Loading...
HomeMy WebLinkAboutResolution - 3010 - Grant Application - TDHPT - TRACER Prgram, LPD - 01/12/1989DGV:js IND4WItIAM Resolution 0010 January 12, 1989 Item #3E BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the City Manager of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock a grant application filed by the City of Lubbock to allow the Lubbock Police Department to establish a TRACER Program to enhance local law enforcement capabilities in reducing the number of vehicular traffic accidents within the City of Lubbock, attached herewith, which shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this 12th day of January , 1988. C• . C. Md INN, NXYOR ATTEST: to Boyd, :'City Secretary APPROVED ZkS TO CONTENT: Thamas J. Nilb, Chief of Police APPROVED AS TO FOO: Donald G. Vandiver, FirstAssistant City Attorney h � - TEXAS TRAFFIC SAFETY PROGRAM CONTRACT STATE DEPARTMENT OF HIGHWAYS AND PUBLIC TRANSPORTATION ''' • TRAFFIC SAFETY SECTION AUSTIN, TEXAS 78701 t 17.560005906000 S 589XXF6056 3 1 5 NATIONAL STA RIMAPM (89)0.1-01-Bl—DB PROJECTNAMEBEHAVIOR SELECTIVE ENFORCEMENT- TRASER CONTRACTOR: City of Lubbock' BRIEF DESCRIPTION OF PROJECT (FOR DETAILS. SEE STATEMENT OF WORK) - Contractors will purchase/secure a personal computer capable of handling the TRASER software package developed be Texas Transportation Institute. Contractors will hire personnel to enter all traffic data on TRASER. The contractors will review data generated by TRASER and will assign police enforcement personnel to selected STEP sites as indicated by TRASER information. The state will provide funding for some of the personnel costs. Contractor will submit pro er reports and claims. GOALS T o r e d u c e a c c i d e n t s a t T RA S E R— METHOD OF EVLUATION (FOR DETAILS, SEE STATEMENT OF WORK) selected STEP sites. Administrative I COST CATEGORY AMOUNT PROPOSED PROJECT PERIOD Thla Contract Future Years Total Project PERSONAL SERVICES ............ 15,010.03 01-01-89 FROM CONTRACT SERVICES ............ To 9-30-89 COMMODITIES....,, .............. OTHER DIRECT COST ............. CONTRACT PERIOD ENDS INDIRECT COST .................. PROFIT......................... 9-30-89 TOTAL 15,010.03 TYPE OF REIMBURSEMENT SOURCES OF FUNDS AMOUNT REIMBURSEMENT LIMITS LUMP SUM MAXIMUM AMOUNT ELIGIBLE FOR FEDERAL(4 Q?) ....15,010.03 15,010.03 REIMBURSEMENT $-1S., 010 01 COST PER UNIT OF WORK GTSF ................ 2 NO COST CATEGORY MAYBE EXCEEDED COST PLUS FIXED FEE BY MORE THAN 5% OF THE CON - TRACT TOTAL BUDGET 3. ONLY THOSE COSTS INCURRED DURING SPECIFIC RATES THE CONTRACT PERIOD SHALL BE ELIGIBLE FOR REIMBURSEMENT. QACTUAL COST LOCAL .............. , THE CONTRACTOR MUST BEAR ALL COSTS FOR DETAILS. SEE STATEMENT OF WORK NOT ELIGIBLE FOR REIMBURSEMENT. TOTAL 15,010.03 • THIS CONTRACT INCLUDES 4 ATTACHMENTS: I. STATEMENT OF WORK 4, action plan ' 2. GENERAL PROVISIONS 3. SPECIAL PROVISIONS • FEDERAL AND STATE REGULATIONS AND GUIDELINES SHALL BE THE BASIS FOR DETERMINING ELIGIBILITY OF COSTS File 16.133.1 Irev. 3184) 8 e 1 of 3 (Replaces TSS Form A3.0) p Q TEXAS TRAFFIC SAFETY. PROGRAM CONTRACT REPRESENTATIONS, CERTIFICATIONS, AND ACKNOWLEDGMENT S I. EQUAL OPPORTUNITY: ' (check appropriate boxes) The Contractor represents that it ® hes not participated in a previous contract or subcontract subject either to the Equal Opportunity Clause herein, the clause originally contained in Section 301 of Executive Order 1.0925, or the clause contained in Section 201 of Executive Order No: 11114; that it ® has filed all required compliance reports; and that representations has not indicating submission of required compliance reports, signed by proposed subcontractors, will be ob- tained prior to subcontract award. 11. AFFIRMATIVE ACTION PROGRAM: (check appropriate box) The Contractor represents that it: . ® has developed and has on file at each establishment affirmative action programs as required by the - rules and regulations of the Secretary of tabor (41 CFR 60-1 and 60-21. �j has not developed or does not have on file at each establishment affirmtive action programs as re- quired by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60.2). 0 has not previously had contracts subject to the written affirmative action program requirements of the rules and regulations of the Secretary of Labor. III. CERTIFICATION OF NONSEGREGATED FACILITIES: The Contractor certifies that It does not maintain or provide for employee's facilities which are segregated on the basis of race, color, religion, sex or national origin, whether such facilities are segregated by directive or on a de facto basis. The offeror further agrees that he will not maintain such segregated facilities. IV., CLEAN AIR ACT COMPLIANCE: For all contracts in excess of $100.000, the recipient agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act of 1970. Violations shall be reported to the Department and the Regional Office of the Environmental Protection Agency. V. PRINCIPAL