Loading...
HomeMy WebLinkAboutContract 39159STATE OF TEXAS COUNTY OF TARRANT � THIS contract ("Contract") is made and entered into by and between the City of Fort Worth ("City"), whose address is 1000 Throckmorton St., Fort Worth Texas 76102, acting by and through T.M. Higgins, its duly authorized Assistant City Manager, and Reach Inc. ("Contractor"), whose address. is 1205 Lake Street, Fort Worth, Texas, 76102, acting by and through Ms. Charlotte A. Stewart, its duly authorized Executive Director (Sometimes City and Contractor are referred to individually as a "Party" and collectively as the "Parties".) WHEREAS, City has received grant monies from the United States Department of Housing and Urban Development ("HUD") under Title 1 of the Housing and Community Development Act of 1974, as amended, (42 USC 5301 et seq.) for utilization in connection with its Community Development Block Grant ("CDBG"), Program No. B-09-MC-48-0010, for Year X YV; WHEREAS, one of the national objectives of the CDBG program is to benefit low and moderate income citizens (the "National Objective"),* WHEREAS, the assigned Catalog of Federal Domestic Assistance (CFDA) number is 14.218 for this Federal program; and WHEREAS City citizens, the Community Development Council, and the City Council have determined that CDBG programs are needed by the City's low and moderate -income citizens. NOW, THEREFORE, THIS AGREEMENT FURTHER WITNESSETH: THAT, the Parties covenant and agree as follows: 1. Scope of Services a. Contractor will administer Rehab: Single Unit Residential Architectural Barrier Removal services to citizens of the City of Fort Worth under the program name Project Ramp ("Program"), for the term June 1, 2009 to May 31, 2010. b. Contractor will be responsible for administering Project Ramp in a manner satisfactory to City and consistent with any standards required as a condition of providing the CDBG funds (as hereinafter defined). Contractor will provide the services and activities as set forth 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 in its files as defined in 24 CFR 570.208. Contractor certifies that the activities carried out under this Contract will serve the required percentage of low and moderate -income persons as set forth in Exhibit A - Program Summary. Contractor will obtain information on family size and income of Program participants. All such documentation shall be furnished to City upon request if necessary for City to fulfill its obligations under its Federal grant. If this documentation is not maintained and-Tdrnished to City On request, City may exercise all remedies available under this Contract, including the CDBG YEAR XXXV SUBRECIPIENT CONTRACT Rev. 0&24-049�/ Reach Inc. FT �V" ORT KeP�1 i right to withhold payment to Contractor on this Contract or any other contract with Contractor, or terminate this Contract as described herein. d. City will monitor and evaluate Contractor's performance using the goals and performance standards required in this Contract. Substandard performance as determined by City monitoring, including noncompliance with any applicable regulation of the U.S. Department of Housing and Urban Development, will constitute non-compliance with this Contract. 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, procedures to suspend or terminate the Contract will be initiated. e. If applicable, Contractor shall comply and assist City in complying with the provisions of any federal requirements regarding displacement, relocation and/or real property acquisition; uniform administrative requirements and cost principles; employment and contracting opportunities, use of debarred, suspended or ineligible contractors or subrecipients; eligibility restrictions for certain resident aliens; conflict of interest, and other requirements of Subpart K of the CDBG Regulations. . f. Contractor agrees to take reasonable steps to ensure meaningful access to the Program and associated activities by limited English proficient persons. 2. Compen.ratiott and Method of Payment a. City will disburse CDBG Year X�XV funds ("CDBG Funds") in an amount up to Fifty thousand AND NO/100 DOLLARS ($50,000) to Contractor on a reimbursement of expenses basis. Contractor is acting as a Subrecipient for the purposes of this Contract in carrying out the agreed -upon eligible activities as set forth in Exhibit A —Program Summary. b. Payment will be processed by City following receipt from Contractor of the following monthly financial documents: (1) Attachment I- Request For Funds, (2) Attachment II - Detail Statement of Costs, and (3) Attachment III -Expenditures Worksheet. Payment by Ciry to Contractor shall require completion of all City forms and copies of adequate supporting documentation verifying eligibility of expenses as well as, where applicable, eligibility of Program participants. Reimbursement for the payment of eligible expenses shall be made against the budget specified in Exhibit C-Program Operating Budget and in accordance with performance specified in Exhibit B-Program Services Schedule. Ciry will not disburse funds for expenditures that occurred prior to the beginning date of the term of this Contract. c. Contractor agrees to utilize all disbursed CDBG Funds for the benefit of the Program. Contractor agrees that all funds will be expended in accordance with Exhibit C-Program Operating Budget. Contractor may not increase or decrease line -item amounts in the approved CDBG Funds portion of Exhibit C-Program Operating Budget without Ciry's prior written approval. Contractor acknowledges and agrees that any CDBG Funds not used in accordance with the CDBG Regulations and the terms of this Contract will be repaid to Ciry. d. It is understood that the total cost for operation of this Program is $63,892.42 and that Contractor will obtain from other sources die remaining funds in excess of the CDBG Funds as detailed in Exhibit C-Program Operating Budget. Contractor will notify City promptly of any additional funds it receives for operation of the Program, and City reserves the right to amend Exhibit C-Program Operating Budget in such instances to ensure compliance with HUD regulations governing cost allocation. CDBG YEAR YXXV SUBRECIPIENT CONTRACT Rev. OS-2409 Reach Inc. Page 2 e. Contractor agrees to keep all CDBG Funds 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 report following the end of the Contract month during which the interest was earned. Interest in an amount of $25.00 or less per month may be used for authorized Program expenses. These amounts must be reported on the monthly financial statements filed pursuant to this Contract. Interest earned in excess of $25.00 per month is subject to remittance to City as directed by City. f. Contractor will not commingle CDBG Funds with any other fiends in any manner that would prevent City from readily identifying expenditures for operation of the Program. 