HomeMy WebLinkAboutResolution - 2967 - Contract - SPAG - Regional Crime Prevention Program - 12/08/1988DWM:dw
RESOLUTION
Resolution #2967
December 8, 1988
Item #22
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor'of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock a contract
between the City and South Plains Association of Governments for the
continuation of the Regional Crime Prevention Program, 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 8th day of December
ATTEST:
ty Secretary
APPROVED AS TO CONTENT:
Thomas J. Nichols, Chief of Police
APPROVED AS TO FORM:
DenniscGill, Assistant Civil
Trial Attorney
1988.
By: Mayor Pro Tem
for C. McMINN, MAYOR
South Plains Association of Governments
1323 58th St. • P.O. Box 3730 Freedom Station • Lubbock, Texas 79452 • 806/762-8721 • TELEX 170449
George W. Carpenter
Jerry D. Casstevens
PRESIDENT EXECUTIVE DIRECTOR
November 9, 1988
Tom Nichols, Chief
Lubbock Police Department
P.O. Box 2000
Lubbock, Texas 79457
Dear Tom:
Enclosed for City of Lubbock approval and signature is the agreement between
SPAG and the City to continue the Regional Crime Prevention Program. The
agreement is unchanged. Please return one copy of the agreement when all
of the appropriate signatures have been obtained.
The Lubbock Police Department officers can be attributed with the success of
this program which during 1988 reached 4,048 persons living in 54 different
South Plains communities through 73 programs. Also every local law enforce-
ment agency has been contacted about the availability of programs and provided
with crime prevention materials.
SPAG and its member cities and counties appreciate Lubbock Police Department's
interest in preventing crime throughout the region and the efforts of your
officers. We look forward to the continuation of the program during 1989.
Since ly,
Ka en A. King
Director. of Regional Services
KAK/dc
enclosure
Resolution #2967
AGREEMENT BETWEEN SOUTH PLAINS ASSOCIATION OF GOVERNMENTS
AND THE CITY OF LUBBOCK
STATE OF TEXAS - §
COUNTY OF LUBBOCK §
1. This agreement is made and entered into by and between South Plains Asso-
ciation of Governments,' acting a GRANTEE AGENCY, and the City of Lubbock,
acting as SERVICE PROVIDER, in aid of Criminal Justice Division grant number
SF 89-A01-2125, titled: Regional Crime Prevention Program/1 , attached hereto
as Exhibit A.
2. South Plains Association of Governments, as the GRANTEE AGENCY, shall be
responsible for the administration of the regional crime prevention program and
the coordination of crime prevention programs. The City of Lubbock, as the
SERVICE PROVIDER, shall act as the sponsoring agency, providing vehicles
and video equipment to be used by the officers in presenting crime prevention
programs in the 15 county SPAG region.
3. The GRANTEE AGENCY is responsible for closely monitoring the SERVICE PRO-
VIDER and the exercise of reasonable care to enforce all terms and conditions of
the grant.
4. Requirements of the Uniform Grant and Contract Management Standards (UGCMS)
:;r' promulgated pursuant Texas Civil Statutes to Article 4413 (32g) are adopted by
reference as part of this contract, including the contract provision as in
Attachment 0, item 14, of the above standards. The GRANTEE AGENCY shall
keep all project records. Records shall be preserved for three (3) years for
inspection by CJD, or any state or federal agency authorized to inspect the
same.
5. The SERVICE PROVIDER shall furnish the services, facilities, equipment,
material, etc., as cited in item 2 above.
6. Payment for the above shall be made as follows:
A. The GRANTEE AGENCY shall reimburse the SERVICE PROVIDER for vehicle
usage by police officers for crime prevention activities allowable under the
grant on a quarterly basis at 224 per mile.
B. Police Officers .or other police department personnel shall be independent
contractors of the GRANTEE AGENCY and paid directly by the GRANTEE
AGENCY. Only police officers or personnel from the City of Lubbock
Police Department shall be employed and used in this Regional Crime
Prevention Program/l.
7. Billing for the above shall be provided the same as would be provided to insti-
tutional purchasers in the absence of a grant and shall consist of a brief state-
ment of the service or other item provided and the basis for the billing rate.
14: .
8. In the event of a default of the SERVICE PROVIDER, the GRANTEE AGENCY
may cancel or suspend the contract and the SERVICE PROVIDER shall be en-
titled to recover for all services provided or materials delivered prior to the
CANCELLATION DATE (or unused materials may be returned) or shall repay
any funds advanced for services not yet rendered.
9. All licenses, legal certifications, or inspections required for the services,
facilities, equipment, or materials, and all applicable state and federal laws
and local ordinances shall be complied with by the SERVICE PROVIDER.
Failure to comply with this requirement shall be treated as a default.
10. This contract shall be come effective October 1, 1988, and automatically terminate
on the grant expiration date or any extension thereof granted by CJD. All
services billed hereunder must be rendered within the grant period.
EXECUTED this - Ath_ day of December 1988.
SOUTH PLAINS ASSOCIATION OF GOVERNMENTS
Name of GRANTEE AGENCY
BY:
Jerry D
.. Cas evens, Executive Director
CITY OF LUBBOCK
Name of SERVICE PROVIDER
By: Ma or Pro Tem
forW.C. "Peck" McMinn
ATTEST:
C-
Ran tte Boyd, Cit cretary
APPROVED AS TO CONTENT:
Tom Nichols, Chief of Police
APPROVED AS TO FORM:
c
Denn i, ' G i- . , Asst. ity Attorne,
STATE OF TEXAS
OFFICE OF THE GOVERNOR
AUSTIN, TEXAS 76711
WILLIAM P. CLEMENTS, JR. SEP 3 0 1988
GOVERNOR
Mr. Jerry D. Casstevens
Executive Director
South Plains Association
of Governments
Post Office Box 3730, Freedom Station
Lubbock, Texas 79452
Dear Mr. Casstevens:
It is my pleasure to inform you that your grant has been approved
to implement and improve services to your community. The grant
entitled "Regional Crime Prevention Program" is in the amount of
$20,160.
