Loading...
HomeMy WebLinkAboutContract 40984STATE OF TEXAS § COUNTIES OF TARRANT § AND DENTON § CLTY SECRETARYL CONTRACT NO. UNITED COMMUNITY CENTERS, INC. SAFE HAVEN YOUTH PROGRAM BETHLEHEM (BETHLEHEM COMMUNITY CENTER) THIS Agreement is made between the City of Fort Worth ("City"), a municipal corporation, acting herein by and through Tom Higgins, its duly authorized Assistant City Manager, and United Community Centers, Inc., ("UCC") acting by and through Celia Esparza, it duly authorized President/CEO. RECITALS WHEREAS, City has determined that Youth SafeHaven Programs are necessary to support crime prevention in the City during FY 2011 to support the adoption of a prevention focus by the police department and the community and to provide a secure environment for children; and WHEREAS, UCC has agreed to operate a Youth SafeHaven Program" which will provide a secure environment in which children can receive educational tutoring assistance; and support the adoption of a prevention focus by the police department and the community; and WHEREAS, City desires to contract with UCC to operate the SafeHaven Youth Program at their Bethlehem Community Center, 970 E. Humbolt, Fort Worth, Texas 76104; and WHEREAS, City, as consideration for the performance of UCC, has appropriated monies in the CCPD Budget as reimbursed by the CCPD in the amount of $106,389.00 ("Program Funds") to provide to UCC for the operation of the SafeHaven Program at the Bethlehem Center; NOW, THEREFORE, in consideration of the mutual covenants herein expressed, the parties agree as follows: AGREEMENT 1. Responsibilities of Contractor Contractor covenants and agrees to fully perform, or cause to be performed, with good faith and due diligence, all work and services described in Exhibit "A" - -Performance Measures, attached, and incorporated herein for all purposes incident to this OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 1 ���_j1-10 P12:07 IN Agreement. Contractor shall be responsible for day-to-day administration of the SafeHaven Youth Program at Bethlehem Center. Contractor agrees to expend the Program Funds in accordance with its the Safe Haven Youth Program budget, described in Exhibit "B", attached. 2. Program Funds 2.1 In no event shall the total distributions of Program Funds from City made to the Contractor during the term of this Agreement exceed the total sum of $106,389.00. Contractor shall keep all Program Funds in a specific account designated only for the Program Funds, and shall not commingle the Program Funds with any other monies. In the event this Agreement is terminated, for any reason at any time, Contractor shall return to City any unused portion of Program Funds distributed hereunder. 2.2 Payment of the Program Funds from City to Contractor shall be made on a cost- reimbuisement basis following receipt by City from Contractor of a signed Request for Reimbursement (RFR) and copies of all receipts. Contractor shall deliver to City a written detailed Program Narrative as described in Section 4 2 below with each RFR to support expenditure of Program Funds. Such narrative shall be signed by the Contractor or duly authorized officer of the Contractor. The RFR, as described in Exhibit "C", attached, and monthly report shall be submitted to City no later than the 15th day following the end of the month Submittal of a monthly RFR and Program Narrative is required even if services are not provided. When services are not provided during a month, a negative RFR and Program Narrative is required. Submit monthly RFR with an original signature by an authorized representative to the Contracts and Grants Division of the Fort Worth Police Department. ATTENTION: Gerald Chandler, 350 W. Belknap, Fort Worth, Texas, 76102. Reimbursements will not be made until after receipt of an acceptable and approved RFR and a monthly programmatic report from the Contractor. Reimbursements shall be made within 30 days receipt of said documents 2.3 Contractor is authorized to adjust any categories in the budget in an amount not to exceed 5% of those particular categories without prior approval of City, as long as the total sum does not exceed the amount of the Program Funds; however, Contractor must notify City in writing of any such adjustments Any adjustment of more than 5% of each category must have written permission from City prior to any budget adjustment being made Any program income earned directly as a result of the must be reported monthly and may be expended on the SafeHaven Youth Program Bethlehem with written permission from the Contract Administrator (see paragraph 13.3). Budget adjustments shall be submitted to the Research and Planning Unit of the Fort Worth Police Department, ATTENTION: Gerald Chandler, 350 W. Belknap, Fort Worth, Texas, 76102. 2 3. Term The term of this Agreement is for a period beginning on October 1, 2010, and ending on September 30, 2011. All of Contiactor's expenditures under this Agreement must be completed prior to September 30, 2011. The agreement may be extended by mutual written agreement of both parties for up to four one year terms. 4. Program Performance 4.1 Contractor agrees to maintain full documentation supporting the performance of the work and fulfillment of the objectives set forth in Exhibit "A". 