Loading...
HomeMy WebLinkAboutContract 36311 STATE OF TEXAS COUNTY OF DALLAS City of Fort Worth Mr.Joe Paniagua Assistant City Manager 1000 Tlirockmorton Street Fort Worth Texas 76102 And North Texas Crime Commission 1601 Elm Street, Suite 2350 Dallas, Texas 75201-4728 CONTRACT#t 2007-PG-BX-0061 I. Parties. North Texas Crime Commission (NTCC), hereinafter referred to as the Contractor, and the City of Fort Worth hereinafter referred to as the Sub recipient, do hereby make and enter into this contract, whieh, together with its incorporated documents, constitutes the entire agreement under the above referenced contract number between the Contractor and the Sub recipient. The Contractor and the Sub recipient make this contract for the following mutual considerations. II. Antbority to Contract. U.S. Department of Justice, Offiee of Justice Programs, (OJP) Bureau of Justice Assistance, hereinafter referred to as BJA has authorized the Contractor, as Fiscal Agent, to enter into this contract with the Sub recipient for the purpose of providing services as detailed in the attached "Budget Detailed Worksheet" which is incorporated in its entirety. III. Governing Law. This contract shall be governed by and construed in accordance with the laws of the State of Texas. Grant funding will be used to support the designated target area. Budgeted overtime funds will he used to gather- gang intelligence and to conduct gang enforcement. Grant funds of $36,000 are budgeted for overtime hours for officers to continue suppression efforts with the DFW FAST. IV. Contract Elements. This contract between the parties and any successor or permitted assignee consists of the signed written contract and all instruments incorporated by reference Ahich are the documents fisted in Section XJ of this contract. The contract includes a description of services, the location of service delivery, other service delivery details, budget and billing procedures. This contract may be amended only in writing and by mutual agreement. V. Financial Limitations and Considerations. OD FY 4M07 4nn-Gang Grant 7007-PG-3A-0061 OR c CIRM Ma A. Funds Availability. This contract is at all times contingent upon the availability and receipt of federal funds the Department of Justice has allocated to this contract; and if funds for this contract become unavailable during any budget period, this contract may be immediately reviewed, terminated or reduced at the discretion of the Contractor. B. Amount of Payment. The Contractor shall pay the Sub recipient up to a maximum of $35,000 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. The Sulu recipient s(i4 Submit all request Cor reimbursements and supporting documentation in the Uni,ed Sta,.es Marshall Service who %kill then forward the information to the Contractor for payment. Amount of payment shall reflect deductions of any known previous overpayment made by the Contractor. If program income accrues, the Sub recipient shall return to the Contractor any income that exceeds actual costs incurred for services rendered under contract. In no event shall payments exceed the Sub recipient's actual reasonable, necessary and allowable cnsts 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 Sub recipient agrees to this basis for payment and to adhere to the 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 Sub recipient's allowable and actual incurred costs consistent with federal and state regulations. The Sub recipient 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 Stab recipient. D. The Sub recipient understands and agrees that: 1, Subject to prior Contractor approval, transfers between line items of a budget will be allowed if presented in writing to the Contractor, and the transfers cannot 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 OJP's Financial Management Guide, which do not result in a significant change in the character or scope of the program. Any transfers will be described and reported by the Contractor to BJA within sixty (50) calendar days. 2. Prior written approval must be secured: FY 007 diiii-Gim?Gnwv 2(107-PG-BA'-096) a) When transfers between items involve mare than the amount designated in Section V.D.I. above. Lack of prior approval in these instances will be grounds for nonpayment of the item or items involved. b) When transfers, regardless of the amount, would 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 B]A. E. Actual Casts. The reimbursement made to the Sub recipient shall not exceed the Sub recipient's actual costs to provide the services under this contract and the Sub recipient'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 1-110, F. Physical Property. The Sub recipient shall assume responsibility for the protection of all physical property and equipment purchased under this contract and to take appropriate measures to nneet this obligation. The Sub recipient shall furnish the Contractor with a written, factual report of the theft of, or damage to, any equipment purchased sander this contract, including circumstances concerning the loss. In addition, in the event of any theft, vandalism, or other offense against the properties, the Sub recipient shall notify appropriate local law enforcement authorities. All property purchased under this contract are to be utilized solely for the project stipulated in this contract. G. Equipment. The