Loading...
HomeMy WebLinkAboutContract 32285 CITY SECRETARY ON t i11?C° I NO . DZEb Contract#2003-GP-CX-0157 FY 2003 STATE OF TEXAS COUNTY OF DALLAS City of Fort Worth, Texas DFW F.A.S.T. 350 W. Belknap Street Ft. Worth, TX 76102 and Baylor Health Care System Foundation CONTRACT #2003-GP-CX-0157 (CFDA# 16.609) Effective Dates: October 1, 2002 through September 30, 2005 I. Parties. Baylor Health Care System Foundation (`BHCSF" or"Contractor") and City of Fort Worth, Texas ("Subrecipient" or"Subcontractor"), do hereby make and enter into this contract, which, together with its incorporated documents, constitutes the entire agreement under the above referenced contract number between the Contractor and the Subcontractor. The Contractor and the Subcontractor make this contract for the following mutual considerations. II. Authority to Contract. U.S. Department of Justice, Office of Justice Programs, Bureau of Justice Assistance (`BJA")has authorized BHCSF, as Fiscal Agent, to enter into this contract with the Subcontractor for the purpose of providing overtime funds for one Law Enforcement officer to participate in DFW F.A.S.T. to apprehend violent criminal fugitives. III. Governing Law. This contract shall be governed by and construed in accordance with the laws of the State of Texas. IV. Contract Modification. This contract may be amended only in writing signed by BHCSF and the Subrecipient. V. Financial Limitations and Considerations. A. Funds Availability. Payments to Subrecipient under this contract shall at all times be contingent upon the availability and receipt of federal funds that the Department of Justice has allocated to this contract; and if funds for this contract become unavailable during any budget period,this CURD Page 1 pI� �"�•�^ o0 U o 1:' U°:U a19 Ea". Contract#2003-GP-CX-0157 FY 2003 contract may be immediately reviewed,terminated or reduced at the discretion of the Contractor. B. Amount of Payment. The Foundation shall pay the Subcontractor up to a maximum of$3,500 from available funds for services rendered in accordance with the terms of this contract upon receipt of a proper and verified billing statement with accompanying documentation. Contractor may reduce any payments to the extent of any previous overpayments by Contractor to Subrecipient. If program income accrues,the Subcontractor shall return to the Contractor any income that exceeds actual costs incurred for services rendered under contract. In no event shall payments by Contractor to Subrecipient exceed the Subcontractor's actual reasonable, necessary and allowable costs to provide services under this contract budget. C. Basis for Payment. The basis for payment for services rendered under this contract is indicated in the service terms with the budget. The Subcontractor shall follow and be subject to fiscal and billing policies and procedures of the Contractor and BJA. The Contractor is not obligated to pay unauthorized costs or to pay more than the Subcontractor's allowable and actual incurred costs consistent with federal and state regulations. The Subcontractor is responsible for submitting bills in an accurate and timely manner for each service period, and for notifying the Contractor of a need to expedite payment. The Contractor will make reasonable efforts to process all bills received in an accurate and timely manner but does not warrant immediate payment. The method of payment is cost reimbursement. This means that costs should only be billed after they have actually been incurred and have been paid by the Subcontractor. D. The Subcontractor understands and agrees that: 1. Subject to Contractor approval,transfers between line items of a budget will be allowed if described and presented in writing to the Contractor, the transfers can not result in a cumulative increase or decrease of five thousand dollars ($5,000) or an increase or decrease in any budget line item of more than ten percent (10%) of the total budget. Any transfers shall be for allowable items as defined by the Contractor and BJA which do not result in a significant change in the character or scope of the program. 