3. Un form Adminirtrative Regrrirenlentr and Program 1Vlanagemeni Stand�a�tlr a. Financial Management i. Accounting Standards Contractor agrees to comply with OMB Circular A-110, "Uniform Administrative Requirements for Grants and Agreements with Institutions of Higher Education, Hospitals and other Non -Profit Organizations", and agrees to adhere to the accounting principles and procedures required therein, utilize adequate internal controls, and maintain necessary source documentation for all costs incurred. lit Cost Principles Contractor shall administer the Program in conformance with OMB Circular A-122, "Cost Principles for Non -Profit Organizations" and attachments and revisions thereto, regarding principles for determining eligible and allocable 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 Contract required in 24 CFR 570.506. In addition, Contractor agrees to keep records to fully document all expenditures charged to the CDBG portion of the Program, including records documenting the eligibility of Program participants as more particularly described herein. The documentation must support the amounts charged to the Program, the eligibility of the Program participants, and demonstrate that the expenditures were appropriate to the stated goals of the Program and allowable and/or eligible under applicable Federal, state and City guidelines. ii. Records Retention (1) All records pertaining to Program shall be retained for four (4) years following the termination of this Contract. Contractor may destroy Program records at the end of this four (4) year period if no outstanding audit fording exists. (2) Contractor will retain any Program loan records until four (4) years after the expiration of any loan. we Real Properq Records Contractor shall maintain real property inventory records that clearly identify properties purchased, improved, or sold. Properties retained shall meet eligibility criteria and shall conform to the requirements of 24 CFR 570.505. IV* Closeouts Contractor's obligation to City shall not end until all closeout requirements are completed. Activities during this closeout period shall include, but are not limited to: malting final payments, disposing of Program assets (including the return of all unused materials, equipment, unspent cash advances, Program income balances, and accounts CDBG YEAR X`{XV SUBREC,IPIEN'I' CONTRACT I2ev. 08-24-09 Page 3 Reach Inc. receivable to City), and determining the custodianship of records and verification of compliance with record retention requirements. v. Audits and Inspections (1) City, HUD, and the United States Comptroller General, or their respective representatives, shall have access to any books, documents, records and papers relating to the operations of Contractor under this Contract for the purpose of audit, examination, exception and transcription at all of Contractor's offices at all reasonable hours. (2) All non-federal entities that expend $500,000 or more in Federal funds within one (1) year, regardless of the source of the Federal award, must submit to City an annual audit prepared in accordance with 24 CFR Sections � 570.502-570.503 generally, (known as a Single Audit), with specific reference to OMB Circulars (with attachments) A-122, "Cost Principles for Non -Profit Organizations", and A-133, "Audits of States, Local Governments, and Non -Profit Organizations", as appropriate. The audit may cover either Contractor's fiscal year during which this Contract is in force or cover the period of this Contract. The audit must be prepared by an independent certified public accountant, be completed within nine (9) months following the end of the period being audited and be submitted to Ciry within thirty (30) days of its completion. Contractor's audit certification is attached hereto as Exhibit D -Audit Certification Form. The Audit Certification Form must be submitted to City within sixty (60) days of -the end of the period being audited (Contractor's fiscal year). 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. Non-profit entities that expend less than $500,000 a year in Federal funds are exempt from Federal audit requirements for that year, but records must be available for review or audit by appropriate officials of the Federal agency, City, and General Accounting Office ("GAO"). (3) All non-federal entities acting as a Subrecipient for City grant funds that expend less than $500,000 in any federal funds within one year shall provide City with a copy of any other financial audit or audited financial statements prepared during the contract term, if available. (4) City reserves the right to perform an audit of Contractor's agency operations and finances at any time during the term of this Contract, if City determines that such audit is necessary for Ciry's compliance with OMB Circular A-133. Contractor agrees to allow access to all relevant books, records and materials. If such audit reveals a questioned practice or expenditure, such questions must be resolved within fifteen (15) days after notice to Contractor. If questions are not resolved within this period, City reserves the right to withhold further funding under this Contract and/or any other contracts) with Contractor. (5) If as a result of any audit it is determined that Contractor has misused, misapplied or misappropriated all or any part of the CDBG Funds, 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 Ciry because of such misuse, misapplication or misappropriation. CDBG YEAR �V SUBRECIPIENT CONTRACT Rev. 08-2409 Reach Inc. Page 4 4. Reporwig Proceaures a. Financial Reports Contractor will submit to City on a monthly basis: (1) Attachment I -Request for Funds, (2) Attachment II -Detailed Statement of Costs, (3) Attachment III -Expenditures Worksheet, as applicable, for expenses incurred for services and activities accomplished by Contractor in performance of this Contract. Actual cash receipts for claimed expenditures must be provided at the tune the request for funds is presented. The reports must be signed by a duly authorized agent of the Contractor and submitted by the 15`h of the month following itte the month being reported. City is under no obligation to disburse funds for expenditures that occurred prior to the first day of the month for which the report is submitted. b. Progress Reports Contractor will submit to City on a monthly basis: (1) Attachment Iva -Program Services Report, (2) Attachment IVb-Direct Benefit Data Report, (3) Attachment V-Performance Report, and (4) Attachment VI -Client Data Report 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 that is reported. City is under no obligation to disburse funds for expenditures that occurred prior to the beginning date of this Contract. c. Program Income Contractor agrees that all program income from operation>of the Program in proportion to the amount of CDBG Funds received hereunder will be expended prior to expending CDBG Funds and that any such program income is subject to the terms of this Contract. Contractor may expend CDBG Funds only if program income is insufficient to meet all eligible Program activity expenses. 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 Exhibit A -Program Summary and Exhibit B-Program Operating Budget. d. Procurement i. Compliance Contractor shall comply with City policy concerning the purchase of equipment and shall maintain inventory records of all non -expendable personal property, as defined by such policy, procured with funds provided under this Contract. ii. OMB Standards Contractor shall procure all materials, property, or services in accordance with the requirements of 24 CFR Part 84, Procurement Standards and Property Standards, as modified by 24 CFR Part 570.502(b)(6), covering utilization and disposal of property. e. Program Participant Records i. Contractor will keep or cause to be kept an accurate record of all actions taken and all CDBG Funds expended, with source documents, in performance of this Contract. Such records shall be kept for the time period mandated by the CDBG Regulations and this Contract. ii. Contractor will obtain and keep on file and furnish to City on request the following information and/or documentation on each Program participant served by the Program demonstrating such participant's eligibility for services provided: a. Participant's name, address, annual income level or other basis for determining income eligibility, and family size of participant's household. Rev. 08-24-09 CllBG PEAR xXXV sUBRECIPIENI' CONTRACT page 5 Reach Inc. b. Source documentation used for income verification including but not limited to pay SSI award letters, letters check stubs, food stamp award letters, income tax returns, awarding unemployment benefits, W2s and the like. c. City shall have the final determination, in its sole discretion, as to whether source documentation used for income verification is adequate. 5. iZCl/el'J'lOilOf %�J'J'e/J' a. Contractor agrees to return to City any CDBG Funds remaining on hand at the end of the Contract. b. All property purchased with CDBG Funds under this Contract will be used solely for urchase of operation of the Program. Contractor agrees to obtain City approval prior to p property and 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 in City, and Contractor will deliver all such property to City for disposition at Ciry's sole discretion at the termination of the Program. 