This grant award must be accepted within 30 days of the award
date by the execution and return of the enclosed Grantee
Acceptance Notice in the pre -addressed envelope provided. Copies
of the packet, along with technical information and
administrative requirements, are being sent separately to the
project director and financial officer, designated in your grant
application.
Please call the Criminal Justice Division at (512) 463-1919 if
you have any questions concerning the administration of this
grant. We stand ready at all times to do everything we can to
help you make your program a successful one.
Sincerely,
William P. Clements,
Governor
Enclosures
CC: Ms. Karen A. King
Ms. Patti K. Flanagan
Mr. Rider Scott
Executive Director
Criminal Justice Division
APPLI-
FEDERAL ASSISTANCE, 2 CANT'S a.NUMBER -
APPLI-
t TYPE CATION
OF ❑ NOTICE OF INTENT (OPTIONAL) 'DE"TI-
SUBMISSIONFIER b. DATE
!Mork op ❑ PREAPPLICATION Year month day
box)nriate ❑ APPLICATION
19
3 STATE A. NUMBER
APPLI-
CATION
IDENTI-
FIER
NOTE TO BE b. DATE
ASSIONCD ASSIGNED
BY STATE
Leo w
_ Blank
4 LEGAL APPLICANT/RECIPIENT
•. APplcanl Name South Plains Association of Governments
b Organization Unit, Regional Planning Counci1
C Street/Po Bo. P.O. Box 3730 Freedom Station
jd city Lubbock A.Coun
�t State ry Lubbock
Texas g. ZIP Code. 79452
h Contact Person (Name Karen A. King
d %elephonr No J 806 62-0 21
7 TITLE OF APPLICANT'S PROJECT (USO section IV of IMS form to provide a summary description of the
n Project.)
Lu Regional Coordination of Criminal Justice Programs for
W the development of an annual regional criminal justice
plan and for technical assistance to CJD grantees and
S applicants for CJ funds.
Jf•—
$ 9 AREA OF PROJECT IMPACT (Name, o/trues. torrnues. stater, ett.l 10. ESTIMATED NUMBER 1 t TYPE OF ASSISTANCE
OF PERSONS BENEFITING i t r G"^' D—tt.re4 0
State Planning Region 2 A:11640.nrnlst Grant E -.pots,
6 Liable
__ _ 393,895 `
12_ PROPOSED FUNDING 13. CONGRESSIONAL DISTRICTS OF:
a FEDERAL _ ISA. APPLICANT b. PROJECT —
- - — Senate 28,30,31
b APPLICANT _ House 77.78.82 85 same
C STATE 20 L160 o0 15 PROJECT START 16. PROJECT
d LOCAL .00 GATE Year month dor DURATION
e OTHER 001 19 _$8 10
.IS DATE DUE TO Year month day
,t_ _Total ; S 20,160 W. FEDERAL AGENCY r 19
19. FEDERAL AGENCY TO RECEIVE REOUEST
Governor's Office
r ORGANIZATIONAL UNIT (IF APPROPRIATE) b. ADMINISTRATIVE fY1A1TArT NIC let
OMB Approval No, 0348-00
Year month day
19
5. EMPLOYER IDENTIFICATION NUMBER (EIN)
6
PRO. A. NUMBER
GRAM
(From CFDA)
181 91' I G 1 011
MULTIPLE ❑
C
A
�,t
p7RtESSmtnal .tuaLlGe UIVISIOn 4
P.O. Box 12428 Capitol Station, Austin, Texas
14 TYPE OF APPLICATION
A -1410.r G—lel—son
A—rtann.al 0--Urayeew
Enterroro
]rare Mrrerlsl
E–Aupnrmauon
Enter ep/noynrtr leetr. a
17 TYPE OF CHANGE IFnr ter w rte)
A—ft,"" D�en`ti-a F-4rw Isprrtfyl.
A-000"" 00kie"
C—MrHNN Duration
0
-060va" GratO
E–cance"Lon
6122 To the best of my knowledge and belief, A. YES. THIS NOTICE OF INTENT/PREAPPLICATION/APPLICATION WAS Mr
I THE data m this preappltcation/application EXECUTIyyE OqRDW 12372 PROCESS FOR REVIEW ON!
APPLICANT are true and correct, the document has DATE _ i-21 —lig
g
CERTIFIES been duly Authorized by the governing
THAT► body of the applicant And the applicant
will comply with the attachedassursnces b NO, PROGRAM IS NOT COVERED BY E O 12372 ❑
--
if the assistance is approved. OR PROGRAM HAS NOT BEEN SELEC €0 BY STATE FOR REVIEW ❑
6 23 a. TYPED NAME AND TITLE b IGNATURE
CERTIFYING r
REPRE. Jerry D. Casstevens, Executive Director ;
SENTATIVE_
b. TITLE Reg i Ona l Coord i nat
of Criminal Justice
Prc
B. TYPE OF APPLICANT/ RECIPIENT
_ RECEIVED 19
A—Seals
Mtnwuaea
G—Satwat Nape" OoVtct
27 ACTION TAKEN
C—srtauu
H—comnrMer Acton ApelrKy
1—rapw Esuuttrneal Ylsbkxw
Ua AWARDED29.
dpanraton
J–than Tnpa
b REJECTED
Eo—�O1Ah
.—paw /sped y).