2. Contractor's prior written approval is required for budget reallocations when transfers: 'Jfr��; Page 2 Contract#2003-GP-CX-0157 FY 2003 a) Between items involve more than the amount designated in Section V.D.1. above. Lack of prior approval in these instances will be grounds for nonpayment of the item or items involved. b) Regardless of the amount,result in a significant change in the character or scope of the program. Lack of prior approval in these instances will be grounds for recovery of unapproved payments and termination of this contract at the option of the Contractor and/or BJA. E. Actual Costs. The reimbursement made to the Subcontractor shall not exceed the Subcontractor's actual costs to provide the services under this contract and the Subcontractor's actual costs, both direct and indirect, must be reasonable and allowable according to the Office of Management and Budget(OMB) Circulars A-122 and A-110. F. Physical Property. The Subcontractor shall assume responsibility for the protection of all physical property and equipment purchased under this contract and to take appropriate measures to meet this obligation. The Subcontractor shall furnish the Contractor with a written, factual report of the theft of, or damage to, any equipment purchased under this contract, including circumstances concerning the loss. In addition, in the event of any theft, vandalism, or other offense against the properties, the Subcontractor shall notify appropriate local law enforcement authorities. G. Equipment. The Subcontractor shall follow the provisions of the OMB Circular A-110 regarding any equipment purchased under this contract with funds allocated to the Subcontractor. The Subcontractor shall not give any security interest, lien, or otherwise encumber any item of equipment purchased with contract funds. The Subcontractor shall permanently identify all equipment purchased under this contract by appropriate tags or labels affixed to the equipment and to maintain a current inventory of equipment which is available to the Contractor and BJA at all times upon request. H. Lobbying Limitations. The Subcontractor shall not use any funding under this contract to influence the outcome of elections or the passage or defeat of any legislative measures. I. Taxes. The Contractor will not be liable for state, local, or federal excise taxes incurred by or payable by Subcontractor. The Subcontractor must comply with all Federal and State tax laws and withholding requirements. The Contractor will not be liable to the Subcontractor or its employees for any Unemployment of Workers' Compensation coverage, or Federal or State withholding requirements. CC'0 FUD UA Page 3 Contract#2003-GP-CX-0157 FY 2003 J. Compliance. If the Contractor believes that the Subcontractor has not complied with the terms of this contract,the Contractor will notify the Subcontractor in writing, specifying the alleged non-compliance. Subcontractor shall have thirty (30) days from the date of receipt of such notice to correct the alleged deficiency or to notify the Contractor in writing if Subcontractor disagrees with the Contractor. K. Accounting. The Subcontractor shall adhere to Generally Accepted Accounting Principles (GAAP)promulgated by the American Institute of Certified Accountants and follow Contractor policies and procedures in submitting timely billing and maintaining financial records required to be kept under this contract. Subcontractor shall have a financial audit performed by a recognized national or regional independent audit firm, and provide a copy of the audit report and management letter to Contractor annually, within 30 days of receipt from the auditor. L. Record Keeping. The Subcontractor shall maintain financial, programmatic, and supporting documents, statistical records, inventories of nonexpendable property acquired, and other records pertinent to claims submitted during the contract period for a minimum of five (5) years after the termination of the contract period, or for five (5) years after the end of the federal fiscal year in which services were provided. If any litigation, claim, or audit findings involving these records begins before the five (5) year period expires, the Subcontractor will keep the records and documents for not less than five years and until all litigation, claims, or audit findings are resolved. Contract period means the beginning date through the ending date specified in the original contract; extensions are considered to be separate contract periods. M. Reviews. The Subcontractor shall cooperate fully in any fiscal and programmatic monitoring, auditing, evaluating, or other reviews pertaining to services rendered by the Subcontractor which may be conducted by the Contractor, BJA, or their authorized representatives; and to be responsible for any audit exception or other payment irregularity regarding this contract,which may be found after review by the Contractor or BJA. Subcontractor shall reimburse the Contractor and/or BJA of any amount paid in excess of the proper billing amount. VI. Reporting and Copying Requirements. The Subcontractor shall submit semi- annual self-evaluation reports on July 5th and January 5th of each year for the preceding 6 months. In