PLACE OF PERFORMANCE: The location of the Contractor's plant or place of business where the item(s) will be produced or the principal services will be performed under the contract Is: ; CITY Lubbock COUNTY Lubbock STATE Texas VI. ASSURANCE: Q The Contractor hereby assures complianceith all terms, conditions and general and special provi cions for this contract, including attachmer s. 11 The Contractor is hereby authorized to perform work on this project during the contract period, subject to the terms and conditions of this contract and all applicable state and federal laws and regulations. STATE OF TEXAS Certified as being.executed for the purpose and effect of activating and/or carrying out the orders, established policies, or work programs heretofore approved and authorized by the State Highway and Public Transportation Commission under the authority of Minbte Order 82513. APPROVED: BY: Signature of Person Authorized Date to Commit Contractor BY Title I Contractor Contractor Mailing Address: I Street or P.O. Box City, State, Zip Code II 1 ` Area Code Phone Number Fila 18.133-3 (Rev. 6/88) Date page 3 of 3 Attachment I STATEMENT OF WORK I. FISP AUTHORIZATION: This contract implements Task B, 'sub -task 3, PSP (89) 01-01 of the FY 89 Highway Safety Plan. II. PROBLEM STATEMENT: All Texas jurisdictions that are charged with the responsibility of traffic law enforcement have a common problem in trying to identify where to place their limited resources (personnel and equipment) in order to have the greatest impact on the motor vehicle accidents involved in their jurisdiction. Data they receive is sometimes three or four months old before they have an opportunity to evaluate their needs. TRASER is needed to allow for up-to-the-minute input in order to do the best planning possible. III. OBJECTIVES: 1. To reduce the total accidents at TRASER-selected sites within the jurisdiction by the end of the contract period. 2. To build an automated traffic -records system to record 100% of all accident reports and 100% of all police citations issued by 9-30-89. IV. RESPONSIBILITIES OF THE CONTRACTOR: A. Carry out the objectives according to -the Milestone Schedule in the Project Action Plan (Attachment'4). B. Report to the Department, on approved forms, according to the following: 1. A quarterly Project Performance Report describing - ----- --activities - and accomplishments will be submitted no later than the 28th of the month, following the reporting period. This report will be on Form 18.308-1 and should contain information from t£acrime-n­U-4 (Action Plan) and performance indicators listed in Section VII of this Attachment. if requested in writing by the Department, this report will be provided more frequently than quarterly. Page 1 of 3 2. A Financial Status Report will be submitted no less than quarterly by the 28th of the month, following the end of the quarter. 'E 3. _Requests for Advance or Reimbursement will be submitted no later than the 28th of the following =month. 4. A Final Report summarizing all activities and _ ..accomplishments will be submitted no later than 30 days after the contract end date. C. Attend meetings according to the following: 1. The Contractor will arrange for meetings with the. Department no less than quarterly to present status of activities, discuss problems and present a schedule for the following quarter's work. 2. The project coordinator or other qualified person will be available to represent the Contractor at meetings requested by the Department. V. RESPONSIBILITIES OF THE STATE OF TEXAS• A. Monitor the Contractor's compliance with performance obligations and fiscal requirements of this contract. B. Provide program management -and -technical assistance as appropriate. C. Perform an administrative evaluation of the project at the close of the contract period to include a review of adherence to budget and milestone schedule and attainment of objectives. D. Reimburse the Contractor according to the following cost categories up to the Reimbursement Limits on page 1 of Form File 18.133-1. Personal Services• 1. Actual cost of wages for TRASER STEP employees. 2. Actual costs for travel and per diem (not to exceed state reimbursement rates) for attending meetings called by the state. Other Direct Costs: 1. Mileage, actual costs (not to exceed .21 cents per mile) . Page 2 of 3 VI. MILESTONES: ACTION RESPONSIBLE COMPLETION A. Reimbursement Contractor no more than 28 request submitted days after re- porting period B. Activity reports Contractor no more than 28 submitted days after re- porting period C. Progress Review Contractor & 60 days after Department contract imple- mentation D. Progress Review Contractor & 150 days after Department contract imple- mentation VII. PERFORMANCE INDICATORS: The following performance indicators, when applicable, shall be included in each progress report and summarized in the final report: A. Number of citations issued