Loading...
HomeMy WebLinkAboutContract 26834 STATE OF TEXAS § COUNTY OF TARRANT § SECRETARYCIT Y COfVThiHCT NO THIS contract is made and entered into by and between the City of Fort Worth ("City"), acting and through Charles Boswell, its duly authorized Assistant City Manager, and Senior Citizen Services of Greater Tarrant County ("Contractor"), by and through Mr. Carlton Lancaster, its duly authorized Executive Director. Contractor's business address is 1000 Macon,Fort Worth,Texas 76102. WHEREAS,the City of Fort Worth has been notified that it will receive grant monies from the United States Department of Housing and Urban Development("HUD")through the Community Development Block Grant("CDBG") for Year XXVII; and, WHEREAS,the primary purpose of the CDBG Program is to benefit low and moderate income citi ens of Fort Worth; and, WHEREAS,the citizens of Fort Worth,the Community Development Council,and the City Counc�l of Fort Worth have determined that Public Services Programs are needed by low and moderate inc me citizens of Fort Worth; NOW, THEREFORE, THIS AGREEMENT FURTHER WITNESSETH: THAT,the parties covenant and agree as follows: I. Scope of Services a. Contractor will administer Senior Citizens services to citizens of the City of Fort Worth under';the program name Como Senior Citizens ("Program"), for the term 1 June, 2001 to 31 May, 2002. b. Contractor will provide the services and activities delineated in Exhibit A-Program Summary in accordance with Exhibit B-Program Services Schedule. c. Contractor agrees to meet the National Objective of activities benefiting low and moderate income individuals and to maintain full documentation supporting fulfillment of this National Objective ii its files. d. City will monitor the performance of the Contractor against the goals and performance stand ds required herein. Substandard performance as determined by City will constitute non-compliance ith this Agreement. If action to correct such substandard performance is not taken by Contractor within a reasonable period of time after being notified in writing by City, contract suspension or terminat on procedures will be initiated. 2. Compensation and Method of Payment a. City will disburse CDBG Year XXVII monies in an amount up to $17,597 to Contractor o 1 a reimbursement of expenses basis. XXVI CDBGCNT May 15,2001 1 b. Payment will be processed by City following receipt from Contractor of the following monthly financial documents: (1) Attachment I-Sub-Grantee's Request For Funds, (2) Attachment II-Detail Statement of Costs, and (3) Attachment III-Expenditures Worksheet Report. Reimbursement for the payment of eligible expenses shall be made against the line item budget specified in Exhibit C-Program Operating Budget and in accordance with performance specified in Exhibit B-Program Serv�ces Schedule. c. Contractor agrees to utilize all disbursed CDBG funds for the benefit of the Program. Contrfor agrees that funds will be expended in accordance with the Program Operating Budget.Contractor ay not increase or decrease line-item amounts in the approved CDBG Program Operating Budget wi out prior written approval by the City. d. It is understood that the total cost for operation of this program is $98,669 and that Contractor 11 obtain the remaining funds in excess of the CDBG amount as detailed in the Program Operating Bu get. ar Contractor will notify City promptly of any additional funding it receives for operation of the Program, and City reserves the right to amend the Program Operating Budget in such instances. e. Contractor agrees to keep all CDBG monies on hand in interest bearing accounts.All interest earned shall be reported to City on a monthly basis, at the same time as submission of the monthly re ort following the end of the contract month during which the interest was earned.Interest in an amo t of $25.00 or less per month may be used for authorized program expenses. These amounts mus be reported on the monthly financial statements filed pursuant to this contract.Interest earned in excels of $25.00 per month is subject to remittance to City as directed by City. f. Contractor will not commingle CDBG monies with any other funds in any manner which wc uld prevent City from readily identifying program expenditures for operation of the Program. 3. Uniform Administrative Requirements and Program Management Standards a. Financial Management L Accounting Standards The Contractor agrees to comply with OMB Circular A-110 and agrees to adhere to the accoun 'ng principles and procedures required therein,utilize adequate internal controls,and maintain necessary source documentation for all costs incurred. ii. Cost Principles Contractor shall administer the Program in conformance with OMB Circular A-122, " ost Principles for Non-Profit Organizations"and attachments and revisions thereto,regarding principles for determining costs for the Program. b. Documentation and Record Keeping i. Requirement Contractor shall maintain all records pertinent to the activities to be funded under this Agree nt required by HUD regulations specified in 24 CFR§570.506. In addition,Contractor agrees to k ep records to fully document all expenditures charged to the CDBG program.The documentation ust support the amounts charged to Program and demonstrate that the expenditures were appropriat to the stated goals of the Program and allowable under applicable federal, state and City guideli es„ ii. Retention (1) All records pertaining to Program shall be retained for five (5) years following the date) of termination of this contract. Contractor may destroy Program records at the end of this five(5)year period if no outstanding audit finding exists. 