Loading...
HomeMy WebLinkAboutContract 28139C1iY �CCf� �,��' C4N��q���. � f - .! FW-Dcnton interlocal lead paint ��F9�� �� ���F1aS L��V�� �� �HRRM1�1� . ii INi�RLOCA� A����iW�NT �ET1�V��h1 iH� CIiY O�' �ORT 1d910RTH A�� CI�Y �� �Ei��ON This Agreement is made and entered in�o by and beiween the City of Fort War�h, Texas, a municipal corporation located in Tarrant, Denton a�d Wise Cour�ties, acting by and through Reid Rector, its duly authorized Assistant City Manager, hereinafter refierred to as CITY, and the City of Denton, Texas a municipal carparation located in Denton County, hereinaiter re�erred to as CONTRACTOR. WHEREAS, Housing and Urban (LHCP); and CITY has recei�ed certain �unds fram the U.S. Department of De�elopment under its Lead-Based Paint Hazard Control Program WHEREAS, CITY has adopted a�udget for such funds and included therein an au�horized expenditure of funds for miiigation and removal of fead-based paint hazards in r�arious focations within CONTRACTOR'S corporate limits; and WHEREAS, CITY has designated the Fa� Worth Housing Department as the unit responsible far the administration of this Agreement and a�l matters pertaining thereto; and WHEREAS, CITY wishes to engage CONTRACTOR to carry out such project; and WHEREAS, CONTRACTQR is a duly organized polit�cal subdivision of tF�e S#ate of Texas engaged in the admi�istration of municipal government, i�cluding the pro�ision of stabilization ancl/or remo�al of lead-based paint hazarrls f�om structures which pase a threat to the heal�h of its citizens; ar�d WHEREAS, CITY is a mu�niciAa�ity eng�ged in the pro�ision of m�nicipa� services within its jurisdiction, inclu�ing the adminisfration of federal �unds �ecei�ed by it under tf�e �ead-Based Paint hazard Control Act of 1992, as amended; and WHEREAS, this Agreement in�olves gavernmentaf functions that each party individualfy can pertorm; and l� ����f� q � , �� � �s� ���G��� ���,� �q. ,� , FW DenEon interlocal icad paint WHEREAS, the pro�ision of these services is a go�err�menta� funetion tha# serves the public health and welfare, anc� is of mt�tual concern to the confracting parties; and WHEREAS, CITY will make payments fram current revenues and CONTRACTOR agrees that these paymen�s by CITY fiairly compensate it for the services perfoeme�; and WHEREAS, CONTRACTQR and CITY mutually desire to be subjeet to �he pro�isions of V.T.C.A. Go�'t Code ch. 791, the Interloca! Covpera�ion Act, and all other applicable statutes artd laws �ursuanf fhereto; NQW, THEREFORE, the parties hereta agre�, and by t�e exeeution hereof are bound to the mu�ual obligatians and #o the performance an� accamplishment of #he cor�ditions hereinafter described. �. ���� This agreement sha�l commence on or as of April 1, 2002, and s�tall terminate on March 31, 2005 unless adjusted by GiTY. Request for such an adjustment must be in writing an� is to be submitted to CITY's Housing Department, 908 Monroe, Fort Worth, Texas, 7+6102. �. f��S�OIVSI�I�i f I�S C�NTRACTOR hereby accepts responsibility for carrying out ail activities described irt the Scope of Work attached hereto as Attachment "A", in a s�tis�actory and efficient manner as determined by CITY, in accordance with the #erms herei�. CONTRACTOR hereby accepfis responsibility for assuring the complete performance a� all services and activities. The CONTRACTOR will perForm in accordance with the Project Budget attached hereto as attachment B, and the Work Pfan Goals and Objectives and Performance Milestones attached hereto as A#tachment "C", in a satisfactory and efficient manner as determined by CITY, in accordance with the terms herein. CITY �nc�erstands that CONTRACT4R intends to obtain appropriat� agreemen#s as necessary to ensure performance of the terms and conditions of this Agreement. �►�� `�.� I' , r `"�� .�y FYd-Denton interlooal lead paint CITY will consider CONTRACTOR's Comm�nity Development Adminisirator to be the CONTRACTOR'S representative responsible for the management of a!I contractual matters pertaining hereto, unless written noti�catian to the contrary is received from CONTRAGT�R, and, approved by CITY. CITY's Housing Director wiil be the CITY'S represen#ati�e responsible for the administra�ion of #his Agreement. 3, CI�1("S Of�LlC�►TION A. Limit of Liability. Notwiths#anding any other proWision af the Agreement, the total of alf payments and other obligations made by CITY f�ereunder sha41 not exceed fihe sum of $300,000. €3. l�leasu�e of �iahiii�y. In cQnside��fion of full and safiisfacfio�y sePvices and acfiivifiie� hereunder� by CON�'RAC T�R, CITY shall pay CONTRAC f Q� for amounts �ndoiced, upon approval of wo�k by CI'�Y. {1) The parties expressfy �nderstand and agree that CITY's obfigations under this Section are contir�gent upon the actuai receipt of adequate �ead Hazard ControE Grant {LHCG) funds to meet GITY's liabilities under this Agresment. Ifi adequate funds are not available to make payments ��der #his Agreement, CITY shall notify CONTRACTOR in writing within a reasonable time after such fact has been deiermined. CITY may, at its apiion, either reduce the amour�i of its liabifity, as specified in Subsectian A of this Section or terminate th� Agreement. If LHCG funds eligible for use for purposes of this Agreer�nent are reduced, CITY shall not be liable for further payments under this Agreement. (2) It is expressiy understood that this Agreement ir� no way obligates the General Fund or any oth�r monies ar credits of CITY. (3} CITY shall not be fiable for any cost or pottion thereof which: (a) has b�en paid, re�mbursed or is ��bject io payment or reimbursemer�t, from any other source; (�} was incurred prior to the beginning dafie, or after the ending date specified in Sectian 1; {c) is not in strict accordance with the terms of th�s Agreement, including aIl exhibits attached here#o; (d} is not an allowabie cost. i FW-Denton interlocal lead paint (4) C1TY shall not be liable for any cost or portion thereof whic� is incurred with respect ta any aetivity of CONTRACTOR where CITY has requested that CONTRACT�R obtain �rior writ#en authariaation from CITY and CONTRACTOR has failed to obtain same, or after CITY has requested that CONTRACTOR furnish data concerning such act'ton prior to proceedir�g further, unless and until CITY authorizes CONTRACTOR to praceed. (5) CITY shall not be obligated or iiable under this Agreement to any party other #han the equipmenfi supplier wha was fhe lowest reasonable bidder a�dlor sole so�rce provider and agre�d upon by both CITY and the CONTRACTOR fio� payment ofi any monies or provision of any goods or services. C. To the extent allawed by law, CONTRACT�R agrees to hold and save harmless CITY from any ar�d all loss, cost, or damage of e�ery kind, nature or description arising under this Agreement