4.2 Contractor agrees to provide a monthly Performance Narrative to document the performance of the work described in Exhibit 'A." The Performance Narrative shall document the program activity names, numbers of participants attending, details of the activities, and a description of the goals achieved in support of the CCPD goals. Additionally, the Project Narrative must include any successes realized in descriptive detail. The monthly Performance Narrative shall be submitted to City no later than the 15th day after the end of each month. 5. Default and Termination 5.1 This Agreement is wholly conditioned upon the actual receipt by City of Program Funds from the CCPD. All monies distributed to Contractor hereunder shall be exclusively from monies received from the CCPD, and not from any other monies of City. In the event that funds from the CCPD are not timely received in whole or in part, City may, at its sole discretion, terminate this Agreement and City shall not be liable for payment foi any work or services performed by Contractor under or in connection with this Agreement 5.2 If for any reason at any time during any term of this Agreement, City Council of City fails to appropriate funds sufficient foi City to fulfill its obligations under this Agreement, City may terminate this Agreement to be effective on the later of (i) thirty (30) days following delivery by City to Contractor of written notice of City's intention to terminate or (ii) the last date for which funding has been appropriated by City Council for the purposes set forth in this Agreement. 5.3 This Agreement may be terminated by City, in whole or in part, whenever such termination is determined by City to be in the best interest of City; in event of Contractor default, inability to perform or to comply with the terms herein; or for other good cause. 5.4 Termination will be effected by delivering to Contractor a notice of termination, specifying the portion of the Agreement affected and the effective date of termination. Upon Contractor's receipt of notice of termination, Contractor shall: 3 (a) Stop work under the Agreement on the date and to the extent specified in the notice of termination; (b) Place no further order or subcontracts, except as may be necessary for completion of the work not terminated, (c) Terminate all orders and contracts to the extent that they relate to the performance of the work terminated by the notice of termination; and (d) Cease expenditures of Program Funds, except as may be necessary for completion of the work not terminated. 5.5 In the event City suspends or terminates this Agreement for cause, and the cause for such suspension or termination is determined to be invalid, the Contractor's sole remedy shall be reinstatement of this Agreement Contractor expressly waives any and all rights to monetary damages, including but not limited to actual, consequential, and punitive damages, court costs and attorney's fees. 5.6 Within thirty (30) days following the date of termination of this Agreement, Contractor shall return to City any property provided hereunder or as so directed by the Contract Administiator (see paragraph 13.3). City will have no responsibility or liability for Contractor's expenditures or actions occurring after the effective date of termination of the Agreement 6. Equipment and Maintenance All equipment purchased with Program Funds must meet all eligibility requirements of City. Contractor shall maintain all equipment used in the administration and execution of the SafeHaven Youth Program Bethlehem. Contractor shall maintain, replace or repair any item of equipment used in support of the SafeHaven Youth Program Bethlehem and/or for use under the terms of this Agreement that no longer functions or is lost or stolen. The cost for maintenance, replacement or repair of any equipment used in support of the SafeHaven Youth Program Bethlehem and/or for use under the terms of this Agreement is the sole responsibility of Contractor. Contractor shall not use Program Funds or City funds to repair or replace said equipment. Contractor shall use any and all equipment purchased with Program Funds exclusively in support of the SafeHaven Youth Program Bethlehem. Within 10 days following the purchase of equipment, Contractor shall submit to City a detailed inventory of all equipment purchased with Program Funds. The equipment inventory shall include an itemized description of each piece of equipment, the date each piece of equipment was purchased, the cost of purchase for each piece of equipment, and the location of each piece of equipment 7. Administrative Requirements 71 Contractor agrees to keep sufficient records to document its adherence to applicable local, state and federal regulations, along with documentation and records of all receipts and expenditures of Program Funds. All records shall be retained for three (3) years following the termination or completion of this Agreement City or its representatives shall have the right to investigate, examine and audit at anytime any and 4 all such records relating to operations of Contractor under this Agreement Contractor, its officers, members, agents, employees, and subcontractors, upon demand by City, shall make such records readily available for investigation, examination, and audit. In the event of such audit by City, a single audit of all Contractors' operations will be undertaken and may be conducted either by City or an independent auditor of City's choice. Contractor shall submit a copy of any audit performed by their independent auditor within 30 days of receipt of the final audit report. 