6. �lpplicaGle Lara�.r a. Federal Contractor agrees to comply with the following laws and the applicable regulations as they are currently written or are hereafter amended during performance of this Contract: Regulations at 24 CFR Part 570 pertau�itig to CDBG ("CDBG Regulations") • Title I of the Housing and Community Development Act of 1974 as amended (42 USC 5301 et seq.) • Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (42 USC 4601 et seq.) and its related regulations at 49 CFR Part 24 • Title VI of the Civil Rights Act of 1964 (42 USC 2000d el seq.) • Title VIII of the Civil Rights Act of 1968 (42 USC 3601 et seq.) • Executive Orders 11063, 11246, as amended by Executive Orders 11375 and 12086 and as supplemented by 41 CFR Part 60 • The Age Discrimination in Employment Act of 1967 (29 USC 621) • The Age Discrimination Act of 1975 (42 USC 6101 et seq.) • of 1973 (29 USC 794 et seq.) and 24 CFR Part 8 Section 504 of the Rehabilitation Act where applicable • The Americans with Disabilities Act of 1990 (42 USC 12101) • National Environmental Policy Act of 1969, as amended, 42 USC 4321 et seq. ("NEPA") and the related authorities listed 24 CFR Part 58 • The Clean Air Act, as amended (42 USC 7401 et seq.), the Clean Water Act of 1977, as amended (33 USC 1251 et seq.) and the related EPA regulations at 40 CFR Part 15, as amended from time to time, and Executive Order 11738. In no event shall any amount of the assistance provided under this Contract be utilized with respect to a facility that has given rise to a conviction under the Clean Air Act or the Clean Water Act. Cll}3CU YI3AR'gCXV SUBRECIPIENT CONTItACr Page 6 Reach Inc. The Immigration Reform and Control Act of 1986 (8 USC 1101 et seq.), specifically isions requiring employer verification of the legal status of its including the prov employees Drug Free Workplace Act of 1988 (41 USC 701 et seq.) and 24 CFR Part 23, Subpart F • Regulations as 24 CFR Part 87 related to lobbying, including the requirement that certifications and disclosures be obtained from all covered persons • Executive Order 12549 and 24 CFR Part 5.105 (c) pertaining to restrictions on participation by ineligible, debarred, or suspended persons or entities. b. Section 3 of the Housing and Urban Development Act of 1968, as amended, (12 USC 1701u et seq.) and its related regulations at 24 CFR Part 135 If the work to be performed under this Contract is on a project assisted under a program providing direct Federal financial assistance from HUD, Section 3 of 24 CFR 135.38 ("Section 3") requires that the following clause be inserted in all covered contracts ("Section 3 Clause") Such covered contracts or activities include CDBG-funded construction, reconstruction, conversion or rehabilitation of housing as set forth at 24 CFR 135.5. "A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD -assisted projects covered by Section 3, shall, to the greatest extent feasible, be directed to low- and very low-income persons, particularly persons who are recipients of HUD assistance for housing. B. The Parties to this contract agree to comply with HUD's regulations in 24 CFR Part 135, which implement Section 3. As evidenced by their execution of this contract, the Parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the Part 135 regulations. C. The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the Section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. D. The contractor agrees to include this section 3 clause in every subcontract subject to compliance with regulations in 24 CFR Part 135, and agrees to take appropriate action, as provided iln an applicable provision of the subcontract or in this Section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR Part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR Part 135. E. The contractor will certi7 that any vacant employment positions, includinng training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR Part CDBG YEAR XXXV SUI3RECIPIENT CONTRACT Rev. 08-24-09 Page 7 Reach Inc. 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR Part 135. F. Noncompliance with HUD's regulations in 24 CFR Part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. G. With respect to work performed in connection with Section 3 covered Indian housing assistance, section 7(b) of the Indian Self -Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (i) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian -owned Economic Enterprises. Parties to this contract that are subject to the provisions of section 3 and section 7(b) agree to comply with Section 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b)." Cite and Contractor understand and agree that compliance with the provisions of Section 3, the regulations set forth in 24 CFR Part 135, and all applicable rules and orders of HUD shall be a condition of the Federal financial assistance provided to the Program, binding upon City and Contractor, and their respective successors, assigns and subcontractors. Failure to fulfill these requirements shall subject Contractor and its subcontractors, and their respective successors and assigns, to those sanctions specified by the Grant Agreement through which Federal assistance is provided and to such sanctions as are specified by 24 CFR Part 135. c. 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 applicable City ordinances, rules and regulations and Title I of the Housing and Community Development Act of 01974 (42 USC 5301 et seq.), as amended, and the CDBG Regulations, as amended, (24 CFR Part 570 et seq.). Contractor further promises and agrees that it has read, and is familiar with, the terms and conditions of the Community Development Block Grant under which CDBG Funds are granted and any applicable provisions of the CDBG Regulations and that it will fully comply with them. It is agreed and understood that, if City notifies Contractor of any such violation on the part of Contractor or any of its officers, members, agents, employees, Program participants or subcontractors, then Contractor shall immediately desist from and correct such violation. 7. Nondi�cizmrnation a. Contractor will not unlawfully discriminate against any person or persons because of sex, race, religion, age, disability, color, national origin, or familial status, nor will Contractor pert -nit officers, members, agents, employees, subcontractors or Program participants to engage in such discrimination. bA Contractor covenants that neither it nor any of its officers, members, agents, employees, Program participants or subcontractors, while engaged in performing this Contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against persons CllBG YEAR XXXV SUBRECIPIENT CONTRACT Rev. 08-24-09 Reach Inc. ���� 8 because of their age except on the basis of bona fide occupational qualification, retirement plan or statutory requirement. c. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, Program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. d. In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor I n the availability, terms and/or conditions of employment for applicants for employment with Contractor, or employees of Contractor or any of its subcontractors. Contractor warrants it will frilly comply with ADA's provisions and any other applicable Federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above -referenced laws concerning i g disability dn the performance of this Contract. e. This Contract is made and entered into with reference specifically to the ordinances codified at Chapter 17, Article III, Division 3 "Discrimination in Employment Practices of the City Code, and Contractor hereby covenants and agrees that Contractor, its officers, members, agents, employees and subcontractors, have fully complied with all provisions of same and that no employee, employee -applicant or Program participant has been discriminated against by the terms of such ordinances by either the Contractor or its officers, members, agents, employees or subcontractors. 