in tf�e amount of $192,399.54 (Base Bid, plus Alternate B�d Nas. 1, 2, 3, and 4)for the replacement of pfaygrounds at Oakland Lake, Trad�r's 4ak and Sylvar�ia Parks. DISCl15SION: The City is the reeipient of $500,000.00 in Urban Park and Recreation Recovery grant funds fram the U.S. Department af Interior, National Park Service f�r fhe renovation of playgrounds at seven park sites (Eastaver, Maddox, Oakland Lake, Trader's Oak, McDonald, Liftle People and Syl�ania Parks). The local match of $125,000.00 is �rovided from Texas Parks and Wildlife Department and Community Development Block Grant funds. Th� Parks and Cammunity Services Department held meetings with the affect�d n�ighborhoods in May 2002 for public input and selection of the desired playground prototypes. The project was advertised far bid on 5eptember 19 and 26, 2D02. On October 17, 2002, the following bids were receive�: BiD TABULAT{ON - Bidders Perma Svstems General Contractors, Inc. Omega Contracting, Inc. Century Services Company No�thstar Construction, Inc. J&J Sprinkler & Landscape, Inc. Hardscape Construction Specialties, Inc. Archifectural Plan & B�ild Austco, Inc, H. Mitchell Enterprise dlbla Dirt-T�ch Jayko Development, Inc. J.D.C. Construction M.A. Vinson Constructian Company, lnc. Parks for Play, Inc. Henneberger Construction, Inc. Base Bid �184.465.52 $205,584.50 $205,804.50 $209,1 fl0.00 $213,091.50 $292,D37.97 $206,920.64 $222,432.88 $22D,8Q2.94 $222,864.10 $228,881.95 $248,688.Q0 $206,Q86.50 $228,9'[ 2,88 Alternate Nos. 1.2. 3 and �4 $ 7.93�4.02 $ 5,284.Q0 $ 8,618.00 � s,$za.00 $ 1,415.D0 $ 9,5�4.30 $ 18,167.27 � �,o�a.oa $ 8,476.58 $ 7,726.fl7 $ 7,5fl0.00 $ 6,3fi0.00 $291,7fi�.00 $752,063.50 Total $192,399.54 $21 D,868.50 $214,422.5p $21 �,92Q.�0 �z2o,�as.�o $221,55'i .47 $225,087.91 �z2�,27s.�z $229,279.52 $230,�90.17 $236,381.95 $255,045.00 $417,852.50 $980,97fi.38 �`ity of �ort �'orth9 T'exas �r��r �nd ��c�nc;Q ����n�r�������n DATE R�FERENCE NUMB�R LOG NAME PAGE 117103 **��� ��Q� I 80PERMA 2 of 2 sus.�ECT AWARD �F CONTRACT TO PERMA SYSTEMS GENERAI. C�NTRACTORS, INC. FOR THE REPLACEMENT �F PtAYGROUNDS AT OAKLAND LAKE, TRADER'S OAK AN D SYLVAN IA PARKS Base Bid wark will consisf of site grading, demolition of existing facifities, installation of concrete walkway and Play area and playground area equipmen#. Bid Alternate No. 1 consis#s of ihe installation af three 6-foot park �enches at Oakland Lake Park playground. Bid Alternate Na. 2 consists of the insta[iation of three 6-foot park benches at Trader's Oak Park playground. Bid Alternat� No. 3 consists of the instailation of 160 linear feet of post and cable at Trader's Oak Park. Bid Alterna�e No. 4 consisis of the installation of ane G-foot park bench at 5ylvania Park playgrour�d. It is recommended that the Base Bid of $184,465.52 an� Bid Alternate Nos. 1, 2, 3 and 4 in the amount of $7,934.02, toge�her totaling $192,399.54 as su6mitted by Perma Sys#ems General Contractors, Inc., be appro�ed for award of confract. The contract time is 50 working days. {n additian to the contract cost, associated contingency fu�ding for c�nstruction inspection (3.5%), pro�ect management (1.5%), and possible change orders �5%) is $19,251.OQ. MIWBE -- Perma 5ystems General Contractors, Inc. is in compliance with the City's MIWBE Ordinance by committing to 18% MIWBE participatian. The City's goal on this projecf is 12%. There will be no annual budget impact associafed with this project. Construction is anticipated to commence in March 2Qa3, and be complete� in June 20a3. Oakland La�Ce, Trader's Oak, and Sylvania Parks are located in COUNCIL D�STRICTS 4, 8, and 4, respecti�ely. FISCAL INFORMATIONICERTIFICATI4N: The Finance Director certifies thaf funds are availabie in the current operating budget, as appropriated, of the Grants Fund. JP:r Submitted for City Manager's Office by: ,foe I'aniag�a Originating Department Head: Richard Zavala Additiaunl lnformatioi� Contact: Milcc Ficice I FUND I ACCOUNT I CENTER I AMUIIi�TT � (to) � G 14fl � � 5704 I (from) � GR76 �4�zaa GR76 541200 GR76 541200 574G I 08�438790030 $58,761.D5 080438710044 $74,049.32 08043871QQ60 $59,5$9.17 CITY SECRETARY � � 1 � APPROVED 01/07/03 CITY OF FORT WORTH PARKS AND CQMMUNITY SERVICES DEPARTMENT PLANNING AND RESQURCE MANAGEMEN"f DIVISI�N ADDENDUM NO. 1 TO THE CQNTRACT DOCUMENTS FOR THE PLAYGROUND RENOVATIONS AT OAKLAND LAKE, TRAD�RS �AK AND SYLVANIA PARI� PROJECT NO. GR7b/5412001080A�387104�Q, GR76IS4120a108Q438710p40, GR7615412001080438710060. D.O.E. NO. 3849, 3850, 3851 Origina.I Bid Opening Date: Thursday, Octaber 1'7, 2002 Bi� Open�ing Date Unchanged The Contrac� Documents for the above referenced project are hereby revised and atnended as follaws: ITEM 1— SPECIFICATIONS GENERAL REQUIREMENTS, SECTIQN 01700 — PRO]ECT GLOSEOUT, ITEM 1.02 - WARRANTY Paragraph shall be revised to read that warranty period shall in effect �or a periad of two (2} years after punch Iist completion. ITEM 2 — PLANS SHEET 6 OF 7, DETAIL E— M�W STRIP LAYOUT Angle #6 leng�h of cur�e sha11 be revised to read 50.26' in p�ace of 24.Q9' Acknowledge the receipt of this Addendr�m on your Fraposal. By: Carlos Ganzalez, Praject Manager �telease Date: Octaber 11, 2000 CITY OF FORT WORTH PARKS AND COMMUNITY �ERVICES DEPARTMENT PLANNING AND RESOURCE MANAGEMENT DIVISION ADDENDUM NO. 2 TO THE CONTRACT DOCUMENTS FOR THE PLAYGRQUND RENOVATIONS AT OAKL,AND LAKE, TRADERS OAK AND SYL�ANIA PARK PROJECT NO, GR76/54120D/08043871003Q, GR7615412Q0/080438710�4Q, �R76154120Q/084�3 8710060. D.O.E. NO. 3849, 3850, 3851 Original Bid Opening Date: Thursday, October 17, 2002 Bid Opening Date Unchanged The Contract Documents for tha above referenced projeci are hereby revised and amended as follows: ITEM 1— DISREGARD ADDENDUM I— ITEM I— Arnold Park not zn the scope of work. •� ITEM 2— SPEC�'TCATIONS SHALL BE READ GENERAL REQUIREMENTS, SECT�ON 017Q0 — SUMMARY OF VirORK — PAGE 1 Parag�raph shall be reviscd to read that warranty period shall in eff'ect for a period of two {2} years after punch list completion. ITEM 3— DISREGARD ADDENDUM I ITEM 2- PLANS ITEM 4— PLANS SHAI,L BE READ SHEET b OF 9, DETAII, E— MOW STRIP LAYQUT Angle #6 length of curve shall be revised to read �0.26' in place of Z4.09' Acknow�edge th� rec�ipt of this Addendwn on your Propasal. : Carlos Gonzalez, Pxoject Manager Refease Date: Octo6er 14, 2000 ,y TABLE OF CONTENTS L NOTICE TO BIDDERS 2. S�'EC�AL INSTRUCTIONS TO BIDDERS 3. PROPOSAL 4. CITY �F FORT WORTH MIWSE ENTERPRISE SPECIFICATIONS �. FEDERAL WAGE RATESICONTR�CT�R'S PACKET 6. WEATHER TABLE 7. VENDOR COMPLIANCE TO STATE LAW 8. CONTRAC'TOR COM�LIANCE WITH WORIiER'S COMPENSATION 9. TECHNICAL SPECII�ICATIONS DIVISION 1- GE1V�R�iL REQUlREMENTS SECTION 01100 - Summary of Wnrk SECTION 01035 - Contract Time SECT70N 01140 - Alternatives SECTION O11S0 - Pa�nent To Contractor SECTION 013UU - Submittals SECTrON OI400 - Quality Cantrol SECTION 014�0 - Testing SECTION 01500 � Temporary Facilifres and Conirols SECTION 0164U - Substitutions and Product Options SECTION a170D - Prvject Closeout SECTION D�S00 - Contractor's Responsibility for Damage Claims AIVISION 2 - SITE WORK Section Q214Q — Site Underdrains Sectio� 02�44 — Site Preparation Section �2300 — Earthwork Sectio�t 02537 — Wood Fiber Playground Surfacing Sectivn 02860 — Playground �quipment Section 4293U — Seeding DIVISYON 3 - CONCRETE Section Q3300 — Cast-in-Flace Concrete DIVISION 7— THERMAL & MOiSTi]RE PROTECTION Section 079�0 — Caulldng and Sealants 10. CERTiFICATE OF INSURANCE ll. SIDDER'S STATEMENT OF QUALTFXCATIUNS 1.2. PERFORMANCE BOND 13. PAYMENT BOND 14. MA,INTENk1NCE BOND 15. CONTRACT P�AilG� 7'O �I����S Seale� Proposals for the following: PLAYCROIJf�D R�I�OVA�IOIV� �i : OAKLA[�D LAK�: G��61�41�OOIO�fl43��'[0030 i�A���S 8�4K: (��t76I54� �OOI0�0�3�7'i 0040 SYLV�4NIA ��eRFC: CRi61�4'12DOIO�D43��10060 � �O� No: 3849 � �O� No: 3850 y 90� P�o: 3��'Y Addressed to Mr. Gary W. Jackson, City Manager of #he City of Fort VVorkh, Texas, wil! be received at the Purchasing Division Office until 1:3Q p.m., Thurs., Octo�er 47, 2a02 and then publicly opened and read aloud at 2:00 p.m, in Counci{ Chambers 2"� floor — N.E. corner of City Haq. Plans, Specifiications and Contract Documents for this project may be obtained at the Park Planning secfian, Parks and Communi�y Services Department, 42Q0 Sauth Freeway, 5uite 220D, Fort WortF�, Texas 76915-1499. Documents wil! be provided to prospective bidders for a deposit of $50 per set; deposifs shal[ be made in �he form of a check or money order. Each prospectiue bidder shall receive a deposit refund on the first fwo plan sets if the documents are returned in good conc�ifion wifhin 'f0 days after bids are opened. Any additional plan sets shail require a non refundable deposit. T�es� documents contain additiona! information for prospecti�e bidders. ' All Bidders will be required fio comply wit� P�-ovision 5159a of "Vernon's Annotat�d Civil , Statutes" of the State af Texas with respect to the payment of the prevailing wage rates, and Cify Ordinanc� No. 7278, as amended by Ci�y Ordinance No. 7400 (Fort Worth City ' Code, Section 13-A-21 through 13-A-29) prohibi#ing discrimination in employment practices. ' ln accord with City of Fort Vllor�h �rdinance No. 11923, as amended by �rdinance No. 13471, the City of �ort Worth has. goals for the par�icipation of rninority business enterprises and wpmen business en#erprises in City co�tracts. A copy of the Ordinance can be obtain�d from the M/WBE office or from the �ffice of the City Secretary. , In addition, the MIUVBE UTfL[ZATION FORM, PRIME CONTRACTOR WAIVER FORM, andlor the GOOD �AITH EFFORT FORM ("Documentafion") must be received no iafer than 5;00 P.M., five city business days af�er the bid opening date, excfusi�e of the bid opening date. The bidder shall submit documentation at the recepfion area ofi the Department of Engineering, 2"d floor, Ci#y Ha�l, and shall obtain a receip#. Suen receipt � shalf be e�idence #hat the dacumentation was rEceived by the C.ity. Failure to comply , shall render �h� bid non-responsive. ' The following list is provided ta assist bidders in obtaining the services of MIWBE , vendars qualified to provide such serviceslmaterials for this projecfi. A listing of qualified MIWBE vendors may be obtained afi fihe City of �'ort Wo�th MIWBE office, 3rd floor City - Hall. Serviceslmaterials for this t�roiect are as fallows: , demolitionlsite prep gradinglearthwork demo[ition playground equipment concrete site furnishings seeding steel rebar iurf sodding The Cify's minimum MIWBE goal on this projecfi is 12 % of the tota� dollar value of this contract. The City will award one contract with a combinaiion of �ase bids andlor alternates � which is most advantageous ta the City. A pre-b�d conference wil{ be held with prospect�ve bidde�-s at the Parks and Community Services Qffices Conference Room 2 on Tuesday,'October 8. 2002 at 9:d0 am. The City reserves th� right to reject any or all bids and waive any or all formalities. �Ii�U`A�� O� CON�R�eCT: No bid may be withdrawn unfil the expiration of 55 calendar � days fram the day bids are opened. The award of contract, if made, w�ll be within 55 calendar days after the opening of bids, b�[t in no case wil{ the award be made until alf necessary investigatEons are made as to the responsibility af the bidder to whom �h� contract will be awarded. RICHARD ZAVALA, JR., DIRECTOR GARY W. JACKSON PARKS AND COMMUNITY SERVICES DEP}�RTMENT CITY MANAGER ' By: Carlos Gonzalea, Project Manager (817) 871-5734 Thursdav Set�tember � 9. 2002 Thursdav S�ptember 26, 2002 ;� :, ! .� , GI�ORIA PEARS�N CITY SECRETARY �P�CIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond �ayable to tlle City of Fort Worth, in an amount of not less than 5 pereent af the Iargest possible. total af tha bid suUrnitted Ynust accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contraci docuinents within ten days a�ez the contract has been awarded. To be an acceptable surety on the band, ( I) the name of fh� sur�iy shall ha included on • the cunrex�t U.S. Treasury, or (2) the surety must have capital and surplus equal to ten times the limit of tbe bond. The sur�ty must be licensed to da business in the state of Te�as. The arrzount of �he bond sha11 not exceed the amaunt shown an the treastiu-y list pr •� one�tenth the total ca�ital and surplus. 2, PROPO,�AL: After proposals have been opez�ed and read aloud, the pxoposals wi11 ba tabulated on the basis of the quoted pr�ces, the quantities shown in the proposal, and ihe application of such �ornlulas or other methods af bringing items to a comrnon basis as may be established in the Contrac# Documents. The total obtained by �aking the sum of the products of unit prices quoted and the estimated quantities plus any Iump surn it�ms and such other quoted a.moun�s as may enter into the cost a�the campleted project will he considered as the amount of the bid. Until the award of the contract is made by the Owner, the right �vi11 be reser�ed to re�ect any or a11 proposals axid �aive techrzicalities, ta re-advertise �ax new propasal�, or to proceed with the work in any manner as maybe considered for the best interest of the �wner. The quantities o�'work azid materials ta be fiunished as may be lisYed in tl�e proposa� forn�s or other parts af the Contract Documents will be considered as approximaie only and will be used for thc purpose of comparing bids o� a uni%rm basis, Payment will be made to the Cantractor for only the actual quar�tities af work performed or materials fizrnished in stri�t accardance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnzshed may be increased ar decreased as hereina�er provided, without in any way invalidating the unit pTTces bid or any o�her requirements af tha Cantrac# Documents. 3. ADDENDA: Bidders are respansible for obtaining all addenda to the Contract Documents priQr to the bid receipt. Infarmation regarding th� status of addenda may be obtained by cantacting Parks anc� Cornmunity Services Depart�ment telephone number indacated in the Noiice to Bidders. Bids that do not acknowledge all applicable addenda may be rejected as non-responsive. (See Ttem G in tha Propasal.) �� 4. AWARD OF GQNTRACT: The Confract may not neeessa�ly be awaxded tQ the lowest � bidder of the Base Bid. The City Engineer shall evaluate and recommend to the Ciiy , Cauncil the best bid based an ik�e combined benefits of to�al bid price and num.ber of conf�-act days allotted, as specified in the Proposal, and which is cansider�d to be in the � best interest of the City. s�Ec1�. rns�rRuc��orrs z�o �sm��us _�_ Regardless of the AJ.ternative ehosen, the Contractor agrees to complete the Contract wzthin the allotted number of days. If ihe �antz'actor �ails ta complete the work wiihin the number of days specif ed in the Construction Documents, liquidated damages shall be charged as outlined in General Pro�isions, Item 8.6 Failure to Complete Work on Time, found in the Siandard Suecificatians foar Street and Storm Drain Canstruction of the City of Fort Worth, Texas. 5. PAYMENT. PERFORMANCE AND MAINTENANCE BOND: The successful biddez' entering into a caz�tract for the work v�rill be required to give the City snrety in a sum equal to ihe amaunt of the contract awarded. The successful bidder shail be required io furnish bonding as applicable in a sum equal ta the amount of the contracf awarded. The form of the bond shall be as herein pra�ided and the surety shall be acceptable to the City. All bonds fumished hereunder shall meet the requirements oi Chapter 2253 af the Texas Go�enunent Code, as amended. A. If t;ha total contract price is $25,000 or less, payment to the contractor shal] be n�ade in ane lump sum. Paynlent shall not be made for a period of 45 calendar days from the date the wark has been ca�npleted and accepted by the City. B. I�the eont�aci amount is ui excess of $25,000, a Payment Bo�ad shall be executed, in the am�ouni of the cantract, solely far the protection of all claimants supplyirlg labar and material in the prosecution of the work, C. If the conixact amaunt is in excess of $100,000, a Performanee Bond shall be executed, in th.e amount of the contract conditioned an the faithful performance of the work in accardance with the plans, specifications, and contrac� docnments. Said bond shall solely be �ax tkae pxotection of �he City of Fart Worth. Maintenance Bond al�all be required for all Parks and C��nmunity Services Departmeni projects to insure the prampt, full and faithful performance of the general guarantee as set forth in Divisioh 1, Section � 1700-Praj ect Closeout, Item 1.02, In order for a surety to be acceptable to the City, (1) the name of the surety shall be included on the current U.S. Treasury List o�Acceptable Sureties [Circular 870], or (2) �he surety must have capital arid surplus equal to ten times the amount of the band. Tk�e surety must be licensed ta business in the state of Texas. Th� arnaunt of the bond shall not exceed the arnount shown on the Trea�ury list or 1110th o� the total ca�ital and surplus. If reinsurance is required, the campany wrihng 1:he reinsurance must b� authorized, accredited or trusted to do business in Texas. No sureties wiil be accepted by the City vsrhich are at the time in default or delinquent on any bonds or whic�� are interested in any liti.gation against the Cit�. Should any surety on the coniract be det�rmi�ed unsatisfactory ai any time�by the City, notice will be given to the caniractoz ta that effect and tha contractor shall imnnediately provida a n�w surefy satisfactory to the City 6, LIOUIDATED DAMAGES: The Contractor's attention is called to Part 1- General Provisions, Item 8, Paragraph $.6, Standard Sneczficatipns far Street and Storm Drain Constr�ction o�the Cit� of Fort Warth, Texas, concerning liquidated damages for late completion of prajects. SPECIAL INSTRUCTIDNS TO BIDDERS -2- 7 EMPLQYMENT: AIl bidders vvill be.required to comply �+ith City Ord'uiance No. 7278 as amen.ded by City Ordinance No. 7400 (Fart Worth Ciry Code Sec�aon 13-A-21 through 13-A-29} prohibiting discrimination �n employment practices. WAGE RATES: AlI bidders wi11 be required tq comply with provision 5159a of "Vernons Annotated Civil Statutes" of the 5tate of Texas wi#h respect ta the payment of prevailing wage rates as established by the City of Fort Worth, Texas, and set forth in Contract Documents far this project. Disrega�-d zf Federal Wage Rates ar� applicable to this project. If Federal Wage Rates are applicablc to a project, �kte Contractor shall cornply with all items identi�eci in the attached Cantractor's Packe� For further information regarding this packet, contact �tie Tnter�overnmental Affairs 1 Gran�s Management Division, Finance Department ak {817) $7l-$36� Or 8'�1-83$i 9. FINANCIAL STATEMENT: A current certified fmancial statement may be required by the Department of Engineering Director for use by the CITY OF FORT WORTH in determiu�.iz�g the successfizl bidder. This statement, if requirecl, is �o be prepared l�y an independent Public Accountant holdin.g a valid permit issued by an appropriate State Licensing Agency. 10. INSU�RANCE: Within ten days of receipt af notice of award of contract, the Contractor must pra�'ide, alo�g with executed contract documents and appropriate bonds, proof of , insurance for ViTorkers Compensation and Comprehensive General Liability (Bodily Injury) -$250,000 each person, $500,000 each occurrence; Property Damage -$3�O,QDQ ' each occurrence. The City reserves the right to request any other insurance coverages as _ may be required by each individual projeot. For worker's coxnpensaiion insurance requirements, see Special �nstructions to Bidders - Item 16. ADDTTIONAL INSLJRANCE REOUIl2EMENTS: A. The City, its officers, employees and servaxrts shall be endorsed as an additional znsured an Con.tractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensatian insurance policy. B. Certificates of insurance shall be delivered to the City of Fort Worth, contract administraior in the respective department as speci�ied in the bid d�cuments, 1000 Throckm�rton Street; Fort Worth, TX 75102, prior to commencement of work on the contracted projeci. C. Any failure on part o� the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. D. Eac�. insurance policy shall be endarsed to provide the City a nunimum thirty days notice af cancella�on, non-renewal, and/ar material change in policy tertns or coverage. A ten days notice shall be acceptable in the event of non-payznez�t of prernium. E. In.surers must be authflrized to do business in the State of Texas �.nd have a current A.M. Best rating of A: VII or equivalent zx�easure a� financial strengtl� aand solvency. SFECIAL 1NSTRUC'I'lON5 TO BIDDERS -3- F. Deductibl� limits, o� self-funded reten�ion limits, on each policy must not exceed $1Q,040.00 per occurrence unless otherwise approved by the City, �. Other than wor�er's compervsation insurance, in Iieu of txaciitional insurance, City znay consider alternativa coverage or risk txeatzxient measures through insurance pools or risk retentzon groups. The City rnust approve in wxiting az�y alterna�ive coverage. H. Workers' connpensation insurance policy(s} co�vering en�playees employed on the project shall be endors�d with a waiver o:f subragation providing rights of recovery in fa�or o#'the Crty. I. City shail not be respansible for the direct payment of insurance premium costs for contractor's insuranc�. Contractor's insuxance policies shall each be endorsed �o provide that such insurance is primaxy proteciion and any self funded or cammercial caverage maintained by City shall not be callad upan ta coniribute to ioss recovery. K. In the course of the proj ect, Contraetar shall repart, in a timely z�a�.anner, to City's offieially designated contract administrator any known loss occui�enee whicll could give rise to a liability cl�im ar lawsuit or which could re�ult in a property loss. L. Contractor's �iability sha11 no� be iimited to the speciiied amounts o�insurance required herein, M. Upon the request of City, Contractor shall pro�vide cornplete copies of a11 insurance policies required by these contract documents. 11. NON-RESTDENT BIDDERS; Pursuant to Article 601g, Te�as Revised Civil S�a�uies, the City o�Fort Worth will nat aw�d this contract to a non-resident bidder unless the non-reszdent's bid is lower t�ia.n the lowest bid submitted by a respansible Texas resident bidder by the sa.me amount that a Texas resident bidder would be required to und�r�id 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 bidd�r whose principal place of business is not iz� this sta�e, bui excludes a cor�tractor whose ultimate parent company oimajority owner has its priilcipal place of businass in this state. "Texas resident bidder" means a bidder �hose principal plac� af business is in tliis sfate, and includes a c�ntira.ctor v�rhose ultimate parent con�pany or znajority owner has its principal place of business in this state. This provision daes not apply if this contract involved federal funds. SP�CIAL 1N5TRUCTIONS TQ �IDDERS -4- The appropriaie blanks of the Proposal rnust bE filled out by all non-resident bidders i� order for its bid to meet specifications. The failure of a non-r�sident contractor to do so �vil1 automatically disqualify that bidder. 12. �VLIlVORiTY/WflME1V BUSINESS E1V`I'ERPRTSE: In accordance with City of Fort Worth Ord'rnance No. l 1923, as amended by Ordinance 1�To, 13471, the Ciiy 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 ofthe City Secretary. The NI/WBE Utilization Fornn, Prime �ontractoz Waiver Form and th� Good Faith Effort Form, as applicabie, must be sub�itted na later than five (5) City business days after the bid opening date, exclusive o� the bid opening date. Tha bidder shall sub�nit the documentation at the rece�tion area of t,he Depaximent of Engin��ring ("11�ianaging I�epartment"}, 2nd flaor, City Hall, and shall obtain a receipt. Failure to conaply shall render your bid non-responsive. Upoi� contract executian betwee� the City of Fort �Vorth and the successfiil bidder, now known as Contzactar, a pre-const�ction meeting will be scheduled at which time the Contractor is required to submit either Letters of Intent or execu�ed a�eements with the �1�[/WBE firn�(s) to be utilized an this pzajecf. Such Letters of Intent ar executed agreements shall include tha followi.ng information: I. Name of Contract 2. Name of li�JWBE firm utilized 3. Scope of Work ta be perforaned by the MIWBE firm 4. Monetary amount of wark to he perforrned by the MIWBE firm S. Signatures af all parties A r��tn�e to �r����sl wnBl ffi�t lbe issu�c� ua��iIl tl�� sigan�� ➢�ttea-�s� o�' e�;e�u���c� ag�-��im�m���) ]�ave lbee�m �e�ena���l, Throughout the duration. of th�is project, the City of Fort Worth is requiring that the Conixactor continue to adhere to the M/WBE Ordinance by complying with the following procedures: A M/WBE Participation Re�ort Form must be submitted monthly until the contxact is completed. The first report wi11 be due 30 days aiter commencement of work. The �nanthly report �/IU'ST have an original signature to ensure accountability for audit purposes. • Reports are to be submitted monthly to tY�e 1VI/W�E Office, regardless of whether or not the M/WBE fi�rm has been utilized. If there was no acti�ity by an 1VI/WBE in a particular month, place a"0" ar "no participation" in the spaces provid�d, and }�ravide a brief explar�ation. The �ontractar sha11 provide the I!/1JVaBE Office proof of payment to the NIIWBE subcontractors and suppliers only. The MI�BE �ffice will accep# the following as proa� of payment: SPECIAi.,1NSTRUCTIONS TO $�DERS -5- I. Copies of submitted invoices wit� front and back capies of canceled check(s}, Ol� 2. A notarized letier explaining, in detaiI: a Subcontractorlsupplier Scope of Wark b. Date vvh�n seiv�ice� were received from subcontractorlsupplier c. Amounts paid to the subcontractor/supplier d. �ri�i�a�➢ si�a���ea��§ froxn both parties must be included on this letter. � If the Contractoz foresees a problem with suhmitt�ang participation reports and/or proof of payment on a monthly basis, the MIWBE Office should be notified. If the Contractor wishes to change or delete an 1VI/V�BE subcantr-acfar or supplier, adhere to the folla�ving: 1. Immediately subrnit a]l���ues� i�or Appr���ll o� ��i�tn�� Form� to the M/WBE Office explainaz�g tbe request for tbe change o� deletion. 2. If the change affects the cornmitted MIWBE participa�ion goal, state clearIy how and why in docuxnentation. a. All requests for changes must be reviewed and pre-approved by the MIWBE Office. b. If the Contzactor xna�Ces change(s) priar to approval, the change will not be consic�ered when perfQrming a post compliance review on tlus project. • Upon the Contractor's successful completion of this project, and within ten days after receipi of final payment from the �ity of Fort Worth, The Contractar wi11 provide �he MIWBE O�fice with a Fina1 Partici�ation IZet�art Form ta reflect tbe tatal participation from �iLI. subcontraciorslsuppliers utilized on the project. All forms are available at �.e M/WBE Office, 3rd floor - City Hall. For additional information regarding compliance to the M/V��E Ordinance, call (817) �71-�104. Upon request, Contractoz ag.rees to provide to Owner Complete ax�d accurate �forrnation regardin.g actual work performed by a 1V�ino�ity/Warrzen Business Enterprise (MIWBE} on the coniract and payment therefore. Contractor fi�rther agrees to permit an audit and/or examir�ation of any baoks, records ar files in its possession that will substantiate the actual work performed by an 1VI/WBE. The misrepresentation of facts (other than a negligent rnisrepresentation) and/or the commission of fraud by the Contractor will ba grounds for termi�ation of the contract andlor initiating action under appropriate federal, state ar local laws or ordinances rclatirig to ialse statements; further, any such misrepresentatzon (other than a negligent misrepresentation) and/or commission a£ fraud will result on the Contractor heing determinad to be irresponsible and barred from participating in City work for a period of time Qf not Iess than three years. 13. PR�TECTION OF T12EES, PLANTS �ND SQIL: All property along and adjacent to the Contracior's operatians including Iawns, yards, shrubs, trees, etc., shall be preserved or restared, after completian of ih� wark, to a conditzon equal or better than existed pr�or to �tart of work. SpECI,,A,L I]�TSTRUCTIQNS fi0 BIDDERS -6- By ordinance, the Contractor must abtain a pemiit fr'am tbe City Forester before a�y vvork {trimmzng, removai, or root pruning) can be done on �rees or shrubs growing on public property including street Rights-Of-Way and designated alleys. This permit can be obtained bv callin� the Forestry Of�ice at 871-5'1Q5. All tree work sha11 be in cornpliance with pnining standards for Class LI Pnxning as desc:ribed l�y the National Arborist Association. A copy of these standards can be pravided by calling the above number. Any damage to public trees du� to negligence by the Cantractaz' shall be assessed using the current formula for Shac�e Tree Evaluation as defined by the International �ociety of Arboriculture. Payment far negligent damage to public trees sha11 be made to the City o�'Fort Worth and may be withheld fronri funds due the Cantractor by the Cziy. To urev�nt the snz'ead of the Oak Wilt fun�us, alI wo�ands on Live Oak and Red Oak trees shall be immediaielv sealed usin� a commercial nrunin� uaint. This is the on1'v instance vvhen urunin� naint is recommended. 14. BIDDER'S STATEMENT OF QUALIFICATIONS A. QUALIFICATION OF BIDDERS: Bidders shall be prepared to demonstzate the capability to perform t�ie work. , The Bidders' specific experience, stabilify and history ofperformance on projects of a sirriilar nature and scope will be considered. The BIDDERS STATEMENT OF �� QUALIFTCATIONS must be delivered ta the Pra�ect Manager within 48 hours of the , request. �� Lacation and respansive ability of the firm wiil be considered. If your fi"rm anticipaies entering into a joint venture with any other firm to conduct a11 ar part of the perfartnance required under the proposed project, that firm sllould be � specified in your response. Far each firm includ�d in the joint venture, please provide ., the infarmation required above. Under the Contract executed for ihis work the City wi11 require your firrn to be compl�tely IOU percent resppnsible forr fulfilling ail � aspects of the conf�act bon.ds. Other firms and employees that may be involved in , their j oint venture will be treated by the Ciiy under ihe contract as if they were employees or subcantractors of yowr �'izm. Other tk�.an those firms noted in the ' contract as a part of the joint venture, no other firms will be allowed io participate in ihe j oint venture without written consent from the City. I5. 020NE ALERT DAYS: The Contxactor shall be required to abserve ihe follovving guidelines relatzng to working on City consiruction siies on days d�signated as "OZONE ALERT DAYS". Typically, the Ozone Alert season within the Metroplex area runs from May through September, with C:flO a.m. - 10:00 a.m. being critical ozone farrning periods each day. The Texas Natural Resource Conservafiian Cor�mission (TNRCC) in caordination wit�� the l�]�a�ional Weat�ez- Sexvi.ce, will issue the Ozone Alert by 3:00 p.m. on the afternoon prior to the al�rt day. On designated Ozone Alert Days, the Coz�tractor shall bear �he responsibiiity of bein� aware that such days have been designated Ozone Alert Days and SPECIAL INS7RUC'i'IONS'Td SIDD�RS -7- as such shall not begin work uniil 10:00 a.m. whene�er constructian phasing requires substantial use of m.otozized equipment, Hovve�er, the Contractor may begin work earlier if such work minimizes the use of motorized equipmen� prior to 10:00 a.m. I:F ihe Cantractor is u�able to perform continuous work far a period of at Ieast seven hours between the hours of'1:00 a.m. - 6,00 p.m., on a design.ated Ozone Alert Day, that day wilI be considered as a weather day and added onto the allowable weather days of a given month. 16. WORKERS COMPENSATION 1N�URANCE COVERAGE: Contractars carnpliance v�ith Workers Compensation shall be as follows: A. Definitions: Certificate af co�erage ("certificate") - A copy of a certificate af insurance, a certi�cate of authority to self insure issued by the commissian, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84}, showzng �tatutozy woxke�s' campensation znsurance coverage for the person's or entity employees providing services on a pro�ec�, for the duration of the praject. Duz-ation of �he proj ect - in.cludes the time from the beginning of tlie work an tl�e praject until the contractor's/person's work on the projecfi has been cornpleted and accepted by tl�e gov�rnmental entity. Pexsons providing services on the project ("subcontractor" in, 406.096) - includes all persons or entities performing all ar part of the services the contractor has undertaken ta perform on ihe project, regardless of whether that person has employees, This includes, without lirnitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operatars, employees of any such en�ity, or emp�oyees of any entiiy which fuinishes persans to provide services on the pro�ect, "Services" include, without limitation, providing, hauling, or deiivering equiprnent or materials, or providing labor, transportation, or other service relatad to a project. "Services" doe� not include activitzes unrelated to the praj ect, such as faadlbe�erage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall pro�ide coverage, based on proper reporting of classification codes and payroll amount� and filing of any coverage agreements, which meets the statutory requirez�ents o:f Texas Labor Code, Section 4p1.011(44} �ar all �mployEes of the contractor pro�iding services an the project, for the duration of the projeci. C. Th� Contractor must provzde a certificate of coverage to the govert�mental entity priar to being awarded th� coiltract, D. If the co�erage period shown on �he confractor's current certificate of coverage ends during the duration of the proj ect, the contractor must, prior io the end of the coverage peziod, file a new certrficate of coverage with the governmental entity showing t�at coverage has been extended. E, The contractor shall obtain from each person pra�iding services on a praject, and provide to the City: SPECIAL INSTRi1CTIOl�iS TO BIDDERS -8- (1) a certificate of coverage, priar to that persan beginnzng wark on th� projeci, so f �e City wzll have on file certificates af coverage showing cvverage for all persons providing services on the project; and � tractor a new certiiicate of (2) no later tharz seven days after receipt by the con , � coverage shovving extez�sion of caverage, if ihe coverage period shown c�n the cutrent certificate of coverage ends during the duration of the project. F. The coz�tractor sha11 retain all required certi�cates of coverage for the duration o�ihe praject arid for one year thereafter. G. The cantrac�or shall natify the govem.mental entiiy in wziting by certified mail or persanal delivery, witl�in ten days after the contz�actor �rnew vr should have known, of any change that materially affects the provision af coverage vf any pexson providing se�rices on the project. H. The contractor shall post on each project site a notice, in �he text, form arid n�annex prescrii�ed by the Texa� Workexs' Cozzipensation Cornmission, informing all persons pro�vicling services on the project that ihey are zequired to be covered, and stating how a person rnay verify coverage and report Iack of coverage. I. The co�tractar shal� contractual�y require each person with wham it caniracts to pro�ide sezvices on �project, to: (1) provide covera�e, based an proper reporting on classification codes and payroll amou�zts and fi�ing of any coverage agreements, which mee#s the statutory requirements of Texas Labor Code, S�etion 401.0� 1(44) for all of its employees providing services on the praject, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate af ca�erage showxng that coverage is being provided for all amplayees of the person praviding services on the praject, for th� duration ofthe praject; (3) provide the cantractor, prior to the end of the coverage period, a new certificate . of coverage showing extsnsian of coverage, if the coverage periad shown on the current certificate of caverage ends during the duration of the project; {4) obtain frorn each other person or entity with whom it contracts, and provide to the contractor: (a� a certificate of caver�ge, prior to the ather person oz enti�y begiz�ning wark an the groject; anc� (b} a nev�r certificate af caverage showing extensian of coverage, prior to the ez�d of the coverage period, if the cayerage periad shown on the current ceriificate of coverage ends during tha duration of the project; (�) refai�n all required certifLcates of covexage on file �'or the duration af the project and for one year thereafter. SPBCIA�, INSTRUCTIONS 'Ib BIDDERS _g_ {6) notify the gavernmental entity in writing by certified naail ar persanal delivery, `rvithin ten days after the person knew or should ha�e knovvn, of any change that materially affects the pro�ision of coverage af any person providing services on the pxoject; and (7) �ontractua�ly z'0quire each persnn with whorn it contracts, ta perform as required by paragraphs {1) -(7), �vith the certii'icates o� coverage to be provided to the person for whom �hey are providing sErvices. J. By szgning this contract oz' pro�iding or causing to be pro�ided a certificate of coverage, the contractor is reprasenting ta the governmental entity that all emplayees of the contractor who will provide s�ervices on the praj ect v�ill be covered �y workers' campensation coverage for the duration of the project, that the coverage �ill be ba�ad or� pzoper reporting of clas�ification codes and payroll arnounts, and thai all co�erage agreements will be filed with the appropriate insurance carrier ar, in the case of a self- insured, with the cornnlissifln's Division of Se1f-Insurance Regulation. Providing false of misleading information may subj ect the contractor to administrati�e penalties, criminal penalties, civil penalties ar other civil aetions. K. The contraetox's failur� to comply with any af tk�ese provisiox�s is a breach of con.tract by fihe contractor wluch entitles the City to declaz-e the contraet void if the cantracto�r does not remedy the breach within ten days a�ter receipt of notice af breach from the Cxty, "The contractor shall post � notice on each project site informing all per�ons providin,g services on th� project that they are required t� be covered, and stat:�ng haw a persan may veri�y current covexage and report failura to provide coverage. This notice does not satis�y other posting requireinents impased by the Texas Workers' Campensation Act or other Texas Warkers' Compensatic�n conna�ission rulas. This notice must be printed with a tztle in at least 30 point bold type and text in at least 14 paint norma] type, and shall be in both English and Spanish and any other language comi�loii to tl�e worker population. Tk�e text for the notices shall be the following iext, without any additional word.s or changes: REQUIR�D WORKERS' COMPEI�SATION COVERAGE "The la�,v require� that each person �rork�n,g on this site or praviding services related to this construction proJect must be cavered by workers' colnpensation insurance. This includes persons providing, hauizng, or delivering equipment ar m�.terials, or pro�iding labor or transportation or other �ervice related to the project, regardless of the identity of their e�nployer or status as an employee." "Call the Te�as Workers' Campensatian Can�mission at (512) 44�-3789 to receive infonmation on the legal requirement for coverage, to verify whether your employer kia,s provided the required coverage, or io report az� employ�r's failure to provide coverage." END OF SECTTON SPECIAL TI�iSTRUCTIONS TO BIDDERS -10- PROPOSAL TO: MR. GARY W. JACKSON City Mana�er Fort Warth, Texas FOR: �L�YG�tOUP�9 R�iVOV�1iI�NS AT: 0�4KLAid� L�►14�: GR�61�47 �0010�0438i1 D03Q ��4��R� �p►K: �Rifi1�4120010�04387'90D40 SYLV�i�lA ��►R�C: G�761��'��001080438i1U06� - 9g� No: 3�49 � ��� Rlo; 3��0 � DB� [Vo: 38�1 ` Pursuant to tk�e foregoing "Notice to Bidders," the undersigned has tiharoughly exam.ined the plans, specifications, and the site, understands t�e amount of work to be done, and hereby proposes to do all the work and fumish all labor, equipment, and materials necessary to fully comple�e all the work as pra�ided in the plans and specifications, ; and subject io the inspection and approval of the Parks and Cammunity Service Department Director ofthe City of j Fort Worth. � The "approximate quantity" categary is for information purposes onIy. The Contractor shall be paid on the basis af actual installed quanti�ies on non lump surn items. Addatior�ally, the Contractox shall be aware that the Proposal contains both Lump Sum and Unit Price items. If the lowest bid received exceeds the funds budgeted for the project, the Ciiy reserves the right ta decrease the quantities contained iM any line item or to eliminate any specific line items before award of the contract in order to bring the wark within budget. �y submitting a l�id, the bidder acknowledges the City's righi to adjust or eliminate line items prior ta tlie awa�rd of contract. Further, by s�bmitting a bid, tl�e bidder agrees to honor each line item bid priee withaut recoursa ta the City in the event line itexns are adjusted or eli�minated. Upon aeceptance pf this proposal by the City Council, the hidder is hau�nd to execute a contract and fitrnish, i£ ` ap�licable, Perfarmance, Payment, and Maintenance Bands approved by the Czty of Fort Wo�h for performing and • completing the said work within the time stated and for the following sums, to-vsrit: � BASE BID , - . PAY APPROX. DESCRIPTION OF' IT`EMS WITH BID UNIT TOTAL ITEM QUANT�TY PRICE WRITTEN IN `V ORDS PRICE AMOUNT BID Unit One — Oakland Lake: � 1. 