1 (2) Contractor will retain Program loan records until five (5)years after the expiration of the loan. XXVI CDBGCNT May 15,2001 2 Iv(�5u/ tE M,ERF� �o i\,IiICi�U U9 ��o iii. Property Records The contractor shall maintain real property inventory records which clearly identify properties purchased, improved, or sold. Properties retained shall meet eligibility criteria and shall cont rm with 24 CFR§ 570.505. iv. Close Outs The Contractor's obligation to City shall not end until all close-out requirements are compled. Activities during this close-out period shall include,but are not limited to: making final payments, disposing of program assets(including the return of all unused materials,equipment,unspent ash advances, program income balances, and accounts receivable to City), and determining the custodianship of records. v. Audits and Inspections (1) City, HUD, and the United States Comptroller General, or their representatives, shall have access to any books,documents,records and papers relating to the operations of Contractor der this Agreement for the purpose of audit,examination,exception and transcription at all reasonable hours at all offices of Contractor. (2) For all contracts in which Contractor is cumulatively receiving federal monies in the amount of $300,000 or more, Contractor must submit to City an annual audit prepared in accordance wit 24 CFR Sections § 570.502-570.503 generally, with specific reference to OMB Circulars ( ith attachments)A-122 and A-133 as appropriate. The audit may cover either Contractor's fiscal ear during which this contract is in force or cover the period of this contract.The audit must be prep ed by an independent certified public accountant,be completed within twelve(12)months follo ing the end of the period being audited and be submitted to City within thirty (30) days o its completion. Contractor's audit schedule is attached hereto as Exhibit D -Audit Schedule. Costs of preparation of this audit may be an allowable expenditure of CDBG funds in an amount proportional to that of the CDBG funds used in contractor's total agency operating budget. (3) City reserves the right to perform an audit of Contractor's program operations and finances at any time during the term of this contract, if City determines that such audit is necessary for City's compliance with OMB Circular A-128. Contractor agrees to allow access to all pertinent materials. If such audit reveals a questioned practice or expenditure,such questions must be resolved wil hin fifteen (15) days after notice to Contractor. If questions are not resolved within this period, City reserves the right to withhold further funding under this and/or future contract(s). (4) If as a result of any audit it is determined that Contractor has misused, misapplied or misappropriated all or any part of the grant funds described herein,Contractor agrees to reimburse the City the amount of such monies so misused,misapplied or misappropriated,plus the amount of any sanction,penalty or other charge levied against City because of such misuse,misapplicatio 1 or misappropriation. 4. Reporting Procedures a. Program Income Contractor agrees that all program income from operation of the Program in proportion to the amot of CDBG funds received hereunder will be expended prior to expending CDBG monies and that any such program income is subject to the terms of this contract. CDBG monies may be expended byllthe Contractor only if program income is insufficient to meet all eligible program activity expen es,. Contractor agrees to return to City at the end of the Contract any remaining program income earned from operation of the Program in proportion to the amount of CDBG funds in the overall operating budget. b. Progress Reports XXVI CDBGCNT May 15,2001 3 i. Contractor will submit monthly Attachment IV-Program Services Report to City for services and activities undertaken by Contractor in performance of this contract. The report will be signed by a duly authorized agent of Contractor and submitted by the 15" of the month following the month which is reported. The City is under no obligation to disburse funds for expenditures which occurred prior to the first day of the month for which the report is submitted. c. Procurement i. Compliance The Contractor shall comply with City policy concerning the purchase of equipment and stall maintain inventory records of all non-expendable personal property, as defined by such poli y , procured with funds provided herein. ii. OMB Standards The Contractor shall procure all materials,property,or services in accordance with the requirements of OMB circular A-110,Procurement Standards,and shall subseq uently comply with Attachment N, Property Management Standards as modified by 24 CFR 570.502(b)(6), covering utilization and disposal of property. 5. Reversion of Assets a. Contractor agrees to return to City any CDBG funds remaining on hand at the end of the Con ct. b.All property purchased with CDBG funds under this contract will be used solely for operation o the Program.Contractor agrees to obtain City approval prior to purchase of property. Contractor agrees to notify City upon receipt of property so that it may be properly tagged and inventoried. Title to such property will be vested with the City, and, at the termination of the Program for which CDBG ds have been received, Contractor will deliver all such property to City for disposition at City's sole discretion. 