Loading...
HomeMy WebLinkAboutContract 46177 MI' � 00 ACT k y INTERLOCAL AGREEMENT BETWEEN CROWLEY INDEPENDENT SCHOOL DISTICT AND THE CITY OF FORT WORTH In consideration of the mutual covenants, promises, and agreements contained herein, THIS AGREEMENT ("Agreement") is made and entered into between CITY OF FORT WORTH, a home rule municipal corporation of the State of Texas, ("City") acting by and through Charles W. Daniels, its duly authorized Assistant City Manager, and CROWLEY INDEPENDENT SCHOOL DISTRICT, hereinafter referred to as ("Contractor") acting by and through Dan Powell, Superintendent, its duly authorized representative. RECITALS WHEREAS, City has determined that After School Programs are necessary to support crime prevention in the City during Fiscal Year 2015 to meet one or more of the Crime Control and Prevention District ("CCPD") goals, which are (1) to support efforts to reduce violent crime and gang-related activities through enhanced enforcement activities and crime prevention programs, (2) to support efforts to increase the safety of residents and to decrease crime throughout Fort Worth neighborhoods, and (3) to support efforts to increase the safety of youth and reduce juvenile crime through crime prevention and intervention programs; and WHEREAS, City Council of Fort Worth and the Crowley Independent School District Board of Trustees have determined that the security and well-being of students at middle and elementary schools during after-school hours of 3:00 PM to 6:00 PM are of prime importance; and WHEREAS, City and the Contractor agree that the activities of elementary and middle school children during these critical hours are of paramount importance to both government entities; and WHEREAS, Contractor proposes to continue an After School Program ("CISD After School Program") in conjunction with City. NOW, THEREFORE, in consideration of the mutual covenants herein expressed, the parties agree as follow: CONTRACT DOCUMENTS FFT. RECORD The Contract documents shall include the following: CRETARY r�;Tx 1. This Agreement for the CISD After School Program 2. Exhibit A—Scope of Work 3. Exhibit B—Budget RECEIVED NOV 19 2014 FY 2015 Interlocal Agreement After School Program CFW&CISD Page 1 of 11 4. Exhibit C—Request for Reimbursement 5. Exhibit D—Program Activities Report 6. Exhibit E—Program Effectiveness Measurement Report 7. Exhibit F—Request for Budget Modification All Exhibits attached hereto are incorporated herein and made a part of this Agreement for all purposes. In the event of any conflict between the documents, the terms and conditions of this Interolocal Agreement shall control. 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" — Program Scope of Work, attached, and incorporated herein for all purposes incident to this Agreement. Contractor shall be responsible for day-to-day administration of the CISD After School Program. Contractor agrees to expend the Program Funds in accordance with its CISD After School Program budget, described in Exhibit "B," attached. Program activities shall be reported in accordance with Exhibit "D," attached and effectiveness measurements shall be reported in accordance with Exhibit"E," attached. 2. Program Funds. 2.1 In no event shall the total distribution of Program Funds from City made to the Contractor during the term of this Agreement exceed the total sum of$125,000.00. 2.2 Payment of the Program Funds from City to Contractor shall be made on a cost- reimbursement basis following receipt by City from Contractor of a signed Request for Reimbursement (RFR), as described in Exhibit "C," and copies of all receipts and support documentation. Contractor shall deliver to City a written detailed Program Activities Report and Program Effectiveness Measurement Report as described in Section 4.2 below with each RFR to support expenditure of Program Funds. Such reports shall be signed by the Contractor or duly authorized officer of the Contractor. The RFR and monthly Program Activities 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 Activities Report is required even if services are not provided. Submit the monthly RFR with an original signature by an authorized representative to the Grants and Contracts Management Section of the Fort Worth Police Department, ATTENTION: JACOB BROWNING, 350 W. Belknap St., Fort Worth, Texas, 76102. Reimbursements will not be made until after receipt of an acceptable and approved RFR and a monthly Program Activities Report. In addition, a quarterly Program Effectiveness Measurement Report from the Contractor will be required as described in section 4.2 and must be approved prior to reimbursements. Reimbursements shall be made within 30 days receipt of said documents. 