or from any source w�atsoever. D. CITY sha11 compfy with ali regulations per�inent to its performance �nder this agreement; specifeally, with the HUD Office of Management and Budget Circular A- 87 �. COIVYP�[AiVG� !l�ITFi F�����eL, Si�i� AR�9 ��G�1L L�►�S A. CONTRACTOR understands t�at fun�s provided to it pursuant to this Agreement are funds, which have been made availa�le to CITI' by #he Federal Go�ernment (U.S. Department of Housing and Urban Development) under #he Lead- Based Paint Hazard Control Act of 1992, as amendecl, in accordance with an approv�d Grant Application and specific assurances. Accordingly, CONTRACTOR assures and certifies that it wil] comply wi#h the requirements of the statute as ame�ded and wit� reg�lations promulgated thereunder, The foregoing is in no way meant to eonstitute a complete campilation of ail du#ies imposed upon CONTRACTOR by law or administrative rufing, or �o narrow the standards which COfVTRACTOR must foflow. B. CONTRACTOR sMall be responsible #or perForming tf�e enuEronmental re�iew on each site and monitoring the �rojecf for compliance with federal wage and la�or requirements. C. C�NTRACTQR further agrees and certifies that if the regula#ions and issuances promulgated pursuant to the Act are amended or re�ised, it shail comply with them, or notify CITY, as pro�ided in Section 2� of this Agreement. D. CONTRACTOR agrees to abide by #he conditionS of and comply with all applicabfe requirements of the Office of Management and Budget Circulars Nos. A-87 and A-128 arrd the Code af Federal Regulatior�s. '�,��'R(r� �'� � fu��r � � 4 �t���� � �i�� FW-Den#on ioterlocal lead paint E. CONTRACT4R shall comply with all applicable #ederal, state a�d local laws and regulations in its performance under this agreement . �. aEF'��S�fV�A�fORI� A. C1TY and CONTRACTOR asst�re and guarantee that they posse�s the �egal autho�ity, pursuan# to any proper, ap�ra�r�ate and o�Frc�al motion, resalutian or ac#ion passed or ta{�en, fo enfer i�to #his Agreement. B. The person or persons signing and executing this Agreement on behalf of the �arties, do hereby warran# and guaran#ee that they ha�e been fully authoriaed by the parties to execute this Agreem�nt on behalf of same and to validly and legally bind the parties ta al� terms, performances and provisians herein set forth. C. CONTRACTOR agrees that the funds and resources provided CONTRACTOR under the terms of fhis Agreement will in no way �e su�stit�ated for funds and resources from other sources, nor in any way serve to reduce the resources, services, or other benefits which wo�ld have bee� available to, or provided through, CONTRACT�R had this Agreemen# not f�een executed. D. CONTRACTOR warran#s tha# it will provide for C1TY access to any site far inspectian �ar purposes of this Agreement. E, Any changes to the work aufhorized by CITY can only be done i� writing wi#h the signature of CITY'S City Manager, or hislher designee, plus those af CONTRACTOR and its representati�es. s. ���������� ��NTRACTOR represents and warrants that: A. All informatian, repor�s and data heretofore or �ereafter requested by CITY and furnished to CITY, are complete and accurate as of the date shown on the information, data, or report, and, since that date, ha�e no# undergo�e any sig�ificant change wiihout written notice to CITY. . B. Any supporting financial statements heretofore req�ested by CITY and furr�ished to CITY, are compfete, accurate and fairiy reflect #he financial condition of CQNTRACTOR on the date shown on said report, and the results of the operation for the periad covered by fhe report, and that since said da#e, there has been na material change, a��erse or otherwise, in the financial conditioR of CONTRACTOR. hitf�Y\ %�ie��1::� ��Li�VRiTY !I �_i1.r.u1 �d"'r,^n.G'��r '1 I - �1� %�5s i,1 1 .' �� � �W-Denton interlocal lead paint C. None of t�e provisions hereirt coniravenes or are in conflict with the authority u�der which CONTRACTOR is doing business or wifh the provisions of any existing indenture or agreemen# of CONTRACTOR. CONTRACTOR �as the power to enter into this Agreement and accept paymenfs hereunder, and �as taken all necessary action to authorize such acceptance under tf�e terms and conditions of this Agreement. D. Each of these representat�ons and warranties shal! be continuing and shall be deemed to have �een repeated by the approval of each request for payment. !. G@1,�F�Ai�TS Should CONTRACTOR use funds received under this Agreement to acquire or impro�e real property under CONTRACTQR's control, CONTRACTOR agrees and couenants that it will fully compfy with all requirements and regulations of any ager►cy with jurisdiction ove� either the property or the transaction: �. �ROCF�AhdY IiVCOIIdIE A. For �urposes of this Agreement, program income means earnings of CONTRACT�R reafized fram activities resulting fram this Agreement or #rom CONTRACTOR's management of funding pfovided or recei�ed hereunder. 5uch earnings inclu�e, but are not limited to, income from interest, usage or ren#al or lease fees, incom� praduced from contract-supported services of individuals or emp�oyees or from ihe use or sale of equipme�t or facilities of CaNTRAGTOR provided as a result of this Agreement, and payments from clients or thirc� parties for services rend�red by C�NTRACTOR under this Agreement. B. CONTRACTQR shail maintain records of tl�e receipt and disposition ofi program income in the same manner as required for other contract funds, and reported to CITY in the farmat prescribed by CITY. CITY and CONTRACTQR agree, based upon adv�ce received from representati�es of the U.S. Department of Housing and Urban De�eEapmeni (HUDy, that any 'Fees co�lected for services perFormed by CONTRACTOR shall be speni vnly for service provision. C. CONTRACTOR shall include this Sec#ion in its entirety in alf of its sub-contracts that involve other income-producing services or activities. �,t.