addition, the Subcontractor shall submit program updates and other reports requested by the Contractor and BJA in appropriate format and on a timely basis; and make available at reasonable times and for reasonable periods records and other programmatic or financial records, books, reports, and supporting documents for reviewing and copying by the v' lrc � v Page 4 � Contract#2003-GP-CX-0157 FY 2003 Contractor, BJA,the U.S. Department of Justice, or their authorized representatives. VII. Additional Responsibilities of Subcontractor. The Subcontractor is required to: A. Provide services in accordance with the provisions of this contract; and shall allow Contractor, BJA and its representatives to monitor, audit, evaluate and otherwise review the services provided and related documentation. B. Refrain from transferring or assigning this contract or from entering into any subcontract for the services under this contract without prior written approval from Contractor. Request for approval must be submitted in writing, if required by Contractor, and include the qualifications of the subcontractor to perform and meet the standards of this contract. C. Comply with all applicable federal and state regulations and with Contractor or BJA policies and procedures regarding services delivered under this contract. D. Establish a method to ensure the confidentiality of records and other information relating to clients according to applicable federal and state laws, rules and regulations, including, but not limited to those set forth in 42 U.S.C. Section 3789g and CFR Part 22. E. Subrecipient acknowledges, regardless of their type, the monetary amount awarded or the number of employees in the workforce, is subject to the prohibitions against discrimination in any funded program or activity. The U.S. Department of Justice Office of Civil Rights may require Subrecipient through selected compliance reviews, to submit data to ensure Subrecipient's services are delivered in an equitable manner to all segments of the service population and Subrecipient's employment practices comply with equal employment opportunity requirements. F. Conflicts of Interest. Subcontractor agrees to comply with applicable state and federal laws, rules, and regulations regarding conflicts of interest in the performance of its duties under this contract. VIII. Service Provisions. The Subcontractor agrees to provide services as specified in the Detailed Service Description (Attachment A)and shall be eligible for reimbursement for expenses only under the circumstances described in this Page 5 r.• p 7 Contract#2003-GP-CX-0157 FY 2003 contract. The Detailed Service Description, submitted in conjunction with the contract and budget as supporting materials, shall contain the following items: 1. a detailed program description; 2. inclusive dates for service provision; 3. goals of the program and/or service, including the impact on reducing gun crime; 4. days and hours during which services will be provided; and 5. name of organization responsible for providing services and the location where the services will be provided. Changes to the type of service to be provided, or requiring development of a new subcontract, must be approved in advance by the Contractor. Requested changes to the Budget and Budget Narrative (including all Line-Item Transfers) must be submitted in writing. Contractor will acknowledge approval of Subcontractor's requested changes in writing. IX. Provisions for Termination of Contract and Contract Dispute Resolution: A. If the Subcontractor fails to provide services according to the provisions of this contract, the Contractor may, upon written notice of default to the Subcontractor, terminate all or any part of the contract. Termination is not necessarily an exclusive remedy but will be in addition to any other rights and remedies provided by law or under this contract. B. The Contractor shall suspend or revoke this contract if the Subcontractor is found liable for or has a contract, license, certificate or permit of any kind revoked by any governmental authority. C. The Contractor, based on information from monitoring or other verifiable sources, may terminate this contract for cause if Subcontractor fails to submit semi-annual self-evaluation reports within six months of the July 5th and January 51h of each year for the preceding six (6)months or fails to comply with the Review process described in V.N. above, and does not cure such failure within thirty(30) days from the date of receipt of the Contractor's notice to correct the alleged deficiency or to notify the Contractor in writing if Subcontractor disagrees with the Contractor. D. If federal