6. Applicable Laws a. Federal Contractor agrees to comply with the following laws and the regulations issued thereunder as they are currently written or are hereafter amended during performance of this contract: • Title VI of the Civil Rights Act of 1964(42 USC 2000d et seq) • Title VIII of the Civil Rights Act of 1968 (42 USC 3601 et seq) • Executive Orders 11063, 11246,as amended by 11375 and as supplemented by Department of Labor regulations (41 CFR, Part 60) • The Age Discrimination in Employment Act of 1973 (29 USC 794) • Section 504 of the Rehabilitation Act of 1973 (29 USC 794) • The Immigration Reform and Control Act of 1986 (Pub. L. 99-603, 100 Stat. 3359 as amended), specifically including the provisions requiring employer verification of the legal status of its employees • The Housing and Community Development Act of 1987 (Pub. L. 100-242, 101 Stat. 1815 as amended) • The Americans with Disabilities Act of 1990 (42 USC 12101 et seq) b. Other Laws � Contractor covenants and agrees that its officers,members,agents,employees,program participants and subcontractors shall abide by and comply with all other laws, federal, state and local, relevant to the performance of this contract, including all ordinances,rules and regulations -`the City of Fort'Worth XXVI CDBGCNT May 15,2001 4 iJ f e,__ L��J°L''O 0 ryr�� G� CM/A F1 `:'SMP YEt and the Housing and Community Development Act of 1974 (Pub. L. 93-383, 885 Stat. 633), as amended,and all regulations pertaining thereto. Contractor further promises and agrees that it has r ad, and is familiar with, terms and conditions of the Community Development Block Grant under w 'ch funds are granted and that it will fully comply with same. It is agreed and understood that,if City alls the attention of Contractor to any such violation on the part of Contractor or any of its off. ers, members,agents,employees,program participants or subcontractors,then Contractor shall immediately desist from and correct such violation. 7. Nondiscrimination a. Contractor,in the execution,performance or attempted performance of this contract and agreem nt,. will not unlawfully discriminate against any person or persons because of sex, race, religion, ge, disability,color or national origin,nor will Contractor permit its officers,members,agents,employ es, subcontractors or program participants to engage in such discrimination. b. In accordance with the policy of the Executive Branch of the federal government, Contra for covenants that neither it nor any of its officers, members, agents, employees,program participants or subcontractors,while engaged in performing this contract, shall, in connection with the employm nt, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the basis of bona .de occupational qualification, retirement plan or statutory requirement. c. Contractor further covenants that neither it nor its officers, members, agents, employ es, subcontractors,program participants,or persons acting on their behalf, shall specify,in solicitation or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification,retirernent plan or statutory requirement. d. In accordance with the provisions of the Americans With Disabilities Act of 1990 ("AD "), Contractor warrants that it and any and all of its subcontractors will i got unlawfully discriminate on the basis of disability in the provision of services to the general public,nor in the availability,terms an or conditions of employment for applicants for employment with Contractor,or employees of Contra for or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and y other applicable federal,state and local laws concerning disability and will defend,indemnify and old City harmless against any claims or allegations asserted by third parties or subcontractors against ity arising out of Contractor's and/or its subcontractors'alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this agreement. e. This agreement is made and entered into with reference specifically to the ordinances codified at Chapter 17,Article III,Division 3 ("Discrimination in Employment Practice,;"),of the City Code o the City of Fort Worth,and Contractor hereby covenants and agrees that Contractor,its officers,memb rs, agents, employees and subcontractors, have fully complied with a I I provisions of same and that no employee, employee-applicant or program participant has been discriminated against by the term of such ordinances by either the Contractor or its officers,members,agents,employees or subcontract rs. 8. Prohibition Against Interest a. No member, officer or employee of City or its designees or agents; no member of the governing body of the locality in which the Program is situated; and no other public official of such locali or localities,who exercises any functions or responsibilities with respect to the Program funded here er during his or her tenure or for one year thereafter, shall have any interest, direct or indirect, in y contractor subcontract, or the proceeds thereof, for work to be performed her 1 E u XXVI CDBGCNT May 15,2001 5 lu �c U lJl C:'�U U��t7(J110 incorporate, or cause to be incorporated, like language prohibiting such interest in all contracts and subcontracts hereunder. b. No member,officer,employee,or program participant of Contractor or its subcontractors shall have a financial interest, direct or indirect, in this contract or the monies transferred hereunder or be financially interested,directly or indirectly,in the sale to Contractor of any land,materials,supplies or services purchased with any funds transferred hereunder,except on behalf of Contractor,as an officer, employee,member or program participant. Any willful violation of this paragraph with the knowledge, expressed or implied,of Contractor or its subcontractors shall render this contract voidable by the City of Fort Worth. 9. Minority and Women Business Enterprise Commitment Contractor agrees to abide by the City of Fort Worth's policy to involve Minority and Women Business Enterprises(MWBEs)in all phases its procurement practices and to provide them an equal opportunity to compete for contracts for construction,provision ofprofessional services,purchase of equipment and supplies and provision of other services required by City. Therefore, Contractor agrees to incorporate City Ordinance No. 11923,and all amendments or successor policies thereto,into all contracts and will further require all persons or entities with whom it contracts to comply with said Policy. 