1 LS ExcavationlGrading (sheet 3 af 9) @ One Thausand Seven Hur�cired Sixty Three Dollars & '' Fifty One Cents per LS 2. 1 LS Demoliiion and Removal of Existang Playground Equipment, 5afety Snrfacin,g (rnin. 6"), Cancrete Edgiz�g, and Retaining Wa11(sheet 2 of 9) @ "I'wo Thousand Three Hundred and Twelve Dollars & $ Eighty Cents per LS $ LS LS $ 1,763.51 $ 2,312.80 � � 3. 156 SF Installatian of Concrete VVa1k/Landing � (�heet 3 of 9} @ Four polIars & � i Ninety One Cents per SF i 4. 240 LF Ins#allation of Concrete Mow Strip {sheet 3 of 9) @ . Nine Dollars & Twenty Five Cents per LF 1 ' 5. 1 EA. HC Accessible Ramp @{sheet 4 af 9) @ .. � Five Hunc�red a.nd Seventy Eight Dollars & Twenty Cents per EA ��. 1 EA. Installation of Project Sign (sea Fedexal Wage Rates/Contractor's Packet)@ Three Hundred Forty Six Dollars & '� Ninety Two Cents per EA 7. 3590 S� Safety Sur£acing Material/Sub Drain �- f Installa#ion {sheet 4 of 9) @ � �,',�, Dollars & Ninety Four Cen.ts per SF �� �. 1 EA. Specified Composite Play Structure Installed (sheet 4 af 9) @ 'I: �.�ty Four Thousand and Thirty 5even Dollars & f ' Fo�ty Eight Cents per EA ���. 1 EA. Specif ed Spring Am�nnal Installed {sheet 4 ' of 9) @ S�ven Hundred and Eiqhtv Dollars & ; � Fifty Seven ��nts per EA r10. 1 EA. Specified Buck-A-Baut Ins#alled (sheet 4 of � � 9) a one Thousand and Eighty Three Dollars & � F�fty Five Cents per EA :� 1 I. i EA. Specified Two (2) Bay Arch Swing Installed (sheet 4 of 9) @ � laree Thousand Eight Hundred Seventy Six Dollars & Twenty Five Cents per EA �'i2. 2 EA. Znstalled of Specified 6' Park Bench (sheet 3 of 9} @ Four Hundred Eight 'I'�ao Dollars & � `i'wen.tY 'I'wo Cents per EA .6 $ 4.91 $ 9.25 � 766.ff�• � Zj � � $ 578.20 $ 57$.2fl $ 346.92 $ 346.92 $ �.94 ���,�74.48 $ 34, 037.4$ $ 34, 037. �48 � 780.57 $ 780.57 � 1,083.55 � 1,083,55 $ 3,876.25 $ 3,876.25 _ $ 482.22 $ 964.44 ! � 13. 1 LS. Drainage Catch Basin InstalIation (sheet 3 , af 9) @ One Thousand Seven Hunclred Thirty Four pollars $� Sixtv Cents per LS � ` Total for Unit One �` .� � � ilnit Two — Traders O�k: 1. 1 LS Excavation/Grading (sheet 5 of 9) @ . 5even Thousand Six Hur�dred and Thirty Two _ Dollars & ,�1 Twenty Four Cents per LS :� 2. 1 LS D�mnlition and Removal of Existing Playground Equiprnent, Safety Suriacing (min 6"}, Concrete Edging, Existizag Tree, - Concret� Sidewalk and Concrete Pier (sheet � 2af9)@ Two Thousand Three Hundred and Twelve Dollars & � Eighty Cents per LS : i, 3. 396 SF Installation of 6" Concrete WalkJLanding (Sheet 5 of 9} @ �� f Fo,� Doli�r� & Ninety �ne Cents per SF ��i J� 4. 2A�( LF Installatioz� of Concrete Mow Stzip (sheet 5 of 9) @ fNi.ne Dollars & � 'rwentv Fa.ve Cents per LF I, f1S. 1 EA. HC Accessible Rarnp @(sheet 6 of 9} @ `" Five Hundred and Seventy Eight Dollars & '�'wentY Cents per EA , � — 6. 1 EA. Installation of Project Sign {see Federa� Y � Wage Rates/Cantractar's Packetj@ Three Hundred and Farty Six Dollars & Ninety Two Cents per EA �� 7, 3645 SF Safety Surfacing MateriaVSub Drain Installatinn (sheet 6 of 9} @ C One Dailars & " �' Ninetv Cents per SF $ i.S $ LS $ LS � �.�, � 9.25 � 578.20 $ 1 .734.6{} ��.��'.'T8 $ 7,632.24 $ 2,312.84 � ; -- --- � �;�.�� $ 2.2��'j ' $ 578.20 , $ 346. 92 $ 346. �32 $ 1.90 $6,���."�3 � , ' � 8. 1 EA. Specified Composite Play Structure � � Installed {sheet 6 of 9) @ '° iirty Six Thousand Three Hundred Forty Five Dollars & Sixty Five Cents per EA � 9. 1 EA. �pecified Platform Whirl Installed {sheei 6 af 9) @ 9 � Th�ee Thausand One Hundred and Fifty Dollars & • � '�'� Cents per EA � f 1Q. 1 EA. Specified Two (2) Bay Arch Swing Installed � (sheet b of 9) @ Three Thousand Nine Hundred Th,i.rtv Foux� Dollars & � � Seven Cents per EA �, r 11. 2 EA. 6' Park Bench Installed (sheet 5 of 9) @ �� Six xundred and niir pollars � ti �� - — Ninety Three Cents per EA _ 12. I LS. Head Wall Installed (sheet 5 of 9) @ One Thousand One Hundrer� F� f+'jr �� � Dollars & Forty Cents per LS � � � Total for Unit Two � � � Unit Three — Sylvania: 1. 1 LS ExcavationlGrading (sheet 7 of 9) @ � r Five Hundred and Seventy Eiqht Dollars & �: � ` �n�y Cents per LS i2. 1 LS Demolitian and RemovaI of Existing ' • � Playground Equipment, �afety Surfacing � {min 6"), Concrete Edging (sheet 2 of 9) �,a7 �! Three Thau�and Seven tiundred Dollars & � � Forty Eight �ents er L5 � � 3. 475 SF Installation of Concrete Area/Laziding `-� (Sheet 7 of 9) @ Four pollars & � Ninety One Cents per SF �l. 236 LF Insiallation o£Concret� Mow Strip (sh�et 7 � a� 9) G i, Nin� Dollars & Twenty Five Cents per LF � 3b,345.65 �3&,345.65 $3,150.03 � 3,150.03 $ 3,934.07 $ 3,934.07 $ 664.93 $ LS $ LS $ LS $ 4.91 $ 9.25 �� $ 1,-3��'. t36 $ 1,156.40 � 67��,t7.q2 � � ��s.2a � 3,700.48 � 2 �3�. 48 � 2,18�, � � . 5. 1 EA. HC Accessible Rarnp @(sheet 8of 9) @ One Thousand Seven Hundxed Thirty F�ur pollars & Si�y Cents per EA �� 6. � EA. Tnstallation oiProject Sign {s�e Federal Wage RateslCont�actox's Packet}@ Tkiree Hund�'ed �'orty six Do�lars & ' f Ninety Two Cents per EA I 7. 3467 SF Safety Surfacing Maierial/Sub Draiu ' f Installation (sheet 8 of 9) @ - � � Dollars & , �, Ninety Four Cents per S� '�� 8. 1 EA. Speci£►ed Composite Ptay Struciure Installed (sheet 8 of 9) @ �hirty Thr�� Thousand One Hunclred Thig�� Foux�ollars & Thirty Three Cents per EA : C9. 2 EA. Specified Spring Animals Installed {sheet 8 of 9) @ � � Nine Hundz'ed and Se�renteen Dollars & � . ��e Cents per EA � '� 1 Q. 1 EA. Specified Two (2) Bay Arch 5wing Installed , � (she�t 8 of 9) @ Three Thousand Eight Hundred Sevezity Six Dollars & � Tw�ty Five Cents per EA 11. 2 EA. InstaIled of Specified 6' Park Bench {sheet 7 ' of 9) @ °� Four Hundred and Eiqhty Two Dollars & , - .�wentv 'I'wo Cents per EA ���12. 1 LS. Draina � Catch Basin Installe � d (sheet 7 of ; g� @ - ; � one Thousand Seven Hundred Thir�y Four pollars & �� Sixty Cents per LS �r I ' E Total far Um,it Three � + � BASE BID - SUMMARY $1,734.60 $ 1,734,60 $ 346.92 $ 346.92 � $ 1. 94 $ 6; �;�5: 5Z $ 33,134.33 $ 33,134.33 $ 917 . 03 � 1 , 834,.A1 $ 3, 876. 25 ,� 3, 876.25 $ 482.22 $ �x.z2 $ LS .y � .L $ 1,734.60 $ .5�,"�'S� .15 � � � _, TotaI - i]nif Oz�e �akiand Lake , r Total - Unit Two Traders �ak i � Total - Unif Three Sylvania Tatal Base Bid �r � .� BID ALTERNATES i 'I. ., ,, Bid Alternate Unit Qne - Dakland Lal�e .� � .� Bid Alterna,te No. 1 3 EA. Installation of 6' Park Benches @ Four Hundres� �'nrt-V Frn,r pollar5 & �,� � Cents pEr EA �� . Total iar Bid Alt. Unit Onc f Bid Alternate Unit Two - Traders Oak I Bid Alternate Na. 2 3 EA. Installation of 6' Park Benches @ � Four Httndred Forty �'our pollars & ' � six Cents per EA �I Bid Alternate No. 3 1b0 LF. Tnstallation of Post and Cable @ ' y _ Th; �-tir poilars & i Sixteen Cents per LF :6 Total for Bid Alt. Unit Two � _� � Bid Alternate Unit Three - Sylvania t .� Bid Alternate No. 4 1 EA. Installation of 6' Park Benches @ Foux` Hund�'eci Fo.r.ty F�i�r pollars & Six Cents per EA � 444-0� � -��-�' .-���: 78 � ,- . � �-7, �0 : 9�-2�. - , � $ -`a�-, �+� .-'�6 , $ T�4,,� �.� ' _ $,��_rt7 � 1,332.17 � 444 , p6 $ 1�.�-3� . � 7 $ 30.16 $ 4��.43 � 6,1,5�.�6`� � _ . .. � $ 444 . D6 $ 444. 06 .� � � ,I, I Totai f�r Bid Alt. Unit 3'hree BASE BIDI ALTERNATES - RECAPITi3LATION BASE BID `� Totai Cost — Unit One Oakland Lake Total C.ast — Unit Two Traders Oak 1 Total Cost — Unit Thxee Sylvania � ,t ALTERNATE BIDS _ C Total Cost — Bid Alternate Unit One Total Cost — Bid Alternate LTnit Two �� Total Cast — Bid Alternate Unit Three ' � B. . I, �� C .I r ,� Total Base Bid � 444.06 _� � _ra•7, �.i9. 7$ ', r ` � �.�,�2'f1. 92 , *rt��� � $ ��-,'F�7.16 $ 1�4�Ti . 86 I $ �? . :��. �� 7 $ �.,��i.�iG' $ 444.06 This contract is issued by an organization which qualifies £or exemption pursua�zt to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. The Contractor perfnrming this contract may purehase, rent or lease all materials, supplies, equipment used or consumed in the performance of the con�ract by issuin� to his supplier an exemption certif'icate in lieu of the tax, said exernption eertificate complying with State ComptrolIer's ruling tax, said exemption certificate complying with 5tate Comptroller's ruliung #95-0.07. f�ny such e�emption certif'zcate issued by the Contrac�or in lieu of the tax shall be su�ject io the provisions af the 5tate Comptroller's ruling #95.09 as amended ta be effective Oc�ober 2, 1968. The undersign�d assures that its ernployees and applicants for employment and those af any Iabor organization, subcontractor or employment agency in either furnishing or referring �mployee appIicants to the undersigned are not discritninated against as prohibited by tkie te�ns of City Ordinance 7278, as amended by City qrdizaance 7400 (Fort Warth City Code Sections 13-A-21 througI� 13-A-29}, prohibiting c�iscrinunation in enaployment practices. The undersigned agtees to camplete all work covered hy these coniract documents within Fifi 50 Workin� Da�s after the date £ar commeneing work as set forth in the Notice to Proceed �o be issued by the Owner and to pay not less than the City of Fort Worth Builcling and Consfiruction Trades Prevailing Wage Rates For 2000, or applicabl� Federal Wage Rates. I � E. Within ten (10) days of receipt of notice of accepfiance of this bid, t11e undersigned will execute the formal contract ax�d will deliver applicable Surety Bonds for tl�e faithful performance of this con�ract. The attached deposit check in the siun of $_Dollars ($�) is to beconle the property of ihe Cit� of Fort �'Vorth, Texas, ar the attached Bidder's Bond is to be forfeited in the event the contract and applicable bonds are not executed within the iime set forth, as liquidat�d damages for delay and additional work caused thereby. � F. In the case of ambiguity or lack of clearness in stating prices in the Proposal, tlae City reserves the right to adopt the most advantageous price %r construction thereof ta th� City or to reject the proposal. G. Receipt is hereby acknowledged af the %ilawing addenda: � No. 1 10 11 �To. Z 1 a/ 14 / O�Io. 3 No. 4 , :� s r i { � c I, ' Respectfully subnxitted, ,P_erma 5vstems G Cor�r�c�ox's. Inc. (Company Name) � �rheod�� '�non�, i ent By (Authorized Signature �, • Date: 10/17/02 ' 'Address: 224 W. Beltline Road Cedar Hil�., TX 75104 ., Telephone; ( 459 ) 272-3400 SEAL (if corporation) � ,ATiACHMEMT 1A Page 1 of a ' , �ifi o� F�� 1�'ar�h IVlinority and l�am�n �usin�s� �nt�rpri�e ��:��i����tion� G{_,,i �,� �,; �.�;:�� t � � I �-� �''�'-`t , ���II�VBE UT°ILl�eil��' . '�erma Systems Gen�ral Cant.ractars, Inc . (�� k�� � �1, ��t�2� �. � � PRIME COMPANY NAME pjayc�DUI1C�. RBiIOVatIOriS: BID DATE GR76/541200/0804387'f 0030 C' ,�cland Lake, Trader Oaks & Sylvani.a Parks GR76/541_�10/�fjq43f371 Q�4fl _ PF� �JECT NAME PRo�ecr �uM��r� ����541200/080438710060 1VI/WBE PRQJECT GOAL: 1�� I I MIWB� PERCENTAGE ACI�IEVED: 7�� �a��irr� t0 GOfT��^.la#o k�}�S f��"1?1t �Yl �tS 4or;tirY#jl 5�!��t!1 5U'rryrnr±in� C�VCilmnn�r#:�:1T s�r�I� G�LCPYiiP� LL/�I ti:iti �w!��Q�n� �'E.'�,`w:�Tll#tiflt �!R �P �afnra �:0��3 �1.I�S. tIV4' �rJ� GYI#�f F]L1SlnacS t?4S "�'�:�f F��d ��Y#.*l'7111C1� �7CClUS�VB �� bld o��Billll� {�r±9� k�+l�l f@Yu!t in th� bid }�r� ��g c��sirJere� r:�r�•re��aons�ve tn �id ��+arrYfiratit�fl5. �d ll ��he e�^�ar�i�ned I�i���r S�r��S tQ E'n:or I:�tv a fcr�rral a�re�m�n# wE±� �!+e �+!i�F �n�1�s IN�� ;�i:-^is fc,r �.,�r�C It:.�.*�� in �nis �: �,��fule, �nnd�t���a� +�pun �xe��#ion ��# a �c::t���-t �v8±h tl;a ��*{ vf Fort �^�artih. �'[�e �nt�nti�r�a� an�!vr ic��wing � �'�+ ��ra�resentatior� o# 4ac#s i� �arounds ior �on�iriPra4in!1 [�f �is���lif��-rr�Y.� w�.� �,u;il r�Y�!!t i� ti�e Li� ���!�g �Q^Y:der�� i �non-responsive to :�ecxf's :2ti��s, - - - — -• - , w � �. ��ompany Name, Can#act Name, +�n'�!{;�� ,�'pecify +4�l1 C4�ntracti�efl �peci'�+ ,�41E E�Qms 4a �e � � �a�Ear At�eaunt � F�+�sires$. 2^� ��!aghane No. r �Y^�� of fi►1►cYk {*j '�:..�p�Y;p�i'j ,�` f � I �+ �'�7^fflL�j �''��G'}'�,'+�,R1Qu �J���a�l ����ntrac�ors,__Inc�� ._���ecad.�.,s, .�._.....W.�.,�. �,�24 �,�,B�l.�.line Rd._ a I � y � F +�}.' � ' Y Demolition, site wark, excavation, equi�xnent, plac�nent X & management Demolition equip., and labar, grading equipment & concrete -3400 � ��i�� _ Forms, rebar, Forms, rebar, _tl� �a4 Cha�car�i.na. Ar. Ste,�„108 concrete placement labor, redwood '� �_Y� 5oto, TX 75115 and finish - - - -�� X �„�14_�5-1_6fi1 - -- � ' r��v Sol r�mr�n _ � d � , ��...........�.�;.. _ .. . $1Q5,543.�0 � 34,642.00 + • p ,��..�, _, .a., ��., ._�,.x�..� . -' — — --- ...., . - -- I-- - -- - --- — � � MIWB�s mvst be located in the 9(nine� �;;;^ ;� ::��rka±p�ace or currently ��;^� b�siness in !he unarkeap!4c� �i ��e tlme of bld. � '(t) ��ipeCify all 8Ce�5 ICI Whlch MWBE's a�e tg �e utillzecj �n�jf4C TtS^'S I� ::� 5upplled: I("} ,� complete lEsting u� :3ems ±�+ he 5u�n�led 4S re�+��1re� �n �rde� tn receive �r��E! [�w��d tl,p PIIANKiF �0�;, � I(`•, ��entify eaall Tier level, TI4r� Means #he �evel nf _�r�nv����vc±Eng �seCow 2h5 �rlrl�e Gn.,r�arrnrtr�.�su{tant. I,�.. � dileCt �avmwn� i:�m t!�e prime contraGtart� a subcan*rarrnr p� �pnsidered �°� tler, a��yment hy a su„�w�±���t;r tp i!s ����Plie� IS ��nsiderer! 2�d I:�". r � � THIS FORM MUST BE RECEIVED BY Ti�� MANAGING DEPAR7M�NT BY 5:00 p,m., FIV� {5) CI7Y BLSENESS DAYS AFTER BID OPEN[I�G, EXCLUSIVE O� TFiE BI� QPENWG DAT� � 4 � � f Rev. B12I98 .� Pages 1 and � of A#tachment 1A must be received hy the Managing Department � AY�ACHM�Ali 1A Page 2 af � � Cii ofi Fo�t W�r�h � �- ", �:, I" �; ir. c �� � r �in�rity and �'�r�en �u�in��s �nterpri��.s�,�������������' ; ` NY�FIIf��� �IifLl�4il�� ^ , �� ; ' ;,,': .;_. z2 Cpmnal7;+ IV�"^e, �Lti:�±�Y� �i?.�F!�i �'E'1'�I�iB(� '��r�r_fi� AGI L'4^^:rar4fnr� ��}9G1� ��� �k�•'^5 �O �:$ �G::�f �It'F�t]';;t . ��dclr�s�, and T�le�hon� fiJv. � � F � �cope �f �1�ork {"j �urpiied�`� ,� � Up� {� r� {� �, F � � � � G7 �' .�.,�,'L..ti�.�..«..,.�..-� ..,�.,-�-,�w.,.�.,...�,.�.,,.�..�..F�., 4 �,___ _ .,�.......�.._____.._�_....�,.,�,,,,�.»�,.,....M �_ �� _ . � j � �.�a....._-n_ � � -� �� ` I.,.,.,..�,�. �..���.�,.,._,d...,..�._... ' n.�a. - . -.-_..-- - --- __T �� he.bidder further agrees to provide, directly ta the City upon request, complete and accurate information regarding ac1; ��l worlc performed hy all su�contractors, including MB�(s] andlor WB�(s) arrangements suhmitted with this bid. �h�. �bidder also agrees to allow an audit andfar examinatian of any books, records and iiles held by their campany tl�at nrill suhstantiaie the actual work �erFormed by tihe MBL(s) andlar WBE(s) on this contract, by an authorized officer ar rm? �loyee of the City. �4ny intentional andlor knowing misrepresentatiort of facts wiEl be grounds for terminating the ��oi�_ ;ract or debarment from City worEs for a period of no# less than thr�e (3} years and far initiating act'ran uncier �ederal, 5tate or Local laws concerning false s�atements. Any failure ta com}�ly with this ordinance and creatas a material 'are, . h of cantract may result in a determinatian of an irresponsible offeror and barred from participating in City worl� �or'� eriod of time not less than one (1) year. � M��s and WB�s IU�IJSi B� C�RiIFI�D �Y iH� CIYY B�c�ORE CONTRACi �eWARD ; f: Theodis Si�ons �: �i = ri�ed �gnature Printed Signaiure �I President �ritl' � �� ��rma Systems General Contractors. Inc. I��or,�pany Idame , � r?4 W. Be1.�li.n� Road --� ��ddress r�d� Hill, TX 75104 ��it;. CStatelZip Code � Contact Name and Yitle (if d��ferent} 469--272-3�00 Telephone Number (s) 469-272-3444 Fax Number 10/21 /02 Date I <J� TH[5 FORM MUST BE RECEIVEU BY THE MANAGIHG DEPARThAENT BY 5:00 p.m., FIVE {5) CITY BU51ME55 DAYS AFTER BID :� OPENING, EXCLUSNE OF i'HE BID OP�N[NG aATE Rev. 6I2l98 Pages 'f and � of Attachment 1A must he received by the Managing Department WAIS Docu�x�.ent Retrieval GENERAL DECISIOIV TX020046 03/OI/2D02 TX46 .� Date: Mareh 1, 2002 General Decision Numb�� TX02D045 5uperseded Geizeral l7ecisinn RTo. TXD10Q46 i 5ta�e : `rEXAS _ Constructiion Type: F3EAVY County(ies): ` JOHNSON PAR�R TARRAN`i' � Heavy Construction Projec�s (Including Water and Sewer Lines) Moda.fication Number Publication Date 0 03/02/2402 � COUNTY (ies) : , JOHNSON PARKER 7'ARE�NT PLiIM0146B 05/01�20Q1 Ra�es Fra.nges PLTJNiSERS /PIPEFTTTERS 2 0. 4 3 3. 84 -----------___--------------------------------------------------- 5UTX2047A 06/O1/1990 Rates Fziz�ges �, CARPENTERS 10.40 $3.64 Cfl1�7C1�E'I`E FINISHEFtS 9.81 EL�CTRYCIANS 13.26 FORM SE'i'TERS 7.86 i� LABORERS: Common 6.37 '� Utility 8.09 . , PAINTEFtS 10 . B 9 PIPELAirERS 8.43 , POWER EQUIPNID7ENT OPERA'TORS : Backhoe 11.89 3.30 �� Bulldazer 10.76 Crane 13.16 3.30 ' Fron� End Loader 10.54 �, Mechanic 10.93 Scraper in.00 REINFORCiI+7G STEEL SETTERS 10.64 � TRUCIC DRiVERS � , 3�} �� - ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft pex�farming operation to which weldiz�g is incidental. Un7.a.st�d classzfications needed for work not included within , the scope of the elassifica�.ions listed may be added after award on1.y as provided i.z� �he labor standards con�rac� clauses Page 1 of 3 file�/!(-'.-1W1N-N�T1PrnfilPclrr�P1�r11Tp+r,rnra,-�cro/�nT.,t-p,-r.P+a/�nR.�p�1nTu���lxrnT�o��nn�.,,,,..,�.. o���n� � WAIS Document Retrieval (29 CFR 5.5 (a) (�,) (v} ) , In the listing abov�, �he "5U" designation mc:ans �ha� rates lis�.ed under that i.den�ifier do no� reflect collectively bargained wage ara.d fringe benefit rates. Other ciesignations indica�e unions whose rates have heen determa.�ned to J�e prevailing. WAGE DETERMTNATION APPEALS PROCESS 1.) Has theze been an initial daca.sion in �he matterP This can be: * an exis�ing publiskzed wage determination � a survey underlying a wage determination * a Wa,ge and Haur Division let�er setting forth a posi.ta.on on a wage determina�ion ma�ter � a conformance (additicaraal classification and rate} ruling 4n survey xe7.a�.ed matters, ani�ial contact, including x�equests for summaries of surveys, shou7.d be �vi�h �he Wage and I3our Regiona� Dffice for the area .in which �he survey svas conductecl b�cause �hose Regzorzal Offices have xesponsibility for the Davas-Bacon survey pxogram. If the �esponse �rom this initial contact is not sati,s�actory, then the pracess dc:scribed in 2.) and 3.) should be followad. • With regard to any other mat�er na� yet ripe foa: the formal pxocess d�scribed heze, ini�ial contact shou7.d b� with Y.he Branch of Construc�ion Wage D��ermina�ions. Write to: Sraneki of Constzuction Wage Determinatipns Wage and Hour Divisaan U. 5, Department of Labor 200 Consti�ution Avenue, N. W. Washington, D. C. 20210 2.) If the answer tp the question in 1.) is yes, then an interested party (thos�: affected by the action) can request review and recansideration from the Wage and Hour Administrator (5ee 29 CFR Part 1.8 and 29 CFR Par� 7). Write to: Wage and Hour Ac�ministrator U. S. l]epartment ot i,abor 200 Cans�itu�ion Av�nue, N. in�. Washington, D. C. 24210 The request should he accompanied by a full sta�cment of the interested part}r�s position and by any info�mation {wagc paymen�. data, project description., area practice. material,' etc.) that the requestor considers relevant to �he issue. 3.) I� �he decision at the Admini.stra�or is not favorable, an intexes�ed party may appeaI. direc�ly to the Administrative Review Board (formerly the Wage Appeals Board). ��i�e to: Administrative Review Board U. S. Departmez�� of Labor Page 2 of 3 file'II{'.'�WTNI�TT�Prnf�Pelr.r�Plrr�lTPmnnrarcrfl/'7f1TntF.rnato/7f1T'-r�lo�ln71r1 t��xrnTeoi�nn,,,.,,,......_ a���n� WAIS Document Retrieval 200 Constitutaon Avenue, N. W. Washington, D. C. 20210 . 4.) All decisions by the Adminis�ra�ive Review Board are fa.na�.. END OF Gk',ATERI�L DECI5ION �� ��, �� Page 3 of 3 �IP.��II .��YV IIVIYT�P7'l111�PCI!`TPP�Cf��riPYllnf�Y�nlQI%I�TniamofOlil��it�an�nr trri y��arnr�oi�nr,.,r.,,w.r�. 41'7lfl`l City v�' Fort Warth Intergovernmenta� Affairs and Grants Manag�ment (XAGIVI} Community Development Block Grant (CDBG) Funded . Construction Projects Tab1e of Contents PAGE T.. Pre-Construction Conference Minutes .......... ... ..... .................. .......................... 1- 3 II. Contractor 1 Sub Iufozrnation Forms . . . . . .. .. . .. .. . . . . . . . . . ... . . . . . . . . . . . . . .. . .. . ... 4 -5 ................. TII. Start of Consttuction Forrn . . . . . . . . . . . . . .. . . . . . . . . .. . .. . . . . . . . . . . .. . .. . . . . . . . . . . .. . . .. . .. . . . .. . . . . . . .. . . 6 N. Constructian Camplete Form ........................................................................... 7 V. City oFFt. Worth �inance De�artv�ent, Affirmative Action P�an : ............................ 8- 22 Sectian 3 of the Housing and LTrban Developznent Act of 1968 A. Section 3 Attacl�.ment Forms i. Attachment B Seif Certification Farm ........... .................... ...... ................ 2Q 2. Attachment D Statement of Release Form ..... .................. ........ ................. 21 3. Attachment E Preliminaiy Statement of W orkfarce Needs Form . . . .. . . . .. .. . . . . . .. . . 22 VI. Statement of Policy on Rcjual Emplayment Opportunity Form .... .................... ........ .... 23 � VII. Department of Housing and Urban Develapme�t Contract Requirements .. ... ..... ... ..... 24 - 38 �xecutive Order 112�6, Equal Opportunity Clause; Section 202 A. Execudve Order 11246 Fom�s 1. Certification and Acknowledgment Foz�m ....................................... ........... 39 2. Certifica�tion of Bidder Regarding Equal Emplayment Opportunity Form . .... ...... .. 40 3. Certificatian Regarding Lobbying Form ....................... �....................... ... _ 41 4. Certz�cate of Ownaz's Attorney Form ... ...................................... .... .... . . . . . 42 VLLi. U.S. Department of Laboz Wage and Hour aud Public Contract Dzvisions A. Inst�uctions for Completing Payrall farm WH-247 ...........................................A3 - 45 B. U.S. Department af Housing and Urban Development 1. Certiiicate fram Contractor Appointing off'icer ar employee to Supervise Payment of EmployeesFarm ...................................................�-..................,...,..... A6 2. PayraIlForm ..................................................................................... 47 3. U.S. Department af Labor Statement of Compliance Form .. ....... .......... ... ... ....... 48 4. �mployees Stat�ment of Work Verification Form ............. . ......... . . . ........ ... ..... 49 S. Payroll Deduction Autlaarization Farm .................... . ............ . . ... ........... ...... SQ IX. U.S. I]�partn�ent of Housing and Llrban DeveIopment Community De�eIapment �lpck Gxant Input: Suhco»txactor's Certification Concerning Labor 5tandards anc3 Prevailing'U�age Requirements.......................................................................................... 51 - 53 X. How to Coniplete Payzoll Forn�s XZ. Equal �niplayment (Jpporiunity Paster XIL U.S. Departn�ent of �.ahar �'oster XIII. Pzaject Designation Sign � c��y o� Foxt wo�tn In�er�overnmental Affairs and Grants 1Vianagement (IAGM} Community Development Block Grant {CDBG) Funded Construction Proj ects Due Required Forms and Dates WI-IO G�MPL�TES DUr SU�3 rOjtM SUBMiT REQUIRED FORM T4: All tlios� wl�o attend Keep .For Your Records rILE Pre-Construciion Meeting m.eeting sign Contractor 1 Sub Cont�•actor a�id All Su�s Befoxe the Stai� o£ Information Canst��ictioxi Start of Construction Form CONTRACTOR �t th� Starl a#` Const�ictio.a Canshuction Complete CONTIt�1CTQR Af'te� qnmpletio�i of Form construction Section 3 Attachment F'orms CQNTR.ACTOR ANi) Complete and Return � Attachment B Self SUE3CONTR�1CTaRS With.in Seven (7) l7ays of Certi�catiou. Form , I Receipt � � Attachm.ent D Statemenf of Release , Forni o AttaChment E Prelimi.taary Statement of Workforce Needs Form � � Statement of Policy an GONTRACT'OR AND Equal Employtnent SU�3CUN'rItACT'ORS Opporhuiity Form _ CONTRAGTQR AND Cert�i�cation and SU�3CONT'RAC'I'ORS Acknowledgement Form U.S. Denartment ofHousin� CONTRACI OR ANll and Urban Develonment SUBCONTAACTORS * Certitication ofBiddex Regarding Equal Employment Opportunity Form � Certification Regarding Lobbying Farm � CerYiiicate of Qwner's Attozney Form Couu�plele and Rehirn l�Vifliin Seven (7) Days oF Receipl Complete and Return Witl�iu Seveil(7) Days of Receipt Completa a��d Rehun Witlaiu Sevezi (7) Days of ', Re�eipt PRIM� SCTBMIT TO: �'LI,� PR1MI: IE1CM Mon.ito.r PRIME TAGM Moni.tor PRIME TAGM Monifior PRTME iAGM Manitar PRIME IAGM Monitar PRIME IAGM Moniior C�NTRACTOR AND SUI3CONTRACTORS U.S. Denartment of Housing and Urban Develonment ' o Certiiicate frnrn Contractor Appointing i officer ar smployee to Supervise Yayment af Employees Form Cornplete and R�turn iWitllin �e�ei� ('7) Days of Aeccipt PItTME IAGM Moi�itar PR1ME IAGM Monitor City of Fort Worth �n�ergovernmental Affairs and Grants l�anagement (IAGl12} Cammunity Development Block Grant (CDBG} Funded Cons�ruction Projects wr-�o co�L��r�s vr.r� sUr� I�r�m.�; �o� susn�•r su�Mi`r •ro: REQZTIRED FQRM TO: Pavroll Forms You are not required to use Payrall rorcn WH-347. You rnay use any other type of payroll, such as computerized £ormats, as ]ong as it has all of the information that is required on the WH-347. U.S. Devartmeni of Labor Statement of Compliance FQrm Employees Statament of Work Ver�cation Form Payroll Deduction Authozization Fpxm U.S. Departmant of HUD Community Black Grant Input Subcontractor's Certification Concerning Labar 8tandards and Pravailing Wage Requirernents �'arm NOTICE TO ALL EMPT.,OYEES Working on Federal or Federally Funded I'inance CQnstruction Projects Equal Emp3oyrnent Opportuniiy Poster U.S. Department of Labor Paster Project Designation Si�n The prime cantractor should re�iew ea. Subcont�acl�or's payroll repnrts for cnnipliance prior ta subn�itting the re�aorts ta IAGlvi. CONTRACTOR /AND SLTf3 CONT.RACTOR S CONTRACTDR �ND SUBCONTRACTORS EMl'LOYE�S MU�T AUTHORIZE ALL DEDZJCTION;S 5UB COI�lTI2AC`TOIL CQNT]Z.AC'I'OR ML7ST P�ST CONTR.ACTQR MUST F'OST CONTRAt:'I`OR MUST POST Begi��n.in� ik►e £'u�st week yaur coivpany works an a project and for every r�eek afterward tui[�1 ynur i'irnl has completed iis Wor[�. � Nu�zxber tlie payrQl] repoz�s be�in.nin�.�v1t]Z f# l �nitial and clearly rnark your last payrnll "�'inal.,, At�acli tn tl�e wae.kly payroll with oi�igiTial si�n.ature Aequu'ed when, e.inplayee is used in mo�'e thnn one classi�catiaai, aaid speci£y .differcaat ratcs uf }�ay dw�in�; any payroll periad Only orie cnlplc�ye;r; �uthc�lization is n�cded f,t�r z-�:c�u�ri�a� dcductions. This sI�ni�ld accompany the FIRST payro]I on v��hieh �lie cieduciioti appeais Before siart oFwark Post an site at th.e stat�t of constructio3l Post on site at the start of construction Posf on site at Che stait of {;(}F1.SiCL1Ct1(ll] PRiME IAGM lvloz�.itar PR]1VI:C TAGM Manitor PR1M� IAGM Moaiitaa� PR.CME IAGM Mo��itar I'RIME IAGM MQnitor �OST POST �'OST POST POST POST PRIIVIE CUI�Ti'R�C�OR FORWARD� 1�LL F�`ORIVYS 'I�O THE IAGNI 1VIDI�I7.`O� �i�.Li�l.,�1�II���.IU�I..���1�! ��1`q�l��l�l�l.,� 1F'.ILILl�i���� ' DATE: LOCATI��1: PROJECT NAME: LOCATION OF PRO,TECT: PROJECT NiJMBER: COP�TTRACT AMOUNT: ATTE1vDEES TIME: NAIVIE NAME & ADDRESS OF FIRM TELEPHONE N�CJ�MBER A precanstruction conferenc� was held vn the above date to discuss Iabor standards requirements applicable to this praject. The attendees, as listed above, �ver� provided the f�llo�ving informaiian. The "CONTRACT()R INFORMATZON" farm required of the eonir�ctor and all subcontractors should be comp�eied and submitted befare starting construction. Section 3 Plans must be completed �y contractors and subcontractors having contracts over tlie amo�znt af $10,�00. Written aff�rmative action plans must be subm�itted by the cont�actors and subcantractors }�aving contracts over the amount ai$S O,Q00 ax�.d employing more than 25 non-construction employees. The plas�s should address the contractor's intent Yo hire and train minorities and females on an equal basis as any 'other garoup. �xecutive Order 11246, included in tbe cantract document, shou�d be fallowed as closely as possible. This praject is subject to the Davis-Bacon Act (DBA}, Capeland Act, Contract WorkHours Safety Standards Act (CWHSSA}, and t�ie Fair Labor 5tandards Act (�LS�). FLSA sets out the requirements for payment of ,rr�inimum wages, overtime pay, child labor standards and prohibits wage discriminatzon on �he basis of sex. DBA specifies the minimum wages to be paid the various classes of laborers and mech�nics e�nployed on the pro�ect. CWHSSA sets a unifazrn. standard af 40-hour workweek with time and a half the basic rate of pay for alI work in excess of 40-hours p�r week. The Copeland Act prohibits �tickbacks being paid by th�; employee to the ernployer and requires the weekly submission af payrolls. FAILLTRE TO COIVIPLY V�IITH TH� LABOR STANDARl�S REQUIlZEMENTS CAN RESULT Il'�I THE ESCRUW OF FUNDS AND/0R WITHHOLDING OF INSURED ADVAN�ES. The contractor should inform his %reman and sul�contrac�ors that this pxoj ect is subject io periodic employee wage inierview visits by City staff and/or federa� agencies, such as I�UD or DOL, to insuze coxnpliance with the afozementioned regulation�. These federa7 afficers or City staff are not to be prevented from cozaducting such interviews. TI�e suggested payroll form is WH-347, Payroll. AIl other payroll fo�ms must be appzoved by Il[]D prior io use. Payrolls n�ust be submitted to the Finance Department w�tliin seven days a�ter a pav period ends. A pay period is seven (7) consecutive days. Payrolls must be original a�d m.usf be completely executed. Tlae signature rriust he that of owx�er, partner, of�'icer of autharized individual, and must be an original ink signafiur�. 7t is suggested that blue ink be used. Th� certification dates must cover tl�e seven {7) day period. "A CERTIFICATION FROM CONTRACTOR APPOINTING OFFIC�R OR EMPLOYEE TO SUPERVI�E PA�MENT OF EMPL�YEES" . .. %rin must be su�bmitted. - The payralls ax�d basic p�y�roll records of the contractor and each subcont�ractor covering alI Iaborers aa�:d mechanics exnployed upon the work covered by this contract are to be maintained during the course of wark and preserved for a period of three years thereafter. Liquidated damages t�vill he assessed far failure ta pay overtim�. The assessment amount is $10 per day p�r - violation. Ov�r�izne begins on this project after 4fl hours per week. Additianally, wage :resiitution must be paid io any employee who is underpaid whether ths unde�payment is due to failure to pay o�wertime or failure to apply the pr�scribed hourly rate of pay. Emplayees must be classifzed and paid aecording to the classifications and rates prescribed by the applicable wage decision. The d�cision which is applicable ta this project is _. The wage decision mus� be posted at the constructaon site along with zequired posters far the duration o� constr�xction activity. Any classificaiion needed which does nat appear on the wage decision must be requested and approved by the U.S. Depariment of Labor prior to the use of that classificaiion on the project. � Ir� instances where the owner of a company performs work on the prajec�, that owne:r must show himselfl herself on the payroll and musi show the hou�s �vorked each day and tatal hours for the week. All persons wha perform work on the proiact mus� be shown oz� the pavroll,. Tl�e address and sacial security number for each employee rnust be included the first time thai emplayee appears on the payroll and any tisne fheir adciress chaa�ge. Apprentices znay be employed an the project, however, they must be certified by the Bureau af Apprenticeship & Training and ihe a.11owabl� ratio of apprentices to jourr�eyman zxiust not be exceeded. Payrolls aze required for wee�Cs in which no work is performed labeled "NO W�R� PERF��tMED". The first payro�l furnished must show "Il�IITIAL" in the payroll number black. Likewise, the last payroll must show "F7NAL'". Subsequent payro�ls £ollowin.g the initial payroll must be numbared sequentially beginning 2 .� with number 2, including payrolls iabeied "NO WORK PERFORMED". Any person who is employed on a piece work basis must be shown on the payroli. The hours worked each day and total houz's fox 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. Dual work classifications within the same payroll period are accepta,ble provided that a szgned ve�ification of the dual work classification is fi.irnishEd from the employe�. When dual vvork classificatian are used submit the �orm "EMPLOYEES STATEMENT �F WORK VERIFICATIDN". � Deduction authorizaiions, signed by employees, must be provided for any deductian with the excep�.ons of FICA and federal tax. Unless o�ien�rise specified by the applicable wage d�ecision, the classification of ""helper" is unacceptable. Employees must be classified and paid based on the work they perform, e.g., if a person performs ihe duties of or �- uses the tools of a p3umber, that person rnust be classified as a plumber, nat as a plumber's helper (the plumher classif�cation is used there as an example only), �. , ., TI�e general contractor will be required to certify that alI laborers and mechanics employed on th� pro�ect (includiz�g t�ose emplayed by subcontractors) have been paid hourly rates as prescribed by the applicabl� Iaws. The staff person who wiil monitor this project far compliance with labor requirements is Greg Jordan or Tamika Barr. At�y quesrions concerning labor requireanents should be diracted to hirnTher at ($17) 871-83 87 ($17) i 871-8365. Qu�stions should be directed through the general contractor who is ultimately respansible far the fizlfillment of these obiigations , Subznitied by: Contact Persan: ' City of Fort Worth , NAME Tniergovernmental Affairs & Grants Management Tamika Barr 1 Greg Jordan - ' 1Q00 Throckmorton Street , Fort Worth, Texas 7b1Q2 � DATE (817) 871-8365 � � �; , 3 CONTRACTOR INFORMAT�ON Date � �_ � PROJECT: 1. Contractor: 2. Add�ess: 3. C�ty; 4. Telephone: Fax: 5. Federal I.D. #: 6. Officers of the Corporation: Presid�nt: Vice President: ,58Ci�ta1`jI: TTe&511i�I': 7. If sole owner or partnership, list owner (s): � RaciallEthnic Ownershiu: 1 - White American 2 - Black American 3 -]Vative American 4 - Hispanie American 5 - Asian/Pacirc American b - Hasidic 7ew I certify at ihe time of execut�on, hereof, nei�her my company nor my corporate oificers (if incar}�orated) are listed in the list o£Debarred, Suspended, and Ineligible Contractors maintained by the Departiment of Housing and Urban Develapme�t (HUD). Sign�ture 4 SUBCONTRACTOR TNFORMATION (To be completed by contractor) Daie I_' � �a���� � 1. �ubcontractar: 2. �ontraci Amount: 3. Address: _ 3. City: . 