8. ProhihztionAgain�tlntere.rt 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 locality or localities, who exercises any functions or responsibilities with respect to the Program funded hereunder during his or her tenure or for one year thereafter, shall have any interest, direct or indirect, in any contract or subcontract, or the proceeds thereof, for work to be performed hereunder. Contractor shall incorporate, or cause to be incorporated, like language prohibiting such interest in all contracts and subcontracts entered into in connection with the Program. Da 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 CDBG Funds transferred hereunder or be Financially interested, directly or indirectly, in the sale to Contractor of any land, materials, supplies or services purchased with any CDBG Funds transferred hereunder, except on behalf of Contractor, as an officer, employee, member or Program participant. Any willful violation of this paragraph with the expressed or implied knowledge of Contractor or its subcontractors shall render this Contract voidable by City. 9. lirtarrty and IY/mlen I3li.iirre3_r F.nlerpri.re Commitlrrenl Contractor agrees to abide by City's policy to involve Minority and Women Business Enterprises ("1�iWBEs") in all phases of its procurement practices and to provide them an equal opportunity CllBG YEAR XXXV SUBRECIPIEN'I' CONTRACT Rev. 08-24-09 Page 9 Reach Inc. to compete for contracts for construction, provision of professional services, purchase of equipment and supplies and provision of other services required by City. Contractor agrees to incorporate City Ordinance No. 15530, 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 MWBEs policy. 10. Nal f1e�ignme��l No assignment or delegation of duties under this Contract by Contractor shall be effective without City's prior written approval. If such assignment occurs, Contractor shall ensure that all requirements of this Contract are enforced and maintained by any such Subcontractor or Assignee by means of a currently executed written agreement covering the Contract term, a copy of which shall be made available to City 11. Iiadepei�dent Conlrac'!or a. Contractor shall operate hereunder as an independent contractor and not as an officer, agent, servant 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 of respondent superior shall not apply as between City and Contractor, its officers, members, agents, servants, employees, subcontractors, Program participants, licensees or invitees, and nothing herein shall be construed as creating a partnership or joint enterprise between City and Contractor. It is expressly understood and agreed that no officer, member, agent, employee, subcontractor, licensee or invitee of the Contractor, nor any Program participant hereunder, is in the paid service of City and that City does not have the legal right to control the details of the tasks performed hereunder by Contractor, its officers, members, agents, employees, subcontractors, Program participants, licensees or invitees. 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. 12. ladey��fr jiculiort, Irua�rance unc! Bondi�lg a. CONTRACTOR COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND, AT ITS OWN EXPENSE, CITY AND ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES FROM AND AGAINST ANY AND ALL CLAIMS OR SUITS FOR PROPERTY LOSS OR DAMAGE AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF WHATSOEVER HIND OR CHARACTER, WHETHER REAL OR ASSERTED, ARISING OUT OF OR IN CONNECTION WITH THE EXECUTION, PERFORMANCE, ATTEMPTED PERFORMANCE OR NONPERFORMANCE OF THIS CONTRACT AND/OR THE OPERATIONS, CD13G Rev. 08-24-09 YEAR xxxV SUBRECIPIEN'I' CONTRACT Page 10 Rcxch [nc. ACTIVITIES AND SERVICES OF THE PROGRAM DESCRIBED HEREIN, WHETHER OR NOT CAUSED, IN WHOLE OR IN PART, BY ALLEGED NEGLIGENCE OF OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CTOR CONTRACTORS OR�SU LIABILITY AND RESPONSIBILITY F CITY9 OF CITY AND HEREBY ASSUMES ITS OFFICERS, AGENTS, SERVANTS, AND EMPLOYEES FOR ANY AND ALL CLAIMS OR SUITS FOR PROPERTY LOSS OR DAMAGE AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF WHATSOEVER KINDS OR CHARACTER, WHETHER REAL OR ASSERTED, ARISING OUT OF OR IN CONNECTION WITH THE EXECUTION, PERFORMANCE, ATTEMPTED PERFORMANCE OR NON-PERFORMANCE OF THIS CONTRACTICS OF THEAGREEMENT AND/R THE PROGRAMO DESCRIBEDHEROEIIN, ACTIVITIES AND SERV 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 OF ORIN CONNECTION TS OFFICERS,MEMBERS, EMPLOYE OF CONTRACTOR, ES, SUBCONTRACTORS, INVITEES, LICENSEES, OR PROGRAM PARTICIPANTS, OR CAUSED, IN WHOLE OR IN PART, BY ALLEGED NEGLIGENCE OF OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS OR SUBCONTRACTORS OF CITY. CONTRACTOR AGREES TO AND SHALL RELEASE CITY, ITS AGENTS, EMPLOYEES, OFFICERS AND LEGAL REPRESENTATIVES FROM ALL LIABILITY FOR INJURY, DEATH, DAMAGE OR LOSS TO PERSONS OR PROPERTY SUSTAINED IN CONNECTION WITH OR INCIDENTAL TO PERFORMANCE U ORE LOSS THISCONTRACT) CAUSED B)YEVEN IF THE THE CITY'S SOLEOR DEATH, DAMAGE CONCURRENT NEGLIGENCE. CONTRACTOR SHALL SUBCONTRACTS A RELEASE ANDI INDEMNITY I•N INCLUDE IN THEIR FAVOR OF THE CITY IN SUBSTANTIALLY THE SAME FORM AS ABOVE. b. Contractor will maintainblanket fidelity coverage in the form of a bond in the amount o'f $50,000 to insure against loss from the fraud, theft or dishonesty of any of Contractors officers, agents, trustees, directors or employees. The proceeds of such bond shall be used to reimburse City for any and all loss of CDBG Funds 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 certificates of insurance as proof that it has secured and paid for policies of workers' compensation, public liability and automobile liability insurance covering all risks incident to or in connection with the execution, performance, attempted Rev. 08-24-09 CDBG YEAR X.YYV SUBRECIPIENT CONTIZACT page it Reach Inc. performance or nonperformance of this Contract. The amounts of such insurance shall not be less than the maximum liability that 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. d. Contractor will submit documentation to City that it has obtained 'insurance coverage and has executed bonds as required in this contract Nvithin thirty (30) days of the execution of this Contract and prior to payment of any monies hereunder. e. Any failure on part of the City to request certificate(s) of insurance shall not be construed as a waiver of such requirement or as a waiver of the insurance requirements themselves. Insurers of Contractor insurance policies shall be licensed to do business in the State of Texas by the Department of Insurance or be otherwise eligible and authorized to business in the state of Texas. Insurers shall be acceptable to City insofar as their financial strength and solvency and each such company shall have a current minimum A.M. Best Key Rating Guide rating of A: VII or other equivalent insurance industry standard rating unless otherwise approved by City. Deductible limits on insurance policies shall not exceed $5,000 per occurrence unless otherwise approved by City. f. Any local, federal or other regulatory insurance or bonding requirements for the Program that exceed those specified herein shall prevail. g. Contractor shall agree to require its subcontractors to maintain applicable insurance coverages, limits, and other requirements as those specified herein; and, Contractor shall require its subcontractors to provide Contractor with certificate(s) of insurance documenting such coverage. Also, Contractor shall require its subcontractors to have City and Contractor endorsed as additional insured (as their interests may appear) on their respective insurance policies. Contractor shall require its subcontractors to maintain builders risk insurance at the limit of applicable project(s) costs when the value of materials involved exceeds $10,000 or at a different limit value limit as specified by City. 13. 