10. Non Assignment Contractor will not assign any or all of its rights or responsibilities under this contract without the p 'or written approval of City. Any purported assignment without such approval will be a breach of this contract and void in all respects. 11. Independent Contractor a. Contractor shall operate hereunder as an independent contractor and not as an officer,agent,se ant or employee of City. Contractor shall have exclusive control of,and the exclusive right to control,the details of the work and services performed hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, members, agents, servants, employees, subcontractors,program participants,licensees or invitee. The doctrine ofrespondeat superior shall not apply as between City and Contractor, its officers, members, agents, servants, employ es, subcontractors, program participants, licensees or invitees, and nothing herein shall be construed as creating a partnership or joint enterprise between City and Contractor. It is expressly understood d agreed that no officer,member, agent, employee, subcontractor, licensee or invitee of the Contract or, nor any program participant hereunder, is in the paid service of City and that City does not have the legal right to control the details of the tasks performed hereunder by Contractor,its officers,memb-rs, agents, employees, subcontractors,program participants, licensees or invitees. b. City shall in no way nor under any circumstances be responsible for any property belonging to Contractor,its officers,members,agents,employees,subcontractors,program participants,licensees or invitees, which may be lost, stolen, destroyed or in any way damaged; and Contractor hereby indemnifies and holds harmless City and its officers,agents, and employees from and against any and all claims or suits. 4u � XXVI CDBGCNT May 15,2001 6 �J_!�b'dy Il4L',1a 12. Insurance and Bonding a. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, ity and its officers,agents,servants and employees from and against any and all claims or suits for prop rty loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kin or character, whether real or asserted, arising out of or in connection with the execution, perform ce, attempted performance or nonperformance of this contract and agreement and/or the operations, activities and services of the Program described herein, whether or not caused, in whole or in partby alleged negligence of officers, agents, servants, employees, contractors or subcontractors of City; and Contractor hereby assumes all liability and responsibility of City and its officers,agents,servants, d employees for any and all claims or suits for property loss or damage and/or personal injury,including death,to any and all persons,of whatsoever kinds or character,whether real or asserted, arising out of or in connection with the execution,performance, attempted performance or non-performance of this contract and agreement and/or the operations, activities and services of the programs described her in, whether or not caused in whole or in part, by alleged negligence of officers, agents, servants, employees,contractors or subcontractors of City. Contractor likewise covenants and agrees to and does hereby indemnify and hold harmless City from and against any and all injury,damage or destruction of property of City, arising out or in connection with all acts or omissions of Contractor, its offic rs, members,agents,employees, subcontractors,invitees, licensees,or program participants,or caused,in whole or in part, by alleged negligence of officers, agents, servants, employees, contractors or subcontractors of City. b. Contractor will maintain a blanket fidelity coverage in the form of an insurance bond in the am unt of$17,597, to insure against loss from the fraud, theft or dishonesty of any of Contractor's officers, agents,trustees,directors or employees. The proceeds of such bond shall be used to reimburse City for any and all loss of CDBG monies occasioned by such misconduct. To effectuate such reimbursement, such bond shall include a rider stating that reimbursement for any loss or losses thereunder shall be made directly to City for the uses and benefit of Contractor. c. Contractor shall furnish a certificate of insurance as proo f that it h as secured and paid for policies of public liability and automobile liability insurance covering all risks incident to or in connection with the execution,performance, attempted performance or nonperformance of this contract and agreemer t. d. The amounts of such insurance shall not be less than the maximum liability which can be imposed on City under the laws of the State of Texas. Contractor understands and agrees that such insurance amounts may be revised upward at City's option and that Contractor shall revise such amounts within thirty (30) days following notice to Contractor of such requirements. e. Contractor will submit documentation to City that it has obtained insurance coverage and las executed bonds as required in this contract within thirty(30) days of the execution of this contract d prior to payment of any monies hereunder. 