or state laws or other requirements are amended or judicially interpreted so that either party cannot reasonably fulfill this contract, and if the parties cannot agree to an amendment that would enable substantial continuation of the services,the parties shall be discharged from any further obligations under this contract. Page 6 Contract#2003-GP-CX-0157 FY 2003 E. This contract may be terminated at any time by mutual consent. In addition, either party to this contract may consider it to be canceled by giving thirty(30) days notice to the other parry. This contract will be terminated at the end of the thirty(30) day period. Nothing in this Section shall be construed to prohibit immediate termination of the contract pursuant to Sections IX. A. and B. above. This contract shall otherwise terminate by the date specified pursuant to Section XI below. F. At the end of the contract term or other contract termination or cancellation,the Subcontractor shall in good faith and in reasonable cooperation with the Contractor and BJA,aid in transition to any new arrangement or provider of services. The respective accrued interests or obligations incurred to date of termination must also be equitably settled. G. Dispute Resolution. The parties shall negotiate with each other in good faith to settle any dispute or claim arising from or relating to this Contract. If the parties fail to resolve the dispute or claim within thirty (30) days, the parties shall submit the dispute or claim to binding arbitration using the rules of procedure of the American Arbitration Association then in effect. The place for arbitration shall be Tarrant County, Texas. The arbitration shall be conducted by three (3) arbitrators selected by mutual contract who will have expertise in the subject matter. The arbitrator shall determine the rules of procedure, scheduling order and all other matters relating to discovery and the hearing. Each party will bear its own expenses, including attorneys' fees, except that the parties shall equally share the fees of the arbitrator. The arbitrator may award damages only as provided in this contract,but in no event may punitive damages be awarded regardless if claimed by a party. Nothing in this section shall prohibit or otherwise limit a party's right to initiate litigation to enforce the arbitrator's award, to obtain injunctive or equitable relief permitted by the terms of this contract, or to preserve a superior position with respect to other creditors. This Section shall survive the termination of this contract. X. Incorporation by Reference. The following documents are incorporated into the contract amendment for all purposes and are on file with the Subcontractor and Contractor: A. Detailed Service Description B. Budget and Budget Narrative for FY 2003 C. Certifications Regarding Lobbying; Debarment, Suspension and Other Responsibility Matters; and Drug-free Workplace Requirements (See Attached OJP FORM 4061/6 (3-91)) Page 7 Q f Liao Contract#2003-GP-CX-0157 FY 2003 XI. Execution of Contract Renewal. For the faithful performance of the terms of this contract, the parties hereto in their capacities as stated affix their signatures and bind themselves during the effective dates. Acceptance of funds under this contract acts as acceptance of the authority of the BJA, the Office of Inspector General or any successor agency, to audit or investigate the expenditure of funds under this contract or any subcontract. FORT WORTH POLICE DEPARTMENT, CITY OF FORT WORTH, TEXAS: 1� DATE: g �6-v s Ralph Mendoza Title: Chief of Police APPROVED AS TO FORM AND LEGALITY: doan'm / &IWA& DATE: d/ �5 ssistant City Attorn APPROVED FO T MANAGER'S OFFICE: DATE: ( s Assista Ci an eV r �(1 con tr:act' IAuthorization ATTEST: Date DATE: City Secretarp Authorized by M& C: D5— BAYLOR HEALTH CARE SYSTEM FOUNDATION DATE: Renee L. Day Vice President, Finance Baylor Health Care System Foundation Page 8Uo `'Jrfll TU. U.S.DEPARTMENT OF JUSTICE OFFICE OF JUSTICE PROGRAMS e OFFICE OF THE COMPTROLLER CERTIFICATIONS REGARDING LOBBYING; DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS; AND DRUG-FREE WORKPLACE REQUIREMENTS Applicants should refer to the regulations cited below to determine the certification to which they are required to attest. Applicants should also review the instructions for certification included in the regulations before completing this form. Signature of this form provides for compliance with certification requirements under 28 CFR Part 69, "New Restrictions on Lobbying" and 28 CFR Part 67, "Government-wide Debarment and Suspension (Nonpro-curement) and Government-wide Requirements for Drug-Free Workplace (Grants)."The certifications shall be treated as a material representation of fact upon which reliance will be placed when the Department of Justice determines to award the covered transaction, grant, or cooperative agreement. 