1Ylaiver• of Im�nuniy If Contractor is a charitaUle or nonprofit organization and has or claims an unmunity or. exemption (statutory or otherwise) from and against liability for damages or injury, including death, to persons or property; Contractor hereby expressly waives its rights to plead defensively such immunity or exemption as against City. This section shall not be construed to affect a governmental entity's irninunities under constitutional, statutory or common law 1�. Remerliesjor• Breach of Contract Upon identification of possible breaches of this Contract, and prior to exercising its Termination Rights under this Contract, City may elect to exercise any of the following Remedies: a) issuance of a warning letter indicating that further failure to comply with applicable requirements will result in serious sanction and giving the Contractor a limited time to correct the deficiency; b) placing conditions upon award of future grants; c) directing the Contractor to stop incurring costs until the deficiency is corrected and the correction is verified; d) requiring repayment of CDBG Funds previously disbursed to the Contractor; and/or e) reducing the amount of future grant awards or disallowing of future awards to the Contractor. CbI3G YEAR XXXV SUI3RECIPIEN'r CONTRACT Rev. 03-24-09 Pagc 12 Rcach Inc. 15. Temwiahort a. In addition to, and not in substitution for, other provisions of this Contract regarding the provision of public services with CDBG Funds, pursuant to 'Title I of the Housing and Community Development Act of 1974, as amended, (42 USC 5301 et seq.) and the CDBG Regulations, it is expressly understood and agreed by and between the Parties that this Contract is wholly conditioned upon the actual receipt by City of Federal CDBG Year XXXW funds; that all monies distributed to Contractor hereunder shall be exclusively from Federal monies received under said grant and not from any other monies of City; and that if such fiends under City's grant are not timely forthcoming, in whole or in part, City may, at its sole discretion, terminate this Contract and City shall not be liable for payment for any work or services performed by Contractor under or in connection with this Contract. b. City may terminate this Contract whenever such termination is determined to be in City's best interest, in event of Contractor's default, inability or failure to perform or to comply with any of the terms herein, or, for other good cause. c. The Parties acknowledge that CDBG Funds paid hereunder are intended to provide only partial funding for Contractor's agency operations. City may terminate this Contract if non- CDBG funds included in the Operating Budget are not forthcoming to Contractor during the Contract term. d. CDBG Funds provided hereunder may not be used as collateral for loans to Contractor to defray agency operation expenses, and any attempted use of CDBG Funds for this purpose will result in termination of this Contract by City. e. Termination will be effected by written notice to Contractor, specifying the portions of the Contract affected and the effective date of termination. Upon Contractor's receipt of such termination notice, Contractor will: • Stop work under the Contract on the date and to the extent specified by City; • Cease expenditures of CDBG Funds, 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 portions of the Contract being terminated. f. Contractor will return to City any unused CDBG Funds previously advanced by City under this Contract 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. 16. Ccr-/ificatiorr Regaj'ding LobGying a. The undersigned representative of Contractor hereby certifies, to the best of his or her knowledge and belief, that: No federal appropriated Eunds 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 wide the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan or cooperative agreement. Contractor shall require that the language of this certification be included in all subcontracts or agreements involving the expenditure of Federal funds. Rev. 08-24-09 CDBG YEAR XXXV SiJI3RECIPIENT CONTRACT P:�gc 13 Rrich Inc. 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 shall complete and submit Standard Form-LL,L, "Disclosure Form to Report Lobbying," in accordance with its instructions. c. This certification is a material representation of fact upon which reliance was placed when this Contract was made or entered into. Submission of this certificate is a prerequisite for making or entering into this Contract imposed by 31 USC Section 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000.00 and not more than $100,000.00 for each such failure. 17. ltili,rc'elda+teoa+� Provi�ion� a. All terms of this Contract shall apply to any and all subcontractors of Contractor who are in any way paid with CDBG Funds or who perform any work in connection with Contractor's Program. b. The provisions of this Contract are severable, and, if for any reason a clause, sentence, paragraph or other part of this Contract shall be determined to be invalid by a court or Federal or state agency, board or commission having jurisdiction over the subject matter thereof, such invalidity shall not affect other provisions which can be given effect without the invalid provision. c. City's failure to insist upon the performance of any term or provision of this Contract or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to f City's right to assert or rely upon any such term or right on any future any extent o occasion. d. Should any action, whether real or asserted, at law or in equity, arise out of the execution, performance, attempted performance or nonperformance of this Contract, venue for action shall he in Tarrant County, Texas. e. This written instrument and the exhibits attached hereto, which are incorporated by reference and made a part of this Contract for all purposes, constitute the entire agreement between the Parties concerning the work and services to be performed hereunder, and any prior or contemporaneous, oral or 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. f. All notices required or permitted by this Contract must be in writing and are deemed delivered on the earlier of the date actually received or the third day following (i) deposit in a United States Postal Service post office or receptacle; (ii) with proper postage (certified mail return receipt requested); and (iii) addressed to the other Party at the address set out u1 the preamble of this Contract or at such other address as the receiving Party designates by proper notice to the sending Party. g. None of the performance rendered under this Contract shall involve, and no portion of the CDBG Funds received hereunder shall be used, directly or indirectly, for the construction, operations, maintenance or administration of any sectarian or religious facility or activity, nor shall said performance rendered or funds received be utilized so as to benefit directly or indirectly, any such sectarian or religious facility or activity. Rev. 08-2d-09 CDBG }'EAR x,K,l'V SUBRECIPIENT CONTItACP Page 14 Reach Inc. h. Contractor represents that it possesses the legal authority, pursuant to any proper, appropriate and official motion, resolution or action passed or taken, to enter into this Contract and to perform the responsibilities herein required. i. Contractor certifies that it has obtained a 501 (c) (3) Certificate from the Internal Revenue Service. Contractor shall notify Cite in writing of any changes to its 501 (c) (3) tax-exempt status during the term of this Contract. [SIGNATURES APPEAR ON FOLLOWING PAGE] CDBG YEAR XXXV SUBRECIPIENT CONTRACT Reach Inc. Rcv.08-24-09 Page 15 IN WITNESS WHEREOF, the Parties hereto have execufour copies of this Contract in Fort Worth, Tarrant County, Texas, this % .7 day of 9Zr� ::7 �� 3200 —• CITY OF FORT WORTH By: T. M. Higgins Assistant City Manager APPKOVED AS TO FORIvi AND LEGALITY: W4��- City Attorney ATTEST: City Secretary STATE OF TEZAS COUNTY OF TAmk N I This instrument was acknowledged before me o Reach Inc. By: ,�• Ms. Charlotte A. Stewart Executive Director Higgins, the Assistant Cite 14/anager of the City of Fo Worth. MARIA S. SANCHEZ NOTARY PUBLIC STATE OF TEXAS My Comm. EXp.12=142009 STATE OF TEZAS COUNTY OF TARRi1NT