13. Waiver of Immunity If Contractor, as a charitable or nonprofit organization, has or claims an immunity or exemption (statutory or otherwise) from and against liability for damages or inj ury, including death,to persons or property; Contractor hereby expressly waives its rights to plead defensively such immunity or exemption as against City. This section shall not be construed to affect a governmental entity's immunities under constitutional, statutory or common law. DD XXVI CDBGCNT May 15,2001 7 W170WK1 14. Termination a. In addition to,and not in substitution for,other provisions of this Agreement regarding the provi ion of public services with CDBG funds,pursuant to Title I of the Housing and Community Develop ent Act of 1974, as amended, it is expressly understood and agreed by and between the parties hereto at this agreement is wholly conditioned upon the actual receipt by City of Federal CDBG Year funds; that all monies distributed to Contractor hereunder shall be exclusively from Federal mo 'es received under said grant and not from any monies of City; and that if such hinds under said grant are, not timely forthcoming,in whole or in part, City may, at its sole discretion,terminate this contract d agreement and City shall not be liable for payment for any work or services performed by Contrai for under or in connection with this contract. b. City may terminate this contract whenever such termination is determined to be in the best intere t o City,in event of Contractor's default, inability or failure to perform or to comply with any of the to s herein, or for other good cause. c. The parties acknowledge that CDBG funds paid hereunder are intended to provide only p ial funding for Contractor's program operations. If non-CDBG funds included in the Operating Budge are not forthcoming to Contractor during the contract term, City may terminate this contract. d. CDBG funds provided hereunder may not be used as collateral for loans to Contractor to de ay program operation expenses, and any attempted use of CDBG funds for this purpose will result i termination of this contract by City. e. Termination will be effected by written notice to Contractor, specifying the portions of the contra( affected and the effective date of termination. Upon Contractor's receipt of such termination notice,l Contractor will: • Stop work under the contract on the date and to the extent specified by City; • Cease expenditures of CDBG monies, except as necessary for completion of the portions of the. contract not terminated; and • Terminate all orders and contracts to the extent that they relate to terminated portions of the contract. f. Contractor will return to City any unused monies previously advanced by City under this cont act. within thirty(30)days of the effective date of contract termination. City will have no responsibility or liability for Contractor's expenditures or actions occurring after the effective date of contract termination. 15. Certification Regarding Lobbying a. The undersigned representative of Contractor hereby certifies,to the best of his or her knowledge d belief,that: No federal appropriated funds have been paid or will be paid,by or on behalf of Contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress or an employee of a member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the makin Y.of any federal loan, the entering into of any cooperative agreement and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan or cooperative agreem nt. Contractor shall require that the language of this certification be included in all subcontracts or agreements involving the expenditure of federal funds. b. If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency,a member of Congress,an officer or employee of Congress, or an employee of a member of Congress in connection with this federal contract, grant, loan or cooperative agreement, Contractor shal l complete and submit Standard Form-LLL, Disclosure Form to Report Lobbying," in accordance with its inst G/ XXVI CDBGCNT May 15,2001 8 k� U 16. Miscellaneous Provisions a. All terms of this contract shall apply to any and all subcontractors of Contractor who are in any ay paid with CDBG funds or who perform any work in connection with Conti-actor's program. b. The provisions of this agreement are severable,and,if for any reason a clause, sentence,paragr ph or other part of this agreement shall be determined to be invalid by a court or federal or state agency, board or commission having jurisdiction over the subject matter thereof,such invalidity shall not af fect other provisions which can be given effect without the invalid provision. c. The failure of the City to insist upon the performance of any term or provision of this agreement or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extet t o City's right to assert or rely upon any such term or right on any future occasion. d. Should any action, whether real or asserted, at law or in equity, arise out of the execut on„ performance,attempted performance or nonperformance of this contract and agreement,venue for aid action shall lie in Tarrant County, Texas. e. This written instrument and the exhibits attached hereto, which are incorporated by reference d made a part of this contract for all purposes,constitute the entire agreement between the parties hereto concerning the work and services to be performed hereunder,and any prior or contemporaneous,oral o written agreement which purports to vary from the terms hereof shall be void. Any amendments to the terms of this contract must be in writing and must be approved by each party to this contract. � F�D�GOG�d G'���Q) o UU _`LEN T:7L�a XXVI CDBGCNT May 15,2001 9 IN WITNESS WHEREOF,the parties hereto have executed four copies of this contract in Fort Wo rth, Tarrant County, Texas,this IS day of June , A.D. 20 Of CITY OF FORT WORTH Senior Citizen Services f Greater Tarr ut Count By: - By: Charles R. Boswell Mr. Carlton Lancaster Assistant City Manager Executive Director APPROVED AS TO FORM AND LEGALITY: 1- i ity orney d31 1,01 Date ATTEST: 1ty Secret Lot 15 DI Contract Authorization 0/ -_ ---._ uPD Date �US�II D � XXVI CDBGCNT May 15,2001 10 STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Charles Boswell, known to me to be the person whose name is subscribed to the foregoing instrument,and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of said City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this /S day of , A.D. 20 40/ . �?M`_P a; ROSELLA BARNES i* *i NOTARY PUBLIC Notary Public in and for 1 N`tP} State of Texas the State of Texas Comm.Exp.03-31-2005 .. .� STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this ay personally appeared Mr. Carlton Lancaster,known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he\she executed the same for the purposes d consideration therein expressed,as the act and deed for Senior Citizen Services of Greater Tarrant Cou ity and in the capacity therein stated as its duly authorized officer or representative. GIVEN UNDER MY HAND AND SEAL OF OFFICE this -{L��' day of A.D. 20 E t DIANNE C.EDWARDS 'Z A �'�= Notary Public,State of Texas No ary Public in and for My Commission Expires the State of Texas ''•'rfa<<E4e' September 27 2003 G,,SDDHM ?n 7 �''_L U Up �C�o XXVI CDBGCNT May 15,2001 11 ATTACHMENT CITY OF FORT WORTH INTERGOVERNMENTAL AFFAIRS AND GRANT MANAGEMENT CONTRACT MANAGEMENT DIVISION SUB-GRANTEE'S REQUEST FOR FUNDS Name and Address of Sub-Grantee Program Name Como Senior Citizens Services of Tarrant County Contract No. Amt $ 17,597 1000 Macon Fort Worth,Texas 76102 Date of Request Month AN SECTION I(AGENCY) Current Month Cumulative I. Reimbursement Request 1.Expenditures: $ $ 2.Income: A. Program Income $ $ B. Interest Transferred to Operation Account $ $ C. Interest Earned CDBG Funds $ $ 3.Reimbursement Requested(1 minus 2) $ $ II.Advance Pay Requests 1.Estimated Expenditures $ $ 2.Income: A.Program Income $ $ B.Unpaid Request of Payment Previously Submitted $ $ 3.Advance Authorized(1 minus 2) $ I $ III. Reporting Interest 1.Interest over$25 per quarter returned to City $ $ SECTION II(CITY) I.MARS-Purchasing Request A.MARS INPUT:Vendor/PO Number/Requisition Number: B.Fund/Account/Center: GR76/5391201013206697510 C.Total Amount of this Request: $ SECTION III 1. Verification A.Contract Manager: (Name) (Signature) (Date) B.MARS-Purchasing: (Name) (Signature) (Date) C.Accounting: (Name) (Signature) (Date) II.Authorization A.Agency: (Name) (Signature) (Date) B.Contract Compliance Supervisor (Name) (Signature) (Date) C.Assistant to the City Manager: (Name) (Date) DISTRIBUTION I (~ U,L' g r a fl r A White- Accounting .. Blue- IAGM Green- Agency ' G1r7 :r4 i,^"y fw +FOMW01 -.L'Al I ATTACHMENT II CITY OF FORT WORTH INTERGOVERNMENTAL AFFAIRS AND GRANT MANAGEMENT CONTRACT MANAGEMENT DIVISION DETAIL STATEMENT OF COST Senior Citizens Services of Tarrant County AGENCY REPORT PERIOD Como Senior Citizens PROGRAM CONTRACT NO. DATE OF REQUEST PROGRAM MONTHLY CUMULATIVE COST CATEGORY ACCOUNT BUDGET EXPENDITURES TO DATE BALANCE PERSONAL SERVICES Salaries 516 010 0.00 0.00 0.00 0.00 FICA 518 010 0.00 0.00 0.00 0.00 Life Insurance 518 050 0.00 0.00 0.00 0.00 Health Insurance 518 060 0.00 0.00 0.00 0.00 Unemployment Tax-State 518 090 0.00 0.00 0.00 0.00 Worker's Comp 518 040 0.00 0.00 0.00 0.00 Retirement 518 070 0.00 0.00 0.00 0.00 SUPPLIES Office Supplies 521 010 0.00 0.00 0.00 0.00 Postage 521 020 0.00 0.00 0.00 0.00 Teaching Aids 522 030 0.00 0.00 0.00 0.00 Food Supplies 522 030 0.00 0.00 0.00 0.00 Other Operating Supplies 523 300 0.00 0.00 0.00 0.00 CONTRACTUAL SERVICES Telephone 535 040 0.00 0.00 0.00 0.00 Electric 535 020 0.00 0.00 0.00 0.00 Gas[Utility] 535 010 0.00 0.00 0.00 0.00 Water/Waste DiHJosal 535 030 0.00 0.00 0.00 0.00 Rent[Building] 537 010 0.00 0.00 0.00 0.00 Custodial Services 539 220 0.00 0.00 0.00 0.00 Office Equipment Rental 537 030 0.00 0.00 0.00 0.00 Printing 533 030 0.00 0.00 0.00 0.00 Repairs 536 010 0.00 0.00 0.00 0.00 Fidelity Bond 538 210 0.00 0.00 0.00 0.00 Liability Insurance 534 020 0.00 0.00 0.00 0.00 Legal&Accounting 538 050 0.00 0.00 0.00 0.00 Private Auto Allowance-Local 532 130 0.00 0.00 0.00 0.00 Advertising 533 010 0.00 0.00 0.00 0.00 Conferences&Seminars 531 180 0.00 0.00 0.00 0.00 Contractual Services 539 120 1 0.00 0.00 0.00 0.00 CAPITAL OUTLAY Furniture, Fixtures 541 330 0.00 0.00 0.00 0.00 Office Equipment, Computers 541 370 0.00 0.00 0.00 0.00 Other Equipment 541 320 0.00 0.00 0.00 0.00 0.00 0.001 0.00 1 0.00 TOTAL 0.00 0.00 1 0.00 1 0.00 Contractors Certification: I certify that the costs incurred are taken from the books of account and that such costs are valid and consistent with the terms of the agreement. NAME and TITLE OF AUTHORIZED OFFICER SIGNATURE and PREPARE ONE FORM FOR EACH SOURCE OF FUNDS i7U! DISTRIBUTION uvl�l �9 � a White- Accounting Blue- A IAGM Green- Agency IABGMFORM 98-03 ATTACHMENT III CITY OF FORT WORTH INTERGOVERNMANTAL AFFAIRS AND GRANT MANAGEMENT CONTRACT MANAGEMENT DIVISION EXPENDITURES WORKSHEET Senior Citizens Services of Greater Tarrant County AGENCY REPORT PERIOD Como Senior Citizens _ PROGRAM CONTRACT NO. DATE OF REQUEST NO. DATE CHECK NO. PAYEE DESCRIPTION ACCOUNT NO. AMOUNT 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 26 TOTAL 0.00 NAME and TITLE OF AUTHORIZED OFFICER SIGNATURE and DATE T, V"IEII 035 VP G DISTRIBUTION CNN Nr i'('U,.11�14'Illy White Accounting CNN ( Blue- IAGM Green- Agency �CC}1�d { uM{pI a �aNT� tl0 0 ATTACHMENT IV CITY OF FORT WORTH INTERGOVERNMENTAL AFFAIRS AND GRANTS MANAGEMENT CDBG XXVI Senior Citizens 1.NAME AND ADDRESS OF SUB-GRANTEE 2.PROJECT NAME: Como Senior Citizens Senior Citizen Services of Greater Tarrant County 3.CONTRACT NO: 1000 Macon 4.DATE OF Fort Worth,Texas 76102 REQUEST: MONTH&YEAR 5. PROGRAM SERVICES AND ACTIVITIES CURRENT MONTH CUMULATIVE Number of New Households and/or Persons Served 6A. DIRECT BENEFIT DATA(New