Sub recipient shall follow the provisions of the OMB Circular A-110 regarding any equipment purchased undcr this contract with funds allocated to the Sub recipient. The Sub recipient shall not give any security interest, lien, or otherwise encumber any item of equipment purchased with contract funds. The Sub recipient shall permanently identify all equipment purchased under this contract by appropriate tags or labels axed to the equipment and to maintain a current inventory of equipment, which is available to the Contractor and B 7A at all times upon request. H. Lobbying Limitations. The Sub recipient 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 fur State, local or federal excise taxes. The Sub recipient must be able to demonstrate on-site compliancc with the Federal Tax Reform Act of 1986, Section 1706, amending Section 530 of the Revenue Act of 1978, dealing with issuance of Form W-Ts to common law employees. The Sub recipient must comply with all Federal and State tax yaws and withholding requirements. The Contractor will not be liable to the Sub recipient or its employees for any Unemployment or Workers' Compensation coverage, or Federal or State withholding requirements. The Sub recipient shall pay to B]A all costs, penalties, or losses whatsoever occasioned by the Sub recipient's omission or breach of this section. F' 2007 kilr-G❑ng Grans 2007•PG-BX-0061 3 J. Event of Loss. In the event of loss, damage, or destruction of any property due to the negligence or misconduct of the Sub recipient, the Sub recipient shall pay full cost of repair, reconstruction, or replacement, at the discretion of the Contractor. Such eost shall be due and payable by the Sub recipient within ten (1 Q) calendar days after the date of receipt of written notice from the Contractor of the amount due. The Contractor, and their respective employees, officers, agents, and representatives can neither agree to hold the Sub recipient harmless nor agree to indemnify the Sub recipient and any provisions to the contrary are void. K. Force Majeare. The Sub recipient shall be financially liable for undue delays or failures to perform except for any delay in or failure of performance of any requirement caused by force majeure (i.e. those causes generally recognized under Texas law as constituting impossible conditions). Such delays or failures to perform shall extend the period of performance at the discretion of Contractor in the exercise of reasonable diligence until these exigencies have been removed. The Sub recipient shall inform the Contractor in writing of proof of such force majeure within three (3) business days or otherwise waive this right as a defense. The Sub recipient agrees that breach of this provision entitles the Contractor to reduce or stop payments, immediately terminate this contract, collect partial or whole payment for services not timely delivered, other liquidated damages including amounts of any bond for contract amount, and any other remedies available to Contractor under the terms of the contract, in ea_uity or under Texas law. L. Accounting. The Sub recipient shall adhere to OJF's Financial Management Guidelines and Generally Accepted Accounting Principles (GAAP) promulgated by the American Institute of Certified Accountants and follow Contractor policies and prmedures in submitting timely billing and maintaining financial records required to be kept under this contract. (See htt :ilw^ww.o' .usdo . ov!FinGui eelweleome.html for additional information.) M. Record Keeping. The Sub recipient 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 (S) 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 Sub recipient will keep the records and documents for not less than five years and until all litigation, claims, or audit findings are resolved. The case is considered resolved when a final order is issued in litigation, or a written agreement is entered into between the Contractor, BJA, and the Sub recipient. Contract period means the beginning date through the ending date specified in the original contract;extensions are considered to be separate contract periods. N. Reviews. The Sub recipient shall cooperate fuIIy in any social studies or fiscal and programmatic monitoring, auditing, evaluating, or other reviews pertaining to F:'2007 rinif-Gang Grant 2007-PG-BX-0061 4 sen•ices rendered by the Sub recipient which may be conducted by the Contractor, BJA, or their authorized representatives. Sub recipient shall be responsible for any audit exception or other payrnent irregularity regarding this contract, which may be found after review by the Contractor and B.TA; and to be responsible for the timely and proper reimbursement to the Contractor and/or BJA of any amount paid in excess of the proper billing amount. o. Supplanting. The Sub recipient shall comply with OJP's Financial Management Guide definition of Supplanting."Federal funds must be used to supplement existing funds for program activities and must not replace those funds that have been appropriated for the same purpose. Supplanting will be the subiect of application review, as well as pre-award review, post-award monitoring, and audit. If there is a potential presence of supplanting, the sub recipient will be required to supply documentation demonstrating that the reduction in non-Federal resources occurred for reasons