0 c RETURNED FOR
F—SeMW DtVel
S 00 31. CONTACT FOR ADDITIONAL INFORMA•
AMENDMENT
Enter appropriate letter
Ud
C
A
�,t
p7RtESSmtnal .tuaLlGe UIVISIOn 4
P.O. Box 12428 Capitol Station, Austin, Texas
14 TYPE OF APPLICATION
A -1410.r G—lel—son
A—rtann.al 0--Urayeew
Enterroro
]rare Mrrerlsl
E–Aupnrmauon
Enter ep/noynrtr leetr. a
17 TYPE OF CHANGE IFnr ter w rte)
A—ft,"" D�en`ti-a F-4rw Isprrtfyl.
A-000"" 00kie"
C—MrHNN Duration
0
-060va" GratO
E–cance"Lon
6122 To the best of my knowledge and belief, A. YES. THIS NOTICE OF INTENT/PREAPPLICATION/APPLICATION WAS Mr
I THE data m this preappltcation/application EXECUTIyyE OqRDW 12372 PROCESS FOR REVIEW ON!
APPLICANT are true and correct, the document has DATE _ i-21 —lig
g
CERTIFIES been duly Authorized by the governing
THAT► body of the applicant And the applicant
will comply with the attachedassursnces b NO, PROGRAM IS NOT COVERED BY E O 12372 ❑
--
if the assistance is approved. OR PROGRAM HAS NOT BEEN SELEC €0 BY STATE FOR REVIEW ❑
6 23 a. TYPED NAME AND TITLE b IGNATURE
CERTIFYING r
REPRE. Jerry D. Casstevens, Executive Director ;
SENTATIVE_
24 APPLICA• I'rar
T ON
—
monrA dai
, J ,�
25 FEDERAL APPLICATION IDENTIFICATI N NU BER 2 DERAL GRANT
_ RECEIVED 19
27 ACTION TAKEN
FUNDING
Ua AWARDED29.
)'tor month day
b REJECTED
ACTICI
0 c RETURNED FOR
S 00 31. CONTACT FOR ADDITIONAL INFORMA•
AMENDMENT
lA'ome and telephone;3
d RETURNED FOR
NAPPLICANT
00TION
EO 12372 SUBMISSION
00BY
APPLICANT TO
STATE
•000
a DEFERRED
00OI
WITHDRAWN
S r1n
Enter eppro•
petite sever/tl �
20. EXISTING FEDERAL GRANT
IDENTIFICATION NU►4BER
SF-88-GO1-1
21. REMARKS ADDED
ST
Ju. Yrar mrnrh dote
STARTING
DATE 19
3? Year month dole
ENDING
DATE 19
33. REMARKS ADDED
❑ Yes ❑ No
ISN 7540-01-008-8162 1
'REVIOUS EDITION (' IT1_1 STANDARD FORM 424 NAGE t (ROY. 4-64)
CJD—1 rr AAA•ff�Rr' t tn1
CJD -6
t
I
_
M
Ln
M
O
O
:
In
cn
w
N
I
N
Ln
M
O
O
1
•
r
N
�
N
0
L
I
II •_
Y
I
t
•
•
s
1
N
N
I
•
1
I
a
I
W
1
3Eck:
mi
I
U.
I
I t
• �
N
N
N
uj
W
O
~
W
I
1
O
p
rl
7
1
m
t
O
_=
1*
W
F
H
M
H
at
W
i yl
d
I
M
In
r
M
n I
p
N
cn (
to
N
C1
i
to
Q)
CO
I
C
i
N
v
Y
Ly
IM
N
Y
X
=
%
N
YC,O
s
d
/-
W
O
V
S
/••'
F
Q
d
•V
•'f � H
�p
�
d
V
O
Y
Y
i
L
�
CJD -6
CJD -8
J
•
S
0RDu
•
N
�
M
N
N
M
O
N
I
W
CL
V
a
I
w
M
I
�
~
LL
r
=1
o
N
Quj:
o
M
M
y
N
Z
9L
•
.t
o
m
V
►SIO
i
ILL
UJ
w
I'
w
I
c
r N
M
Q
M
M
w
M
N
Z +
t
H
w
w
N
Z
-
+
Q
U
V-
ec
m
N
N
O
ui
t
Z
z
a
U.
U.
o
O
O
Z-
u
I I
w
L)
-
✓w+
vw+
I
<
W
_i
rN
w
I
e.
i
j
i
C9
l
•
I I
I
o
e
coL
O
N M
u
I
w
u
D
LL
00
•
z
s
+ 40q.
I
0
~
U
u
w
•
i
V
<
_
• Y
t
J
V
O
;I
O
C
S • .i
CJD -8
Suggested Format
Other Budqet Information Part
Governor's Criminal Justice Division Section
Line
BUDGET NARRATIVE
Begin below and add as many continuation pages following each schedule (Al, B), etc.) as mi
be needed to explain each item of the project hudget. Narrative should include explanation
the hasis for arrivinq at the cost of each item including Grantee Local Cash Contribution item
All amounts should be shown in whole dollars.
SCHEDULE A
PERSONNM-
1. Direct Salaries
% OF TIME
TO THIS J
TITLE OR POSITION I PROJECT2 REQUEST CONTRIBUTION TOTALS
(A) Director of Regional Services
10% $ 2,543
$
$ 2,543
(B)
$
$
$
(C)
$
$
$
(D)
$
$
$
(E)
$
$
$
(r-)
$
$
$
(G)
$
$
$
(H)
$
$
$
TOTAL DIRECT SALARIES
$ 2,543
$
$ 2,543
2. Fringe Benefits
% or $ Rate
FICA @ $ S S
RETIREMENT @ $ $ S
INSURANCE - @ S $ S
OTHER (EXPLAIN) @ $ S $
TOT�;L FRINIGE BENEFITS 36 % S 915 S $ 915
TOTAL PERSON NEL'BUDGET $ 3,458 S S 3,458
1. Include only one position per line. Briefly describe the duties or responsibilities of each position.
2. Express as a percent of total time (2080 hrs. per year).
3. Should reflect employee's gross salary attributable to the project.
CJD -10
SCHEDULE A
Budget Narrative
Administrative responsibilities of Regional Services Director:
1. Prepare and submit grant application.
2. Execute contracts with crime prevention officers and the cities of
Lubbock and Plainview.
