Loading...
HomeMy WebLinkAboutContract 62482-A1TCEQ CON-MkCT NLMER 582-22-30132 CITY OF FORT WORTH - 105 0ENDIMENT 1 CITY SECRETARY 62482-Al AJ EWDMENT 1 CONTRACT NO. Texas Commission on Environmental Quality (TCEO) and the City of Fort Worth (Performing Party-) agree to amend Contract 582-22-30132 in accordance k�-ith the General Term and Condition sub -Article 1.2 Amendments as follows: 1. By way of this Amendment, TCEQ and the City- of Forth Worth agree to extend the term of the Contract to August 31, 2025 by exercising one of one tX o-year renewal options per the Special Term and Condition, Article 6. 2. The total compensation possible under the Contract is increased by S124,800.00 for Fiscal Year 2024 and 2025 (FY24 and FY25), raising the rnaxiinurn compensation possible to $249,600.00. TCEQ and the Performing Party- agree that the total compensation possible under this Contract is increased as follows: The Original Contract Amount WF22 and FY23) $124,800.00 Contract ?mpndTrient 1 (FY 24 and FY 2 5 - Renewal) $124:800.00 The Total Contract Amount $249,600.00 3. TCEQ has approved the FY24 and FY25 Cost Budget, hereby included in its entirety- as Attaclmsent A of this Amendment. 4. TCEQ has updated the Notices, Project Representatives and Records Location, hereby- included in its entirety as Attachment B of this Amendment. 5. TCEQ has revised the Special Terms and Conditions, hereby- included in its entirety. as Attachment C to this Amendment. 6. The Term of Contract is extended to August 31, 2023. The Performing Party- i,n- 11 continue to operate, support, and maintain the air monitoring stations located in or around Fort W ort14 Texas. All other conditions and requirements of Contract 582-22-30132 remain unchanged. Texas Conn Ission on Environmental Quality Z�thoed Signature Brandv Brooks Printed Dame Deputy Director. Monitormg Division Title 7114f2423 Date APPROVED AS TO FORM AND LEGALITY.- W. as M. Kevin Anders, II (Dec 19, 2024 10: 28 CST) Assistant City Attorney: City of Fort Worth By'l7alen ng[vn SJun25, 202315:27 C:Dr Authorized Signature Ms. Valerie Washington Printed Name Assistant City Manager Title J u n 262 2023 Date ATTEST: By. Jannette Goodall City Secretary age 1 of 16 TCEQ CONTRACT NUMBER 582-22-30132 CITY OF FORT WORTH - 105 AMENDMENTI. ATTACHMENT A Cost Budget - Matching Funds Cooperative Reimbursement Contract for State Agencies and Local Governments 1. Budget. Authorized budgeted expenditures for work performed are as follows: FY 2024 Total FY 2025 Total Budget Category Project Costs Project Costs Salary / Wages $46,000.00 $46,000.00 Fringe Benefits $24,000.00 $24,000.00 Travel $2,250.00 $2,250.00 Supplies $ 7,784.33 $ 7,784.33 Equipment $.0.00 $0.00 Contractual $0.00 $0.00 Construction $0.00 $0.00 Other $8,500.00 $8,500.00 Total Direct Cost $88,534.33 $88,534.33 Indirect Costs $4,600.00 $4,600.00 Other In -kind Contributions $0.00 $0.00 Total Contract Cost $93,134.33 $93,134.33 Cost Share (33%) $30,743.33 $30,743.33 TCEQ Reimbursement Amount $62,400.00 $62,400.00 (67%) 2. Matching Funds. This Contract requires matching funds. Performing Party must match TCEQ expenditures by contributing 33 percent (%) of the total project costs as shown above. Each invoice must demonstrate that the Performing Party is contributing the required match for the period specified on the invoice. Indirect Cost Reimbursable Rate. The reimbursable rate for this Contract is 10% of (check one): ❑ salary and fringe benefits ❑ modified total direct costs ® other direct costs base If other direct cost base, identify: 10% of salary and wages This rate is less than or equal to (check one): Page 2 of 16 CITY OF FORT WORTH - 105 TCEQ CONTRACT NUMBER 582-22-30132 AMENDMENT 1 ❑ Predetermined Rate —an audited rate that is not subject to adjustment. ❑ Negotiated Predetermined Rate —an experienced -based predetermined rate agreed to by Performing Party and TCEQ. This rate is not subject to adjustment. ® Default rate —a standard rate of ten percent of salary/wages may be used in lieu of determining the actual indirect costs of the service. 3. Other. If Budget Category "Other" is greater than $25,000 or more than 10% of budget total, identify the main constituents: 4. Travel. In order to be reimbursable, travel costs must be specifically authorized in advance of the travel. Travel costs will be reimbursed only in the amount of actual costs, up to the maximum allowed by law for employees of the State of Texas at the time the cost is incurred. 5. Budget Categories. The Budget Categories above have the definitions, requirements and limitations stated in TxGMS. Construction costs are not reimbursable without prior, specific written authorization from TCEQ. 6. Budget Control. a. Cumulative transfers equal to or less than 10% of the Total Budget. Performing Party may transfer amounts between the approved direct cost budget categories so long as cumulative transfers from direct cost budget categories during the Contract Period do not exceed ten percent (10%) of the Total Budget amount. Performing Party must timely submit a Budget Revision Request (BRR) Form reflecting the revised budget. Upon approval by TCEQ, the BRR will be incorporated into this Contract as though it is a document revised under General Term and Condition Section 1.2. The 10% limit does not reset with the approval of each BRR. It resets when an amendment is signed by the parties reflecting changes to the budget. b. Cumulative transfers greater than 10% of the Total Budget. TCEQ must pre -approve in writing all budget revisions that result in the cumulative transfer from direct cost budget categories of funds greater than 10% of the Total Budget during the Contract Period. The Performing Party must request to amend the Contract. A contract amendment is required before Performing Party incurs these costs. c. Performing Party may not transfer amounts to budget categories containing zero dollars without TCEQ pre -approval in writing. 