Loading...
HomeMy WebLinkAboutContract 56783 CSC No. 56783 FORT WORTUr VENDOR SERVICES AGREEMENT This VENDOR SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH("City"),a Texas home rule municipal corporation,acting by and through its duly authorized Assistant City Manager, and CDFI FRIENDLY AMERICA, LLC ("Vendor"), a Pennsylvania limited liability company, actin by and through its duly authorized representative, each individually referred to as a"party"and collectively referred to as the"parties." RECITALS WHEREAS,on March 11,2020,the World Health Organization declared COVID-19 a worldwide pandemic; WHEREAS, on March 11, 2021, President Joseph Biden signed the American Rescue Plan Act ("ARPA") to provide support to State and local governments to respond to the financial impacts of the COVID-19 pandemic; WHEREAS,the State and Local Fiscal Recovery Funds ("FRF") authorized in ARPA (C.F.D.A 921.027) are to be used to mitigate the ongoing effects of COVID-19 and support the nation's pandemic recovery; WHEREAS,the City has received FRF funds to respond to the continuous impact of COVID-19 as outlined in the Interim Final Rule(IFR)promulgated by the Department of Treasury("Treasury"); WHEREAS, Treasury has issued guidance for the use of FRF in the form of Frequently Asked Questions,and will continue to issue guidance and clarification on the appropriate use of these funds; WHEREAS,Treasury guidance specifically notes FRF can be deployed for a broad range of uses to address the disproportionate economic impacts of the crisis on the hardest-hit communities,populations, and household and to provide services and additional investments in qualified census tracts; WHEREAS, minority owned firms and communities of color have shown disproportionate financial impacts from the pandemic; therefore, City Council has determined that entering into this Agreement is an eligible use of funds as response to negative economic impacts on hard-hit communities (M&C 21-0809);and THEREFORE, for and in consideration of the mutual undertaking hereinafter set forth and for adequate consideration given,the City and Vendor agree to the following: AGREEMENT OFFICIAL RECORD CITY SECRETARY Vendor Services Agreement FT. WORTH TX v.1.3(August 27,2021) 1. Scope of Services. The parties agree that the recitals set forth above are true and correct and form the basis for this Agreement and are hereby incorporated by reference into the body of this Agreement. The Vendor must provide consulting services in assessing the potential roles of Community Development Financial Institutions ("CDFI") financing in the community, organizing potential CDFI- friendly strategies, developing an actionable CDFI friendly business plan, and providing the City with consultative capacity-building support for the implementation of that business plan ("Services"), which Services are set forth in more detail in Exhibit"A,"attached hereto and incorporated herein for all purposes. 2. Term. This Agreement will be effective beginning November 1,2021 ("Effective Date") and expire on April 30,2023,unless terminated earlier in accordance with this Agreement("Term"). 3. Monetary Commitment. 3.1 The City's total commitment under this Agreement and any related agreements mentioned herein will not exceed Three Million Dollars and Zero Cents ($3,000,000.00) ("City Commitment"). The City's Commitment is broken down as follows: 3.1.1 City will pay an amount up to One Million Five Hundred Thousand Dollars and Zero Cents ($1,500,000.00) for all Services performed and expenses incurred under this Agreement in accordance with Exhibit B, which is attached hereto and incorporated herein for all purposes. (a) City will pay Vendor for Services in accordance with the Prompt Payment Act(Chapter 2251 of the Texas Government Code) and provisions of this Agreement. (b) Vendor will not perform any additional services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City will not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. 3.1.2 City will commit up to Five Hundred Thousand Dollars and Zero Cents ($500,000.00) for a pool of grant funding that the Vendor will use to incentivize CDFI engagement in Fort Worth during this contract period while CDFI Friendly Fort Worth (See Exhibit A) is ramping up its operations and outreach ("Grant Funding'). The City and Vendor will enter into a separate agreement to set out the terms and conditions for the Grant Funding. 3.1.3 City will commit up to One Million Dollars and Zero Cents ($1,000,000.00) to seed capitalize the CDFI Friendly Fort Worth Enhancement Fund ("Enhancement Fund"). The intent of the Enhancement Fund is to help finance small business, affordable housing, individuals, nonprofits, and commercial real estate to advance the CDFI Friendly strategy on a pari pasu basis alongside CDFIs. The City and Vendor will enter into a separate agreement to set out the terms and conditions for the Grant Funding. 3.2 Vendor acknowledged that it is a recipient of the City's FRF and will follow the guidelines as provided in Exhibit C (attached hereto and incorporated herein for all Vendor Services Agreement Page 2 of 21 v.1.3(August 27,2021) e ' purposes)and all guidance issued by the Treasury pertaining to proper use of FRF. 3.3 Any and all unspent FRF will be kept and maintained in accordance with all applicable federal, state,and local laws, statutes,rules, and regulations. 4. Termination. 4.1. Written Notice. City or Vendor may terminate this Agreement at any time and for any reason by providing the other party with 30 days' written notice of termination. 4.2 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder,City will notify Vendor of such occurrence and this Agreement will terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever,except as to the portions of the payments herein agreed upon for which funds have been appropriated. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, City will pay Vendor for services actually rendered up to the effective date of termination and Vendor will continue to provide City with services requested by City and in accordance with this Agreement up to the effective date of termination. Upon termination of this Agreement for any reason, Vendor will provide City with copies of all completed or partially completed documents prepared under this Agreement. In the event Vendor has received access to City Information or data as a requirement to perform services hereunder, Vendor will return all City provided data to City in a machine readable format or other format deemed acceptable to City. 5. Disclosure of Conflicts and Confidential Information. 5.1 Disclosure of Conflicts.Vendor hereby warrants to City that Vendor has made full disclosure in writing of any existing or potential conflicts of interest related to Vendor's services under this Agreement.In the event that any conflicts of interest arise after the Effective Date of this Agreement,Vendor hereby agrees immediately to make full disclosure to City in writing. 5.2 Confidential Information.Vendor,for itself and its officers,agents and employees, agrees that it will treat all information provided to it by City ("City Information") as confidential and will not disclose any such information to a third party without the prior written approval of City. 5.3 Public Information Act. City is a government entity under the laws of the State of Texas and all documents held or maintained by City are subject to disclosure under the Texas Public Information Act.In the event there is a request for information marked Confidential or Proprietary, City will promptly notify Vendor.It will be the responsibility of Vendor to submit reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. 