3. Contact and announce availability of programs to local government,
law enforcement agencies, schools, civil groups, senior citizen -centers.
4. Coordinate program activities of crime prevention officers.
5. Maintain and submit travel records for mileage reimbursement and officer
timesheets for payment.
6. Prepare and submit quarterly reports to the Criminal Justice Division.
Suggested Format
Other Budget Information PartSection
Governor's Criminal Justice Division Line
SCHEDULE B
PROFESSIONAL AND CONTRACTUAL SERVICES
DESCRIPTION OF SERVICE
CJ
REQUEST
LOCAL CASH
CONTRIBUTION
TOTAL
(A) Officer Salary
$
7,014
$
$ 7,104
(B) Officer Travel
$
2,640
$
$ 2,640
(C)
$
$
$
(D)
$
$
$
(E)
$
$
$
(F)
$
$
$
(G)
$
$
$
(H)
$
$
$
TOTAL PROFESSIONAL AND
CONTRACTUAL SERVICES BUDGET, $ 9,654 S $ 9,654
REQUIRED NARRATIVE: Briefly describe any anticipated contractual arrangement and wort
products expected. Describe the basis for arriving at the cost o
each line item.
NOTE: Grant Applications in which the proposed program will be operated by a third
party, under contract from the grantee, should attach with this schedule
sufficient budgetary information on the contractor to disclose the sources
.and amounts of all revenue.
REFER -TO INSTRUCTIONS FOR COMPLETION OF CJD -11 IN APPLICATION KIT
(A) Officer Salary - SPAG will continue to contract individually with trained
officers to present programs in the region. Officers will be paid the
base rate of $11.69 per hour for off duty time with no fringe benefit.
It is anticipated, based upon previous years, that the officers will
work 600 hours and be paid a total of $7,014.
(B) Officer Travel - Travel at .224 per mile is the approved rate for
Lubbock (120 presentations x 100miles per round trip X .224 = $2,640) .
This travel reimbursement is payable to the city for travel
outside the officers' normal work area.
CJD -11
TRAVEL
1. Local Travel
POSITION/TITLE
Suggested Format
Other Budget Information
Governor's Criminal Justice Division
SCHEDULE C
MILES
TRAVELED $ CJ LOCAL CASH
ANNUALLY RATE REQUEST CONTRIBUTION
Part III
Section F
Line 21
TOTA L
(A) Crime Prevention Officer 12,000
.22 $ 2,640
$
$ 2,640
(B)
$
$
$
(C)
$
$
$
(D)
$
$
$
(E)
$
S
$
(F)
$
$
$
(G)
$
$
$
(H)
$
$
$
LOCAL TRAVEL TOTAL
$ 2,640
$
$ 2,640
2. In -State Travel (Specify Clearly)
PURPOSE DESTINATION
S S S
S S S
S S S
S S S
IN-STATE TRAVEL TOTAL $ $ $
3. Out -of -State Travel (Specify Clearly) S $ $
S S S
OUT-OF-STATE TRAVEL TOTAL S $ $
TOTAL TRA EL BUDGET S. 2,640 S $ 2,640
NOTE: If personaL'y owned vehicles are to be used, transportation costs should be shov;n on
Schedule C; if agency or leased vehicles are to be used, the vehicle opera tion/r.ain-
to nance costs should be shown on Schedule F, "Supplies and Direct Operating Expense."
REQUIRED NARRATIVE: Briefly describe the applicant's travel policy (i.e., mileage rates and
per diem rates). Specify purposes for each item of travel. Break out
costs of each in-state and each out -of --state trip to separately show
the specific costs of transportation and of per diem.
CJD -12
•k
Suggested Format Part III
Other Budget Information Section F
Governor's Criminal Justice Division Line 21
SCHEDULE F
SUPPLIES & DIRECT OPERATING EXPENSE
DIRECTLY CHARGED SUPPLIES CJ LOCAL CASH
& OTHER OPERATING COSTS REQUEST CONTRIBUTION TOTAL
(A) Telephone $ 300 $ $ 300
(B) Miscellaneous supplies
'(C) Reproduction
$
$
191
450
$
$
$ 191
$ 450
(n) Stickers/ Brochures
$
3,500
$
$3,500
(E) Postage
S
350
$
$ 350
(F) Office Utilities
$
350
$
$ 350
(G)
$
$
$
(H)
(I)
$
$
$
$
$
$
M
$
$
S
TOTAL SUPPLIES & DIRECT OPERATING
EXPENSE BUDGET
$
5,141
$
$ 5,141
REQUIRED NARRATIVE: Describe the basis for arriving at the cost of each line item.
INDIRECT COS T S
SCHEDULE G
CJ LOCAL CASH
REQUEST CONTRIBUTION TOTAL
(A) Indirect Costs Per Approved Cost
Allocation Plan . $ 1,907 $ S 1,907
(B) irdi-ect Costs Per CJD Computation Table $ $XXXXXXXXX $
NOTE: Indirect costs are authorized in an amount not to exceed the computation table in Ap-
pendix B, 1987 Criminal Justice Plan for Teras, or as authorized per the applicant's cost
allocation plan.
REQUIRED NARRATIVE: If method (A) is used, specify the rate and attach a copy of the docu-
ment by which the current cost allocation plan was approved.