7. Invoice Submittal. Unless otherwise stipulated in the Contract, invoices must be submitted to the individual named in the Notices, Project Representatives and Records Location document at monthly intervals. Final invoices shall be submitted within two (2) calendar months after completing the Scope of Work activities. TCEQ may unilaterally extend this deadline by e-mail. a. All invoices must be submitted in a format that clearly shows how the budget control requirement is being met. 8. Supporting Records. Performing Party shall submit records and documentation to TCEQ as appropriate for the review and approval of reimbursing costs. TCEQ may reject invoices without appropriate supporting documentation. TCEQ has the right to request additional documentation such as expenses for the invoice period, year-to-date expenses, projected totals for the year (or applicable contract period), percent of budget spent to date, and percentage of budget projected to be spent. Performing Party shall maintain records subject to the terms of this Contract. Page 3 of 16 TCEQ CONTRACT NUMBER 582-22-30132 CITY OF FORT WORTH - 105 AMENDMENT 1 9. Indirect Costs. Performing Party's indirect costs will be reimbursed at the reimbursable rate entered above. If no reimbursable rate is shown above, indirect costs are not reimbursable under this Contract. The reimbursable rate must be less than or equal to the rate authorized under TxGMS. To the extent that the reimbursable rate is lower than Performing Party's actual indirect costs, Performing Party is contributing its unreimbursed indirect costs to the successful performance of this Contract, and waives any right it may have to reimbursement of those costs (if this Contract requires matching funds, Performing Party may claim its unreimbursed indirect costs as part or all of its match). Performing Party must fund all unreimbursed indirect costs from other funds. It is the Performing Party's responsibility to ensure that unreimbursed indirect costs are not charged to other projects which do not benefit from them, and that it uses funding sources that may be properly used to fund its unreimbursed costs. Page 4 of 16 TCEQ CONTRACT NUMBER 582-22-30132 CITY OF FORT WORTH - 105 AMENDMENT 1 ATTACHMENT B NOTICES, PROJECT REPRESENTATIVES AND RECORDS LOCATION CONTRACT NO. 582-22-30132 PROJECT TITLE: CITY OF FORT WORTH - 105 1. Representatives. The individual(s) named below are the representatives of TCEQ and Performing Party. They are authorized to give and receive communications and directions on behalf of the TCEQ and the Performing Party as indicated below. All communications including official contract notices must be addressed to the appropriate representative or his or her designee. 2. Changes in Information. Either party may change its information in this Notices, Project Representatives and Records Location document by providing notice to the other party's representative for contractual matters. 3. TCEQ Representatives TCEQ CONTRACT MANAGER (for Contractual Matters) Paushiana Madison Contract Manager P.O. Box 13087 MC-165 Austin, Texas 78711-3087 Telephone No. (512) 239-1828 Email Address: Daushiana.madison@tce a. texas. aov 4. Performing Party Representatives. For Contractual Matters Anthony Williams Supervisor/Quality Assurance Officer City of Fort Worth Code Compliance Department Environmental Quality Division 200 Texas Street Telephone No. (817) 392-5462 Email Address: anthonv.williams@fortworthtexas.gov TCEQ PROJECT MANAGER (for Technical Matters) Sayona Shayegani Project Manager P.O. Box 13087 MC-165 Austin, Texas 78711-3087 Telephone No. (512) 239-6384 Email Address: savona.shave2ani@tcea.texas.Qov For Technical Matters Daniel Fernandez Senior Environmental Specialist/ Team Lead City of Fort Worth Code Compliance Department Environmental Quality Division 200 Texas Street Telephone No. (817) 392-5444 Email Address: daniel.fernandez@fortworthtexas.gov 5. Invoice Submittal. Invoices must be submitted to the TCEQ Contract Manager, unless another recipient is identified below: ® TCEQ Project Manager / ❑ TCEQ Disbursements Section / ❑ Other: 6. Designated Location for Records Access and Review. The Performing Party designates the physical location indicated below for record access and review pursuant to any applicable provision of this Contract: City of Fort Worth Code Compliance Department Environmental Quality Division 200 Texas Street Fort Worth, Texas 76102 Page 5 of 16 CITY OF FORT WORTH - 105 TCEQ CONTRACT NUMBER 582-22-30132 AMENDMENT 1 ATTACHMENT C SPECIAL TERMS AND CONDITIONS ARTICLE 1. DEFINITIONS These terms are defined as follows: 1.1 Acquisition Cost - (of an item of purchased Equipment) The net invoice unit price of the property including the cost of modifications, attachments, accessories, or auxiliary apparatus necessary to make that property usable for the purpose for which it was acquired. Other charges such as the cost of installation, transportation, taxes, duty, or protective in -transit insurance, will be included or excluded from the unit Acquisition Cost in accordance with the Performing Party's regular accounting practices. 1.2 Cost Sharing or Match - The value of the third -party in -kind contributions and the portion of the costs of a State -assisted project or program not paid by the State. 1.3 Equipment - Tangible, nonexpendable, personal property having a useful life of more than one year and an Acquisition Cost of $ 5,000 or more per unit. A Performing Party may use its own definition of equipment provided that such definition would at least include all equipment defined above. 1.4 Nonconformance - A deficiency in characteristic, documentation, or procedure that renders the quality or an item or activity unacceptable or indeterminate; non- fulfillment of a specified requirement. 1.5 Quality Assurance (QA) - An integrated system of management activities involving planning, implementing, assessment, reporting, and quality improvement to ensure that a process, item, or service is of the type and quality needed and expected by the customer. 1.6 Quality Control - The overall system of technical activities that measures the attributes and performance of a process, item, or service against defined standards to verify that they meet the stated requirements established by the customer; operational techniques and activities that are used to fulfill requirements for quality. 