1. LOBBYING public(Federal, State,or local)transaction or contract under a As required by Section 1352,Title 31 of the U.S.Code,and public transaction;violation of Federal or State antitrust statutes implemented at 28 CFR Part 69,for persons entering into a or commission of embezzlement,theft,forgery, grant or cooperative agreement over$100,000,as defined at bribery,falsification or destruction of records, making false 28 CFR Part 69,the applicant certifies that: statements,or receiving stolen property; (a) No Federal appropriated funds have been paid or will be (c)Are not presently indicted for or otherwise criminally or paid,by or on behalf of the undersigned, to any person for in- civilly charged by a governmental entity(Federal, State,or fluencing or attempting to influence an officer or employee of any local)with commission of any of the offenses enumerated in agency, a Member of Congress,an officer or employee of paragraph(1)(b)of this certification;and Congress, or an employee of a Member of Congress in con- nection with the making of any Federal grant,the entering into (d) Have not within a three-year period preceding this applica- of any cooperative agreement,and the extension,continuation, tion had one or more public transactions(Federal, State,or renewal,amendment,or modification of any Federal grant or local)terminated for cause or default;and cooperative agreement; B.Where the applicant is unable to certify to any of the (b) If any funds other than Federal appropriated funds have statements in this certification,he or she shall attach an been paid or will be paid to any person for influencing or at- explanation to this application. tempting 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 3.DRUG-FREE WORKPLACE Federal grant or cooperative agreement,the undersigned shall (GRANTEES OTHER THAN INDIVIDUALS) complete and submit Standard Form- LLL,"Disclosure of Lobbying Activities,"in accordance with its instructions; As required by the Drug-Free Workplace Act of 1988,and (c)The undersigned shall require that the language of this cer- implemented at 28 CFR Part 67,Subpart F,for grantees,as tification be included in the award documents for all subawards defined at 28 CFR Part 67 Sections 67.615 and 67.620— at all tiers(including subgrants,contracts under grants and A.The applicant certifies that it will or will continue to provide cooperative agreements,and subcontracts)and that all sub- a drug-free workplace by: recipients shall certify and disclose accordingly. (a) Publishing a statement notifying employees that the unlawful manufacture,distribution,dispensing, possession,or 2.DEBARMENT,SUSPENSION,AND OTHER use of a controlled substance is prohibited in the grantee's workplace and specifying the actions that will be taken against RESPONSIBILITY MATTERS employees for violation of such prohibition; (DIRECT RECIPIENT) (b)Establishing an on-going drug-free awareness program to As required by Executive Order 12549, Debarment and inform employees about— Suspension,and implemented at 28 CFR Part 67,for prospec- (1)The dangers of drug abuse in the workplace; tive participants in primary covered transactions, as defined at 28 CFR Part 67, Section 67.510— (2)The grantee's policy of maintaining adrug-free workplace; A.The applicant certifies that it and its principals: (3)Any available drug counseling, rehabilitation,and employee assistance programs;and (a)Are not presently debarred, suspended, proposed for debar- (4)The penalties that may be imposed upon employees for ment,declared ineligible, sentenced to a denial of Federal drug abuse violations occurring in the workplace; benefits by a State or Federal court,or voluntarily excluded from covered transactions by any Federal department (c) Making it a requirement that each employee to be engaged or agency; in the performance of the grant be given a copy of the state- (b) Have not within athree-year period preceding this applica- ment required by paragraph (a); tion been convicted of or had a civil judgment rendered against (d) Notifying the employee in the statement require b)t, 00 r,, o�n� them for commission of fraud or a criminal offense in connec- graph (a)that,as a condition of employment under h�fl,: VVI�J tion with obtaining,attempting to obtain,or performing a the employee will— ���uMM?