HomeMy WebLinkAboutContract 25948 CITY SECRETARY
CONTRACT NO.
STATE OF TEXAS §
COUNTY OF TARRANT §
THIS contract is made and entered into by and between the City of Fort Worth ("City"), acting and
through Ch-trles Boswell, its duly authorized Assistant City Manager, and A-PREP Center of Tarrany
County ("( ontractor"), by and through Ms. Martha Singleton-Toombs, its duly authorized CEO -
Executive Director. Contractor's business address is 1175 East Seminary Drive, Fort Worth, Texas 76119.
WHEREAS, the City of Fort Worth has been notified that it will receive grant monies from the United
States Department of Housing and Urban Development ("HUD")through the Community Development
Block Grant ("CDBG") for Year XXVI; and,
WHEREAS, the primary purpose of the CDBG Program is to benefit low and moderate income citizens
of Fort Worth; and,
WHER1 AS, the citizens of Fort Worth, the Community Development Council, and the City Council
of Fort Worth have determined that Economic Development Programs are needed by low and moderate
income citizens of Fort Worth;
NOW, TIJEREFORE, THIS AGREEMENT FURTHER WITNESSETH:
THAT, the parties covenant and agree as follows:
1. Scope of Services
a. Contractor will administer .lob Search / Placement services to citizens of the City of Fort Worth
under the program name A-PREP ("Program"), for the term 1 June, 2000 to 31 May, 2001.
b. Contractor will provide the services and activities delineated in Exhibit A-Program Summary in
accordance with Exhibit B-Program Services Schedule.
c. Contractor agrees to meet the National Objective of activities benefiting low and moderate income
individuals through the provision of job creation/retention or area benefit and to maintain full
documentation supporting fulfillment of this National Objective in its files.
d. City will monitor the performance of the Contractor against the goals and performance standards
required herein. Substandard performance as determined by City will constitute non-compliance with
this Agreement. If action to correct such substandard performance is not taken by Contractor within a
reasonable period of time after being notified in v riting by City, contract suspension or termination
procedures will be initiated.
2. Compensation and Method of Payment
a. City will disburse CDBG Year XXVI monies in an amount up to $109,350 to Contractor on a
reimbursement of expenses basis.
XXVI CDBG('N'f May 10, 2000
b. Payment will be processed by City following receipt from Contractor of the following monthly
financial documents: (1) Attachment I-Sub-Grantee's Request For Funds, (2) Attachment II-Detail
Statement of Costs, and (3) Attachment III-Expenditures Worksheet Report. Reimbursement for the
payment of eligible expenses shall be made against the line item budget specified in Exhibit C-Program
Operating Budget and in accordance with performance specified in Exhibit B-Program Services
Schedule.
c. Contractor agrees to utilize all disbursed CDBG funds for the benefit of the Program. Contractor
agrees that funds will be expended in accordance with the Program Operating Budget. Contractor may
not increase or decrease line-item amounts in the approved CDBG Program Operating Budget without
prior written approval by the City.
d. It is understood that the total cost for operation of this program is $235,695 and that Contractor will
obtain the remaining funds in excess of the CDBG amount as detailed in the Program Operating Budget.
Contractor will notify City promptly of any additional funding it receives for operation of the Program,
and City reserves the right to amend the Program Operating Budget in such instances.
e. Contractor agrees to keep all CDBG monies on hand in interest bearing accounts. All interest earned
shall be reported to City on a monthly basis, at the same time as submission of the monthly report
followinV� the end of the contract month during which the interest was earned. Interest in an amount of
$25.00 or less per month may be used for authorized program expenses. These amounts must be
reported on the monthly financial statements filed pursuant to this contract. Interest earned in excess
of$25.00 per month is subject to remittance to City as directed by City.
f. Contr,;ctor will not commingle CDBG monies with any other funds in any manner which would
prevent City from readily identifying program expenditures for operation of the Program.
3. Uniform Administrative Requirements and Program Management Standards
a. Financial Management
i. Accounting Standards
The Contractor agrees to comply with OMB Circular A-110 and agrees to adhere to the accounting
principles and procedures required therein,utilize adequate internal controls, and maintain necessary
source documentation for all costs incurred.
ii. Cost Principles
Contractor shall administer the Program in conformance with OMB Circular A-122, "Cost
Principles for Non-Profit Organizations" and attachments and revisions thereto,regarding principles
for determining costs for the Program.
b. Documentation and Record Keeping
i. Re-juirement
Contractor shall maintain all records pertinent to the activities to be funded under this Agreement
required by HUD regulations specified in 24 CFR 5 570.506. In addition, Contractor agrees to keep
records to fully document all expenditures charged to the CDBG program. The documentation must
support the amounts charged to Program and demonstrate that the expenditures were appropriate
to the stated goals of the Program and allowable under applicable federal, state and City guidelines.
ii. Rcte:ition
(1) Yell records pertaining to Program shall be retained for five (5) years following the date of
termination of this contract. Contractor may destroy Program records at the end of this five (5)year
period i f no outstanding audit finding exists.
(2) Contractor will retain Program loan records until five (5)years after the expiration of the loan.
VF�(,CJ J,L V�E D
XXVI CDBGCNT May 10, 2000
z �:RRL p'Ilpny�C�) u Q�LS I�/I?�fN��(U)��(7
U IIJ CI UM9 ia.
iii. Property Records
The contractor shall maintain real property inventory records which clearly identify properties
purchased, improved, or sold. Properties retained shall meet eligibility criteria and shall conform
with 24 CFR § 570.505.
iv. Close Outs
The Contractor's obligation to City shall not end until all close-out requirements are completed.
Activities during this close-out period shall include, but are not limited to: making final payments,
disposing of program assets ( including the return of all unused materials, equipment,unspent cash
advances, program income balances, and accounts receivable to City), and determining the
custodianship of records.
v. Audi is and Inspections
(1) City, HUD, and the United States Comptroller General, or their representatives, shall have
access to any books, documents, records and papers relating to the operations of Contractor under
this Agreement for the purpose of audit, examination, exception and transcription at all reasonable
hours at all offices of Contractor.