Household and/or Persons Served) American Total White Black- Hispanic Asian Pacific Indian F�male- Non- Non- Islander Alaskan Head- Hispanic Hispanic Native Of Household CURRENT MONTH CUMULATIVE 6B. DIRECT BENEFIT(CONTINUED) Low/Mod Low Income Beneficiaries Beneficiaries CURRENT MONTH CUMULATIVE 7. AGE 04 5-17 18-24 25-54 55-64 64+ CURRENT MONTH CUMULATIVE ��ull�ulL^ ' IP DD 8. CERTIFICATION: The undersigned hereby gives assurance that to the best of my knowledge and belief,the data i clude in this report is true and accurate, and if a non-profit agency, has been approved by the governing body of the organization rior to submission. Date: Submitted by: Phone Num: IAGM/IDIS-kPT FORM 3 ATTACHMENT IV CITY OF FORT WORTH INTERGOVERNMENTAL AFFAIRS AND GRANTS MANAGEMENT CDBG XXVI Senior Citizens 1.NAME AND ADDRESS OF SUB-GRANTEE 2.PROJECT NAME: Como Senior Citizens Senior Citizen Services of Greater Tarrant County 3.CONTRACT NO: 1000 Macon 4.DATE OF Fort Worth,Texas 76102 REQUEST: MONTH&YEAR 5. REPORT NARRATIVE: USE THIS SPACE TO EXPLAIN HOW LONG YOUR PROGRAM HAS BEEN IN OPERATION, WHAT PERCENTAGE OF LOW AND MODERATE INCOME PERSONS ARE BEING SERVED,AND SUMMARIZE YOUR PROGRAM IN DETAIL. u 4 8. CERTIFICATION: The undersigned hereby gives assurance that to the best of my knowledge and belied "tFie"'dtll`irtclded' this report is true and accurate, and if a non-profit agency, has been approved by the governing body of the organization prior to submission. Date: Submitted by: Phone Num: IAGM/IDIS-RPT FORM 3 ATTACHMENT IV(A) CITY OF FORT WORTH INTERGOVERNMENTAL AFFAIRS AND GRANTS MANAGEMENT 1.Name and Address of Sub-Grantee 2.Project Name: Como Senior Citizens Senior Citizen Services of Greater Tarrant County 3.Contract No: Contract Date: 1000 Macon Contract Amount: $17,597 Fort Worth,Texas 76102 4.Date of Request: MONTH&YEAR 5. PROGRAM SERVICES AND ACTIVITIES: CURRENT CUMULA HVE 6. SCOPE OF WORK NARRATIVE: 7. PROBLEMS ENCOUNTERED/SOLUTIONS PROPOSED: 8. ANTICIPATED ACTIVITY DURING THE NEXT MONTH: 9. CERTIFICATION: The undersigned hereby gives assurance that to the best of my knowledge and belief,the data included in tills report is true and accurate,and if a non-profit agency,has been approved by the governing body of the organization prior to sub I fission. Date: Submitted by: Phone Num: IAGM/IDIS-R-q FORM 7A AT-rvn.rrm CITY OF FORT WORTH INTERGOVERNMENTAL AFFAIRS AND GRANTS MANAGEMENT CLIENT DATA REPORT 1.Name and Address of Sub-Grantee 2.Project Name:Como Senior Citizens Senior Citizen Services of Greater Tarrant County 1000 Macon Fort Worih,Texas 3.Contract No: Contract Amount:: $17,597 4.Date of Request: NAME AGE SEX RACE H/C #FAM INCOME FHOH STREET ADDRESS ZIP KBS 5 ') G=7 &CERTIFICATION: The undersigned hereby gives assurance that to the best of my knowledge and belief,the data included in this report are true and accurate,and if a non-profit agency, has been approved by the governing body of the organization prior to submission. Date: Submitted by: Phone Num: IAGM/IDIS-RPT FORM 9 CLIENT DATA REPORT (CONTINUATION SHEET) AGENCY PROGRAM CONTRACT# NAME AGE SEX RACE H/C #FAM INCOME FHOH STREET ADDRESS ZIP L � EXHIBIT A CDBG XXVII PROGRAM SUMMARY Senior Citizen Services of Greater Tarrant County AGENCY Como Senior Citizens PROGRAM I June, 2001 to 31 May, 2002 $179597 CONTRACT NO. PERIOD AMOUNT PROGRAM DESCRIPTION Provide daily noon meal,outreach,informational services,and socialization activities to 100 senior citizens at the Como Senior Citizens Center. Council District(s)ALL PROGRAM GOALS Enhance participants quality of life PROGRAM OBJECTIVES Increase the mental and physical wellness of participants PROGRAM SERVICES and ACTIVITIES GOALS Number unduplicated seniors served 120 Provide outreach services(units) 144 Provide informational services(units) 144 Provide daily noon meals(units) 9,000 Unit= 1 participant for 1 activity TO rl��j '1 /��(��U '77 7j, ':' 0 EXHIBIT B CDBG YEAR XXVII PROGRAM SERVICE SCHEDULE Senior Citizen Services of Greater Tarrant County AGENCY Como Senior Citizens PROGRAM Activity Jun ul ug Sep Oct Nov Dec an Feb Mar Apr ay otat Number unduplicated seniors 120 served Provide outreach services(units) 144 Provide informational services 144 (units) Provide daily noon meals(units) 9,000 Unit=1 participant for I ctivity CSS �C�) CITY OF FORT WORTH EXHIBIT C COMMUNITY DEVELOPMENT BLOCK GRANT ANNUAL BUDGET-CDBG YEAR XXVII Page 1 of 2 CONTRACT PERIOD From: 06/01/2001 To: 05/31/2002 Name of Sub Grantee Name of Program Senior Citizens Services of Tarrant County Como Senior Citiznes Program CDBG Cost Category Budget Funds [a] [b] [c] [d] PERSONAL SERVICES Salaries 22,520 13,331 9,189 - - - FICA 1,833 1,020 813 - - - Life Insurance 147 55 92 - - - Health Insurance 4,434 1,934 2,500 - - - Employment Tax-State 845 145 700 - - - Employment Tax-Federal - - - - - - Workers Comp 4,075 575 3,500 - - - Retirement 1,855 537 1,318 - - - SUPPLIES Office Supplies 900 - 900 - - - Postage 20 - 20 - - - Food Supplies 51,900 - 51,900 - - - Other Operating Expenses 500 - 500 - - - CONTRACTUAL SERVICES Telephone 490 - 490 - - - Electric - - - - - - Gas - - - - - - Water/Waste Disposal - - - - - - Building Lease - - - - - - Janitorial Services - - - - - - Office Equipment Rental - - - - - - Printing - - - - - - Repairs - - - - - - Fidelity Bond 200 - 200 - - - Liability Insurance 1,250 - 1,250 - - - Legal&Accounting 1,200 - 1,200 - - - Private Auto Allowance-Local 300 - 300 - - - Advertising - - - - - - Conference&Seminars - - - - - - Contractual Services 6,200 - 6,200 - - - Miscellaneous - - - - - - CAPITAL OUTLAY Office Furniture - - - - - - Computer Equipment - - - - - - Other: [Described] - - - - - - TOTALI 98,669 17,597 81,072 - - - MATCHING FUND SOURCES [a] United Way [b] [c] E DD i��l�Gr Cr Cia Citi BUDGET DETAIL