1.7 Quality Management Plan - A document that describes the quality system in terms of organizational structure, functional responsibilities of management and staff, lines of authority, and required interfaces for those planning, implementing, and assessing all activities conducted. 1.8 Supplies - Tangible personal property other than Equipment. 1.9 Surveillance - Continual or frequent monitoring and verification of the status of an entity and the analysis of records to ensure that specific requirements are being fulfilled. 1.10 Suspension - temporary withdrawal of authority to obligate Grant funds pending corrective action by the Performing Party or a decision to terminate the Grant; (2) an action by a TCEQ official to exclude a person from participating in Grant transactions for a period of time. Page 6 of 16 CITY OF FORT WORTH - 105 TCEQ CONTRACT NUMBER 582-22-30132 AMENDMENT 1 1.11 Termination -Permanent withdrawal of the authority to obligate previously -awarded Grant funds before that authority would otherwise expire, or voluntary relinquishment of that authority by the Performing Party or subgrantee. 1.12 Third party in -kind contributions -Property or services which benefit a State assisted project or program and which are contributed by third parties without charge to the Performing Party, or a Cost -type Performing Party under the Contract. 1.13 Texas Grant Management Standards (TXGMS)- means the promulgated by the Texas Comptroller pursuant to the Uniform Grant Conditions and Management Act, Tex. Govt. Code Chapter 783. TXGMS is defined to include its successor guidance, Texas Grant Management Standards, the terms of which control for purposes of this Contract effective January 1, 2022 1.14 Work - the entire completed services or the various separately identifiable parts thereof required to be furnished under the Contract. Work includes and is the result of performing or furnishing labor, services, materials or equipment as required by the Contract Documents. ARTICLE 2. CONTRACT DOCUMENTS: INTENT 2.1 The Contract Documents comprise the entire Contract between TCEQ and Performing Party concerning the Work. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. 2.2 It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the total Contract. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be furnished and performed whether or not specifically called for. When words or phrases which have a well-known technical or pollution cleanup industry or trade meaning are used to describe Work, materials or equipment, such words or phrases will be interpreted in accordance with that meaning. ARTICLE 3. PERFORMING PARTY'S RESPONSIBILITIES 3.1 The Performing Party is responsible for the professional quality, technical accuracy, timely completion and the coordination of all services and other Work furnished by the Performing Party under this Contract. Personnel 3.2 Performing Party will provide competent, suitably qualified personnel to perform the Work as required by the Contract Documents. Performing Party will at all times maintain good discipline and order on the Project. Materials & Equipment 3.3 Unless otherwise specified in the Contract Documents, Performing Party will furnish and assume full responsibility for all materials, equipment, labor, transportation, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities and all other facilities and incidentals necessary for the furnishing, performance, testing, start-up, and completion of the Work. 3.4 All materials and equipment will be of good quality and new, except as otherwise provided in the Contract Documents. All materials and equipment will be applied, Page 7 of 16 CITY OF FORT WORTH - 105 TCEQ CONTRACT NUMBER 582-22-30132 AMENDMENT 1 installed, connected, erected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise provided in the Contract Documents. Title to, Use, Management and Disposition of Equipment 3.5 Subject to the obligations and conditions set forth in this Contract, title to all equipment acquired with funds under this Contract will vest, upon acquisition, in the Performing Party. Performing Party must comply with all use, management and disposition requirements set out in 2 CFR Part 200.313 in connection with any such equipment. Annually, with the final invoice for the fiscal year, the Performing Party will provide an inventory of all equipment purchased under the grant to include current status and disposition. 3.6 In the event any funds provided under this Contract are in turn awarded to any subgrantee for the purchase or acquisition of any equipment, the Performing Party's contract with that subgrantee will include the requirements of this Contract. Substitutes and "or -Equal" Items: 3.7 Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be accepted with prior TCEQ approval. 3.8 Substitute Methods or Procedures: If a specific means, method, technique, sequence or procedure is shown or indicated in and expressly required by the Contract Documents, Performing Party may furnish or utilize a substitute means, method, technique, sequence or procedure acceptable to TCEQ. Performing Party will submit sufficient information to allow TCEQ, in TCEQ's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Concerning Subcontractors, Suppliers and Others 3.9 All contractual expenditures using funds provided under this Contract will comply with all procurement laws and regulations applicable to the Performing Party and its subcontractors, including Chapter 783 of the Texas Government Code and TXGMS. 3.10 The Performing Party will forward any proposed sub -agreement for the performance of Work required under this Contract's Scope of Work to TCEQ's Network Coordinator prior to execution of the sub -agreement. TCEQ may, within 21 days of receipt of the proposed sub -agreement, provide written notice (fax or email acceptable) to the Performing Party questioning whether the sub -agreement is for a legitimate purpose relating to the satisfaction of this Contract or has been procured in accordance with state and federal law. The Performing Party will not enter into a sub -agreement until TCEQ has withdrawn all questions raised in the notice. Neither TCEQ's failure to question a sub -agreement nor its subsequent withdrawal of any questions raised regarding a sub -agreement implies TCEQ's approval of the sub -agreement's purpose or method of procurement of the sub -agreement. Further, the terms of this provision do not in any way restrict TCEQ's rights under this Contract to subsequently refuse reimbursement for expenses incurred pursuant to the sub -agreement. The Performing Party may require a bid bond to protect the local and State interests by assuring that a Page 8 of 16 CITY OF FORT WORTH - 105 TCEQ CONTRACT NUMBER 582-22-30132 AMENDMENT 1 bidder will, upon acceptance, execute all required contractual documents within the time period specified. 