(2) For all contracts in which Contractor is cumulatively receiving federal monies in the amount
of V300,000 or more, Contractor must submit to City an annual audit prepared in accordance with
24 CFR Sections § 570.502-570.503 generally, with specific reference to OMB Circulars (with
attachments) A-122 and A-133 as appropriate. The audit may cover either Contractor's fiscal year
during which this contract is in force or cover the period of this contract. The audit must be prepared
by an independent certified public accountant, be completed within twelve (12) months following
the end of the period being audited and be submitted to City within thirty (30) days of its
completion. Contractor's audit schedule is attached hereto as Exhibit D -Audit Schedule. Costs of
preparation of this audit may be an allowable expenditure of CDBG funds in an amount
proportional to that of the CDBG funds used in contractor's total agency operating budget.
(3) ('itv reserves the right to perform an audit of Contractor's program operations and finances at
any tinlc during the tenor of this contract, if City determines that such audit is necessary for City's
compliance with OMB Circular A-128. Contractor agrees to allow access to all pertinent materials.
If such audit reveals a questioned practice or expenditure, such questions must be resolved within
fiftec,l (15) days after notice to Contractor. If questions are not resolved within this period, City
reser,-es the right to withhold further funding under this and/or future contract(s).
(4) f as a result of any audit it is detennined that Contractor has misused, misapplied or
misappropriated all or any part of the grant funds described herein, Contractor agrees to reimburse
the City the amount of such monies so misused, misapplied or misappropriated, plus the amount
of an-,, sanction, penalty or other charge levied against City because of such misuse, misapplication
or misappropriation.
4. Reportin,;Procedures
a. Prograim Income
Contractor agrees that all program income from operation of the Program in proportion to the amount
of CDBG finds received hereunder will be expended prior to expending CDBG monies and that any
such program income is subject to the terns of this contract. CDBG monies may be expended by the
Contractor only if program income is insufficient to meet all eligible program activity expenses.
Contractor ,i,rees to return to City at the end of the Contract any remaining program income earned
from operation of the Program in proportion to the amount of CDBG funds in the overall operating
budget.
b. Progress Reports
ESCOEo, ( i1 u
D
XXVI CDBGCN' May 10, 20003 IC
p� Cr�� r)EI
I' ,R^ U lYllj U
f °p9u
i. Contractor will submit monthly Attachment IV- Program Services Report to City for services and
activities undertaken by Contractor in performance of this contract. The report will be signed by
a duly authorized agent of Contractor and submitted by the 15" of the month following the month
which is reported. The City is under no obligation to disburse funds for expenditures which
occurred prior to the first day of the month for which the report is submitted.
c. Procurement
i. Compliance
The Contractor shall comply with City policy concerning the purchase of equipment and shall
maintain inventory records ol'all non-expendable personal property, as defined by such policy ,
procured with funds provided herein.
ii. OMB Standards
The Contractor shall procure all materials,property, or services in accordance with the requirements
of O�4B circular A-110, Procurement Standards, and shall subsequently comply with Attachment
N, Property Management Standards as modified by 24 CFR 570.502(b)(6), covering utilization and
disposal of property.
5. Applicable Laws
a. Feder-1
Contractor agrees to comply \ i th the following laws and the regulations issued thereunder as they are
currently written or are hereafter amended during performance of this contract:
• Title VI of the Civil Rights Act of 1964 (42 USC 2000d et seq)
• Title VIII of the Civil Rights Act of 1968 (42 USC 3601 et seq)
• 1_Kecutive Orders 11063, 11246, as amended by 11375 and as supplemented by Department of
Labor- regulations (41 CFR , Part 60)
• The Age Discrimination in Employment Act of 1973 (29 USC 794)
Section 504 of the Rehabilitation Act of 1973 (29 USC 794)
• The Immigration Reform and Control Act of 1986 (Pub. L. 99-603, 100 Stat. 3359 , as
a needed), specifically including the provisions requiring employer verification of the legal
status of its employees
The Housing and Community Development Act of 1987 (Pub. L. 100-242, 101 Stat. 1815, as
�i mended)
• 1 lie Americans with Disabilities Act of 1990 (42 USC 12101 et seq)
b. Other Laws
Contractor covenants and agrees that its officers, members, agents, employees, program participants
and subcontractors shall abide by and comply with all other laws, federal, state and local, relevant to
the performance of this contract, including all ordinances, rules and regulations of the City of Fort
Worth ai,d the Housing and Convnunity Development Act of 1974 (Pub. L. 93-383, 885 Stat. 633), as
amended, and all regulations pertaining thereto. Contractor further promises and agrees that it has read,
and is f ind1ar with, terms and conditions of the Community Development Block Grant under which
funds are granted and that it will fully comply with same. It is agreed and understood that, if City calls
the atten-ion of Contractor to any such violation on the part of Contractor or any of its officers,
members. a`Tcnts, employees, program participants or subcontractors, then Contractor shall immediately
desist from and correct such violation.