4. Telephone: � Fax: 5. Federal I.D. #: . � �RaciallEthnic Ownershin: � . , 1 - White American 2 - Black American � � 3 - Native American 4 - Hispanic American ` ' S - Asiazz/Pacific American 6 - Hasidic Jew � �_, .� � ,� � ! START OF CONSTRUCT�ON (Date) Project Name: Project Location: Proj ect Number: U.S. Deparlment of Labar Wag� Decision: _ � This is to inform you �Iiat t�.e ' (Name of Company) of , , , (Address) (City/Tnwn) , , has started work on the above referenced project covered by our � (State) (Zip) contract with you, as of . {Date} � � Respectfully yours, {Name of Compaz�.y} : (Signature) (Title} �� CON�TRUCT�UN COMPLETE Praj ect Name: Project Location: Project Number: U.S. Department of Labor Wage Decision: This is to in�Form you �hat the (Name of Cornpa�y) � d� a � {Address) (City/Town) , , has terminated work an the abo�e referenced project covezed by aur - (Sfa�e) (Zip) contract with you, as of . {Date) Respectfixlly yauxs, {Name of Company) I: (Signa#ure) ee .� , .I �� �� o� F������ �'��� ����� ��p������� Affirmative Action 1'lan Under Section 3 of The Housing and Urban Development Act of 1�68 Revised 4/00 : �, � . I �' City of Fort Wor�h Part I Part II: ' fl • ,1�►r Part V: A�rmative Action Plan Table oiCantenis Pwrpase and Background Infozmatian Pa e 1. Suxnmary Explamiation and Purpose .....................................................10 2, Geogxaphica.l Applicability ..................................................................10 3. Applicability io Businesses ..................................................................10 �4. Applicability to Indi�iduals ....................:............................................1 l Selecti�on of Subcontractors and Vendors 1. Procedures ......................................................................................13 2. Sources for Locating Section 3 Covered Businesses ...........................13 3. Required Contract Clauses ............................................................13 -14 Hiring Trainees and Employees 1. Procedures ......................................................................................15 2. Good.Faith Efforts ...............................................................................16 Compliance and Consequences 1. Monitoring of Requirements ................................................................16 2. Gr�e�ance Procedures .................................................................. 16 17 3. Sanc#ioi�s ......................................................................................17 Attachments 1. Self Certification Form .............................:..............................................:..20 2. Statement oiRelease ...................................................................................21 3. Preliminary �tatement Work Force Needs ..................................................22 � City ot' Fort Worth Fiscal Services Department Intergovernmental Affairs and Grants Management Divisian Affirmative Aciian Plan Under Section 3 of �he Housing and Urban Develapment Act of 1968 � --�--------------------------------------------- , �l'AJ�'�'l: 1'l.11ti'{3SF�=�N�Bf'�C.'���{�l.1�IV1)]f�r'C�l�s1+IA'].'�C��� '� 1. Suminary Exulanatian and Puroose: Section 3 af the Housiz�g and Urban Development Act of 19G8, as amended, ("Section 3") - is binding upon the City ofFort Worth, {"the City") and its Contractor in a11 projects using Community Developmeni Block Grant (CDBG) funds. Any Contractor of CDBG funds, from whatever source, is bound by Sectio113. The fwq p�imary purposes af Seciion 3 are (1) to encourage the use of small, local and . minoriiy businesses as suppliers of goods and services, and (2) to encourage the use of lacal, minority and lower incame persans as trainees and employees. Section 3 requires that good faith '' efforts be made to achieve these purposes. This plan sets �arth the procedures which will be followed by the Ciiy of Fort Warth's Fiscal � Services Departmerit, �Intergovernrnental Affairs and Grants Management Division ("IAGM"} atid all its CDBG Coniractors to aceomplisk� these purposes. Specific regulations governing Sec#ion 3 are set aut in 24 CFR 135. 2. Geo�ran�ical Apnlicabilitv: For the Camznunity Development Block Grant Program, Section 3 is applicable ta all activities taking place witY�in the coaporate limits of the City of Fort worth, Texas. W�thi�► this "�ection 3 covered area", the I.AGM Target areas are considered priority axeas. The Target areas include the following 1990 census tractslblock group numbers: � 1001.01/1, 1001.01/3, 1001.0114, 1001.01/6, 1001.02/4, 1401.02/5, 10d1;02/4, 1Q02.01/1, 1002.4112, 10D2.Q113, 1002.01/4, I002.02/1, 1002.02/2, 1402.02/3, 100Z.02/4, 1002.42/5, 100311, 100312, 100313, 10a314, 1003/5, 1003/6, 1.004/I, 1004/2, 100413, 1044/�4, 100�IS, ' 1404/G, 1005.0111, 1005.01/2, 1005.01/3, 1D05,01/�, iaasAllS, 1�05.0116, 1005.02/1, 14 City oi Fort Worth Affirmative Action Plan 1005.0212, 1005.0213, 1Q05.02/�, 1005.02/6, 1005.02.7, 1006.02/2, 100�.02/3, 10Q711, 1007/2, 1007/3, 1007/5, 1d08/1, 10Q8/2, 1008/3, 1008/4, 1008/5, 100911, 1009/2, 1009/3, 1010/1, 101012, 1011/1, 101 i12, 1011/3, 1011/�, 1012.01/1, 1012.0112, 10i2.02l2, 1012.02/3 1D12.02/4, 1012.02/5, 1012.D2/S, 1013.01/4, 1013.02/2, 1413.0213, 1013.02/4, 1014.0211, 10I4.a2/2, 1014.02/3, 1014.02/4, 1014.03/2, 1014.0313, 1414.0314, 1014.03/5, 1014.0316, 1014.Q3/7, �p1S/2, 1015/3, 1015/5, 1D16/1, 101612, IDI7/1, 1017I2, 1017/3, 1018l1, 1018/2, 102�/1, 1020/2, 1 a21, b, 1 Q21/7, ]. 023 .O 1/1, 1 Q23 . Q 1/2, 1023. Q 1/3, 1 �23 .01/4, 1023.02l4, 1023.02/5, 1024.p1/4, 102�},Q1/S, IQ2�,Q1/6, 1�25/1, ID25/2, 1025/3, 1025/4, 1025/5, 1025/6, 102614, 1026/G, 102617, 1Q2b18 1027/1, 102712, 1028/1, 1029/1, 1Q2912, 1Q29/3, 10301I, 1030/2, 1030/3, 103111, 1032/1, 103311, 1033/2, 1033/3, 1033/4, 1Q34/I, 1034/2, 1034/3, I035/1, 103512, 103513, 1035/4, 1035/5, 1035/6, 1035/7, 1036.0111, 1036.0112, 1.036.0113, 103b.0114, 1036.0212, 1037.01/1, I037.01/2, 1037.OI13, 1037.OI/4, 1037.02/I, 1Q37.02/2, 1037.02/3, 1038/1, 1038/2, 1038/3, 103814, 103815, 103816, 1039/1, 1039/2, 1Q3913, 1Q44/1, 104Q/2, 1040/3, 1.04111, �041/2, 1441/3, 1Q41/4, 1041/5, 1Q41/G, 1Q�2.02/5, 1043/2, 1043/3, i 0431�, 1 p43/5, 104411, 1044/3, 1044/�4, 1044/7, 1045.Q1/1, I Q45.01/2, 1045.01/3, 1045.0114, 1045.0115, 1045.O1/G, 1045.41/7, 1045.0118, 1045.02/1, 1�45.02f2, 1045.02/3, 1045.03/1, 1045.03/2, 104b.01/2, i046.01/3, 1046.01/4, 104G.01/5, 104b.0211, 1046.4212, 1046.02/3, 1046.02/4, 1046.03/1, 1046.03/2, 104S.43/3, 1046.04/1, 1046.0412, 1046.04/3, 1046.0�/3, 1046.0515, 1047/1, 1047/2, 104713, 1D4'7/4, 1047/5, 1047/6 1048.01/1, 1048,01/2, 1048.OI/3, 1048.0114, 1048.Q115, 1048.01/6, 1048,01/7, 104$.01/8, 104$.02/1, 1Q�48.0212, 1048.0213, 1048.0214, 1050.01/1, 1050.0112, 1050,0113, 1050.Q114, 1050.01/5, 1O50.Q5/2, lOSQ.Ob/l, 1.050.0612, 1051./5, l.OS2.01/1, 1052.01/2, 1052.01/4, 1052,02/1, 1052.02/2, 1053/1, lOSS.a2l1, 1O55.Q2/8, 1455.OS/1, 1O5612, 1057.�3/3, 105$I1, lOSSi2, 1058/5, 1059/2, 1059/3, 105915, 1060.01/1, 1060.02/1, 1060.Q4/2, la6I.01/2, 106L�21, 1061.0212, 1062AI/1, 1062.01/2, 1062.0113, 1062.01/4, 10fi2.02/1, 10G2.02/2, lOG2.02/3, 1062.02/4, 10�3/2, 1063/3, 1064/1, 1064/2, 1 Q65.03/3, 1065.0612, 1065106/3, 1065.06/4, 1065.08/2, 1dGS.08/4, 1065.09/1, 1065.10/4, 1065/11/4, lOG5,12/2, 1066/1, 110514, 1110.07/4, 1113/01/2, 1135.06/7,114X.fl1/4 3. Applicabilitv to Bu�inesses: Busi�esses which are at least fiflty-one percent (51%) ovvned by socially or economically disadvantaged persons who reside in ihe Section 3 covered a�rea and which qualify as small businesses under the standards of the Srnail Business Administra#ion are eligible for the benefits of Sectian 3. q�. A�plicabilitv to Individuals: Any person wha resides in the Section 3 covered area an.d w�ose family income does not exceed eighty percent (80%} of tihe median iricome in the Da11as-Fort Worth Standazd Metropolitan 11 City of Fort Wor�h Affirmrxtive Action Plan 5tatistical Area may be designated as a"lower income person". Section 3 is intended to benefit such individuals through employment and training opportunities. ,� �L � 12 � Ci�ty of Fort Warth A�rmative Action Plan .______________________________�----------------,__.,�,.; � P�11�'Ti II: ��I�E�"tl�?�i �!{ �untraciors �t�ID �CI�1DQ�� � Procedures All coniractors will provide a completed copy of Attachment D, "Statemen� o�Release", prior to signing any contract far a proj ect using CDBG monies, Each Contracto� selected will be bound by 5ection 3 requireinents, includizag the subanission of all relevant documentation requi�red by this plan. Caniractors will Ue held r�spansible for tk�e Section 3 activities of their subc�ontractors. When coxnpetitive bids are solic'rted, the contractor wiI] notify bidders of Section 3 requiremenis. Eacb contractor will make a good faith efFort to issue invitations to bid to Section 3 co�ered businesses and tn t�se local and rzlinority media to advertise contractua� apportunities. H&HS will review proposed Contractors az�d vendors to ascertain their eligibility to receive CDBG funds, based on priar and future assured coxnpliazace with Sec�ion 3. Gnntracts which are iypically let on a negatiated basis in non-Section 3 ca�verad areas will be let on a negotiated basis in Section 3 covered areas, if feasible. 2. Sources for Locatin� Section 3 Covered Businesses: The Czty aperaies the Mi�7ority/ Women Business Enterprise (M/WBE) office to asszst in the Iocatian and certificatzon of Section 3 covered b�sinesses and to inforn� such businesses ofbidding opportunities fox City coniracts. Lists of Section 3 co�ered businesses area also available from the Fort Worth Regional H[JD Office, the Small Business Admiiustration and other similar agancies. Any husiness wishing to qualxfy as a�ection 3 covered business vviil be given the opportunity to file a Self-Certification form {Attaohment B} with the M/WBE affzce and all CDBG conh-actors ar� encouraged to seek the assistana� of that office, should auy questiax� axise. IAGM will notify the Minority/ Wornen - Business Enteiprise office of its pending contractual activities so that Section 3 covered businesses may be notified. Rec�uired Coniract Clauses: CFR 24 � 135.38 In the event a CDBG Contractor wishes to subcon.firact anv t�ortion of a nroiect utilizin� CDBG monies, the written nrior at�nroval of IAGM nlust be abt�ined. Furthermare, t�e fatlpwing paragraphs rnust be included in each subcontract: 13 City of Fort Worth A�rmative Action Plun A. The work to be performed under this Contract �s subj ect to the requirements of sectian 3 of the Hausing and Urban Development Act af 1968, as amended 12 U.S.C. 1701u (section 3). The purposa of section 3 is to ensure that employment and otl�er economic apport�nities generated by FND assistance or TTUL7-assisted projects covered by section 3, shall, to the greatest extent feasible, be directed t� low- and very low-income persons, particularly persons who are recipients of HUD assistance for housing. B. The parties of this Contract agree ta comply with HUD's regulations ii124 CFR part 135, which implem�nt section 3. As evzdenced by f.�eir execuhon of this contract, the parties to thi� contract certify that they are undex na coniractual or other impedimeni that would prevent them from complying with the parY 135 regulations. C. The Contractor agrees to send to each labor organization or representative af warkez-s witli which tk�e contractor has a col�ective bargaining agreement or other understandiilg, if any, a notice advisang the labor organization or workers' representative of the contractar's _ commitments undex this section 3 clause, and will post copies of the notice in canspicuous piaces at thE work site where hoth employees and applicants for training and employment positions c�n see the natice. The no�ice shall describe the section preference, sha3l set forth minimum number and job titles subje�t to hire, availability of apprenticeship arid training positions, the qualificarions for ea�h; and the anticipated date the work shall � begin. D. The contractar agrees to include this S�ction 3 clause in every subcontraet subject to compliance with regulations in 24 CFR p�.rt 135, and agrees to take appropriate action,.as provided in an applicable provision of the subcantract or in this section 3 clause, upon a finding thai the subcontractor is in violaiion 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 viol'ation of the regulations in 2�4 CFR part 135. E. The Contractor r�vill certi�y �hat any vacant employment positians, incIuding the ' �raining positions, that are filled (1} after the contraetor is selecied but before the contract , is executed, and {2) with persons other than those to w�o3n the regulations of 24 CFR part 13S raquire employment apportunities ta be directed, were nat filled ta ci.rcumvent the ' contractor's obligations under 24 CFR part 135. F. Noncampliance with HUD's regulations in 24 CFR part 135 may result in sanctions, ter�nination of this contract far de�ault, and deban�x�.ent or su�pension from future HUD � assisted contracts. G. With respect to work performed in connectian with section 3 covered Indian. housing 14 City of Fort Wort� Affit�mative Action Plan assistance, section 7(b) of the Ixidiar� Self Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work ta be pez-formed under this contract. Section 7(b} requires that to the greatest extent feasible (�} pz-eference and opportunities for training and empio�nent shall be given to In.dians, and (ii) prefezence in the avvard of contracts and subcontracts shall be given to Indian organizations and Indian-owned Economic Enterprises. Parties to this contract that ar� subject to the provisions of section 3 and section 7(b) agree to comply with section 3 to the maxirnum extent feasible, but nat in derogatzon of compliance with seetion 7(b). � _ _ �'r1l��[���i _ 1i�1�11�� :I=�2Al.�l��+'4�A�111 l:I���PL{.1YE��_- - -' 1. Procedures: AII contractors will pzovide a completed copy of Attachment E, "Preliminary �tatement- Work Force Needs", prior to signing aa�y contract far a prajec# using GDBG monaes. The Contracior will specify the maximum numb�r of trainees �vhich can reasonably be used an �e CDBG project, unless the occupational category is subj ect to a ratio set by the Secretary of Labor. This in�ormation will be reviewed by IAGM to ascertain the cut�rent and projected use of S�ction 3 cavezed individuals. Sho�ld the Co�tractor wish to hire trainees for a CDBG assisted project, iower income individuals will be used to the gxeatest extent feasible in the �arious training categor�es. All vacant trainee positions should be filled �ri�1i Iawer incame individuals, if at all possibl�. Only after a good faith �ffort to place lower income individual� in vacant trainee positions has been made will the Contractor use non-Section 3 covered individ�als as trainees. Should tlie Contractor need to hire already trained employees, similar preference will be given to qualif ed lowEr incarne individuals who apply for those pasitians. r:, For each occupational category in which vacancies exist, the contractor wiIl set a realistic goal far the number of lower incorrie individuals to h� hired. The Contractor will znake a gaod faith effort to se� that sucka goals are met. To the greatest extent feasible, the Cantractar wiil use lower income indi�iduals as CDBG project employees. (Any Contractor which fills vacant Employment pasitions irnmediately �rior to siarting a CDBG project will be reyuired to show that its actions were not an attempt to circuinvent Secti�n 3 requirements.) When a Zower income individual applies, eitkaer on their own initiaiive or on referra� from a�y source, the Contractor will review his/her qualifications and hire the individual if his/her I5 City of Fort Worth A�rmative Action Plan qualifications are satisfactory and the Con�ractor has an opening. If the Contractor does not have an opening, the individual will be listed far ihe first available opening. If applicant qualifications are eq�al, lawer incame persons will be give� preference in hzring. An exception will be made wh�n a Section 3 covered praject must also meet the requirements af Execu�ive Order i I246. Tr� this case, when qualifications are equal, rninority persons will he given firs# preference in hiring. The Ciiy will require applicants claiming to be lower income to state their farz�ily income at the tune of application. 2. Good Faith E�forts: �" A Contractor may show goad faith efforts to hire lower incozne individuals by: (1) .confirming w'rtll the Depariment afHnusing and UrUan Develop�nent's Regianal Adrninisirator, Area Office Director, or FHA Insuring O��ce Directnr, the geographical Section 3 covered area �'or the Contractor's specific project; and � (2) using local media, project area cammunity arganizatians,local p�blic and private '• ianstitutians, andlor signs placed at the proposed project site �o r�cruit lower incorne , applicaxats for training and emplayment positions with the project. � -- -�`,11�'1' iVy C1C�1�YL1rtiiNC;E :�lhl� �;��15��1i.J�NC�S_ _ _ � " 1. Monifiorin� oiReauiremenis: IAGM will monitor the efforts of its cQntraciors to achie�e the purpos� of Saction 3 in two �� primary ways. First, tkae dacumentati�n required of CDBG Contractors will be examined to determine if good faith ef�orts are being made to compiy with Section 3 requirements. Any obvious ,, omissions or improper actions will be questioned and �he manner in which compliance can be documented will �e determined k�y IAGM. Next, IAGM will conduct �n site reviews to assure �hat '� any est��.ates or projected figures for training and ernplayment have been achieved to the best of the ;_ , Coz�tractor'�s ability. Tf a high p�rcentage of the employees of, and subcontaractors for, a program meet Sectzon 3 standards, the good faith efforts of the Contractor wi11 be assumed. If compliance problems are discovered IAGM will encourage the Contractor to resol�ve tl�ern. If thas informal persuasion shauld fail IAGM may request that sanciions (as specified below) be applied. � 2. Grie�vance Procedures: Any person or business meeting the definrtional standards of Section 3 may personally, oz- by ' representative, pt�rsue the grievance pracedures outlined here. 16 � City of Fort Worih �If�rmative Action Plan Informal complaints should be directed to IAGM for investigation af its Contractor's compliance, oz- to the Contracior for investigation of the subcontractor's campliance. IAGM Contractars will noti�y IAGM of all informal complaints they receive. If the cornplaint is found valid, IAGM will rnake an effort �o secure 5eciion 3 compliance through conferences, persuasion andlor m�diation. A written notice specifying the exact nature of the non-complianc� vvill be issued to the non-complying party. The notice will recommend specific action to corrEct thE non- compliance and speci£y a Yime liinit for dfling so. �ontinued non-compliance may result in ih� agplication of the sanctions listed below. If the complainant is not satisfied with fhe infannal carnplaint procedure, ar its outcome, a formal grievance may be filed, Tl�e grievance should be in writing and include: (1) the name and address of th� grieva�t; (2) the name and address of tl�e grievant's business, if applicable; (2) the name and address of the C'rty, Contractor, ar Subcontractor (hereafter called "respondent"); (4) a descripiion of ihe acts or oxz�zssians giving rise �o tha grie�vance; an.d (S} the corrective action sought. Tbe grievance should be signed by t�e grievant and mailed ta Program Operations Division, Department ofHousing and Urban Deve�oprnent, Fort Warth Regional O£fice, PO Box 2405, Fort Woi-�h, Texa�, 7b113-2905; or Assistant Secretary for Equal Opportunity, Deparkment of Housing and Urban Development, Washington, DC 20410. A grievazice must be filed no Iater than ninety (90) days from fihe date of the action (ar omissiail) upon which it is based. The time for filing may be extended by the Secretary of Housing and Urban Development, if goad cause is shown. LTpon receipt of a grievance by the Secretary, a copy o�'it will �e �'unnished to the respondent. The Secretary will conduct axi investigation and wiil give written notice to both the grievant and responden# as ta the decision reacl�ed. The griet�ance may be dismissed or sanctians may be applzed, as appropriate. 3. Sanctions: Failure or re�usal to comply with or give satisfaetory assurances of future compliance vvith the requirements of Sectiori 3 sha.Il be the proper basis for applying sanctions. Any or all af the following aciions may be taken, as appropriate: cance�lation, termination, or suspension in whale ox in part of the contract ar agreement; determinatioil of ineligibility ar debarment from any further assistance or contract� under this program until satisfactory assurance of future com,pliance has been received; re£erral to the Department of Justice for �ppxopriate legal proceedings. 1'7 City of Fort Worfh Affirmativs Action Plan Minority/ Women Business Enterpxise It is the policy of the City af Fort Worth to in�olve Minority/ Women Business Enterprises in a11 phases of its procuremeni practices and to provide ihem equal opportunities to compete for contracts for construction, pxofessional services, p�rchases of equiprnent and supplies, and provision of other servicEs required by the City. ' The City operate5 the Minority/ Women Business Ez�terpz�se (M/WBE) of£'ice to assist in the locatian • and certification o�' S�ctian 3 covez�ed businesses. A list af M/WBE busin.esses that have been certified by the City of Fort Wnrth will be provided to you upon xequest, Zf you need to secure services or supplies, pleas� contact the City's MIVUBE affice; CITY OF FORT WORTH MIWBE OFFICE 1000 THROCKMORTON FORT WORTH, TK'�61Q3� (81'�) Si1-6104 � 18 C:V]OCUMENTS AND SETTINGSIGONZALCARINIY DOCUMETfT51CARL05 FOLDSRICARLOS PE203EC"1'51ilPARR OAKLAND LAKE, 'f12AbLR OAKS, AND SYLVANTA PARKISPECIH4-SECTION 3-AFFIAMATNE ACTION PLAN.DOC City of Fort Worih �i i�� �� Affirmative Actian Plan sECT�oN � ATTAcxmE�v�rs , { d � Please Comple�e and Re�urn Wiihin Seven ('7) Days SI�U `' 19 C:IDOCUM�N'i'S AND SE'1"TWGS1G07�ZALCARIMY DOCUMLTTTSICARL05 FOLDERICARLOS PROlfiCTS1i1PARR OAI�LAND LAKE, TRADER OAKS, AND SYLVA3�IA PARK13P8C1H4-SECTIOIV 3-AFFIRMATNH ACTION PLAT1.17pC � City of Fort Warth Affit rtaative �lction Plan ATTACHMENT B 5ELF-CERTIFICATION FORM SOCYALLY OR ECONOMICALLY DISADVANTAGED Tiile: Sp�nish- Othex(Specify) Surnamed SELF�CERTIFICATIQN FORM NON-PROFIT ORGANIZATION This organization is a non-pro�it organization. Business/Agency Naz�e: Address: Zip Cade I am a member of the follawing minority group: {Circle One) Black American Indian/ Asian/ Alaskan Native Pacific Islander I own at Ieast 51 percent of the above business: Date: Signature: Business/Agency Name: , Addr�ss: � j Zip Code Date: Signature: Titie: I. 20 G1�OCUMBNTS AND SETTII�iCS1Gp7�IZALCARIMY DOCIiMENT5ICARLOS FOLDERICARLOS FRO.TECTSIUPARR QAKI,AND GAKE, T[iAD�R OAKS, AND SYLVAI�]A PARKISS�ECIH4-SECTION 3-AEfIRMATNE IICTION PLAN.DQC City of Fort Worth ATTACHMENT D Stat��neni of Release �� A�rmative Action Plan ' I will not subcontract any work in connection with flus project unless I first receive the prior wzitten • approval of the Fiscal Ser�ices Departm�nt, Int�rgovernmental AffaYrs and Grants Management ' Division of ihe City of Fort Worth. Business/Agency Name: Type of Bnsiness/Organization: Address: (Street) (City) (State) (Zip) Signaiure: Title: D-1 � C:IDOCUMEI�TS AND SLTTINGSIGONZALCARIMY pOCUMENT51CAItL05 FOLDERICARLOS PROJECTStUPARR OAKLANp LAICE TRADER OAKS, AI�[D SY[,VANIA PARKISPHCIH4-SECTION 3-AFFIRMATIVE ACT10N PLAN.DOC l i "� i � G`I�� ��A � ' � ent �1�'si�iGat�°n �i E���°� C'��52 ��T�p�. �a�� e� 70�'-� A �en���s L��'%% ��,''/� �On��GtU�` S T���' �d��5s: -D���: �� C� ����I�N� �� � � ��� ���ale �O�p'1'' -��1e �� ��� ��;v.a�.� _�gla�k' p�e�i�a� � S�p�sh� -�dia� _ A��� �ative �'��acif.X� _ A�1 �eI Zsl� S�Gtlon 3 gQ�ls ��c��o� ��xn�� �o� 1o�es � Tota1.�'es. ' g�l s��� ��L� �2 2�T �'���I��� �JP�� ������ �a-�ZY� C� � F em�e T�T� �.al� F�'�� �.aZe �GS���N��,��f C�qQ� �C'� ��P�'�� h�F�y�' _� . � - " ��'r , , " �p�,� '�� �,���� �,����.���.� ' ���PE�`�i4,SE�'�i��� 3� � �Yy'VA1*��' �Q�9�� A}��� i�� TgA� S�g,OIBCT5�t1P l�g' � SFDLi?��"C� �StG�*� Dd�� � STATEMENT OF POLICY ON , EQUAL EMPLOYMENT OPPORTUIVITY It wi11 be the policy of this firm to not discriminate against any applicant for exnployment, or any employee, because of race, creed, color, age, sex, or natural origin. This firzx� will izlsure �ha� this policy is continuaI�y enforced with regard to employment, promotion, upgrading, dez�xotion, transfer, recruitmant, and recruit�ment advertising, lay off and terminatian, compensa�ion, tzaiz�ing, and workin� conditions. We will make it understood by all with whom we deal, and in all our emplQyment opportunity annauncements that the foregoing is our policy. All applicants and eznplayees will be judged solely on the basis oit,heir skill, devotion Ioyalty, reliability and integrity, Company Name I ,. , .r �ignature 23 � E�F�cTYv� ��r� i, i��o DEPARTMENT OF $OUSING AND URBAN DEVELOPMEN� CONTRACT R�4uzREMENTS Gontractor agr�es �o comply with the requirements of the Housing and Urban Dev�lopment Act o£ 1968, as amended, and with the regulations promulgated thereunder. 5pecifically, Contrac�or shall comply with the following Ac�s and Orders and their regu�ations: 1. EXECUTIVE ORpER ��2�6, �4UAI, OPPORTUNiTY CLAUS�; SECTTQN 202 During the performance of this Contract, the Contzactox agre�s as follows: a. The Contractor will not discriminate against any employee or applicant �ox employment becaus� of race, color, religion, sex or national origin. The Contractor will take a�firmative action �o ensure t�a� a�plicants are employed and that employees are treated during emp�oyment withou� r�gard to their race, color, religion, sex or national origin. Such action sha�1 include, but not be limited to, �he following: employment; upgrading; demotion or trans�er; recruitmant or recrui�ment advertising; layoff or termination; rates of pay ox ath�r forms of compensa�ion; and selection tor �raining, including apprenticeshzp. The Con�ractor agrees to post in conspicuous places, available to employees and applicants for employtnent, notices setting forth the pravisions of thzs nond�sczamination clause. b. The Contractor will, in all salicitations or advertiseme�ts far emp�oyess placed by or on behalf of the Contractor, state that all qualified ap�licants will receive consid�ration for employment without regard to rac�, color, religion, sex ar natianal origin. i c. The Contractor will send to each labor union or representatxve of workers, with which it has a collective bargaining agreement or other contract or "' understanding, a notice advisi�g �he sa�id labor union ox warke�s' representatives o£ the Contractor's commi�rnent under this sectian, and '' shali post copies a£ the notice in conspicuous places available to employees and applicants foz employment. d. The Contrac�or will comply with all provisions af �xecutive Order 11246 of 5eptember 24, 1965, and with the rules, regulations and relevan� orders of the Secretary of Labor. e. The Contractor will furnish all information and reports required by Executiv� Order 11246 of September 24, 1965, and by x�ules, regula�ions and orders af the Secretary af Labor, or pursuant thereto, and wiil permit accegs to its books, r�cords and accaunts by the Bepartment of Housi��g and Urban Development ("the Department"j and tihe Secretary of Labor for purposes of investigatzan to ascertain compliance with such rules, regulations and orders. •� f. In the ev�n� o� the Contractor's nancompliance with the nondiscrimination clauses o� this Contract or with any of the said rules, regulations or ' orders, this Contract may b� canc�led, �erminated or suspended in whale or in part and the Contractor may be declared zn�ligible far further ` government cantracts in accordance with procedures authorized in �xecutive Order 11246 of Septemlaer 24, 1965, or by rule, regulation or ordez of �he Seczetary of Labor, ar as otherwise provided by law. - g. The Contractor will include �he sentence immediately pxeceding Paragraph a and the provisians o� Paragraphs a through g in every subcontiract oz purchase order unless e�emp�ed by rules, regulations �r orders of the -24- 5ecretary af Labor i�sued pursuant to Sectian 204 of Executive Order 11246 of 5eptember 24, 1965, so that such pravisions will be binding upon each subcontractor or vendor. The Con�rac�or will take such action with res�ec� to any subcontract ar purchase order as the Departmen� may direet as a means of enforcing such provisions, inc�uding sanc�ions �ar noncomplianc�. Provided, however, that, in the event the Cantxactor �ecomes invo�ved in a� is threatened with litigation with a subcontractor or vendor as a result of such direction by the nepartment, the Contractor may request the United States to enter in�o such litigation to protec� the intarest of �he United 5tates. h. The Contractaz s�a11 submit a certi�ication and shall require each of it� subcontractors to �ubmit a certification that all facilities provided for employees of Contractor or any subcontra�tor shall be fully integrated, and Contractor shall not permit its employees to perform their services in any locations under its cantrol wh�re 5eg�egated facili�ies are main- tained. i. The Contractor and each subcontractor sha11 permit access during normal business hours to its premises for the purpose of conducting on-site cam��iance reviews and for inspec�ing and copying such books, records, accounts and athex matexia� as may be- pertanent ta complzance with the Drder and the rules and regulatians promulgated pursuant thereto by the City. Tnformation obtained in this manner shall be used only in conneetion wi�h the adminis�ration af �he Order, �he administration of the Civil R�ghts Act of 1964 (as amended) and in furtherance of �he purposes of the Order and th� Act. 2. AFFIRMATIVE ACTIpN ACTS a. In p�rformance of aIl contracts, the Contraetor �ill comply with the Affirmative Action Guidelines of Execurive Order 11246 and the implement- ing regulations and docume�ts thezea�. b. In pe�formance of all contracts in the amount of $14,000 or more: Contractox w��l comply with Sec�ion 3 of th� Housing and Urban Development Act of 1968, as amended, �2 U.S_C. 17p1u, and the imp�emen�ing regulations and documents and shall have on file a writte� affarmative action policy, which has the stated work farce gaals of 18.2� minority p�xsons and 6.9� females, and must follow the hiring practices specified in Subsect�on C, be�ow. Addi�ianally, Contractor agrees to the following provisions: {1} The work to be performed under this Con�racti is an a project as�isted under a pragram p�oviding dix�ct Federal financial assistance from the Department of Housing and Urban pevelopment and is subj�c� to the rec�uirements of Section 3 of the Housing and Urban Development Ac� ot 196B, as amend�d, 12 U.S.C. 17D1u. 5ection 3 requires that, to the greatest extent feasible, opportuni�ies for training and employment are given to lower income residents of th� pxoject a�ea and con�rac�s for work in connection with the project are awaxded to business conc�rns which are lncated in or owned in substantial part by pe�sons residing in the area of �he project. (2) ThE par�ies �o this Contract will comply with the provisions of said Section 3 and �he regula�ions issued pursuant thereto by thE Secretary af Housing and Urban Dev�lopmen� set forth in 24 CFR 135 and all ap�Iicable rules and orders o� th� D�par�menti issued thexeunder �riar ta the execution of this Contract. The parties to this contxact certify and agree �hat they are under no Contractual or other disability which would prev�n� �hem from Complying wath these requirements. -25- .� {3) The Contractor will send to each �abox organi�a�ion or representa- _ tive of wor�ers with which he has a ca��ectiv� bargaining agreement or other contract or understanding,.if any, a notic� advising the ,said labor organization or workera' representatxv� of his commit- ments under this Section 3 clause and shall gost copies of th� notiee in canspicuous places available to employees and app��cants far emplaymen� or �raining. (4) The Contractor w�ll include this Section 3 c�ause in every subcon- trac� for work in connectaon wi�h t�e projec� and will, at the darec�ion �f the applicant for ar recipi�nt of Federal financial assistance, take appropriate action pursuant to the subcontract upon a finding tha� the subcon�ractor is in violation of zeguXatzons issued by the S�cretary of Housing and Urban Development as set forth in 24 CFR 135_ The Contrac�or will na� subcontract with any subcantractor where it has not�ce or knowledge �hat the latter has been found in violation of regulations under 2� CFR 135 and will not let any subcontract unless the subcontzactor has firs� provided it with a preliminary statement of ability ta comply wi�h the require- ments of these regulations. {5) Compliance wi�h the provisions of 5ection 3, the regulations se� �'arth in 24 CFR 7.35, an.d all applicable rules and orders of the Depart�rtent issued thereunder priox to the execu�ion of the Contract shall be a canditi.on of the Federal financaa� assis�ance provided to the p�oject, binding upon the applicant ar �ecipi�nt �or such assistance, its successors and assigns. Failure to �u7.fi11 these reqnirements skial�. subjec� �he applican� or recipient, its contrac� tors and subcontracto�s, its successors and assigna, to those sanc�ions specified by the grant, loan agreement or contract thraugh which Fec3eral assistance is provided and to such sanctions as aar� specified by 24 CFR 135. c. Tn performance of all contracts in the amount of $50,OD0 or more, and where the Contractor employs more than twenty-five non-cons�ruc�ion emp�.oyees, the Contractox must protnulga�e a specific affirmative action plan, and tnust take �peaific affirmative action to ensure equal employment opportunita.es. Cantractor shall implement a�farmative action steps at least as extensive as the fallowing: (1) Ensure and maintain a work�rig enviranment fxee o� harassment, intimidation and coercion at all sites and in a11. £acilities a� which the Contractor's employees are assigned to work, mhe ContraCtor shaJ.J. specifically ensure that all foremen, superin�an- den�s and oth�r on-sa.te sup�rvisory personnel are aware of and axe carrying out the Contractor's ob7.agations to maintain such a working environmen�, with specific atten,tioxa to minority and female individuals worlcing at such sites or in such �acilities. The Cantractor, where passible, will assign two or mare wamen to each constructian project, (2} Establish an.d maintiain a current list of maxzority and female recruitment svurces and provide written notifieation to man.ority and female recruitment sources and to communit� organizations when the Contractor or its unians have empl.oyment oppor�unities avail.able! and mazntain a record of the organizations' responses. {3} Main�ain a cuzzex�.t file of �he names, addresses and telephone nutnbers of each minority and female off-street applicant and minoxi�y or female referral from a un.ion, a recruitment source or community organiza�ion and of what action was �aken with res�ect tn -26� each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to th� Contractor by the union or, it ref�zxed, not emp�oyed by the Cantractor, this shall be �ocumented in the file with the reason therefore, along with whatever additional actions the contractor may have taken. (4} Provide imtnediate writiten noti�ica�ian �o �he Ci�y when �he union or unions with which �he Contractor has a collective ba�gaining agreem�nt have no� referred to the Contractor a minority person ar waman sent by the Contractor, �r when th� Cantractor has other information that the unzon re�er�al pzo�ess has amp�ded �h� Contractor�s efforts to meet its obligations. (5) Develop an-the-job training oppartunities and/ar participate in traan�ng prog�ams for th� ar�as which Expressly include minori�ies and women, including upgrading pragrams and apprenticeships and trainee programs r�levant to the Cantractor�s employment nesds, esp�cially �hose pragrams funded or approved by the Department of Labar. Th� Contractor shal� provade notic� of these programs to th� source5 compi�ed undex aubaection (2} above. � (6) Disseminate the Contractor's EEd policy by providing notice of the policy to unions and training programs and requesting their coopera�ion in assisting the Contrac�or in meeting i�s EEO obliga- tzons; by including i� in any policy manual and collecCive bargain- ing agzeem�nt; by publicizing i� in th� compan� newspa�er or annual report; �y specific review a£ the po�icy with a1� management personnel and with all minority and female employees at Ieast once a year; and by posting the company EE� policy on bulletin boards accessibl� to all employees at each loca�ion where cons�ruction wark is performed. (7) Ravi�w, at least annually, the company's EEO policy and affirmative actzan obliga�ions under rhese speaificatiions with all employees having any r�sponsibiliry for hi�ing, assignmen�, lay-off, termina- tion or othex emp�oyment decasion, including sp�cific review of these items with on-site supenrisory persannel, such as superinten- den�s and general foremen, prior to the initiation of canstruction wark at any jab sitie. A written recard shall be made and maintained identifying the nama and p�ace o� thesa me�tings, persons aCtending, subje�t matter discussed and disposition a£ the subject matt�r. (8) Disseminate the Contiractior�s EEO palicy externally by including highlights of it in any advertising in the news media, specifically including minoxaty and £emale news medaa, and providing written notification to, and discussing the Cant�actox's E�D policy wi�h, other contraCtors and subcontractor� with whom the Contzactor does o� anticipaties doing bu6iness. {g) Direct its xecruitm�nt effor�s, both oral and wri��en, �o minarity, female and community organizatians, to schoo�s with minority and temale students, and to minority and female recruitment and trazning organizataons serving �he Con�ractor�s recruitment area and employment needs. Nat later than oue month prior to the da�e for the acceptance of applications for apprenticeship or othex training by any �ecrui�ment s�urce, the Contractor shall send wzatten notification to organizatians such as �he above, describing the openings, screening procedu�es and tests �o be used in the selection process. -27- (10) Encourage present m�nority and f�male employees to recruit other minority persans and women and, where reasonable, �rovide af�er- school, summer and vacation emp�oym�n� �o minority and �emale you�hs, both on the site and in othe� azea o� the Contractor's work �orce. (11) Validate all �es�s and o�her se�ection requirements where there ia an obligataon to do so under 41 CFR, Part 60-3. (12} Conduct, at leask a�nually, an inv�ntory and evalua�ion of all - minority and female personne� foz promotional oppor�uniCies and encourage these employees to seek or to prepare for, tihrough appxapriatie �raining, such appartuniti�s_ (13) Ensure t�at saniority practices, job �lassificatia�s, woxk assign- ments and athe� p�rsonnel practices do no� have a discrimanatory effect by continua�ly monitoring all personnel and employment- �elated activities to ensure that �he ��O policy and the Contrac- tor�s obliga�ions under these specifications axe b�ing carried out. (�4) Ensure that all �acil�t��s and company activities are non-segregated excep� as separate or sing�e-user toilet and necessary changing faciliCies shall be provided ta assure privacy between �he sexes. (15) Dacument and main�ain a reCord of al1 so�icitations for subcon�racts from minority and female construotian contractors and suppliers, including circulation of solicitations to minority and female � contraetox associations and otiher business associations_ (16) Conduct a review, at least annually, of all supervisors' adherence to and performanCe under the Cantractor's E�O policy and affirmative ' action obligatiions. d. Th� Cantractor sha�l designate a responsible official ta monitor aIl emp�oymen�-related activitaes to ensure �hat the company EEO policy is being carried nut, to sul�mit reports relating �o rhe provision5 hereof as may �e �equired by the City and to keep r�cords of �he same. Records foz each employee shall at least inc�ude: the employee's name; address; telephone nutnber; constructian trade; union affilia�ion, if any; empZayee identification numher where assigned; social security number; race; sex; s�atus; dates a� changes in stiatus; hours worked per week in the indicated t�ade; rate of pay; and locations at which the work was performed. Records shall be maintained in an easily understandable and �etrievable form; hawever, to the degree that existing records satisfy this requzre� men�, Contractar shall not be required to maintaan separa�e recards. 