3.11 The Performing Party is responsible for the management and fiscal monitoring of all subcontractors and subgrantees. The Performing Party will monitor its subcontractors and subgrantees to ensure that the subcontractors and subgrantees are operating consistently with applicable laws and regulations, contracting policies, and these Contract Documents. The Performing Party will ensure that all subcontractors and subgrantees comply with all record keeping and access requirements set forth in these Contract Documents. TCEQ reserves the right to perform an independent audit of all subcontractors and subgrantees. 3.12 Performing Party, subcontractors and subgrantees must implement and maintain a Quality Assurance Program that addresses quality -related activities performed under this Contract and conforms to the American National Standards Institute (ANSI) /the American Society for Quality (ASQ) E-4-2004 Quality Systems for Environmental Data and Technology Programs - Requirements with Guidance for Use, the EPA QA/R-2 and with the TCEQ Quality Management Plan. The TCEQ Quality Assurance specialists, or any of their authorized representatives, will have access to all such Work activities, monitors, records, documents, and other evidence for the purpose of management systems review, inspection, audit, surveillance, peer review, excerpts, transcriptions and/or copying during normal business hours. The Performing Party will provide proper access. 3.13 Funds provided by TCEQ pursuant to this Contract that are paid to the subcontractor may be used by the subcontractor solely to satisfy the purposes of the Contract. Procurements 3.14 All procurements by the Performing Party of goods and/or services under this Contract will be conducted in accordance with its internal procedures and state and federal law. 3.15 Performing Party will perform a cost or price analysis in connection with all procurements in excess of $10,000 which are not competitively procured. A cost analysis will also be required when adequate price competition is lacking and for sole source procurements, unless the reasonableness of the price can be established on the basis of a catalog or market price. Failure to follow these requirements for providing the greatest possible competition in procurement is grounds for disallowance of costs for reimbursement. Subgrant Activities 3.16 All Subgrants awarded by the Performing Party under this Contract must comply with state and federal law. 3.17 Payments by Performing Party to subgrantees will be solely for reimbursement of actual allowable costs utilizing the same standards and requirements as the reimbursement payments from TCEQ to Performing Party set out in this Contract. No Subgrant will be made on a fixed amount of cost reimbursement unless this method is specifically approved by TCEQ based on supporting evidence of proposed subgrantee's actual costs. 3.18 All Subgrant agreements must be in writing and approved by TCEQ. The standards and requirements for reimbursements and standards for performance will be Page 9 of 16 CITY OF FORT WORTH - 105 TCEQ CONTRACT NUMBER 582-22-30132 AMENDMENT 1 incorporated into the Subgrant agreements as well as other requirements of this Contract. Permits 3.19 Unless otherwise provided in the Contract Documents, Performing Party will obtain and pay for all construction permits and licenses. Performing Party will pay all charges of utility owners for connections to the Work and all charges of such utility owners for capital costs related thereto, such as plant investment fees. Records, Documents, Data, Access, and Audit 3.20 The Performing Party will maintain books, records, documents, and other evidence reasonably pertinent to performance of the Work and requirements of the Contract Documents as required by the Federal Conditions and General Terms and Conditions of the Contract. 3.21 The Performing Party will pass through all record keeping, quality assurance requirements, and access requirements to all subcontracts and sub -agreements. 3.22 The Performing Party agrees to the disclosure of all information and reports resulting from access to records and quality activities under this Contract. 3.23 Records will be maintained by the Performing Party during performance of Work under this Contract, and for a minimum of seven (7) years after final payments, final expenditure reports and all other pending matters are closed. If any litigation, claim, negotiation, audit, quality assurance assessment, cost recovery, or other action (including actions concerning costs of items to which an audit exception or nonconformance has been taken or identified) involving such records or corrective actions has been started before the expiration of the seven (7)year minimum period, such records must be retained until completion of the action or resolution of all issues which arise from it, or until the end of the seven (7)) year minimum period, whichever is later. 3.24 Access to records or Work activity is not limited to the required retention periods. TCEQ will have access to records or Work activity at any reasonable time for as long as the records or nonconformance identified pursuant to an assessment are maintained. 