XXVI CDBGt'N'I' .%4ay 10, 2000
4
6. Nondiscrimination
a. Contractor, in the execution, performance or attempted performance of this contract and agreement,
will not unlawfully discriminate against any person or persons because of sex, race, religion, age,
disability, color or national origin, nor will Contractor permit its officers,members, agents, employees,
subcontractors or program participants to engage in such discrimination.
b. In accordance with the policy of the Executive Branch of the federal government, Contractor
covenants that neither it nor any of its officers, members, agents, employees, program participants or
subcontractors, while engaged in performing this contract, shall, in connection with the employment,
advancement or discharge of employees or in connection with the terms, conditions or privileges of
their employment, discriminate against persons because of their age except on the basis of bona fide
occupational qualification, retirement plan or statutory requirement.
c. Contractor further covenants that neither it nor its officers, members, agents, employees,
subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or
advertisements for employees to work on this contract, a maximum age limit for such employment
unless the specified maximum age limit is based upon a bona fide occupational qualification,retirement
plan or statutory requirement.
d. In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"),
Contractor�v arrants that it and any and all of its subcontractors will not unlawfully discriminate on the
basis of disability in the provision of services to the general public,nor in the availability, terms and/or
conditions of employment for applicants for employment with Contractor, or employees of Contractor
or any o F its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any
other applicable federal, state and local laws concerning disability and will defend, indemnify and hold
City Lar,-iless against any claims or allegations asserted by third parties or subcontractors against City
arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above-referenced
laws concerning disability discrimination in the performance of this agreement.
e. This . grecment is made and entered into with reference specifically to the ordinances codified at
Chapter '.7, Article III, Division 3 ("Discrimination in Employment Practices"), of the City Code of the
City of I ort Worth, and Contractor hereby covenants and agrees that Contractor, its officers,members,
agents, employees and subcontractors, have fully complied with all provisions of same and that no
employee, employee-applicant or program participant has been discriminated against by the terms of
such ord i nanccs by either the Contractor or its officers, members, agents, employees or subcontractors.
7. Prohibition against Interest
a. No member, officer or employee of City or its designees or agents; no member of the governing
body of,lie locality in which the Program is situated; and no other public official of such locality or
localitic: , who exercises any functions or responsibilities with respect to the Program funded hereunder
during Lis or her tenure or for one year thereafter, shall have any interest, direct or indirect, in any
contract or subcontract, or the proceeds thereof, for work to be performed hereunder. Contractor shall
incorl-orate, or cause to be incorporated, like language prohibiting such interest in all contracts and
subcornti acts hereunder.
b. No n-ember, officer, employee, or program participant of Contractor or its subcontractors shall have
a financial interest, direct or indirect, in this contract or the monies transferred hereunder or be
financially interested, directly or indirectly, in the sale to Contractor of any land, materials, supplies or
services purchased with any fiends transferred hereunder, except on behalf of Contractor, as an officer,
employce, ni c-mber or program participant. Any willful violation of this paragraph with the knowledge,
XXVI CDBGCN"r May 10,2000 Iv,��plv�/"A F,1 OVPPD
expresso 1 or implied, of Contractor or its subcontractors shall render this contract voidable by the City
of Fort V.'ort h.
8. Minority and Women Business Enterprise Commitment
Contract )r agrees to abide by the City of Fort Worth's policy to involve Minority and Women Business
Enterpn. es (.\4WBEs) in all phases its procurement practices and to provide them an equal opportunity
to compute for contracts for construction,provision of professional services,purchase of equipment and
supplies and provision of other services required by City. Therefore, Contractor agrees to incorporate
City Orr i nance No. 11923, and all amendments or successor policies thereto, into all contracts and will
further r qui re all persons or entities with whom it contracts to comply with said Policy.
9. Non-Assignment
Contractor will not assign any or all of its rights or responsibilities under this contract without the prior
writtei. ; )proval of City. Arnv purported assignment without such approval will be a breach of this
contract ind void in all respects.
10. Indeperndent Contractor
a. Conti tutor shall operate hereunder as an independent contractor and not as an officer, agent, servant
or employee of City. Contractor shall have exclusive control of, and the exclusive right to control, the
details o:`the work and services performed hereunder, and all persons performing same, and shall be
solely responsible for the acts and omissions of its officers, members, agents, servants, employees,
subcontr,ictors, program participants, licensees or invitee. The doctrine of respondeat superior shall not
apply a between City and Contractor, its olficers, members, agents, servants, employees,
subconti.tcto,s, program participants, licensees or invitees, and nothing herein shall be construed as
creating a partnership or joint enterprise between City and Contractor. It is expressly understood and
agreed that no officer, member, agent, employee, subcontractor, licensee or invitee of the Contractor,
nor any program participant hereunder, is in the paid service of City and that City does not have the
legal rig' t to control the details of the tasks performed hereunder by Contractor, its officers, members,
agents, c nployees, subcontractors, program participants, licensees or invitees.
b. City shall in no way nor under any circumstances be responsible for any property belonging to
Contractor, its officers, members, agents, employees, subcontractors, program participants, licensees
or invi tc--s, which may be lost, stolen, destroyed or in any way damaged; and Contractor hereby
indemrti les .tnd holds harmless City and its officers, agents, and employees from and against any and
all Clain ; or suits.
XXVI CDBGCNT May 10,2000 CN=�N�;�(�I�������q
lP V� r'—J,'LISrm151�Inl �eQ
13. Termination
a. In addition to, and not in substitution for, other provisions of this Agreement regarding the provision
of public services with CDBG funds, pursuant to Title I of the Housing and Community Development
Act of ],.74. as amended, it is expressly understood and agreed by and between the parties hereto that
this agreement is wholly conditioned upon the actual receipt by City of Federal CDBG Year XXVI
funds; that all monies distributed to Contractor hereunder shall be exclusively from Federal monies
received under said grant and not from any monies of City; and that if such funds under said grant are
not timely forthcoming, in whole or in part, City may, at its sole discretion, terminate this contract and
agreement and City shall not be liable for payment for any work or services performed by Contractor
under or in connection with this contract.
b. City may terminate this contract whenever such termination is determined to be in the best interest
of City, i n event of Contractor's default, inability or failure to perform or to comply with any of the
terms herein_ or for other good cause.
c. The -art --s acknowledge tliat CDBG funds paid hereunder are intended to provide only partial
funding for Contractor's program operations. If non-CDBG funds included in the Operating Budget
are not forthcoming to Contractor during the contract term, City may terminate this contract.
d. CDBG funds provided hereunder may not be used as collateral for loans to Contractor to defray
program operation expenses, and any attempted use of CDBG funds for this purpose will result in
termination of this contract by City.
e. Term Iilation will be effected by written notice to Contractor, specifying the portions of the contract
affected and the effective date of termination. Upon Contractor's receipt of such termination notice,
Contractor N ill:
• Stop ,\o -l: under the contract on the date and to the extent specified by City;
• Ccasc expenditures of CDBG monies, except as necessary for completion of the portions of the
contract not tem-unated; and
• Terminate all orders and contracts to the extent that they relate to terminated portions of the
conte ict.
f. Conti,ctor will return to City any unused monies previously advanced by City under this contract
within tlirty (30) days of the effective date of contract termination. City will have no responsibility or
liability for Contractor's expenditures or actions occurring after the effective date of contract
termination.