2.3 Contractor is authorized to adjust any categories in the budget as outlined in Exhibit `B" in an amount not to exceed 5% of those particular categories without prior FY 2015 Interlocal Agreement After School Program CFW&CISD Page 2 of 11 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 which shall be described in Exhibit "F." If the City gives written approval of the Contractor's proposed Budget amendment, then the Amended Budget will take effect on the first day of the month following the month in which it was approved by City, unless otherwise specified in the amendment. Budget adjustments shall be submitted to the Grants and Contracts Management Section of the Fort Worth Police Department, ATTENTION: JAMES RODRIGUEZ, 350 W. Belknap Street, Fort Worth, Texas, 76102. 3. Term. This Agreement shall commence upon October 1, 2014 and shall end on September 30, 2015. All of Contractor's expenditures under this Agreement must be completed no later than September 30, 2015. 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 Program Activities Report and quarterly Program Effectiveness Measurement Report to document the performance of the work described in Exhibit "D" and Exhibit "E," respectively. The Program Activities and Effectiveness Measurements 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. Program Effectiveness Measurement shall be reported on a quarterly basis and included in the January, April, July, and October RFR and Program Activities Report submittals. Additionally, the Program Effectiveness Measurement Report must include any successes realized in descriptive detail. The monthly Program Activities and quarterly Program Effectiveness Measurement Reports shall be submitted to City no later than the 151h day after the end of each month. 4.3 Contractor agrees that the monthly Request for Reimbursement and Program Activities Report and quarterly Program Effectiveness Measurement Report will be submitted to City no later than the 15th day after the end of each month. Should Contractor not meet these requirements, Contractor will be given an additional 15 days to submit the required reports to City. If, at the end of this 15-day extension period, Contractor has not submitted the required reports, City will send a non-compliance letter notifying Contractor's duly authorized representative of a possible suspension of program funding. 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 FY 2015 Interlocal Agreement After School Program CFW&CISD Page 3 of 11 discretion, terminate this Agreement and City shall not be liable for payment for any work or services performed by Contractor under or in connection with this Agreement. 5.2 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. 5.3 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: (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. 5.4 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. 5.5 Within thirty (30) days following the date of termination of this Agreement, Contractor shall return to City any property provided hereunder. 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 CISD After School Program. Contractor shall maintain, replace, or repair any item of equipment used in support of the CISD After School Program 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 CISD After School Program 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 CISD After School Program. Within 10 days following the purchase of equipment, Contractor shall submit to City a detailed inventory of all equipment purchased with Program Funds to the Grants and Contracts Management Section at the address set forth in paragraph 2.2 above. The equipment inventory shall include an itemized description of each piece of equipment, the date each piece of equipment FY 2015 Interlocal Agreement After School Program CFW&CISD Page 4 of 11 was purchased, the cost of purchase for each piece of equipment, and the location of each piece of equipment. 7. Administrative Requirements. 7.1 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 any time any and 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 Program Activities Report and Program Effectiveness Measurement Reports, malting final payments, disposing of CISD After School Program assets, if deemed required by City in its sole discretion. 