3.25 This right -of -access article applies to financial and quality records pertaining to this Contract and all sub -agreements and amendments. In addition, this right of access article applies to all records and Work activities pertaining to this Contract and all sub - agreements and amendments: 3.25.1 to the extent the records pertain reasonably to this Contractor subcontract performance; 3.25.2 if there is any indication that fraud, gross abuse, or corrupt practices maybe involved; or 3.25.3 if the Contract or subcontract is terminated for default or for convenience. Data and Publicity 3.26 All data and other information developed under this Contract will be furnished to TCEQ and will be public data and information except to the extent that it is exempted from public access by the Texas Public Information Act, TEx. Gov'T CODE § 552. Upon termination of this Contract, all copies of data and information will be furnished, at no charge to TCEQ, upon request, to include databases prepared using funds provided Page 10 of 16 CITY OF FORT WORTH - 105 TCEQ CONTRACT NUMBER 582-22-30132 AMENDMENT 1 under this Contract, and become the property of TCEQ. Except as otherwise provided by these Contract Documents or the Texas Public Information Act, the Performing Party will not provide data generated or otherwise obtained in the performance of its responsibilities under this Contract to any party other than the State of Texas and its authorized agents. Safety and Protection 3.27 Where applicable, Performing Party is responsible for requiring subcontractors and subgrantees to maintain and supervise all necessary safety precautions and programs in connection with the Work. Performing Party will take all necessary safety precautions. Performance Reports 3.28 In accordance with TXGMS, the Performing Party will submit data completeness reports documenting all activities during a quarter pursuant to the Schedule of Deliverables set forth in the Scope of Work. In the absence of a schedule in the Scope of Work, the Performing Party will submit the reports not later than 30 days after the close of each quarter. The reporting periods correspond to the State of Texas fiscal year (September -November; December -February, March -May; June -August). Independent Financial Audit 3.29 By February 1 of each year, the Performing Party will engage an Independent Financial Auditor and conduct an annual audit of the Performing Party's financial statements in accordance with the Single Audit provisions of UGMS. The final report will be submitted to the TCEQ Contract Manager no later than 90 days following the completion of the audit. 3.29.1 All terms used in connection with Audits in this Contract have the definitions and meanings assigned in the Texas Grant Management Standards and the Single Audit Circular in TXGMS. 3.29.2 Provisions of the Single Audit Circular in Part IV of UGMS apply to all non - State Government entities expending the funds of this Grant, whether they are recipients, receiving the funds directly from TCEQ, or are subrecipients, receiving the funds from a pass -through entity (a recipient or another subrecipient). In addition, the Performing Party will require the independent auditor to supply all audit work papers substantiating the Work performed at the request of TCEQ or its designee. Exceptions in Audit 3.30 TCEQ is required to take action on exceptions noted in an audit of Performing Party's financial records. Therefore, Performing Party agrees to submit to TCEQ a copy of the report from any audit conducted of the Performing Party's financial records within 20 days of Performing Party's receipt of an audit report. At the same time, Performing Party will also provide a statement containing an explanation of the conditions giving rise to each exception in the audit report as well as a plan for correction of any significant deficiencies in Performing Party's operations or Contract performance. TCEQ may approve the statement or reject as insufficient. At the option of TCEQ, the Performing Party may revise and resubmit. If the statement is initially or subsequently rejected by TCEQ with no further opportunity to revise, TCEQ may suspend payments Page 11 of 16 CITY OF FORT WORTH - 105 TCEQ CONTRACT NUMBER 582-22-30132 AMENDMENT 1 or may terminate the Contract for cause and may undertake any other remedies or sanctions provided under this Contract. CERTICLE 4. CHAN S IN THE WORK 4.1. TCEQ may by written notification to the Performing Party, make changes to the scope of this Contract or in the services or Work to be performed. If such changes cause an increase or decrease in the Performing Party's cost of, or time required for, performance of any services under this Contract, whether or not changed by an order, an equitable adjustment will be made and this Contract will be modified in writing accordingly. Any claim of the Performing Party for adjustment under this clause must be asserted in writing within 30 days after the date of receipt by the Performing Party of the notification of change unless the TCEQ Executive Director, Network Coordinator (TCEQ Project Manager), or Program Area designee grants a further period of time before the date of final payment under this Contract. 4.2. Performing Party is permitted to rebudget within the approved direct cost budget to meet any unanticipated requirements. Changes to the Scope of Work require the prior written approval of TCEQ. Applicable cost principles set forth in 2 CFR Part 200.308 contain additional requirements for prior approval of certain types of costs and apply to all grants and Subgrants. Prior approval is required as follows: 4.2.1 any change resulting in the need for additional funding; 4.2.2 cumulative transfers among direct cost categories, or, if applicable, among separately budgeted programs of projects and which exceed or are expected to exceed the total costs for the current year's budget by ten percent (10%); 4.2.3 transfers of funds allotted for training allowances; 4.2.4 changes in key personnel in cases where specified in an application or Grant award; or 4.2.5 subcontracting those activities that are central to the purposes of the award. 4.3. Any request must be in writing to TCEQ and TCEQ will promptly review, approve or disapprove the request in writing. If a change requires federal approval, TCEQ will obtain that approval before approving the request. 4.4. Changes to the services or Work to be performed will be updated in the next applicable Quality Assurance Project Plan revision for this Contract. ARTICLE S. PAYMENTS TO PERFORMIN PARTY Cost Reimbursement 5.1 The Performing Party has submitted a cost analysis. The Performing Party and TCEQ acknowledge that this cost analysis is the basis upon which the Contract Cost Budget has been developed. 