14. Certi f, t/ic-n Regctrcling Lohhviiig
a. The tiadersigned representative of Contractor hereby certifies, to the best of his or her knowledge
and belief, that: No federal appropriated funds have been paid or will be paid, by or on behalf of
Contractor, to any person for influencing or attempting to influence an officer or employee of any
agency, member of Congress, an officer or employee of Congress or an employee of a member of
Congress in connection with the awarding of any federal contract, the making of any federal grant, the
making of any federal loan, the entering into of any cooperative agreement and the extension,
continuation, renewal, amendment, or modification of any federal contract, grant, loan or cooperative
agreemer t. Contractor shall require that the language of this certification be included in all subcontracts
or agr.,e: icn s involving the cxpenditure of federal funds.
b. If aiw funds other than federal appropriated funds have been paid or will be paid to any person for
influc116rig or attempting to influence an officer or employee of any agency, a member of Congress,
an officer or employee of Congress, or an employee of a member of Congress in connection with this
federal contract, grant, loan or cooperative agreement, Contractor shall complete and submit Standard
Foran-LI L, Disclosure Form to Report Lobbying," in accordance with its instructions.
XXVI CDBG( N1 May 10, 2000
czON�EE °G')iy
rW ��r t�M WEN
15. Miscellan(ous Provisions
a. All terms of this contract shall apply to any and all subcontractors of Contractor who are in any way
paid with CDBG funds or who perform any work in connection with Contractor's program.
b. The provisions of this agreement are severable, and, if for any reason a clause, sentence, paragraph
or other Dart of this agreement shall be determined to be invalid by a court or federal or state agency,
board or -onnnission having juris(iiction over the subject matter thereof, such invalidity shall not affect
other provisions which can be given effect without the invalid provision.
c. The failure of the City to insist upon the performance of any term or provision of this agreement or
to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extent
of City's -ig''it to assert or rely upon any such term or right on any future occasion.
d. Should any action, whether real or asserted, at law or in equity, arise out of the execution,
perfonliaiiec, attempted performance or nonperformance of this contract and agreement,venue for said
action shall lie in Tarrant County, Texas.
e. This written instrument and the exhibits attached hereto, which are incorporated by reference and
made a hart of this contract for all purposes, constitute the entire agreement between the parties hereto
concerning tile work and sen'icos to be perfonned hereunder, and any prior or contemporaneous, oral
or written agreement which purports to vary from the terms hereof shall be void. Any amendments to
the terms of this contract must be in writing and must be approved by each party to this contract.
XXVI CDBG CN I'May 10, 2000 r O?p y �L�r"1c1��1� c�,� u
9 U U� �U����t?UUP��.�U'e
IN WITNESS WHEREOF, the parties hereto have executed four copies of this contract in Fort Worth,
Tarrant County, Texas, this -7 day of :3_(jf)L , A.D. 20 C& .
CITY OF FORT WORTH A-PREP Center of Tarran+County
By: cl By:
Charles R. Boswell Ms. Martha Singleton-Toombs
Assistant City Manager CEO - Executive Director
APPROVED AS TO FORM AND LEGALITY:
(K City Att:onlc_N, Ll
Date
ATTEST:
k - V_D��
City Secretary
contract Authorization
Date
'iiA�Gf'L TIC ORD
(I `y1 ���i,✓eIQ U
XXVI CDBGCNT May 10,2000
10 I_ rrl ( P II151n o
e co
STATE OF TEXAS §
COUNTY OF TARRANT ti
BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day
personally appeared Charles Boswell, known to me to be the person whose name is subscribed to the
foregoing in.-lnlment, and acknowledged to me that the same was the act of the City of Fort Worth and that
he/she exec i ied the same as the act of said City of Fort Worth for the purposes and consideration therein
expressed and in the capacity therein stated.
GIVEN T'NDER MY HAND AND SEAL OF OFFICE this day of 712/Y? L
A.D. 20 .
C=t�
MARILYN P HILLIPSMY COMMI Notary Publi in and for
SSION EXPIRES July 2,2001 the State o exas
STATE OF TE KAS §
COUNTY OF TARRANT §
BEFORE M E, the undersigned authority, a Notary Public in and for the State of Texas, on this day
personally ppcared Ms. Martha Singleton-Toombs, known to me to be the person whose name is
subscribed 1,) the foregoing instrument, and acknowledged to me that he\she executed the same for the
purposes and consideration therein expressed, as the act and deed for A-PREP Center of Tarrany County
and in the capacity therein stated as its duly authorized officer or representative.
GIVEN t TN DER MY HAND i�ND SEAL OF OFFICE this 5* day of vi
A.D. 20 pp .
ao�Y CAROL D YOUNG
MOTARY F'I X STATE OF TEXAS
Commission Expires: Notary JUNE 19,2002 NOta Public in nd for
oFf
the State of Texas
0j)�PLC�At,L E?EG0PDD
XXVI CDBG('N'I May 10, 2000 P�N'
EXHIBIT A
CDBG XXVI
PROGRAM SUMMARY
A-PREP Center of Tarrany County
AGENCY
A-PREP
PROGRAM
I June, 2000 to 31 May, 2001 $1095350
CONTRACT NO. PERIOD AMOUNT
PROGRAM DESCRIPTION
A-PREP will perform community development activities to increase economic opportunities for persons of low-and
moderate-income. A-PREP will also provide job training,placement,and employment support services to citizens of CFW
Council District 8.