3. COPELAND AN�I-xTCICBACK ACT In any contract involving construction or repair, Con�ractor agrees to comp�y, and shall reqt�ire its subcantractors to camply, with the provision5 of the Copeland "Anti-KiC]c�ack AcC" (16 ❑.S.C. 874), as supplemented in bepartment of �a�or regulations (29 CFR Part 3}. This Act provides that each Con�ractor or subgrantee shall be prohibite� �xom inducing, by any means, any person emplayed in the eonstruction, completion or repair o� public work tio give up any part af the compensation to which he ar ahe is otherwise entztled; and, if found guilty of doing so, shall be fined not more �han $5,a00 or imprisoned not more than five {51 years, o� both. 4. DAVZS-BACON ACT In any contract for canstructip� in exc�ss af $2,q00: Contractor agrees to -28- comply, and shall require i�s stzbcontractors to camp�y, with the provisions of the Davis-Bacon Ac� (40 U.S.C. 275a to a-7?. This Act xequires contractors to �ay wages to laborers and mechanics at a rate not less than the minimum wages specif�ed in a wage determination made by the Seeretary of Labor and to pay wages not less o£ten than once a week. Specifically, Contractor agrees to comply wi�h the following Department a� �abor regulations (�9 CFR Part 5): a. � Minimum Wages A�1 Zabar�rs and m�chanics emp�oyed or working upon the site of the �ork performed pursuant ta this contract will be paid unconditionally and not less often than once a week, and without subsequen� ded�ction or rebate on any account. (ex�ept such payroll deductians as are per�i�ted by r�gula- �ions issued �y the Secretiary of Labor und�r �he Copeland Act}, the full a�oun� ot wages and bonafide fringe ben�fits (o� cas��equivalents thereo�) due at th� time of pa�ment, computed at rates nat �esa than those contained in the wage detezmination of said 5ecretary of La�or {which is attaChed hereto and made a part hereof), regardless of any contractual relationship which may be alleged to exist be�ween the ContracCor and such laborers and mechanics. Contribu�ions mada or costs reasonably anticipat- ed for bonaf�d� fringe benefits undex Section 1(b)(2) of the Davis-Bacan Aet on behalf of laborers or mechanics are considered wages paid to such labarers or mechanics, subject to the provisions of Paragraph d of rhis c�ause; also, regular con�ribu�ions made or eos�s incurred for mor� �han a weekly peziod und�r plans, funds o� program which accux the particular weekly period, are deemed ta be constructively made or incurred during such �eekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determinatio� for the classifications of work aetually performed wi�hout regard to skill, except as provided in the clause enti�led °A��ren�ices and Trainees.�� Laborers or m�chanics performing work in more than one classifica�ion may be compensated at the xate specif�ed £or each classi£ication �or the time actually worked therein; provided, that the employer�s payro�l records accura�ely set forth the time spent in each classificatiinn in which work is performed. The wage detiermina�ion .(including any additional classi�i- cations and wage xates conformed under Paragraph b af this clause) and the Davis-Sacon poster shall be pasted at ail 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. (1) �he City shall require that any class of Iaborers or mechanics which is no� listed in the wage determination and which is t� be emplayed under this Con�rac� shall be classifi�d in conformanae with the wage determination. The City shall approve an additional classifiaatfon and wage rate and fringe benefits therefore only when the fallowing cxiteria have been met: Emplayment o� Laborers or Mechanics no� listed in Aforesaid Wag� Determinat�an D�easion ia) � (c) The work to be performed by the classificatian requested is not performed by a ClassifiCation in the wage determinatian; fih� classifica�ion is u�ilized in �he area by the cons�ructian industzy; az�.d Tl�e proposed wage rate, including any bonafic3.e fringe ben�- fits, bears a reasonable rela�.ionship Co the wage rates cantaiz�ed a.n the wage dete�mination, _2g.. (2) If the Contractor and the labarers and mechanics to be employed �n �he classification or �heir repr�sentativ�s and the C�ty agzee on the classifica�ion and wage zate, �ncluding the amount designated for fringe b�nefi�s, where appropriate, a report of the aetion taken shall be sent by the City ko the Administrator of the Wage and Hour givision, Employment 5tandards Administration, United S�ates Department of Labor. The Administrator, or an authoriaed represen- tative, will approve, modify or disapprove every additional classification action within 30 days or receipt and sa advise Che Citiy or will notify the City within tihe 30-day period that addition- a� �ime is ne�essary. (�} In the �v�n� the Contxactox, the laborers ar mechanics to be employed in the clasaification, and the City do not agree on the � proposed classification and wage ratie, including the amaun� desig�ated for fringe benefits, whera appropria�e, the City sha11 r��er the ques�ions, including the xev�ews of a1� intezested parties and th� recommendations of the City, to the Administrator for ' dete�mznation. The Adm�nistrataz of the Wage and Hour Divisions, or an autho�ized represen�at�ve, will issue a determination within 30 � days o� rece�pt and will sa advise the City or will notify the City within the 30-day period that additional time is necessary. (4) The wage rates determined pursuant �o the above provisions shall be paid to all warkers per�orming work in th� classification under this , Contract £�om the first day on which work is performed in the classification. ,, c. Fringe Benefirs Not F�cpressed as Hourly wage Rates Whenever the minimum wage rate prescri�ed in this Contraet for a class of laborers or mec�anies inc�udes a�xinge benefit which is not expzessed as an hourly rate, the Contractor sha�� eather pay the bene£it as stated in the wage determination ar shall pay either bonafide fringe benefits ar an hourly cash equivalent thereof. d. Antieipated Costs of Fringe Benefits If the Contracta� does not make payments to a txustae or third person, he may cansider 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 �he wage determinatiion decisian o� th� Secretary nf Labor which is a part of this Contract, provided, haweve�, �he Secretary o� Labor has found, upon �he written request of �he Contractor, that the applicable s�andards of the Davis-Bacon Act have been met. The Sec�etary o� Labor may require the Contractor to set aside in a separate account assets �or the meeting of ob�zgataons under the plan or program. A copy o£ any findings made by the Secretary of Labor with �espec� �o fringe benefits being provided by the Contractor must be submitted to �he Ci�y wi�h the first payroll filed by �he Con�ractor subsEquent to recezpt of the �indings. Underpaym�nts o� Wages ar Salaries �� The City shall, upon �ts awn action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be wzthheld from �he Contractor under this Contract or any other fede�al contract with the same prime Contractor, or any o�her federally-assisted `" contract subject �o Davis-Bacon prevailing wage requirements which is held by �he same prime Contra�tor, �o much of the accrued payments or advances � as may be considered necessary to pay laborers and mechanics, including �30- appren�ices, trainees and helpers emplayed by the Contractor or any subcontrac�or, Gne full amount a£ wages required by this Contract. In the event o� Contractar's �az�uxe 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, af�er wxitten notice to th� prime ContracCor, �ake sunh ac�ion as may �e necessary ta cause a suspansion of any £uxther paym�n�, advance ox guarantee of funds until such violations have ceased. The amout�.t so withheld may �e disbursed by the City, for and on account of the Cpntractor or the su]�contractor, to their respective laborers or mechanica to whom the same is due or on their behalf �o plans, funds or programs far any type of fringe benefit prescribed in applicable wage cletermination. fi. Payralls and �asac Payroll Records of Contractor and Subcontractors (1) Payralls and basic records relating to the work performed under tihe terms of �his Contrac� shall be cnaintained by the Contractor duxa.ng the caurs� of the work and preserved for a period of three years thereafter for a1.1 laborers and mechanics working at the site of the work. 5uch records shall contain �he name, address and social security number of each such worker, his or her correct classifa.ca- tion, hourly ra�e af wages �aid {ixacluding xates o£ contzibutions or costs an�.ici�aa�.ed �or bonafide fra.nge benefits or cash equivalents thereof), daily and weekly nur�tber of hours worked, deductions made, and actua�. wages paad. Whenever the Secretary of Labor has found that the wages of any laborer or mechanic include the amount of costs reasonably anticipated in prqviding benefits under a plan or program clescribed by the Davis-Bacon Act, �he Contrac�.or shall maintain records whicn show that th� commitment to provide such benefits is enforceable, that the plan or program is financia�ly r-esponsible, that the plan or program has been Communicated in wri�ing �o �he laborers ar mechanics af�ec�.ed, and �he cos� anticipated or the actual casts ancuxzec2 �.z� pzova.dzng such bEn.ef.i.ts . Contractars employaz�g apprenticea or trainees under appzoved programs shall maintain wxitten evidence of the registration of apprentice�hip programs and certification of trainee programs, the registra�ion of the apprenticeships and trainees, and the ratios and wage raties prescribed in the applicable program. (2) {a) The Contractor shalx submit weel�ly a copy o� all payrolls to the City if tha City is a party to the Contract, but if the City is not such a party, �he Con�.ractor will submiti the payrolls �o �he applican�, sponso�, or owner, as �he ease may be, fox txansm�.ssi.an ta the City. The payroll submitted shall 6et out accurately and completely all of the information required to be maintazned under Paragraph (1} of this Section. The information shall Ioe submitted in a form approved by the City. The Con�ractor is r�sponsi7�le for the submission or copies o� payrolls by alJ. subcantxactars. (b) Each payrall submitted shall be accompanied by a"statement af compliance", signeci by the Contractor or subcontractor or his or her agent who pays or �upervises th,� paymen� ot �he persons employed under the Contract and shall certify the fo�lowan.g: (i} Tha� the payroll for �.he payrall period con�ains the in�ozmation �equixed to be maintained under Paragraph (1) of this 5ection and that su�h information is cazxect and complete; (ii} That each laborer or mechanic employed an this Contract during the payroll period has been paici �he full weekly -31- wag�s earned, without rebate, ei�her directly or indirect�y, and that no deductians have been made e.ith�r diractly or indirectly from the full wages earned, other than perm�ssible deductions. (iii) Tl�at each laborer or mechanic has l�ee� paid not l�ess than the applicable wage ra�es and fringe ben��a.ts or cash equivalent for the c7.assificataon o£ wark per- formed, as specified in the applicable wage determina- tion in.corporated into this Contract. (c) The ialsificatian of any nf �he above cer�ifica�ions may subject the Contractor or su�contractor to civil or criminal prosecution under 5ec. 1001 ot Ti�1e XVrII and Sc�c. 23�. o£ Title XXXI of the Unitied S�a�es Code. (3} Th� Contractor or subcontractor shall make the records required under �aragraph {1) o� tk�is sectian available for inspection, ' copying, or transcription by the City or the Department of Labor or their authorized representatives. The Can�rac�o� and subcontrac�ore shall �ermit such represen�atives �o a�ntervi.ew emplayees during warlcing Yr.ours on the job. �£ the Contractor or subcontractor fails � to submit the xequired records or to make them available, the City may, after written notice to the Cantract�r, take such ac�ion as tna�r be necessary to cause the suspension of any further paymen�, advance . or guarantee of funds. Furthermo�e, �ailure to submit the �equired records upon request or to make such records availabl� may be , grounds for debarmen� ac�ion pursuant to 29 CFR. 5.12. . g. Employment of Y,ppr�n�ices and Txazn�es (1) Apprentices wi�.1. be permitted to worlc at less than the predete�nined ra�e for the work they performed when they are employed pursuan� to ancl individually, registiered in a bona�ide a�pren�iceship program regist�red with �he U.S. D�paxtment o� Labor, Emplaytnent and Tra�ning Adma.nistrataoz�., Bureau ❑f Apprenticeship and Training, or with a state apprenticeship agency recagnized by �he 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 cer�ified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency to be eligible for proba��onary�employment as an. apprentice. The allowable ratio of apprcntices �o journeymen on the job site in any cxaft c7.assification sha11 not be gzeatar than the ratio permitted to the Contractor as to the entire work force under the registered program. Any employee Iieted on a payroll at an appren�iceship wage rate, who is not r�gistered or otherwise employed as sta�ed abav� shal]. be paid not less than the applicab�a wage rate on the wage determination for the classification of wox}c 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 �saage rate nn the wagc da�ermination �or �he work ac�ually performed. Where a Contractor is pezfozma.ng COI1S�rUG�1_OII on a project 9.n a 7�ocality other than that in which its program is registered, the ratios azzd wage rates (expressed in percentages of �he journeyman's hour�.y xate) specified in �he Con�ractor's or subcnntractor's registered program sha3.1 b� obsezved. Every apprent�.ce must be pai.d a� no less than the rate specified in the registered program for tkfe appren- tice's level of progress, e�cpressed as a percentage of the journr�y- man hourly rate speci�ied in the app�ica�Ie wage de�ermination. -32- Ap�ren�ices shall be paid £ringe benefits in accardance with the provisions of the apprenticeship program. If �he apprenticeship pzogxam does not specify fringe benefits, appzentices musti be paid the full amaun� of fringe benefits listed an the wag� determina��on for the applicable classification. I� the Administzator of �he Wage and Hour Dzvision determines that a different pract�ce prevails for the applicable apprentice classification, fringes sha�� b� paid in accordance with that determina�ion. In the �vent the Buzeau of �pprenticeship and Tra�ning, or a s�ate apprenticeship agency zecognized by the Bureau, withdraw� approval of an apprenticeship prog�am, the Cantra�tor will no longex be permit�ed to utilize apprentices a� less than the applicable predetermined ra�e for the work performed unta� an accep�able�program is approved_ {�) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermin�d ra�e for the work performed un�ess �hey �re employed pursuant �o and individually registered in a program which has received priar approval, evidenced by formal certification, by �he U.S. Department of Labor, �mpldytnent and Training Administration. The ratio of trainees to journeym�n on the job siGe shall not be greater than permi�tied under the p�an approved by �he Employment and Training Administration. Every �rainee must be paid a� not less than the rate specitied in the approcrecl program for the tzain�e's level of progress, expr�ssed as a percentage of the journeyman hourly xate s�ecified in the app�.icabl� wage detexma.na�ion. Trainees shall be paid �ringe benefits in accardance wath the provisians of the trainee program. If the trainee program does not men�ion fringe benefits, tx'ainees shall be paid �.he full amownt of fringe benefits Iisted on �.he wage determination unless the adrnan.astra�or of the Wage and Houx Division detexmines �hat there is an appxenticeship program associated with �he corresponding j ourneyman wage rate on the wage cleterminat.iox�. which prova.des for les� than full fringe benafits �ar apprentices. �11n�r employee �a.sted ori �.he payroll at a traine� ra�e who is not registered and. partica.pa�ing in a�raining plan approved by the Etnploymen� and Training Adma.zaastration shall be paid not 1.ess than the applacable wage rate on the wage det�rmin.a�ion for the classifz- cation of work ac�ually performed. In addition, any trainee performing work o� the job site in excess of the xatio permitted under �.he registered program shall be p�id not less �han �.he applicable wage rate on the wag� detertnination of the work actually performed. �n the event the Employmez�t and Training Administ�ation withdraws approval af a training grogxam, �he Contractor will rAo longer be pexmitted �o utilize trainees at less �han the applicable pr�.de�ermined rate for work per�armed until an acceptable program is appraved. (3) Equal Employmen�. Op�artunity. The uti1.a�za�ion of apprentices, txainees and journeymen under �his part shall be iz� corr.farmity with the equal employment opportun.z�y requirements of Executive Order 11246, as amexideel, and 29 CFR Part 30. h. Posting Wage Determination. D�cisions and Authorized Wage I]�ductions The applicab�e wage poster of the Secretary ot Labor, United States Department of Labor, and the applicable wage determination deeisions nf said S�cre�ary af Labor with respect to the variaus classifiCatians o� laborers an.d mechanics employed and �o be employed upan tti.e wark covexed by tihis Contrac�, and a statement shawaz�.g all deductions, if any, to be mad� from wages actually earned hy persons sa employed or to be emp3.oysd in such classifications, in. accordance with th� p�ovisions o� �his -33- Con�rac�, shall be pos�ed at a��ro�riate conspicuous paints at the site of wo�k. i. Claims and Dispute� Pertaining to Wage Rates Claims and disputes per�aining �o wag� rates ox to the classi£acatian of . labor�rs and mechanics employed upon the wo�k covered by this Contract � shall b� promp�ly repor�ed by th� Contxackor in writing to t�e City for referral by �he latter �hrough th� Secretaxy af Hausing and Urban Development to �he Secre�ary of Labar, United States Department of La�or, �i whase dec�sion sha11 be final with xespect thereto. ' S. GON'i'RACT WORK HOURS AND SAFETY STANT}ARDS ACT Contirac�or will corrtply with all prnvisions ot th� Contract Work Hours and Safety Standards Act (�0 U.S.C. 327--332), as supplemented by Department of La3�or Regulations (29 CFR, Part 5}. Specifically, Contractor will comply.with the following standards: a. 0'ver�ime Compensation No contrac�ar or sul�contractor contracting for any par� of the Contzact work which may reqt�ire ar involve the employm�nt of labozers oz mechanzcs, including watchmen and guards, sha1�. xequire ar permit any such laborer or mechanic in any wozkweek in wha.ck� he or ahe is employed on such work to work in excess of 40 haurs in such workweek, unless such iaborer or mechani� receives compensatian at a rate not less than one and ane-half t�mes his or her basic rate of pay fior all hours worked in exce.ss of 40 hours in such wo�kwaek. h. Vialation: Liability for Unpaid Wages: Liquidated Damages In the event of any violation of the clause set fortih in Paragraph a of " this section, �he Contractor and any s�contractor respansible tiherefore sha11 be liable tio any affectied employee for his or her unpaid wages. Tn ' addition, such Con�ractor and subcontractor sha11 b� la.able to the United 5tates for 1i.quidat�d damages. 5uch liquzdated damages sha�7�lae computed `� with respect to each individual laborer ar mechanic in the sum of $10 for a; each calendar day on which such etnployee was required or permitted to work in excess of the standard workweek of 40 haurs without payment of the _, ovextime 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 a, authorized representative of the Departmen� of Labor, wi�hhold or �ause �o be withheld from any monies payable on account ot wark perEormed by the • Contractor or subcon�rac�or under any contraet or any other Federal contract with the same Cont�actaz, or any other Federa�.].y-assisted 1i contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may administra- tiveiy be detr:xmined to be necessary �o sa�isfy ax�,y J.iabili.�ies of such Contractor or subcontzaGtaz fa� unpaid wages and liquidated damages as "' provided in Paragraph b of this section. d. 5ubcontracts The Cantractor shall insert in all subcontracts th.e clauses set foxth in Paragraphs a, b, and c of this 5ection and also a clause requiring the subcontractors ro include these clauses in any lower tier subcontracts -34- which �hey �ay enter into, together with a clause requiring this insertion zn any fur�her subcontracts that may in turn be made. The prime Contractor shal� be res�onsible for compliance by any subcontractor or lower tier subcantractor with the provisions s�t �or�h in Ghis section. 6. CHILI} LABpR ACT Contraator will comply wi�h the Child Labor provisions of the Fair Labar Standards Act, 29 U.S.C. 212--37.9 and tha� Act's implementing regulations, faund at 29 CFR 570. This A.ct prohibits the pazd or unpai�. employment of individuals undex �he age of 18 years on any constructian praject. MISCELI,ANEOUS PROVISION� a. Complaints, Proceedings, or Testimony by Employees No Iaborer or mechanac ta whom the wage, sa�.a�y, or ather labdr standards provisaons of �.his Contract are applicable shal� be dischaxg�d or in any other mannez d�.scrimina�.ed against by the Contractar or any subcontzactor because such employee has fa.led any complaint or ins�.i�uted or caused to be insti�u�ed any proceeding or has testified ox is about to tes�ify in any praceeding under or relating to the labor standards applacable uzid�:r this Contract to his employer. b. �3uestzons Concezning Cer�ain �'ederal S�a�u�es and Regulatians All c�zestions arising undez tha.s Con.traat which rela�e �o the application ar interpre�ation of (a) the aforesaid Anta-Kackbac7c AcC, (b) �he Contract Work Hou�s and Safety Standards Act, (c) the a£ozesai.d Davis�Bacan Act, (d} the reguxations iss.ued by the Secretary of Labar, United States Department of Labor, pursuant �o, said Ac�.s, or {e) the labar standazds provaszons af any other pert�.nent Fedexa�. stat�ue, shall l�e refarred, through the Ci�y and the Seeretary of Housing and Urhaz� Developmenti, to �he Secretary o� Labor, Unitied States Department of Labaz, �or said S�cre�ary's appropxa.ate ruling or interpre�a�.ion which shall be authorita- ta.ve ancl may be relied upon �oz th� purposes of �.his Contract. Provisions to }�e Included in Subcontracts The Contractpx or su�contractor shall insert in any 5ubcontract the abo�tre- speci�ied clauses entitled "3. COPELPND ANTI-KICKBACFC ACT," "4. DAV�S� SACON ACT, ""5. CqN'I'RAC'I' WORIC HOURS AiVD SAFETY STANDARDS ACT, °"6. CHILD LABOR ACT," '�7. MISCELLANEOUS PRQVISIONS" and such o�her clauses as the City may by appropria�e instructions require, and alsa a claus� requiring th� subcantractors to includ� these clauses in any lower tier subcon- tracts. The prime Cantractax shal]� be xesponsible for compliance by any subcontractor or lower tier subcontractor with a�.�. t�ae con�.rac� clauses cited abova. d. �reach of Foregaing F`�de�al Labor Standards Provisions In acldi�ion to the causes £'o� te�cmina�ion of �his Can�ract, as herean elsewhere se� �orth, the City reserves the xigh.t to �erminate this Cnntract if the Contrac�.ar ar any subcoritractor whose subcantzac� covers az�y ot �.he work covered by this Con�rac� shall breach any of the foxegoing Federal Labor Standards pravisions. A breacb. af these Federal Laho� S�andards proviszans m�r also be grounds for debarment, as pzovided by the app�..zcable regulations issued by �he Secretary of Labor, United S�a�es Department of L,abar. e. Employment Practices --35- i The Contractor shall (1}, tio �he greatest exten� pracfi.icabl�, follow k�.a.ring and employment practices for work on the projec� which will pxovide new job opportuni�ies for the unemployed and underemployed, and (2) insert or cause to be inser�ed tihis provision in each cons�ruc�ion subcontract. f. Cantract Termina�ion; Debarment A i�reach of any of the Acts ar regulations specified in Paragraph c, abo^�re, may be grounds for termination of this Contract and for debarment as a Con�.ractor and a subcontrac�or, as provided in 29 CE'R 5.12. g. Disp�.tes �once�z�ing Labor Standa�ds Dispu�es arising aut of the Labor Standards provisions of this Contract shall nat be subject to the General Disputes Clause of this Contract. Such dis�utes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR, Par�s 5, 6 and 7. �isputes, within the meaning of �his Clause, include disputes beCween �he Can�rac�ar or any of its subcontractors; and t�ie Czty, the U.S. Department of I�abor, their employees o.r representatives.. h_ Certi�ica�ion of Eligibility (1) By entaring in�o �his Con�rac�, �he Con�ractox cer�i�ies tihat neithex a.t nor any person or firm who has an interest in the Contraetor's firm is a person or firm inel.igable to be awarded governmant cqntracta by virtue of Sections 3(a) q£ the Davis-Bacan �Lct or 29 CF`R 5.12 (a) (1) . (2} No par� of this Contract �hall be subcontracted to any persan or - firm ineligible for award af a government contract by virtue of the a�ov�--men�ioned sec�ians. 8. CI.,EAN AIR AND WA.'I'ER .ACT � a. Cantrac�or shall comply with all requirements of 5ection 114 of the Clean Air Act, as amended (42 U.S.C. 1857, at seq.). and Section 308 of the Federal Water Po1l.ution Control Act (33 U.S.C. 1251, e� seq.) relating to inspection, monitorang, entry, r�poxts and information, as well as other requirements specified in Section ],�.4 and 5�etion 308 of �he Air Ac� and �he Water Act, respectively, and alJ. zegu�ataons and guidelincs issued thereunder before the award of this Contract�. . b. No por�ion ot �he wnrk required by this Contract will be performed in a . facility listed on �h� EPA List of Viola�ing Facilities on the date when tihis Contract was award�d unl�ss and until the �PA elimina�es the name of ;, such facility or faeilities from such listing. c. Contractor shall use its best effdr�s to comply with clean air standards and elean watex standards at all facili�.ies in which the Contract is being perfnrmed. d. Contrac�or shal� insert the su�stance of the provisions of this clause into any non-exempt subcon�rac�, including �his �arasraph. 9. LEAD BASEA PAINT HAZAR.T] In a1.1 cantracts for construction or rehabilitation of residential structures, the Contractor ax�d all subcon�ractors shall comply with the Lead-Based Paint regulations found in 24 CFR 35 and shall comp7.y with �he provisions for the elimina�ian of lead-based paint hazards under 5ub-Part � tkaereof. �3fi- 10. RE5PON5IBILITY OF CONTRACTOR REGARD�NG REPORTS Contractor will comply with the requirem�nts of �he Ci�y of Fnrt Worth's Fiscal Departrnent, Intergovernmental A£�airs and Gxants Managemen� regarding the compiling and reporting of statistical in�ormatian xequired by �he Federal r�gulations ou�lined above. 5pecifically, Contxactar agxe�s to submi� all compl��ed reports according to the instructions and xequi�ements of the Fort Worth Fiscal S�rvices Department/Intergovernmental Affairs and G�ants Manag�m�nt, and Contractor unders�ands the failure to do so may be cause £ar term�nataan af this contract. -37- 11. CERTIFICATZON AND ACKNOWLEDGMENT I certify that I have read and uriders�and th� in�ormation regarding my obligations as a Contractor on a projec� �unded by the United States Depar�ment o� Hausing and Urban Developmen�, which is contained in the preceding Contract provisions. I understand �ha�, shou�d I have any questians rega�ding my obli�ations, T will as saon as possible Contact the For� Worth Fiscal Sezvi�es bepartment/Intergovernmen�al Af�airs and Gran�s Managemen� staf� member who is assigned to monztor this Cantract. Contraetor By: Title .� c� .� �� C:\DOCLIMENTS Pa3SD SE7"CINGS�GON2AT,CAR�MY DOCUMENT6,CARLUS FOLDERIC+�1T�i,QS PROS$C7'S�UY7lRR OAHL7+N0 LAKP., T�� 4AKS� AND SYLV]iNIR PARK\SPHC\H6—B7(ECllTTVE ORllER 11146.WC U.$. �EPARTMENT OF HOUSING AND URBAN DEVELOPMENT CERTIFYCATION OF BTDD�R REGARDI�G EQUAL EMPT�OiTME�TT OPPOR'Z'UNZTY TNSTRUCTIpNS This certification is zequized pursuant to Executive Order ii246 (30 CFR 12319- 25). The impiementia�.g rulea and regulations provide that any bidder or prospective contractor, ar any o� their proposed subcontrac�.vrs, shall stat� as an initial part of the bid or negotiations of tihe Con�rac� whethe� �hey have par�icipa�ed in any previous conCrac� o� subcontrac� subject to the Equal Opportunity Clause; and, if so, whether th�y have �a�,ed all campliance reparts due under applicab�.e in�tructa.ons. Wl-�ere the certification indicate� that the bidder has nnk. filed a compliance report due under applicable instruc�ions, such bidder shall be required to submit a compliance repor� within seven calendar days after bid openin.g. No con.tzact shall be awarde�. unless such report is sul�mi�ted. CERTIFICATIONI SY BTDDER ' Bidd�r�s Name: i, Address and Zip Code: „ 1. Bidder has participated in a preYrfous con�rac� or subcontzact subject �a the �qual Opportuni�.y Clause.. Yes ❑ Na ❑{If answer is yes, identffy �he most recen� contract.) 2. Compliance reparts w�re requi.red to be fil.ed in connecta.on wit� such contract or subcantxact. Yes ❑ ATo ❑ ' 3_ Bidder has filed �11 compliance reports due under applicable instructions, inc].uding SF-100. , , Yes ❑ Na ❑ ;_ 4. If answer to item 3 is ��No," please explain in�de�ail on reverse side of this certificatian: � I �li Certificatian - The informa�ion above is true and comp�ete to the best of my knowledge and belie�. Name and Ti�le of Signer (Pleas�: Type) Signature bate C:\➢OCUMENTS AN� SHTT3NGS\GONZALCAR�MY DOCVMENTS\CARLO$ POLOERj�Q9 PROJECTS\UPARR OAKI.ANll 7.kKE, TRA�ER OASCS, ANA SYLVANTA PRRK�SPEC`ki6-BXECUTTVE ORUER 112A,6.bDC U.S. DEPARTMENT OF HOUSTNG AND URBAN bEVELOPMENT CERTZFiCATIpN REGARDING LOBBYING The undersigned certifies, to the beat of his or her 1�owledge and belief, that: (1} No Federal appropriated funds have been paid vr will be paid, by or will be paid, by or on behalf of tihe undersigned, to any gerson for influencing or attempting to influence an ofticer or employee of any agency, a Member of Congress, an afficex or emp�oyee o� Cong�ess, or an employ�e of a Member of Congress in connection with the awazding of any Federal con�rac�, Che raking of any Federa� grant, the making of any Federal loan, the �ntering into of any coaperative agreement, and the extension, continuation, renewal, amendmen�, vr modification of any Federal contract, grant, loau or coop�rative agrE�ment. (2) If any funds other than Fedexa� appxoprzated �unds have been paid or wi11 be paid to any person £ar influencing or attempting to inf�uence an o�fieer ar employee of any agency, a Member of Congzessr an of£icer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, gran�, loan, or coaperative agreement, the undersignecl sha1.7. complete and submit 5�andard �'oxm-LLL, '�Disclosure Form �o Report Lobbying,'� in accozdance with its instructions. (3) 'z'xi.e undersigned shall require that the language of this certification be included in �he award dacumen�s far ali subawards a� all tiers (including suk�contracts, subgran�s, and con�ractis under gran�s, loans, and coapera- tive agre�ments) and that all subrecipients shall certiify and disclose according]y. Signature Title ba�e Cx�WCUMENTS ANII SET7'7NGS\GONZALCAR\MY dOCtIMEN'['S\CARIAS FOL➢ER]C�,QS PROSEC`CS\UP71RR 6RiCLANO LAK$, 7RADBR OAKS, AMi] SYLVANIA PARK\3PEC\ft6-SXECllTIVE ORQER i1246.WC � u.5. DEPARTM�NT 0� HOUSING AND URS�1N D�'V�LOPMENT CERT�FICATE OF OWN�R'S ATTORNEY , i ,� i . : .� ,� I, �he undersignad, � � �J� ��CS� � , the duly authorized and acting legal re�resentative of �� c� �i'��'�1� , _� da hareby certi£y as follows: I have examined th� attached Contract(s) and surety bonds and the manner of execution thereof, and I am o� the opinion tha� each of the a£oresaid agreemen�s has been duly execut�d by the proper parties �he�e�o acting through their duly au�horized representatives; that said representatzves have full power and author�ty ta execute said agreemen�s on behal� a£ the respective parties named thereon; and that the foregaing agr�ements constitute valid and legally banding obligati�ns upon the parties executing the same in accordance with terms, conditions and provisions thereof. �a�� : q� �, �� � �� , ��� � ��� �a�, JS � /�'r�" C:\�OC[7MEN'i'S AN➢ SE'i'TINGS\CANZALCAR�MY D6CUMEN'1'S�CAaLOS FOLbER��LQ3 PRO�ECTS\[1PARR aAKLAt76 LAKE, TRA6ER OAFCS, ANO SYLVANIA BARB\SPEC\FI6-Bl{ECI7'A'IV� ORt]EA 17.296.AOC U. S. DEPARTMENT OF LABOR WAGE AND HO-UR AND PUSLIC CONTRACTS DIVISIONS INSTRUCTIONS FOR COMPLETING PAYR.OLL F�RM WH-34`� General: Th� use of WH-347, payrall form, is not mandatory. This fo�m has been made availabie �or the conwenience of contractors and subconiractors required by their Federal or Federally-aided construction-type contracis and subcon�racts to submit waeklypayrolls. Properiy filled out, this from wiil satisfy ihe requiremenis of Regulations, Parts 3 and 5{29 CFR, Subtitle A), as to payrolls submitted in connection with contracts subject to the Davi�-Bacon and related Acts. This form meets needs resulting frorn the amendment of the Davis-Bacon Act ta inciude fring� benefits provisions. Under this amended law, the contractor is requi:red to pay not less th.an fri.nge benefits as predetermined by the Department of Labor, in addition to payment nf not jess than the predetermined rates. The eontractor's obligation to pay frilige bene�its rnay be met either bypayment of �Iie fringes to the va�-ious plans, funds, or programs or by rnaking these payments to the employeas as cash in lieu of fringes. This payroll provides for the contractor's showing on the face af �he payroll all mor�ies paid to the ernployees, whether as basic rates ar as cash in lieu of fringes and provides for the contracfior's representation in the statement oF co�npliance on the rear of the payroil that he is paying to athers fringes required �y the contract and not paid as cash in lieu of firinges. Detailed instructions c�oncerning ihe prepaxation of the payroll follow: � Coz�tractor or Subcontractor: Fill in your fum's name and checic approp�iate bax. , Address: Fill in your firm's address. Calumn 1- Name, Address, and Social Securitv Number of Emu�ovee: The employee's fuIl name must be shown on �ach w�ekly payroll submitted, The employee's address must also be shown on ` the payroll covering the first week in which the employee works on the proj ect. The adc�ress need • not be shown on subsequent w�ekly payrolls unless his address changes. Although not required by Regulations, Parts 3 and 5, space is available in the name and address section so thai Social �ecurity nuz�n.bers may be listed. , Column 2- Witl�hpldin� Exen�ntioz�s: This column is merely inserted for the employer's convenience and is not a requirement of Regulations, Parts 3 and 5. ' Column 3- Work CIassifications: List classificaiion descriptive of wark act�ally performed by employees. Consult classifications and mxnimum wage schedule sei forth in contract specifications. � If additional classifications are deemed necessary, see Contracting Officer or Agency representa.tive. � Employee znay be shown as ha�ing worked in more than one classzfication pxavided accurate breakdown of hours sa worked is maintained a.nd shown on submiited payroll by use o�sepazate lzne � ent��ies. � 43 .l Calu� 4- Hours Worked: Qn all contracts subj ect to th e Cnntract Work Hours Standards Act enter as ove�rtime hours a11 hours warked in exc�ss of �0 hours a week. Calunnn 5- Tatal: Self Explanatory, Colurnn f- Rate of 1'av, includin� Frin�e Benefits: In s�taigk�t tiz�.e box, Iist actual hourly rate paid the einplo�ee for straight time worked plus any cash in lieu of fri�nges paid the employee. When recarding the straigh� tirz�e hourly rate, any cash paid in lieu of fringes may be shown separately from the basic rate, �hus $3.25/.40. This is of assistance in correctly compuiing overtiur�e. See "FRINGE BENEFITS" below. In overtiine box shaw overtime hourly rate paid, plus any cash iza lieu of fringes pazd t1�.e employee. �ee"FRIlVGE BENEFITS" belaw. Payment of not less than time and ane-half the basic or regular rate paid is req�ired fnz' o�ertixne under the Contract Work Hours Standa.rds Act for 1962. Ir� addition to paying not less than the predetermined rate for the classi�cation i�� wkuch the ernployee works, the contractar• shall pay to approvedplans, funds, or programs ar shall pay as cash in lieu of fring�s aanaunts predetermined as fringe benefits in the wage decision made part of the contract. See "FRINGE BENEFITS" helow. FRTNGE BENEFITS - Contxactors who �av all xec�uired frin�e benefits: A cont�actor who pays fringe benefits to appzoved plans, funds ar programs ii� amounts z�ofi less than were determin�d in the applicable wage c�eczsion of the Secretary of Labor shall continue to shaw an the face of the payroll ihe basic cash hourlyxate and overtime rate paid to his emplayees just as he has always done. Such a contrac�or shall check paragraph 4(a) of the staternent o�1 the revex se of the payrall to indicate that he is also paying ta approved glax�s, funds, ar programs no1; Iess than the arnount prede�ermined as fri�ge benefits for each c�ai�, Any excepl:ions shall be noted in Section �(c). Cantractors who pav iio irin�e benefits; A Contractor who pays no fringe benefits sk�all pay to the employ�e, and insert zn the straight time hourly ra�te column of the payroll, an amount not less than fhe predetermin�d rate for each classification plus the amount offringe benefits deiermined for each elassifical�ion in the applicable wage decision. Tnasmuch as it is not necessary fio pay time and a half an cash paid in lieu of fringes, the overtime rate shall be not less than the sum af ihe basic pred�termined rate, plus the halftime preznium on basic or regular rate, plus tkae xequired cash in Iieu af fringes at ik�e straight timE rate. iz� addition, the contractflr shall check paragraph 4(b) of the stateinent on the reverse of the payroll to indicate that he is paying fringe banefits in cask� dzrectly ta his employees. Any exceptions shall be noted in Sectio� 4(c). Use of Sectidn 4(c), Exce�tions Any contracto� wha is inaking payment to approved plans, funds, or programs in anaounts less than tk�e wage deternlination. re�uires is obliged to pay the deficiency direcfly to the employees as cash in lieu of fringes. Any exceptiazls ta Section 4(a) or 4{b), vcrhichever the contractor may check, sha.il be entered in Section 4(c). Enter zn the Exception coluinn the craf�, and enter 'rn the Explanation column the hourly amount paid tlxe emplayee as cash in lieu of fringes and the hourly amount paid to plans, funds, or programs as fringes. The contractor shall pay, and shall shavv that he is paying to each such einplayee for all hours (unless otiherwise provided by applicable determination) worked .