CJD -14
I. Objectives and Need for this Assistance.
Crime statistics continued to indicate that Lubbock has a high crime rate,
in fact one of the highest in the state. Lubbock is the hub of the South
Plains region and the fourteen counties surrounding the hub are affected
by Lubbock's high crime rate. Crime prevention and citizen involvement
are the best proven ways to decrease that rate. The objective of this
program is to educate the general public to be aware of their surroundings,
to secure their homes, and to be observant for neighbors; all of which
lead to a decrease in criminal activity.
11. Results and Benefits Expected.
Through an organized crime prevention program covering every county
and city on the South Plains, it is expected that the crime rate will
ultimately be reduced. The Regional Crime Prevention Program will
continue to present crime prevention training and public education
programs at schools, civic clubs, banks, and businesses, as well as
offer security checks for homes and businesses. The requests for
these programs have increased with each grant year.
111. Approach.
a. SPAG will continue to contract with the trained crime prevention
officers of the City of Lubbock Police Department to provide
programs in the region on off duty time. These officers have
established contacts throughout the region and will continue
current activities, contacting civic groups, businesses, schools
to schedule and offer programs.
b. Refer to Project Goal Achievements, page CJD 16.
c. n/a
d. Independent School Districts
Lions, Rotary, FFA, and other civic groups
Sheriff Offices and Police Departments
Banks and businesses
Senior Citizen Centers
IV. Geographic location.
State planning region 2 including Bailey, Cochran, Dickens, Floyd,
Garza, Hale, Hockley, King, Lamb, Lubbock, Lynn, Motley, Terry,
and Yoakum counties.
V. n/a
cx%.wu zoo Azrua-i:/rAuozuT DUAL AC hSIVEMENI'S
1. Grantee Name: Grant No:
South Plains Association of Governments
2. Project Title: Regional Crime Prevention Program
4. Report Time Period initial to
Column 1
Column 2
Column 3
Column 4
Annual.
Updated
Projected
Actual
Number
Number at
Number at
Number at
at Project
Project Start
Project
Semi -Annual
Start
(Actual)
Completion
or Final
(Est.)
Report
(Circle one)
1- Number of crime prevention staff members
3 3
2. Number of hours of crime prevention training received by crime prevention staff.
40 0
_F I
3. ivumDer or training programs in which regional crime prevention staff members
_ nn�mr�cr n"r �MQT M..Lf AM .....n�....a �..... ..�� .r _�..�_ �.--"---�--._ • . . _ ._
persons in citizen involvement programs.y
223 225
Number of Dublic education nrnaramc in which rcrar%nml cr
members n_rvmtPrl _
F_.70 50 - - __ II . I
6. Number or inaiviauai agencies involved in regional or local crime prevention
nroarams that wnrP accictcrl
44 20
7. Number of pieces of crimeprevention literature distributed.
0 10,000
8. Number of neighborhood watch programs organized.
0 10
Project Director
Revised 2/88
(806) 762-8721
Phone Number
CJD -16-a
Date Submitted
PROCUREMENT STANDARDS..
1. Applicability
ATTACHMENT 0
Circular No. A-102
a. This Attacnment establishes standards and guidelines for
the procurement of supplies, equipment, construction and services
for Federal assistance programs. These standards are furnished
to ensure that such materials and services are obtained
efficiently and economically and in compliance with the
provisions of applicable Federal law and executive orders.
b. No additional procurement requirements or subordinate
regulations shall be imposed upon grantees by executiveagencies
unless specifically required by Federal law or executive orders
or authorized by the Administrator for Federal' Procurement
Policy. This prohibition is not applicable to payment conditions
issued in accordance with -Treasury Circular- 1075, individual
grantee requirements pursuant to Section 10 of the basic circular
or the provisions of this or other OMB circulars.
C. Provisions of. current subordinate requirments not
conforming to this Attachment shall `be rescinded by grantor
agencies unless..approved by the. Office of Federal�'Procurement
Policy (OFPP).
2. Grantee/Grantor Responsibility
a. These standards do not relieve the grantee of any
contractual responsibilities under its contracts. The grantee`is
responsible, in accordance with good administrative practice and
sound business judgment,.for the settlement :of all! contractual
and administrative issues -arising out of procurements entered'in
support of a grant. These -'include but are not limited -to source
evaluation, protests, .disputes; and -claims. Ekiecutdve agencies
shall not substitute their judgment for that of =the -grantee
unless the matter is primarily a Federal concern. Violations of
law are to be referred to the local, State, or'rederai authority
having proper jurisdiction.
b. Grantees shall use their own procurement procedures
which reflect applicable. State.and hocal laws and regulations,
provided that procurementai.'for ::Federal' Assistance Programs
(No.: A-102).
2
conform to the standards set forth in this. Attachment and
applicable Federal law.
3. Grantee Procurement Improvement
Executiveagencies awarding. Federal ,'grants or other
assistance which `requi.re or -allow for -`.'procurement by the
recipients are encouraged to assist recipients in..'improving their
procurement capabilities by prowidng ::them with technical'
assistance.training,publications, and other aid.-
4. Procuremenr System Reviews
a Executive agencies are.encouraged to.perform reviews of
their grantees' procurement systems"i.f a continuing relationship
with the grantee isanticipated or a substantial amount of the
Federal assistance is to be used for -procurement .and review of
individual contracts is anticipated.. The purpose of the review
shall be to determine: (1) whether a grantee's procurement system
meets the standards prescribed by this' -Attachment or other
criteria acceptable to the OFPP , such provisions of the Model
Procurement Code for'State and iocal.government; and (2) whether
the grantee's procurement system should be certified by the
reviewing agency. Such a review will also give an` agency an,
opportunity to give.technical.assistance to a grantee to remedy
its procurement system if it does not fully comply. In addition,
such a review may provide a basis for deciding whether the
grantee's 'contracts and related procurement documents should be
subject to the grantor's prior approval, as provided by Section
b. In conducting procurement system review, grantor
agencies will evaluate a grantee's procurement s.ystem'in terms of
whether it complies with the standards. prescribed by' this
Attachment and represepts a fair, efficient and effective
procurement system. ' To the -maximum extent feasible,,reviewers
will rely 4pon State,or local. evaluati:ons.and analyses, performed
by agencies or organizations independent. of the grantee
contracting activity.