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 FY 2015 Interlocal Agreement After School Program CFW&CISD Page 5 of 11 and Contractor, its officers, members, agents, servants, employees, subcontractors, program participants, licensees, or invitees, and nothing herein shall be construed as creating a partnership or joint enterprise between City and Contractor. It is expressly understood and agreed that no officer, member, agent, employee, subcontractor, licensee, or invitee of the Contractor, nor any program participant hereunder is in the paid service of City and that City does not have the legal right to control the details of the tasks performed hereunder by Contractor, its officers, members, agents, employees, subcontractors, program participants, licensees, or invitees. 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. Liability and Indemnification. TO THE EXTENT PERMITTED BYLAW, CONTRACTOR SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE, AND/OR PERSONAL INJURY, INCLUDING 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 CONTRACTOR, ITS OFFICERS,AGENTS,SERVANTS, OR EMPLOYEES. TO THE EXTENT PERMITTED BYLAW, CONTRACTOR AGREES TO DEFEND, INDEMNIFY, AND HOLD THE CITY, ITS OFFICERS, AGENTS, SERVANTS, AND EMPLOYEES HARMLESS AGAINST ANY AND ALL CLAIMS, LAWSUITS, ACTIONS, COSTS, AND EXPENSES OF ANY KIND, INCLUDING, BUT NOT LIMITED TO, THOSE FOR PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO OWNER'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY (INCLUDING DEATH) THAT MAY RELATE TO, ARISE OUT OF, OR BE OCCASIONED BY (1) CONSULTANT'S BREACH OF ANY OF THE TERMS OR PROVISIONS OF THIS AGREEMENT OR (II) ANY NEGLIGENT ACT OR OMISSION OR INTENTIONAL MISCONDUCT OF CONTRACTOR, ITS OFFICERS, AGENTS, ASSOCIATES, EMPLOYEES, CONTRACTORS(OTHER THAN THE CITY), OR SUBCONTRACTORS RELATED TO THE PERFORMANCE OF THIS AGREEMENT, EXCEPT THAT THE INDEMNITY PROVIDED FOR IN THIS SECTION SHALL NOT APPLY TO ANY LIABILITY RESULTING FROM THE SOLE NEGLIGENCE OF THE CITY OR ITS OFFICERS, AGENTS, EMPLOYEES, OR SEPARATE CONTRACTORS, AND IN THE EVENT OF JOINT AND CONCURRENT NEGLIGENCE OF BOTH CONSULTANT AND CITY, RESPONSIBILITY, IF ANY, SHALL BE APPORTIONED COMPARATIVELY IN ACCORDANCE WITH THE LAWS OF THE STATE OF TEXAS. NOTHING HEREIN SHALL BE CONSTRUED AS A WAIVER OF THE CITY'S GOVERNMENTAL IMMUNITY AS FURTHER PROVIDED BY THE LAWS OF TEXAS. CONTRACTOR DOES NOT WAIVEANYIMMUNNITYAS PROVIDED BY THE LAWS OF TEXAS FY 2015 Interlocal Agreement After School Program CFW&CISD Page 6 of 11 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. This section shall survive the expiration or termination of this Agreement. 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 CISD After School Program is situated; and no other public official of such locality or localities who exercises any functions or responsibilities with respect to the CISD After School 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 terms, 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, statutory requirement, or statutory or ordinance exception. 12.2 Contractor will not unlawfully discriminate against any person or persons because of age, race, color, religion, sex, disability, national origin, or sexual orientation, nor will Contractor permit its officers, members, agents, employees, subcontractors, or program participants to engage in such discrimination. 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 FY 2015 Interlocal Agreement After School Program CFW&CISD Page 7 of 11 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. 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 (CGQ: $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 Directors & 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. (c) Automobile Liability: $1,000,000 each accident on a combined single limit basis OR split limits are acceptable if limits are at least $250,000 Bodily Injury per person, $500,000 Bodily Injury per accident and$100,000 Property Damage. 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, 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 arising from the work and services provided under this Agreement. FY 2015 Interlocal Agreement After School Program CFW&CISD Page 8 of 11 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 lie 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 signed by authorized representatives of 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: CITY: Charles W. Daniels, Assistant City Manager City Manager's Office City of Fort Worth 1000 Throckmorton Street Fort Worth,TX 76102 Copies To: Jacob Browning, Planner Fort Worth Police Department 350 W. Belknap Street Fort Worth,TX 76102 FY 2015 Interlocal Agreement After School Program CFW&CISD Page 9 of 11 CONTRACTOR: Dan Powell, Superintendent Crowley Independent School District 512 Peach Street PO Box 688 Crowley, TX 76036 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 Captions and headings used in this Agreement are for reference purposes only and shall not be deemed a part of this Agreement. 