7.2 If any audit reveals a questioned practice or expenditure, such questions must be resolved within fifteen (15) days after notice to Contractor by City. If questions are not resolved within this period, City reserves the right to withhold further funding under this and/or future contract(s) with Contractor. 7.3 If, as a result of any audit, it is determined that Contractor misused, misapplied or misappropriated all or any part of the Program Funds, Contractor agrees to reimburse 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, misapplication or misappropriation 7.4 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: providing final Performance Narrative, making final payments, disposing of the SafeHaven Youth Program Bethlehem assets as appropriate and as directed by City's Contract Administrator (see paragraph 13.3.). 7.5 Contractor covenants and agrees to fully cooperate with City in monitoring the effectiveness of the services and work to be performed by Contractor under this Agreement, and City shall have access at all reasonable hours to offices and records of the Contractor, its officers, members, agents, employees, and subcontractors for the purpose of such monitoring 8. Independent Contractor 8.1 Contractor shall operate hereunder as an independent contractor and not as an officer, agent, or 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 invitees. The doctrine of respondeat superior shall not apply as between City and Contractor, its officers, members, agents, servants, employees, subcontractors, program participants, licensees or invitees, and nothing herein shall be construed as creating a partnership or joint enterprise between City and Contractor. It is expressly understood and agreed that no officer, member, agent, employee, subcontractor, licensee or invitee of the Contractor, nor any program participant hereunder is in the paid service of City and that City does not have the legal right to 5 control the details of the tasks performed hereunder by Contractor, its officers, members, agents, employees, subcontractors, program participants, licensees or invitees. 8.2 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. 9. Indemnification 9.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, City and its officers agents, servants and employees from and against any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of or in connection with the execution, performance, attempted performance or nonperformance of this agreement and/or the operations, activities and services of the program described herein, WHETHER OR NOT CAUSED, IN WHOLE OR IN PART, BY ALLEGED NEGLIGENCE OF OFFICERS, AGENTS, SERVANTS EMPLOYEES, CONTRACTORS OR SUBCONTRACTORS OF CITY; and Contractor hereby assumes all liability and responsibility of City and its officers, agents, servants, and employees for any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever 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 herein, WHETHER OR NOT CAUSED IN WHOLE OR IN PART, BY ALLEGED NEGLIGENCE OF OFFICERS AGENTS, SFRVANTS, 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 or in connection with all acts or omissions of Contractor, its officers, members, agents, employees, subcontractors, invitees, licensees, or program participants, WHETHER OR NOT CAUSED, IN WHOLE OR IN PART, BY ALLEGED NEGLIGENCE OF OFFICERS AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS OR SUBCONTRACTORS OF CITY. 9.2 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 under this agreement, even if the injury, death, damage or loss is caused by City's sole or concurrent negligence. 9.3 Contractor shall require all of its subcontractors to include in their subcontracts a release and indemnity in favor of City in substantially the same form as above. 6 10. Non -Assignment No assignment or delegation of duties under this Agreement by Contractor shall be effective without City's prior written approval. 11. Prohibition Against Interest 11.1 No member, officer or employee of City, or its designees or agents; no member of the governing body of the locality in which the SafeHaven Youth Program is situated; and no other public official of such locality or localities who exercises any functions or responsibilities with respect to the SafeHaven Youth Program during his 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 hereunder. 11.2 No officer, employee, member or program participant of Contractor shall have a financial interest, direct or indirect, in this Agreement 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 Agreement voidable by City of Fort Worth. 12. Nondiscrimination 12.1 In accordance with the federal, state and local laws and ordinances, Contractor covenants that neither it nor any of its officers, members, agents, employees, program participants, or subcontractors, while engaged in performing this Agreement shall in connection with the employment, advancement, or discharge of employees, in connection with the teluis, conditions or privileges of their employment, discriminate against persons because of their age except on the basis of a bona fide occupational qualification, retirement plan, or statutory requirement. 