C. When a Federal grantor agency completes a procurement
review,, it shall furnish a report to..the grantee, with a copy'to
OFPP.
d. All agencies should normally rely upon the resultant
findings or certification for a period of 24 months before
another review is performed.
(No. A-102)
3
e. Reviews shall be conducted in accordance with standards
and guidelines approved or issued by OFPP.
f. The reviews authorized by Section 6 are waived if a
grantee's procurement system is certified.
5. Protest Procedures
a. Grantor agencies may develop an administrative procedure
to handle complaints or protests regarding grantee contractor
selection actions. The procedure shall be limited as follows:
a.: No protest shall be accepted by the grantor agency until
all administrative remedies at the grantee level have been
exhausted.
b. Review is limited to:
(i) Violations of Feder&1 law or regulations. Violations of
State or local law shall be under the jurisdiction of State or
local authorities.
(ii) violations of grantee's protest procedures or failure to
review.a complaint or protest.
6. Grantor Review of Proposed Contracts
Federal grantor pre -award review and approval of the
grantee's proposed contracts and related procurement documents,
such as requests for :proposal and invitations for bids, is
permitted only under the following circumstances:
a. The procurement is expected to exceed $10,000 and is to
be awarded without competition or only one bid or offer is
received in response to solicitation..
b. The procurement expected to exceed $10,000 specifies a
"brand name" product; or
C. The grantee's .procurement procedures or operation fails
to comply with one or more significant .aspects of this
Attachment. The grantor agency shall. notify the grantee in
writing, with a copy of such notification to -the OFPP.
7. Code of Conduct
(No. A-102)
4
Grantees shall maintain a written code or standards of
conduct which shall govern ' the performance of their officers,
employees or agents engaged,in the award and administration of
contracts supported by Federal funds No employee, officer or
agent -of the grantee shall participate in selection, or in 'the
award or administration of a contract supported by Federal funds
if a conflict of interest, real or apparent, would be involved.
Such a conflict would arise When:
a. The employee,',officer or agent;
b. Any member of his immediate family;
C. His or her partner; or
d. An organization which employs, or is about to employ,
any of the above, has a financial or other interest in the firm
selected for award.
The grantee's officers, employees or agents shall neither
solicit nor accept gratuities, favors or anything of monetary
.value from contractors, potential contractors, or parties to
subagreements.
Grantees may set minimum rules where the financial interest
is not substantial or the gift is an unsolicited item of nominal
intrinsic value.
To the extent permitted by State or local law or regulations,
such standards'of conduct shall provide for penalties, sanctions,
or other disciplinary actions for violations of such standards by
the grantee's officers, employees, or agents, or by contractors
or their agents.
8. Procurement Procedures
The grantee shall estabii.sh procurement procedure's which
provide that proposed procurement actions shall be reviewed by
grantee officials to avoid the -purchase, of unnecessary or
duplicative items. Considerationshould be given. to
consolidation or breaking out to. obtain a more economical
purchase. Where appropriate, an analysis shall -be made of -lease
versus purchase alternatives, and any other appropriate' analysis
'to determine which approach would be the most economical. To
foster greater economy and efficiency, grantees are encouraged to
enter into State and local intergovernmental agreements for
procurement or Use of common goods and services.
(No. A-102)
5
9. Contracting with Small and Minority Firms, Women's Business
Enterprise and Labor Surplus Area Firms
a.. It is national policy to award a fair share of contracts
to small and minority business firms. Accordingly, affirmative
steps must be taken'to assure that small and minority businesses
are utilized when possible as sources of suppliers, equipment,
construction and services. Affirmative steps shall include the
following:
(1) Including qualified small and minority businesses on
solicitation lists.
(2) Assuring that small and minority businesses are
solicited whenever they are potential sources.
(3) When economically feasible, dividing total requirements
into smaller tasks or quantities so as to permit maximum small
and minority business participation.
(4) Where the requirement permits, establishing delivery
schedules which will encourage participation by small and
minority business.
(5) Using the services and assistance of the Small Business
Administration, the Office of Minority Business Enterprise of the
the Department of Commerce and the Community Services
Administration as required.
(6) If any subcontracts are to be let, requiring the prime
contractor to take the affirmative steps in 1 through 5 above.
b. Grantees shall take similar appropriate affirmative
action in support of women's business enterprises.
C. Grantees are encouraged to procure goods and services
from labor surplus areas.
d. Grantor`agencies.may impose additional regulations and
requirements in the foregoing areas only to the extent
specifically mandated :by statute or presidential direction.
10. Selection Procedures
a. All procurement transactions, regardless of whether by
sealed bids or by negotiation and without regard to dollar value,
shall be conducted in a manner that provides maximum open and
(N- A-102)
6
free competition consistent with this Attachment. Procurement
procedures shall not restrict or eliminate competition. Example'
of what is considered to be restrictive of competition include,
but are not limited to: (1) placing unreasonable requirements on
firms. in order for them to qualify to do business; (2)
noncompetitive practices between firms; (3) organizational
conflicts of interest; and (4) unnecessary experience and bonding
requirments.
b. The grantee shall have written selection procedures
which shall provide, as a minimum, the following procedural
requirements:
(1) Solicitations of offers, whether by. competitive sealed
bids or competitive negotiation shall:
(a) Incorporate a clear and accurate description of the
technical requirements for the material, product, or service to
be procured. Such description. shall not, in competitive
procurements, contain features which unduly restrict competition.