16.9 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 person or entity. FY 2015 Interlocal Agreement After School Program CFW&CISD Page 10 of 11 IN WITNESS WHEREOF, the parties hereto have executd,41is agreerpfnt.in multiples in F Worth, Tarrant County, Texas, to be effective this ay 2011 CITY OF FORT WORTH CROWLEY INDEPENDENT SCHOOL DISTRICT arl s W. Danie s Dan Powell Assistant City Manager Superintendent W. Date: 19 ,30 0% kf rey . Halstead��, Chief of Police APPROVED AS TO FORM AND LEGALITY: r Kelly Madrid eY Assistant City Attorney Date: Date: ATTEST: Mary Kay F®� City Secretar ���°° °° � Secretary, Board of Education to O X ®FFICIAA CITY SE FT. WO FY 2015 Interlocal Agreement After School Program CFW&CISD Page 11 of 11 EXHIBIT A SCOPE OF WORK The Scope of Work is to be performed and documented in compliance with the monthly program activities and quarterly effectiveness measurement reports outlined in exhibits D and E. Exhibit B BUDGET NARRATIVE FY 2015 Please attach a detailed budget narrative that explains the need for all proposed expenditures by individual item. The budget narrative should clearly explain how funds will be used and why expenditures are necessary for successful implementation of your program. Please explain how costs are calculated. A. Administration—N/A B. Program Personnel— $119,204.00 Cost Associated with this item are to be utilized in the following manner: Certified Teachers: Will conduct tutoring for students who need additional help with their core classes throughout the afterschool centers. Calculated cost: $1,552.27 Teacher hours X$21 an hour=estimated total for the year $32,597.7 Support Staff: Will conduct sports and enrichment classes with students on a daily basis throughout the afterschool centers. Calculated cost: 7468.67 support staff hours X 10 an hour=estimated total for the year $7468.67 $11,919.60 will be allocated for fringe benefits. C. Supplies and Services—N/A D. Miscellaneous— $5,796.00 Classroom supplies will be purchased on an, as needed bases, for each campus. Three campuses will receive a supply budget of$1,932 totaling $5,796. E. Facility and Utilities—N/A F. Legal, Financial, and Insurance—N/A G. Direct Assistance—N/A H. Indirect Cost—N/A EXHIBIT B—BUDGET Contract Budget TOTAL ADMINISTRATIVE _ Salaries FICA Life Insurance Health Insurance Disability Insurance Unemployment-State Accounting TOTAL ADMINISTRATIVE EXPENSES %Administrative Cost PROGRAM PERSONNEL Salaries $107,284.40 $107,284.40 FICA $9,535.68 $9,535.68 Life Insurance Health Insurance Unemployment $1,191.96 $1,191.96 Worker's Compensation $1,191.96 $1,191.96 Retirement SUPPLIES AND SERVICES Office Supplies Office Equipment Rental/Purchase Postage Printing MISCELLANEOUS Contract Labor(City needs copy of contract before expenses can be reimbursed) Craft Supplies (classroom supplies) $5,796.00 $5,796.00 Field Trip Admission Expenses Other Field Trip Expenses Food Supplies Teaching Aids Travel FACILITY AND UTILITIES Telephone Electric Gas Water and Wastewater Solid Waste Disposal Rent(City needs copy of lease before expenses can be reimbursed) Custodial Services Repairs Cleaning Supplies LEGAL,FINANCIAL,AND INSURANCE Fidelity Bond or Equivalent Directors and Officers General Commercial Liability Contract Accounting DIRECT ASSISTANCE Childcare Scholarships INDIRECT COST TOTAL $125,000.00 $125,000.00 Exhibit B—CISD After School Program The following tables are purely informational and were created solely for purposes of preparing, negotiating, and determining the reasonableness of the overall line item budget on the first page of this EXHIBIT B—BUDGET and are not to be considered part of the terms and conditions of this Contract. Contractor may make changes to any column except the "Position Name" column in the "Salary Detail" table without the City's consent so long as the total amounts charged to the grant do not exceed the line items on the first page of the EXHIBIT B —BUDGET." Changes to the column labeled"Position Name"may only be made with the prior written consent of the City. SALARY DETAIL Position Name Rate Annual Hours Percent to Grant Amount to Grant Certified Teacher $21.50 1,552.27 100% $32,597.70 Support Staff $10.00 7468.67 100% $74,686.70 FRINGE DETAIL Percent of Payroll Amount Percent to Grant Amount to Grant FICA 8% $9,535.68 100% $9,535.68 Life Insurance Health Insurance Unemployment 1% $1,191.96 100% $1,191.96 Workers Compensation 1% $1,191.96 100% $1,191.96 Retirement SUPPLIES AND SERVICES Total Budget Percent to Grant Amount to Grant Office Supplies Office Equipment Rental Postage Printing MISCELLANEOUS Total Budget Percent to Grant Amount