� an Federal ar Federally assisted proj ect an� amo�nt not less than the predetermined rate plus cash in lieu of fringes as shown in Section �4{c). The rate paid and amount a£ cash paid in lieu af �ringe benefits per hour should be entered in calumn 6 on the payroll. See paragraph on "Contz'actors who pay no fringe beneiits" for cornpuiation of overtime rate. Calumn 7- Gross Amount Earned: Enter gross amount earnec� on this project. If part of the employee's weekly wage was earned on prajects other than the project described on ihis payroll, .. enter in column 7 first the amaunt earned on the Federal or Federally assisted project and then the g�ross amount earned during the week on all prajects, thus $63.00/120.�0. Calumn 8- Deductians: Five columns are provided for showing deductions made. If rnore than five deductions should be involved, use first 4 columns; show the balance of deduetions under "Other" column; show acival total under "TotaI Deductzons" column; and in the attachrnent to the payroll describe the deductions conta�ned in the "Other" column. A11 deductians musi be in accordance with the provisions of the Copeland Act Regulatio�s, 29 CFR, Part 3. If tlie employee worked on other jobs in addition to this project, show actual deductions frarn his weekly gross wage, but indicate that deductions are based an his gross vvages. �olumn 9- Net Wa�es Paid far Week: Self-explanatary. Totals - Space has be�n 1eft at the bottom of the columns so that totais may �e shown if the contractor so desires. Statement Reauired bv R��ulations. Parts 3 and 5: While �his form need noi be notarized, the statement on the back of tlle payrall is subject to the penalties provided by 1$ U5C 1001, namely, possible imprisonment for S years or $J.Q,000.00 fne or bath. Accordingly, �he party signing this zequired statement should hav� kno�vledge of the facts represented as true. Space has been provided between items {1j and (2) of the statement f�r desc�ibing any deduc- tions made. If all deductions made are adequately described in the "Deductians" colunm above, state "See Deductxa�s coluxnn in this payroll", See paragraph entitled "FRINGE BENEFITS" above for instructions concerning filling out paragraph 4 of the staiement. � ul .� 45 U. S. D�partment of Housing and Urban Development CERTIFICATE FROM CON'TR.ACTOR APPOINTING OFFICER �R EMPLOYEE TO �UPERVISE PAYMENT OF EMPLOYEES Praject Nam� Location Date Project No. . (I) (We) hereby certify that (I am) (we are) (the pri�nnn.e cont7ractor) (a subcontracior) �or (Specify "General Consiruction", "P�umbing", "Roofing", etc) in connection with canstruction of the abov�-mentioned Projeci, and that {n (we} have appointed ; whose si�natuz-e at�bears below, to subervise the navmen� of (mvl �our� �mt�lovees be�innin� , 20_; that he/she is in a position to have full know�edge of the facts set forth in the payrall docuxnents and in the statement �f compliance requirad by the so-called Kick-Back Statute which helsbe is to execute with (my) (our) full authority and approval until such #ime as (� (we) submit to a new certificate a�pointing som� other person for the purposes hereinabova siated. (Ide�n�ying Signature of Appointee} Attest {if required): : (Name af Firin ox Corporatian) (Signature) � (Ti�le) (Signature) (Title) :, NOTE: This certificate must be executed by an authorized o�fieer af a corporation, by a member af a partnership, or the sole owner and shall be executed prior ta and be subrnitted with the fir�t payroll. Should the appointee be chang�d, a new certificat� must accompany the first payroll for -• which the new appointee executes a statement of compliance required by the Kick-Back Staiute. , , DALIDAO-1344.3f2 (6-79) 46 � u.s.o�r,Rr�,sENroF�aeoR PAVCiOd.l. Form Approved WAGEAND HOl1R dNI510N Budgef From No. 44 B 1 �93 (For Contractor's Optional lJse, See Instruction Farm 11YH�347 Inst.} Name of Contractor ❑ Or Subcantractor ❑ Address PAYROLL NO FOR WEEK ENOIA'G PROJECT AND LOCA71pN PROJECT OR CQNTRACT NO (1 } -2 {3] O (4} pAY AN� �ATE (5) {6) (7) (6) 6E➢UCTIQNIS (gi T �n.oF wRH-++or�uV� OTHER TOTAL NAME, A6�RES5 ANO `�pcc X1OLDS WORiC O TOTAL RATE GRO55 F� TAx DEDUCTIQTlS N� SOCIAL SECURITY Nt13viBEFi �'�AWT°�^' CLA5SIFfCATiON R HOUFtS 4F AMOUNT WAGES OF EMPLC7YEE 6 PAY �1RNED PA1D FOR 5 W EEK T HOURS WOR[� EACH DAY O S O S O 5 O S O S O S O S ' 0 I S OMB# 2501-0007" 9�7 U. S. DEPAR7MENT OF LABdR STATEMEN7 O� COMPLiA�iCE Form Approved WAGEAN�HDURANDPUBtfC Sudget Sureau Mo. 44-R1a50 CONTF�kC7S dIV1540N5 pate a . 1 � S i j i x, , do hereby state: (iVame of signatory paxtyJ STitle} (1j That I pay or supervise the payment of the persona employed 4�y {Contracear nr subcontxactor) an the ; that dur3.ng the payroll period commencing on the day of (Building or work) , 20 and ending the day pP , 20 all pereone employed on said pzoject have bee❑ paid the £ull weekly wages earned, that no rebatee have b�en or will be made either directly or indirectly to or on behalf of said [Contractor or subcontraetor) fram the full weekly wages earned by any person and that na deductions have b�en made either directly pr andirectly from the �ull wages eazned by any person, other Chan permisei�le dedUctions as defined in Ragulations, Part 3(29 CFR Subtitla A), issued by the Secretar]F of Labor under the Copeland Act, as amende8 (48 Stat. 94&.63 Stat• 108, 72 Stat. 967; 7S Stat. 357; 40 U.S.C. 276c1, and descsibed below: i2] That any payzolls othezwise under this contract requized to be su6mitted for tkte above period are cnrxect and complete; ehae rhe wage rates for laborers or mechanies contained therein are not less than the applicable wage �ataa conta9.ned in any wage determination incorporated into the contraCt; that the classifications set fnrth therein Por each 7.aY�orer or mechanic conEorm with the wark he performed. (3} That any apprentiCes employ2d in the above period aze duly zegiste�ed in a 6qn3 iide apprenticeship progi-am registered with a State apprenticeship agency recognized by the Bureau of Apprenticeshig and Training, United States Department of Labor, or i£ no such recognized age�cy existe in a State, are regist�xed with the Bvreau of Apprenticeehip and Training, United States Department of Labor. � �4) That: (a� W6ERE FRIISGE BENEFITS ARE PAID TO APPS20VED PLANS,� FUNC15, OR FROGRAM5 ❑ In addition to the basic hourly wage rates paid to each laBorer or mechanic listed in the ahove referenced payroll, payments of fringe kaenefits as listed in the contract have been or will be made to appropriate programs �or the benefit pf such employees, except as noted irs Section A(c) below. {bJ WHERE FRINGE BENEFETS ARE PAID TN CASH C] Eaeh laborer or raechanic liated in the a5ove referenced payro7l has been pai.d as imdicated on the payroll, an amaun� not Iess than trie sum of the applicable basic hourly wage rate plus the amount of the required fringe benefits ae liated in the cantzact, except as noted i.n sectian 4�cJ helouu. (C} EXCEpTIOI�TS ��€�P'F`�Q�+i (�r�f.t� LF}:�LRN�TION Remarks Na►rEe and Title Signatuxe THE WILPITL FALSIFTCATI�N OP ANY OP TH� ABOVE STATF61ENT3 MAY 5US,7ECT TH� CON'I`RACTQR OR Si1BCON'1ttACTOR 'TD CTVIT, OR CRIMINAL FROSECUTION. S�E SECTION 1041 OF TITLE 1B RN� 5ECTION 231 OF TITLE 31 OF THE UNITED 3TATES CODE. GSA [1668 .aa22 Y I . Foim WH-398[1JfiBj I y � � *�MP�OY��S Si►���IV��N� �F VIIOR�C VFRf�I�AYI�N The undersigned hereby certifies that he has engage� in the faflawing work classifica�ions for fhe payroll week beginning and ending �Date} , and was employed by � (Da#e) (Name of Company) � , i�VOFtK � M T ifV TH ��A� fi�TI�L ��17� ����5 '' �L�4��iFI�ATiDf� H�UR� �F P,4Y PA'f i; ` - -- 1 � I ., ;: � � TOTALS � (Employee's Signafure) I *This information is required when an employee is used in more than one classificatio� during any payrall p�r�od; for example, Carpenter for part of a day or weelc, and laborer or other classification for the remainder of the time, and is paid differenf rates of pay for � each classification. If the emplayee is paid the higher rate(s) for all work performed, this farm is no� required. r ; �. � I, 49 ! Pa�roll D�duc�ion Au�heriza�io� �� This is the aufhorization to the to deduct �rom my paycheck $ .�' This is far item number: R�F�/�YfllI�IVY �F�: 1. 2. 3. 4. 5. 6. L.oan Retirement Advance on Wages Savings Savings Bonds Un�forms 7. Credit Union 8. Proft Sharing 9. Dor�afions to Agencies 10. lnsurance Premiums 11. Union Dues �2. *This deduciion is to be made: CHECK APPROPRIATE BOX � One #ime onfy � Weekly � Bi-weekly � �or weeks � Date: , . 6 Employee`s Signature Printed or Typed Name: Project Name and Number: H13-PAYRDLL OE�UCTION AUTH6kIZATtpN 50 The undersigned, having execuied a contract with SU�C4h6��CiOR'S C�FtiIFICAiIOf� COf�C��i�INC �A��R S fAN�A��S Af�9 �R�V,P►ILIfVC I��o,C� R�(,�U[R�f�VI�[V`i5 T�� ��� .. ��� ITo (Appropriate Recipient) �afe �I C�� ,� �. , Project Number {If any) �roject Name (t�ame of Coniractor or Subcontractor} for {Nature of Wark) ln the amouni of $ In the construction of the above-identified project, certifies that: (a) The Labor Standards F'ro�isions of The Contract for Canstruetion are included in the aforesaid cantr�act. U. �. ���,�R�'iV��Ni 8� b�U�1P�G��,f�D UR���! D�1�EL��f��Ni �8M11�UNI�Y ��V�����II�l�i �3LOGK CRANT If��Ui ,: (b) Neither he nor any firm, corporation, partnership, or associa#ion in which he has a substanfiial lnterest is designated as an inel9gible contractor by the Camptroller General of the United States pursuant to Section 5.6(b) � of the Regulations of the Secretary of Labor, part 5(29 CFR, Parf 5), or pursuant fo 5ection 3(a) of fhe Davis- Bacon Act, as amended (40 U,S.C. 276a-(a)). 5 �V� � �z. , No part of the afarementioned contract has been or will be subcon#racted to any subcontractor if such subcontractar or any firm, corparation, partnership or assaciation in which such subcantractor has a substantial interest is designated as an ineligible contractor pursuank to the a#oresaid regulatory or statukory provisions. He agrees fo obtain and forwerd tn the contractar, for transmittal to fhe recipient, within ken days af�er th� �xecution of any lower su�cantract, a Subcontractor's Certification Concerning Labor Standards and Prevailing Wage Requirements, executed by the lower tier svbcantractor, in duplicate. (a} The warkmen will repart for duty on or about (Nature o� work) In the amount of $ '3. He certifies fhat: {a) The legal name and the business address of the undersigned are: , (b) T�e undersigned is: (1) A Single Proprietorship: � (2) A Partnership: i (3) A Corporation Organized {n the State of: (4) Other �rganization {Describe) 51 (c) The name, title and address oF fhe owner, partners or officers of khe undersigned are� ����e A�afr�$� , �, .�, (d) The narnes and addresses of all ather persons, both natural and corparate, ha�ing a substantial interest in ihe �, undersigned, and #he nature of the interest are {lf none, so state): if��rrre �4 d'dress N�t��r�e �� #r��rrrast � 52 (e} � �� ���� �y The names, acldresses and trade cfassifications of all othe� building consfruction contractors in which the undersigned has a substantial interest are �if none, so state): A�d�es5 f��#I,lf�1 Of �f�t4'T�S� - - - - - - - (Subcont�actor) (Signature} (Typed Name and Titie} ' ViI�RW 1 [V G U. S. Crimnai Code, Section 101 Q, Ti�le 18, U.S.C, Pravides in part. "Whoever ... makes, passes, alters, or � publishes any statement, knowing the same to be fa�se ... shall be fined not more than $5,000 or . imprisioned not more than two years, or both." e� .� �� : il � ,, 53 Z�I'T�RGOV�RNM�NTAL AFFAIRB AND GRAIVTS MANAGEMENx' PUBLIC FACILITIES AND IMPROVEMENTS CDBG CON�TRUCTION GUIDELINES The use of Community Developinent Block Grant (CDBG} funds in whole or part for construction of a public buzlcling must follow the federal regulations for CDBG. PRE-CONSTRLTCTION STAGE A. Clearance and Wage Rates (Initiated by Proj ect monitor, IAGM) 1. Obta.ir� Environmental Assessment from Ciiy Planning De�artment to determine if flood plain, effect on community, �tc. 2. Obtain Qualified Service Asea documenta#ion from City Plax�uing Department to determine at least 51% of residents in service area of buiiding are low and moderate-in.conne persons. 3. Contract Compliance Specialist will request wage determination frorri � HUll to meet Davis-Bacon Act (Description of work needed from project - nlanager) 4. Pzovide cost estima#e an.d source af funds for construction. 5. Pro3ect Manager from City Department will notify IAGM whez� project design is complet�d. , 6. At lea�t ten days before the bid ppening, IAGM �vill verify wage rates and notify �he appropriate project manager if there is possibly a madi�cation. B. Bid Process Bid Document needs to include: Tb.e Contractor�'s �acket � Wage rat�:s required by Davis-Bacon Act and predeiermined by Department of Labar per job classification. Yn the case of contracts entered into pursuant ta cou�pe#itive biddiz�g procedures bid opening locks in wage decision. The contract must be signed withzn 90 days a#'ter the bid openin�, if not signed within that period a new decisian will go into effect, if the Contraetor does not agree to the new decision the bidding process mus� start over. � HUD coniract requirements � Specificatians of construction work . � Project si�n design with CDBG identified as a funding souxce 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. i 4. Request far bids rnust be advertised 2 consecutive weeks — at least one •� week in newspaper af gen�ral circulation. • 5. Project monitor to attend bad opening 1 IAGM Last ievised May/QD C. COT1tirc3Ct befW0eI1 COIltrlCtOT �Tld Clt�7 O� F'OI'i WpI't�1 (# 1-5 deal mostly with hovsing projects) I. A written contract with the City will be compl�ted pri�or to the disbursement of money. The contract wil� remain in effect duri�g any period that the agency has control over CDBG funds. 2. A lien v�rill be placed on property over a periad to be deiernlined by �he City (minimum of S years after expiration of the contract). 3. If during ihe lien period the facility cea��s to meet a CDBG national abj ective or eli�ible activity, the City must be reirnbursed at Fair Market Value of the buildzn.g, less any portion of th� value attributable to the expenditure of nan-building, less any portion of the value attributable to the expenditure of non-CDBG �unds �or acquiring of, or impravennent to, the property. 4, Contracto� selected must obtain 1'rability and �rorkez-s compensation insurance. 5. Contractor selected rnust obtain performance bond. CONSTRLTCTION STAGE A. Pre-Constructian canference 1. Coniracior is responsible for sub-coniractor compliance with HUD regulations, 2. Must be held �o review federal zequirements and submissian af payroll documentation on a weeklv basis to TAGM. 3. Building must provide handicap accessibility (wheelchair ramps, ele�ators and bathrooms). 4. Monitoring sifie-visits and wage interviews will be conducted by project monitor. 5. Proj ect monitor must ensure that contractor has not been debarred before the start of work. 6. Contractor Informatian and Section 3 attachment� must be sent to zxionitor with seven days after being received. B. Construction 1. Submit Start of Work Notice 2. Submit Section 3 Attachments 3. Work�rs ar�ust be paid weakly 4. Submxt weekly certified payralls (nuxnber payrolls} 5. Past Wage decision, EEO, Department of labar wage iz�'o. C. End of �onstruction 1. Subrnit End af Work Form 2. Retain all information r�lated to proj ect for five years IAGM Last revised May/00 Project Closeout 1. Audit by City sfiaff This autline represents the requirements for const,ruct�on or rehabilitation projects. W� look forward to working closely with you �a faciliiate the irnplementation of these requiremenfis for federalIy funded canstrucrian prajec�s. Please %el fre� ta call us at any iime, ' Tamika Barr (817) 871-8365 ` Greg Jardan {817) 871-83$7 Finance Department, Tntergavea-nmental Affairs and Grants Management ,� .� �. :; �, [ .� ,i IAGM 3 I Last revised May/00 i . � � 1 .6� I ; . :. _ , ••F��;•����� t� �--� ���;, S9 � „�:.�r�-.s�.�'�w�:�� 'flv- ?�,4��(�K: -,`i5�.i'y�; - ' J.Yr�:�.:`'.,.r�.. �S+A� '-ti':�1 .'tf �i � "�i i �� :.1" w y '��=�4'L;-'S'1� t.. �.�;x�l'. t_ .�lf"�'�',:-n!'�'�°� � �i' -���. - .:�. v� �'.b:=�: t� ? } ' k' �. �` .�f'1 �•!iri ,:s� d 1+��r+.'-;.. r�.j`f''�'. ti is.�' . � `^" '�.; .t�. 4.� ttY. .�� � k� T'�rV� ♦:f . tk', . L.li �'�{..5" ��"._�.�� ���� ,Li�.��.+. �.� sl.:Nr. K:n ai 2;..:. ���.. '�'�+L..1�I'����:�I��: ��,r1-' •:�"i: ',.`7.'. i'r��-��'�. ! 1"i�.�i�"i�`{v J�'r�IY��'� nd�..�::. �r� . *�� :s- t� � k-r �' f:- '�,' �.:A. .'li.;#..:, ✓,�'? �,._ " G. y � �*1' �f,�17 'l.ri��, � -4�±'� !�'3 ��'�' �_6'. �` � r.},,�� t xF::�� w`�!�..���'��`t =,`�'�,':*-.�~,�-w' j�. � '.�F.�'�s. ;J,rz�};: ��4;t' �.'�x,s'ti.�� ::jy,,:�:i' -*'_�.�C ���'s,;,�+, '-'�',;5_,,a, ��.. � � �3 �r'�` � k'��'; � . �a y�' + �� *#4:i"x��.t,� }��'y�. �, � � r � � � � �� ;��,:i�=:�:�} ��-�,2_, 4' :5� �_ � � �i�1�Y.����1 r . . . ... f Y�1•. �..'�'..�sl,�� .�x4�,ti}'� _� .'��; "i'r�_���:_� � _i��� �:����'f7�S�`++:i �ih"I � �k _ . . �u" . r� y.. ��L .F. . 3-.��.. Y�l,;��..2*�.,� SYa� _ u5zi:.. �a 5�{�/ f.-�. �ry.S�:;cr.�;;�div'�4'l'�-e� ���;� ;f,t`����.It�, - . y;��;:�:.:w-���`�,7.1�����'fr�T;.{ 1r=l:rxyh.;�,t: . ,, ���k.�'C��r-��'.' S-'s � i.�.' 31.�i_�ksn �_ �, '�. .�`i f, t ;"f-r.. .},�, f�rrfi�- � m� },4,.:g a �r}rr,k�, 'I 3• jahr!�,. 'ro-.a y...r�:'� � �sw-.. �.'� r �:, _4 ,}�Hh:�` 5.7•r�sr , ?'-71iilG . ,�:: ,� � � .r�:. � r ��^ � • .- �4 �'�'�eder�ifii�an�at ���, ` �� fira�r�:,; ,, �� ,���, theU.S Depa�[�ier�,n�oi�s�n � �t' �sCJ�an �ev�apm�n�� ={. � , � ; ��, }'� .:ra � � ; "� �_,--.�,,: k�'~ - tn.��� � - :.��1 � .�`,�: � ,�tt�. J ,I.:� _'�: T'�� i � �-r�Y.,�' i hfl���r� ti' I I. •._'•�, � _ .�7iz� • . -� �� - I , ; *,x. �,; �.�-;,.�a �i � - 1 �5� ��„'��fi" } - � � � `\ � � „ : ,Ir:�1� � i.'�7.:,� r,-��� � ,� 1 � �Cr •~i� h 4"' F ��x�i�4�_. ' �wNj w`{ti`�r.��f. ! {'. 1 � � � ' i � ' �"'..'. do �.'��};:._ d•a�x -r �yil+►l�:�:� �. . r.'�?y=i',:!j � _ .,, � � � !�.V � _7?, _-,-'�"' � � � .�� •y";�'.s'�5r:�.j ,:� _��'4 .} �i�:��l •� ' y'�.... ..�.. ra�_ #1Cf�'•�Pt _� � . 3 �"�k r ��r..{�d �.�1, �_��`.S'r,,s-: • � � ���.�bS,�-�,�,� � 5 ,'�' � ,'�. .. �.�°�' ' � : y „ 4�k:� :;, a ���:� - i h�:�'"(�:� � ry� 4� i �',�"� �.�"r�:' �'..y� . .__. " _ , __".. ' ..i��,�fi+�._-'k: %;t�i. sl�:.'.Y�`c4 k-r fF:, E:l�f.-: .a�� � a:'t � w�i � L��.'�- - -� ,.i } r�-', � } - k •:�n.s. � 5.��}'a=tis �, ���'�'�'f�-��.�',� � ::4LL�+�w 7 .,� i!a'qs s•�;--?':� �:a� � , �, .-° � _ _ .�. ,- � _ Y�.r.. FoR�r �o�Tx . ��--�t � _�;.�,� ��:_; ,�.,_. , <,, 5 � .- '�- , - .,- }�;;,�;, .� .�;;.,"�;� ;.�`' �: ^-y' _Y��. -<r� . �.__. . = }��� �. .�'F�i.i��`. . �'�, V ". �_h'd'Y'-��:,. �Sti:• '.k.,5: ' �:�t �rj �I. r J..l, ''e:'�'G�� C5} . f a�'; '�� `l�: �n'.5:'. ' ��� f� .Y:.�b.. a i,- . ,� }��:i�i.^'^:�1� a�3� �+�i,r+:° }�'�Y.�%�� 'a�':'rkiv.f7'��.'ib'. jv�� �Ty�aC'�i'�� y.���'� ,N _'�ci�r�u �'i' �M1ry ei5ti��"� _ .i�`".,v�`,'.i�,f:.'r, If 1 n���' Ifi I ._ 5�,'.*l:� .i�'�.+(�''}fti�".. 1 � ��.��<./�.i '{��'if:"f-' � r- �m:- -a �-_]: � s.na.. •�;+{`•�i ;�;�'.:;������z�:_: a'=.,,.,..tt�,-:::,;�; FR.ANK MARIZER� _ ��`�'�r�:,-�:;��' ,a�,�;�;�.:`�:-�.:' ,,. . � � �� r �,�}�e a�+,��:'�, 5��,�}��a�ln�.`���-=`k SENIOR CONTRA y;;.'�'w"`�': " 7 �/ ' . r C'T COMPLIANCE SPECIALIST -'1�.����ik 'y��5i�.�s:i}t7a{;:�;"t�' �. ?"'i�J^.�': ��1•ti�f:����}.- p"7^YY.w �`Y� �4;,�,��y.•,�ti{ � � . + ■ I� . � `.� �• ._';��,�a!'.:'�s �sF :�r:�,s�� FINANCE DEPARTMENT '-'�'-��"''�`;7Y ��'��'+C.�.;r�'������{;`,�`.� IIYTERGOVERi4HIElYTAL AFFAIRS A[�ID GRANTS MAhEAGE�v1ENT �;.}::�'��' � � - ".'' -�'7_-;] ��'4" �`iy'Fs''S..'.'' :{- _ , r... ���.�7 t�,y:. .}���'. '�'�"-.:�4j��;".``" '�`,F�`"nS'z�:`=1:` { CITY OF FORT W4RTH = ;��� �_};�;'� �V `'���'���-: '�_�"��"` �`�''"�'' �e t000 THC�OCK�v1qRTON STREET � FORT WORTH, TEXAS T6lU2 � ��'�, �"` + � - , i -.�^�?i',:jit a�.,,....=_'3, `��>� 'iYi'� ��� I � i �+ � 1 � _ f:r.�7;� °Lk'�-`r;,.p .� �'x{�s ��P''�. {a. : e � .r: 4- 817-871•7536 FAX I - ._..��<. " ' �;.. ',:'�.fi�,::.,. ;ry 8 7 ST1�3383 �� �. �. - � :1;: `'`i' x'�"��i���r�-'���;y;'i�'�' { <��'����4:.4.�'-'' MarrerF@cLfort-worth.tx.us ty #7"'� �:�: ��` �R�,3� �. `;�'. i".. Y Y;w �_�� �.3"' y}.. � Li: , ' S fi�'',� �i'� ti ,�i'; ;°-.,;'".�.�'%., ;`r' ,} �:'i���;r-"r�,"r;_°'� �''^'-` r� `'1`�ii � � . � . - , � . .. � � -� �,;�,, �, �,n_�i;��'-:::;�Y�>`_�> n,.r {,1. y`� �;'.-" a . -"- - — - - - -- `�+su -....v�4 .r�.F_'�._.��._-� 4 '�:.-� . �� �,�' - ''{�i '�,�'.� ,- ' ��� � ' - •Wi.". F i.+-.�ti.. . _ "_ . .. .. �. -.. � . � ' f f " � . _ : _ ' :� � 1't'' yi x .y .,�i�y �':�: _ � � - � � - _ -��...�iS.,:.v„';�.:�..: �;;..tr, '��,_ t� .$ al'.- �k:� } b:{}"���� . .- � K: � "�i s ' - ' -.7�i� ��J(,�a(;:�y.;f ��F'.'ltif�� • � T� . �I � �..'F . �tic}�� " �3� ," '.. � )'. r �ki�l " Y'�+f rf�f�('�.'w}C:�.����'�;'�.'� ,4'Y{�`;�1��� ,� � T�f� "�45. �� .t ' +f�.:F�. �?' S�+LY. �� Lt.U4ti � �i:� ' .? ;+f ' 3 x _�'+t� f � �' �l:L �"�+� t� ��.=.�� �'�.;��..i+f `,��� z- u �^"i i'':i k-" t' eti � L t� �'r� �xF<�y� ��. '.�'.;1�,+_� . _ . . ik.i.}-`�_ '"fr::' �.:. ';J:,�, t'}�.=r'Y -}'�1:. ��J4 � -:k. . ..'�r Yf.i�.�ii•i 7 " :4� ��:v�'2 h.l ��.�*� - .h'}' .y�i...r:_�}.:{�ri..- .�� '�1ip_'. . ` 'U.�;ti-_.'.- '=4'.. i'��..�`_"...,:�x�:-c�;..���.::i�'� �'�t��� ��:+1."1t�-�}�I:a.�S"- '_ti �h: 'J.�...1. ��J'�: - a . }., . . �}:%�''k:'}._ � .�,�I�Y�'vY _ t;+'•it*':}*.."•: �'i��-:y�„'�.:f.��':�Y�'+',.:�= �i'� J�v.R'^�r"- ;.St'_i��JA.',_r'{"-.���4'y?,��°��'�6{��1����f%i1�.�r.�r4-� �L. � . . :£'�,`4'� I � _ , .'�: ..'.;a�: _ . _I�„'^.J+.+s�`r��'a�x"G''��'i ��r,�:+'iff�.��`-.� - ,*i:�� vy \:y�.f:rr:'i�ii4♦ii.�,.yyr,-f�'Ll:.,__:,1� F.'.f._+L�- r$ ��� �r.* .{ F�I•Tk1�h �j�._Z �i�'���': i{'�'. _ �.'��j' - ;_ "�_:�l, ��5�'_yY�='.:,,h-,�,�,�k'f'.�: �.=-x'ri'�:ti�� �� •�i.;{Lf :W .6�!r,wYb " ,� `�,'''„}.7y� `'�`rm,T+x4-r�Ji?�{� � � '� I � ^T�'K �,- �• -.?„ �'�v' '�" ; : ` ' � "r`� �s � . .��'�.�.�'. i - a.:�.�. 4�2::�: i�-.�r u �'w.i��/ `�r.�» ' - :� � }. ,�� � � 4 �l '`AF�{ ' �����,� J. F',� �T+{S5%", f `-1✓�iX7'��k�`�� 4 `;f'v! � � � � _ � �+ C .: ., :5�� ^i �• f ia u �'-"�'���"^�e''� r `����'p� X` ' ' I` rY � : - .a � .�..'� ��"s'jm'"�. � � .� � .-�`: ��+ .. ��. �?,rf,;�S�. �u. � y � �� .�,� �•�..,es w�k �;" _ �`r ,1�� ��' .;z*.� o � ' ,'ti�^, �� � •1- �r:-n: � � - ^}��:'�'- 3" " } �.��'.,-"�j.�`'�`" � i}` � � �, -l+'e'- ..? e��'.r;i� -.� .'1 ' a r � � . . _ �T i 'r n�w���f`��s .vC Y'�.�r�-d�.�-S.��ie�Si�P.�`'i�•�.�L�'t-i*r5+�� _' �."a�"�.�sL.+�. : � � �, > '�H �r'u�`'i:2. ,�{�xn�{ti. �. ys. ,�y�j �fi r :Y: r, ,;=-.e �� ,r ,A •,; •r:,�'' ., '�� .�:� �% �. ' _j ; ^ ",� _ � .� '- r'' _. ' ��. Yt+ �y': ,'�i � „ � ;A' �7 q '� ��1.tn �`�y j�y S iwJ ,: �i35� �� ;� �n ' ` F•e # ' §s ��`+�' n:�f^-r' ,•.-si.s; -�:=,. �i�sN,;i;,�aiti� s��ro-�F'r�� '�:i�.ya ;:i:�i� -�z:�ii -���.-e - ,.��,e�,": �, �.' :;; ; <:. ,,;,`� �i- Y! � ' ., �� �': �� ?i� ����rY; r�� e� a f�� ;� �z;=µ: jj�:r. ;3 , , ._�.. .� th r+4 �:A. ;:1 ._ ... �� '.�°S- i.'':w�'r '�fiFa%'y'4f;AE �iL�':�?h - l:.I'� 3i�eH'!dtYel{I� tF �Q�� \'r �� *. � � � '�ar.F:SaK �iu L '4,'qi, m,,; , � ! ' ;; �i. � A W f'� ,�14YL" L'. �.., i� }1N.. �i.�RIC^r. �.i:i'�7:J' C' �'t �i � ,>;=�, -,�' � ;+".• 'r;:. Z�. . .. , { "�;�; :+� ,�=- . , 1rt. `" t �' : i; r� r : 1 i: ;� , ' Tn a �' �' ,5.:, u� ,i 1 ..5; �€y �9'�s :'c ed �`�3 {,�. '}`45+ini' ri T � :�I��.r 't �F� �� tI' :r:� k .} �i� ��:+ y4 �y.3b:�t^, }� j] � ':�i��� �?L:.l� ,,:F,.1Y7i �'$+I�i. y ?( .c. ,� , 'S 1' � �s �1 '.�y''�� " � .?. - - '� ':. ijlA d r�^F'1� ' � '}'� it4d�' �. `� :2 ' i_ !� L' !n_.hh%:i�ea �-L�.: P! :7�n!i?:' °:u.'� :�..::!�i::'.i :i ��'`-r.'N; ;+' �r�.. -�� '%7� -�+ct �F�� :!'L ,..Y; v;..�3'�'.1.'e3E,:�:> i?'s+�vw�ti". �rz � R": .'.:;: ����� � ; ; ; _ } ;:i� :� �� � ���: -�� � �� , v= ..: J .,, k ; ���f � �� �� . �.i= ; ;�� ;; $ - r ' _ � 7 f, — ;t — �- � i .' {' � - - ; - 1.� } r .� 1 �± 1' l �� � � _ t� � _ � '��� _�' � � � • � � • � • � I .i. .� - -r - �• -• • � � • • � s- o You must b� paid r�ot less than one and one-�alf tim�s you� basic rate of pay fof al� haurs wor�ced ove� 4-0 a week. Ther� a�e �ome excep#ions. a: � !� �r��,�' ��' �� � i - , i,� �_ , .� : Apprentic� rates app4y o�ly to apprentices prop�r.ly r�-gistered und�r approved Federal ot 5tate apprenticeshi� pragrams. 1f you do not receive proper pay, con#ac# the Contracting Of�icer� listed �iow: FRANK MARR�R� � s SENIOK CONTRACT COMPLIAfVCE SPECIAL[ST FINANCE DEPARThIEi�'T IMTERGOVERMMENI'AI. AFFA[RS AND GRANTS.MAMAGEMEHT CI3'Y QF FORT W4RTH 1000 '1"l-IROCKMORTOi� STREE'C * F4RT V+'ORTH, TEXAS 1fi142 817•871-7536'+�FA?( B17-871•8383 kSarrerF4�ci.lort-worth.tx.us �p or you may coniact th� nearest office of the . Wage and Hour Divisio�, U,S. De�artment of Labor, The Wage and Hour Division i�as offices is� several hu�dred communities throughout t�e co�ntry. They are lEsted in the U.S; Gov��nment s�ction of most telephone dfr�ctories �nder U.S, D�p�rtment of Lab�or Employment S#.andards Adminlstratlon � � � LJ.� Da�arimo-nt of Labaf � Fsnc{ovrr�nt 5ts�-�dnrcL, .. .. � � I . � PROJ�ECT DESlGNATION SCGN . . 1-112" ' . � , ' � . . . _� � l . � . � � , . . .� . � ��� �� . ��� � � � � . 9 i' � . � . . il � � � ' , � , � .usA:� � � I � � �'"Y4 �' ��'",x{'', ' I . ��,�}�.;'q:�"4. i,r ;'' �,".,'t,, ; ry� _ , . iil.��' �-}` ��.`�f�'y�'�+'s's4 " i.1 � � . " t . },-4: �; . . ; 3.. . - - , .r.� . - � 3 , Pro�eC� �'�t[e : . � . - . ��� � � . ��' � �t-���" . � . . � � � �`,� . . � Contractor. � . � , � r��� . . � - . .� ��_i��� , C o n f ra �� o rs �I a rr� � � �' .� �.���� . � . - - , �.. � FU�IDED BY � - � �-� n�� � . . I ' � ye �e �r � �r �x yt � �r yc • * � yc 7k = � - ' ' j-�!2" � SCHEDULED CQ�1tP�ET�QN DATE � . 1" • . . � �-�rz� ; YEl�R _ � � �� . � � .. � . , .. .t i -i Iz" ' � � ' . I � , ��_a„ . . � . _� MOUNT IA� GROl1N' D 4" X P05T. BOTTOIV9 OF SIG[�! 1S 4' OFF SURFACE. . SIGN lS WHl7E WIiH Bl.l1� BORD�R AND LE�fTERING it� PM5 288, PROJECT i�iTl..E, � � COHTR�CTOR, BON� AND CQINf�LETiON DA`fE IIVF�RMA�ON i5 EN HELVE[�GA. � I CITY OF �QRT WQRTH LOGO IS AVA�LABLE FROiVI 7H� CITY OF FOR7 WORTH � � RFDRf1f�[]AI]u�r�c� ncnwnrn����r � , , � , MONTH WEATHER TABLE AVERAGE DAYS INCHES RAINFALL (1 } RAINFALL (2) SNOWIICE PELLETS (3) JANTJARY 7 1.80 1 FEBRCJARY 7 2.3 6 * MARCH 7 2.54 * APRIL 9 4.30 0 MAY 8 - 4.47 0 .rLJNE 6 3.05 Q JLJLY S 1.84 0 AUGUST 5 2.26 D SEPTEMBER 7 3. I5 0 �CTOBER 6 2.68 0 NOVEMBER 6 2.03 0 DECEMBER 7 1.82 * �NN[TALLY SO 3230 l (1) Average narmaI number of days rain.fall, 0.01" or more. (2) Average normal precipitation. (3) One inch (1") or mare. * Less than one-half'inch (1/2"). Unseasonable weather is defined for contract purposes as rain/snow days which exceed fhe average nuxnb�r of days or inches of rainfall in any giv�n month. This table is based on znfoz-mation recorded at the forzner Greater Southwest Interinational Airport, Fort Worth, Texas, covering a periad of 1$ years. Latitude 32° 54' N, Langitude 97° 03' W, elevation (groun.d) 537 ft. V ` VENDOR COMPLIANCE TO STATE LAW � T��e 1985 Sessior� af�the Texas Legislature passed House BiII 620 relative to t�.e award of contracts fo non--resid�nt bidders. This �aw provides that, in order �o be awarded a contract as low bidder, non- resident bidders (out-of-5tate contractors whase corporate o#'fices or principal place of business az'e outsid� of t�e �tate of Texas) bid praj ects fox canstt-u:ction, impravements, supplies or services in Texas at an ainount lower than the lowest Texas resident bidder by tlae same amaunt that a Texas resic�ent bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the Staie in which the nan-resident's pr�neipal place of business is located. The appropriate blax�ks in Section A must be filled out by all out-of-state ar non-resident bidders in order for your bid to meet specifications. The failure of out-of-staie or nan-resident contractors to do sa wi11 automaticaIly disquali�y that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in (give state), ouz- pxincipal place of busi�ess, a�re requized to ' be percent lower than resident bidders by state law. A co�y of the siatute is ' attachad. Non-resident vendors in (give state), aur principal place of business, are not rEquired � to underbid resident �idders. B. Our principal piace of business or corporate offices are in the State of Texas. ' ❑ Please Checl� or mark with an "X" � BIDDER: � � (please print) d , {please print) �, . . (please print) I� S ignature: Title: f " ' City / State Zip I'' THIS FORM MUST BE RETURNED WITH YOUR OUOTAT�ON VENI�OR COMPLIANCE TO STATE LAW Company . ..,�.,. .—�...�,�..1�. _ .. ... , . � . ��� ��- ��, ��? r� i� �� ��� �� �� � I���; ��, .` ��h?f ��� �'�A'�'� �F �'�XF�S C�LiNY'Y �]F'�'A�tRAN�` ., �'1��d�I�I {'i�TD 4 � � �l;�dr�# k.a�34423� K1`d��J :�,�,T. �3Y 'T�IESE Pi��'S�£�1TS: / ��� v�r,; i) PE]�i.�� ���I'��'Ell�� �,��;?dC�A,3.� �'�3�iT3�?i�'��IB�, ff�'�., �s Frincipa] ber�in, anci {2) .. ���a�c�a����� ���� �T��r Yc�r� �Cll����s'��� _��a�'d�?a�^w � a c�r��ration org.�nE�e�i a�� exist.in� c�ricJer th�; �xws ot' [h� 5tace of {3) � , as suE�ty, t,re held And firm}y �ount! unta ihe City of �ort W�rth, a a�ssnicipAl �a�soration lo�ater9 in i"at'a'a�4 and� %]�ptiton �o�nti�s, 'Te,xa�, �.3b1's�ee here's�, ir� eh� amaz�nt af �L II�ilFNtl��I) �1�� .� � .�. � . r .m'� ��'�'�'sY�l����� AI�I� ��II]��...a...,....e..<......., ,�oliars C��9� �.aa �`oc� che � �n� ��,�t�� ��3 �.�. �f�-N,��.,�i] �t gi�yment wh�c�of, the s�id f�T�nciE��l and ,�ur2[�+ �si�d ihern�elwr;s ;�€�d th�ir F��:irs, exPcc�tars, administrRtors, suecesSarS and �15sfbns, jaintly ancl ::e��era�ly, �rm+ly b� tl��se �res�r►ts: Wi-i�R�GAS� fite Ptir�Ci�a�1, h�s eCitat��c� into a aertain writt�n cant��ct -�ith cY�a �51i$e� +�at�d th� 9�J° day of w �s r, !im , s�rhich cc�ntracT is her�by ref�YTsr� to anr3 E��ade a;�a�t here.��t' as if fuiiy and fc� th� sam� ex4enV �s i�' copi�d at Iengt4�, 3or th+� fol�o�r�ing �r�jec�; . � It1�mL���I�AEN�` ��� ��,� '�sC��SiU;V�5 ��'t' ��A'�d��►�iD �.A��Y 'fi�I��4t���� �4�1� ��' �e'.Alal �� T�4Vti', T�IFR��OR�., �`�-I� C:�]�dDI�T�N t��' T��IS O�I.iC�i�'.C'I�JI*� �S �[i��3, th�� if the �si� Prineit�ai ' sh�Zt f�it�-����11y �a��1�� paym�rtt t� e:ach an�i �very �;iai�rt�nt (as r�afinec� ir, �'is�q:ter �7.`i.�, '�'�xas uavernrr�ent �.�de, a� aFnen��d) su�pty#ng lab�r ai� mac�riais ;r� tt�� p�a^�cuti�n of [�tc wa�� L�r��f€�.r il�e con�'a��R, [►�en Ghir �h{igation sha�� bo void; ath�r�vls�, tn re�r��i� ict full farcc; t��d �t't"Ec�. . PRQVi��T�, ��t'��1V��IER, th�4 thi� i���a�s ss �xee�te3 �vi'��af�t fcs �h�pte� 2253 nf t17e i"'¢x,r�s Gavetn�t�nt �c►de, �s arn�nded, ��d �3! �iai>ilyii�� an this i��rtc� s��s :i� t�� ciee4rn�:at��r� in accoz�d��ce �vith c��� �rnwis��ns nf sasr� sta�ute, to iha sam� extent ��,; if i� we,r�; copi�ts �it l�ers�;�h ��reirs. d �� �� Y{a � �� � .. ' -- - __�._ _. _ ...,..,, �---- �. �� � ��. _�� � I1r1 �1'dIIT�SB WI-��I�EOF, th� ds�ly autharized represent�atives af th� �'si��cipal and cha Surety have executcd, tHis �ns[rument. �. � � SIG1�[� a�� SBf�3�ED 4his �.�ay at _. �U3. A� . � �P� �ip��} �Q��et�ry � ��� �� (� ��� s �,�:� � � E�, , -- ` � t�d � �s �s to �Arlr�ci�aal � �;< r,`� �•�. r�� " ���-, �� �� ��'T�S3': � �1�Ci'���� � (a���.j .� l�lltn��� �� ta S�a� R���� ��'����n�,�u�,��� 0.S�+TN�14 � ��e ���e P�i9N. � � _ , �Y. �la�c�: �N.g � �� fi�se: 6— .������ Address: 2�4 �o ��L��;��� ���� ����� �t�L�.. iX 7;i��4 6���C�TE ST�� �°���` ���Y������ �:�?����� �UR�i�°_ �y; �lame: ��._ S E�f �3E��'s��3T � l�lttOrr��y ir� �ac� �ddr65s: � �Q`i �1����.�,u.��_ ��r���, ��.i.].�c��Z�s�a�.� � �� 1 �� 92 _ � ..�...... 7�10�hr�n� ��rY1b�C; �3�?���7�R27�� , �il� Rt "� .:� Itl� 1 �o �„� ��� � (i) C�rrect narr�� afi Prirtclp�! (Co�tra�tor). (4) Co�r�ct na�ne �f S�ar�at�. (5) State of fncorpo��tion of �ur�t� x�lepha�e nu�r36er of" surety rnust he stated. In addi�ion, an origin�! coJ�y of Pow�r af A�tcaPn�y shaEl �c: �tta�h�d co �o�d �y th� �ttarney-i�-�ack, The �iate oi band �hai� �ta� �e prior 4o d�.#e of G�ntr�e.K. , ;I �o��� a�` � -. �.�t�r�a�,� '.44G'i� .. .... .�,.,�� -.r •�4..R , �.,�.:�.-.,.,� , . . _,.�„� � , , . _.... ,_......_. , �,,��ir�������r�� ����; 3►����,a��c~� ���an���t�X : � IV . . �.. .. � �vi$a�� - � , ��1�W t1.j�'tTiC�t;�l� ��1�SB �F�'eSC�t�5' `i��t �'FST�i�ES'�`�I2 Frl��,�l�jSY.[�At�C�. �C��r1NA.ii�'ir i �: c.p�rdratior� ci�'thc State:'pi't*t�w York , having ics . : princip2l bT�ce ,in W�� �tty u r�tiq)tta , Cear�la ,�,�13C��Kt;1� die PP11r�wi#t'g i28s�31utiii�s, ;F[�IfijlX�f�' ��' (�1� T��4AI C) OF Ea'(x��1Af3 Q�, (�t'53�C1 COTI1npfJi/ 1113 NOYGIt1TiE!'��}, 1499, tl� .,wit: � , v : � • , , "R#SOy V�A;'.ihai iho Iqlfnw�n� Rv1r,� cEipll gov4� �hF qa�eeuQon far �lia Cumpqry,ypf bdn�l�,: updc�t,�kmga "rccng4kfznnces gnn�auws nnd uth:� 4;'s�l�axA u� Ib•• 5ni�rn nc�reaF {1) That th: P�yidiM, apY 9enior V3te Prnirknl, nny 1?i4t psv�t��int pltJ'Assisfunl V�G j'r4git�pt, 41,�3�y Apol(uy �n �6ck, en�Y �1iC�ule P4S en� crn bcl�uS[ort �+w CC�1yan} end ell boe�, 0.ndenakinRa, reeoAnixancer, � Cp771meE! 4nd othCi Wflllh�d Iq !}IE T161ut0 khCryCo� iflC gq{Rc LO �716 F[I1t91LA WI1Ck1 ryC4`7�1�{lj(1�y i�3E �pf{MfN9G SqCTC[�[y_ df lllly l�yB19fA�1 (d1SPp�q[? 3ECiFs(B[yi nnd Sfw ar.�l of �hc Comixp y �P6rt,d ihcracn;ond thm ttue '` Frrsldent. my Saqlpf Vi�o Pfqicknl, aiiy Y�Ce P�a�(di�yrt G[,tAliy Ii�sls�nn� Vica PTexiflsnt'it��jr 1py��iql pn�l aafho�i2[;!;,'sa}? oth�.� QII7GCf {CiGCl�fl�t9"f 6�1p3ih[C[�� LLI'iiVc Com�,�ry, end httomey{•!h•PICI to so taceuie ur alf4Tl � �n Iho exacutinn of all �ueh+xritin�l on 6ehnlf af lhaCompnny und ar nflix the oeal oFihe Cornpuny tli�reta. � (z) Any �ueh writiny eseculed in acuordanso wi�N theae Ruteq ahni� bc na hieding upon tlin Cumpnny in qny cnsa aa �hough oiE4nc�t Gy �ho Preridan! und dttesied io by �Iw Ca�oeate 3aerariy. ��3} Thc signa�ii�a of+hc prc�l�a�t; bk'A.Su�ior Vle4 Pt'�9iQeni op�i'itiGl�P�AAiARnt� 4ci�l�a8?6ulu� Vlra,'�fasii�9nc anri tl�c seal ofGJ�e CRliipqE�y may,tiei ntilKP.� �Y iS�el�nik.nn ony�werafHtorney �revieQ �xusuem't� thf� �'licsnhumq a�Q cho elyna4ufq nPa cCFiflyingp�Etr and thc�eal pf }he �t��qny.{�gY he h[G,i�dep fucrl�ilq ib any cunificnfe a_i�ny e4�h pnwcr; ���Rliy app��powcr or eeritlkal� 6cMing u�cl+ fncslmik ilgnqture wxt ccnl :, "..oh9U�xvnitdnnd,6indfnBqh'3hcCRrilp�Y•, �;., < . : � .+.. a.:. . , :. . . • . t .(A) Suph at6eP [lflit'a[� oP lhe l,"qinpu�{Y�'�@��d AfSOmc� In:P9c{ �y'�q{I havo gllciroi+�ly tu ri!Y��' f1C YI.�I��' VP�4�9 QFlklp I3�%�471U11Ot1, lliu �y-l.�Wg ofi1N� C M'r�oy,'dtld pAY aRj(IkViE Qf YtCOIT� OPIYIC Can►�muy IleCpiigix io iI1E diccharye �E';lholf,iludao '.:> , . . . ..... ., (,9� "i'tyspu �auCkia4Rat41uticse�3RnpPlrpupkgmiycse5wrnulhyri{Yh�^^_���;�byRqs�7o11oiu;ofth�R,rnrdci��irtin�a�' .., .,' , _,:. . , _ ,.:- , :.