12.2 Contractor will not unlawfully discriminate against any person or persons because of age, race, religion, age, disability, color, national origin, or familial status, nor will Contractor permit its officers, members agents, employees, subcontractors or program participants to engage in such discrimination. 7 13. Compliance 13.1 Contractor, its officers, members, agents employees, program participants, and subcontractors, shall abide by and comply with all laws, federal state and local including all ordinances, rules and regulations of City. If City calls to the attention of Contractor any such violation on the part of Contractor or any of its officers, members, agents, employees, subcontractors or program participants, then Contractor shall immediately desist from and correct such violation. 13.2 Contractor shall utilize Program Funds strictly for those purposes and goals intended under the terms and conditions of this Agreement If City calls the attention of Contractor to any such violations 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. 13.3 City designates Gerald Chandler, Contract Services Administrator, 817-392-4219, to act as Contract Administrator and delegates to this individual authority for Agreement administration, compliance, and monitoring. 14. Waiver of Immunity If Contractor is a charitable or nonprofit organization and has or claims an immunity or exemption (statutory or otherwise) from and against liability for damages or injury, including death to persons or property; Contractor hereby expressly waives its rights to plead defensively such immunity or exemption as against City. This section shall not be construed to affect a governmental entity's immunities under constitutional, statutory or common law. 15. Insurance Requirement 15.1 Contractor shall procure and shall maintain during the term of this Agreement the following insurance coverage: a. Commercial General Liability (CGL)• $1,000,000 per occurrence, with a $2,000 000.00 annual aggregate limit, in a form that is acceptable to the City's Risk Manager. b. Non -Profit Organization Liability or Diiectors & Officers Liability• $1,000,000 per occurrence, with a $1,000,000 annual aggregate limit, in a form that is acceptable to the City's Risk Manager. 15.2 Contractor's insurer(s) must be authorized to do business in the State of Texas for the lines of insurance coverage provided and be currently rated in terms of financial strength and solvency to the satisfaction of the City's Risk Manager. 15.3 Each insurance policy required herein shall be endorsed with a waiver of subrogation in favor of the City Each insurance policy required by this Agreement, 8 except for policies of worker's compensation or accident/medical insurance shall list the City as an additional insured. City shall have the right to revise insurance coverage requirements under this Agreement 15.4 Contractor further agrees that it shall comply with the Worker's Compensation Act of Texas and shall provide sufficient compensation insurance to protect Contractor and City from and against any and all Worker's Compensation claims wising from the work and services provided under this Agreement. 16. Miscellaneous Provisions 16.1 The provisions of this Agreement are severable and if for any reason a clause, sentence paragraph 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 affect other provisions which can be given effect without the invalid provision. 16.2 City's failure to insist upon the performance of any term or provision of this Agreement or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extent of City's right to assert or rely upon any such term or right on any future occasion. 16.3 Should any action, whether real or asserted, at law or in equity, arise out of the execution, performance, attempted performance or non-performance of this Agreement, venue for said action shall he in Tarrant County, Texas. 16.4 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 Agreement and to perform the responsibilities herein required. 16.5 This written instrument and the exhibits attached hereto, which are incorporated by reference and made a part of this Agreement 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 Agreement must be in writing and must be approved by each party. 16.6 All notices required or permitted by this Agreement 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 as follows or at such other address as the receiving party designates by proper notice to the sending party. 9 1 CITY: Thomas Higgins, Assistant City Manager City Manager's Office City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 Copies To: Gerald Chandler, Contract Administrator Fort Worth Police Department 350 W. Belknap Street Fort Worth, TX 76102 Monica Wood Assistant City Attorney Fort Worth Police Department 350 West Belknap Street Fort Worth, TX 76102 2. CONTRACTOR: Sherry Dunn, Program Director United Community Centeis, LLC 970 E Bolt Street Fort Worth, Texas 76104 (187) 927-5556 Ext 113 16.7 None of the performance rendered under this Agreement shall involve, and no portion of the Program 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. 