The description may include a statement of the qualitative nature
of the material, product or service to be procured, and when
necessary, shall set forth those minimum essential
characteristics and standards to which it must conform if it is
to satisfy its intended use. Detailed product specifications
should be avoided if at'all possible. When it is impractical or
uneconomical to make a clear and accurate description of the
technical' requirements, a "brand name or equal" description may
be used as a means to define the performance '-or other salient
requirements of a procurement. The specific features of the
named brand which must be met by offerors shall be clearly
stated.
(b) Clearly set forth all requirements which offerors must
fulfill and all other factors to be used in evaluating bids or
proposals.
(2) Awards shall bemadeonly to responsible contractors
that possess the potential ability to perform successfully under
the terms and conditions of a proposed procurement'..
Consideration shall be given to such matters as contractor
integrity, compliance with public policy, record of past
performance, and financial and technical resources.
11. Method Procurement
(No. A-102)
7
Procurement under grants shall be made by one of the
following methods, as. described herein: (a) small purchase
procedures; (b) competitive sealed bids. (formal advertising); (c)
coma-titive negotiation; (d) noncompetitive negotiation.
a. Small purchase procedures are .those. relatively simple
and informal procurement methods that are 'sound ...and appropriate
for a. procurement, of services, supplies -or other property,
costing in :the aggregate not more than $10,000... Grantees shall
comply with State or local small purchase. dollar .limits under
$10,000. If small purchase procedures are used fpr a.procurement
under a grant, price or rate quotations shall be obtained from an
adequate number of qualified sources.
b. In competitive sealed bids `(formal advertising), sealed
bids are publicly solicited and a firm -fixed-price contract (lump
sum -or unit price) is awarded to the responsible bidder whose
bid, conforming with all the material terms and conditions of the
invitation for bids, is lowest in price.
(1•) In order for formal advertising to be feasible,
appropriate conditions must be present, including, as a minimum,
the following:
(a) A complete, adequate and' realistic specification or
purchase description is'available.
(b) Two or more responsible -suppliers are willing ..arid' able
to compete effectively for the grantee's business.
(c) The procurement i=nds itself to a firm -fixed-price
contract, and selection of the successful bidder. can
appropriately be made principally on the basis of price.
(2) If formal advertising is used for a procurement -'under a
grant the following requirements shall apply:
(a) A sufficient time prior 'to.the date set for opening of
bids, bids shall be solicited from an adequate number of known
suppliers. In addition,. the invitation shall be publicly
advertised.
(b) The invitation for bids including specifications and
pertinent" attachments, shall clearlr•.define the items or services.
needed in order for the bidders to: properly'' respond to the
invitation.
(No. A-102)
_1�
f?
(c) All bids shall be opened publicly at the time and place
stated in the invitation for bids.
(d) A firm -fix -price contract award shall be made by written
notice to that responsible bidder whose bid, conforming to the
invitation for bids, is lowest. Where specified in the bidding
documents, factors such as;di,scounts, transportation costs and
life cycle costs.shall be considered in determining which bid is
lowest. Payment discounts may only be used to determine low bid
when prior, experience of the , grantee indicates that such
discounts are generally taken.
(e) Any or all bids may be rejected. when there are sound
documented business reasons in the best interest of the program.
C. In competitive negotiation, proposals are requested from
a number of sources and the Request for Proposal is publicized,
negotiations are normally .conducted with more than one of the
sources submitting offers, and either a fixed-price or
cost -reimbursable type contract is awarded, as appropriate.
Competitive negotiation, may be used, if conditions are not
appropriate for the use of formal advertising. If competitive
negotiation is used for a procurement under a grant, the
following requirements shall apply:
(l) Proposals shall be solicited from an adequate number of
qualified sources to-- permit reasonablecompetitionconsistent
with the nature and.requirements of the procurement. The Request
for Proposal shall,be publicized and reasonable requests by other
sources to compete shall be honored to the maximum extent
practicable.
.(2) The Request for Proposal shall identify all significant
evaluation. factors, including price or._cost where required and
their, relative importance.
(3) The .grantee shall provide mechanisms for technical
evaluation of the proposals received, determinations of
responsible offerors: for the purpose, of written , or oral
discussions, and selection for., contract award.
(4) Award,may be made to the responsible _offeror whose
propoeal,will,be most adavantageous to the procuring party, price
and other factors considered. Unsuccessful offerors should be
notified promptly.
(No. A-102)
a
9
(5) Grantees may utilize competitive negotiation procedures
for procurement ' of architectural/engineering professional
services, whereby competitors' qualifications are evaluated and
the most qualified competitors' is selected, subject to
negotiation of fair and reasonable compensation.
d. Noncompetitive negotiation is procurement through
solicitation of a proposal from only one source, or after
soliciation of a number of sources, competition is determined
inadequate. Noncompetitive negotiation may be used when the
award of a contract is infeasible under small purchase,
competitive bidding (formal advertising) or competitive
negotiation procedures. Circumstances under which a contract may
be awarded by noncompetitive negotiation are limited to the
following:
(1) The item is available only from a single source;
(2) Public exigency or emergency when the urgency for the
requirement will not permit a delay incident to competitive
solicitation;
(3) The Federal grantor 'agency authorizes noncompetitive
negotiation; or
(4) 'After soiiciation of'.a number of sources, -competition is•
determined inadequate.
e. Additionalinnovative procurement methods may be used by
grantees with the approval of the grantor agency. A `copy of such
approval shall be sent to the OFPP.
12. Contract Pricing
The cost plus a percentage of cost and percentage of
construction cost method of contracting shall 'not be used.
Grantees shall perform some form of cost or price analysis in
connection with every procurement action including contract
modifications. Costs or prices based on estimated costs for
contracts* under ,grants shall be allowed only to the extent that
costs incurred or cost estimates included in negotiated prices
are consistent with Federal cost principles.