other than the receipt or expected receipt of Federal funds. For certain programs, a written certification may be requested by the awarding agency or recipient agency stating that Federal funds will not be used to supplant State or local funds." Should supplanting be detected it is the sole responsibility of the sub recipient to reimburse all funds in question to BJA. 41. Reporting and Copying Requirements. The Sub recipient shall submit to the United States Marshall Service monthly activity reports regardless of level of activity. In addition, the Sub recipient shall submit program updates and other reports requested by the Contractor and BJA in appropriate format and on a timely basis, and shall 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 Contractor, BJA, the U.S. Department of Justice, or their authorized representatives. 411. Additional Responsibilities of Sub recipient. The Sub recipient 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 serviees provided and related doeumentation. B. Notify the Contractor and BJA immediately and in advance of any significant change affecting the Sub recipient, including change of Sub recipient's name or identity, ownership or control, governing board membership, personnel, payee identification number, physical address & telephone number and other. C. Refrain from transferring or assigning this contract or from entering into any subcontract for the services under this contract without prior written approval from both the designated official Contractor and BJA signatories. Request for approval must be FY 2007 Ann-Gang Gra«r 2007-PG-8X-0061 submitted in writing by (sub recipient) and include the qualifications of the assignee to perform and meet the standards of this contract. D. Provide statements signed by an official duly authorized to legally obligate the Sub recipient and attest to the fact that it shall provide the services as represented in this contract, including the incorporated documents, with no disruption to service delivery. Sub recipient may be required to submit ownership information and other information related to this contract as requested by B]A. E. Comply with all applicable federal and state regulations and with Contractor or BJA policies and procedures regarding services delivered under this contract. F. Establish a method to ensure the confidentiality of records and other information relating to clients according to applicable federal and state law, rules and regulations, G. Submit an annual financial and compliance audit of the Sub recipient's fiscal year-end. V1I1. Service Provisions. The Sub recipient agrees to provide services as specified in the Proposal submitted by Fort Worth Police Department and within funding limits set in the attached Budget and Budget Narrative. Any subsequent changes in service delivery shall be addressed via update of the proposal, and approved in writing by the Contractor. Changes to the type of service to be provided, or requiring development of a new subcontract, must be approved in advance by the Selection Committee and Contractor. Requested changes to the Budget and Budget Narrative (including all Line-item Transfers) must be submitted in writing and approval granted in writing before any changes in expenditures occur. IX Budget. The Contractor agrees to reimburse the Sub recipient the reasonable, allowable and allocable costs as specified in the attached Proposal. The reimbursable aiitount, subject to availability of fiinding, is not to exceed the contract amount of 536,000 for the period of October 1, 2007 through September 30, 2008. Receipts and other accurate source and expenditure documentation shall be kept readily available to verify costs and copies provided to the Contractor and B]A as requested. X. Provisions for Termination of Contract and Contract Dispute Resolution: A- If the Sub recipient fails to provide services according to the provisions of this contract, the Contractor may, upon written notice of default to the Sub recipient, 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. Fr?OD1,4nN-Gang Grant 2067-PG-sW-0061 6 B. The Contractor shall suspend or revoke this contract if the Sub recipient is found liable for or has a contract, license, certificate or permit of any kind revoked for Medicaid fraud. C. The Contractor, based on information from monitoring or other verifiable sources, may terminate this contract for cause or take other actions. 1. to include requiring the Sub recipient to take specific corrective actions in order to remain in compliance with any contractual tenn, 2, to recoup payments made to the Sub recipient or impose administrative error sanctions based on audit findings of violations of contract requirements, and 3. to suspend, place into abeyance or remove any contractual rights to include, but which are not limited to, withholding of payment, cessation of placement and removal of all contract rights. 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. 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 {3D) days notice to the other party. 