��, , FW-Denton interiocal lead paint C. It is CONTRACTOR's responsibiliiy to obtain from CITY a prior determination as to whether or no# income arising direc�ly or indirectly from this Agreement, or the perto�mance thereof, constitutes program income. CONTRACTOR is responsible to CITY for the repaymer�t of any and afl amounts determined by CITY to be program income, unless ot�erwise ap�roved in writing by CITY. 9. II�AIIVi�Rl�4FdCf� Q� RI�C�RDS A. CONTRACTOR agrees to maintain records ti�at will provide accurate, current, separate, and comple#e disclasure of the status of the funds received under t�is Agreemeni and ►r�ith any ather applicable �ederal and 5tate regulations establishing standards for �inancial managemeni. CONTRACTQR`s record system shall contain s�afficient documentation to pror�ide in detail full suppork and jus#ification for each expenditUre. Nothing in this Section shaEl be construed to relie�e CONTRACTOR of fiscal accountability and Gabi�ity under any other pro�ision of this Agreement or any app�icable law. CONTRACTOR shall include the substance of this �ravision in all subcontracts. B. CONTRACTOR agrees to re�ain all books, records, documents, reports, and written acco�anting poEicies and �rocedures pertaining to the operation of programs and expenditures o� funds under this Agreement for the �e�iod of time and under the conditions specified by CITY. C. Noihing in the above subsections shali be construed to relie�e CONTRACTOR of responsibility for retaining accurat� anc! current records which clearly reffect #he Ievel and benefit of services provided under this Agreement. D. At any reasonable time and as often as CITY may deem r�ecessary, C�NTRACT4R shall malce available to CfTY, or any of its authorized repres�ntatives, all of its records a�d shatl permit CiTY, or any of its authorized representatives to aucfit, examine, make excerpts and copies of such records, and to condtact audits of all cor�iracts, invoices, materials, payrolls, records of personnel, conditions or employment and all othe�' data relatir�g ta the program reques�ed by said re�resentatives. '9 D, ��P�Ri� �►fd� fi��O�tIVY�TIOP� At such times and in suc� form as CITY may require, CONTRACTQR shalf furnish such statemen#s, records, data and information as CITY may request and deem pertinent to matters co�ered by t#�is Agreement, ; �.':''I�, �����({;�� 7 � ���� r"� � � �� � FW-Denton interlocal lead paint CONTRACTOR shall submit quarterly beneficiary and financi�l reports to CITY no less than once every three montt�s. The beneficiary report shalf detail clienf information, includir�g race, income, female head of house�old and other statis#ics required by CfTY. Tne financial report shall include information and data reiafi�e to all programmatic and financial reportir�g as of the beginning date specified in Sec#ion 1 of this Agreement. Unless a written exemption has been granted by the CITY, CONTRACTQR shall subm�t an audit canducted by independent examiners wi�hin ten days after receipt of such. '91. f�OiVITORIIVG AW� �VALUAiIOIV A, CITY may perform on-site monitoring of CONTRACTOR's performance under this Agreement. B. CONTRACTOR a��ees that CITY may carry out monitoring and evaluation activities to ensure adherence by CONTRACTOR to the Scope of Worl� attached hereto as Attac�ment "A", as well as other provisions of tt�is Agreement. C. CONTRACTOR agrees to cooperate fully with CITY ir� the de�elopment, implementation and mainfenance of record-keeping systems and to pro�ide data de�erm�ned by CITY to be necessary for CITY to effecti�ely fulfifl its monitoring and evaluation responsibilities. D. C�NTRACTQR agrees to cooper�te in such a way so as no� to obstruct or delay CITY in suc� monitoring and to designate one of its staff to coordinate the moniforing process as requested by CITY staff. E. After each official monitoring visit, C�TY shall provide CONTRACT�R with a►n�ritten report of monitoring fiindir�gs. F. Upon req�est by CITY, CONTRACTOR shail submit capies of any fiscal, managemer�t, or auc�it reports by any of CONTRACTQR's fur�ding or regulatory bodies to ClTY within 15 wor�ing days of receipt by CONTRACTOR. 'i 2. IR��U�PIG� A. CONTRACTOR shalf abserve sound �usiness practices wit� respect to providing such bonding and insurance as wouid pro�ide adequate coverage for services ofFered under this Agreement. ��j-„ i,�, R ��(�'���J� 1 s , �;�'f � FW-Denton interlocal lead painE B. CONTRACTOR wiEl comply wifh statutes and wiEl obtain applicab�e workers' compensation employers' liability co�erage where a�ailable and other appropriate liabiliiy co�erage for program participants, if appficable. C. CONTRACTOR wil! maintain adequate and continuous liability insurance or self insurance on all vehicles owned, feased or operateci by CONTRACTOR. All em�loyees of CONTRACTOR who are req�ired to dri�e a vehicle in ihe norma! sca�e and course of their employment must possess a valid Texas dri�er's ficense and automobile liability ir�surance. Euidence of the empfoyee's current possession of a �alid license and insurance must be maintained on a current basis in CONTRACTOR's files. D. Actual losses not covered by insurance as required by this Sectian are no# allowable costs under this Agreement, and remain the sale respons�bility o#' CONTRACTOR. i3. �QUAL OP��RTUf�I�Y A. CONTRACTOR shall compfy with all applicable equal employment opportunity and affirmative action laws or regulations. B. CONTR�4CT4R wil[ furnish all information and reports requested by the CITY, and wifl permit access to its books, records, and accounts far pur�oses of fnvestigation to ascertain compliance with local, state and Federal rules and re�ulations. C. In the ev�nt of CONTRACTOR's non�compliance with the non�discrimination rec{uirements, CITY may cancel or terminate the Agreement in whole or in part, and CONTRACTQR may be barred from further contracts with CITY. '� 4. C�RlF�ICi O� �NT�REST A. C�NTRACTOR covenants t�at neither it nor any member af i#s goverr�ing body presentfy has any interest, direc# or indirec#, w�ich woufd conflict in any manner or degree with the performance of services required to be pertormed under this Agreement. C4NTRACT�Fi fUrther covenants that in the perFormance of this Agreement, no person ha�ing such irtterest snall be knowingly employed or appoit�ted as a member of its staff. B. CONTRACTOR further covenants thaf no member of its goverr�ing body or its staff, subcontractors or employees shall passess any i�terest in or use hislher position for a purpase that is or gE�es the appearanee of being motivated by desire for Pri�ate gain for himlherself, or others, particularly those with which slhe has family, business, or ather ties. �j��� :�� � ����d�-�� u�,t���'3{�5�� . g � ;-�n ,,,y9 �� - h��``. �� , 'i�i�fi'! � �. FW-benton interlocal [ead paint C. No officer, member, or employee of CITY and no member of iis go�erni�ng body who exercises ahy func#ion or responsibilities in the. re�iew or appro�al af the undertakirtg or carrying out of this Agreement shall (1) par�icipate in any �ecision relating ta the Agreement which afFects his personal interest or the inferest in any corporation, partnershfp, or associativn in which he has direct or indirect i�terest; or (2) have any interest, direct or indirect, in this Agreement or the proceeds thereof. '� 5. Fd��O�'ISI�Y COf�TRACTOR shali comp�y with a!I applicable laws concerning �epotism. 