�. :'!" ,. :. �� fJocs hereby r�am�nate, eonstlEutc�qc�;sp�ciint MC1jt��� �°� 1?Ri7i�f7�2j� �}�s� �,�, �S �"F�Z�F.N fi��#��f�� bot�i �r� ifie i.';!y �k 1'��.�SACoI�, ��rate of ° F�Ox1dA , epch individually if there Ue mrn�e G��un �rne named, iia u•u� and �awk�i! �rRnr�n,.;, �;r-,act, �� rn�k�, irenute, se��l and deliver an !ss behai% anr� as its '_ act and deed any und all. band�, und�rtakings, reeo�nixances, conkreafs �nd nther �ur'ttis�gs �r� 1h� nss.ure snemciF in pennities not exeeeding �wa Million Datl�r� (�2,4ULl,4�Q};��i�#�t�� cxGeu�ioi� o�aueh 4vril'zn��r�:.��ir+�u�nec,�,fthc�� p��aFri{s 9ha1� hv a� I,i�c:ina un�� said Carnpany,:� fu11y and �►mp]y as if 11a�y � hstd tie�n d��1y�XeGfuk�d pnd �afcowled8�d ��itll� reg�l�ai ly`83ectec� �ff�C�i� ��fh� �'one��a�3�>�t iis prinei�u] afiie�. ` � I[3 E�J1'�fif��5 V,l�f�l��t#�0�, tF�e sa�d�regoryJ 0���a�so�� , V�c�-���s��ai►t, hs�5 �e�itis,>>�f:ttl�3�eT1�1V� ItaslifllYlC AA4� A�%Od ih6COr�ioYAtC GCd� Q�ih� C� aaid.WES�'�:��5'��t �IEtF l�V��JRAMC�:iCQM��IY�' &h�s ��td � da�.�i`�e}atemh�r �n0? . , . . . . . . , • . .:. . .,. . . . . . s, ,K�F� � � �;'I.�?°I'�'Il��mru �rr�Ya; �t�tc��RATT�CE ���ATV�' � �� � :: . . S � a�ti ����� , � g , � �� �4 t'� • ..�.K,m,�b....._ . q' � ; r - �;�' � ��,7r: _ „ � _ . � ' � : ,,, . ., II . , � �' � t 1 . . �: 4 .. . :.. ; • . 4 -.-�_+'r , 'yi , . _-, ,s.. ...... ..' � , ; . � . . ----^-"' �, ; ,, , _ '•; _ ... .. (�;�'�n�J 43tte��, V�ce Presidon� � ' . , :; C�MMDNW��I.,�7.QFI�.�N;N51'i,���vEq, . .. , �:';° GQ.U�V"�'Y C1F k�kIIT����;�'I�{YA �a. '�7n tl�is 3�tC� �I�y.ATS��'Cent��P , n 4}, ��!?2 .���T�� n�e, a t�yncary t��rUuG .r,r•th� Cnr��mo���r•,,+h u1'+srnrutitva��ia-ia.i and tur. u�a �aunty c�cnN:t��c�elphia � Gamc'Cire�ory.i, 4tterson , VSc:e-Pres��lGn�.c��'tl�o 1+��5T��`ix'kI� 1�'lrr�.a�;y11l�ANC��CG31l��'�:�V tc� me,r�r�crnol?y Isnown t� bo Itse individual and �- o�f'�cer w�ia axecuted 1l�� preceding mslrtimetii;` pnd he Ac�ridwlsclgcd ilr�st ;7�: �xeci�t�d tizc snniz; ati�:�i that tlie scal afiixcd t� lh� praceding instru7rH,snt is ll�� corporate seat af said Comp��y; that #Ile said r,�ipor�te seal an[i his si�nature were duly aFfixed by t€�� r�ut�ioiity and riieectian of tho said corporatic�n, and � „ that R�sQiutlon, adopter3 hy tlze E3�a�,rd oF Direators of sr�i�i,�ompanxx,refei red to m th� precedtn� mshumantM is naw in forcc. . ;; { t : M T��'T'lMG1�Y 1+�1�L'T�OF, t D�4ve hereuntp:�a� my haa�and.aftixe� m,y oi�cr�l�seal at th�.?G{ty'oF �'hi�adoiphia �hc day an�i ycur first �bave written. � �; ,..,. . . , . ,, , . . , ... . t .: .. ,. .:, . „ � A..� .. *q..���:�..,�.,. . _ - `. rY ,.�A.��. ���+�Y�V • � . . • �. _ J'���_ � ��`, . .. . R p� r:. �� � yM �' rt' �� � �� � .. ��.,��� � �� .:. � � �: k�7�'�€�l+li�geA.� . -.�.. _.�.. - i � � � (�a�R�l��n i'Irri }��t��Pt,6fle . . .... N .:; : . � . . . . 3� +I`�� '� �, � . F��I�i�lt�kf�hi� �it� F�tt#l�lphl# �u1i��+', Rt� I I�� , , , . .:.., p� b � ���� . ���� My �u�rffl�t�r�n ax�fra��sp,�� �qGa � °'"`f.... ��.. �,� '' � . . Y . � _ "7's��%7�fh . ,.. _ � . ..... .. . . . .. . � � t..: . !�; '«;' -� {� the unQcr�;gnccf 3eoretary af �4'�:5'f'C���'R'!'�R ��li]� rl�SUlf#ANCL CUrM.!'AIV Y. J� hereby ce�tify thst �he urigikiql t`OW�R UP �° ATTURNi�'Y, af which tl�e foregoing is a�u1}�T�n�ially 1�e an�� �o��reet eopy is in ful] force and ei`Feel � ... . - 1A 1Yline98 �'�i�i�@OF� I 11�+�� tiC7&�ate 9Ubact il��l��y i�an�g �4 Seci at�ry B11i� �#�xed taa� arnp.,ftat�s.sa�! n!' the Cnrporation, t#ais ,,,,_� ��„�day of. . , . : , �- �.A�r�' • . _. . .. _ :. , .;. . . ;: ;, .,: �. . :: .. ,,., . ;. . , ... � a � . ,,-�� � ���� � h � ! � - � ' � .�� �5:" / �£ 9 ���I'� ' � . i . � . =p ��,� ��� . : �.� � � �.� : �'��+� t���`� Cii.nr� 1�. Mufil�igan , 5�crels�rY . .. . . � � '"'+A „��" , I ,,; ., . ... . . . � . : �Qldi� �IIT�1 AH iNC�i�'7�(0�1..[3�1.`fFK�F��R Sejileilt"b�r 23, ZbOA.,�: :.. � . � ` . , ,. . : ..:. : ��*I �f 1{S f�QWh� � I`7'Q?�,AI�Y PrTA.�' $! T�#�3 EJB�I�'('Ci,f'��'��,! CF �I , ,_ 4- F.', A � ... . '- ' . : ' "'">�:' t - ..: . : . �... , ' - � . . �' '� i '-- , � :" � '„ : •;. aC}��'w� � _' �'�' � �"� � � � �. : "` .. .: :.. . .:: � . �Oa��ru�e,ioia,ai.,�.,���� "�' �`i,'� ' � t�s.atsaa�-r ' ,,, ._,. . . . . .., �, � _,� . , . _....., _.__ ., , � ,n +l COP6��►CiOR COf���I�NC� I�VIiH INORKERS" CDMP�NSATION LAIdV Pursuant to V.T,C.A. Labor Code §406.96 (200a}, as amended, Contractor cerkifies that it prnvides workers' compensation insurance co�e�age for all of its employees amployed on Ciiy of Fart Warth Depar�ment of Engir�eering Na and City of �ort Worth Project Na. . CONTRACTOR ;� ,� .,` � By:� � Name: i i�"CZ%�1.5 f P°�tMcjN� Title: � "i �S � � � Date: � � � ! � � STATE O� TEXAS § § COUNTY OF TARRANT § ` f Before me, fhe undersigned authority, on this day personally appeared � �i� ,r,� knawn fo me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act � � and deed of ('�rvrt�,�r ��t��, �. L�z'�'b for the purposes and � considerat9on therein expressed and in e capacity thereit� stated. � Gi�en Under My Hand and Seaf af Office this � da , 20C�7�� . � . , � ofa ' in and far the Sta�e of � Texas � vb . .. . .- ------�-:,..x,� 2q'�... `� Keran A Rivera yi��,ic"y M1�Y Cominission �xpires �'�p��� Cklobar03,2f}D6 .� �� ��� ���L�������� ���� � �rsa�a�t t� �'exas Wo�ke�'s �ar�p��.sat�o� �or�nssion ��le � 10.1 ���d}�7), a co�tra�t�� er�gag�d �� � b�ildin�g �r c��str�ction p��ject �or a. gove�mrrne�t e�tity is �ec��xi�ed� to post a�oti�e orn eac� ��o�ect si.te �n�o��g a11 �ers��s p��vi�l�g servnces �m tl�ne �ro�ec� t1a�� tl�ey �are �eq���edl to b� c�v��ed �y w��l�e�s' co�n���sa���� i�.s�ra�ce. '��ie m��ice �e��ixed �y ��.ns �le ��es �o� sai�s�y �t1a�x posti�.g �e�u����a�xa�s nrm��os�� by �Ih.e �'exas Worke�s' C��pe�as�t��m 1�ct �x �th.e� C�n�imis�io� �u1�es. �'1�ns r�otice �n�.s�: (1) �e pos�ed n� ��g1is1�, Span�slti �c� a.�y o�a.er l�.�g�age c�n�rnom ta t�ae er�p�oyer's exm.ployee pap�������; �2) �e dis�l�.ye� �rn each p�o�e�� si��; �3) state l��v� ��erso� ��y ve�Il�y c�r�en�t coverage a�� �epoxt f�i��re �o p�ov�de cove��g�; �Q�} be p�i�t�d wit,� a�i�1� i�. �� �east 3�-�p�in�t �o�� type �r�d� text �arn �.t �e�s� 1�-�oi.�t n�oxr��.l �ype; �.rnc� (5) c�x�t�in�. �.Ze exac� w�rd�s as p��scrn�bed � Ra��e � 10.1 ���d}�7) wn�Iria�zt a�ditio�.�� wor�s or char�ges. �he no�tice o� tl�e reverse sid�e meets ��ie above requirerxie�ts. Faizuxe �o po�t �he �otice as �requ�red by th�s rule is a v�o�at�on o� the Act �c� cor�nr.ussion rules. 'T�e violaio�r may be s�bject to adxministraiive penal�ies . . � . � �� . � �, r � � ,. � � � ;�� � . �j T1�e ��.w �eq����s �h�.t �a�h �e�s�r� ��xl�rig ��� �1�is s�te �� ��ov��.i�g s��vices �elat�� t� t1��s ��nsti-�.c���n p��ject ��.s� �be c�vex�d by vvo�-ker�e �����pe�sa���r� ��su���c�. T'k��s ����u�es pe�s�ns p�ov��ing, ��.u�i�g, o� d��1���'l�g ���i1J�J1ri��11�; ��' iIll�.���"��.�.5, �r �prov�d��.g ��.�o� �r t�a�s�or��.�io� �x o�.h�r ser���e re�a��d� �o �l�e �rr�� e�t, x�e��.�-d�ess �� t�ie id�r���� �� ��e�� e�.ploye� o� s�a�s �.s a�� er�.���yee. C�.1� tl�e '�ex�.s W�r���rs' ����J�1�S�.�1�11� ��17�1��SS10� �.� S IZ-�-��-37�9 t� �e�eiv� ����n���on �r� th� l�gal �equ��e��r�t for cov���.g�, t� �er�fy ��.eth�r �ou� �r.�.g�l�ye�� ��as �a�o�ri�e� ��e req���ed ��v�xag�, �x �o �ep��t a� e�p�o�e� ° �s f�.�1a�r� t� �rov�de �ov����e . ��: � � �_ ' ,� ' I�; � i �` S � � �� � �- � ��� �� �� r, ��� �-' ��� �� '� I� �� � � � � � � � 1 � ]La 1�y re��i�r� ��� c�.d� pe�sox��. ���.b�j a�.do en es�.� si�io � prop���c�o�.�. s���ici�s �e�ac�o�.�.�os cox� �st� �roy�ct� d� caras�x����a�. t�e�e ��e es��.� c�bi�r�o p�� as�g�x��. de cor��ensaci�� �p�.��. t�a�b�.� �.do�es .�s�o i��lu�� pe�sor��.s q�e pr��oxc�o�an, car���., e�tregar� �q�y��� � r�a.�er��.�es o pro���ci�n�� x��� de o1b�a, �ra�.s�or��.�, o��alqun�� serv���o �e��.c�.on.a.d�� �o�a es�e pr�ye��a, si� cox�s��exar �a nde��i�I�d� de� p��ron o es��d� de� e�p1��.�� . �.��� �. ��. �o�.�si�� '�e� ar�� d� �o�pensac��n p�.�� '�r�.��j ado�es � 512-4��0-37�9 ��.��. ������r i����.aci�� d� l�s re����a.�.ie��os �eg�.les �� ��b���t���, pa�a ver��'�ca.r si su �pa��o�: le h�. pro���c1��a�� 1� cob��t�ra �eq�����a o p�.ra r��pox�.�� �'�.�t� d��i p�.trorn �� �a�o�p�rc��r��.�1e co1���t��a TECANTCAL SPECIFICATIONS DIVISYON 1 - GENERAI. REQUIREMENTS SECTION 01100 - SiTMMARY OF WORK Th� Contractor shall supply all s�perintendence and shall perfarm all work and furnish all labor, equipment, materials and incidentals necessary and complete all wark as described in the plans and specii'ications. All constru�tian and other work shall be dane by the Contractar in accardance with the best engineering and construction practices for th� ski11 ar trade involved. The work io b� accomplished under these plans and specifications for: PlaygroUnd Renar�at�ans at Oakland Lake, Traders Oak and Sylvania ParKs includes; Site / equipmen� demolitiau, site gradin� and instalIation af new playground equipment a�d park amenities as per canstructian documents. Thes� plans and specifications w�re prepared by the Parks and Community S�rvices � Depaxhnent. The Department of Engineering will adrninister the contract and furnish inspection. In addition to project performance stated above, the Contractor sl�all also be responsible for: � 1. Setting all project layout dimensions and final fmish grade elevations in aecardance to plans. . All such survey vvork shall be performed by a Registered Surveyor in the Sta#e of Texas and verification provided to the City that such s�rvey work complies to plans and specifications. , 2. Attend a11 proj ect pxo�ress meetings as schedul�d hy the City and provide updated project schedules within 3 working days upan request by the City. The applicable iterns contained in ihe Standard Sneci�cations for Street and Storm Drain Const:ruction for the City of Fart Worth, Texas, shall apply to this contract just as though each � were incorporated in these dacuments. Where the provisians or specification� coniaine� in those documents are contrary �o this publication, this publication shall gavern, In case of conflict between plans and specifications, the plans shall govern. A copy of ihe Standard Snecifications for Street aztd Storm Drain Construction can be purchased at the office of the Transportation and - Public Works Department , 1000 Throcktnorton Street, 2nd Floor, Mu�icipal Building, Fort Worth, Texas. � The Contractor shall provide all permits and licenses and pay all charges and fees, and give all notices necessary and �cidental �o the due and Iawful prosecu�ion of the wark. The Contractor sha�l contact the City of Fort Warth's Development-Plans Exam Section f�x a determination of � applicable permits or variances required for �is project, SECTION 01135 - CONTRACT TIlYIE G�N�RAd., RBQUIRENIENTS -1- 1.01 PROGRESS AN�U COMPLETTON Upon receipt of a notification letter and the executed construction contract, the Contractor shall be zesponsible for scheduling a preconstruction confearence, wluch shall be hE1d no later than ten warking days from the date of the r�otifica�tion letier. At the time of the prec�nstruction conference , a consiruction start date s$all be established and u�dicated in tbe Notice to Proceed (Work Ord�r) issued by the En�ineering Department. The Contractor shall begin the v�ork to be performed under the contract on or before ten working days from the date t�e Wark Qrd�r is issued. The Contractor shall carry the wark forward expeditiously with adequate forces and sha11 completE it within the period of time stipulated in the cantract. 1.02 LIQLTIDATED DAMAGES This projeet wilI be completed within the speci�xed days allowed. Liquidated damages wili be a�sessed if the project runs over the allotted �ima. S�CTY4N 01140 - ALTERNATIVES The Ciiy reserves the right io abandon, withaui obligation to �he contrac�or, any part of�he project (subjeci to conditions set �orth in �ec�ion 01150 - Payment to Contractor) or the entire project at any tiYnE before tk�e Contractor begins any construction vvork authorized by ihe City. SECTIOl�i 011�0 - PAYMENT TO CONTRACTDR 1.01 SCOPE OF PAYlV�NT: The Contractor shall accept th� comp�nsation as provided in the contract in �ull payinent far furnishing and paying for all inaterials, supplies, subcontracts, labor, tools anc€ equipment necessary to complete tbe work of the cantract; for any loss ar daxz�age which may arise from the nature of the work frorn the action of the elernents, or from any unfareseen difficulty which may be encounterad in ihe pros�cutaon of tl�e work, until th� �inal acceptance of the work by tha City; �or all risks af every description connected with the prosec�tian of the wark; for all expenses ar�d damages which xnight accrue to th� Contractor by reason of delay in the initiation and prosecution of the work from any cause whaisoever; far any infringemeni of patent, trademark ar copyrigl�t, and for compl�ting the work accarditag to the pla.ns and/or specifications. The payment of any current or partial estimate shall in no way af�ect the obligations of the Contractor t� repair or remove, at his own expense, the defective parts of ihe construction or to replace any def�ctive rnaterials used in ihe constntction, and to be responsible for all damages due ta such defects if such defeets or darnages are discovered on or before the final inspection and acceptance of the worlc. 1.02 Partial pay esiirna�es shall be submitted by t11e Cantractar oz prepared by the City on the 1st day a�.d lSih day of each month �hat the work is in progress. Estimates will be paid within 25 days �ollowing tk�e end of the estimate period, less the appropriate retainage as set out below. Partial pay es�imate,� znay inciude acceptable nonper.ishable GENSRAL REQUII�MENT$ -Z- materials delivered to the work place which are to be incorporated into the vvQrk as a permanent pa� thereaf, but which at the time of the pay estimate have not been so installed. If such materials �re included within a pay estimate, payment shall be based upon 85% o�the net i�voice value thereo:F. The Contractor will fi�rnish the Engine�r such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. 1.Q3 It is understood that the partial pay estimate amounts will be approximate only, and all partial pa.y estzmates and payment o� same will be subjeci to conrectzon in tl�e esti.mate rendered follovv�ng the discovery of th� mistake in any previous estimate. Payrnent of any partial pay estixnates shall not be an admission on the part of th.e Owner of the amount of work done or of its quality or sufficiency or as an acceptance of the work done; nor shall same release the Ca�tractor of any of its respons-ibzlities under the Cantract Docuxnents. 1.04 Tne City reserves the right to witbhold the payment af any partial estimate if �be Contractor fails to perform the work in strict accordance with the specifications or other pro�isions of ihis Contract. � 1.0� For contracts of less than $400,000 at the time of executian, retainage shali be 10 percent. For contracts of $400,OU0 or more ai t�e time of executian, retaina�e shaIl ' be � percent. I.Ob Contractor shall pay subcontraciars in accord with the subcontract agreement within five � business days after receipt t�y Contractor of the �ayment by City. Contractor"s failure to � make the required payament ta subcontractors will autharize the City to withhold future payments from the Contractor uniil cornpliance with this paragraph is accomplished. 1.07 Contractor hereby assigns to City any and all claims far overcharges associa�ed with this contract which arise undez the antitrust laws of the Un.ited States, 15 U.S.C.A. Sec. 1 et se�c' {1973). , 1.08 INCREASED OR DECREASED QUANTITlES: The Owner reserves the right to alter the quantities of the wark to b� performed or to extend or shorten the improvements at � any time when and as faund to be necessary, and tbe Contzactor shall perfarm the wark as altered, increased or decreased at the unii prices. Such increased or decreased quantity shall not be more than 25 percent of the cvntemplated quarttity of such itern or items, '• When such changes increase or decrease the original quantity of any item ar ifems of • work to be d�ne ar materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled fo a revised � consideration upon that portian of the work above or below the 25 percent of the original � quantity sfated in the proposal; such r��ised consideration to be determined by special agreexnent ar as h�reina$er pzovided for "Extra Work." No allowance will be �nade for any char�ges in anticipated profits nor sha11 such changes be considered as waiving or invalidating any conditions or provisions of the Coniract Documents. GEN�RAL, REQUIREMENTS -3- 1.09 PAY�VIENT FOR EXTR.A WORK: Extra work p�rfozrned by the Contractor, that is autharized and approved by ihe City Engi.neer, will be paid for under "Change orders" made in the manner h�reinafter described, az�d the compen.sation �hus pr+avided shall be accepted by the Cantractor as payment in �ul� for all labor, subcontracts, znaterials, tools, �quipzn.ent and uicidentals, ax�d for all supeivision, insurance, bonds and all other expense of whatever nature �curred in the prosecutinz� af fihe extra work. Payment for extra work will be made under one of the fallawing types of "Change order�" to be selected by the City: A. Methad "A". By unit prices agre�d upon in the contract ar in writing by the Contractar al�d C�ty Engineer and appro�ved by the City Council b��ore said extra work is commenced subject to all other coi�ditions o� the contract, B. Metl�od 'B". By a Iump sum price agxeed upan in writing by the Contrac�:or and City En�ineer and appra�ed by the City Council be%xe said extra wark i� commenced, subject to a1I ather conditians of fih.e contract, C, Method "C". By actual �'ield cosfi of the wark, plus IS percent as descril�eci berei.� below, a,greed upan in writang by the Contr�ctor and City Engineer and appraved by the City Council after said extra waxk is completed, subject to all other conditions of the coniract, In the event ex�ra work is to be perfo�:nned and paid for under Method "C", �he actual field costs of the work will include #he cost of alI woxkmen, forernen, timekeepers, r.�nechaiucs �d laborers working on said project; all used on such extra work only, plus all power, fuel, lubricants, water and similar operating expenses; and a ratable proportaon of premiums on performance and p�ymenf bonds, public lia�ility, workrnen's compensation and all other insurance required by law ar ozdia�ance. The City Engineez' wi11 direci the form in which the accaunts o� actual field cost will be k�pt and will recommend in writing the mathod af doing the vvork and the type and kind of equipmerit to be used, but such ex�ra work will b� perfo�-med'by the � Contractor as an indepez�dent contractor and not as an agent ar employee of the City. The 15 percent of the actual field cast to be paid the Cantractor shall cover and compensate him for profit, overhead, general supervision and field oifice expense, and all other elements of cost and expense nat ernbraced witbin the actual field cost as herein specified. The Cantractor sball give the City Engineer access ta all accounts, bills, invoices and t�ouchers r�lating thereto. 1,10 DELAYS: If delay is caused by specific arders given by the City to stop work, or by the perfozxnance oF extra work, or by the failure of the Cit}� to pravide rnaterial or nec�ssary instructions for canying on the v4r�zk, then such delay wi11 entitle the Contractar to an equivalent extension of time, his application for vvhich shall, however, be subject to the appro�val of the Cify Council; no �uch extension of time shall release the Contraetor or the GEN�RAL REQUIR�?MENTS - �4 - surety on his perfonnaxzce bond from alI his obligations hereunder which shall remain in full force until the discharge of the contract. 1.11 CLAIMS AND DAMAGES: Any claims for extra work or for any other related matter ar cause must be made in writing to the City Engineer within seven calendar days from and after ihe cause or claim ar�ses. Unless such claim is so preseisted, it shall be held �hat t�e Contractor has waiv�d the clai.m, and he shall not he entitled to receive pay thereof. 1.12 TRANSPORTATION: No allowance ox deduction will l�e made for any charge of freight rates. �o allowance %r transportation of inen, materials ar equipmeni will be allowed. 1.13 ACCEPTANCE AND FINAL PAYMENT: The City, upon receipt af the Director's "Certificate of Completian" az�d "Final Estimate" and upon receipt of saiisfactory evidence firom the Contractor thai all subcon�ractors and persons furnishing labor or materials have been pa.id in fiall and aIl claims of damages to property or persons b�cause of the car.rying on of this work have been r�solved, or the claims dismissed or the issues joined, shall certify the estimate for final payment after previous payanents have been dedueted and sha11 notify the Contractor and h'rs surety oithe acceptance of the project. � On projacts d'zvided into two or mare units, the Contractor may request a fin�l payrz�ent on one or more units which have been completed and accepted. On delivery of Yhe f nal payment, the Contractor shall sxgn a writien acceptance of the final estimate as payment in fu11 for the work dane. All prior pariial estimates shall be � subject to correctian in the final estimate and payment. The project shall be deemed accepted by the City of Fo�-t Worth as af the date that the final punch lzst has been campleted, as evidenced by a written statezn.ent signed by both the contractor and the City. The war�raz�ty period shall begin as of the date that the final , punch list has heen coznpleted. , SECTION Q1300 - SUBMITTALS � Prior to construction, the Coniractor shall furnish ihe Parks and Commuz�ity Se�-vices Departmeni , a schedule ou�fining the aniicipated tizrj.e each phase of construction will begin a.nd be completed, �iciuding sufficient time for turf establishment (if applicable) and praject clear�-up. i � The Contractor shall submit to the Project Manager shop drawings, product data and samples xequired in specificatinn sections. Refer to Section 01640 --� 1.02. � SECTION D1400 � QUALITY CDNTROL The Contractor will zeceive alI instructions and approvals from the Director af Engineering •� ancVor his assigned inspectors. The inspector wzll be intz�oduced to the con#ractar priar to beg�nning work. Any work dane at the direction of any other autharity will not be accepted or � GENLRAL I2EQUIREMENT3 -5- paid for. Final approval for ihe finished proj�ct shall be gzven by the Direc�or of Engineeri_ng, City of Fort Worth. The Coni�-actor or a coinpetent and r�liable superintendent shall aversee the work at all times. The superintendent shall r�present the �ontractor in his absence and all directions given to him shall be binding as i� given io the Coniractor. SECTION 0�.41.0 - TESTING AIl t�sts made by the testing laboratory selected by the City vvill be paid �oz by the City. In the event manufacturing certi�icates are r�qu�sted, they shall be paid for by the Contractar. SECT��N 01�00 - TEMPORARY FACILITIES AND CONTROLS The Cantractor shall iake all precaul;ions necessary to protect all existing trees, shrubbery, sidewalks, buildings, v�hicles, utilities, etc., in the a1•ea where the work is being dane. The Contractar shall rebuild, resiore, and make good at his avcrn expense alI i.rajury and damage io same which znay result from work being cazried out under this contract. The utility lines a.nd conduits shown a� the plans are for information anly and are not guaxanteed by the Owner ta b� accurate as to iocation and depill; they are shown on tbe pla�s as the best in.formation available from ihe o�vners of the utilities in�olved ax�.d froin evidences faund on the gro�nd. The Gontractor s11a11 determine the exact location of all existing utiliti�s and ca�duct his work to prevent interruption o£ sez-vice or damages. SAFETY RESTRTCTIONS � WORK NEAR HIGH VOLTAGE LINES A warning sign not less than five inehes by seven inclles, painted yellow with black letters that are legible at twelve feet, shall be placed inside and outside vehicles such as eranes, derricks, power shovel, drilling zigs, pile dr�vers, haisting equipment ar similar machinery. The warning sign sha11 read as follows: "WARNING - UNLAWFUL TO 4PERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH V�LTAGE LTNE�." Equipment tliat may be operated within six fe�t of high voltage lzz�es shall have an insulating cage-type guard about the boo�n or at�n, except bacl�hoes nr dippers, and insulatar Iinks on the li£� hood connections. When necessary to work within six feet af high voltage eleciric �ines, the Contzactor shall natify pawer company (TU Electz-ic or the appropriate power supplier) to erect temporary mechanical barriers, de-energize the line, or raise or lower the line. The contractor shall maintain a log o� all such correspondence. Ti�e Contractor is responsible £oz- all eosts incurred. GENERAT. REQUIR�MENTS -6- SECTION 01640 - SUBSTITUTIONS AND PR�DUCT OPTION� 1.01 GENERAL For consideration af product substitutions, 50X1C� Sli�J1�1f���S t0: Carlos Gonxalez, Project Manager (817) S'�1�5734 Parks and Coznnnunity Services Department 4200 S. Freeway Suite 2200 Fort Wortb, Texas 76115-1499 � 1.02 PRODUCT� LIST � A. Within five (5} Working Days after cammencement of work, the Contractor shall submit to the Pxoject Manager two {2) capies of complete list of aIl specified ' pxoducts az�d subinittals for review and approval. B. Tabulat� list by each speci�cation sectian. .. C. For products specified under reference standarc�s, inc�ude with listing of each product: �� l. Name and address of manufacturer 2. Trade name 3. Model or catalog designation � 4. Manufachxrer's data a. Performance and test data b. Reference standards �• D. Specified-material shall not be ardered by the Contractor until such tune product ,, material submittals have been raceiv�d, reviawed and appraved by the proj ect consultant and / or City. I , , 1.03 CONTR.ACTOR'S OPTION� � d; A. For pz�oducts specif�ed only by reference standards, select any product which meets such standards from any manufacturer, ' B. Far products specified by naming se�eral products or manufaciuxers, select any . praduct and manufacturer named. C. Foz products specified by naming one or more products, the Contractor must �� submit request, as requiz'ed for subs�itunon, for any product not specifically named. 1.04 SUB�TITUTIONS , j , �ENERAL REQUI�tEME1VT5 I -� A. During bidding, the Project Manager will consider wxitten requests fron� Prime Bidders only (bidders submittin.g Bid Proposals for the construction of aIl wark) �ar substitutions which are received at least fifteen (15) Working Days priar to bid date, exclusive af the bid opening dates; requests received after that time will not be considered. � B. Withix� tl�irty (3Q) calendar days after date of Contract execution, the �'roject Manager will considEr formal requests from Contractor for substitu�ion af products in place o� those specif ed. C. Subm�t two (2) copies af request �'nr substitutzon. �i�clude in request: 1. Cornplete data substantiating compliance of proposed substitution witf� Contract Documents. 2. For products: a. Product identification, inciuding manufacturer's name and address. b. Manufactu�-�r's literature: (1} Product description (2} Performance and test data (3) Reference standards c. Samples, if req�aired. d, Name and address of similar proj ects on which product was used, a�d date of installaiian. � D. In making request for substitution, ihe Prime Bidder 1 Contractor rep��sents: 1. That the Prime Bidder / Contractor has personally investigated praposed product or method, and determined thai it is equal or superior in al� xespects to that specified. 2. That the Pxirne bidder 1 Contractor will provide the same guarantee (or better) fnr substiluted product or method specified. 3. That the Prime Bidder / Con�ractor will coaxdinate ins�allatian of accepted substitutian into work, making such changes as may be required for work to be complete in all respects. 4. That the Pri�e Bidder / Contractor waives all claims far additional costs related t� substituiion which consequently become appareant. E. Substitutians will not be considered if 1. They are indicat�d or implied on shop drawings or proj ect data subrnittals without formal request submitted in accord with Paragraph 1.04. 2. Acceptance wi11 require substantial revision of Contract Docuinents. 3. �ubstitution requests submitted wiih lass than frfteen {1S) Wozl�in.g Days prior to the bid opening date or a�er thirty (30) ealendar days from the date of thE executed eantrac�s. F. Should ihe Contractor instaIl any material �nd 1 or equipnzent w�rch is nan- specified, iailed to submit the appropr�ate submittals for re�view and did not GENERAL REQUIRBMEi�TS -8- receive approval from the City prior to installation, all such material and / or equipz�aent-shall be reinoved by the Contractar and install specified equipment and f or material ai na additional expense ta the City. 5ECTION 017�0 - PROJECT CLOSEOUT 1.01 CLEANING The Contractor shall make fnal clean-up of the construct�on area, to the satisfaction of the Parks and Community Services Department, as soon as construction in tnat area is complefad. Clean-up shall include removal of all construction mafie�ials, pieces of - concxete, equipment and/ar ather r�ubbish. No moxe thaan f.�ve {5) days shall elapse after the completion of construction before the area is cleaned. Surplus materials shall be disposed of by tlie Contractor, at his own expense, and as directed hy the Parks and Co�uniiy Services Department. Cleaning of equipment by Cantractor or ' Subcontractor, such equipment as cement mixers, ready-mix trucks, tools, ate., shall take , pl�ce in an area designated by �he Parks and Cammunzty Services Departmen�. 1.02 WARRANTY , The Contractor shall be responsible for defects in this projeci due to faulty workmanship ' or maierials, or both, for a period of one (1) yeaar from the date thai the final punch list = has been eompleted. Refer to Section 01150-Payment To Contra.ctor —1.13 / Acceptaa�ce And Final Payment. The Contractor will be required to replace, at his own expense, any � pax�t, or all, of this project whioh becomes defective due to these causes. � SECTTON 01800 - CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS Can�ractor covenants and agrees to indem�ify City's engineer and architect, and their personnel , at the project site for contractor's sole negligence. Tn addition, Contractor covenants a�d agrees to indemnify, hold haxrnless and dEfend, at its own expense, the Owner, its officers, servants and e�ployees, from and against any aud a11 clairr�s or suits for property loss, praperty damag�, , personal injury, including death, arising out of,-or alleged to arise out of, the vaork and services to b� performed hereunder by Contractor, its officers, age�ts, employees, subcontractors, licensees or invi�ees, whether ar not anv suth iniurv, dama�e or dea�h is caused, in whole or . in �part, bv the ne�ligence or al�e�ed �egli�encc of Owner, its of�cers, s�r�ants ar emblavee�. Contractor likewise covenants and agrees to indemnify and hold harn�less the Qwner ' from and against any and all inJuries to Qwn�r's afficers, servants aztd employees and any � daxnage, loss or destruction to property of the Owner arising frorn the performance of any of th� terms and conditians af this Con�ract, whet�er vr not anv such iniury 4r darna�e is eansed in whole or in aart b� the ne�li,gence or alle�ed negli�e�tce of Owner, its officers, servants or � emplovees. In the event Owner receives a written claim for damages against the Coniracivr or its � subcontractors prior to fmal pay�ent, fmal payment shall not be rnade until Contractor either (a} subznits to Owner satisfactory evidence that the claim has been settled antUor a release from the _ GENERAL REQUIRBMEI�ITS -9- claimant invalved, or (b} provides Owner with a letter fro�n Gontractor'� liability insurance carrier that ik�.e claim has been referred to the insurance carrier. The Director may, i�he deems appropriate, reFuse to accept bids on any othex Czty of Fort Worth public work from a Contractor against v�rhorn a clainr� for damages is auts�anding as a result af work performed under a City Contract. END OF DIVISION GEN�R AT.1tEQUIREMENTS -10- SECTrON D�1�0 - SITE UNDERDRAINS PART I - GENERAL 1.01 SCOPE: Work in this sectian includes furnishing alI labor, materials, equipment, and services requiz-ed to conshuct underdrains to the required lines, grades, and cross sections as specified herein and on �he p�ar�s. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Section Q23(i0 - Earthwork. B. Section 03300 - Cast-in-Place Concrete PART 2 � PR4DUCTS 2.01 UI�IDERDRAIN PIPE: Pipe ar�d ittings shall be flexible, corrugated tubing manuFactured of hig��density palyetk�yiene resins and conforming to ASTM Product �pecificatians F-405 and F-667. Drainage �.uUing shall be as manufactured by Advanced Drainage Systems (ADS), Inc., of Columbus, Ohia The local maz�ufacturing plant which wi�l provide a list of suppliers is in Ennis, Te�as - telephoz�e {2I4) 875-6591. A. Perforated Pipe: Perforations shall be linear slots cut radially i�ta the tubing wall � beiween corrugations. Perforated pipe will be fi�rnish.ed complete with the Cerex nylan "Drain Guard" screen. The screen will co�npletely surround the pipe and �iIl have a � lapped, welded langitndinal joint. B. Non-Perforated Pipe: Non-perforatad pipe shall be used for cpllectar lines which canvey the water fram perforated pipe to t�e concrete inlet or outfall. , C. Fittings: All couplings, reducers, tees, ells, plugs, caps, and oihe� fittings shall be non- perforaied and shall be af the same manufaciurer as the drainage iubing. A fitting sha11 �� ba used a� each pipe junction/termination, as appropriate. 2.OZ FILTER MATERTA�,: Filter material for use in backfilling t�anches over and around � underdrains shall consist of 1 1/2" to 2" gravel washed �ree o�azg�x�i.c or other deleterious .. matter. 2.03 FTLTER FABRIC: Filter fabric to line and Iap over gravel filled subdrain trench shall be ;, Mirafi 14�N drainage fabric as manufactured by Celanese Corporation, (804) 223-9811, or approved equal. PART 3 - EXECUTION 3.01 VERTTCAL AND HORrZONTAL CONTROLS: A. The Contractor si�all establish or skall e�n.ploy a licensed suiveyor to establish all lii�es and grades necessary for each stage of the work described herein. SITE LfNDERDRAINS 02140 -1- B. Pravide blue tops for reference in dressing trench bottoms at intervals not to exeeed 30 feet along the centerline of each trench. 3.02 LJNDERDRAINS: Txenches for underdrains shall be dug after the subgrade is prepared. The e�cavation of each trench shall begin at its outlet arad proceed toward its upper end. The trench must not be excavated below the proposed gxade line. Trenches will be cleaned of alI Ioose xnaterial and iheir bottoms wiil be dressed and ime graded to blue tops se�t as previously described. Trench�s s�all be lined with filter fabric and underdrain pipe shall be set on the trench bottoni. All fitiings shall be securely coupled and all apen ends will be capped. The pipe shall be care�ully covered with the gravel filfier ma#erial and the filter fabric shall be lapp�d ov�r the trench. Care shali be taken not ia darnage the pipe or its fabric filter screen. TJz�derdrain pipe shall be cannected to solid pipe joints azad to outfall at the concrete structure/collar as indicated in �he plans. Care sl�all be taken not to loosen or cave-in the trench v�alls. Any such damage will b� excavated and will b� backfilIed 'rn mec�anically tamped lifts nat to exceed eight inches and wiil be re-c�nstructed. 3.03 SETTLEMENT: Aft�r the trench has been backfilled it sI�all be thoroughly soaked. This process shall be repeated two times allowing the backfill material to dry twenty-four haurs b�fore wetting again. END OF SECT70N SITB UNDERDRAINS 02140 -2- SECTTON 0��00 - SITE PREPARATION PART 1 - GENEuar, 1.01 SCOPE: Work in this section includes fi�rnishing all lahor, materials, equipment and services required for clearing and grubbiiz�.g, demolition, and remo�wal and disposal of items as specified herein and oxz the plans. 1.�2 R.ELATED WORK SPECIFIED ELSEWHERE: A. Section 02300 - Earthwork B. Existing Canditions, Re�x�ovai and Demolifion Items. PART � — PRODUCTS 2.01 Na products are xequired to execute this work, except as the Contractor may deem necessary. PART 3 — EXECUTION 3.01 CLEARING AND GRUBBING: A. Clearing and grubbing shall cnnsist af removing aIl natural and arti�cial objectionable materials frozn ti�e project site or from limited areas of construction specified wi�hin the site. B. In general, clearing and grubbing sha11 be performed in advanee of grading and earthwork oparations and sha11 be perform�d over th� entire a�ea of earthwork operations. C. Unless otherwise specified an the plans, aI1 trees and shrubs of three inch (3") caliper or Iess (caliper is the diarneter as measured iwelve inches (12") above the ground) and all scrub growth, such as cacius, yucca, �in�s, and shrub thickets, sha11 be cleazed. All dead irees, logs, stumps, xubbish of aa�y nature, axrd other surface debris shall alsa be cleared. D. Biuied material such as logs, stumps, roo�s of dvwned trees that are greater than ane and ane half inches (1-1/2") in di�ameter, matted rflots, rubbish, and foreign debris shall be grubbed and zezmoved to a minin:�um depth of twenty four inches (24") below pro�osed finished grades. E. Ground cover consistiz�g o�weeds, grass, and other hez-baceaus vegetation shall be xernoved p�oz to stripping and sfockpiling topsoil from areas of earthwork operation�. Such removal shall be accomplished by "blading" off the uppermost layers of sod or raot-matted soil far removaI. .I S ITE PREP ARATIDN a2zaa -i- 3.02 PAVEMENT REMOVAL: A. Bituminous and concrete pavements shall b� removed to neatly sawed edges. Saw cuts shall be fu11 depth. If a saw cut in concrete pavement falls vvithin three feet (3') oF a1� en existing score joint, construction j�int, sa� join�, cold joint, expansion joint, or edge, the concrete shall be re�oved to that joint or edge. All saw euts shall be parallel and/or perpendicuiar to the line of existing pavement, If an edge of a cut is dama.ged subsequent to saw cutting, the concrete sha11 again be sawed fio a neat, straight line for the purpose ofzemoving tYae damaged area. B. Concrete curb and gutter shall �e removed as speczfied above. No section ta be replaced shall be smaller than thirty inches {30") in Iength or width. 