16.8 Contractor certifies that it has obtained a 501 (c) (3) Certificate from the Internal Revenue Service. Contractor shall notify City in writing of any changes to its 501 (c) (3) tax-exempt status during the team of this Agreement. 16.9 Captions and headings used in this Agreement are for reference purposes only and shall not be deemed a part of this Agreement. 16.10 The provisions and conditions of this Agreement are solely for the benefit of City and Contractor and are not intended to create any rights, contractual or otherwise, to any other pei son or entity. [THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK.] 10 IN WITNESS WHEREOF, the parties hereto have executed this agreement in multiples in Fort Worth, Tarrant County, Texas, to be effective October 1, 2010. CITY OF FORT WORTH 4re. Jeffrey W. Halstead Chief of Police • Tom Higgins First Assistant City Manager APPROVED AS TO FORM AND LEGALITY: fruit <triGQ `Monica Wofford-'�CTood Assistant City Attorney ATTEST: CUICCWAA- City Secretary Authorization: Contract No. LkOet S "f m&c: Qae Dt4Lk 5o 1 ILI] UN TED COMMUNITY f RS, IN „oc e ' a Esparza President\CEO 6 eCe 4. '000 Ode; Ob. 0 00 A5)_Y ° 0 pi /21 s�'�` O4S QO "V � n 11EXAr 4tteA<Sie lifiruatlat04 lPe • OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 11 UNITED COMMUNITY CENTERS, INC. SAFE HAVEN YOUTH PROGRAM BETHLEHEM (BETHLEHEM COMMUNITY CENTER) Fiscal Year Ended 09/30/2011 Exhibit A Center Director PT ACT III Associate PT Child Care Associate PT Front Desk Clerk Contract Services (Tutors, Coaching, Instructors and fees) Supplies Transportation Benefits and Taxes Other Includes telephone, postage, utilities, security, liability insurance, repairs & maint. $ 13,312.00 $ 20,800.00 $ 19,282.00 $ 7,488.00 $ 30,000.00 $ 3,960.00 $ 3,000.00 $ 6,000.00 $ 2,547.00 Total $ 106,389.00 UNITED COMMUNITY CENTERS, INC. SAFE HAVEN YOUTH PROGRAM BETHLEHEM (BETHLEHEM COMMUNITY CENTER) Fiscal Year Ended 09/30/2011 Exhibit B Safe Haven Program Program Service Units Youth Served by Program 200 (unique) Hours Recreational & Athletic Activities 16,000 of 12,000 Hours of Cultural Enrichment Activities 7,500 Hours of Educational Enhancement Activities 5,600 Hours of Alcohol & Substance Abuse Prevention Activities Page 1 of 2 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 9/14/2010 DATE: Tuesday, September 14, 2010 LOG NAME 35UCCYOUSAFEHAVEN SUBJECT: Authorize the City Manager to Execute a Contract with the United Community Center in the Amount of $106,389.00 to Continue Operation of a Youth Safe Haven Program at the Bethlehem Community Center in Fort Worth (COUNCIL DISTRICT 8) RECOMMENDATION: It is recommended that the City Council: REFERENCE NO.: **C-24430 1. Authorize the City Manager to execute a contract not to exceed $106,389.00 with the United Community Center, a non-profit organization, to continue operation of a Youth Safe Haven Program at the Bethlehem Community Center; and 2. Authorize the contract to be extended for up to four one-year periods without further action from City Council. DISCUSSION: The Youth Safe Haven Program began in 1991 as part of a Weed and Seed Grant, which expired September 30, 2000. The original Safe Haven Program was first operated in the near southeast part of Fort Worth and was later expanded to other designated sites in Fort Worth. Youth Safe Havens are places where children in targeted neighborhoods play and learn with other children without the fear of being a victim of crime. The United Community Center, UCC, provides a Youth Safe Haven Program for youth living within a five mile radius of the Bethlehem Community Center located at 970 East Humbolt Street On October 9, 2001, the City Council authorized the City Manager to execute a contract for the continued operation of the Youth Safe Haven Program to be operated by the UCC and the program has continued through Fiscal Year 2010. This Mayor and Council Communication will authorize the program to continue through Fiscal Year 2011 and for four additional years through Fiscal Year 2015 without further action by City Council. Funding in the amount of $106,389 00 has been appropriated in the Fiscal Year 2011 Crime Control and Prevention District (CCPD) budget as adopted The program provides youth with quality programs in character/leadership, educational activities, cultural arts, health/life skills and recreation. Program staff address additional educational, social, psychological and physical needs youth may experience The program's focus and goal is to change lives by caring for the 'whole child." This approach provides youth the tools they need to become responsible adults. The Bethlehem Community Center is located in COUNCIL DISTRICT 8. FISCAL INFORMATION / CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current operating budget, as appropriated, of the Crime Control and Prevention District Fund FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers • http://apps.cfwnet.org/ecouncil/printmc.asp?id=13951 &print=true&DocType=Print 10/18/2010 Page 2 of 2 GR 79 539120 0359808 $106,389.00 CERTIFICATIONS: Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS No attachments found. Tom Higgins (6293) Jeffrey W. Hallstead (4210) Monique Lee (4220) http://apps.cfwnet.org/ecouncil/printmc.asp7id=13951&print=true&DocType=Print 10/18/2010