16. �OLITICA� �� S�GT�RIA[� AC�IV�iY A. None of the �erFormance rendered hereunder shal! in�olve, and no portion of the funds recei�ed by CONTRACTOR here�nder shail be used, either dir�ctiy or indirectly, for any political activity (including, but not limited fo, an activity to further the elec#ion or defeat of any candidate far publEc ofFice) ar any activity under#aken to infiu�r�ce the passage, defeat or fina! content of leg�slation. B, None oi the pertormance rendered heretan�er shall in�olve, and no portion of the funds recei�ed by CONTRACTOR hereunder shall be used far o� applted direc�ly or indirectly ta the constructian, operation, maintenance or administration, or be utilized so as to benefit in any manner any sectarian or religious facility or activity. '9 7. �UiVDINC A���ICr4TIQNS CONTRACTOR agrees to notify CITY each time CONTRACTOR is preparing or submitti�ng any applica#ion for funding in accordance with the fiolfowing procedures: A. Upon award of or notice of award, whichever is sooner, CONTRACTOR shalf natify C�TY of such award and the effect, if any, of such funding on the funds and program(s) coniracted he�'eunder. Such notice sha�l b� submitted to CiTY, in writing, within te� working days of receipt of the natice of award or funding award by CONTRACTOR, together with capies of the budget, program description, ar�d Agreement. B. CONTRACTOR shall not use �unds pro�ided hereunder, whether directly or indirectiy, as a contribution, or to prepare applications to ob#ain any federa! or private funds u�der any federal or pri�ate program without the prior written consent of CITY, ������M���, ��'���c„f;�� j � o : ;� � .� � FW-Denton interlocal lead paint � �. CHARl��S �eFd� �4�Rfl�i�C�]��i�,l'TS A. Any afterations, additions, or deletions to the terms of this Agreement shall b� by written amendment executed by both p�rties, except when the terms of this Agreement expressly pro�ide that another method shall be used. B. C�NTRACTOR shall r�ques#, in writing, budget revisions in a form prescribed by CITY, and such request far revision shall not increase the total monetary obiigation of CITY under this Agreemen#. In addition, bud�et revisians cannot significantly change the nature, intent, or scope of the program funded under th�s Agreement. C. CONTRACTOR will su�mit re�ised budget and program information, whenever the level of 'funding for CONTRACTQR or the program(s) described �erein is altered according to the total [evels cantained in any portion of fhis agreement. D. N# is unders�ood and agreed by th� parties hereto that changes in the S#a#e, Federal or locai laws ar regulatior�s pursuant hereto may occur during the term of #his Agreement. Any such madifications are to �e automatically incorporated into this Ag�e�ment without written amendment here�a, and shall become a�art of the Agreement on the e#Fective date specified #�y the law or regu�aiion. E. CONTRACTOR shall notify CITY of any changes in �ersonnel of the dental cl�nic and of the Denton Cour�ty HealtF� Department. 19. SUSPENSION OF �Uf��lAl(; Upan determinatian by C1TY of CONTRACTOR's failure to timely and properly perform each of the requirements, time canditions and duties pravided herein, CITY, without limiting any rights it may otherwise have, may, at its discretion, ar�d upon ten working days notice to CONTRACTOR, withhold �urther payments #o CONTRACTOR. Such notice shall be in writing and may be given by certified mai1, return receipt requested or any other means reasonably calculated fo pro�ide actuai notice to #he appropria�e off�cials of CONTRACTOR. The notice ��all set fo�th the defiauit or failure alleged, and the action required for cure. The period of such suspensron si�all be af such �uration as its appropriate to accomplish correcii�e action, but in no er�er�t shall i� exceed 30 caEe�dar days. At the end of the suspension pe�iod, if CITY de�ermines t#�e default or deficiency has been satisfied, CONTRACTOR may be res#ored to full compliance status and paic! all eligible funds wit�held or im�ounded during the suspension period. Ef however, CITY determines tha# CONTRACTOR has not come into compliance, the provisions of Sectior� 20 may be effectuafed. `. � "� 11 1 , � ' � � FW-Denton inter3ocal lead paint ��. TLRI�IR�e4TlOi�! A. CITY may terminate this agreement far cause under any ofi #he fol�owing reasons: (1} CONTRACTOR's failure to attain comp�iance during any prescribed pe�-iod of suspensio� as provided in Section 19. (2) CONTRACTOR's violation of covenants, agreements or guarantees of this Agreement. (3) Termination or reduction ofi funding by the United States �epartment of Housing and Urban De�elopment_ (4) Finding by C1TY that CONTRACTOR: {a) is in such unsatisfactory financiaf condition as to errdanger performance under this Agreement; {b) has aflocated �nuentory to this �rogram which substantially exceeds the reasona�le requirements of tf�e program. (c) is delinq�aent in paymenf of performance of this Agreement in the ordinary course of business. (5) Appointment of a trustee, r�cei�er or liquidator for all or substantiai part of CONTRACTOR's property, or institution of ban�ruptcy, reorganization, rearrangement of or li�uidation proceedings by or against CONTRACTOR. (fi) CONTRACT�R's inabil�ty to conform to changes required by Federal, State and local Caws or re�gula#ions as pravided in this Agreement. �7) CONTRACTOR's �iolation af any law or regulation to which CONTRACTQR is bound or shall be bound under the terms of the Agreement. CITY shall promptly notify CONTRAGTOR in writing of the decision to termina�e and the effective date of termination. Simultaneous notice af pe�ding termination maybe made to ot�er funtiing source specified. B. CITY may term�nate this Agreement for convenience at any time, by giving vuritten notFce #o CONTRACTOR. If this Agreement is terminated by CfTY for conveRience, CQNTRACTOR will be. paid an amount not to exceed the total of accrued expenditures as of the effective dat� af termination. In no e�ent will this compensatian exceed an amouni which bears the same ratio to the totaf compensation as the services .;jl��,, ��; � � �� ,� FW-Denton interlacal lead paint actually performed bears to the total services of CONTRACTOR ca�ered by. the Agreement, less payments pre�iously made. C. CONTRACTOR may terminate this Agreeme�t in whole or in part by written notice �o CITY, if a termir�ation of outside funding occurs upon which CONTRACTOR depends for performance hereunder. CONTRACTOR may opt, within the limitations of this Agreemenf, to seek an alternative funcling source, with the appro�af of C1TY, provided the termina#ion by the outside funding source was nat occasioned by a breach af contract as defned herein or as defined in a contract between C4NTRACTOR and the funding source in questian. D. Upon receipt o� not�ce to terminate, CONTRACTOR shall cancel, withdraw ar otherwise terminate any outstanding orders which relate to the performance af this Agreement. CITY shall not be liable to CONTRACTOR or