3.03 UTILTTTES REMOVAL: In general, those utilities on the site that are to be remov�d az�d that belong to th� Owner shall he remo�ed by the Coniractor. The Owner is respansible for arranging the relocation ar removal of other utilities owned by ufility corrtpanies or other pai�ies. 3.04 MINOR DEMOLITION: There may be certain iiems on tha sif� such as ald building foiuldations, fences, and other undetertnined str�xctures and impro�eznents that must Ue removed before cnnstruction can cammence. Unless otherwise specified, such items becozx�e �he praperty of the Contractor for subsequent dispasal. 3.05 USE OF EXPLOSIVES: The use of explosives wi11 not be pErmitted in site preparation operations. 3.06 BACKFILLING: All holes, cavitie�, and depressioils in the ground caused by site preparation � operatians wzl] be backfilled and tamped to normal campaction aa�d wiil be graded to preven� ponding of water and to promote drainage. Shoald any excavaied hole or cavity be required to be le�t open aver night, the Contractor si�all be responsible to provide barriers and 1 or cave�rings to �nhance on site accKde�ut prevention measures. 3.07 D�SPOSAL OF WASTE MATERTAL�: A. �h�less otherwise stated, materials generated hy clearing, grubbing, rexz�oval, and demolition shall be known as "waste"' or "spQils" and shall be reanoved from the site and disposed of by the Contractor. �imilar materials may be unearthed or genera�ed by earthwork operations or by subgrade preparation. Unless otherrvise specified any merchantable items becorrze the properly of the Contractar. END OF SECTION SITE PAEPARATION 022Q0 -2- SECTIDN 02300 � EARTHWORK PART 1 -GENERAL I.O1 SCOPE: Work in this section includes furnishing all labor, materials, equipznent, and services required �o construct, shape, and finish eartY�woxk to the required lines, grad�s, and cross sections as speczfied herein and on the plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 0220Q - Site Preparation. B. Grading Plan: Refer to plan sheets. 1.03 METHOD OF PAYMENT: Earthwark is a necessary an.d incidental p�rt of the work. The total cost vvill be included in the Bid Proposal. Payment will be made on a Lump Suzni basis o�nly. - PART � - PRODiTCTS 2.41 LTNCLASSIFIED EXCAVATION: Un.classified excavation shall consist of all excavation, unless separately designated, within the lirnits af the work. Unclassified e�cavation includes all mat�rial encountered regardless of its nature �r the znaxiz�er in which it is to be excavated, 2.02 UNCLASS.IFIED FILL A. Unclassif ed fill shall consist of a11 fill vvithin the Iimits of the wark. All suitabl� native �naterials removed in unciasszfied excavation, or similar imported mat�rials, sk�ail be used insofar as practicable as unclassified fill. Properly depasited, conditioned, and compacted fill is hereinafter ref�rred to as "earth embaz�lcxrient." �, B. Rock: .Minar quantities of rock not greater than faur inches in greafiest dimer�sion are pernussible in fill materials used to construct earth embankment. Minar quantitzes af rack of greater dimensions may be placad in ihe deeper fills in accordance with the State Department of Highways an.d Public Tr�nsportation requiremenis for cansiruction of rock embankll-�ents, provided such placement of rock is nat immediately adjacent to structuxes or piers. Also, mck rnay be placed in the partions of ernbankments outside the limits af �he completed g�raded width where the size of the rock prohibits their incoxporation iri the normal erribankinent layers. 2.43 TOPSOIL On-Site Topsoil: Topsoil shall consist of an a�erage depth of six inches {6"} of native suz-face � soil left in place after the ground cover of herbaceous vegeiation and oiher objectionable matter has been cleared by "hlading," as specif�ed in. Section 02200, "Site Preparation." Topsoil may be greater or less, than the upper six inches (6") in depth. ' ��Txwazuc 0230Q -1- 2.04 TMPORTED FILL A. �ported fill materials shall be used for the construction of earth embatikment in the event that (1} the valurne of unclassiiied excavaiion is less than the voluma oifi11 required for earth en�bankznent andlor (2) the condition a�materials removed zn unclassified excavation makes therri unsuitable for use in the constraction of earth embanl�rnent. B. The Contractor shall baul and place imported fill obtained fram off site souxces as necessary to construct the embanluiient and various other details of the construction plans. All costs related to sueh imported fi11 will be included in the cantract price, and no additional or �eparate payment for i�ported fill will be due the Co�.t�ractor. C. A sample of the proposed imported fll must be provided hy the Contractar and be approved by the Owner. In genera�, imported material must be equal to or better than native material in qu�lity and engineeriz�g characteristics. The Archi�;ect/ Engineer may also require the Gantractar to provided a material analysis test of tha praposed �11. 2.Q5 SELECT MA.TERIALS A. Select materials sha.Il l�e izxaported fra� o�tsite sources, unless they are available from specifically designated areas on the site as marked on the plans. 2.06 UNSUITABLE MATER�ALS A. Topsoil, select material, ixz�ported fill, or unclassified �11 will be declared as "'unsuitable" by the O�vner if, in his opinion, any of the following conditions or matter and particles are pr�sent to a degr�e that is judged datrimental to the propased use of the material. 1. IV[oisture 2. Decayed or undecayed �egaiatiori 3. Hardpan clay, heavy clay, or clay balls 4. Rubbish 5. Construction rubble 6. S�.nd ar gravel 7, Rocks, cobbles, ar boulders 8, Cenieniious rnatt�r 9, Foreign mattex of any kind B. Unsurtable materials will be disposed of as "v�aste" as specified in Sectian 02200. C. Wet Material: If �ill material is un�atisfactory for use as embanicment solely because of high moisture content, the ArchitectlEngineer may grant the Contractar permission to process the material to reduce the moisture content to a usable optimum coYiditinn. ��xTxwo� oz�ao -2- PART 3 - EXECi]TION 3,01 SITE PREPARATION: In general, "site preparation," as specifiad in Seciion 022Q0, shall be perFormed in advance of grading and earthwork operations a�id sha11 be completed over the entire area of earthwork operatians. 3.02 TOPSOIL A. The removal aa�d starage of topsoil shall acc�r a�er site preparation is complete and before excavation and embanlcment construction begin. Likawise, topsoi� will be replaced a.fter excavation and einbax�ment canstruction are complete. B. RemovaL• Topsoil shall be sfiripped to au average depth of six znches {6"} from areas where excavatzon azid embanlane�it consir�xction are plam�ed. Topsoil may be obtained fronn greater depths if i� is uncontaminated by the. substratum and it is of good quality, in the opinion of the Architecf.�Engineer. , C. Storage: Topsoil shall be stored in stockpiles convenienily located to areas that wi11 later receive the topsail. �tockpiles shall be out of fhe way of earthwark operations in ' locations approved by the Owner or Architect/Engineer. Stored topsoil shall be kept � separate from other excavated materials aa�d s�.all be protected from contamina�ian by objectionable materials that would render it unsuitable. � D. Timing: Tapsoil will not be replaced (deposited) until cons�-uction activities are complete that would create undesirable conditions in t11e topsoil, such as overcompaction or contamination. Trenching for i�ems such as electrical conduii and irrigation presstue lines must be complete before topsoil replaceinent may b�gin. D. Replacement: Topsoil wzll be deposited in a single Iayer or lift. It will be placed, � pracessed, compacted, and graded to Ieave a finished layer of topsoil not less than five , inches in depth. Unless otherwise indicated, topsoil will be replaced o�er alI areas of earthwork (including slopes), except where �avement is planned. , F. Grading Topsoil w�ill be final graded to the eIevations shown on the pIans. Fine grading wi�l be accomplished with a weighted spike harrow, weighied drag, tractor box � blade, light maintainer, ar other acceptabl� rnachinery. All particles a�the fz�sh grade , shall ba reduced ta Iess than one inch in c�iametez or they shall be removed. All rocks o� one inch or greater shall alsa be removed. Grading aperation� and equipment v�rill be such that topsoil does not �ecame overcompacted. Bulldozex blades and front-end . laader buckets are not acceptable devices for topsoil grading operations. Final grading within �ve feet of constructed or insfalled elements s�all be hand raked. , G. Acceptability: Finished areas of topsoil are satisfactory if they are true to grade, true in plane, even in gradient (slope), uniform in surface texture, and of normal compaction. Axeas of loose granular packeis or of overcompacted soils arE not acceptable and will � be reworked. Finished areas will promote surface drainage and will be ready for turfgrass planting. " EARTH WORK 023D� I -3- 3.03 UNCLASSIFIED EXCAVATION A. All excavat�d areas shall be n�ainiaaned in a con.dition to assure proper drainage at all tixnes, and ditches and sumps shall be constructed and maintained to avoid damage to the areas under constructiora. B. SurpIus Material: 1, Suzplus excavation is that quantity of material that may be le$ over af�er the grading plan is executed, and all earthwork operations, includiz�g excavation, emhankment construction, topsoil replacement, and final grading, are completed. Any other surplus material shall be dis�aosed of as "waste" as specified in Section 02200. A�1 such cost for rernoval shall be caz�sidezed as incorporated inta Eazthwork costs C. Excavation ir� Rock: Tl�e use of explosives wi11 nat be pern�.itted. Un�ess otherwise indicated nn the plaz�s, excavation in solid rock shall extend six inches {6"} belovv required sub�ade elevaiion far the entire widih of the area ui�der construcfion and shall be backfilled wi#h suitable materials as indica�ed on the plans. 3.04 EARTH EMBANKMENT A. Earth emhanl�rnent is defined as embanl�xnent composed of suitable materials removed in unciassified e�cavation andlor imported fill. The construction af embankrz��nt includes preparing the area on which � 11 is ta be placed and the depositing, conditianing, and compactian of fill material. B. General: Except as otherwxse requz,red by tk�e plans, all embankrrient shall be constructed in Iayers app�roximately parallel to the finished grade of th� graded area, and each layer shali be so constructed as to provide a unifbrm slope as sho�rn on the grading plan. Embankmenis shall be constr�cted to carrespond to the general shape of the typical sectio�s showzi on the plans, and each section of the embankment shall conrespond to the detailed section or slopes established by the drawings. After compl�tion of ilie graded area, ez�ribazzlanent shall be continuously maintainad to its finished section and grade until ihe project is accepied. C. Preparation: Prior to placuig any eznba:t�krz�ent, all preparatary operations will 11ava been completed on the excavation sources and areas over which the embarit�ment is to be placed. The subgrade shall be proof rolled to detect sa�t spots, whic�i if exist, should be reworked, Proof rolling shall be performed using a heavy pneumatc tir•ed roll�r, loaded dump truek, or similar piece of equipment vveighing approximatel� iwenty five (25) tons e�cept as oiherwise specified for tree protection ar�d areas inace�ssible to vehicular compactars. Stump hales or other sinall e�cavatzons zn the �imits of the embaiilrn�ents shali be bacl�filled wzth surtable material and thoroughly tamped by approved methods before cornmencing embankinent construction. Thc surface af the ground, including plowed, loosened ground, ar surfaces roughened by small washes or otherwise, sha11 be restorad to approximately its ori.ginal slope by blading or other methods, and, where i�dicated on the plans or required by the Own�r, the ground surface, thus prepared, shali be compacted by sprinkling and rolling. EARTHWQRK Q2300 -4- D. Scarification: The surface of all areas and slopes nver which �i11 is to be placed, oiher than rock, shall be scarified to a deptY� of approximately six (6") incnes to provide a bond between the existing surface and the proposed emba��lcmeni. Scarification shall be accoxnplished by plowing, discing, ar other approved meazls. Prior to fi11 placement, the loosened material shall be adjusted to the proper moisture content and r�carnpacted to the density specified herein for fill. E. Benching: 5carification is normally adequa�e far sloping surfaces. However, in certain cases �vhere fill is to be placed against hillsides ar existing embanlcment with slo�es greater than 4;1, the Owner may direc� the Contractor to key the fill znaterial to the existing slopes by benching. A minimum of two feet (2') norinal ta the slope shall be removed and recampacted to insure that the naw work zs constnzcted on a firm foundation fi-ee o� loose oz disturbed znate�al. F. Depositin�: FiIl material shall be placed in borizont�I layers az lifts, evenly spread, not ta exceed eight (8") inches in Ioose depth before conditioning and compaction. Unless otherwise permitted, each lay�r of fill rr�aterial shall cover the �ength and width of the area to be filled and shall be conditianed and campacted before the next higher Iayer oF fill is placed. Adequate drainage shall be rnaintained at all times. G. Watering: At �he time of compaction, the moisture conteni of fill material shall be such #hat �he specified compaction will be obiained, and the fi11 will be firm, hard, and � unyie�ding. Fill rnaterial which contains excessive rz�ozstu�e shall not be compacted until it is dry enough io obta�n the specified compaction. � H. Coxzipacting: Each layer of earth fill shail be compacted by approved tamping or sheepsfoot roll�rs, pneumatic tire rollers, ar ati�er mechanical mear�s acceptable to the Qwner. Hand-directed compaction equipment shall be used in ar�as inaccessible to vehicular compactors. ., L Grading: Embankments sl�all be constructed in groper sequence and at proper densities far their respective functions. All embankinent serves in one eapacity - or another as subgrade (e.g., under topsoil, under concrete az�d asphalt paveznent, ,, under strucfures, etc.). Aecordingly, the upper layer of embankment shall be graded to within plus or minus 0.10 foot of proper subgrade elevat'ron priar to � depasiting topsoil, and prior to the constructior� of pavements, slabs, ete. 3.05 DENSITY CONTROL � A. Earth Ez�ribankment in General: Eai-ih embankment shall be compacted in.lifts at a minimurn of ninety percent {90%) of Standard Density ASTM D698 with plus fouz percent (4%) ar minus twa p�rcent (2%) percentage paints of aptimum zn.oisture �� content. B. Earth EmUankrnent Under Structur�s and Pavement: The top six (6") inches of natural �� earkh coznprising th.e subgrade for struciural slabs or for areas of pavement �hall be ninety five percent (95%) to ninety eight perc�nt (98%) of Standard Density ASTM , , ��xr�wo� o23ao � -5- D598 wztY�. the znoisture content at minus two percent (2%} to plus four perceni (4°/o) af optimum moisture content. 3. f}6 MOISTi_TRE MAINTEN.ANCE; The specified moisture content shall be rnaintained in all eznUankanents that are to functian as subgrade for structures, areas of paven�ent, or for select embaiilc�nent. After completion ofthe emb�t�nent, the Contractor shall prevent excessive loss of moisture in the embank�nent by spz�ix�kling as requir�d, Loss of rnoisture in e�cess of tvvo percent (2°/fl) belaw optimum in the top twelve inch�s (12") of the fill will require that the top twelve inches (12") oftb.e erz�bankz�.ent be scari�ed, �vetted, and recompacted priax to placemeiit of the structure, select fill or pavement, Yf desired, the Contractor may place an asphalt m�mbrar�e of emulsi�ied or cutbaek asphalt over the completed embanlcment and thus elizninate the sprinkling requirement. 3.08 TOPSOIL REPLACEMENT: Topsoil shall be carefe�lly placed to a�oid any displacement or damage to �Iie subgrade. �fi'any o��he subgrade is z-�tied, damag�d or displaced if shall be restored pxior ta placing topsoil, Topsail shall be replaced as specified herezn per Item 3.02. END OF �ECTIQN EARTH WORK 02300 -6- SECTION 0��3'� — WOOD FLBER PLAYGRO�TND �URFACING PART � — GENEkAL 1.01 SC�PE Surfaci�g tasks for wood fiber surfacing wiih drainage system inc�udes a11 �abor, materials and �quipxrzent necassary for, and pertinent to, �he work to be done, Woxk will be accomplished in a thozough and workmanlike ma.nner. The specified product will be applied strictly in accardance wzth the manufacturer's recommendations. I.02 DESCRIPTION OF SYSTEM A. Wood fiber playground surfacing material to be Kiddie Cushion as pravided by Living Earth Technology Ca., 1808 W. Northwest Freeway, Dallas, Texas 75220, 1-840-776-8524, ar approved equal. PART � — PRODUCTS 2_O1 MATER7ALS A. WOOD FIBRE SURFACiNG 1. Surfacing shall be a mix a�randomTsized llardwood fibxes selected from durable hardwood tree stock. Softwood fibres, standard wood chips or hark mulch will not be acceptable. 2. To allow for compaction, the follawing formulas must be used io determine the correet nurnber of cubic yards: 8" deep: Sq. ft. of playground x 0.0375. Twelve inches deep: Sq. ft, of playground x 0.45. 3. Bidder will guarantee sieve analysis of wood fihre as �ollows: Greater than SS percent passing 318" sieve. Less than 50 percent passing #64 sieve. 4. Wood fibre shall ha�e no recycled wood frorn pallets or waste wood and no iwigs, bark, leaf debris or other organic rnaterial incarpaxated witl�in. B. DRAINAGE FABRIC �, I. Produci us�d shall be FibarFelt, DuraLinez, or apro�ed equal polyester � nonwoven engineering geotexiile fabric. 2. Bzdder wili provide enough materiai to allow for 12" overlap on ail seams. C. DRAINAGE MATRIX I. 4" c�iameter ADS perforated pipe with sock installed within the subgrade gravel trench as indicaied on plans. D. �JUEAR MATS WOOD FIBER PLAYGROiJND SURFACING 42537 -1- I. Product used shall be per playground equipment manufactur�r's recommendation and meet ASTM F1292-91 playground surfacing standard for a drop height not to exceed 3.5 feet. Must be installed under all swings and slides to preserve rvarranty. Method af installatio� 1 anchorage shall be per manufaeturer's recommendations. PART 3 - SPECIAL REQUIREMENTS 3.01 QUALITY CONTROL A. The Bidder will pro�ide ihe �ngineered wood fiber systeln ta be constinxcted exactly accorcling to manufacturer's installation instructions. B. The Bidder wi11 provide the owner or its designated caniractor with aIl necessary license� prior to siart af canstruction zn accardance with U. S. Patents, C. Supplier must provide test results for in�pact attenuatioz� in accordance with ASTM F1292-93; �tandard Sgecification For Impact Attenuatioil of Surface Systexz�s Under a�id Around �layground Equipment. Results �nusf be provzded for new material and fax 5-year-old materzal. D. Tasting must show "g" �atings o�not more than 1 SSg for the 8" thick system, or I20g for the 12" system at 12' fall heigl�fs, and HIC values af less than I,000 for both new and 8-y�ar-old matierial. E. Product must be wheelchair accessible and rneet the requirements of the 1990 Americans with Disabiliiies Act (ADA) in accordance with ASTM PS83-97. F. The Bidder will provide copies o#' flammability testing procedux-es and results using {i) Section 1500.44 ofthe Federal H�.zardous.Substance Act, Title 16, Chapter II, Subchapter C, for rigid and pliable solids, and {ii) 16 CFR Part 1630 Standard for the Surface Flainmability of Catpets and Rugs (FF 1-70), Modified Pracedure. Testing s�lauld be performed Yry an independent testing lahoratory. G. The Bidder will provide copies of testing proceduzes and results of (i) new shredded wood fibre, and (ii) shredded wood fibre riot less fhan five years old taken �i•�om an �xisting site, p�rforrried by an iildependeili t��ting source using tl�e A�TM F1292-91 playground safety surfacing standard. H. The Bidder will provide at least three referex�ces of handicapped-accessible playgrounds that have been installed with said surface, 3.02 WARRANTY WOOD FIB�RPLAYCROUND Si1RFACING 42537 -2- All materials and Iabor undex this Section shall be installed by a cantractox authorized by the manufaciurer. Safety surface shall be warranted for Iabar and materials foz' a period af no less than two years. Writtell warranty must be submitted by tlle manufacturer and the authorized installer. 1'ART � -- EXECUTION A. PREPARATTON Installer shall thoroughly examine th� site and specificatians, carefully checking the dimensians before starting wark. B, SUBGRADE 1. The sulagrade shall be graded a minimum of l. percent. It is nat recommended that t�ie surfacing system be installed on a gxade grea#er than 10 percEnt, AlI roats, stones, and vegetation s�a.lI be zennv�ed. 2. The drainage matrix must be connected to ih� drainage system. 3. The first 6" of subgrade shall be compacted to at least 95 percent of the dry density, as determined by the provisions of AASHTO or T 205, as lnodif�ed in 243.24. C. APPLICATION: 1. Wood fiber surfacing system vvith gravel and subdxain. Install per plans and specifications. a. Aggregate Drainag� Material 1. Install subdrain trench per plan. 2. Cover�subgrade with washed stone, 3/8" to 1/2" diarneter, at a � uniform depth of three inches. 3. Install drainage fabr�c over drainage aggregate, averlapping aI1 _, seams by at least 12". Cut to fit araund equipment as necessary and o�verlap seazns as previously mentioned. � 4. Insfiall wood fiber safety surfacing at a uni%rmed compacied �, depth of 9". Cantractor shall be rEsponsible for applyzng additional material as required in order to maintain safety surface � finish elevation and antieipated setiling for a period of sixty (60) � days following project acceptailce. � END OF SECTION WOOD FIBER PLAYGROUND Si1RFACING Q2S37 -3- �SECTION D2860 - PLAYGROUND EQUIPMENT PART 1 - GENERAL 1.01 DESCRIPTION A. Ti�is s,ection shall include all materials, lahor, tools, equipment, transportati�n and supervision required far the installation of new piayground equipmen�. �.02 RELATED WORK A. Section �2870 - 5ite Furn.ishings B. Section 03300 - Casi-In-Place Concrete 1.03 QUALITY ASSURANCE ; A. Codes and Stan.dards; All equiprr�ent and materials shall meet the standards and requirements of the latest editions of the U. S. Consumer Produc� Safety Commissian's (CP�C) Handbook � for Public Playg�round Safety azid of ASTIVI Designation F1487: Standard Consumer Safety Perfazxn.az�ce �pecification for Playgraund Equipmeni for Public Use. B. Subz�nittals: ' �. Submittals Prior to Construction - Submit manufacturers' documenfation af product compliance with CP�C and ASTM F1487 Standar�s including: � �_ a. All paints and other similar finishes must meet the current CPSC regulation for lead in paint (O.Df> percent maximum lead by dry weight). ' b. Regardless of the material or the treatment process, th.e , manufacturer shall ensure that the users of the playgxound equipment cannot ingest, inhale, ar absarb any potentia.l.ly hazardous amounts of substances through body surfaces as a result �� of contact with the equipment. c. SulazxaittaXs znust be received and approved l�y the Proj ect Manager �� prior to ardering equiprnent. Refer ta General Rer�uirements — Section 01640 — I.02 PLAYGROUND EQUIPMENT ��860 1 � 2. Subrnittals �rior to Praject Acceptanca -- Contractar shall submit all rnaufacturers' literature to tl�e Project Manager prior to acceptance of ihe proj ect. PART � — PRODUCTS 2.OI A. Contractor to provide and install equipmen� as speeifed or appro�ed "or equal" B. Name of equipmeni piece 1 inanufacturer / address PART 3 - EXEGUTION 3.01 GENERA.L: �11 ite3ns shall be su�plied and installed by Contractox as showz� on the plans and as recozn.rnended by ihe xnanufacturer. 3.02 FALL ZONES: Contzactar �hall verify all �all zone clearances ansite prior to installing the equipment. Notify the Landscape Architect of any conflicts ar discrapar�cies. 3.03 CONCRETE FOOTINGS: The finished grade of a11 concrete foo�ings shall be set twelve inches belaw �he finish grade of surfacing material. 3.0� FASTENERS: Ail nuts and balts shall be upset and tack welded to prevent disassembly. 3.Q5 PROTECTION: Contractor sha11 be responsible foz protection of unfinished work and shall erec� temporary signage and barriers as necessa7y to pravent park users frorta utilizing unfinished equipment. END OF SECTION PLAYGROUND EQUIPMENT 428G0 z � SECTION 0�8`�0 - SITE FUR1�iISHINGS PART � - GENERAL 1.01 DESCRTPTION Furnish and supply a111abor, equipment, materials and in.cidentals necessary to asseinble, in�tall and otherwzse constzuct park ec�uipment as listed under praducts. 1.02 RELATED WORK A. S.ection 03300 - Cas�-in-Place Concrete. : Section 07920 - Caulking and �ealants 1.03 QUALITY ASSURANCE � A. All equipment shall be free o� sharp edges and carners, or extremely rough . surfaces. : C � � .� � All materials shall be new and conform to all standards as specified. The bidder shall be responsi�le for defects in equipmen� du� to faulty materials oz� �nanufacturing, damage ar 1oss. MetaI shall be straight or at design radii or bends, without kinks, and shall be true ta shape. �. Codes a.�d Standards: All "accessible" site furnashings shall comply with the current Texas Accessibilitv Sfandards {TAS) af the Ax'chitectural Barriers Act, Article 9102, Texas Civil Statutes (512) 453-3211. 1.04 PRODUCT DELNERY, STORAGE AND HANT,�LIlVG A. Protect from inclement w�ather: wet, damp, e�ctr�me heat ar cold. B. Store in a rnanner to prevent warpage andlar bowing. 1.�5 JOB CONDITIONS The cantractor shall be responsible for protectinn of unf nished work and shali be respoz�sible for the safety af park users uiilizing unfinished equipment. S1TE FURNiSHINGS 0287D -1- PART 2 - PRUDUCTS 2.01 ONE SHELTER: Poligon, REK30x34M available from: The Playwell group (817) 335-I666 2.02 ONE BIKE R.A.C`K: Littl� Tikes #60732300M availabla from: Jim Le� & Associates (972} b90-8163 2.03 THRE� TABLES WITH PAU L�PE 2X1Q'S: Iron Mountazn Farge: One #23 S 6H fram� T�vo #2388G frames; fraines & slats available from: rim Lea & Associates (472} 69a-8163 2.04 TWO GRILLS: Little Tikes #20DX available from: Jim Lea & Associates (972) 690-5163 PART 3 - EXECUTrON 3.01 INSTALLATION A. Fasteners: All nuts and bolis shalI be upset and tack welded to prevent disassembly, � B. Mar�ufacturer's Tnstallatior� Instrnctions: The Contractar shall follow the manufacturer's installation instruc�ians and give the Landscape Architect the instruciioils far filing, unIess atherwise stated. Set benches and picnic tables Ievel. END OF SECTION SITE Fl1RNISHINGS 02870 -2- SECTION 02930 - SEEDING PART 1 - GENERAL 1.01 DESCRIPTION A. Work Included: Seeding of grass seed ar wildflower seed, as specified on the plans. B. RelaYed Work Specified Elsewhere: Section 023Q0, Earthwork. 1.02 REFERENCE STANDARDS A. Standa�rdized Plant Names 1. For exotic plant materials: tlmerican 3oint Colnmittee of Horticultural , Nomenclature, Second Edition, 1942. ' 2, Far native rnaterials a. Manual of the Vascular Plants of Texas by Correll and Johllston ,, b. Check List of Vaseular Plants of Texas 6y Hatch c. F�ora af North Central Texas by Shinners and Moller B. Texas Highway Department: Standa�d SpeciFicatiQns £or Constz-uction, Item 164, "Seeding for Erosion Control" and Item 180, "Wildflower Seeding" � 1.03 SLTBMITTALS A. Seed �' 1. Vendors' certification that seeds meet Texas State se�d law including: .. a. Testing and Iabeling for pure live seed (PLS} b. Narne and type of seed 2. If using native grass ar wildflower seed, seed must have been harvested within ane �• hundred {10Q) xr�i.les of the construction site. ,, 3. All seed shall be tested in a laboratory with certified results presented to ihe City, in writing, prior to planting. �' 4. AIl seed to be a�'�e previous season's crop and the date on the cantainer shaIl be within twelve manths a�the seedi.ng da#e. 5. Each species af seed shall be supplzed in a separate, labeled container for acceptance " by ihe City. , B. Fertilizer 1. Unopened bags labeled with the ana�ysis 2. Conform to Texas fertilizer 1aw � 1.04 JOB CONDITIONS , A. Planting Season: The season varies according to species (see Part 2- Products}. Dp not seed when soil is excessively wet or dry or wh.en wind exceeds ten {10) miles per hour. � B. �ck�edule A£ter All Other Constructio� and planting is co7npl�te. SECTiON 02930 - SEEI]1NG -1- C. Protect and Maintain Seed�d Areas 2. 3. From erosion From traffic az�d all other use Until seeding is compl�t� and accepted 1.05 QUALITY CONTROL The contractor w12o planis t�e seeds, whether the general contractor or a subcontractor, is responsible for daily supervisian of his crew, and for the plantuig and maintaining of seedlings until acceptable, viable growth is achieved and the project accepted by the City. PART � — PRODUCTS 2.01 MATERI�LS A. S eed A11 seed shall be planted at raies based on pure li�e seed (PLS = purity x gem�xz�atioz�) per ac�-e. _ �ubstitutinn of individual seed typ�s due to lacl� oF availability shall be made only by ihe City ai the time oFplanting. The Cont�actor shail notify the Ciiy, prior to bidding, of difficulties Iacating certain species. Only those areas ii�dicated on the plans and areas disturbed by canshuction sk�all be �eeded. Prior to seeding, each area shalI be x�arked in the field and approved by the City. Any adjustm�nt oi ar�a location by the City shall be considered incidental and shall nat entitle the Cantractor to addztional compensation. Weed saed shall not ��c�ed ten percent {10°/n} by weight of the total af pu�e live seed (PLS) and oiher material in ihe mixiLire. Johnsongrass and nutgrass seed shall not be allowed. The seed shall be clean, dry ar�d harvested within one year o�planting. 1. Non�-native gra�s seed s1�a11 cansist of: If planted between Apri115 and Septennber 10: Lbs./Acre Common Name Scientific Name Puri 25 Bennuda (unh�Iled) Cynodon dactylon $S% 75 B�rmuda (Izulled} Cynodan a`actylon 95% Subsiitute the following if planted between September 10 and April 1�: 22Q Rye Grass Lo2ium rnultiflaru�n 82% 40 Bermuda (unhulled) Cynodon dactylon $4% Germination 90% 90°10 80°10 $5°/a SECTION 02930 - SB�I7�NG -2- 2 Native grass seed - The seed shall be pian#ed between February 1 arj.d October 1 and shall consi�t of Lbs. PLSIAcre Comrnon Name Botanical Na.zne 16 Green Sprangletop Leptochloa dubia 40 Sideoats Grama* Bouteloua eurtipenduda 64 Little Bluestexn* Schizachyrium scoparium 20Q Buffalograss Buchloe dactyloides 44 Txxdi�n Grass* Sorghastr°um avenaceum Ib Big Top Lovegrass* Erag�ostis hirsuta 16 Weeping Lovegrass Eragt-ostis cur-vula � $0 Canada Wild Rye* Elymu� ca�adensis var. canc�densis *These grasses are not to be planted within ten feet of a road or parking lot or within three (3) feet of a walkway. 3 Wildflnwer seed - All wildflower seeds are to be hand broadcast, (see 3.02,A). The seed shal� be �lanted beiween March 5 and May 31 a�• beiween Septen:�ber 1 and December 1 and shail consist of: z Lbs. PLSIAcre 10 20 50 1Q 1Q 20 10 3 10 10 Common Name Foxglove* Laxzcelea� Caz�eopszs Bluebonnet Pink Evening Primrose Purple Coneflower* Indian Blanket Mexican Hat Maximillian Sunflower* Winecup Lemon Mint* Botanical Name Penstemon cobaea Goreopsis lancealata Lupinus t�xensis Oennthera speciasa Ech.inacea purpurea Gaillardia pulchella Ratibida columnaris Heliant7zus ma�cimiliana Callirhoe involucrata Monarda citriodora *These wildflowers are not to be planted within �e� feet o� a road ar parking lat or within tbree feet of a walkway, �. Temparary erosian control seed When speci�ed on the plans, ternparary control measures shall be performed. These measures shall consist of the sowing of cool season plant seeds and the wark and materials as required in ihis section. B. Mulch l. Mulch shauld be designed for use with canventional mechanical ar hydraulic planting of seed, either alone or with fertilizer. 2. Mulch should be woad cellulose fiber produced from virgin waod or recycled paper-by-products (waste products frorn paper mills or recycled ner�spaper). 3. Mulch should contai.n na growth or germinatian inhibiting factors. 4. Mulch shauld cantain no niore than ten percent (I O%) moisiure, air dry weight ba�is. SLC'F'ION Q2930 - SEEDII�G -3- 5. Additives shall include a binder in povvder form. � 6. Material s1�a11 farm a strong moistw'e retaining rnat. C. Fertilizer I. All fertiliz�r shall be delivered in Uags or coi�tainers clearly labeled shawing the analysis. . 2. All fertilizer shall be i�1 acceptable condition %r d'rstributian and shall be applied uni.fomily over the planted area. 3. Analysis of 16-20-D, 1b-8-8, or as designa�ed on the plans. Fertilizer rate: a. No �ertilzzer is required :for wildflower seeding. b. Where appiyi�ng fertili�er oza newly established seeding areas - i00 pounds of Nitragen pez- acre. c, Where applying fertzlizer on established seeding areas - ISD pounds of Nitrogan per acre. D. Water: Shall be fumished bv the Contractor by means of temparary m�t�ruig / irrigatioil, water kruck or by any othez� �x�ethod neces�azy to achieve viable, acceptahle stand of turf as noted in 3.04.B.2. af this specification. Tl�e water souz-ce shall be clea�i and free of industrial wast�s or other substallces harrnful to t1�e gerrnination pf tk�e seed or to the grawth of the vegeia�ion. The amount of water will vary accarding ta the weather va�iables. Generally, an amount of wat�r thai is equal to the average amount o� razn.fall plus one half inch (1/2") per w�ek should be applied far approxima�ely three wee�s or until project is accepted by the City. E. Erosion Control Measuxes 1. For seed�g applicatian in areas up to 3:1 slope, �se cellulose, fiber or recycled paper m�lch, (see 2.01, B. Mulch and 3.03). 2. Far �aeding application in ar�as 3:1 slope or greater, use the following soil retention blanket {Follow the manufachzrer's directions): "Curle� I" from American Excelsior, 904 Ave. H East, Post Qff'ice Bo� 5624, Arlington, Texas 7600I, 1-800-'7'77-SOTL. 2.02 MIXING Seed, mulch, fertilizer and water rnay be rni�ed provided that: 1. Mixture is unifonnly suspended to form a homogenous slurry. 2. Mixture forms a blotter-like ground cover impregnated uniformly with grass seed. �. Mixture is applied witl�in thirty (3�} zxxinutes after placed in the equipment. SEC'CION 02930 - SEEDING -4- PART 3 — EXECUTI�N 3.01 SEEDED PREPARATTON A. Clear Surface of Ail Materials, Such As: 1. Stumps, stones, arld oth�:r objects larger than one inch. 2. Roots, brush, wire, stakes, etc. 3. Any objects that may interfere wit�� seeding or maintenance. B. Tilli�g 1. In all compacted areas tiil one inch (1 ") deep, 2. If area is sloped g�reater than 3:1, run a tracior parallel to slope to provide less seed/water �n-off. ' 3. In areas near tz'ees: Da not till deeper than one ha1� (1/2") inch inside "drip iine" of �ees. C. Watering: Soil should be watered to a minimum depth of four inches within forty eight (48) hours of seeding. � 3.02 SEEDING A. If Sowing Seed By Hand 1. Broadcast seed in fwa direcfians at right angles to each other, 2. Haxrow oz rake Iightly to co�er seed. � 3. Never cover seed with maz'e soil than twice its diameter. �4. For wildflower plantiz�gs, scaIp existing grasses to one (1") inch, r�move grass clippings, so seed can make corztact with the soil. B. Mechanically Seeding (Driljing): � �f inechanically seeding (driliing) the seed or seed mixture, the quantiiy specified shall be uniformly distributed aver the areas shown on the plans or whera rlirec�ed. All varieties af seed, as well �s fex�ilizer, may be distributed at the same time provided tha� each coxnponent is uniformly app�ied ai the specified ra�e. Seed shall be drilled at a depth of � from one qnarter inch to ihree eighth inch (1/4"-3/8") utilizing a pastzzre or rangeland type , drill. All drilling is ta he on the contour. After planting, the area shall be rolled with a roller integra� ta the seed drill, or a conrugated xoller af ihe "Cultipacker" ty�e. Al1 rolling ' of slope areas shall be on the contour. 3.03 MUI,�CHING A. Apply uni�ormly after completion of seeding in areas up to 3:1 slope. Mulck� nr�ay be appliad concurrently with fertilizer and se�d, ii desired. B. Apply at the %llowing rates unless otherwise shown on plans: . 1. Sandy soils, flat surfaces - minimun� 1,5001bs.lacre. 2. Saz�dy sails, sloping surfaces - mini�num I,800 lbs./acre. � 3. Clay soils, flat surfaces - minimun12,5001bsJacre. , 4. Clay soils, sloping surfaces - minimurn 3,Q�O l�s./acre. SECTIOIV 0293D - SE�DING -S- 5. "Flat" and "sloping" surfaces will be shown on the plans if not visually abvious. C. Apply wiflain tk�irty (30) minutes af�er p�acement in equipmeni. Keep mulch moist, by daily water applicatzon, i� z�ecessazy: 1. For approximately twenty-one (2 J) days, oz 2. Untii seeds have germinated and have rooted in soil, {see 3.04.B.2.) and project has been aceepted by the City. 3.04 MAINTENANCE AND MANAGEMENT A. Includes protection, replaniing, maintaining grades and irnrnediate repair of erosion damage until the proj ect receives final acceptance. Refer to Part 2-- 2.01— D, for watering raquirements to be executed by the contracfior. B. Replanting 1. Replant areas wh�re a stand of grass or wildflowers are not present in a reasonable length of time, as determined by the City. 2. A"stax�d" shall be defined as: a. BermudalRye grasses: Full co�erage per square Foot establishedwithin twa to tl�.ree (2-3) weeks of seeding date on a smooth bed fi-ee of foi•eigri material and rocks or clods laz-ger thaan o�ze inch diameter. b. Native grass and wildflowers: eighiy perce�t (80%) coverage of growing plants within seeded area witlain twenty-one days of seeding date on a smooih bed free of foreign material and rocks ar cXods la.rger tk�an one inch diaineter. � END OF SECTION sEc�rrorr oz��o - s�Ebrrr� -�- SECTION 03300 — CAST-IN-PLACE CONCRETE PART 1 - GENERAL 1.01 SCOPE OF WORK A. Cancrete Sidewalk B. Concrete Handicap Ramps C. Picnic Table Slabs D. Playground Edging E. Concre�e Walls and Foatings . F. Related work elsewhere: Section 07920 — Caulking and Sealants 1.02 QUALITY ASSURANCE Reference Specif cations: The work under this division of the Specifications shall confor�n generally to the requirements o� Item 31� -"Concre�e Pavement", Itern �06 - "Concrete far Structures", and Item 410 —"Cancrete Structures" of ihe City of Fort Worth's Standard SAecifications far �treet and Storrn Drain Consfruction_ P.ART 2 - MATERIALS . • 2.01 FORMS Farms shall be of ample strength, adequately braced, jnined neatly and tightly and set �' exactiy to established line and grade. 