5.4 Unauthorized Access.Vendor must store and maintain City Information in a secure manner and will not allow unauthorized users to access,modify, delete or otherwise corrupt City Information in any way. Vendor must notify City immediately if the security or integrity of any City Information has been compromised or is believed to have been compromised,in which event, Vendor Services Agreement Page 3 of 21 v.1.3(August 27,2021) Vendor will, in good faith, use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and will fully cooperate with City to protect such City Information from further unauthorized disclosure. 6. Reportina Requirements,Audit,and Documentation. 6.1 Vendor must provide to City quarterly and annual reports containing all relevant data per the evaluation measures and key performance indicators mutually agreed upon by both parties, along with those set forth in ARPA, IFR, and any subsequent rule or guidance issued by the U.S.Treasury. 6.2 Vendor must supply quarterly and annual reports to City according to the schedule in Exhibit C. a. With each quarterly report,Vendor must provide invoices for eligible expenses as outlined in Appendix A along with proof of expenditures. b. All quarterly and annual reports must comply with ARPA, IFR, or any subsequent rule or guidance issued by the U.S.Treasury. 6.3 Vendor must submit an inventory log of all assets purchased through this program every two(2)years beginning two(2)years after the Effective Date.As provided for in the award terms,payments from the FRF as a general matter will be subject to the provisions of the Uniform Administrative Requirements,Cost Principles,and Audit Requirements for Federal Awards(2 CFR part 200) (the Uniform Guidance), including the cost principles and restrictions on general provisions for selected items of cost. 6.4 Vendor agrees that City will,until the expiration of the federal retention period as referenced in 2 CFR 200.334, have access to,and the right to examine at reasonable times,any directly pertinent books,documents,papers,and records(hard copy,as well as computer generated data) of Vendor involving transactions related to this Agreement. This right to audit also extends to any obligations assigned to any subcontracts or agreements formed between the Vendor and any subcontractors to the extent that those subcontracts or agreements relate to fulfillment of the Vendor's obligations to City under this Agreement. City will have access during normal working hours to all necessary facilities, staff,and workspace in order to conduct audits.City will provide the Vendor with reasonable advance notice of intended audits. The Vendor must provide records within ten(10)business days or a mutually agreed upon timeline. 6.5 If the U.S. Treasury requests recoupment from City any funds related to this Agreement, Vendor must reimburse the City within sixty (60) days from receipt of the final notice of recoupment.City agrees to work with Vendor throughout the recoupment timeline as promulgated in the IFR or any subsequent rule or guidance issued by the U.S.Treasury. 6.6 Vendor must keep and maintain,for a period not less than five (5)years after the completion of the Services,any and all records relating to the Services and distributed funds. 7. Independent Contractor. It is expressly understood and agreed that Vendor will operate as an independent contractor as to all rights and privileges and work performed under this Agreement, and not as agent, representative or employee of City. Subject to and in accordance with the conditions and provisions of this Agreement, Vendor will have the exclusive right to control the details of its operations Vendor Services Agreement Page 4 of 21 v.1.3(August 27,2021) and activities and be solely responsible for the acts and omissions of its officers, agents, servants, employees, Vendors, and subcontractors. Vendor acknowledges that the doctrine of respondeat superior will not apply as between City, its officers,agents,servants and employees,and Vendor,its officers,agents, employees, servants, contractors, and subcontractors. Vendor further agrees that nothing herein will be construed as the creation of a partnership or joint enterprise between City and Vendor. It is further understood that City will in no way be considered a Co-employer or a Joint employer of Vendor or any officers, agents, servants, employees, contractors, or subcontractors. Neither Vendor, nor any officers, agents, servants, employees, contractors, or subcontractors of Vendor will be entitled to any employment benefits from City.Vendor will be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of its officers, agents, servants, employees,or contractors. 8. Liability and Indemnification. 8.1 LIABILITY- VENDOR WILL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND PERSONAL INJURY, INCLUDING, INCLUDING, BUT NOT LIMITED TO, DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S),MALFEASANCE OR INTENTIONAL MISCONDUCT OF VENDOR, ITS OFFICERS, REPRESENTATIVES, AGENTS,SERVANTS,EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.2 GENERAL INDEMNIFICATION- VENDOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS, AND DEFEND CITY, ITS OFFICERS, AGENTS, REPRESENTATIVES, SERVANTS, AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO VENDOR'S BUSINESS AND ANYRESULTING LOST PROFITS)AND PERSONAL INJURY,INCLUDING, BUT NOT LIMITED TO, DEATH, TO ANY AND ALL PERSONS, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF VENDOR, ITS OFFICERS, AGENTS, REPREENTATIVES, SERVANTS,EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.3 INTELLECTUAL PROPERTY INDEMNIFICATION — Vendor agrees to defend, settle, or pay, at its own cost and expense, any claim or action against City for infringement of any patent, copyright, trade mark, trade secret, or similar property right arising from City's use of the software or documentation in accordance with this Agreement, it being understood that this agreement to defend,settle or pay will not apply if City modifies or misuses the software and/or documentation. So long as Vendor bears the cost and expense of payment for claims or actions against City pursuant to this section,Vendor will have the right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however,City will have the right to fully participate in any and all such settlement, negotiations, or lawsuit as necessary to protect City's interest, and City agrees to cooperate with Vendor in doing so. In the event City, for whatever reason, assumes the responsibility for payment of costs and expenses for any claim or action brought against City for infringement arising under this Agreement,City will have the sole right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, Vendor will fully participate and cooperate with City in defense of such claim or action. City agrees to give Vendor timely written notice of any such claim or action, with copies of Vendor Services Agreement Page i of 21 v.1.3(August 27,2021) all papers City may receive relating thereto. Notwithstanding the foregoing, City's assumption of payment of costs or expenses will not eliminate Vendor's duty to indemnify City under this Agreement.If the software and/or documentation or any part thereof is held to infringe and the use thereof is enjoined or restrained or, if as a result of a settlement or compromise,such use is materially adversely restricted,Vendor will,at its own expense and as City's sole remedy, either: (a) procure for City the right to continue to use the software and/or documentation; or (b) modify the software and/or documentation to make it non- infringing, provided that such modification does not materially adversely affect City's authorized use of the software and/or documentation; or(c) replace the software and documentation with equally suitable,compatible,and functionally equivalent non-infringing software and documentation at no additional charge to City; or (d) if none of the foregoing alternatives is reasonably available to Vendor terminate this Agreement, and refund all amounts paid to Vendor by City,subsequent to which termination City may seek any and all remedies available to City under law. 9. Assignment and Subcontracting. 