CONTRACTOR's creditors fvr any exper�ses, encumbrances or obligations whatsoe�er incurred after the #ermination date listed on the notice to terminate referred to in this �aragraph. E. Notwithst�nding any exercise by CITY of its right of suspension or termination, CONTRACTOR shal� nat be relieved af fiability to GITY for damages sustained by C1TY by virtue of any breach of the Agfeement by CONTRACTDR, and CITY may withhold any reimbuTsement ta CONTRACTOR until such time as the exact amount of damages due to GiTY from CONTRACTOR is agreed upon or a#he�wise determined. �fi. fdO�I�ICATIQN OF �GYIOi� �ROUCHT In the event that any claim, demand, suit or other action is made or brough# by any person(s}, firm corporation or o#her entity aga�nst CONTRACTOR regarding or related �o the subject matter of this Agreeme�t, C�NTRACTOR shall give written notice thereof to CITY within five working days after being notified of such claim, demand, sui# or other actian. Such notice shall stafie the date and hour ofi notification of any suc�. claim, demar�d, suit or other action; the names an� addresses of the persvn(s), firm, corporation or other entity making such claim, or that instituted or threa#ened to institute any type af action ar proceeding; the basis of such claim, ac#ion or praceeding; and the name of any �erson(s} against wE�om such claim is being made or threaten�d. Such w�itten notice sF�all be deli�ered either personally or by mail. 2�. IP���i�lINIFIC��IOR� A. ft is expre�siy unders�ood and agreed by boih parties h�eeto �h�� C17Y is contracting with CQR�iRACTOR as an independenf confiractar and ih�� as such, io ihe ex�enfi allo�n►ed by la►w �:�fViR�Ci�R shall sar�� and hold CiiY, ifs �� � ' f 13 � �� " '��, � FW-Oenton intertocal lead paint o�icers, agenfis ar�d employees ha�mless from all liability of an� natu�e o� l�ind, incfuding cosfis and expenses �or, or on account of, any claims, audit exceptions, demands, suits o�° dam�ges of any characfier� whaasoever resul�ing in vvhole or in part �rom the per�ormar�ce or omission of any employee, agen� or represenfafive o� C�W'YRA�iQR, �. io �h� ex�ent allowed by �aw, COf��RAG�OR �g�ees fio ppodide fihe defense �o�, and �o indemnify and hold hawmless CITY i�s agenfs, employees, or con�rac�ors from any and all claims, �uif,s, causes of action, demands, d�m�g��, losses, ai�orney fees, e�penses, and I�abilify arising out of the use of these confracfied funds artd program adminisfira�ion and impleme�t�agion excepf fo �he extenfi caused by fihe wii[ful act o� omission o� �I�Y, ifis agents, empEayees, or contr�ctors. a3. iVII�G���AN�OUS A. CQNTRACTOR s�all not transfer, pledge or otherwise assign this Agreement or any interes# therein, or any claim arising thereunder, to any party o� parties, bank, trust compa�y or other financial institutian without the prior written approval of CITY. B. !f any provision of #his Agreement is held to be invalid, il�egal, or unenforceable, the remaining provisions shail remain in full force and effect and continue to conform to the original intent of both parties hereto. C. �n no e�ent shall any payment to CONTRACTOR h�reunder, or any other acf or failure of C1TY to insist in any one or more instances �pon the terms and conditions of this Agreement constitute or I�e cortstrued in any way ta be a waiver by CITY of any breach af covenant or defauit which may then or subsequentiy be commitied by CONTRACTOR. Neither shalf such payment, act, or omissinn in any manner impair or prejudice any right, power, pri�ilege, or remedy auailabf� to CfTY to en#orce its rights hereunder, which rights, powers, p�ivileges, of remedies are always specifically preserved. No represer�tative or agent of CITY may waive the effeet of this prav�ision. D. This Agreement, together wit� referenc�d exhibits and attachments, constitutes the entire agreement between the parties hereto, and any prior agreement, assertion, statement, understanding or other commitment ar�tecedent to #his Agreement, whether writt�n or oral, shall have no force or effect whatsoe�er; nor shail a� agreement, assertion, statement, understanding, or other commitment occurring during the term ot this Agreement, ar subsequent #hereto, have any legal farce or effect whatsoever, unEess properly executed in writing, a�d if appropriaie, recorded as an amendment of this Agreement. � �� ��+i� (^ f(`;!lp.�t � I I 4 �� �� FW-Denton interlocal ]ead paint E. In the event any disagreement or dispute should arise between th� parties hereto pertaining to the interpretatio�r or meanin� of any part of this Agreement or its governing rules, codes, laws, ordinanees or regulations, C1TY as the party ultimately responsibke to HUD for matters of compfiance, will have the final authority to render or #o secure an interpreta�ioR. F. For purposes of this Agreement, alf afficial comm�nications and notices among the parties shall be deemed made if sen# postage paid to the parties and address set forth belornr: TO C ITY: City Mar�ager City o� Fart Worth 1000 Throc�morton St. Ft. Worth, TX 76102 TO CONTRACTOR: City► Manager City of Denton 215 E. McKinney 5t Denton, Texas 76201 G. This Agreement shal! be interpreted in accardance with the [aws of the State of Texas and venue of any litigation concerning this Agreement shall I�e in a court comp�tent jurisdiction sitting in Tarrant County, Texas. � IN WIT ESS OF WHICH this Agreement has been executed on this the �-- day of , 2002. CITY OF FORT WORTH BY _ � � ,�- �` _ . .- � REID RECT�R AS5ISTANT CITY MANAGER Appro�ed for Form and Legality: DAVID L.YETT,CITY AITORNEY BY. � �� ATTEST: CITY SECRETARY BY: „ T ,. � - —�- :�__ — �� � � ¢ ����� � 4� ���� ��� ..��g�� � D� �,� �� Date-- . _ . , CITY OF DENTON BY: ��c.��.'L., IG�� EULINE BROCK MAY�R APPROVED AS TO LEGAL FORM: HERBERT L. PROUTY, GITY ATTORNEY �Y: �� �'�.