5.2 Because certain Monitoring Division Program activities may not be performed in a given month, the Performing Party will perform a quarterly review of the Monitoring Division Program activities that it actually performs or expects to actually perform during that quarter. In this review, the Performing Party will determine whether the nearest practicable estimate of its actual cost of providing those services for that quarter is within the constraints established elsewhere in this Contract. Page 12 of 16 CITY OF FORT WORTH - 105 TCEQ CONTRACT NUMBER 582-22-30132 AMENDMENT 1 5.3 The Performing Party will make its review and determination available to TCEQ upon request. TCEQ may perform an independent review and make its own independent determination or make its own independent determination based upon the Performing Party's review. Duplication of Effort Prohibited 5.4 In addition to the funds provided to Performing Party under this Contract, TCEQ may provide funds to Performing Party under a separate Grant Agreement so that funds of two or more Grants are to be provided to a single activity of the Performing Party. Performing Party must monitor all activities to ensure that the Grant funds complement one another and do not result in double payments for the same activity. Payment Request Procedures 5.5 On a quarterly basis, within 30 days after the end of a quarter, the Performing Party will submit a Financial Status Report (FSR) (Attachment A) in order to obtain payment for tasks completed under this Contract. The Performing Party will indicate the Match Amount in the space provided on the FSR. A description of the services provided by your Match Amount should be described in the FSR on the supplemental pages attached to the form. In addition, the Performing Party will submit either a completed quarterly HUB Progress Assessment Report, incorporated herein as Form B-1, or a TCEQ Disadvantaged Business Enterprise (DBE) Program MBE and WBE Expenditures Report (see Federal Conditions and Forms section of Contract). 5.6 The TCEQ Network Coordinator will review the quarterly FSR for requests for payment of services performed as identified in the Scope of Work and will notify the Performing Party that the requests are acceptable or will provide an explanation of why the requests or the Work identified in the requests are unacceptable. If the requests do not satisfactorily demonstrate the accomplishment of the required tasks, the TCEQ Network Coordinator will not authorize payment until such time as deficiencies have been corrected. 5.7 TCEQ will not issue any payment of an approved reimbursement request from the Performing Party until TCEQ receives from the EPA funds specifically awarded for activities provided by the Performing Party under this Contract. 5.8 Funding for the Work performed under this Contract is derived from Federal Section 105 pass -through funding from the TCEQ and will not exceed 67% of the Performing Party's Total Program Cost. If the Performing Party does not provide matching funds such that the combined federal and state share of the funding exceeds 67%, then the amount of TCEQ reimbursement for this Contract will be reduced so that this condition is met. 5.9 Nothing in this Article may be construed to prevent TCEQ or the Performing Party from exercising any of its rights under this Contract including but not limited to those relating to termination and remedies. 5.10 TCEQ is not obligated to make payment until it approves a request for reimbursement. TCEQ may suspend payment for any incomplete, inconsistent or incorrect deliverable until the Performing Party completes or corrects it. Page 13 of 16 CITY OF FORT WORTH - 105 TCEQ CONTRACT NUMBER 582-22-30132 AMENDMENT 1 Closeout 5.11 When TCEQ determines that all administrative activities and all required Work have been completed, TCEQ will close out the Contract. Within 60 days after the expiration or termination of the Contract, the Performing Party must submit all financial, performance, and other reports. These reports may include: 5.11.1 all Performance or Progress Reports required by this Contract; 5.11.2 Financial Status Report (Attachment A); 5.11.3 final Request for Payment (Including Form B-1); and 5.11.4 Release of Claims (Attachment B).. 5.12 In accordance with TXGMS, the Performing Party must submit an inventory of all State- owned property (as distinct from property acquired with Grant funds) for which it is accountable and request disposition instructions from TCEQ for property no longer needed. 5.13 Within 90 days of receipt of the reports set forth above, TCEQ will make upward or downward adjustments to the allowable costs. TCEQ will make prompt payment to the Performing Party for allowable reimbursable costs. Closeout of the Contract does not affect: 5.13.1 TCEQ's right to disallow costs and recover funds on the basis of a later audit, quality assurance assessment, or other review; 5.13.2 the Performing Party's obligation to return any funds due as a result of later refunds, corrections, or other transactions; 5.13.3 records retention as required herein; 5.13.4 property management requirements set forth herein; and 5.13.5 audits, including quality assurance assessments and requirements set forth herein. 5.14 The Performing Party must immediately refund to TCEQ any balance of unobligated (unencumbered) cash advanced that is not authorized to be retained for use on another Grant. 5.15 Any funds paid to a Performing Party in excess of the amount to which the Performing Party is finally determined to be entitled under the terms of the award constitute a debt to TCEQ. If not paid within a reasonable period after demand, TCEQ may reduce the debt by: 5.15.1 making an administrative offset against other requests for reimbursement; 5.15.2 withholding advance payments otherwise due to the Performing Party, or 5.15.3 other action permitted by law. 5.16 Except where otherwise provided by statutes or regulations, TCEQ will charge interest on an overdue debt in accordance with TXGMS. The date from which interest is computed is not extended by litigation or the filing of any form of appeal. 