Council District(s) 8
PROGRAM GOALS
Decresae barriers to employment and maximize job skills of citizens of SE Fort Worth.
PROGRAM OBJECTIVES
Utilize job opportunities provided by Fort Worth Works to recruit qualified applicants for job providers.
PROGRAM SERVICES and ACTIVITIES GOALS
Number of clients served 300
Number of clients placed on jobs 100
Number of clients referred to training providers 24
Average wage of placements $7.00
c0G)D
EXHIBIT A
CDBG XXVI
PROGRAM SUMMARY
A-PREP Center of Tarran County
AGENCY
A-PREP
PR O_G R AM
1 June, 2000 to 31 May, 2001 $109,350
CONTRACT NO. PERIOD AMOUNT
PROGRAM DESCRIPTION
A-PREP will perform community development activities to increase economic opportunities for persons of low-and
moderate-income. A-PREP will also provide job training,placement,and employment support services to citizens of CFW
Council District 8.
Council District(s) 8
PROGRAM GOALS
Decresae barriers to employment and maximize job skills of citizens of SE Fort Worth.
PROGRAM OBJECTIVES
Utilize job opportunities provided by Fort Worth Works to recruit qualified applicants for job providers.
PROGRAM SERVICES and ACTIVITIES GOALS
Number of clients served 300
Number of clients placed on jobs 100
Number of clients referred to training providers 24
Average wage of placements $7.00
C�A!lL� G�CO2?D
VIN
R VKNGNLHI� �?o
0
M N r-
W � O
vl O N
N 6�9
L O
Q,i N 00 N �
N 00 N
Fi 69
O
N
d N [�
W 69
vi
►� O
h 69
A
W V
� N 00 N O
V a
00 N
~ 4-o z
w p w C7 0
N Q� N
y o
A4) N o N
Th O
O a Q oo N
0
7 00 N [�
9 N 69
O
00
O
N N [�
h 69
O
b N
b>. cUJ 'rte. U
vb y
U U U >
0 0 o a 3
as
w 0 as
as
z z z
� �C &I,\
CINR
5'1''
CITY OF FORT WORTH EXHIBIT C
COMMUNITY DEVELOPMENT BLOCK GRANT
ANNUAL BUDGET-CDBG YEAR XXVI Page 1 of 3
CONTRACT PERIOD From: 6/1/00 To: 5/31/01
Name of Sub Grantee Name of Program
A-PREP Center of-arrant County Job Search/Job Placement
Program CDBG
Cost Cate o Budget Funds a b c d
PERSONAL SERVICES
Salaries 172,368 77,480 70,888 24,000 0 0
FICA 13,187 5,927 0 7,260 0 0
Life Insurance 0 0 0 0 0 0
Health Insurance 0 0 0 0 0 0
Employment Tax- State 1,375 0 0 1,375 0 0
Employment Tax- Federal 0 0 0 0 0 0
Worker's Comp 0 0 0 0 0 0
Retirement 3,000 2,000 0 1,000 0 0
SUPPLIES
Office Supplies 1,300 600 200 500 0 0
Postage 250 150 0 100 0 0
Teaching Aids 1,000 0 0 1,000 0 0
Other Operating Expenses 1,000 500 0 500 0 0
CONTRACTUAL SERVICES
Telephone 3,000 1,500 1,500 0 0 0
Electric 3,600 2,400 1,200 0 0 0
Gas 1,200 500 300 400 0 0
Water/Waste Disposal 672 300 300 72 0 0
Building Lease 14,400 7,500 6,000 900 0 0
Janitorial Services 2,400 1,200 1,200 0 0 0
Office Equipment Rental 0 0 0 0 0 0
Printing 400 100 0 300 0 0
Repairs 600 300 0 300 0 0
Fidelity Bond 450 450 0 0 0 0
Liability Insurance 425 425 0 0 0 0
Legal &Accounting 3,500 1,500 500 1,500 0 0
Private Auto Allowance - Local 0 0 0 0 0 0
Advertising 0 0 0 0 0 0
Conference & Seminars 450 200 0 250 0 0
Contractual Services 4,600 4,000 0 600 0 0
Professional Services 2,000 0 0 2,000 0 0
CAPITAL OUTLAY
Office Furniture 968 768 0 200 0 0
Computer Equipment 2,750 750 0 2,000 0 0
Other: Described 800 800 0 0 0 0
TOTALI 235,695 109,350 82,0881 44,2571 01 0
MATCHING FUND SOURCES
[a]Work Force Development Board
[b] A-Prep Center
[c]
[c]
��iC�
IC a V1,y )F,. 1C p PA.
lI
c;
(v11
N
Y a.;i'I.l� LiJr":6ullul. # 5002°x'
it �3�N c knu ILY 3"20 1Ci 'r"V :s
u, b ;tLLi� I l try G lu
y5?UI$C1AS GL'i 4,500'
"Iyk '4'!32'5
�1115 3��ya{0 �Ao ,_+,�' _
l a�4py 111 iC3eOw
' CIOi
WD 4+2C t' lei` L.
NLkCk3 Jf kJ' I. k} �JU e'w
I
EWrjjtak,k,eul ..R:It - %';aU.-
3 No
Lnuqa
—
'ty.1i46l:t7 IC'4JL.'fTpi OjA "kllp CIA V% IIYP bfRC4l r.La.