9.1 Assignment. Vendor will not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of City. If City grants consent to an assignment, the assignee will execute a written agreement with City and Vendor under which the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement. Vendor will be liable for all obligations of Vendor under this Agreement prior to the effective date of the assignment. 9.2 Subcontract. If City grants consent to a subcontract,the subcontractor will execute a written agreement with Vendor referencing this Agreement under which subcontractor agrees to be bound by the duties and obligations of Vendor under this Agreement as such duties and obligations may apply. Vendor must provide City with a fully executed copy of any such subcontract. 10. Insurance. Vendor must provide City with certificate(s) of insurance documenting policies of the following types and minimum coverage limits that are to be in effect prior to commencement of any Services pursuant to this Agreement: 10.1 Coverage and Limits (a) Commercial General Liability: $1,000,000 - Each Occurrence $2,000,000- Aggregate (b) Automobile Liability: $1,000,000 - Each occurrence on a combined single limit basis Coverage will be on any vehicle used by Vendor, or its employees, agents, or representatives in the course of providing Services under this Agreement. "Any vehicle"will be any vehicle owned, hired and non-owned. (c) Worker's Compensation: Vendor Services Agreement Page 6 of 21 v.1.3(August 27,2021) Statutory limits according to the Texas Workers' Compensation Act or any other state workers' compensation laws where the Services are being performed Employers' liability $100,000- Bodily Injury by accident; each accident/occurrence $100,000- Bodily Injury by disease;each employee $500,000- Bodily Injury by disease;policy limit (d) Professional Liability(Errors&Omissions):E] $1,000,000- Each Claim Limit $1,000,000- Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability (CGL) policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage must be claims-made,and maintained for the duration of the contractual agreement and for two (2) years following completion of services provided. An annual certificate of insurance must be submitted to City to evidence coverage. 10.2 General Requirements (a) The commercial general liability and automobile liability policies must name City as an additional insured thereon, as its interests may appear.The term City includes its employees,officers,officials,agents,and volunteers in respect to the contracted services. (b) The workers' compensation policy must include a Waiver of Subrogation (Right of Recovery)in favor of City. (c) A minimum of Thirty (30) days' notice of cancellation or reduction in limits of coverage must be provided to City.Ten (10) days' notice will be acceptable in the event of non-payment of premium.Notice must be sent to the City in accordance with the notice provision of this Agreement. (d) The insurers for all policies must be licensed and/or approved to do business in the State of Texas.All insurers must have a minimum rating of A-VII in the current A.M.Best Key Rating Guide,or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of Risk Management is required. (e) Any failure on the part of City to request required insurance documentation will not constitute a waiver of the insurance requirement. (f) Certificates of Insurance evidencing that Vendor has obtained all required insurance will be delivered to the City prior to Vendor proceeding with any work pursuant to this Agreement. Vendor Services Agreement Page 7 of 21 v.1.3(August 27,2021) 11. Compliance with Laws,Ordinances,Rules and Reeulations. Vendor agrees that in the performance of its obligations hereunder, it will comply with all applicable federal, state and local laws, ordinances,rules and regulations and that any work it produces in connection with this Agreement will also comply with all applicable federal, state and local laws, ordinances, rules and regulations. If City notifies Vendor of any violation of such laws, ordinances, rules or regulations, Vendor must immediately desist from and correct the violation. 12. Non-Discrimination Covenant. Vendor, for itself, its personal representatives, assigns, contractors,subcontractors,and successors in interest,as part of the consideration herein,agrees that in the performance of Vendor's duties and obligations hereunder, it will not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM ARISES FROM AN ALLEGED VIOLATION OF THIS NON-DISCREVIINATION COVENANT BY VENDOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, CONTRACTORS, SUBCONTRACTORS, OR SUCCESSORS IN INTEREST, VENDOR AGREES TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS FROM SUCH CLAIM. 13. Notices. Notices required pursuant to the provisions of this Agreement will be conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the transmission,or(3)received by the other party by United States Mail,registered,return receipt requested, addressed as follows: To CITY: To VENDOR: City of Fort Worth CDFI Friendly America Attn: Assistant City Manager Adina Abramowitz 200 Texas Street 7340 Rural Lane Fort Worth,TX 76102-6314 Philadelphia,PA 19119 Facsimile: (817)392-8654 Email:[adina@cdfifriendlyamerica.con With copy to Fort Worth City Attorney's Office at same address 14. Solicitation of Employees. Neither City nor Vendor will, during the term of this Agreement and additionally for a period of one year after its termination,solicit for employment or employ, whether as employee or independent contractor, any person who is or has been employed by the other during the term of this Agreement, without the prior written consent of the person's employer. Notwithstanding the foregoing,this provision will not apply to an employee of either party who responds to a general solicitation of advertisement of employment by either party. 15. Governmental Powers. It is understood and agreed that by execution of this Agreement, City does not waive or surrender any of its governmental powers or immunities. 16. No Waiver. The failure of City or Vendor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein does not constitute a waiver of City's or Vendor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. Vendor Services Agreement Page 8 of 21 v.1.3(August 27,2021) 17. Governine Law/Venue. This Agreement will be construed in accordance with the laws of the State of Texas.If any action,whether real or asserted,at law or in equity, is brought pursuant to this Agreement, venue for such action will lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas,Fort Worth Division. 18. Severability. If any provision of this Agreement is held to be invalid, illegal or unenforceable,the validity, legality and enforceability of the remaining provisions will not in any way be affected or impaired. 