2.02 REINFORCIlVG MATERIALS Reinforcing Bars: Reinfarcing bars shall be round deformed bars meeting the requirements of t.�e current standard Specificatio�s t'ar Interinediaie Grade Billet Steel Concreie Reinforcing Bars of the A.S.T.M. Designation A-615. Reirtforcing bars at the time tl�e concrete is placed sha11 be free fram rust, scale or other coatings that wi11 destroy ar reduce ihe bond. General reinforcing bars shall be number �hree bars spaced 1 S inches on center in wallcs and 12 inches in slabs as shown on Plans. 2.Q3 GONCRETE MATERIALS A. Cement: Portland cement shall meet the requirements of A.S.T.M. Specifications Designation C-15Q and sha11 be Type 1. B. Aggregates: Concrete aggregates shall consist of gravel or crushed stone and �� shall be free from any axcess amount of sa1t, alkali, vege�ative matter or ather •� objectionable materials. The aggregate shall be well graded from �ne �o course and the inaximum size shall be one inch . Fine aggregate shall eonsist oi sand C. Water: Water used in mixin� concrete shall be clean and free from deleierious amounts af acids, alkaIies, �egetative mattex ar organic material. The concrete shall be mixed in an approved batch mixer. The mixing time shall not be less than one minute after all the batch materials are in th� rnixer. Cement conient � � CAST-IN-PLACE CONCRETB Q3300 ! _1.. shall be not less than five sacks per cubic yard of concrete and shall have a zx�inimuxn 28 day compressive strength of 3,000 psi. D, Mixing; Trarzsit mixed cancrete sbail m��t all tl�e requirements for cancrete as specified abo�e. �u�ficient transit mix equipment shall be assigxzed exclusively to the project as required far coniinuous pours at regular intervals without stopping or interrupting. Car�crete shall not be placed an the job after a period of 1 1/2 hours after the cement has been placed in the xnixer. 2.0� 1ZELATED MATERIAL A. Ex}�ansion Joint Filler: Exp"ansian joint material shall be or�e inch clear heart redwood with cap and paeed cross sectioi� as shown on the plans B. Dowels: Dowels for expansion joints s11aI1 be number �our smooth round steel bars with expansian tubes as shown on Pians. Dowels shall l�e placed eighteen inches on center or as shown on Plans. G Curiz�g Gozz�.pound: Ti-�e menibrar�.ous curir�g coznpound shall coza�ply with tkae requirements oFA.S.T.M., Designation C-309, Type 2, white pigmented. D. PVC Slee�es: The Contractor shall furnish and uisiall four inch class 2Q01'VC pipe sleeves under concrete wall� as shawn on plans and details. E. Caulking an.d Sealants = See Secti�n 0792fl 2,05 CONCRETE MIX DESIGN AND eQNTROL A. Mi� Design: The concrete shall coniain not less than fiwe sacks of cement per cubic yard. Total watez' sk�all not exceed seven gallons per sack af cement. The xr�ix shall be Uniform and workable. The ainount of course aggregate {dry-Ioose volume) shall not be mo�re than 85 perceni per cubic yard of conerete.- Tl�e net amount of water will be the amount added at ihe mixer plus the free water in the aggregate or minus the amount of waier needed to compensate for absorption by the aggregates. Free vvater or absorption determinatiol�s wiI1 be based an tl�e condition of the aggregates at the time used. The absorptio�l test will be based an a thirty minute absorption period. No water allowance will be made for evaporation after batcl�xng. B. Slump: VVhen gauged by il�e standard slump test, the settlement of the cancret� shall not be less than 3 inch�s nar rnore than 5 inches, u111ess othei-wise indicated. G. Quality: The concrete shall be deszgxzed for a minimum compressive strength of 3,000 pounds per square i�1ch at the age of �wen�y-eight days using a S sack mix. CAST-IN-PI,ACE CONCRETE 03304 -z- D. Control-Submit�al: Within a period of npt less tl�an ten days prior to the start of concrete operations, the Coniractar shall submit to the Engineer a design of the concrete mix proposed ta be used together with samples of all materials to be i�.corporated into tk�e mi� and a full description of the sou�rce af supply o� each maierial component. The design of the concr�te mix shall conform wi�h the pxovisions and limitation requirements of these specifications. AlI material samples submitted to the Engineer shall be sufficiently large to permit laboratory baiching for the constructian of test beams to check the adequacy of the design. When the design mix has been approved by the Engi.rteer, there shall be no char�ge or deviation from the proportions ihereof or saurces af supply except as llereinafter provided. No concrete mav be placed an the iob site until tihe mix desi�n has been anproved bv ihe En�ineer in writin� io the Cantractor. ,� PART 3 - EXECUTION 3.01 REINFORCING Meial reinfs�rcing shall be accurately placed in accardance wiih the Plans and shall be ' adequately secured in position by cancrete, za�etal, ar plastic chairs and spacers. Bar . splices shall overlap at least twelve inches. The re-bars shall be bent cold. 3.02 JOINTS A. Expansion loints: Expansian,}aint materials shail be instal�ed perpendicular to ' t�e surface. The bottonn edge of the material shall extend �o or slightly belaw the bottom edge of t�e slab and the top edge s�aall be held approximately 112 u�ch balow tk�e surface di the slab. The edge of jaints shall be toaled with an edging tool having a 112 inch radius. B. Contraction Joints: Confiraction joints shall be 114 inch wide by 3I9� inch de�p, tooled joints placed on si� foot cenfers, unl�ss otherwise indicated. Contraction joints will r�ot be required ta be sealed. Sawed joints may be allawed only if specifically approved by the Engineer. Jaints will be sawed as soon as sawing � can be performed without stripping aggregate froxn tb.e Goncrete, generally within i twelve to twenty-four hours after placement, and they shall be campleted befare , unconirolled cracking of the pavement takes place. � C. Construction Joir�ts: Canstructioil joints shall be installed in all concrete wozk at the locations shown on the Plans. Canstruction join�s formed ai the close of each � day�'s work shall be located ai an� of the cont�rol joints designated on the P1ans. Joints may be construcfied by use of wood ar preforrned metal bulkheads set t3rue - to the seciion of the finished concrete ar�d cleaned and oiled. Surplus concrete on the subgrade shall be removed before resuming concreting operations. 3.Q3 PLACING CONCRETE � Placement of Concrete: The concrete shall be rapadly depasited on the subgrade � immediately after mixing is complet�d. Subgrade and forms sY�all be dampened pr�or fia placement of the concrete. The conerete sha11 be transported, placed and spread in such a CAST-IN-PLACE CONCRETE Q330Q -3- manner as to prevent segregation of the aggregate or an excess amoun� of water and fine rrzaierials to be brought to the surface. No col�crete sha11 bE plac�d when the air temperatur� is Iess than foriy degrees Fak�renl�eit nor when the tem.perature of the concrete is eighty-five d�grees Fahrenlleit or higher, without approval of Constructian Tnspector. Placement shall bE canied �n at such a arate that tk�e concrete is at all times plastic and flaws xeadily i.zrto the space between the l�ars. No concrete that has partially hardened ar that has been contaminated by for�ign mat�rial shall be deposited in tl-ie v�ork noz sha11 retempered concrete %e used. Each sectiora af paveznent between expansion and constructian joints shall be placed monolithically. All conerete shall be thorough�y conipacted by suital�le nzeans during the operation of placing ar�d sk�all be thoroughly worked arou�d reinfarcemen� and elnbedd�d fixtures and into the cox�ners of the forms. ,Special care sball be taken to pxevent �oids and honeycombing. The concrete shall then be struck off and bull-floated to ihe grade shown on the Pia�zs before bleed water has an opportunity to collect an the surfac�. 3.Q4 F�NISHING AIl concrete shall be finished by experienced, qualified concrete finishers. All concrete shall have a neat, rounded edge. Edging and jointing (radius described on Plaz�s) shall be accomplished with care so as nat ta lea�e deep in�pressions in the concrete surface adjacent to edges aiid joints, After the cancrete has been floated and has set sufficien�ly to support the weight of ceinent fnishers, a srnoo�h sfeel trawel will be used to produce hard surfac�. The entire surface wi11 then be brushed wiih a stiff bristle broorri to produce a unifoz�n fiextured finish. All adges and sidas of concrete exposed ta view sk�all be free of watp and blemishes with a uni%rm texi�zre and sxnoothness as described in Plans. 3.05 CCTRING Curing Compound: ImmediateIy after the �inishing operatians, the concrete shall be completely covered wzth a cuzing compound. The cancrete surface shall be kept maist between fin.ishing operatians and the application of tha curing compour�d. The curing compound shall be applied wider pressure by rz� ea�ris of a spray nozzle at a rate not io exceed 200 square feet per gallon. A muumum of 72 hours curing time will be required. 3.06 CONCRETE WALLS A. Placing Concrete 1. Where tremies ar� used, or where the free drop is S'-O" or more, and through reinforceznent, use a duznping box or board, moving the concrete therefrani by shovels or hoes. 2. Deposit concrete so that the surface is kept Ievel throughout, a minimum being p�rnutted to flow fram ane position to another, and place as rapidly as pz-acticable after mixing. 3. Do not use in t�-iis Work any concr�te nat placed within 30 minutes after lea�ii�g the mixer. CAST-IN-PLACE CONCRET� 03300 -4- �. Thoroughly work cancrete araund reinfarcement and embedded fixtures, and into corners af fonrz�s, during placing operatzans. , 5. Complet�ly compact with tamping poles and by tapping forms until the concrete is thozaugk�ly compact and without voids. Determine ihe numher of �ampers needed by the amount and method of placing concrete. 6. Exercise c�re ta tamp concretE vigorously and thoraughly to o�tain maximum density. 7. Use manual tampers as we11 as mechanieal vibrators. - a. Exercise care to direct the quick handling of vibratars fram one positian to anotYiar. b. Do noi over-�ibrate cancrete. c. Do not move concrete by use of vibrator. B. Finishing 1. All fortned surfaces exposed ta view shall have a snlooth form finish. 2. After concrete has been pzoperly placed and cured, saudblast finish if indicated on the plans and per specification Section 03350. 3.07 PROTECTTON A�ter concrete is placed, finished and cured as required, perrnit no traffic thereon for thxee days thereafter and further protect tkae surface from damage due to other causes. � � � � ., END OF SECTION ., CAS'T'-IN-I'LACE CONCRETB 03300 I -S- SECTTON 07920 - CAULK.�NG AND SEALANTS PART I - GENERAi. 1.01 DEFIN�TIONS: A. The term "sealant" or "sealing" shall refer to exteriar j oints expased ta weather or interior joints exposed to moisture. When "sealant" is used in an outside jaint in aluminum or steel frames, "sealant" shall be arequized on the inside joint also. B. The ternl "caulk" ox'caulki.ng' (calking) shall refer fo interior jaints not normally exposed to weather or moisture conditions. 1.02 SUBMITTAL: A. Submit to Owner's representa�ive manufacturer's literature, speczficatian data, and. color chart far all materials proposed for this pro3ect. B. 7dentify their use and location. d .� 1.�3 GUAR.ANTEE: T�e eontractor shall provide the Inspector a manufacturer's written guarante� on aIl 3oint sealing mat�rials. The manufacturer sha11 agree to pro�ide any replacement material free oi charge to the City. Also, the Contractor shall pro�ide the �ngineer a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City. Both warra�tties shall be for one year after final acceptance of ihe completed �ork by the Engineer. PART 2-PRODUCTS 2.01 SEALANTS: As manufactured by Pecora or appzoved equal. A. Concrete-to-Concrete (Horizontal Joint): NR-20i with pri_mer. B. Masonry-to-Masonry or Concrete-to-Concrete (Vertical): Dynatroi II 2.02 PR]MERS: Type as manufactured by manufacturer of sealing or caulking material aiid cainpletely compatibl� with compound. 2.43 JOINT BACK]NG: Rods or tape in sizes and types as recommend�d by manufacturer of `' sealing or caulking material, and completely cvmpatible with eompound. CAULKING AND SEALANTS 07920 -1- PART 3 - EXECUTION 3.01 GENERAL: A. Work shall be perfonned by experienced mechanics skilled in execution of type af work required and in application of specified materials. B. Deliver matez�als to job site �i origi.n�al caz�tainers with manufacturer's name and brand cl�arly marked thereon. C. When perimeter j oints around frames that aze to be caulked da not ha�e built-in stops or other means to prevent depth of coxnpound from exceeding 1./2 inch, pacl� join� with back-up nlaterials of correct type and to ihe depth as necessary to provide rz�inimum 3/8" and maximum 1/2" depth of compaund. D, Materials and rnethods shall be as specified I�erein, unless they axe contrary to appraved manufacturer's directians or to appro�ved trade practice; or �n.less Contractor believes they will not produce a watertight job which he will guarantee as required. Where airy part of these conditions occur, Contractar shall notify Architect in writing. Deviation from procedure specified will be penmitted only upon Architect's approval and providing that work is guaranteed by Contractor as specified. E. If, �riar to begi�ning r�ork, Contractor does not notify Architeei in writing of any proposed changes, it will be assuYned tbat he agrees that znate�als and methods speci�ed will produce result� desired, and tk�at he vwill furnish required guarantee. 3.Q2 PREI'AR�TQRY WORK: A. Where weatl�er rnolds, staffbeads, etc., da not farn� integral part of frames ta be cau�ked, but are removable, rEmove same prior #a caulking, execuie caullcing, replace nnolds, etc., and point. B. Clean a11 joints, etc., tlaat are to be cauliced or sealed, prior to ex�cuting work. 3.03 PRIlI�I�NG: When conditions of join�s so require, or when types of nzaterials used adjacent to joints so require, or when compound manufacturer's recazxarnen.dations so require, clean and prime joinis before siarting caulking. Execute priming operatiaz�s in strict accordance wiih manufacturer's directions. 3.Oq� JOINT BACKING: loint backing shalf be installed in all joints to recei�e sealants, Backing shall be sized to require 20°/n to 50% compresszon upon insertion, and shall be CAULKI?�IG Al�D SLALANTS 07920 -2- placed sa that sealant depth is approximately 1/2 �oint width. In jaints not of sufficient depth to allow backing, instali bond breaking tape at back of joint. 3.05 APPLICA.TION: Apply sealant and caulking material under pressure to fill joint campletely, allowing no air pockeis ar �raids. Tool the joint surface to cflmpress the compaund into the joint. 3.06 THRE,SHQLDS: Place all exteriar door thresholds in a fill bEd of sealant dwring setting procedures. 3.47 CLEANIl�IG: Clean adjacent surfaces free of caulking and sealant a�ad clean all work o� other.trades that has in any way been soiled hy these operations. Finished work shall b� left in a neat and clean condition. END OF SECTION dl !� :� � � . � , 1 CAULKING ANl] 5EALANTS 07920 � -3- BIDDER"S STATEMENT OF QUALIFICATIONS • • Firm Name: Date Organized; ❑ PARTNERSHIP ❑ CORPORATION � Address: City: State: Zip: I Tel�phone Number: Fax Number: Nui�ber of years in business ux�der present nanle: Fornler narne(�) of organization: 1 - - CLASSIFICATION: ❑ General ❑ Building ❑ Eiecirical .[] Plurz�bing ❑ Utilities ❑ Eaxthwork ❑ Paving ❑ ather � , 1, LIST OF SIlvlILAR COMPLETED PROJECTS ❑ HVAC AMOUNT TYPE OF DATE NAME and TELEPH�NE NUMF3ER OF OF CONTRACT WORK COMPLETED OWNER 2. LI,ST OF SIMILAR PR07ECT5 UNDER CONSTRUCTION OR UNfaER CONTRACT AMOUNT TYPE OF DATE NAME and PHQNE NUMBER OF OVJNER QF CONTR.ACT WQRK COMPLETED BIDDER'S STAT�MEIVT OF Ql3AL[FiCATiONS � -i- -� 3. LIST SURETY BONDS 1N FORCE ON ABOV� INC�MPLETE WORK (LIST 2): DATE OF TYPE OF AMOUNT OF NAME AND TELEPHQNE I�][JIVIBER 4F CONTRACT BOND BOND SURETY � �. LIST CONSTRL7CTTON SUPERINTENDENT'S NAM� AND CONSTRUCTZON EXPERIENCE: �P ,� << ; BIDDER'S S'T'AT�MENT OF QUALIPICATIONS -2- � , ,�� �� � � CERTIFICATE OF INSURANC� TO: CTTY OF FDR"T WORTH Date: NAME OF FROIECT: THE REPLACEMENT OF PLAYGROYJNDS A�' OAKLAND LAKE. TRADER'S DAK AND SI'�.�VANIA PARKS PROJECT NUMBER: GR'�6-4$0438;10030/GRi6-a8D4387100441GR76-0804387100G6 IS TO CE12'I'1NY 'THAT : PERMA SYSTEMS GENERAL. CONTRACTORS, INC. is, at the date oP this certificate, Insured by this Company with respect to the business operatians hereinafter descr�bed, for the ty�re of insurance and accordance with provisions pf the standard poIieies used by Chis Company, and furEher hereinafter described. �xceptians to standarci palicy noted on reverse side herwf. TYPE OF INSURANCE Folicy Effecti�e Expires Limits of Liabiiity Worker's Compensatian � CompreheRsive GeneraI , Liabzlity Insurance (f'uhlic Liability) BIastin� Col3apse of Building ar structures adjac�nt to excavations Damage ta Underground UEili[ies Builder's Risk Comprehensive Automobile Liability Contractual Liability � Other L.oca�ions covered: Description of aperatians covered: 1fie above policies either in the body thereof or 6y appmpriate endorsement prnvided that they may not be changed or caneeled by the insurer in less than �ve (5) days after the insured has reeeived written notice of such change/or cancellation. Where app]icable local laws or regulations require mc�re than five (5} days actual notice of change or oancellation to be assured, the above policies contain suc� special requirernents, either in the body tt�ereof or by apprnpriate endnrsement theretn attached. . Aeencv FQrt Worth A�ent Address .J Insurarice Co.: '��i Title �odil}+ Injury: Ea.Occurrence: $ Proper�y Damage: Ba.Occurrence: $ Ea.Occurrence: $ Ea, Occurrence: $ �a. ()ccurrence: $ Bodily Injury: Ea. Person: $ Ea. Oceurrence: $ Property Damage: Ea. Occurrence: $ Bodily Injury: Ea.Occurrence: $ Property Damage: Ea.Occurrence: $ a CQi�TR,�CT'OR Cl7fVYPLI�►F�C� 1NITH WORIG�F�S` CO�i��IV�AiIAIV �AW Pursuant to V.T.G.A. Lab�r Gade §�40�.96 (2000), as amended, Contract�r certifies that it provides workers` compensatiort insurance coverage for all ot its emplayees employed nn City af Fort Wort� Department of Engineering No.S849, 3�50, 3851 and City of Fort Workh Project No. G�ifi�0�0�38i10D3�/CR76o0�D�43�i10040/C�ifi-080438iy0060. �.� �"1� —�O�f �t 1 c� � �g �-�. +�-��e, n�d'��� 1 r�� a �� ��— c�����71 u�� � C�NTRACT�R P��i1�� SYSi�flflS GE�' ERAL CONi�iO��. ChlC. J�-� �r�,�r�s STATE OF TEXAS COUNTY OF TARRANT . Title: I f�t�J�%�� Q�t�: 3I3 �63 Before me, the undersigned authority, an this day personally appeared �_���'�rmm� known to me to be the person whose name is subscrib�d to the foregaing instrument, and acknawle�ged tn me that he executed the same as the act and deed of ���� �. �� ��- , t�b for the purposes and consideration therein expressed and in the apacity therein stat�d. Given Under My Hand and Seal of Off �c�-b , ��.�,. r in and for the 5tate' of Texas �/Y'P� Karen A Rivera :�� a hAy Commission Expires ��,.��P �ctoherU3,20Q6 ��' � .��r ��� �f r. ,� �� :, � ' ,9 �� ... . -�- �..+...,.� �-� � w.�KMaMYs.`.0 _. _ • � ,.. ..{`—.._..__. �., �. . .,� . �. ..-.. . .... ��.,I��aiYx�l�M1Awww-.. r -r -..,» _...- .�.... . . ,. �. . . . . �i. � �" 1{ �.NW��J��M.lYftrY.Wi�+iiiti�.�ilsYW. 'Y � c , � • ��. . - BOND# IC063402�4 �H� s�rar� o� Y�xas COU'NTY (�� TAItRAN'T' R � �!1 C • � � � KNQW ALL BY THESE PR�SENTS: Tha� we, (1) �1:RMA S'�''ST�MS GEN�R,A,L Cd1�TRAC"�(J',RS, iNC., as PrinGip�l herein, and (2}_„� W�s�Che��e�' FiP� , a corparAtian orgar�ixed undet the taws af t17e State of (3) N�w Xox'k , and �air�u.Gdi�a:a �..uiEE�est�y _ who is authorized to issue sur�ty bnr�ds in the State of Texas, Surety hcr�in, �r� I�cld and firmly 1�aund �nta the City af Fort Worth, � municipal corporatian iocated in T�rr�nk �nd �7enton Counties, T�xas, �lbiigee l�arein, in the sum of [?N1L+; k.T.�INbRPD NINTY-T'i�'4 T�TQUSAIVI� �TfIR�E.Y�UNDRF.D A1T1VE�'Y-NIN�AND a�4l��14� .,,,,,��.� ....,�. 17oi1ars ($i92.3�Q,S4� for �he p�ymerit a� which surn we bind Q+�rseiv�s, our heirs, exect�tors, Administrat+�rs, successora artd Assigns, joinEly anti severally, f'trnlly by thes� presents, ,, , Wi�l��A5, Princip�I has ence�ed inw a certain wri�tar� cantraet with tlie 01�Eigee datec� �he '�T�� day of �n r, 00�, a copy of whi,ch is attached l�ereto and m�d� a p�►rt here�f fc�r ;�il {nu��oses, for tha construelias► c+f ;,�'.. �t��'�AC�;ME+1'�T O�+'. PLAYGI�+DlC1ND5 A,T OAIC�,AiND LAK�. '�'RAD�R'y� S�{�� ANb ' ' � �.XL''YAf�IA P_ARKS � - b � 1 ;�, ��s� ; f' y I f,�0 �� i I,' �� b� ��� �%� NCiW,'Y'I�fEREFOR�, Gha cc�ndition af lhis obliga�ia�i is such, if'tn� st�id Princip�E s�Al1 faitiifutly perfarm the wark in aeeordAnce with l3te plans, speci�ieations, ai�d cantr�tct �1Qcurne��is a��i sh�ll fully indsmnify ar�d hotd T�arminss the Obligee frnrn a�z aasts and d�rma�,es which �6fi�;ee msy suffer i�y reason c�f Frincipal's d�fautt, a�d reimburse and t•epay Obiigee Far al! aut�ay �nd expens� that Obiigae �n�y incUr in making gond such defauEt, then this ohligation shaii be void; aEl3ez'wise, t� retnain ir� fuli force arid �1'fect. � � PI'tdVID�D, H�WEV��2., tilat this band is exer,ufe.d p��rs��nt to �liaptar 125� of the Texas Gcrvernt�c�t Cvde, as amend�d, and �li liabililies on ttzis bond shafl he determined in �caardanc� with the provisions nf such statute, to the same extent ss if it were capied at fengch herean. � ' IN Wl"i'NESS W�It�OF, tlze ciuly autl�arized r�presentntives af the �r�ncipaf And the Surety havc �xecuted this lnstrument. �y, � SIGN�Ta a�d SEA�.�i3 tl�is.�_ day o�2p43. m ,' ai°�' i°: r i'r�n� a � Secreka � � ry �, A R�� �itT� (S�AL� � r � s to �'rir�cipal �-���,v'��l A'fi�ST; ���ret�ry . (5���) itnes5 a� to � ety - -- ���f� � �vs���w�,������� G��i�' : ��,���.�_ f'F�) B : . -_.. _. _. Name. -rz������� _. "f,ltle: lt'(���'' _ _ _. Addr��s: 22� W. 8���'I�ihl� R�Ad ��t��� �ItO��., Tx i5� �� WESTCHESTEit FIRE � �N£URANCP CDM�Ai�Y SUR�7Y _ . ..- -- -- �Y: �..�.a N�me. m. � EN B�DFORI] l�tic�ri��y It� F�ct , Adc�res�: � �a1 Ch�s�nu�c Stree�t Fhilad�l�rh3.a, �A 19192 YslaP�ane Nwmbsr; 800�375--27�3 NO�"�: �1 j Car�ect name �f Principal (Cor�tran#ar). , , , � • (2) C�rrect r�ame of Surety. , (�) State afi incorpor�tian of ��r�ty Teiephone number of sarety must t�e stated. In additia�, an c�ri�in�l copy of I'awcr of' Aitor��ey shaii be ac�ched to Band by the A�torney-in-Fact, �'he daie of bor�d sh��l nat be �rior to d�t� c�f Gontract. � CITY OF FORT WORTH, TEXAS CONTRACT STATE OF TEXAS COUNTY OF TARRANT KNOW ALL BY THESE PRESENTS: That t�is agreement, made and entered into this khe 7�H day of Tanuarv, A.D. 2003, by and between the CITY OF �QRT WORTH, a municipal corporation of Tarrant County, Texas, organized and existin� under and by virtue oF a speciai" charter adopted by the qualified voters within said City on the 11 th day of December, A.D. 1924, under the anthority af the CQnstitution af Texas, and in aecarclance with a resolution duly passed at a regular meeting of the City Council of said City, and the City of Fart Wprth being hereafter termed Owner, and PERMA SYSTEMS GENERAL CONTRACTORS, INC., hereinafter caIled Contractor. WITNESSETH: That said pat�ses har+e agreed as follows: 1. Thal far and in consideratinn of the payments and agreements hereinaiter mentioned ta be made and performed by the Owner, and under the canditians expressed in the bond bearing even dats herewith, the said Cantractor hereby agrees with the said Owner to commence and complete the construction of certain irnpr�vernents described as follows: 2. That the work her�in contemplated shall consist of f�rnishing alI labor, tools, applianees and materials _. neeessary for the construction and completion of said project ir� accordance witl� the Plans and Specifieations heretofare prepared by the Parks and Community Services Department of the City of Fort Worth and adopted by the City Council of said City, as an independent contractor, and which plans and speci�eatinns are incorporated herein by reference. � The C�ntractor hereby agrees and binds himself Co comm�nce the construction of said work within ten (10} days after being natified �n writing tn do so by the Department of Engineering Director of the City af Fort Worth. 4. The Contractor hereby agrees to prosecute said work �vith reasonable diligence after the commeneement thereof a�d to fully compiete and finish the same ready for the inspection and appror+a] of the Department of Engineering Director of the Ciry of Fort Worth and the City Council of the City of Fort Worth within a period of �0 working days from the time of commencing said work; that said Cantractor shall be entitled ta an extensian of said time for doing said work for such time as he may necessarily lase ar be dei�yed by unavoidable accidents �� caused by unforeseen matters ovez wIuch said Contractor has. no contral, such as inclemency in the weather, acts of Providence, Iabor strikes and delivery of materials, in all of wbich cases the negligence or carelessness of the Contractor is not contributing to such delay. ' 5. Should tl�e Contractar iail to begin the work herein provided for within the iime herein �xed ar to carry an and complete the same according to the true meaning of the intent a�d terms nf said specifications, then the City shall have the right to take charge of and camplete the work in such a manner as it may deem proper, and if, �in I:he comQletion thereof, Ehe cost ta the said Ciry shall axceed the coaEract price or prices set forth in the said plans and speci�cations made a part hereof, the Contractnr shall pay said City on demand in writing, setting forth and specifying an itemized statem�nt of the totaI cost thereof, said excess cast. C� Cantractor 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 agrces to�indemnify, ho�d harmless and defend, at its own expense, the Owner, its aificers, servants and employees, from and against any and all claims or suits for pragerty lass, property damage, personal injury, including deatii, arisi�g aut of, or alleged to arise aut of, the work and services to be perforined hereunder hy Contractor, its oificers, agents, employees, subcontractors, Iicensees or invitees. whether or not anv s�ch in)'urv, dama�e or death is caused, in vc�hole or in nart, hv the ne�li�ence or alle�ed negjigence of Owner its afficers. servants, or emplovees. Contractar likewise eo�enants and agrees to ir�den�r�ify and holc� harmless the �wner from and against any and all injvries to Owner's ofiicers, servants and employees and any damage, loss ar destruction to property of the Owner arising from Che performance of a�y of the tezms and conditions of this contract. whether or not anv such iniury or dama�e is caused in whole or in nart bv the ne�li�ence or alleged ne�li�ence of Owne�r, its ofiicers, servants or emalovees. In ti�e event Ownez receives a written claim far damages against the Contractor ar its suhcor�tractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim t�as been settied andlor a release from the claimant invalved, or (b) pzovides Owner with a letter from Cootractar's liabijity insuranee carrier that the claim has bean refened to the insurance carrier. The Directar may, if he deems it apprapriate, reiuse ta accept hids on other City of Fort W�rth publie work fram a Cont�ractor against whorn a claim far damages is outstanding as a result o� work performed under a City Cnntract. f� The Cantraetar agrees, an the executian of this Contract, and before beginning work, to make, execute and deIiver to said City of Fort Worth good and sufficient surety bonds %r the faiti�ful gerformance of the terms and stipulatians of the cahtract, inciuding the exhibit attached hereto and made a part hereof and such bonds shall he l0a percent of the total contract price, and the said surety shall be a surety com�aany duiy and legaI�y authorized ta do business in the State of Texas, and acceptable to the City Council af the City of Fort Worth. 8. Said City agrees and binds itsel"f to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and fa�r ali additions thereto or deducrions therefrom, the price shown on the proposal submitted by the successful bidder hereto attached and made a part hereof. � 9. It is further agreed that tha perforrnance af this Con[ract, either in whole or in part, shall not be suUlet or assigned to anyone eIse by said Con�ractor without the written consent of the Department of Engineering Directar of said City of Fort Warth. 10. The Contractor agrees. to pay at least the minirnum wage p�r hour for atl labor as the same is classi�ed, promulgated and set out by the City af Fort Wor�h, Texas, a copy of which is attached hereta and made a part hereof the same as if it were copied verba[im herein. 1I. It is mutually agre�d and understood that this agreement is made and enterad inta by the parties hereto with reference to the existing Charter and Ordinances oF the City of Fflrt Worth and the laws oi the Stat� of Texas wit� reference to and governing all matCers affecting this Cont�act, and th� Contractnr agrees to fully comply with all the pro�isians of the same. I �r , ; �, I � � IN �JITNESS WHEItEOF, the City� of Fort Worth has caused this instrument to be signed in tripIicate in its name and on its behalf by the City Manager and aCtested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has execvted this instrument througli its duly authorized officers in three counterparts with its corporate seal attacheci. � Done in Fort Worth, Texas, this the i'� day of Tanuarv, A.D. 2Q� � RECOMMENDED BY: APPROV�D BY: . . - ` �� '�,���� 1iA�.,i.�.'-�/ .l�.a�+��...,,�� �—� � � DEPAR ETM N O��ENGINEERING P K AND COM�ITY SERVICES DIl2ECTOR DIRECTOR CITY OF FORT O ATTE�i'� � � ■ By: ���� � ���� .c - - I Y GER , � CIT�12E'TARY � ��� �� y �� PERMA SYSTEMS GENERAL CONTRACTORS�rac� fi�uthoriz�f�.oA ONTRACTOR � t � � � (� � -- - t - _ - — ---- .. ba�e SEAL � � LL� i v �� ��� TTTLE ��4 W. $�TT.,�: ROAD CEDAR ILL 75144 �DDRESS November 1950 I Revised Noverr►ber 1982 � Revised May 1986 Ravised October 1989 r � L � ; .� APPROVEPr�S TO F0'RM AND LEGALITY � �. � , � , ? �. � � ASSI�ANT CITY ATTORNEY ���@��nli� �'����� C��17'�'' ��r��[�Q1� !�� t����C�� ��d �I i n , ..., .._. _. _..�i {I • . i� �I � .� � _.�� �M . � ; �';i� � ,n � ;,,,. , '� •� '.�� ! �''� ,, ,� �`� . ��� �'; . � �:$;� . ; . �� . '� I I �r, � �� m . _ . _�w �, ' - � . .. � „ -r-.�...,..-�.. - - ---. �" � �cs�s iva�'.�,��+«w.wwr.. F���I�T�t��.1V�� f��i�i� --. .__- - . - BONA# X06340234 �'F�� Si'AT� �F TL?CAS G�UN�'Y t�� TARFiANY ,I�NUW ALL �Y i��S� Ni��S�NTS: . . That �1�! �[�� �Y�Y�P�� C���RAI� G�N'TR�G`�����l1�C.("GQntrackar".), �s princlpai, and „�w. We��ch���er F�.r� T -- - ..__ .._ .. _ ._ _ Ne� Yoxk a n�r�oratic�n orgar�fzed undar th� faws of th� �tate vf _ _ ,�,.�, 4"Surety"}, do her�by acknowi�dge thet�selv�� to he hefd and bound to pay utlto fih� Cit� af �o�t �l�rkl�, a Muni�ipai CorparatPo� chart�ra� by virius n� Gonstit�tion and ��aw� of �the State of 7exa�, �"C1ty"� ir� Tarrant County� Texas, �he surrr o� �N� �tUi����C� ..j��NT'��'�N� Yl���i�AP�� �l�R�� �UIN����3 f�l1N�YYaNlN� �APfT� 5�3/�QO..........—;..,W,_-��r.►...........�,....,.�..��....,,,,.�..,...,;,;�r� C�t�li�t�� ($��,�9�.��), lawi°ul mnr�ey af the United States� #ar paym�nt r�f Wi�•��c� sum wel! a�rd trtaly. h�a rr��dc� unta salc4 �ity and its successors, s,�id Gontractar and �ur�ty d� i�er��y �iind them��lv��, tt���ir ��ir�, exscuta�s, �drnlnistratnrs, �s�lgns and successors, jointfy �nd severafly. ihis abf�gation is conditfar�ed, hawev�r, that; , WW���A�, said C�ntract�r has thls day e�ter�d fnt� a writtert Contract wlth the City of For� Worth, Ci�ted the %of Janu�r�+, 003, a cc�py af whlch is hereto attac��sd' and m�de � pr�rt }�ereaf, far the performance of the following de�cribed publio Emprovem�nts: i�� ��f�LA��fi��t�T' �� PL�►Y+(�RQUNDS Ai" ��►KL�4ND l.�1K�. YRAD��"5 �/11( AN9 S1fL!!�RlI,�4 P�4�K5 t�e same bein� referrsd ta heroin and in sai� cr�r�tra�:t a� t1�o �Ilork' and being designatad a� �r�}cf�t num�er�s) �R76�O�Q�€3�i1A�3nf�f��6��04�8i'iQ�?4Q/�F�76@D�0438�i0.060. and said car�tract, inclucfing a�l �f t�+e specifications, con�itions, add�nda, ohar�ge or�er� and written instrum�r�t� referr�c� to,,th�r�ln as C�r�#rac4 n�cuments be�ng incorpor�t�� herein ancl being made a par� �heraof; �nd, WM�i��AS, in 5aid G�ntract, C;ontractar binds its�lf to t�se suc� matarl�ls and to sc� �ansfiru�t thq w�rk that it will remain in good repair and canditian fnr and d�aring ��vrkc�d af �fter th� d�te o# th� , � . �11181 E�GCA�7�A�3C� 4f th9 WOCk bv #n� Clty, and �. � WH��iEAS, said Contractor bind� fts�lf ta ma6ntaln sald work fn gavd rspeir an� ac�ndiYFon �tir sald #erm nf iwo 2 ears; and WH�R��1�, said Gantractar b�nds itself to repair ar reconstruct th� Wr�rlc fn wholc� a� fr� part at any tirrte withir� safd peri,�cl, if in tf�e apinion of the qire�tar �f the Clty nt For� Wc�rth D�partment of �ng�ngerin�, it be neces�ary; ar�d, . � . G'ity ojr.�'o�i i�o�th, aTexas i��y�r ��d Cou�ci[ Co�munic��io� DATE R�F�R�NC� NIJMBER LOG NAME PAGE 117103 **�-19��g 80PERMA 1 af 2 SUBJEC7 AWARD 4F CONTRACT TO PERNt� �1'�TEdvl� G��'E'�IL �:��1Th��C��[��, I��. FOR THE REPL.ACEMENT O� PLAYGROUNDS AT OAKLAND LAKE, TRADER'S OAK AND SYLVANIA PARKS RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Perma Systems General Contrac#ors, Inc. in the amount af $192,399.54 (Base Bid, p[us Alt�rnate Bid Nos. 1, 2, 3, and 4)for the replacement of playgrounds at OaEcland Lal�e, Trader's Oak and Sylvania Parks. DISCUSSION: The City is the recipient af $500,OOO.Q� in Urban Park and Recreation Recovery grant funds from the I U.S. Department of Interior, Naiional Park Service for the renovation of playgrounds at seven park 5ites � (Eastover, Maddox, Oakland Lalce, Trad�r's Oak, McDonald, Little Peaple and Syl�ania Parks). The local match of $125,000.40 is provided from Texas Parks and Wildlife Department and Cammunity De�elopment Block Grant funds. The Parks and Community 5ervices Department held meetings with the affected neighborhaods in May 20Q2 �or pub[ic input and sefection of the des�red playground pratotypes. Th� project was adver�ised for bid an September 19 and 26, 2002, On October 17, 2002, the fol�owing bi�s were recei��d: BI� TABULATION - Bidders Perma S�stems G�n�ra! Contractors Omega Contracting, Inc. Cet�iury 5ervic�s Company Northstar Canstruction, lnc. J&J 5prin�ler & Landscape, Inc. Hardscape Constr�ction Special#ies, Architeetural Plan & Build Austco, I nc. H. Mitchell Enterprise dlb/a Dirt-Tech Jay�n Development, Inc. J.D.C. Construction M.A. Vinson Construction Company, Parks for Play, lnc. Henneberger Canstruction, lnc. Inc Ir�c. lnc. Base Bid � 9 84.465.52 $205,584.50 $205,804.50 $209,100.0� $213,091.5� $212,037.17 $20�,920.64 $222,432.$8 $220,802.94 $222,864�.10 $228,8$� .95 $248,688.00 �Zo6,as�.�o �z�s,s�z.$$ Alternate Nas. 1.2, 3 and 4 $ 7.934.02 $ 5,284,Oa $ 8,618.00 $ 6,82Q.00 $ 7,415.00 $ 9,�14.30 $ 18,167.27 � �,o�a.oa $ 8,476.58 $ 7,726.07 $ 7,�04.00 $ $,36D.Qa ��� �,��6.00 ���2,a63.�o Total $192.399.54 $2� 0,868.50 $214,422.50 $2� �,92�.00 $220,506.�0 $221,551.47 $22�,087.91 $227,279.52 $229,279.52 $23a,59Q.17 $236,381.95 $255,048.00 $4� 7,8�2.50 $980,976.38 City o� �''o �t �'or�h, T `exacs f�i��ar ��nd �o���il Cor�mu�ic��tior� DATE ' REFERENC� NUMBER LOG NAME 8�PERMA I PAGE Z af 2 ����a3 **��� 9�09 SUBJECT AWARD DF CONTRACT O PERMA SYSTEMS GENERAL CONTRACTORS, ING. �OR THE REPLACEMENT OF PLAYGROUNDS AT OAKLAND LAKE, TRADER'S OAK AN� SYLVANII� PARKS Base Bid work will consist of site grading, demolition of existing facilities, installation of concrete walkway and pfay area and playground area equipment. Bid Alternate Na. 1 consists of the insta[lation af three 6-foot park benches at Oakland Lake Park playground. Bid Alterr�afie No. 2 consis#s o# the ir�stallation of thr�e 6-faaf park benches at Trader's (]ak Park pfaygraund. Bid Alternaf� Na. 3 consists af the installation of 16� linear feet of past ar�d cable at Trader's Oak Park. Bid Alternate No. 4 consists of the installation of one 6-foot parlc bench at Sylvania Park playground. 1t is recammended that �he Base Bid of $184,465.52 and Bid Alternate Nos, 1, 2, 3 and 4 in the amount of $7,934.D2, together totaling $992,399.54 as submitted by Perma Systems General Contractors, Ir�c., be appro�ed far award of contract, Tt�e contract time is 50 working days. In ad�ition to the contract cost, associated contingency funding far construction inspection (3.5°/d), projeet managemer�t {1.5°/a), and possible change orders {5°/o) is $9 9,251.00. MIWBE — Perma Systems General Contractors, Inc. is in compliance with the City's MIWBE Ordinance by committing ta 18% MIWBE parkicipation. The City's goai on fhis praject is 12%. There will be no annual budget impact associated with this praject. Construction is anticipate� to comm�nce in March 2003, an� be campleted in June 2003. Oakland Lake, Trader's Oak, and Sy�vania Parks are located in CO�NC�L D15TRICTS 4, 8, and 4, respectively. FISCAL INFORMATIONICERTIFICATION: The Finance Director certifies that funds are available in the eurrent operating b�dget, as appropriated, i af the Gra�ts Fund. JP:r Su6mitted for City Manager's Office bp: dae Paniagua Originating Department Head: Richard Zavala I Additional lnformation Cantacf: Mike Ficke I FUND � ACC�UNT I CE[�1`I'ER I (t6) G140 s�oa � �ra�on,� I GR76 541200 GR76 541200 GR76 541200 � s�a� � -- - 0$0438710030 080438710040 Q80438710060 AMOUiVT CITY SECRETARY - -� � 1 1 $58,761.05 $74,049.32 $�9,589.17 APPROVED O11U7/03