�'C fil'41 i k J4 i� l 4k�li L41 &rOCK
BUDGET DETAIL Page 2 of 3
PERSONAL SERVICES
Hourly Annual % of
Position /Title Rate Hours Time Amount
1 Executive Director 17.50 2080 50% 18,200
2 Project Director 15.00 2080 50% 15,600
3 Job Developer 12.00 2080 100% 24,960
4 Adm/Intake 9.00 2080 100% 18,720
5 -
6 -
7 -
8 -
9 -
10 -
TOTAL STAFF SALARIES 77,480
FRINGE BENEFITS
%of % Paid % Paid
CATEGORY Payroll Amount by Agency by CDBG Amount
FICA 7.65% 5,927 0 100% 5,927
Life Insurance 0.00% - 0 0% -
Health Insurance 0.00% - 0 0% -
Employment Tax 0.00% - 0 0% -
Worker's Comp 0.00% - 0 0% -
Retirement 2.58% 2,000 0 100% 2,000
TOTAL FRINGE BENEFITS 7,927
TOTAL PERSONAL SERVICES 85,407
alk G1E00VD
BUDGET DETAIL Page 3 of 3
UTILITIES
Average Cost Number of
Category Per Month Months Amount
Telephone 250 6 1,500
Electric 300 8 2,400
Gas 100 5 500
Water/Waste Disposal 56 6 336
Other: [Specify] 183 6 1,098
TOTAL UTILITIES 5,834
BUILDING LEASE
No. Square Cost Per
Building Location Foot Square Foot Amount
1. 1175 East Seminary 2,000 0.5 6,000
2 0 0 -
3 0 0 -
TOTAL BUILDING LEASE 6,000
OTHER EXPENSES
Total % Charged
Category Charge To CDBG Amount
Fidelity Bond 800 55% 442
Liability Insurance 425 100% 425
Legal &Accounting 1,000 50% 500
Other 3,000 75% 2,250
TOTAL OTHER EXPENSES 3,617
CONFERENCES &SEMINARS
Total % Charged
Event Charges to CDBG Amount
1. Workshop on Job Development 200 100.0% 200
0 0.0% -
3 0 0.0% -
TOTAL CONFERENCES &SEMINARS 200
OFFICE EQUIPMENT RENTAL
Total % Charged
Item Charge to CDBG Amount
1 -
2 -
3 -
TOTAL OFFICE EQUIPMENT RENTAL -
� � G; O° Gu CD
APPENDIX D
Contractor understands that funding allocated under this agreement is contingent upon the
agency maintaining its status as a Community Based Development Organization as outlined in
CFR § 570.204 of the Code of Federal Regulations.
\L",L
0
ATTACHMENTI
CITY OF FORT WORTH
FISCAL SERVICES DEPARTMENT
CONTRACT MANAGEMENT DIVISION
SUB-GRANTEE'S REQUEST FOR FUNDS
Name and Address of Sub-Grantee
Program Name A-Prep Center
A-Prep Center of Tarrant County
Contract No. Amt $ 109,350
1175 East Seminary Drive
Date of Request
Fort Worth,Texas 76119
Month
SECTION I(AGENCY) Current Month Cumulative
I. Reimbursement Request
1.Expenditures: $ $
2.Income:
A. Program Income $ $
B. Advance Payments $ $
C. Interest Eamed CDBG Funds $ $
3.Reimbursement Requested(1 minus 2) $ $
II.Advance Pay Requests
1.Estimated Expenditures $ $
2.Income:
A.Program Income $ $
B.Unpaid Request of Payment Previously Submitted $ $
3.Advance Authorized(1 minus 2) $ $
III. Reporting Interest
1.Interest over$25 per quarter retumed to City $ $
SECTION II(CITY)
1.MARS-Purchasing Request
A.MARS INPUT:Vendor/PO Number/Requisition Number:
B.Fund/Account/Center: GR76/539120/0132061326010
C.Total Amount of this Request: $
SECTION III
I. Verification
A.Contract Manager: Eugene L. Foster
(Name) (Signature) (Date)
B.MARS-Purchasing:
(Name) (Signature) (Date)
C.Accounting:
(Name) (Signature) (Date)
II.Authorization
A.Agency:
(Name) (Signature) (Date)
B.Contract Services Administrator:
(Name) (Signature) (Date)
C.Assistant to the City Manager:
(Name) (Date)
DISTRIBUTION
White- Accounting el D
Blue- IAGM
Green- Agency ( ��;'^ ?�� IA6OM FORM 9&01
ATTACHMENT II
CITY OF FORT WORTH
- FISCAL SERVICES DEPARTMENT
CONTRACT MANAGEMENT DIVISION
DETAIL STATEMENT OF COST
A-Prep Center of Tarrant County
AGENCY REPORT PERIOD
A-Prep Center
PROGRAM CONTRACT NO. DATE OF REQUEST
PROGRAM MONTHLY CUMULATIVE
COST CATEGORY ACCOUNT BUDGET EXPENDITURES TO DATE BALANCE
PERSONAL SERVICES
Salaries 516 010
FICA 518 010
Life Insurance 518 050
Health Insurance 518 060
Unemployment Tax-State 518 090
Worker's Comp 518 040
Retirement 518 070
SUPPLIES
Office Supplies 521 010
Postage 521 020
Teaching Aids 522 030
Food Supplies 522 030
Other Operating Supplies 523 300
CONTRACTUAL SERVICES
Telephone 535 040
Electric 535 020
Gas[Utility] 535 010
Water/Waste DiHJosal 535 030
Rent[Building] 537 010
Custodial Services 539 220
Office Equipment Rental 537 030
Printing 533 030
Repairs 536 010
Fidelity Bond 538 210
Liability Insurance 534 020
Legal&Accounting 538 050
Private Auto Allowance-Local 532 130
Advertising 533 010
Conferences&Seminars 531 180
Contractual Services 539 120
CAPITAL OUTLAY
Furniture, Fixtures 541 330
..........
Office Equipment, Computers 541 370
Other Equipment 541 320
TOTAL 0.00 0.00 0.00 0.00
Contractors Certification: I certify that the costs incurred are taken from the books of account and that such costs are valid and consistent with the
terms of the agreement.