�� I VL44. OJP FORM 4061/6(3-91)REPLACES OJP FORMS 4061/2,4061/3 AND 406114 WHICH ARE OBSOLETE. " `" (1)Abide by the terms of the statement;and Fort Worth Police Department (2) Notify the employer in writing of his or her conviction for a 350 W Belknap StrPAt, Fort Worth TX 76102 violation of a criminal drug statute occurring in the workplace no later than five calendar days after such conviction; Check ❑ if there are workplaces on file that are not indentified (e) Notifying the agency,in writing,within 10 calendar days here. after receiving notice under subparagraph (d)(2)from an Section 67,630 of the regulations provides that a grantee that employee or otherwise receiving actual notice of such convic-tion. is a State may elect to make one certification in each Federal Employers of convicted employees must provide notice, including fiscal year.A copy of which should be included with each ap- position title,to:Department of Justice, Office of plication for Department of Justice funding.States and State Justice Programs,ATTN:Control Desk,633 Indiana Avenue, agencies may elect to use OJP Form 4061/7. N.W.,Washington, D.C.20531.Notice shall include the iden- tification number(s)of each affected grant; Check ❑ if the State has elected to complete OJP Form (f)Taking one of the following actions,within 30 calendar 4061/7, days of receiving notice under subparagraph (d)(2),with respect to any employee who is so convicted— DRUG-FREE WORKPLACE (1)Taking appropriate personnel action against such an (GRANTEES WHO ARE INDIVIDUALS) employee, up to and including termination,consistent with the As required by the Drug-Free Workplace Act of 1988,and requirements of the Rehabilitation Act of 1973,as amended;or implemented at 28 CFR Part 67,Subpart F,for grantees,as (2) Requiring such employee to participate satisfactorily in a defined at 28 CFR Part 67;Sections 67.615 and 67.620— drug abuse assistance or rehabilitation program approved for A.As a condition of the grant, I certify that I will not engage such purposes by a Federal, State,or local health,law enforce- in the unlawful manufacture,distribution,dispensing,posses- ment,or other appropriate agency; sion,or use of a controlled substance in conducting any (g) Making a good faith effort to continue to maintain a drug- activity with the grant;and free workplace through implementation of paragraphs(a),(b), B.If convicted of a criminal drug offense resulting from a (c), (d), (e), and (f). violation occurring during the conduct of any grant activity,I B.The grantee may insert in the space provided below the will report the conviction,in writing,within 10 calendar days site(s)for the performance of work done in connection with of the conviction,to:Department of Justice,Office of Justice the specific grant: Programs,ATTN:Control Desk,633 Indiana Avenue, N.W., Place of Performance(Street address,city,county, state,zip Washington, D.C.20531. code) As the duly authorized representative of the applicant, I hereby certify that the applicant will comply with the above certifications. 1.Grantee Name and Address: City of Fort Worth 1000 Throckmorton Street Fort Worth TX 76102 2.Application Number and/or Project Name 3.Grantee IRS/Vendor Number Project Safe Neighborhood 1-75-6000528-6 4.Typed Name and Title of Authorized Representative Joe Paniagua,Assistant City Manager 5.Signature 6. Date jo—a �i( r V� 'U.S.Government Printing Office:1996- 405-037/40014 PROJECT SAFE NEIGHBORHOODS 2003 GRANT APPLICATION for DFW FAST-Fort Worth NAME AND ADDRESS OF ORGANIZATION FT.WORTH POLICE DEPARTMENT Cristi Lemon,Planner 350 W. Belknap Street Fort Worth, TX 76102 Phone: 817-392-4243,Fax: 817-392-4246 Cristi.Lemongfortworth og_v.org MISSION STATEMENT OF ORGANIZATION The Apprehension of Violent Fugitive Felons in the DFW Regional area. Submission of firearms to ATF under Project Safe Neighborhood initiatives. AMOUNT OF GRANT REQUEST The request will be for overtime for one Police Officer not to exceed $3,500.00 LENGTH OF PROJECT This project will end by September 30, 2005. GEOGRAPHICAL AREA FOR WHICH FUNDING WILL BE UTILIZED The Dallas/Fort Worth regional area will be the target area of enforcement. PROGRAM DESCRIPTION The PSN Task Force will focus on guns, gangs and violent crimes as they relate to the safety and welfare of the community. The PSN Task Force mission will be the reduction of gun crimes, gang activity and violence. BUDGET The money will be for one (1) additional Police Officer(Thomas M. McLaughlin) assigned to DFW FAST with an hourly rate $29.21. The overtime rate for that pay grade is up to $43.82 an hour. • A. PERSONNEL One additional Police Officer(Thomas M. McLaughlin) assigned to DFW FAST with a maximum overtime of$3,500.00 with no daily or weekly limitations. DFW FAST Supervisor will verify overtime claims and submit reimbursement requests on behalf