19. Force Maieure. City and Vendor will exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but will not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to, compliance with any government law, ordinance, or regulation; acts of God; acts of the public enemy; fires; strikes; lockouts; natural disasters; wars; riots; epidemics or pandemics; government action or inaction; orders of government; material or labor restrictions by any governmental authority; transportation problems;restraints or prohibitions by any court,board,department,commission,or agency of the United States or of any States;civil disturbances;other national or regional emergencies;or any other similar cause not enumerated herein but which is beyond the reasonable control of the Party whose performance is affected(collectively, "Force Majeure Event"). The performance of any such obligation is suspended during the period of, and only to the extent of, such prevention or hindrance, provided the affected Party provides notice of the Force Majeure Event, and an explanation as to how it prevents or hinders the Party's performance, as soon as reasonably possible after the occurrence of the Force Majeure Event,with the reasonableness of such notice to be determined by the City in its sole discretion.The notice required by this section must be addressed and delivered in accordance with Section 13 of this Agreement. 20. Headings not Controlling. Headings and titles used in this Agreement are for reference purposes only,will not be deemed a part of this Agreement,and are not intended to define or limit the scope of any provision of this Agreement. 21. Review of Counsel. The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party will not be employed in the interpretation of this Agreement or Exhibits A,B, and C. 22. Amendments/Modifications/Extensions. No amendment, modification, or extension of this Agreement will be binding upon a party hereto unless set forth in a written instrument, which is executed by an authorized representative of each party. 23. Counterparts. This Agreement may be executed in one or more counterparts and each counterpart will, for all purposes,be deemed an original, but all such counterparts will together constitute one and the same instrument. 24. Warranty of Services. Vendor warrants that its services will be of a high quality and conform to generally prevailing industry standards. City must give written notice of any breach of this warranty within thirty (30)days from the date that the services are completed. In such event, at Vendor's option,Vendor will either(a)use commercially reasonable efforts to re-perform the services in a manner that conforms with the warranty, or (b) refund the fees paid by City to Vendor for the nonconforming services. 25. Immigration Nationality Act. Vendor must verify the identity and employment eligibility Vendor Services Agreement Page 9 of 21 v.1.3(August 27,2021) of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Vendor will provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor must adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Vendor employee who is not legally eligible to perform such services.VENDOR WILL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES,LIABILITIES,OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR AGENTS.City,upon written notice to Vendor,will have the right to immediately terminate this Agreement for violations of this provision by Vendor. 26. Ownership of Work Product. City will be the sole and exclusive owner of all reports, work papers,procedures,guides, and documentation that are created,published,displayed,or produced in conjunction with the services provided under this Agreement(collectively,"Work Product!). Further,City will be the sole and exclusive owner of all copyright,patent,trademark,trade secret and other proprietary rights in and to the Work Product. Ownership of the Work Product will inure to the benefit of City from the date of conception, creation or fixation of the Work Product in a tangible medium of expression (whichever occurs first).Each copyrightable aspect of the Work Product will be considered a"work-made- for-hire" within the meaning of the Copyright Act of 1976, as amended. If and to the extent such Work Product,or any part thereof,is not considered a"work-made-for-hire"within the meaning of the Copyright Act of 1976, as amended,Vendor hereby expressly assigns to City all exclusive right,title and interest in and to the Work Product,and all copies thereof,and in and to the copyright,patent,trademark,trade secret, and all other proprietary rights therein, that City may have or obtain, without further consideration, free from any claim, lien for balance due,or rights of retention thereto on the part of City. 27. Signature Authority. The person signing this Agreement hereby warrants that they have the legal authority to execute this Agreement on behalf of the respective party, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. This Agreement and any amendment hereto,may be executed by any authorized representative of Vendor.Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 28. Change in Company Name or Ownership. Vendor must notify City's Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records.The president of Vendor or authorized official must sign the letter.A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director's resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the specified documentation so may adversely impact future invoice payments. 29. No Boycott of Israel. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2271 of the Texas Government Code,the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel;and(2)will not boycott Israel during the term of the contract. The terms"boycott Israel" and"company"has the meanings ascribed to those terms in Section 2271 of the Texas Government Code. By signing this Agreement,Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott Israel; and (2)will not boycott Israel during the term of the Agreement. Vendor Services Agreement Page 10 of 21 v.1.3(August 27,2021) 30. Prohibition on Boycotting Energy Companies. Vendor acknowledges that, in accordance with Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1)does not boycott energy companies; and(2)will not boycott energy companies during the term of the contract. The terms"boycott energy company" and"company"have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code,as added by Acts 2021, 87th Leg.,R.S., S.B. 13, § 2. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement,Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1)does not boycott energy companies; and(2)will not boycott energy companies during the term of this Agreement. 31. Prohibition on Discrimination Against Firearm and Ammunition Industries. Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code,as added by Acts 2021, 87th Leg.,R.S.,S.B. 19, § 1,the City is prohibited from entering into a contract for goods or services that has a value of$100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement,by signing this Agreement,Vendor certifies that Vendor's signature provides written verification to the City that Vendor:(1)does not have a practice,policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2)will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 32. Electronic Signatures. This Agreement may be executed by electronic signature, which will be considered as an original signature for all purposes and have the same force and effect as an original signature.For these purposes,"electronic signature"means electronically scanned and transmitted versions (e.g.via pdf file or facsimile transmission)of an original signature,or signatures electronically inserted via software such as Adobe Sign. 33. Entirety of Agreement. This Agreement contains the entire understanding and agreement between City and Vendor,their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. Dec 6,2021 (signature page follolvs) IN WITNESS WHEREOF,the parties hereto have executed this Agreement