NAME and TITLE OF AUTHORIZED OFFICER SIGNATURE and DATE
PREPARE ONE FORM FOR EACH SOURCE OF FUNDS
DISTRIBUTION MI
t��'
Blue-^ AGM Accounting IG0���Green- AgencyQ�4 IA&GM FORM W03
°
ATTACHMENT III
CITY OF FORT WORTH
FISCAL SERVICES DEPARTMENT
CONTRACT MANAGEMENT DIVISION
EXPENDITURES WORKSHEET
A-Prep Center of Tarrant County
AGENCY REPORT PERIOD
A-Prep Center
PROGRAM CONTRACT NO. DATE OF REQUEST
NO. DATE CHECK NO. PAYEE DESCRIPTION ACCOUNT NO. AMOUNT
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
26
TOTAL 0.00
NAME and TITLE OF AUTHORIZED OFFICER SIGNATURE and DATE
DISTRIBUTION ���� ��))(� �r�)
Whited Accounting �ifU� �Ir��EEC
Blue- IAGM r ' y�`/p
Green- Agency I� S�) . u IASGM FORM 9604
ATTACHMENT IV
CITY OF FORT WORTH
1N TE RGOVERI:T;:IENTAL AFFAIRS AND GRANTS MANAGEMENT
CDBG XXVI
Job Search/Placement
1.NAME AND ADDRESS OF SUB-GRANTEE 2.PROJECT NAME: A-PREP
A-PREP Center of Tarrany County 3.CONTRACT NO:
1175 East Seminary Drive
4.DATE OF
Fort Worth,Texas 76119 REQUEST:
MONTH&YEAR
5. PROGRAM SERVICES AND ACTIVITIES
CURRENT MONTH CUMULATIVE
Number of Unduplicated Clients Served
6A. DIRECT BENEFIT DATA(New Household and/or Persons Served)
American Total
White Black- Hispanic Asian Pacific Indian Female-
Non- Non- Islander Alaskan Head-
Hispanic Hispanic Native Of
Household
Current Month
CUMULATIVE
6B. DIRECT BENEFIT(CONTINUED)
Low/Mod Beneficiaries Low Income Beneficiaries
Current Month
Cumulative
7.LOANS AND JOBS/CREATION/RETENTION
a.Loans Interest Rate Amortization Period(Months Amount
CDBG Direct Loan:
CDBG Deferred Payment:
CDBG Grant:
CDBG Other: Perc Current
b. Job Creation/Retention Total Job Count Total Hours ent of LIM Month Total Cumulative
F/T F/T—LM P/T P/T—LM Jobs (FM Total(F/T)
Expect to Create
Expect to Retain f
Actually Created _
�pD
Actually Retained
8. CERTIFICATION: The undersigned hereby gives assurance that to the best of my knowledge ancf 4elief, the data included in
this report is true and accurate, and if a non-profit agency, has been approved by the governing body'o for to
submission.
Date: Submitted by: Phone Num:
IAGM/IDIS-RPT FORM 3
ATTACHMENT IV
CITY OF FORT WORTH
II;TTERGOVER—NIMENTAL AFFA1111T2S AND GRANTS MANAGEMENT
CDBG XXVI
Job Search/Placement
1.NAME AND ADDRESS OF SUB-GRANTEE 2.PROJECT NAMI: A-PREP
A-PREP Center of Tarrany County 3.CONTRACT NO:
1175 East Seminary Drive
4.DATE OF
Fort Worth,Texas 76119 REQUEST:
MONTH&YEAR
REPORT NARRATIVE: L1SE THIS SPACE TO EXPLAIN HOW LONG YOUR PROGRAM HAS BEEN IN OPERATION,
WHAT PERCENTAGE OF LOW AND MODERATE INCOME PERSONS ARE BEING SERVED,AND SUMMARIZE YOUR
PROGRAM IN DETAIL.
CIAL "ECCJ10
8. CERTIFICATION: The undersigned hereby gives assurance that to the best of my knowledge and belief, the data included in
this report is true and accurate, and if a non-profit agency, has been approved by the governing body of the organization prior to
submission.
Date: Submitted by: Phone Num:
IAGM/IDIS-RPT FORM 3
ATTACHMENT IV(A)
CITY OF FORT WORTH
INTERGOVERNMENTAL AFFAIRS AND GRANTS MANAGEMENT
1.Name and Address of Sub-Grantee 2.Project Name: A-PREP
A-PREP Center of Tarrany County 3.Contract No: Contract Date:
1175 East Seminary Drive Contract Amount: 5109,350
Fort Worth,Texas 76119 4.Date of Request:
MONTH&YEAR
5. PROGRAM SERVICES AND ACTIVITIES: CURRENT CUMULATIVE
6. SCOPE OF WORK NARRATIVE:
7. PROBLEMS ENCOUNTERED/SOLUTIONS PROPOSED:
H. ANTICIPATED ACTIVITY DURING THE NEXT MONTH:
9. CERTIFICATION: The undersigned hereby gives assurance that to the best of my knowledge and belief,the data included in this
report is true and accurate,and if a non-profit agency,has been approved by the governing body of the organization prior to submission.
Date: Submitted by: Phone Num:
_ f ItlitIDIS-RPT FORM 7A
AT-IVA.Irm
m
c o
LL
LL ~a
N >_ cc
t+ y
d O
t C7
O Q
CL
E
N Z
C �
— O
'C t
W ,
a
a o
.y
W !6 m
E
Z +-' N
A �
W 0 O
Q .o a
C13 o
N_
[fir li z y 'C
O
O
W Cl) LL O O
a
3 A a w 0
r
a o o
Q d = d - O
Q
O m Z O N H O
Z U Q it Q d
`. LL
r� N .� v # d
I� C t0 m C
O C C
0 Z N M V a t+
W OW (mF�1 z Q 4a m
U J d4a
W
w U)
cw � o
a Q H Q.
m a
m d c' c
da
=c)�d m .0
r
6 m
C
w m Co
Q O C X D
d E N C
C C ~ W 7 -I-
CL
NN O
�o
t g L
mWW Z F- C
Z Mtn O
<— L° C
Z �
O y.
