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