- ATTEST CITY SECRETARY - 1�0 � � � �� r l�- - I ]5 }�' '• ','���.1iL�1 , �� i �' �i�����,`�� � ��r�'� ���'��'�M. ��, �4�tachm�nt A Scope of 1�lor� In an INTERLOCAL AGREEMENT BETWEEN THE CITY OF FORT W�RTH AND CITY OF DENTON As a partner agency to the City of Fort Worth, th� objectives and goals for the City of Denton are to ensure that housing, receiving CDBG and HOME grant funds is Iead safe at project completion. Dentan vwil� infornn ihe public of the dangers and h�ards of lead to children and contractars and mair�tenanee w�rkers. The public will have opportunities to learn how to safely work with lead-based paint in housing. The City of Denton ALERT program supervisor will be Denton's hausing program manager. A residential constz�action specialist v✓ill car�duct lead risk assessments, iead inspections, clearance testing azzd project oversight. Incurr�bents in both p�sitions are State-certifed Lead Risk Assessors. A prograrn specialist wilI complete al� applicant intake processing and household r�locaiion planning, data repnrting and wil! create and maintain a lead safe hausing stock data base. The followzng aciivities wilI be accamplished. The target unit� are lor�r/moderate income, awner/accupied��ousing units buiIt before 1978 when deteriorated lead-based paint has been identified. Projects will be identified frorn those househoids who have successfully applied for home improvement or minor repair assistance. Lead hazard interim controls - Maior nroYects (a minimum of 8 units (a� $10.000 each� and Miz�or nroiects (a minimnm of 22 units Ca� $�,�00 each) -- �elected homes will be znade iead safe by complefiing interim control activities on all deteriorated lead- based paint. Stabilizatia� of �ead-based paint will be completec� by an approved State- certified Lead Abatement firrn in compliance with all Federal, State and local regulations. Low-level interve�tion - �n units where a Risk Assessment indicates no deteriorated paint or, deterforated paint is below ihe "de minimis" level, yet dust wipes analyses shows a presence af leaded dust, a low lev�l intervention will be performed in a minimum of �9 units at an es#imate oi $165 each. Project will consist aia t�orot�gh cleaning. Eligible cleat�ing fums wi�l perform work. They will reach the required clearance levels as defined by TITLE X and the State of Texas D�partment o� Health, Enviranmental Lead Branch far dusfi wipes. It �vill be arranged for the iarnily to be absent from their home for a minimum af eight consecutive hours Relocation As�istance - For hnuseholds requirin� relocatxon far lead-related constz-izction activities, on units where rninimal lead hazard reduction activities are required such as pain# stabilization, the household wil� be temporarily relocated urltil clearance is achieved by re�ocating househald to a hotel. Household fizrnishings will be moved into a storage faci�ity, if needed. After clearanee of the unit is achieved, the hnusehold may r�turn and inhabit the ur�it during the cornpletion of the rehabilitation. 4nce the house has achieved clearance the family and their belongings will b� returned home. A total a�30 Interim Controls are to be p�rformed on awner-occupi�ed houses. Q Complete Lead-�ased naint insnections and Risk Assessments as needed - Purchase a Niton XL-309 Dual Detectar �pectrum Analyzer Provide cantr�ctors with HEPA vacuvm and filter suAn�ies, to use at fund�d project sit�s at no cost to coniractor ln additian, the City of Denton will provide funding to complefe public awareness ac#ivities. Info�rnation will be designed to prevent lead e�po�ure azid poisoning in children by completing the following activities: A total of 149 free bload lead �evel test� r�ill be provided to children under six y�ars of age that do not have Medicare, CHIPS or private medical insurance. Tests provided will be the finger-prick method. These tests will be scheduled as needed through the Denton_County Health Deaartment. Shaul�. there be a finciing of greater than 10 µg/dL, a foliow-up venous blood test will be taken as required as required by State regulations. � Reimburse cantractor training fees (up to a ma.ximum of $$00 each) to five (5) approved contractors who successfully complete training and testing and become Staie certifi�d Lead abaiement firms. ■ DeveloA and distri�bute educational inforrnation ta teach public of the dangers of lead to chi�dren and how to preven�t lead poisonin� in children. ° Offer video training tapes on s$fe work aractices geared taward housing maintenanee vvorkers and buildin.g rehab eontracfors. Qu�'each methods will specifically target low- income rental housing rnaintenance personnel, "hand�mari" woxkers and rehabilitation/renovatian/re�nodeling cantractors. � Grant assistanee to helo offset increase in liabilitv insurance ��st for up to three (3) approved contractors (up to a maximum of $2,000 each) who become State certified Lead abatement firms. These contractors tnust include hazard material coverage riders. The Denton Alert Program wi�i caordinate th�ese activities to comp�ete Denton's responsibi�ities in accoxdance with the contraet work plan between HLJD and the City of Fort Worth. The City of Denton assures that this program will meet all Fedexal, State and Iocal regulataons and guide�in.es as required by the Department of Housing and Urban Development, Office of Healthy Homes and Lead Hazard Cantrol. The City of Denton will provide the �'ort Worth ALEKT Program office with reports and project data in a timely man�er as requixed. Sudget Su►nmary AT7ACHIVE�N7 9 Total Budgeti (Federal Sha.re and Matching} I�VTERLOCAL AGREEMENT BETWEEN THE Name and Address of Appiicant City of Denton - banton LHC Program CITY OF FOR7 WOR7H AND CI7Y OF DEIV7oN 100 W. Oak Street - Suite 208 Community Development Division Denton, TK 76201-A1 �4 aetailed Description oi Budqet Category � Total MATCH BR£AI4DO1fIlN Estfmated CtyoiDenton penton 1. Personnel (Direct Lahorj I Hours Rate per Haur I Esumaiedcos�� Federal5hare M1tCh CDBG General Fund CHoo PositEon or Individual A9ency Directors {Barbara Ftnss) 156 $36.43 $5,683 $0 $5,683 5683 * I.HC Program 5upv. {Nancy Baker} 2$9 $23.60 $6,632 $0 $6,632 6632 � InspectorlRisk Assessvr (Gordon Meredith) COD 194 $22.� $4,373 $0 $4,373 4373 InspectodRisk Assessor {Kathy AskeVl CMDO 34 $15.55 $529 $p $529 529 Com. Qen. Coord. (Luisa Rodriguez-Garcia) 46 $23.$7 $9 ,p88 $0 $1,098 109$ I Proqram Specfalis! (Alma Espino) 9D $18.32 $1,549 $D $1,649 1649! - o $o.00 �o $o �o � D $0.00 �0 $D $p D $Q.00 $0 $p $0 ---- Q $Q.00 $0 $0 $0 0 $O.OQ $0 $D $0 0 $0.00 . $Q $Q $D * posilion is also an irtspectorlrisk assessor D $O.DO $Q $D $D TQ�a� �o� so� �n.00 $a �o $a Total birect �abarcost ' ' '„ � ,' '-' ',' $19,964 $Q $19,964 $19,435 $Q $529I Ctyot�eman 2. Fringa Benefts Ra#e Base F_sematedCost FedaralShar�- MatCi i CoeG Generaf Fund G3iDQ FICA 7.71°/a $99,964 � $1,539 $0 $1.539 $1,49s $41 Retirement 11.444� $99,964 � $2,284 $0 $2,284 �2,2za �s� Health Ins. 18.46% $19,964 � $3,686 $0 $3,685 $a,5as gss Worker's Compensatlan 0.94% $19,964 $988 $fl $188 $1B3 �5� Lifelnsuranae 0,17% $19,964 J $34 $0 $34 $33 $�� - $13,964 $0 $0 $0 I _ - $49,964 $0 $0 $0 � $19,9&4 $0 $0= $0 Tatal Fringe BenefRs Cost $7,730 $0 $7,730 $7,525 $0 S2D5 3, Travel ClyafDenton 3a. Transportatioo - Local F'rivate Vehicle Mileage Rate per Mife est€matedCost Feeeralshare MatCi ICOBG General Fund CHpO ProJect Supervisor Denton 1454 $0.315 $458 $0 $458 458 " InspectorlC2isk Assessors (1] 75(3 $D.315 $236 $0 $236 0 236 $Q $D $0 - $D $D $0 � $0 $6 $Q - $0 $C? $0 Subtotaf - Trans - Locai Private Vehicfe �� ��'o- �:,fy�'W'����a� ���t� 694 - "�� _ b........._�,_. � $D $694 _ $458 $o $23s CtyutDenton 3b. Transpor[ation-Airfare Trips Fare �sumacedcosc Feae�isr�arE