13. Grantee Procurement Records
Grantees shall maintain records -sufficient to detail the
significant history of a procurement. These records shall
(No. A-102)
include, but are not necessarily limited to information pertinent
to the followings rationale for the method of procurement,
selection` of contract type, contractor selection or rejection,
and the basis for the cost or price.
14. Contract Provision
In addition to provisions defining a sound and complete
procurement contract, any recipient of Federal grant funds shall
include the following contract provisions or conditions in all
procurement - contracts and subcontracts as required by the
provision, Federal law or the grantor agency.
a. Contracts other than small purchases shall contain
provisions or conditions which will allow for administrative,
contractual, or legal remedies in instances where contractors
violate or breach.contract terms, and provide for such sanctions'
and penalties as may be appropriate.
b. All contracts in excess of $10,000 shall contain
suitable provisions for termination by the grantee including the
manner by which it will be effected and the basis for settlement.
In addition, such contracts shall describe conditions under which
the contract may be terminated for default as well as conditions
where the contract may be terminated because of circumstances
beyond the control of the contractor.
C. All contracts awarded in excess of $10,000 by grantees
and their contractors or subgrantees shall.contain.a provision
requiring compliance with Executive Order 11246, entitled "Equal
Employment Opportunity," as amended by Executive Order 11375, and
as supplemented in Department of Labor regulations (41 CFR Part
60).
d. - All contracts and •subgrants for construction or repair
shall include a provision for compliance with the Copeland "Anti -
Kickback" Act (18`USC 874) as supplemented in Department of Labor
regulations (29 CFR, Part 3). This Act provides hat each
contractor or subgrantee shall be prohibited from inducing, by
any means, any person employed in the construction, completion,
or repair of public work, to give up:any part of the compensation
to which he is -otherwise entitled. The grantee shall.report all
suspected or reported violations to the grantor agency.
e. When required by the Federal grant program legislation,
all construction contracts in excess of $2,.000 awarded by
grantees and subgrantees. shall -include a provision for compliance
(No. A-102)
S
11
with the Davis -Bacon Act (40 USC 275a to a-7) as supplemented by
Department of Labor regulations (29 CER, Part 5). Under this Act
contractors shall be required to pay wages to laborers and
mechanics at a`rate not -less than the minimum wages specified- in
a wage determinationmade by the Secretary of Labor. In
addition, contractors shall be required to pay wages not less
often than once a week. The grantee shall place a copy of the
current prevailing wage determination issued by the Department of
Labor in each solicitation and,the award of a contract shall be
conditioned upon the acceptance of the wage determination. The
grantee -shall report all suspected or reported violations to the
grantor ;.agency,.
f. Where applicable, all contracts awarded by grantees and
subgrantees in excess of $2,000 for construction contracts and in
excess of $2,500 for. other contracts which involve the employment
of mechanics or laborers shall include a provision for compliance
with Sections -103 and 107 of the Contract Work Hours and Safety
Standards Act (40 USC 327-330) as supplemented by Department of
Labor regulations (29 CFR, Part 5). Under Section 103 of the
Act, each contractor shall be required to compute the wages of
every mechanic.and laborer on the basis of standard workday of 8
hours and a standard workweek of 40 hours.' Work in excess of the
standard workday or workweek is permissible provided that the
worker is compensated at a rate of not less than 1-1/2 times the
basic rate of pay for all hours worked in excess of 8 hours in
any calendar day or 40 hours in the work week. Section 107 of
the Act is applicable to construction work and provides that no
laborer or mechanic shall be required to work in surroundings or
under working conditions which are unsanitary, hazardous, or
dangerous to his health and safety as determined under
construction, safety and health standards promulgated by the
Secretary of Labor. These requirements do not apply to the
purchases of supplies or materials or articles ordinarily
available on the open market, or contracts for transportation or
transmission of intelligence.
g. The contract shall include notice of grantor agency
requirements and regulations pertaining to reporting and patent
rights under any contract involving research, developmental,
experimental or demonstration work with respect to any discovery
or invention which arises or is developed in the course of or
under such contract, and of grantor agency requirements and
regulations pertaining to copyrights and rights in data..
h. All negotiated contracts (except those awarded by small
purchase procedures) awarded by grantees shall include a -
(No. A-102)
12
provi ionto the,.effect that -the grantee, the Federal grantor
agency,,, the : Comptroller General of: the Uh-ited';States, . or any of
their duly authorized -representatives, shall -have access to any
books,.documents,.papers,,and records of the contractor which are
directly. pertinent to that specific contract,; for'the purpose of
making audit, examination, excerpts, and transcriptions.
Grantees, shall require contractors to maintain all
required records for three years after grantees make final
payments and all other pending matters are closed.-,
i. Contracts, subcontracts, and subgrants of amounts in
excess of $100,000 shall contain a provision which requires
compliance with all applicable standards, orders, or requirements
issued under Section 306 of the Clean -Air Act (42 USC 1857(h)),
Section 508 of the Clean Water Act (33 USC 1368), Executive Order
11738, and Environmental Protection Agency regulations'(40 CFR,
Part 15), which prohibit the use under non-exempt Federal
contracts, grants or loans of'facilities included -on the EPA List
of Violating Facilities. The -provision shall require reporting
of violations to the grantor agency and to the USEPA Assistant
Administrator for Enforcement (EN -329).
j. Contracts -shall recognize mandatory, standards, and
policies relating to energy efficiency,which are contained in the
State energy conservation plan issued- incompliance with the
Energy Policy and Conservation Act (P.L. 94-163).
Grantor agencies are permitted to require changes,
remedies, changed• conditions, access and record retention and
suspension of work clauses approved by the Office of Federal
Procurement Policy.
15. Contract Administration
Grantees shall maintain a contract administration system
ensuring that contractors perform in accordance with the terms,
conditions, and specifications of their ,contracts or purchase
orders.
(No. A-102)