traCt • •` i of the Worth, on behalf 20a I by T.Ni. City of Fort Not�ry Public, State of Texas This instrument was acknowledged Charlotte A. Stewart Executive Director of Reach Inc., a Texas i3�ri-profit corpora on, on alf of said corporation. ROBINLLASSITER Notary Public, tatee Texas ' a =•i= MY COMMISSION EXPIRES March 9, 2011 t0 —� CDBG YEAR XXXV SUBRECIPIENT CONTRACT Rev. 08-24-09 Ic - Page 16 Reach Inc. CITY OF FORT WORTH HOUSING AND ECONOMIC DEVELOPMENT DEPARTMENT COMPLIANCE DIVISION REQUEST FOR FUNDS AGENCY: REACH Inc. ADDRESS: 1205 Lake Street Fort Worth, Texas 76102 SECTION I (AGENCY) 1. Reimbursement Request A. Expenditures: B. Reimbursement 2. Requested By: A. Agency (Name) SECTION II (CITY) 1. BUYSPEED -Purchasing Request A. BUYSPEED INPUT: Vendor/PO Number/Requisition Number: B. Fund/Account/Center: C. Total Amount of this Request: SECTION ill (CITY) 1. Verification A. Contract Compliance Specialist B. Accounting 2. Authorization A. Grants Manager B. Director James Rodriguez (Name) 3►�1 Asbury Barbara (Name) Jesus "Jay" Chapa (Name) PROGRAM: CONTRACT NUMBER: CONTRACT AMOUNT: CONTRACT DATE: DATE OF REQUEST: IDIS NUMBER: CURRENT MONTH (Signature) G R76/516010/017206350180 Attachment I Project Ramp $50,000 6/1 /2009 CUMULATIVE (Date) (Signature) (Date) (Signature) (Date) (Signature) (Date) (Signature) (Date) Distribution: 1 Copy -Accounting 1 Copy -Compliance Note: Any Request for Funds that exceed $8500 requires the signature of both Grants Manager/Designee and Director CITY OF FORT WORTH HOUSING & ECONOMIC DEVELOPMENT DEPARTMENT COMPLIANCE DIVISION DETAIL STATEMENT OF COSTS REACH Inc. AGENCY Project Reach - PROGRAM CONTRACT NO. TO Attachment II DATE PROGRAM MONTHLY CUMULATIVE COST CATEGORY ACCOUNT BUDGET EXPENDITURES TO DATE BALANCE PERSONAL SERVICES Salaries 516 010 FICA 518 010 Life Insurance 518 050 Health Insurance 518 060 Unemployment Tax- State 518 090 Worker's Comp 518 040 Retirement 518 070 SUPPLIES Office Supplies 521 010 Postage 521 020 Teaching Aids (Equipment) 522 030 Food Su lies 522 030 Other: Building Materials 523 300 20 000.00 CONTRACTUAL SERVICES Telephone 535 040 Electric 535 020 Gas[Utility] 535 010 WaterMaste Disposal. 535 030 Rent [Buildinql 537 010 Custodial Services 539 220 Office Equipment Rental 537 030 Printing 533 030 Repairs 536 010 Fidelity Bond 538 210 Liability Insurance 534 020 Legal & Accounting 538 050 Private Auto Allowance- Local 532 130 Advertising 533 010 Conferences & Seminars 531 180 Contractual Services 539 120 30 000.00 CAPITAL OUTLAY Furniture Fixtures 541 330 e E ui ment Com uters370 r E ui ment L 541 320AL $0.00 $0.00 $0.00 $5%000.00 Contractor's 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. •ly PREPARE ONE FORM FOR EACH SOURCE OF FUNDS DISTRIBUTION: 1 Copy -Accounting I Copy -Compliance l Copy -Agency CITY OF FORT WORTH HOUSING & ECONOMIC DEVELOPMENT DEPARTMENT COMPLIANCE DIVISION EXPENDITURES WORKSHEET REACH Inc. Agency Attachment III Date Prroject Ramp Re ort Period Program NO DATE CHECK NO PAYEE DESCRIPTION ACCOUNT NO. AMOUNT 1 2 3 d4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 TOTAL WOO 39 TITLE OF AUTHORIZED OFFICER SIGNATURE AND DATE CITY OF FORT WORTH Attachment Iva HOUSING AND ECONOMIC DEVELOPMENT DEPARTMENT COMPLIANCE DIVISION CDBG YEAR XXXV 1. Name and Address of Sub -Grantee 2. Program Name Project Ramp REACH Inc. 1205 Lake Street 3. Contract No. Fort Worth, Texas 76102 4. Date of Request Month & Year S. Program Services and Activities Current Month Cumulative Number of New Households and/or Persons Served 6. Direct Benefit (Continued) Extremely Low Very Low Income Low Income Income (0<30%) (31-50%) (51-80%) Above Low Income (80%>) Current Month Cumulative Household Size 1 2 3 4 5 6 7 8 0-30% $13, 850 $15, 850 $17, 800 $19, 800 $21, 400 $22, 950 $24, 550 $26,150 31-50% $23,100 $26,400 $29,700 $33,000 $35,650 $38,300 $40,900 $43,550 51=80% $36,950 $42,250 $47,500 $52,800 $57,000 $61,250 $65,450 $69,700 Certification: The undersigned, hereby, gives assurance that to the best of my knowledge and belief, the data Included in this report is true and accurate. It is also acknowledged that the provision of false Information could leave the certifying official subject to the penalties of federal, state, and local law. Date: Submitted by: Phone No. Signature Required CITY OF FORT WORTH Attachment IVb HOUSING AND ECONOMIC DEVELOPMENT DEPARTMENT COMPLIANCE DIVISION CDBG YEAR XXXV 1. Name and Address of Sub -Grantee 2. Program Name Project Ramp Reach Inc. 1205 Lake Street 3. Contract No. Fort Worth, Texas 76102 4. Date of Request Month & Year B. Direct Benefit Data (New Household and /or Persons Served) Race: Section Must be Ethnicity: (Section ` Completed) Must be Comuiate4 Hispanic. Hispanic' Non -Hispania Nan-Hispamc': Current Month Cumulative Currant Month - . Cumulative Current Month . Cumulative % '' > White Black/African American Asian American Indian/Alaskan Native Native Hawaiian/Other Pacific Islander Indian/Alaskan Native & White Asian & White Black/African American&White Indian/Alaskan Native & Black African American Other Multi -Racial TOTAL 0 0 0 0 0 0 Female Head of Household Current Month Cumulative Certification: The undersigned, hereby, gives assurance that to the best of my knowledge and belief, the data included in this report is true and accurate. It is also acknowledged that the provision of false information could leave the certifying official subject to the penalties of federal, state, and local law. Date: Submitted by: Phone No. Signature Required Ethnicity- Report whether client identifies themselves as Hispanic or Non -Hispanic Race- Identify the category chosen by the client CITY OF FORT WORTH HOUSING AND ECONOMIC DEVELOPMENT DEPARTMENT COMPLIANCE DIVISION CDBG YEAR XXXV Agency/Address 2. Program Name: REACH Inc. 3. Contract No: 1205 Lake Street Fort Worth, Texas 76102 4. Date of Request: Month &Year Attachment V Contract Date: June 1. 2009 Contract Amount: 50 000 5. PROGRAM SERVICES AND ACTIVITIES: CURRENT CUMULATIVE **Goals listed on Contract Exhibits A&B should be listed here. Unplicated Clients Served Ramps Constructed Grab Bars Installed Widening of Doors 6. SCOPE OF WC 7. PROBLEMS ENCOUNTERED /SOLUTIONS PROPOSED: Certification: The undersigned, hereby, gives assurance that to the best of my knowledge and belief, the data included in this report is true and accurate. It is also acknowledged that the provision of false information could leave the certifying official subject to the penalties of federal, state, and local law. Date: Submitted By: Phone No. Signature Required z z E U � R! ld lC L L L O O O a r C O N O co x U C Y � CIS O U L � N L L to (A L a Q N 2 LL m 0 c G a m (0 a► .E W N d Q d E Z Reach Inc. Project Ramp CONTRACT NO. EXHIBIT A SCOPE OF SERVICES PROGRAM SUMMARY COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) SCOPE OF SERVICES June 1, 2009 -May 31, 2010 PERIOD $50,000 AMOUNT This Scope of Services is based on the proposal prepared and submitted by the Subrecipient through the City of Fort Worth's annual Request for Proposal (RFP) process. The Subrecipient agrees to operate this Community Development Block Grant (CDBG) program in a manner consistent with the program delivery stated in the approved proposal. However, in the event of any conflict between the proposal and any provision contained, herein, this Agreement shall control. REACH Inc. will provide handicapped services to 30-351ow income -eligible households at various locations within the City of Fort Worth. The Ramp program will include the following tasks and activities; constructions of ramps, installation of grab bars and widening of door ways. All services will be provided at homeowners residences during regular business hours. The purpose of the program will be to eliminate architectural barriers. The specific objectives, goals and level of services to be provided are listed below along with the geographical location of clients served. All services will be provided from June 1, 2009 to May 31, 2010, CM The CDBG funds will be used to pay for building material and contractual services which is consistent