in multiples. city: Vendor: Vendor Services Agreement Page 11 of 21 v.1.3(August 27,2021) By: Jesu%J.Chapa ec6, 0210� By: Name 1 Jay Chapa Name: dina Abramowitz Title: Deputy City Manager Title: an7 ng Member Dec 6,2021 Date: Date: FOR CITY OF FORT WORTH INTERNAL PROCESSES: Approval Recommended: Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration pig, s of this contract, including ensuring all By: performance and reporting requirements. Name: obert Sturns Title: Pirector,Economic Development By: Approved as to Form and Legality: Name: bert Sturn Title: Oirector,Economic Developmen> By: City Secretary: Name: yler F. Wallac Title: Assistant City Attorney Jan nette S.Goodall,City Secretary(Dec 6,20211.3 CST) By: Contract Authorization: Name: Ronald P.Gonzales M&C: [M&C 21-080q Title: Acting City Secretary Form 1295:[ 021-8170031 pOF°FORT as 'ry -000 d FYI. 0 j:j v °0 d 06 %,-I op °0000c000 O a��expsaap OFFICIAL RECORD CITY SECRETARY Vendor Services Agreement v.1.3(August 27,2021) FT. WORTH, TX EXHIBIT A SCOPE OF SERVICES Vendor will complete the Service for the City. The Services will result in building the City's capacity to attract,engage,and facilitate substantial new financing by CDFIs on a sustainable and ongoing basis. That capacity will be the product of a full range of organizations and individuals with working knowledge of CDFIs and understanding of CDFI financing. That financing will be in support of and consistent with the stated goals and priorities of the collaborative City-community education, organizing, and planning work defined by the Services. To perform the Services,the Vendor will work with the City's Economic Development Department in coordination with the Department of Diversity&Inclusion. Summary Vendor will begin work on November 1, 2021, and, in the absence of a force majeure, will complete the Services by April 30,2023.As part of the Services,the Vendor must: Inform and create a CDFI Friendly strategy to significantly increase CDFI financing in Fort Worth with a priority on financing for communities of color, people of color, and others that have long been denied full access to essential financing on reasonable and appropriate terms; - Help the City build the Fort Worth community's capacity by establishing an independent, permanent CDFI Friendly entity("CDFI Friendly Fort Worth")with appropriate local Board and staff to manage and execute the community's CDFI Friendly strategy; - Educate individuals and institutions that are interested in participating in this strategy on: o CDFIs and the CDFI industry, including what they finance,how they function,who they serve,what products they offer,and what complementary civic roles they play, o Non-CDFI (mainstream) financial institutions, including what they finance, how they function, who they serve, what products they offer, and what additional civic roles they plan, o Community development strategies and opportunities that might benefit the target markets the strategy identifies; o The fundamentals of community development finance; and o Other topics as needed and appropriate. - Research in quantitative and qualitative ways past community development efforts in Fort Worth, local market conditions, significant market trends and/or opportunities, and other elements that might affect the community's decisions; Research relevant community development and CDFI strategies in other markets that might be relevant to the emergent CDFI Friendly Fort Worth strategy; Create and coordinate a working coalition("the coalition")for the purposes of developing and implementing the strategy. The coalition will comprise: o City officials and staff, o Mainstream financial institution executives and staff working in Fort Worth, o CDFI executives and staff working in and interested in working in Fort Worth, Vendor Services Agreement Page 13 of 21 v.1.3(August 27,2021) o Entrepreneurs and real estate developers working in target markets or interested in working in target markets, o Business executives and staff interested in increasing the supply of flexible, affordable CDFI financing in Fort Worth, including but not limited to business executives and staff that seek access to this financing, o Business, civic, community,neighborhood,homeowner, and other associations interested in increasing the supply of flexible,affordable CDFI financing in Fort Worth, o Community development, small business, homeownership, and other capacity-building organizations that can increase the effectiveness of the CDFI Friendly strategy; o Other people and organizations interested in increasing the supply of flexible, affordable CDFI financing in Fort Worth; - Work with the coalition to identify credit gaps that CDFI financing might fill and prioritize them to inform the CDFI Friendly business strategy; - Without regard to the status of these steps towards creation of CDFI Friendly Fort Worth, refer potential CDFI financing customers in Fort Worth and facilitate,as appropriate,to a CDFI or CDFIs so that the CDFI(s)might finance the customers; Scope and scale the prospective financing markets in Fort Worth that are not currently served or are only partially filled by financial institutions, including but not limited to CDFIs, and where CDFI financing might produce significant economic,community, social,or other benefits; Prepare—in collaboration with the working coalition—a business plan that clarifies and illuminates key findings, assumptions, resource needs, market priorities, and projected outcomes of a CDFI Friendly strategy for Fort Worth; During the business planning process, engage—for the purpose of ensuring the business plan is appropriate and workable—Fort Worth residents, business owners, developers, City officials, financial institutions, CDFIs (including CDFIs that demonstrate interest in working in Fort Worth), CDFI investors (including investors that are not currently working in Fort Worth), CDFI funders,the federal CDFI Fund in the U.S.Department of the Treasury, and others who are important to the implementation of CDFI Friendly Fort Worth; - Train CDFI Friendly Fort Worth Board Members and staff in the requisite policies and practices of a CDFI Friendly entity and support them in developing policies and procedures; Work with the Board and staff of CDFI Friendly Fort Worth to capitalize the entity and its Enhancement Fund and to establish policies necessary for operation of the entity; - Assist the Board and staff of CDFI Friendly Fort Worth in its duties, including but not limited to identifying potential financing customers, identifying CDFIs for potential financing customers,facilitating CDFIs in working in Fort Worth,coordinating CDFI financing activity with local mainstream financial institutions,and other duties. Complete other duties as necessary to establish and operate CDFI Friendly Fort Worth. Key Assumptions Based on conversations to date,the Vendor is scoping its work based on the following assumptions: Vendor Services Agreement Page 14 of 21 v.1.3(August 27,2021) 1. The Vendor will provide expertise, information, research, and staffing to this engagement at its discretion, consistent with the guidance of the working coalition, and sufficient to complete the work on the schedule agreed to in this contract. 2. The Vendor will work on-site (in Fort Worth)to the greatest extent possible and as necessary to complete its work, allowing for the possibility that COVID-19 or other factors outside both the client's and the Vendor's control may affect the ability to travel and/or to meet in person during the engagement. 3. City will provide meeting spaces,as needed,most importantly for the two large meetings planned in January and June/July 2022. 