to Grant Contract Labor Craft Supplies $5,796.00 100% $5,796.00 Facility Fees Field Trip Costs Food Supplies Teaching Aids FACILITY AND UTILITIES Total Budget Percent to Grant Amount to Grant Telephone Electric Gas Water and Wastewater Solid Waste Disposal Rent Custodial Services Repairs Cleaning Supplies Exhibit B—CISD After School Program FINANCIAL AND INSURANCE Total Budget Percent to Grant Amount to Grant Fidelity Bond(or Equivalent) General Commercial Liability Directors and Officers Contract Accounting DIRECT ASSISTANCE Total Budget Percent to Grant Amount to Grant Childcare Scholarships INDIRECT ASSISTANCE Total Budget Percent to Grant Amount to Grant Exhibit B —CISD After School Program Exhibit C Monthly Request for Reimbursement (RFR) FY 2015 CISD After School Program Program Period 10/1/14 to 09/30/15 Submit to: Fort Worth Police Department Submitting Agency: Crowley ISD Attn:James Rodriguez Agency Contact Name: Crystel Polk Program Support Division Phone Number: 817-294-5800 ext 1196 350 West Belknap Street Email: Crystel.Polk(a)crowley.kl2.tx.us Fort Worth,TX 76102 Remit Address: P.O. Box 688 Crowley,TX 76036 Invoice Number: Period covered by this request: to mmlddlyy mmlddlyy A B C D E Total of Previous (B+C) (A-D) Reimbursements This Total Balance Budget Category Budget Amount Requested Request Requested Available 1 Administration $ - $ - $ - $ - $ - 2 Program Personnel $ 119,204.00 $ - $ - $ - $ 119,204.00 3 Supplies&Services $ - $ - $ - $ - $ - 4 Miscellaneous $ 5,796.00 $ - $ - $ - $ 5,796.00 5 Facility and Utilities $ - $ - $ - $ - $ - Legal, Financial, and 6 Insurance $ - $ - $ - $ - $ 7 Direct Assistance $ - $ - $ - $ _ $ _ 8 Indirect Costs $ - $ - $ - $ - $ - Total Costs $ 125,000.00 '! $ - $ - $ - $ 125,000.00 Please Attach: 1• Attach copies of invoices and the receipts on all expenditures 2. For Personnel Cost, include copies of signed times sheets 3. Attach a copy of Monthly Performance Report Summary: Total Budget: $ 125,000.00 Previous Requests: $ - This Request: $ - /have reviewed this request and certify that the listed Total Spent: $ - expenses and support documentation are accurate. Balance left in grant: $ 125,000.00 Fiscal Agent Use Only Grantee Authorized Official Date Fund Account Center Title Exhibit D FY15 Program Activities Report Program Period 10/01/14 to 09/30/15 Submit to: Fort Worth Police Department Agency: Crowley ISD Jacob Browning Contact Name: Crystel Polk 350 West Belknap Street Email: crystel.polk@crowley.kl2.tx.us 2nd Floor Phone Number: 817-297-5800 Ext. 1196 Fort Worth,TX 76102 Address: 512 Peach St. Crowley,Texas 76036 Period covered: 10/01/2014 to 09/30/2015 Cumulative Total 9 Activities Monthly Total Oct Ist-Present Year End Goal 1 The number of unduplicated students participating in math tutorials 67 2 The number of unduplicated students participating in reading tutorials 66 3 The number of unduplicated students participating in homework assistance 66 4 The number of unduplicated students participating in physical fitness 60 5 The number of unduplicated students participating in a service learning project 45 6 The number of unduplicated students participating in CISD Afterschool 200 Program I have reviewed this report and certify that the measures provided are accurate and appropriately reflect the CCPD goals set forth in the contract. Authorized Official Signature Date Title Exhibit E FY15 Program Effectiveness Measurement Report Program Period 10/01/14 to 09/30/15 Due Quarterly: 1st Qtr(Oct-Dec)due Jan 15th,2nd Qtr(Jan-Mar)due Apr 15th,3rd Qtr(Apr-Jun)due Jul 15th,and 4th Qtr(Jul-Sep)due Oct 15th Submit to: Fort Worth Police Department Agency: Crowley ISD Jacob Browning Contact Name: Crystel Polk 350 West Belknap Street Email: crystel.poIk@crowIey.kl2.tx.us 2nd Floor Phone Number: 817-297-5200 ext. 1196 Fort Worth,TX 76102 Address: 512 Peach St. Crowley,TX 76031 Period covered: 10/01/14 to 09/30/15 # Effectiveness Measurements 1 Each quarter,20 unduplicated at risk students will participate in math tutorials and 50%of those students will demonstrate math improvement. Please include a narrative of events and accomplishment that occurred during the reporting period. 2 Each quarter,22 unduplicated at risk students will participate in English Language Arts and Reading(ELAR)tutorials and 50%of those students will demonstrate ELAR improvement. Please include a narrative of events and accomplishment that occurred during the reporting period. 3 Each quarter,20 unduplicated at risk students will participate in the program and 50%of those will demonstrate increased attendance. Please include a narrative of events and accomplishment that occurred during the reporting period. 