Page 2 of 2 PERSONAL SERVICES Hourly Annual %of Position/Title Rate Hours Time Amount 1 Center Director 8.14 1,820 90% 13,331 2 - 3 - 4 - 5 - 6 - 7 - 8 - 9 - 10 - TOTAL STAFF SALARIES 13,331 FRINGE BENEFITS %of % Paid % Paid CATEGORY Payroll Amount by Agency by CDBG Amount FICA 7.65% 1,020 0 100% 1,020 Life Insurance 0.38% 51 0 100% 55 Health Insurance 13.00% 1,733 0 100% 1,934 Employment Tax 1.00% 133 0 100% 145 Worker's Comp 5.00% 667 0 100% 575 Retirement 5.00% 667 0 100% 537 TOTAL FRINGE BENEFITS 4,266 TOTAL PERSONAL SERVICES 17,597 r tL 11PI, ry1 �4 " .asmf City of Fort Worth, Texas "611jor And Council communicadop DATE REFERENCE NUMBER LOG NAME I PAGE 4/17/01 G-13207 13BLOCK 1 of 4 SUBJECT COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) YEAR XXVII, EMERGENCY SHELTER GRANT (ESG) YEAR 2001-2002, AND HOUSING OPPORTUNITIES FOR PERSONS WITH AIDS HOPWA YEAR 2001-2002 CONTRACT ACTIVITIES RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute CDBG Year XXVII, ESG Year 2001-2002 and HOPWA Year 2001-2002 contracts with the following organizations to admi ister their respective programs, contingent upon approval and receipt of adequate funding from th U.S. Department of Housing and Urban Development, for a term beginning June 1, 2001, and endin May 31, 2002: COMMUNITY DEVELOPMENT BLOCK GRANT(CDBG) Contract with the listed agencies for an amount not to exceed the following: A. DA Village $ 36,838 B. Habitat for Humanity $ 20,250 C. REACH, Inc. $ 24,300 D. Communities in School $ 36,045 E. Southside Area Ministries (Sam's Kids) $ 6,324 F. Boys and Girls Clubs (NINOS) $ 27,200 G. Boys and Girls Clubs (KEYS) $ 25,510 H. Boys and Girls Clubs (PASS) $ 24,300 I. East Fort Worth Montessori $ 30,705 J. Latin Arts Association $ 25,000 K. Booker T. Sparks School of the Performing Arts $ 32,400 L. Bridge Emergency Youth Services $ 40,500 M. Stone Soup Connection $ 18,108 N. Camp Fire $ 24,300 (list continued next page) City of Fort Worth, Texas "atfolf, and Council conswunication DATE REFERENCE NUMBER LOG NAME PAGE 4/17/01 G-13207 13BLOCK 2 of 4 SUBJECT COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) YEAR XXVII, EMERGENCY SHELTER GRANT (ESG) YEAR 2001-2002,.AND HOUSING OPPORTUNITIES FOR PERSONS WITH AIDS HOPWA YEAR 2001-2002 CONTRACT ACTIVITIES 0. YWCA of Fort Worth (AIM) $ 28,787 .P. YWCA of Fort Worth (Child Care) $150,000 Q. Child Care Associates (formerly Day Care Association) $130,000 COMMUNITY DEVELOPMENT BLOCK GRANT R. Fort Worth Housing Authority $ 30,000 S. YMCA of Fort Worth $120,375 T. Clayton Child Care $ 60,000 U. Man Made Mentoring $ 22,500 V. Southside Area Ministries (Seniors) $ 2,570 W. Senior Citizens Services of Tarrant County (Como) $ 17,597 X. Meals on Wheels $ 33,696 Y. Senior Citizens Services of Tarrant County (Riverside) $ 1'5,271 5 Z. Mental Health Association (OMBUDSMAN) $ 17,500 AA. AMISTADES $ 17,100 BB. NSEAM $ 17,100 CC. Women's Center of Tarrant County $ 10,692 DD. Job, Inc. $100,409 EE. Fort Worth SER $ 99,071 FF. A-Prep Center of Tarrant County $ 98,415 GG. Summerbridge Fort Worth $ 37,500 (list continued next page) City of Fort Worth, Texas A Q-r :and councit communk -tion DATE REFERENCE NUMBER LOG NAME PAGE 4117101 G-13207 13BLOCK 3 of 4 SUBJECT COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) YEAR XXVII, EMERGENCY SHELTER GRANT (ESG) YEAR 2001-2002, AND HOUSING OPPORTUNITIES FOR PERSONS WITH AIDS HOPWA YEAR 2001-2002 CONTRACT ACTIVITIES HH. JMAC Youth Center of Tarrant County $ 25,000 II. Northside InterChurch Agency $ 35,815 JJ. Fort Worth Economic Development Corporation (Micro-Loan) $ 18,225 KK. Fort Worth Economic Development Corporation (RLF) $ 51,908 LL. Mental Health Association (Mental Health Advocate) $ 24,750 EMERGENCY SHELTER GRANT A. YWCA $ 15,000 B. Cornerstone Assistance Network $ 15,075 C. Presbyterian Night Shelter $151,308 D. Bridge Emergency Youth Services $ 7,862 E. Women's Haven of Tarrant County, Inc. $ 24,092 F. Salvation Army $ 9,730 G. MHMR of Tarrant County $ 12,500 H. YWCA(My Own Place) $ 21,993 HOUSING OPPORTUNITIES FOR PERSONS WITH AIDS A. AIDS Outreach Center, Inc. $432,550 B. Tarrant County Samaritan Housing, Inc. $212,470 C. AIDS Resources of Rural Texas—A.R.R.T. $ 74,720 City of Fort Woith, Texas "ayor -andcommunicatib" Council DATE REFERENCE NUMBER LOG NAME PAGE 4/17/01 G-13207 1. 13BLOCK 4 of 4 SUBJECT COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) YEAR XXVII, EMERGENCY SHELTER GRANT (ESG) YEAR 2001-2002, AND HOUSING OPPORTUNITIES FOR PERSONS WITH AIDS (HOPWN YEAR 2001-2002 CONTRACT ACTIVITIES DISCUSSION: On March 27, 2001, the City Council approved and adopted the budgets and the appropriati n ordinance increasing estimated receipts and appropriations,for the Twenty-Seventh Year Communiy Development Block Grant (CDBG), (2001-2002) Emergency Shelter Grant (ESG), and (2001-2002) Housing Opportunities for Persons with AIDS (HOPWA), as part of the City's Consolidated Plan. The Consolidated Plan, as adopted by the City Council, included program descriptions for each of the above funded programs. The above programs are consistent with the City's approved Community Development Plan and Priorities and meets the requirements of the Department of Housing and Urban Development regulations concerning "eligible activities". FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval and receipt of funding from the U.S. Department of Housing and Urban Development, funds will be available in the current operating budget, as appropriated, of the Grants Fund. CB:k Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) Charles Boswell 8511 AHROV M Originating Department Head: CITY CO „ Joe Paniagua 6168 (from) APR 17 2141 t Additional Inrormation Contact: mfr / r citys+wretarp of the Joe Paniagua 6168 IN,;°'`T1 wow tea$