5.17 The Performing Party will provide to TCEQ documentation showing all tasks that have been completed by the Performing Party. The Performing Party agrees that the Page 14 of 16 CITY OF FORT WORTH - 105 TCEQ CONTRACT NUMBER 582-22-30132 AMENDMENT 1 determination of satisfactory completion of any and all Work or other services performed or furnished under this Contract will be based on the judgment of the staff of TCEQ which judgment will be exercised in a reasonable manner and in good faith. 5.18 TCEQ may refuse to reimburse expenditures for which the Performing Party submits a voucher more than 60 days after the termination date of this Contract. ARTICLE 6. RENEWAL 6. By written agreement of the parties, the contract is renewable for up to one (1) additional two-year period. TCEQ may by unilateral amendment extend the term of the Contract 180 days. ARTICLE 7. TEXAS GRANT REQUIREMENTS 7.1. COVID-19 Vaccine Passport Prohibition. Under § 161.0085 of the Texas Health and Safety Code, Performing Party certifies that it is not ineligible to receive the Contract and will maintain this certification throughout the term of the Contract. 7.2. TxGMS. Allowable Costs are restricted to costs that comply with the Texas Grant Management Standards (TxGMS) and applicable state and federal rules and law. The parties agree that all the requirements of TxGMS apply to this Contract, including the criteria for Allowable Costs. Additional federal requirements apply if this Contract is funded, in whole or in part, with federal funds. UNIFORM ASSURANCES 7.3 Uniform Assurances. Performing Party assures compliance with the following uniform assurances from TxGMS, as applicable to this Contract. Other assurances from TxGMS may be included elsewhere in this Contract. 7.3.1 Performing Party represents and warrants its compliance with Texas Government Code Section 2054.5191 relating to the cybersecurity training program for local government employees who have access to a local government computer system or database. 7.3.2 Performing Party certifies that it and its principals are not suspended or debarred from doing business with the state or federal government as listed on the State of Texas Debarred Vendor List maintained by the Texas Comptroller of Public Accounts and the System for Award Management (SAM) maintained by the General Services Administration. 7.3.3 Performing Party agrees that any payments due under the Contract shall be applied towards any debt or delinquency that is owed to the State of Texas. 7.3.4 Performing Party represents and warrants that it will comply with Texas Government Code Section 2252.906 relating to disclosure protections for certain charitable organizations, charitable trusts, and private foundations. 7.3.5 In accordance with Texas Government Code Section 669.003, relating to contracting with the executive head of a state agency, Performing Party certifies that it is not (1) the executive head of the TCEQ, (2) a person who at any time during the four years before the date of the Contract was the executive head of the TCEQ, or (3) a person who employs a current or former executive head of the TCEQ affected by this section. 7.3.6 Performing Party acknowledges and agrees that appropriated funds may Page 15 of 16 CITY OF FORT WORTH - 105 TCEQ CONTRACT NUMBER 582-22-30132 AMENDMENTI. not be expended in the form of a grant to, or contract with, a unit of local government unless the terms of the grant or contract require that the funds received under the grant or contract will be expended subject to the limitations and reporting requirements similar to those provided by the following: 7.3.6.1 Parts 2 and 3 of the Texas General Appropriations Act, Art. IX, except there is no requirement for increased salaries for local government employees; 7.3.6.2 Sections 556.004, 556.005, and 556.006 of the Texas Government Code; and 7.3.6.3 Sections 2113.012 and 2113.101 of the Texas Government Code. 7.3.7 Performing Party represents and warrants that TCEQ's payments to Performing Party and Performing Party's receipt of appropriated or other funds under the Contract are not prohibited by Texas Government Code Section 556.0055 which restricts lobbying expenditures. 7.3.8 Performing Party represents and warrants that in the administration of the Contract, it will comply with all conflict of interest prohibitions and disclosure requirements required by applicable law, rules, and policies, including Texas Local Government Code Chapter 176. If circumstances change during the course of the contract or grant, Performing Party shall promptly notify TCEQ. 7.3.9 Performing Party represents and warrants its compliance with Chapter 5 51 of the Texas Government Code which requires all regular, special or called meeting of a governmental body to be open to the public, except as otherwise provided by law. 7.3.10 Performing Party represents and warrants that it does not perform political polling and acknowledges that appropriated funds may not be granted to, or expended by, any entity which performs political polling. 7.3.11 Performing Party certifies that it has not received a final judicial determination finding it intentionally adopted or enforced a policy that prohibited or discouraged the enforcement of a public camping ban in an action brought by the Attorney General under Local Government Code §364.003. If Performing Party is currently being sued under the provisions of Local Government Code §364.003, or is sued under this section at any point during the duration of this grant, Performing Party must immediately disclose the lawsuit and its current posture to the TCEQ. 7.3.12 Performing Party represents and warrants that it will comply with Texas Government Code Section 321.022, which requires that suspected fraud and unlawful conduct be reported to the State Auditor's Office. Security Requirements 7.4 Security Requirements. If Performing Party accesses, transmits, uses, or stores TCEQ data: 7.4.1 Performing Party shall meet the security controls specified by TCEQ; and 7.4.2 Performing Party must annually provide TCEQ documentation demonstrating that it meets the specified TCEQ security requirements. Page 16 of 16 City of Fort Worth, Texas Mayor and