with Exhibit Detailed Budget. REGULATORY CLASSIFICATION: National Objective Citation: 24 CFR 570.208(a)(2){A} Limited Clientele Regulatory Citation: 24 CFR 570.202(a)(I) Rehabilitation and preservation Based on the nature of the service provided, Subrecipient Reach Inc. will maintain documentation that verifies that 10090 of clients served by the Project Ramp program are income eligible with current household incomes under 80°Io of Area Median Income (AMI) as established by the Department of Housing and Urban Development (HUD). GEOGRAPHICAL LOCATION: Site Address: 1205 Lake Street, Fort Worth, TX 76102 Client Beneficiary Location: Citywide PROGRAM GOALS: REACH's goal under this project is to increase the independent living status of low income individuals with mobility impairments by providing accessibility modifications with the construction of a ramp, the installation of grab bars and/or widening or doorways for 30 to 35 individuals at their place of residence. PROGRAM OB.TECTIVESo The primary objective of this project is to provide the opportunity for individuals with mobility impairments to remain productive citizens with the aid of a ramp, installation of grab bars and/or widening or doorways at their home, which are often the most basic accessibility requirements individuals need to maintain their independence in a residential setting. These accessibility features aid in preventing injury to the individual when entering/exiting the home, performing basic daily care needs and maneuvering through their home. These accessibility features also make it easier for family members, friends, health care workers, and transportation providers to assist the individual. A ramp enables them to come and go as they choose so that they can go to work, attend religious services, visit the doctor, go grocery shopping, etc. Through this project EACH intends to assist these individuals in becoming less dependent on others in the community, give them the opportunity to get out and participate in community life and improve their physical and mental well being. PROGRAM SERVICES and ACTIVITIES Total Units of Services for Year Unduplicated Clients Served 35 Ramps Constructed 28 Grab Bars Installed 26 Widening of Doors 6 m F- m m X W O r 0 N N N M O M I-' L M N O QM L M M N a) co M N O C t� co co N a) co co N O O co M N Z U M M N O n d co M N O M O cM O O O O C:) o ro cn ° .L E W .> U C E N • O C O E 3 O ° m r a) E > t° .3 o N (6 E N E co Zi E a) w :3 O O E m > .T+ .L-+ O N Y C o m oC w c L Qi lN.. G ° Y 0 ° n CL a o 3 LO to E O r .0 .; CO @ •� U O L D O U C Q C3: O in > (ti O L (Q o Q. U c CITY OF FORT WORTH CDBG YEAR CONTRACT PERIOD From: 6/1/2009 To: 5/31/2010 Name of Sub Grantee: REACHInc. , N ame of Program: Proj ect Ramp EXHIBIT C Page 1 of 3 Program CDBG F� Cost Cate ory Budget Funds a] [b [c [d PERSONNEL SERVICES Salaries $ 81400400 $ - $ 8,400.00 FICA $ 655,00 $ - $ 655.00 Life Insurance $ 97.42 $ - $ 97.42 Health Insurance $ 2,326.00 $ $ 2,326.00 Employment Tax - State $ 10.00 $ - $ 10.00 Employment Tax " Federal $ - $ - $ - Worker's Comp $ 55.00 $ - $ 55.00 Retirement $ - $ SUPPLIES Office Supplies $ 75.00 $ - $ 75.00 Postage $ 75.00 $ - $ 75,00 Teaching Aids $ - $ - $ - Food Supplies $ - $ - $ - Other : Building Materials $ 20,000,00 $ 20,000.00 $ - CONTRACTUAL SERVICES Telephone $ 375.00 $ - $ 375.00 Electric $ - $ - $ - Gas $ - $ - $ - Water/Waste Disposal $ - $ - $ - Rent [Building] $ 880.00 $ - $ 880.00 Custodial Services $ - $ - $ - Office Equipment Rental $ - $ - $ - Printing $ - $ - $ Repairs $ - $ - $ Fidelity Bond $ 32.00 $ - $ 32.00 Liability Insurance $ 162.00 $ - $ 162.00 Legal & Accounting $ - $ - $ - Private Auto Allowance - Local $ 750.00 $ - $ 750.00 Advertising $ - $ - $ Conference & Seminars $ - $ - $ - Contractual Services $ 30,000,00 $ 30,000,00 $ - Miscellaneous $ - $ - $ - CAPITAL OUTLAY $ - Office Furniture $ $ - $ Computer Equipment $ - $ - $ - Other: Described $ $ $ TOTAL $63,892,42 $50,000.00 $13,892,421 $0,001 $0,001 $0.00 MATCHING FUND SOURCES [a] REACH, Inc. Match Funds [b] [c] [d] 1 2 3 4 5 6 7 8 TOTAL STAFF SALARIES CATEGORY FICA Life Insurance Health Insurance Employment Tax Worker's Comp Retirement H TOTAL FRINGE BENEFITS BUDGET DETAIL PERSONAL SERVICES Hourly Annual % of Position / Title Rate Hours Time 0.00 2080 FRINGE BENEFITS Page 2 of 3 Amount 0.00 %Paid %Paid % of Payroll Amount by Agency by CDBG Amount 0.00% 0% 4% - 0.00% 0% 0% 0.00% 0% 0% 0.00% 0% 0% 0.00% 0% 0% 0.00% 0% 0% TOTAL PERSONNEL SERVICES $ - CATEGORY Telephone Electric Gas Waste/Water Disposal Other Total Utilities 1 2 3 TOTAL BUILDING LEASE CATEGORY Fidelity Bond Liability Insurance Legal & Accounting Office Supplies Postage Printing Mileage Advertising TOTAL OTHER EXPENSES EVENT BUDGET DETAIL UTILITIES AVERAGE COST PER NUMBER OF MONTHS MONTH Page 3 of 3 AMOUNT BUILDING LEASE BUILDING COST PER SQUARE LOCATION NO, SQUARE FOOT FOOT AMOUNT OTHER EXPENSES TOTAL CHARGE %CHARGED TO CDBG AMOUNT CONFERENCES AND SEMINARS TOTAL CHARGE 1 2 3 TOTAL CONFERENCES AND SEMINARS ITEM CHARGED TO CDBG AMOUNT OFFICE EQUIPMENT RENTAL TOTAL CHARGE CHARGED TO CDBG 1 Copier Lease 0% 2 TOTAL OFFICE EQUIPMENT RENTAL AMOUNT [�l EYHIBIT D CITY OF FORT WORTH HOUSING & ECONOMIC DEVELOPMENT `Audit Certification Form 1 �1� > Fiscal Year Endin q / / C Subrecipient: g� Mo Day Yr 2 During the fiscal year in which funds will be received, we will exceed the federal expenditure threshold of $500,000. We will have our Single Audit or Program Specific Audit completed and will submit the A-133 audit report within nine (9) months after the end of the audited fiscal year or thirty (30) days within its completion, whichever is the earlier date. ❑ During the fiscal year in which funds will be received, we will not exceed the $500,000 federal expenditure threshold required for a Single Audit or a Program Specific Audit to be performed this fiscal year. (Fill out schedule below) Federal Expenditure Disclosure Federal Funds Must be filled out if Single Audit or Program Audit is not required: Federal Grantor Pass Through Grantor Program Name & CFDA Number Contract Number Expenditures Total Federal Expenditures for this Fiscal rear Printed Name Authorized Signature (Must be CFO, CEO or equivalent) ��C� e,�rt� �✓� ,i� i r>�� Title (Must be CFO, CEO or equivalent) r �17 qD9'� i7 ld�i Phone Number Date 0 Failure to submit this or a similar statement or failure to submit a completed single audit package as described in the federally required audit requirements described in OMB Circulars A-133 by the required due date may result in suspension of funding and may affect agency's eligibility for future funding. Notwithstanding the above, this certification acknowledges the agency's commitment to meet all other financial reporting, financial statements, and other audit requirements as may be set forth in the contract. REACH Inc. Project Ramp EXHIBIT E CONFLICT OF INTEREST All Applicants The standards in OMB Circular A-110, Subpart C, provide that no employee, officer, or agent shall participate in the selection, award, or administration of a contract supported by Federal funds if real or apparent conflict of interest would be involved. Such a conflict would arise when an employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of the parties indicated herein, has a financial or other interest in the firm selected for an award. CDBG and HOME Applicants Only The CDBG regulations at 24 CFR 570 570.611 and HOME regulations at 24 CFR 92.356 provide that no person who is an employee, agent, consultant, officer, or elected official or appointed official of the recipient or Subrecipient that are receiving CDBG or HOME funds and (1) who exercises or has exercised any functions or responsibilities with respect to activities assisted with CDBG funds; or (2) who is in a position to participate in a decision -making process or gain inside information with regard to these activities, may obtain a financial interest from a CDBG-assisted or HOME -assisted activity, or have any interest in any contract, subcontract, or agreement with respect thereto, or the proceeds, thereunder, either for themselves or those with who they have family or business ties, during their tenure or for one (1) year thereafter. IF NO CONFLICTS EXIST, COMPLETE THE FOLLOWING: I certify that no conflict of interest exists between The City of Fort Worth and (REACH Inc.) I certify that no conflict of interest exists between the subcontractors of and (Name of Organization) IF THERE IS A CONFLICT, COMPLETE THE FOLLOWING: I certify that a conflict of interest does exist between The City of Fort Worth and (Name of Organization) I certify that a conflict of interest does exist between and (Name of subcontractor) (Name of Organization) Describe the nature of the conflict of interest below: (Please identify the individual, employment, and the conflict or potential conflict [their affiliation with your Signaty�e f Aut oriz�l Ag ne 4y O � ����` 1�_ Date (• a r �� `tt � ft; , ���i e� l (%F' �i;�{�-�"C� 6"_ !.