4. City will commit the Grant Funding subject to the execution of a separately binding contract between the City and Vendor for the same. 5. City will commit to the Enhancement Fund subject to the execution of a separately binding contract between the City and Vendor for the same. 6. Vendor must provide periodic written updates to the client and responds in a timely and appropriate manner to all requests for information,updates,and presentations. 7. Vendor will organize monthly meetings with the City and will meet as needed as often as necessary to complete the Services. Workplan Consistent with GAANT chart attached to this Schedule,the Vendor will begin work on or about November l'and complete work on April 30,2023. Vendor's Services will involve four main activities: Outreach&Launch (November 2021-mid-January 2022) The effort will publicly"Launch"the second week of January 2022 at a kick-off gathering of all potential partners in Fort Worth.That meeting will present: - An introduction to CDFIs&the CDFI Industry - Why the City of Fort Worth is working on CDFI Friendly Fort Worth - Explanation of the CDFI Friendly Fort Worth model&Vision - Introduction of key Vendor and client personnel o Announcement of commitments of support from the City,financial institutions, community organizations,CDFIs,and others,as possible - Presentation of the CDFI Friendly Workplan&Timeline - Question and Answer - Next Steps In preparation for the launch, the Vendor will meet with City officials, community and neighborhood leaders,CDFI leaders,business leaders,financial institution leaders,and others to explain the Services and the CDFI Friendly approach. To the extent possible, Vendor will seek to secure public commitments of support for the effort.At the same time,the Vendor will review current and past community development and community development efforts in the City and will explore other,comparable cities where CDFIs are Vendor Services Agreement Page 15 of 21 v.1.3(August 27,2021) working to identify promising elements of successes there. Vendor will develop appropriate outreach and educational materials.Finally,Vendor will design,organize,plan,and run the January 2022 kickoff event. One goal for the kickoff meeting is to announce the City's financial commitment to the planned Enhancement Fund as well as supplemental incentive funding to bring CDFIs to Fort Worth early in the process to pursue financing opportunities while the work is in its earlier stages. Educating& Organizing(January-July 2022) Following the January event, the Vendor will conduct at least 50 group, community meetings for the primary purposes of(1)learning about potential credit gaps and(2)teaching participants about the potential roles CDFIs might play.These meetings will be organized in appropriate ways,i.e.,neighborhood residents in some instances and African American business leaders in other instances. In addition, those meetings will seek to identify and recruit potential working coalition members. The Vendor also will conduct at least 100 individual meetings with key leaders across sectors.The purpose of these meetings will be to learn about their past and ongoing efforts related to community development finance,their interest in the CDFI Friendly Fort Worth effort,their willingness(as appropriate in the cases of financial institutions and philanthropic institutions) to provide financial support to the resulting CDFI Friendly Fort Worth strategy, their potential interest in participating in the working coalition or in other roles,and their ability to provide guidance on potential credit gaps. The Vendor will create,organize, and facilitate the working coalition starting in January to help guide the educational and organizing capacity-building work, to introduce key prospective partners to one another, and to provide input for the June/July 2022 large-group gathering. In addition,the working coalition will assume responsibility with support from the Vendor for the production of 25-30 "deal sheets"—short summaries of potential CDFI financing opportunities in Fort Worth. These deal sheets may reveal active demand that CDFIs could meet during this period and will provide vital discussion material for the June/July 2022 meeting. The Vendor will work with CDFIs in Fort Worth, in Texas, and elsewhere to try to meet immediate CDFI financing demands. During the phase, the Vendor will assist in the formation of the CDFI Friendly Fort Worth entity—a nonprofit legal entity that will implement the CDFI Friendly Fort Worth strategy, continuing indefinitely after Vendor has completed its work. To that end,the Vendor will identify and meet with potential Board members, recommend to the working coalition the core Board members for start-up, and provide CDFI Friendly Board member training. In addition,to assist the core Board in its first and most important duty, the Vendor will facilitate a search for the founding Executive Director of the entity and assist the Board as it completes the process,resulting in the hiring and onboarding of that person. This organizational work will ensure that there is a local entity actively involved in business planning and implementation of CDFI Friendly Fort Worth. The Vendor will design,develop,plan,and conduct the June/July 2022 large-group convening.The purpose of this convening is to understand the depth and breadth of support for a CDFI Friendly Fort Worth strategy and,more concretely,to bring together partners around the"deal sheets"to demonstrate how CDFIs work in complement to banks,other financial institutions, community development and economic development organizations, local residents, and others. Finally, the convening will give final shape to the financing priorities of the Fort Worth community. Business Planning(July- October 2022) Vendor Services Agreement Page 16 of 21 v.1.3(August 27,2021) The Vendor will combine all of the work to date, organized around the priorities that result from the June/July 2022 convening, into a complete and actionable business plan. During preparation of the plan, the Vendor will work with the working coalition and remain in contact with key stakeholders in the City to test business assumptions and the specifics in the plan. The Vendor will engage in an iterative process with prospective participants in CDFI Friendly Fort Worth to gain feedback and to adapt the plan as needed. During these discussions, Vendor will work to secure financial commitments—as appropriate—from banks, philanthropic institutions, and others to the Enhancement Fund and to the ongoing operating costs of the CDFI Friendly Fort Worth entity. The plan will be a comprehensive CDFI Friendly Fort Worth action plan that the City and others will use to operationalize the strategy. It will provide a timeline, explain CDFI financing priorities, set financing goals, and detail steps to fully operationalize the CDFI Friendly Fort Worth entity. Ramp Up Implementation (November 2022 Apri12023) With completion of the business plan, the Vendor will assist the Board and Executive Director of CDFI Friendly Fort Worth to stand up the entity and to ramp up its capacity to facilitate CDFI financing. This will include creation of appropriate legal documents—such as filing the IRS nonprofit application and developing policies for use of the Enhancement Fund, community outreach, CDFI outreach, investor relations,and other duties as needed. Vendor Services Agreement Page 17 of 21 v.1.3(August 27,2021) EXHIBIT B PAYMENT SCHEDULE 1. Compensation. 1.1.City will compensate Vendor in an amount up to One Million Five Hundred Thousand Dollar and Zero Cents ($1,500,000.00) for all Services performed under this Agreement to include the total of Vendor's fixed fee and all reimbursable expenses for the Term of this Agreement. 