under the TRASER program. B. Number of enforcement hours worked under TRASER. C. Number of high accident locations identified under the TRASER program. D. Number of high accident locations identified that required both enforcement and engineering attention. E. Reduction (number of) in accidents involving fatals, injuries and property damage. Page 3 of 3 I Attachment 3 r 1 SPECIAL PROVISIONS 1. State Department of Highways and Public Transportation Commission policy mandates that employees of the Department shall not accept any benefits; gifts or favors from any person doing business or who -reasonably speaking may do business with the State under this contract. The only exceptions allowed are ordinary business lunches and items that have received the advanced written approval of the State Department of Highways and Public Transportation Engineer -Director. Any person doing business with or .who may reasonably speaking do business with the State under this contract may not make any offer of benefits, gifts or favors to Departmental employees, except as mentioned hereabove. Failure on the part of the contractor to adhere to this policy may result in the termination of this contract. 2. The maximum amount payable under this contract is contingent upon the availability of appropriated funds. 3. The Grantee shall comply with the requirements of the Single Audit Act of 1984, P.L. 98-502, ensuring that the single audit report includes the coverage stipulated in paragraphs 6, 8, and 9 of OMB Circular No. A-128. 4. For out of state travel expenses to be reimbursable, the Contractor must have obtained the approval of the Department prior to the beginning of the trip. A copy of the documentation of that approval must accompany the request for reimbursement. b a t4 O N O M r ro ro ro ro G r O N t=J O n 171 [2i ro � y ro H h- M m fn b y En ;U to H �- to W y P-0 G G h (D a C (D O O (D C m H 9 Cr a s o � `FH. P- ermt3 rata 0 cnwctg 0- H H (D a s F+- (D 5 w " H. trJ O P. O H HA•O rt m Art rtrt WWW& a) K N -M m 0 ID En (D E-' w(D � �PCPC 10 o. r- Fj• ti O m m N• O O G O • P4Bti C 9 O O Q m —K a ct �: =* 0 m W- r w (D 9� (D rt Q. rt )a. a (D 03 (D m n C O p Al 0 W" :C N- rt f-+ N• w �i n - rt - 0 0H O"C D-rt~ro 19 09M W mEn C M"((DD M (O D n h aM i Cti m rt R+ rr l Imo- m Art? O O tS 1 17-11 r m rt art art rt rt art b w a 0 rt ccta a cctw z rt mct mrt rt rt mrt H rt0 O cit\ M K ct* r\ lr ro O 0 ro z O O tzj ro ro a ca ro ro ro ro G r O N t=J O n 171 [2i ro � y ro ro ro ro ro G r O N t=J O n lee n �ro nun o to (D (D (D arta cD Q a rt Q P- rtC w r - C rt N-6�< rt y +��o cNt¢'�i 0 O C cm P- %1 A 0- a �m a� O rt rtm O a) rt rt ID En (D E-' 'nt f1 " Q M (D O r - Q m h7 m( 0 m O fi Q. m lee n �ro nun o to (D (D (D arta cD Q a rt Q P- rtC w r - C rt N-6�< rt r r r STEP ESTIMATED BUDGET `. (Not a part of the contract) CITY OF LUBBOCK- Contractor ENFORCEMENT ACTIVITIES:- - I. Personal Services: A. Enforcement (Overtime) 2. Patrol Officers: - ours @ per hour= $ 2. Sergeants: hours @ per hour= $ 3. Lieutenants: hours @ per hour-- B. our=B. *Staff/Supervisory Support **l. Keypunch Operator : Ll - L560 hours @ 8.17 per hour= $ 12,745.20 2. Clerk Typist: hours @ per hour= $ **3. Project Director: 57 hours @ 22.19 per hour= $ 1,264.83 C. Travel & Per Diem (State Rate), 1. Travel for two people to attend two meetings called by D-18STO _ $ 1,000.00 II. Other Direct Costs: *A. Mileage (not to exceed state rate) miles @ per mile = TOTAL CONTRACT COST: $ 15.010.0 *These combined costs may not exceed 10% of the total contract amount. **Only cost allowable under TRASER STEP. cnH Contractor Certification (Negotiated Contracts) _ being duly sworn or under penalty of perjury under the laws of the United States, certifies that, except as noted below, city. o f Lu b b n e k or any person associated therewith in the capacity of owner, partner, director, officer, principal investigator, project director, manager, auditor, or any position involving the administration of federal funds: o is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; a has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past three years; a does not have a proposed debarment pending; and o has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three years. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted, indicate below to whom it applies, initiating agency, and dates of action. Providing false information may result in criminal prosecution or administrative sanctions. Exceptions: Signature Title Date Form 1731 6-bs official a / -,/ 00 -See Reverse for Instructions - (1) (2) (3) (4) I CITY OF LUBBOCK MEMO TO: Ranette Boyd, City Secretary FROM: Thcmas J. Nichols, Chief of Police SUBJELV: Item for January 5, 1989 City Council Meeting DATE: December 22, 1988 V. Public Safety and Services. G. Police TJN/sr Consider a resolution authorizing the City Manager to approve an application for a grant for funding of the "TRACER" Program. Thwas J. Nichols