Q c
U co
rr
LL ai
u (��'21) C
LiW
0 A�
99titt W7 11
OD 0
��j 0
City of Fort Worth, Texas
ImAvar and Council Communication
DATE REFERENCE NUMBER LOG NAME PAGE
5/2/00 **C-17991 I 13CONTRACTS 1 of 3
SUBJECT COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) YEAR XXVI, EMERGENCY
SHELTER GRANT (ESG) YEAR 2000-2001, AND HOUSING OPPORTUNITIES FOR
PERSONS WITH AIDS HOPWA YEAR 2000-2001 CONTRACT ACTIVITIES
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute CDBG Year XXVI, ESG
Year 2000-2001 and HOPWA Year 2000-2001 contracts with the following organizations to administer
their respective programs, contingent upon approval and receipt of adequate funding from the U.S.
Department of Housing and Urban Development (HUD), for a term beginning June 1, 2000, and ending
May 31, 2001:
COMMUNITY DEVELOPMENT BLOCK GRANT(CDBG)
Contract with the listed agencies for an amount not to exceed the following:
A. NHS of Fort Worth, Inc. $ 55,958
B. Habitat for Humanity $ 22,500
C. REACH, Inc. $ 27,000
D. Communities in School $ 40,050
E. Southside Area Ministries (Sam's Kids) $ 7,027
F. Boys and Girls Clubs (JACKS) $ 19,111
G. Boys and Girls Clubs (KEYS) $ 28,344
H. Boys and Girls Clubs (PASS) $ 27,000
I. Bee & Bell Education Center $ 35,429
J. Big Brothers and Big Sisters of Tarrant County $ 15,094
K. Booker T. Sparks School of the Performing Arts $ 36,000
L. Bridge Emergency Youth Services $ 45,000
M. Stone Soup Connection $ 20,120
N. Camp Fire $ 27,000
O. YWCA of Fort Worth (AIM) $ 31,986
P. YWCA of Fort Worth (Child Care) $150,000
Q. Day Care Association $130,000
R. Fort Worth Housing Authority $ 30,000
S. YMCA of Fort Worth $120,375
T. Clayton Child Care $ 31,500
U. Southside Area Ministries (Seniors) $ 2,570
V. Senior Citizens Services of Tarrant County (Como) $ 17,597
W. Meals on Wheels $ 33,696.
X. Senior Citizens Services of Tarrant County (Riverside) $ 15,271
Y. Mental Health Association $ 17,500
Z. Near Northside Partners $ 17,100
(list continued next page)
City of Fort Worth, Texas
tMayar and Council Communication
DATE REFERENCE NUMBER LOG NAME PAGE
5/2/00 **C-17991 1 13CONTRACTS 2 of 3
SUBJECT COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) YEAR XXVI, EMERGENCY
SHELTER GRANT (ESG) YEAR 2000-2001, AND HOUSING OPPORTUNITIES FOR
PERSONS WITH AIDS HOPWA YEAR 2000-2001 CONTRACT ACTIVITIES
AA. NSEAM $ 17,100
BB. Women's Center of Tarrant County $ 11,880
CC, Job, Inc. $111,565
DD. Fort Worth SER $110,079
EE. A-Prep Center of Tarrant County $109,350
FF. ACCION Texas $ 54,000
EMERGENCY SHELTER GRANT(ESG)
A. YWCA $ 27,214
B. Cornerstone Assistance Network $ 16,750
C. Presbyterian Night Shelter $168,120
D. Bridge Emergency Youth Services $ 8,736
E. Women's Haven of Tarrant County, Inc. $ 26,769
F. Salvation Army $ 10,811
HOUSING OPPORTUNITIES FOR PERSONS WITH AIDS (HOPWA)
A. AIDS Outreach Center, Inc. $412,683
B. Tarrant County Samaritan Housing, Inc. $192,609
C. AIDS Resources of Rural Texas-A.R.R.T. $ 54,858
DISCUSSION:
On April 11, 2000, the City Council approved and adopted the budgets and the appropriation ordinance
increasing estimated receipts and appropriations for the Twenty-Sixth (26th) Year Community
Development Block. Grant, (2000-2001) Emergency Shelter Grant (ESG) and (2000-2001) Housing
Opportunities for Persons with AIDS (HOPWA) as part of the City's Consolidated Plan. The
Consolidated Plan, as adopted by the City Council, included program descriptions for each of the above.
funded programs.
The above programs are consistent with the City's approved priorities and the City Council's prior
policies, and meet the requirements of HUD's regulations concerning ~eligible activities".
t
City of Fort Worth, Texas
Imayor And Coundt Communicalflon
DATE REFERENCE NUMBER LOG NAME PAGE
5/2/00 **C-17991 1 13CONTRACTS 3 of 3
SUBJECT COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) YEAR XXVI, EMERGENCY
SHELTER GRANT (ESG) YEAR 2000-2001, AND HOUSING OPPORTUNITIES FOR
PERSONS WITH AIDS HOPWA YEAR 2000-2001 CONTRACT ACTIVITIES
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that, upon approval and receipt of adequate funding from the U.S.
Department of Housing and Urban Development, funds will be available in the operating budget, as
appropriated, of the Grants Fund.
CB:j
Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY
Office by: (to)
APPROVED
Charles Boswell 8511 CITY COUNCIL
Originating Department Head:
MAY 2 2000
Joe Paniagua 6168 (from)
7
Additional Information Contact:
city secretary or we
city of Fort viorth,Tex"
Joe Paniagua 6168