Council Communication DATE: 06/13/23 M&C FILE NUMBER: M&C 23-0484 LOG NAME: 23TCEQ PM 10 CONTRACT FY2023/FY2024 SUBJECT (ALL) Authorize Execution of First Amendment of the Intergovernmental Cooperative Reimbursement Contract with the Texas Commission on Environmental Quality in an Amount Not to Exceed $124,800.00 for Air Pollution Control Services for a Two -Year Term Beginning September 1, 2023, Authorize Cash Match of $61,468.66 for the Two -Year Term and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of first amendment of the Intergovernmental Cooperative Reimbursement Contract with the Texas Commission on Environmental Quality in an amount not to exceed $124,800.00 for air pollution control services for the two-year term starting September 1, 2023 and running through August 31, 2025; 2. Authorize cash match from the City's Environmental Protection Fund of $61,468.66 for the two-year term; 3. Apply an indirect cost rate of 10.00 percent in accordance with the terms of the Texas Commission on Environmental Quality Grant Agreement; and 4. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Grants Operating Federal Fund, subject to receipt of the grant, in the amount of $186,268.66, for the purpose of funding ambient air monitoring operations. DISCUSSION: The City of Fort Worth (City) operates a comprehensive air quality program under four separate, but related contracts with the Texas Commission on Environmental Quality (TCEQ) This overall program benefits the City by ensuring that facilities are in compliance with air quality regulations and by supporting reliable data collection for air pollutants. Of the four contracts, this contract is partially funded by the US Environmental Protection Agency (US EPA) through its Section 105 Grant Program, administered by the TCEQ. The City of Fort Worth provides 33% matching funds. EPA Section 105 Grant Funds have been received annually by the City for its Air Pollution Control Program in cooperation with TCEQ to maintain and operate various ambient air monitoring stations.The City of Fort Worth provides 33% matching funds of the overall total of $186,268.66. This contract specifically supports a portion of a regional ambient air pollution monitoring network. This includes daily monitoring of ozone, oxides of nitrogen, carbon monoxide, solar radiation, and meteorological data. If executed, this contract will continue to require the City of Fort Worth to operate local Continuous Air Monitoring Stations including an air pollutant monitor and calibrator operation and performing regular audit and maintenance activities on the equipment. The TCEQ provides all air monitoring equipment, parts, and supplies for the proper operation of the air monitoring samplers. The contract period will begin on September 1, 2023 and run through August 31, 2025, with a maximum amount of $124,800.00 for reimbursement of expenses to the City. Document M&C No. Approval Grant Matching Total Date Amount Funds Initial Contract: (24-month M&C 21- contract 0856 11/09/21 $124,800.00 $61,468.66 $186,268.66 period: FY22 & FY23) Amendment #1: (24- month contract PENDING PENDING $124,800.00 $61,468.66 $186,268.66 period: FY24 & FY25) TOTAL: $372,537.32 This grant covers the operation and maintenance of four Continuous Air Monitoring Stations as follows: SITE NAME CAMS LOCATION CONTAMINANT CYCLE # DETECTION Keller Arlington Municipal Airport Eagle Mountain Lake Ozone Continuous CAMS 10230 Alta Vista 0017 Road, Fort Worth, Solar Radiation Continuous Texas Met Data Continuous Oxides of Continuous Nitrogen CAMS 5504 South Ozone Continuous 0061 Collins Street, Arlington, Texas Solar Radiation Continuous 14290 Morris CAMS Dido Newark 0075 Road, Eagle Mountain, Texas Met Data Continuous Ozone Continuous Solar Radiation Continuous Met Data Continuous CO Continuous Fort Worth 1198 California California CAMS Parkway North, Oxides of Continuous Parkway 1053 Fort Worth Nitrogen North Met Data Continuous No City funds will be expended before the contract amendment is approved. Upon approval and acceptance of the grant and execution of the contract, City funds will be expended before receipt of grant funds. Indirect cost will be applied at a rate of 10.00 percent in accordance with the terms of the TCEQ grant agreement. TCEQ PM 10 grant funds support the following five employee positions of Code Compliance Department, Environmental Quality Division: • Environmental Supervisor: 20% FTE for $18,211.94 in the Air Quality Section. • Senior Environmental Specialist: 25% FTE for $20,073.10 in the Air Quality Section. • Environmental Specialist: 50% FTE for $30,430.89 in the Air Quality Section. • Senior Environmental Specialist: 10% FTE for $6,859.02 in the Air Quality Section. • Grants Accountant: 5% FTE for $3,803.28 in the Financial Management Department, Grants Team Positions listed above are subject to grant funding availability. This grant has been awarded to the City annually for over two decades in partnership with the TCEQ. In the event of a grant award being decreased or eliminated, Code Compliance would review programs and services funded by the grants and determine a level of service and staffing that aligns with the available funding. Alternatives to consider may include staff and program reductions or eliminations. Sustainment of these positions may include transfer to general fund or identification of other sources of funding that can be secured. This Agreement will serve ALL COUNCIL DISTRICTS. A Form 1295 is not required because: This contract will be with a governmental entity, state agency or public institution of higher education: TCEQ FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current operating budget, as appropriated, in the Grants Operating Federal Fund. The Code Compliance Department (and Financial Management Services) will be responsible for the collection and deposit of funds due to the City. Prior to an expenditure being incurred, the Code Compliance Department has the responsibility to validate the availability of funds. This is a reimbursement grant. Submitted for Citv Manaaer's Office bv: Valerie Washington 6199 Oriainatina Business Unit Head: Brandon Bennett 6322 Additional Information Contact: David B. Carson 6336