� i o'7 ®e� Authorized Agency Official Name, Position Tide Typed Name and Title M&C Review Page 1 of 3 Official site of the City of Fort Worth, Texas DATE: 9/8/2009 REFERENCE NO.: C-23766 LOG NAME: 170910GRANTACT CODE: C TYPE: NOW PUBLIC CONSENT HEARING, NO SUBJECT: Authorize the Execution of Contracts and Interdepartmental Letters of Agreement for Social and Housing Services for Program Year 2009-2010 Funded with Grant Funds from the United States Department of Housing and Urban Development Under its Community Development Block Grant, Emergency Shelter Grant and Housing Opportunities for Persons with AIDS Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize the City Manager, or his designee, to execute contracts for federal grant funds for Program Year 2009-2010 for Community Development Block Grant, Emergency Shelter Grant and Housing Opportunities for Persons with AIDS grant funds, contingent upon receipt of adequate funding from the United States Department of Housing and Urban Development; 2. Authorize the City Manager, or his designee, to extend or renew the contracts for up to one year if an agency requests an extension and such extension is necessary for completion of the program; and 3. Authorize the City Manager, or his designee, to amend the contracts, if necessary, to achieve program goals, provided any amendment is wn the scope of the program and in compliance with all applicable laws and regulations governing the use of federal grant funds. DISCUSSION: On April 15, 2009, the City's Action Plan for use of federal grant funds under the Community Development Block Grant Program (CDBG), HOME Investment Partnerships Program (HOME), Emergency Shelter Grant (ESG), and Housing Opportunities for Persons With AIDS Program (HOPWA) (M&C G-16513) was submitted to the United States Department of Housing and Urban Development (HUD). On May 1, 2009, HUD requested a revised Action Plan that provided more detail on the programs to be undertaken. The City's revised Action Plan (M&C G-16600) was submitted to HUD on June 23, 2009, and approved on June 27, 2009. The revised Action Plan allocated $1,043,688.00 in CDBG funds to public services activities including child care, youth and senior services and other housing related services that benefit primarily low and moderate income or disabled and disadvantaged populations. It also allocated $865,754.00 in HOPWA funds to non-profit organizations providing housing and supportive services to persons with AIDS and awarded $279,757.00 in ESG funds to homeless services providers and local emergency shelters. The City's Community Development Council reviewed grant fund proposals and heard presentations in public meetings and recommended grant awards as part of the Action Plan development process. Contracts will be executed with the agencies listed below and in accordance with HUD recommendation, interdepartmental letters of agreement executed by the respective department heads will be used to govern all grant funded activities implemented by City departments. All contracts and interdepartmental letters of agreement will authorize reimbursement of eligible costs M&C Review as of their initial dates. In order to approve the revised Action Plan, HUD required that the eight programs listed below have a contract term of 11 months from July 1, 2009, to May 31, 2010, for their full grant award. Each agency or department was notified of the shortened contract period and agreed with the adjustment. Organization Senior Citizen Services -Como Senior Citizens Senior Citizen Services -Diamond Hill Senior Center Senior Citizen Services -Doc Session Senior Citizens YWCA Fort Worth and Tarrant County -Child Development Program The Salvation Army-S.T.A.R.T. CFW-PACSD-Northside Community Action Partners (CAP) Rehabilitation CFW-PACSD-Northside Community Action Partners (CAP) Utility Payments CFW-PACSD-Como Kids CFW-PACSD-Woodhaven After School Enrichment TOTAL CDBG Amount $18,000600 $18,000.00 $161000000 $1351000.00 $20,000.00 $61431.00 $191293000 $25,000.00 $16,200.00 $ 2739924.00 The agencies implementing the programs and activities listed below will be awarded contracts for a full 12 month term. Community Development Block Grant (CDBG): Organization Amount AB Christian Learning Center -Stop Six Community Go Center $20,000000 Boys and Girls Club of Greater Fort Worth-Estrellas $14,400.00 Cenikor Foundation -Substance Abuse Sevcs/Homeless $21,000000 Child Care Associates -Child Care $1172000.00 CJ's Studio of Performing Arts -Dance Studio $10,886.00 Clayton YES -Greenbrier Preschool $18,000400 Clayton YES -School Aged Child Care $54,000.00 Cook Children's Health Care System -Save a Smile $21,870000 Cornerstone Assistance -New Life Center $15,297200 Cultural Center of Americas-GED/Adult Literacy in Spanish $18,070.00 Day Resource Center for the Homeless $50,000000 EFW Montessori School, Inc. -Montessori Child Care $20,000.00 Fort Worth Housing Authority-Amaka Child Care Center $27,000000 Girls, Inc., of Tarrant County -Girl Power $12,600000 CFW-HED Housing Counseling and Foreclosure Prevention $451000.00 JMAC Youth Center of Tarrant County $25,000000 The Ladder Alliance -Employment Training $207000.00 Latin Arts Association, d/b/a Arles de la Rosa- After School Drama Program $20,000000 Meals on Wheels, Inc., of Tarrant County -Home Delivered Meals $33,696400 Mental Health Association of Tarrant County -Ombudsman Program $15,750000 Mental Health Association of Tarrant County -Mental Health Advocate $22,275200 Northside InterChurch Agency -Good Works/Buenas Obras $21,092500 REACH, Inc. -Project Ramp $50,000600 Tarrant Area Food Bank -Community Kitchen $181000.00 United Community Centers -Crisis Intervention Program $16,200000 UNT Health Science Center -Community Go Center $20,000800 YMCA of Metropolitan -School Age Child Care $25,000.00 YWCA -My Own Place $17,628000 Page 2 of 3 M&C Review TOTAL CDBG $769,764.00 Emergency Shelter Grant (ESG . Organization Amount Presbyterian Night Shelter -Emergency Shelter $181,561.00 SafeHaven of Tarrant County -Shelter Operations $20,000000 SafeHaven of Tarrant County -Supportive Childcare $15,157.00 YWCA Fort Worth and Tarrant County -Supportive Living $131039.00 City of Fort Worth PACSMHIPP $50,000000 TOTAL ESG $2799757.00 Housing Opportunities For Persons With AIDS (HOPWA): Organzation Amount AIDS Outreach Center-HOPWA $428,952200 AIDS Resources of Rural Texas-HOPWA $102,778000 Catholic Charities -Lady Hogan Project $64,652.00 Tarrant County Samaritan Housing, Inc. -Supportive Services $269,372000 TOTAL HOPWA $865,754.00 FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations funds will be available in the current operating budget, as appropriated, of the Grants Fund, contingent upon approval and receipt of adequate funding from HUD for the term beginning June 1, 2009, and ending May 31, 2010. TO Fund/Account/Centers Submitted for City Manager's Office b� Originating Department Head: Additional Information Contact: ATTACHMENTS FROM Fund/Account/Centers GR76 539120 017206353XXX GR76 539120 017206354XXX GR76 539120 017206350XXX Tom M. Higgins (6192) Jesus "Jay" Chapa (5804) Barbara Asbury (7331) $279 ,757.00 $8651754.00 Page 3 of 3