1.1.1. Fee. As full and complete compensation for all Services described herein, Vendor will be paid a fixed fee of One Million Thirty-Five Thousand Dollars and Zero Cents ($1,035,000.00). City will pay Vendor in the following installments set forth below: 1.1.1.1. One Hundred Fifteen Thousand Dollars and Zero Cents ($115,000.00) within thirty (30) days after the City executes this Agreement, which will cover payment for all Services rendered from November 2021 through December 2021. 1.1.1.2. Fifty-Seven Thousand Five Hundred Dollars and Zero Cents ($57,500) on a monthly basis beginning in January 2022 and ending in March 2023 for all Services rendered through each respective month. 1.1.1.3. Fifty-Seven Thousand Five Hundred Dollars and Zero Cents ($57,500.00) for services rendered through April 2023. Notwithstanding anything to the contrary, the City may withhold this final payment until such time as the City determines that all Services have been performed in accordance with this Agreement. 1.1.2. Reimbursable Expenses.In addition to any fee due under Section 1.1.1, the City will reimburse Vendor up to Four Hundred Sixty-Five Thousand and Zero Dollars ($465,000.00) for reasonable and necessary expenses incurred for travel, which includes food, lodging, transportation, mileage, and meals (but no alcohol) ("Reimbursable Expenses"). Incurred Reimbursable Expenses will be paid concurrently with any invoice submitted for the performance of Services. 1.2.At the end of each month during the Term of this Agreement,Vendor will provide the City with a signed fee invoice summarizing: (i) the portion of the Services that have been completed and(ii)the eligible Reimbursable Expenses that have been incurred. If the City requires additional reasonable information, it will request the same promptly after receiving the above information, and the Vendor will provide such additional reasonable information to the extent the same is available. Invoices must be submitted to the City of Fort Worth, Economic Development Director, 1150 South Freeway, Ste. 106,Fort Worth, Texas 76104. Vendor Services Agreement Page 18 of 21 v.1.3(August 27,2021) m N A M N n d m m N N N C N W O N Z O N O N N 6 O1 N N N GD Q N C N N T A N N 6 Q N N N N .c v N N N N N N N N 0 N 1 O Z N N O 41 2L V f0 Y 41 O T LLL. W a u N c s g 5 N F c om m a a LL y w c a m o 10 °- g c - - - O d v =' - . E O Y c aLL E v c o Y 2 a c c m m u Ls c E U a 3 Y U Uu u° o u3 h u z s m' m' E EXHIBIT C REPORTING GUIDELINES Reports are due according to the following schedules: Quarterly Pro'ect and Expenditure Report Periods Report Due First July 1 —Sept 30 Oct 15 Second Oct 1 —Dec 31 Jan 15 Third Jan 1 —Mar 31 April 15 Fourth —April 1 —Jun 30 Vuly 15 Annual Project and Expenditure Report Periods Report Due Date Year 1 Dct. 1 —Sept. 30, Oct. 15,2022 022 Year 2 Dct. 1 —Sept. 30,2023 Oct. 15,2023 Year 3 Dct. 1 —Sept. 30,2024 ct 15, 2024 Year 4 j2ct. 1 —Sept. 30,2025 ct 15,2025 Year 5 loct. 1 —Sept. 30,2026 ct 15,2026 Annual Performance Reporting Periods Report Due Date Year 1 July 1 —June 30, July 15,2022 022 Year 2 July 1 —June 30,2023 -July 15, 2023 Year 3 July 1 —June 30,2024 July 15,2024 Year 4 uly 1 —June 30,2025 July 15,2025 Year 5 uly 1 —June 30,2026 July 15,2026 STANDARDS FOR FINANCIAL MANAGEMENT In accordance with 2 CFR 200 — Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards,Vendor will develop, implement and maintain financial management and control systems, which include,at a minimum accurate payroll, accounting and financial reporting records, cost source documentation, effective internal and budgetary controls, and determination of reasonableness, allowability and allocability of costs, and timely and appropriate audits and resolution findings. Vendor must maintain an effective accounting system,which will: • Identify and record valid transactions • Record transactions to the proper accounting period in which transactions occurred • Describe transactions in sufficient detail to permit proper classification • Maintain records that permit the tracing of funds to a level of detail that establishes that the funds have been used in compliance with contract requirements • Adequately identify the source and application of funds of each grant contract • Generate current and accurate financial reports in accordance with contract requirements REPORTS,INSPECTIONS,AND MONITORING REVIEWS Vendor will submit fiscal, progress, programmatic, and other reports as requested by City in the approved format. Vendor Services Agreement Page 19 of 21 v.1.3(August 27,2021) � 1 Any authorized representatives of the local, state or federal government have the right, at all reasonable times,to inspect or otherwise evaluate the work performed or being performed and the premises in which it is being performed.Vendor will participate in and provide reasonable access to facilities for assisting said representatives.All inspections and evaluations will be performed in such a manner as will not unduly delay the work. PARTICIPANT RECORDS Vendor grants City, the Inspector General, the Comptroller General of the United States, or any of their duly authorized representatives,the right of timely and unrestricted access to any books,documents,papers, or other records of Vendor pertinent to the Agreement, in order to make audit, examinations, excerpts, transcripts and copies of such documents. This right also includes timely and reasonable access by City fiscal and program personnel for the purpose of reviewing,interviewing,evaluating and monitoring related to such documents. City retains the right of access to Vendor's records or the right to obtain copies of said records for audit, litigation,or other circumstances that may arise. These documents will be maintained and retained by the Vendor in accordance with state and federal retention schedules. If any litigation, claim, or audit involving these records begins before the retention period expires,the Organization will retain the records and documents in accordance with state and federal retention schedule or until litigation,claims,or audit findings are resolved,whichever is later. ALLOWABLE COSTS City's payment to Vendor does not stop the City from determining that certain costs were ineligible for reimbursement or payment. If the City determines that a cost the City has paid for is ineligible for reimbursement,Vendor will refund the ineligible amount to the City.City will determine whether costs submitted by Vendor are allowable and eligible for reimbursement. If City has paid funds to Vendor for unallowable or ineligible costs,City will notify Vendor in writing,and Vendor must return the funds to City within thirty (30) calendar days of the date of this written notice.City may withhold all or part of any payments to Vendor to offset reimbursement for any unallowable or ineligible expenditure that Vendor has not refunded to City,or if financial status report(s)required are not submitted by the due date(s). SINGLE AUDIT An audit must be completed if required by 2 CFR Part 200.500-520. If the guidance does not require a single audit,Vendor will notify City in writing. Independent Single or Program-Specific Audit. If Vendor within Vendor's fiscal year, expends a total amount of at least SEVEN HUNDRED FIFTY THOUSAND DOLLARS ($750,000) in federal funds awarded,Vendor must conduct a single audit or program-specific audit in accordance with the 2 CFR 200. The $750,000 federal threshold amount includes federal funds passed through by way of other agency awards.The audit must be conducted by an independent certified public accountant and in accordance with 2 CFR Part 200 and Government