4 70%of the students each quarter with a baseline pedometer reading will demonstrate improved physical health through increased pedometer reading information Please include a narrative of events and accomplishment that occurred during the reporting period. 5 Each quarter,20 unduplicated at risk students will participate in the program and 50%of those will demonstrate improved behavior. Please include a narrative of events and accomplishment that occurred during the reporting period. Please include a narrative of any success stories during the reporting period. Use additional pages if necessary. I have reviewed this report and certify that the measures provided are accurate and appropriately reflect the CCPD goals set forth in the contract. Authorized Official Signature Date Title EXHIBIT F REQUEST FOR BUDGET MODIFICATION DATE: TO: FROM: REASON: Budget Category Approved Budget Change Requested Revised Budget A. Administration B. Program Personnel C. Supplies & Services D. Miscellaneous E. Facility& Utilities F. Legal, Financial, and Insurance G. Direct Assistance H. Indirect Cost TOTAL COST Signature Date BUDGET NARATIVE (DESCRIBE IN DETAIL WHAT THE GRANT FUNDS WILL PURCHASE) JUSTIFICATION: M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas FORT WORT11 COUNCIL ACTION: Approved on 9/23/2014 DATE: 9/23/2014 REFERENCE NO.: C-27014 LOG NAME: 35FY15 AFTER SCHOOL PROGRAM CODE: C TYPE: CONSENT HEARING: NO SUBJECT: Authorize Execution of After-School Program Agreements with Fort Worth Independent School District, Keller Independent School District, Crowley Independent School District and White Settlement Independent School District in the Total Program Amount of $1,600,000.00 for Fiscal Year 2015 (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize the execution of After-School Program Agreements with Fort Worth Independent School District, Keller Independent School District, Crowley Independent School District and White Settlement Independent School District in the total program amount of $1,600,000.00 for Fiscal Year 2015 to operate After-School Programs at select locations within the City of Fort Worth as a juvenile crime prevention initiative during Fiscal Year 2015. DISCUSSION: National research shows that the time when adolescents are most at risk of being a victim of crime or committing a criminal act is between 3:00 p.m. and 6:00 p.m. on school days. Beginning in Fiscal Year (FY) 2001, a multi-disciplinary task force consisting of City officials, school district personnel and related service providers developed a coordinated program for schools throughout the City that have documented juvenile crime problems. This program supplements existing programs and offers participants a myriad of activities, such as academics, arts, athletics and other enhancement programs. Since its inception, the City of Fort Worth, using fund appropriations from the Crime Control and Prevention District, has dedicated funding on an annual basis to continue the program. Participating Independent School Districts (ISD) include Fort Worth ISD, Keller ISD, Crowley ISD and White Settlement ISD, of which all After-School Programs are implemented in schools located within the City of Fort Worth. Funding will be allocated as follows to each ISD in FY 2015 on a reimbursement basis: • Fort Worth ISD funding in the amount of$1,300,000.00; • Keller ISD funding in the amount of$125,000.00; • Crowley ISD funding in the amount of$125,000.00; and • White Settlement ISD funding in the amount of$50,000.00. Each ISD is responsible for day-to-day administration of the After-School Program. The mission of the After-School Program is to provide a safe environment during the time that youth are at the highest risk or exposure to crime, that results in educational, physical and social development, promotes educational competence and reduces juvenile crime. Each ISD is required to establish program goals and objectives that are measurable and result in desired program outcomes. These Agreements will be effective October 1, 2014 through September 30, 2015. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds will be available in the Fiscal Year http://apps.cfwnet.org/council 10/14/2014 M&C Review Page 2 of 2 2015 budget, as appropriated, from the Crime Control and Prevention District Fund. TO Fund/Account/Centers FROM Fund/AccountlCenters; GR79 539120 0359601 $1,600,000.00 Submitted for City Manager's Office by: Charles Daniels (6199) Originating Department Head: Jeffrey W. Halstead (4231) Additional Information Contact: Aya Ealy (4239) ATTACHMENTS http://apps.cfwnct.org/council_packet/mc review.asp?ID=20 0 94&councildate=9/2 3/2014 10/14/2014