Matc��COBG GeneralFund cHDO CertEfication Test - Austin 0 $0 $0 $0 Training - CA 0 $0 $0 $0 $0 $0 $0 $0 $0 $0 - - - ' $0 $0 $0 $Q $� $0 5ubtotal-7rans�ortation-Airtare ��',���,�k��;,��'���''r�i��`� $0 $0 $0 $0 $0 $0 Prepared 1013102 Page 1 vf 4 �3udget Surnmary � Tota1 Budge� (Federal Sh�-e and Matching} � � Qetailed �escrlpiion of Budget . - -- CiyofDentan 3t. TransportatEors - Other Quantity Unit Cost Estimated Cosi FederalSdarE IVlatc� iCDBG General Fund CHtiO COD Vehicle Usage ($1751mo) 36 $175.00 $6,30D $D $fi,30� �s,soU $o $o $0 $0 $D $0 $D $D �o �o �a �o �a �a $o $o �a $o I $o �a $0 $D $D �o $o �a Subtotaf - 7ransportaiion - OEher � s�, 5�� $6,san �� • $o $6,3oD gs,3oo ga �o Giyqinehi0„ 3d. Per pierrt pr Subsistence Days Rate per Day � es6rrrated Cost Federel snarr: Matc�,CDBG General Fund CHDp Training - CA 0 $0 $� $0 Gertification Test - Austin 0 $Q $0 $� - - $D $D $4 - $0 $D $0 $D $0 $0 $0 $D $G= �o $a $a $4 $0 $0 subtota� - Per uiem or suhststence �> ��,� $Q $�� $0 $0 $0 $0 ;«:¢:,n,.,N,�,' Totai 7ravel Cast * . .'•��� $6,994 $G- $6,g94 $6,7b8 $EI $23fi I - M1 ctyafDenton 4. Equlpment {only items oVel' $5000} Quantity llnit Cost Estiimaied Cost Feaeral share_ Match �G[JBG General �und CH�� Niton XRF Analyzer � � $24,355.00 $24,355 $24,355 $0 � $0 $0 $0 � $0 $0 $0 � $o �o �o — I $o �o $o - , $a �e� �n Total Equfpment Cost $24,355 $2q,355 $0 $0 $0 $q� Ctyof�emm� 5a. Supplfes & Materlals (Consuma6le Itemsj Quantity Unit Cost Estirnafed Cost Federal shar�. MatcF�D6G General Fund CH�D HEPA Vacuum bags - 5 Pk 30 $11.50 $345 $D $345 $345 HEPA Poly Liners 6 $17.50 $105 $0 $1�5 $105 HEPA Fflker 3 $135.�0 $405 $� $405 $4D5 Uust Test Supplies 27p $1.D0 $270 $0 $2iQ $270 Educational Materfals 1 $2,OOO.iiO $2,p00 I $2,000 $0_ $D Denton Co. Hlth Dept BLL Test 149 $10.OD � $1,490 $1,4J0 $0 $4 - -� $b.QO � $0 $0_ $� $0 0 $D.QQ $0 $0 $p D $0.00 � $0 $0 $0 $a - Subtota[ eonsumable supplies _ �"' �' ''' ��S'2��',��'����'""� �.� � $d 615 $3,490 $1,125 I $1,125 $0 $0 � CtyofDenion 5F7. Non-Consumable Matefials Quantity Unit Cost Estlmated cast Feueral share MeteN CDBG General Furtd CHDO XRF Sources 1 $2,500.D4 $2,50D $0 $2,50D $2,50p �duaationa! Materials (TVNCRfcart} 1 $750,00 $T50 $0 $75Q $750 OfFice furniture 1 $6A0.00 $640 $0 $640 $64Q Video Trafning iapes 4 $30.Db $120 � $0 $120 $120 _ —.... $D $D $0 $D $0 $0 $Q $0 � $0 $4 $0 $d SubtotalNon-Consumable5upplfes �°;n=nt�+'''�''� "�"'"' ,<�a°°x` $¢,01b $0 $4,010 $4,Q10 it« �; s,�;¢ sM1� Total5uppliesCast `"�':n!t�:1 r'"'''��..�>"' >'¢{�:'� $8,825 $3,490 $5,135� $5,135 $4 $0 Prepared 10I3IO2 Pege 2 of 4 B�dget Swxunary Total Budget (F'ederal Share and Matching} Qetalled besariptEon of Budget .- -- I CtyofDenion 6. Cansulfants {Typej Days Rate per Day estimateacost Feaerarstmre Mafci iCDBo General Fund CHOQ C�ty Attorney for contract review 3 $1,200,00 $3,60D $0 $3,600I $3,600 Public Eduaator 1 I $5,20Q.0� $5,2C►D $5,20� $Ci , - � _ $0 I $0 $Ci I I $o $o �Ei I �o $o $c i Total Consuitants Cost - s a a,,,;as� � sr, ;s, ,q� ��s; ;y as s�� $5,200 $3,600 � $4 $3,600 $0 $$,800 CtyotDenton cHoo r�r�- 7. Cantracts and Sub�rantees {List indlviduallyj EstlmaiedCosi Federal5hal� IHatch C�BG Genaral Fund vate Funds benlon LHC Interim ControllMajnr Reha6 Proj 6 $10,OOQ.DO $fiD,000 $6D,OOQ $0 $p Dento� Rehab (Maich Ac�ivlty) 2 $25,p00.00 $5D,000 $0 $50,OOD $50,D00 Denton Li1C Interim Contro]IMinor Repair Prag, 2D $4,500.04 $90,OflD $90,000 $D $0 DentonMinorRepair{Ma1c6Aat9viiy} 10 $1,000.00 _$10,OOp $0 $10,000 $1p,ORD I OenionCM00LHClnlerlmControlslMerorRehahproj. � $i0,Q00.00 � $20,OQ0 $24,OOD $0 $0 Oenton CHDO Rehab (Maich Activity) 2 $5,000.00 � $10,D00 $4 $1QDOa $0 $10,000 �enionCW�OLHCIMedmControUMinvrRepairFrojs. Z $5,4D0.60 � $10,D00 $1�,000 $0 $0 Qenton CHDO Minar Repair {Match Activity) 2 $j ,pQ0.00 � $2,000 $0 $2,000 $p $2,00� � I �o $a $o I Hazard M11 Ins. Rssistance for Contrac�ors 3 $2,000.00 I $6,pD0 $6,b00 $0 $0 Lead Contractor Tmg Assistance 5 $800.OD $4,aoo $4,000 $0 $0 Safe Worker tmg Assistance _ 1 S $35.OD $630 $63p $0 $0 [.ead SupvTmg,4ssistnaoe 7 $37Q00 $2,59� $2,590 $0 $0 train !he Trainer (ar Worker Cert. Trng (2pj 1 $4,OOD.bO $4,p�� $4,0�0 $D $0 �aw �evel Intenremion 59 $155 QO $9 735 $9 735 $D $0 � Total Subcontracts Gos# 8. Other Dlrect Costs Item Ld-6ased paint lap tests NLLP Lab Reloceilon-Rehad {28 �S2,OD0 per unit) Web Site De�elnRment Total Other birett Costs 9. I�dlrect Type Faciqties Charge Accounting & Payroll Services City administrative charges Total lndirect Costs Total Estimated Costs , $0 $D $0 $� I �0 $0 $D $D � $0 $0 $0 $D I $0 $0 $0 $0 � I $0 $0 $0 $4 j �n $a �o �o ' � �'�i <'�' � ' � -- � '.� $z�s,s5s $�as,�� $�Z,000 $sa,aoo �o ��z o00 . , Cty of �ertton Quantity ltnit Cost Estimated Cost Federol 5hare Match CpBG Gen. Fund CH�O � 360 $8.Qp $2,$80 $0 $2,$80 $2,880 26 $2,307.69 $60,000 $6p,p00 $0 Z $1,480.00 $2,96Q $0 $2,960 $2.96Q �Q �0 $[ - , - $0 $0 $CI - . I $o $o �c � I �o $o �c � � � $D $D $C! I i �v � : °°4�.w .. � ,.. ' - �:i�� '�_'"� $65,84D $60,�OD $5,84C� 52,880 �2,96D $U Cryotoenton Rate Base EstlmatedCvst FederaEshere NIatCF�GOBG GeneralFund CH�fl - -- � I 9.Q0°10 $27,894.06 $2,492 $0 $2,492� $2,492 � 1.00°/a $27,694.�6 $277 � $� $277 $277 I 6.00% $27,694.06 $1,662 $0 $1,662 $1,662 _ $0 $0 $C� $0 $D $a $� $Q $4,43i $0 $4,431 � $4,431 $0 SO _� $425,694 $300,Q00 $125,694 $1�6,964 $6,56� $12,970 Fotal of Federal Share and Match $425,694 prepared 10l3102 Page 3 0( 4 Anaiysis of Total �stimated Costs 1 Personnel (Uirect Labar] � Fringe Benefits 4 Tra�el 5 Equipment 3 Supplies and IVlaterials & Cp�SlJ��fltS i Contracis and Sub-Grantees 8 Other Direat Costs 9 Indirect Costs �Total Federal Share Match Estimatecl �ercent af Cast $79,3B4 $7,730 $8,994 $8,B25 $24,355 $s,soa $278,955 $85,840 �4,431 $425,694 � � �otal Rl.�°/a T.8% 1.6% 2.U% $-7% z.�°ia 65.5°� 15.�°10 1.4% 1d0.Q%� Fercent of Labor 38.7% $300,400 70.47°/n $125,684 4'1.90% Expressed as a percentage of the Federai Share Prepared i0l3I42 Page 4 nf4 ��"T/�Ci�ll�I�RlT C - ia the INTER�OCAL ACRE�M�PIY B�TW��N iH� C17Y O�' �O�iY WORTH AND C1TY O� ��NYON �ead H��ard Control Grant liillork �lan (�oals, Objec�ives and �errormance �iles�ones I Goals I Objecti�es �A. No. of Major Rehab Interim Contro! Projects to be completed and cleared � B. No. of Minor R�hab Interfm Conirol Projects to be completed and cleared �C. Na. of Low Level Interveniion Prajects to be complsted and cleared Quarterl►► PerFormance Obiectives lJnits to Be Completed: GoallObjective: Year 'I CompletedlCleared 8 22 59 �'7 Cumulative Completed Gleared Quarter Quarterly Miiestone Jan - Mar NIA Apr - Jun NIA Jul - Sep NIA Oct - Dec 3 Year 2 Quarter Quarterly Mileskane Jan - Mar 7 Apr - Jun 8 .ful - 5ep 9 Oct - Dee 10 Year 3 Quarter Jan - Mar Apr - Jun Jul - Sep Oct - Dec Quarterly Milestone 11 12 '[ 3 16 CompletedlClear�d CompletedlCleared Cumulative Cam�leted Cleared Cumulati�e Completed Cleared � �`ity o�Fart �o�th, Texas � � �� ��d ����i� ����r��ca�t��� J � � DATE REFERENCE NUMBER LOG NAME PAG� �l� 5I0� � **��13232 � O�LEAD � of 3 suH.