Auditing Standards. EQUIPMENT Any purchase of equipment must be consistent with the Uniform Guidance at 2 CFR Part 200 Subpart D. Equipment acquired under this program must be used for the originally authorized purpose.Consistent with 2 CFR 200.313,any equipment acquired using federal funds shall vest in the non-Federal entity. Vendor Services Agreement Page 20 of 21 v.1.3(August 27,2021) Procedures for managing equipment must meet the following requirements: (1)Property records must be maintained that include a description of the property,a serial number or other identification number,the source of funding for the property,who holds title,the acquisition date,and cost of the property, percentage of Federal participation in the project costs for the Federal award under which the property was acquired,the location,use and condition of the property,and any ultimate disposition data including the date of disposal and sale price of the property. (2)A physical inventory of the property must be taken and the results reconciled with the property records at least once every two years. (3)A control system must be developed to ensure adequate safeguards to prevent loss, damage, or theft of the property. Any loss,damage,or theft must be investigated. (4)Adequate maintenance procedures must be developed to keep the property in good condition. (5)If the non-Federal entity is authorized or required to sell the property, proper sales procedures must be established to ensure the highest possible return. Disposition.When original or replacement equipment acquired under FRF is no longer needed for the original project,the non-Federal entity must request disposition instructions from the City. Vendor Services Agreement Page 21 of 21 v.1.3(August 27,2021) City of Fort Worth, Texas Mayor and Council Communication DATE: 10/19/21 M&C FILE NUMBER: M&C 21-0809 LOG NAME: 17ARPA ALLOCATION CDFI FRIENDLY AMERICA SUBJECT (ALL)Approve Allocation of$3,000,000.00 in Funds from the American Rescue Plan Act and Authorization Execution of a Contract with CDFI Friendly America, LLC to Bring Financing from One or More Community Development Financial Institutions to the City in Support of Business Equity Capacity Building RECOMMENDATION: It is recommended that the City Council: 1. Approve the allocation of up to$3,000,000.00 from the American Rescue Plan Act,Subtitle M (Coronavirus State and Local Fiscal Recovery Funds);and 2. Authorize the City Manager to enter into a contract with CDFI Friendly America, LLC to bring financing from one or more Community Development Financial Institutions to the City in support of Business Equity Firm capacity building. DISCUSSION: The proposed contract with CDFI Friendly America, LLC would engage the consultant to provide consulting services in assessing the potential roles of Community Development Financial Institution(CDFI)financing in the community,organizing potential CDFI Friendly strategies,developing an actionable CDFI Friendly business plan, and providing the City with consultative capacity-building support for the implementation of that business plan in collaboration with the Economic Development Department and the Department of Diversity&Inclusion. A general outline of the scope of work to be provided includes: • Inform and create a CDFI Friendly strategy to significantly increase CDFI financing in Fort Worth with a priority on financing for communities of color,people of color,and others that have long been denied full access to essential financing on reasonable and appropriate terms; • Help the City build its community's capacity by establishing an independent, permanent CDFI Friendly entity("CDFI Friendly Fort Worth") with appropriate local board and staff to manage and execute the community's CDFI Friendly strategy; • Perform research and make reports on past community development efforts in Fort Worth, local market conditions,significant market trends and/or opportunities,and other elements that might affect the community's decisions; • Work with the City and identified stakeholders to identify credit gaps that CDFI financing might fill and prioritize them to inform the CDFI Friendly business strategy;and • Prepare—in collaboration with the City and identified stakeholders—a business plan that clarifies and illuminates key findings,assumptions, resource needs, market priorities,and projected outcomes of a CDFI Friendly strategy for Fort Worth. The initial term of the engagement would start on November 1,2021,and continue until April 30,2023.At the end of the Initial Term,any additional work shall be performed on a time-and-expense basis at the applicable rate(s)outlined in the contract. The proposed contract would utilize up to $3,000,000 of ARPA funding to launch the program and help capitalize the CDFI Friendly Fort Worth Enhancement Fund that the consultant might use to incent CDFI engagement in Fort Worth while CDFI Friendly Fort Worth is ramping up its operations and outreach. Allocation of ARPA Subtitle M Funding Responding to the negative economic impacts of the coronavirus pandemic is a specifically identified use of ARPA dollars under Section 603(c) (1)(A)of Title VI of the Social Security Act(added by ARPA). Treasury Department guidance specifically notes that these Fiscal Recovery Funds can be deployed for a broad range of uses to address"the disproportionate . . .economic impacts of the crisis on the hardest-hit communities, populations, and households" and to provide services and additional investments in Qualified Census Tracts. Minority owned firms and communities of color have shown disproportionate financial impacts from the pandemic;therefore,it has been determined that establishing this program is an eligible use of funds as a response to negative economic impact on hard-hit communities. Capacity building efforts for Business Equity firms was also determined to be a qualified priority by City Management for ARPA funding as approved by the City Council in M&C 21-0445 on June 22,2021. ARPA funds must be committed by the end of 2024 and spent by the end of 2026. Approval of this M&C will allocate $3,000,000 for FY2022 in the American Rescue Plan Act project in the Grants Operating Federal Fund budget. Necessary reporting and documentation requirements will be followed to ensure the City can comply with all reporting requirements of the ARPA legislation. The following chart reflects the current status for allocation of the City's ARPA funding under Subtitle M and incorporates each ARPA M&C on the October 19,2021 Council Agenda: 1 11 IM&C's Total CFW ARPA Subtitle M Funding $173,745,090.00 21-0445 Allocations Approved To-Date $6,000,000.00 25ARPA-VFW TDG Pending Allocation $1,000,000.00 13ARPA-ADMINISTRATION Pending Allocation $10,100 000.00 19ARPA ALLOCATIONS TO HOUSING AND HUMAN SERVICES PROJECTS Pending Allocation $300,000.00 25ARPA-WRMC MURAL PLAQUES Pending Allocation $2,400,000.00 7117ARPA ALLOCATIONS UNTHSC Pending Allocation $4,245,533.42 17ARPA ALLOCATIONS EVANS&ROSEDALE REDEVELOPMENT Pending Allocation $3,000,000.00 17ARPA ALLOCATION CDFI FRIENDLY AMERICA(This M&C) Remaining Unallocated $146,699,556.58 Balance FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations,funds are available in the current operating budget,as appropriated,of the Grants Operating Federal Fund.The Economic Development Department and Diversity& Inclusion Department shall be responsible for ensuring that only expenditures allowable under the American Recovery Plan Act are charged to this funding source. Submitted for City Manager's Office W. Jay Chapa 5804 Originating Business Unit Head: Robert Sturns 2663 Additional Information Contact: Robert Sturns 2663 Christina Brooks 8988 Expedited