of the Fort Worth Police Department. • B. FRINGE BENEFITS ' ♦.Y 0 Not requested from grant. • C. TRAVEL Not requested from grant. • D. EQUIPMANT Not requested from grant. • E. SUPPLIES Not requested from grant. • F. CONSTRUCTION Not requested from grant. • G. CONSULTANTS/CONTRACTS Not requested from grant. • H. OTHER COSTS None anticipated. BUDGET NARRATIVE A. Personnel overtime ($3,500.00) This request will cover the cost of overtime for one (1) additional Police Officer assigned full time to the DFW FAST Task Force. The DFW FAST Task Force will focus on a three-prong approach to combat gun, gang and violent crimes by arresting known high profile offenders with active felony warrants. • BUDGET SUMMARY A. Personnel $3,500.00 B. Fringe $0 C. Travel $0 D. Equipment $0 E. Supplies $0 F. Construction $0 G. Consultants $0 H. Other $0 I. Indirect $0 Total $3,500.00 OUTCOME MEASUREMENT The number of high profile felony arrests made related to guns, gangs and violent crime. SUSTAINABILITY The United States Marshall's Service and the State, County and local jurisdictions are committed to supplying personnel. DECLARATION ENTITY IS A NON-PROFIT OR SUBMITTING GRANT IN THE CAPACITY OF A STATE OR LOCAL GOVERNMENT AGENCY. The City of Fort Worth is a local government agency. fi— xf'il df], ny5I}� •r.:nn U q 1 0o L:`vG:U�e I'IE I L Up. A*Wkk .s. City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 8/4/2005 - Ordinance No. 16536-08-2005 DATE: Thursday, August 04, 2005 LOG NAME: 35PSN03 REFERENCE NO.: **C-20884 SUBJECT: Authorize Execution of Contracts with Baylor Health Care System Foundation for Project Safe Neighborhood Activities and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council: 1. Approve a contract with Baylor Health Care System Foundation, the fiscal agent for Dallas/Fort Worth Metroplex Project Safe Neighborhood initiatives, for the purpose of reimbursement of overtime expenses for an officer assigned to the DFW Fugitive Apprehension Strike Team (FAST); 2. Approve a contract with Baylor Health Care System Foundation, the fiscal agent for Dallas/Fort Worth Metroplex Safe Neighborhood initiatives, for reimbursement for equipment purchased for the East Division Crime Response Team and NPD 6 officers; and 3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Grants Fund by $26,636. DISCUSSION: Project Safe Neighborhoods (PSN) is a federal program that is coordinated through the United States Attorney's Office and provides funds for various collaborative initiatives at the local level. The Fort Worth Police Department has been invited to participate in two additional PSN projects. Upon approval of this M&C, staff will execute appropriate contracts. DFW FAST In collaboration with the U.S. Marshal Service, the Dallas/Fort Worth Fugitive Apprehension Strike Team (D/FW FAST) has been formalized as a task force with participating agencies across the metroplex. D/FW FAST's main objective is to investigate local, state and federal fugitive cases in the metropolitan area consisting of Dallas, Tarrant, and surrounding counties. The agreement will commit one full-time officer to the task force with reimbursement of all eligible overtime expenses not expected to exceed $3,500. The officer will be taken from existing resources, since it is expected that participation in the task force will enhance department efficiency, by avoiding duplicate investigations across agencies. Equipment for East Division Equipment will be purchased for the East Division Crime Response Team (CRT) and for officers assigned to NPD 6, which includes Fort Worth's Weed and Seed target area. Officers assigned to the (CRT) unit serve warrants for drugs, weapons and fugitives and are in need of equipment to replace older and outdated equipment. Both projects involve Baylor Health Care System Foundation, acting as the fiscal agent for the Project Safe Neighborhoods program in this area. The Baylor Health Care System Foundation will reimburse the City for Logname: 35PSN03 Page 1 of 2 i•► .R*. expenditures that meet the guidelines of each project. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval of the above recommendations, execution of the contracts, and adoption of the attached appropriation ordinance, funds will be available in the current operating budget, as appropriated, of the Grants Fund. TO Fund/Account/Centers FROM Fund/Account/Centers GR76 451653 035451043000 $26.636.00 GR76 5(VARIOUS) 035451043010 $3,500.00 GR76 5(VARIOUS) 035451043020 $23,136.00 Submitted for City Manager's Office by: Joe Paniagua (6140) Originating Department Head: Ralph Mendoza (4210) Additional Information Contact: Cristi Lemon (4243) Logname: 35PSN03 Page 2 of 2