��c-r APPLiCATION FOR A LEAD-BASED PA�NT HAZARD C4NTROL PROGRAM GRANT FROM THE U.S. DEPARTMENT O� HOUSiNG AND URBAN DEVELOPMENT AND AUTHORIZATION TO ENTER INTO AGRE�MENTS WITH THE CITY OF �ENTON, THE �ORT WORTH HOUSING AUTHORITY; AND NONPROFfT HOUSENG ORGANIZATIONS RECOMMENDATlON: It is recommended that fihe City Council: 1. Authorize th� Cify Manager io apply for and accept, if awarded, a three-year grant up ta $3,OQ0,000 from fhe Department of Housin� and Ur�an Development (HUD) for fhs p�rpose of underfaking � comprehensive programs to �denfify and cvntrol lead�based paint hazards in eligible owner- occupied and rental homes; and �; � 2. Authorize fhe City Manager fo enter into agreements or amend such agre�mer�ts with the City of Denfion, fhe Fort Wor�h Housing Authority (FWHA), and nonprofit housing organizations withiri the scope of the program and in compliance rivith applicable laws and� regulations; and � i 3, A,dop� the attacF�ed a��ropriaiion ardinance increasing esfimated receip#s and appropriations in the . Granfs F'unci up to $3,OQ0,000 subject to rec�i�f o# �he grant; and I�. Approve �he use of $270,Q00 mafching Community Development Block Grant {CDBG) funds as the � City's matching porEion of the grant. DISCUSSIDN: � On Septemher 15, 2�00, HUD's fead-t�ased painfi requirements w�n# into effecf. These requirements fall into fi�e categories: a} Lead hazard evaluation which incfudes paint festing or r�sk ass�ssment; and b) �ead hazard reduction that includes paint stabilization, interim controls, _ treatments � ar ' abafem�nf, safe work practices when performing lead hazard reduction or rehabififiation wflrk, and clearance to cn�firm fhaf na lead-based paint hazards, remain after work is campEeted; and � c) Or�-going maintenance for some program ac�ivifies; and d} Notification to occu�ants of federaify-assisted homes builf �efore � 978 on the r�sults of hazard evaluation or reduciion acfivities; and . e) �ducation on lead-based paint hazards and activities to be carri�d o�at wh�n child�en are identified witi� high blood lead levels. � �`ity of '�'ort T�o�th, Texas �y��� ��� ��c�n��[ ��r���n�c�t��r� � I DAT� REFERENC� NUMBER L�G I�lAME �1� 5/01 *'�G-'� 3ti3� f suB�Ec�r APPL.ICATION FQR A LEAD-BASED � FROM THE U.S. DEPARTMENT OF AUTH�RlZATION TO ENTER INTO � THE �'QRT WORTH HOU5ING " ORGA�NIZATIONS 05L�AD PAGE 2 of 3 PA1NT HAZARD CONTRDL PROGRAM GRANT H�USfNG AND URBAN DEVELOPNfENT AND AGREEMENTS W1TH THE CfTY OF DENTON, AUTHORITY, AND N�NPROFIT H�]U51NG ' HUD ex�ended tF�e effective date of these regulations to March 15, 2p0�, and further to Aprif 10, 2D01. The C9ty of Fort Worth Housing Depar�ment recently appli�d for a further extension to Augusfi 10, 20�� . The lea�-based paint requir�ments wifl affect t�e following housing programs: o Hame Improvemenf Program (generally limited to madel block areas}; � Em�rgency Repair {City-wide); � Weatherizatian {CityTwide}, • Cowkown Brush-Up {City-wide); and � Hameb�ayers' Assistance Programs (City-wide). These requirements wil� also affect similar programs of the City's housing nonprafit partners, as well as Section 8#enant-based rental units of the FWHA. It is estima#ed that compliance with the lead-based paint requiremenfs will involve an additional $350 to $15,000 per housing unit. ft is therefore critical that the City _ receive additfonal funding to cover the additionaf cosfi af compliance with these new requiremen�s. Otherwise, the num�er af f�ousing units tha� can be assisted wit� available funds by fhe City, its nonprofit parkners, and the FWHA will ha�e fo be drastical�y reduced. TY�is will have a negative impacf on the City's central city redevelopment goal. It is proposed that tF�e City apply for a$3,a,D0,00� grant under HUD's Lead-Based Pain� Hazard Cnnfrol Grant Program to cover c�mpfiance with HUD's new requirements over a three-year period, Ti�is. is a h9ghly competiti�e �gra�t. lf is proposed thaf the Housing Department, as lead ag�ncy, partner vuith tne City and Tarrant County Hea�fh Departmen#s, FWHA, housing nonprofif organizafions, and the City of Denton. These partnerships demonsfrate colla�oration, whicFi increases the City's cha�nces af beir�g awarded the grant. Th� City of Denfon will be alfacated $3DO,ODO out af the $3,ODQ,000. The grant re�uires a`1 q% match, or $3�O,OOD for $3,Q00,000., The Cify`s rrmatch requirement should total af least $270,000 (1 �% of $2,700,000). This will came mainly firom CDBG funds, including the purchase of a lead-based paint tesfing machine ($16,2Q0) an� salaries for existing Housing Department s�aff who wilf b� involved in �he Lead-Based Hazard Can#rol Program ($38p,393). The partners wifl afso contribute toward the City's ma�ch. Ti�e Cify of Denton has id�ntified ti�eir mafching saurc�s amounfing to at least $30,000 {10% of $3DO,QQQ, tl�eir share of the grant). Th� City of F'o�t Worth's Housing Department wi�l ha�e oversight ar�d monitoring responsibilifies for t�e entire gran#. The lea�-based paint hazard cantrol pragram wifl be, for fh� most �arf, im�femented in conjunction. with the afher ho�sing pro�rams menfioned abave. Therefore, if wi�f be availa�le in ALL COUNCIL DISTRICTS. ' � � C'ity o, f'.�a�t Worth, T�exas 1� ��C �i�� ��I�1�1� �,��1'i���11���`1��1 � � DATE R�FER�NCE NUMB�R � LOG NAM� , � PAGE � 5J� 5I01 '�*��13�3� 05LEAD 3 of 3 SUBJECT APPLICATION FOR A LEAD-BASED PA1NT HAZARD CC�NTROL PROGRAM GRANT FROM THE U.S. DEPARTMENT OF HOUSlNG AND URBAN DEVELOPMENT �AND AUTHORiZATlDN TO ENTER fNTO AGREEMENTS W[TH THE C1TY OF DENTON, THE FORT WOR7H HOUSING AUTHORiTY, AN� NONPROFI7 H�U51NG ORGAMZATI�NS . On May 8, 20a�, tne 5afety and Community Development Committ�e reviewed this proposal and recommended City Councif appraval. � FISCAL fNFORMATIO�I/CERT�FICATfON; I T'UNA � ACCOUNT � (to) � GR76 451727 � GR76 472010 � GR76 488449 � GR76 5 (various) � (from) The Finance Director certEfiies that ��on award and r�ceipt of �he grant, appraval of the, abov� recommendatians, and adoption af the attache� a�pr�priat�on ord�nance, tunds will be a�ai[able in the current operating budget, as appropria#ed, of the Grants Fund. L.W:k a Snbmitied for City Manager's Office by: � ' Libby Watson Originating Departmeut Iiead: 7erome Walker Additional Information Contact: b183 7537 C�NTER 005206711000 oa�2os���aoo a�v206711000 0052D671 'i 0'f 0 AMOCTNT � $2,700,OOOAO � $ 270,�00.00 � $ 30,OOO.DO I $3,Q00,000.00 � � GR76 b38070 0052086971$0 � c��y of Denton . $ 30,DDO,DO Jerome Wallcer 7537 � CITY BECR�TARY APPROVED S/15/Ol ORI]INAN�� NO. 14G22 