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 X. A. and B. above. This contract shall otherwise terminate by the date specified pursuant to Section XII below. F. At the end of the contract term or other contract tenmination or cancellation, the Sub recipient shall in good faith and in reasonable cooperation with the Contractor and B]A, aid in transition to any new arrangement or provider of services. The respective aecrued interests or obligations incurred to date of termination must also be equitably settled. G. Contract Dispute Resolution. Sub recipient 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. This Contract shall be construed in accordance with the internal law of the State of Texas. Should any action, whether real or asserted, at law or in equity, arise out of the execution, performance, attempted performance or nonperformance of this Agreement, venue for action shall lie in Tarrant County, Texas. XI. Incorporation by Reference, The following documents are incorporated into the contract for all purposes and are on file with the Sub recipient and Contractor: FY;0P 7 km-Gong Gran 12007•PG-&X-.4061 7 A. Detailed Service Description per submitted Proposal B. Budget and Budget Narrative for the duration of the subcontract C. Certifications Regarding Lobbying; Debarment, Suspension and Other Responsibility Matters; and Drug-free Workplace Requirements {See Attached BJA FORM 406116 (3-91)) XII. Effective Dates of Contract. This contract shall be in force effective October 1, 2007-September 30, 2008 unless contract is terminated for cause. XIII. Execution of Contract. 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. North Texas Crime Commission City of Fort rth r Millie DeAnda .Toe P i President Assis nt tty Manager DA :�r�lnrQ� � DATE: Approved As To Form and Legality Karen Anderson-_ Assistant City Attorney Q 0r] Attest: Contrac Autnorizatio.l Date City Secretar, FY1007,4wi-Gang Grant 2007-NG-8X-U061 UMU' Ub MOB 8 Cif �� �` R. wwfl, M. Attachment A DFW FAST PSN PROPOSAL FORT WORTH POLICE DEPARTMENT GOALS The continued apprehension of violent fugitive felons including fugitives identified as gang members and or gang associates. Coordination with local police gang units and Fugitive units to ensure rapid apprehension of subjects and sharing of intelligence as needed. OBJECTIVES DFW FAST Task Force Officers from the Fort Worth Police Department will investigate and apprehend violent fugitives including gang members and gang associates. DFW FAST will coordinate with gang units, homicide divisions, detectives and fugitive units for the referral of fugitive cases. DFW FAST will notify local gang units of any arrest of referred cases so that intelligence, statements and debriefing may occur. DFW FAST will utilize US Marshals Service Task Force network to aggressively track and locate violent fugitives including gang members and gang associates that have fled the DFW area. IMPLEMENTATION PLAN DFW FAST currently has a system in place for case referrals and has established contacts within the Fort Worth Police Department for case referrals. Since DFW FAST is already established and operational, no actual implementation plan is needed. OUTCOMES &PERFORMANCE MEASURES DFW FAST will provide the following statistical data each month; Overall DFW FAST Monthly Report Total Arrests Seizures and Seizures to date Case Highlights Cases Referred and Closed by Agency Gang Member and Associate- Arrests Total Arrests Case Highlights Outstanding Gang Related Cases CASE ACTIVITY & STATUS DFW FAST utilizes t-wo main systems to track case activity and status, WIN is the US Marshals Service Warrant Information Netvti,ork. WIN is accessible to aII USNIS and Task Force Officers throughout the United States. Locally, DFW FAST also utilizes Microsoft Access Database program. This program allows DFW FAST to produce specialized reports and data at a moments notice. BUDGET See Attached Budget Template. BUDGET NARRATIVE The Budget Narrative should provide detailed information for each Iine item in each category. Attachment B OMB APPROVAL NO 1127.0189 EXPIRES 5.98(Rev 1197) Budget Detail Worksheet Purpose: The Budget Detail Worksheet tray be used as a guide to assist you in the preparation of the budget and budget narrative.You may submit the budget and budget nau-ratiVe using this form or I'll the format of your choice (plain sheets, your own form, or a variation of this form). However, all required information (including the budget narrative) must be provided.Any category of expense not applicable to your budget may be deleted. A. Personnel - List each position by title and name of employee, if available. Show the annual salary rate and the pereentage of time to be devoted To the project. Compensation paid for employees engaged in grant activities must be consistent with that paid for similar work within the applicant organization. Name/Position Computation Cost ❑FW FAST Task Force officers 1 YEAR OVERTIME $36,000.00 Position 2, 1 YEAR OVERTIME Postition 3 1 YEAR OVERTIME Postition 4 Postition 5 Postition 6 SUB-TOTAL $36,000.00 B. Fringe Benefits - Fringe benefits should be based on actual known costs or an established formula. Fringe benefits are for the personnel listed in budget category (A) and only for the percentage of time devoted to the project. Fringe benefits on overtime hours are limited to FICA, Workman's Compensation, and Unemployment Corrnpcnsatioll. Name/Position Computation Cost Fringe benefit 1,each benefit entry is limited to one line Fringe benefit 2 Fringe benefit 3 Fringe benefit 4 Fringe benefit 5 SUB-TOTAL$0.00 Total Personnel & Fringe Benefits $36,000.00 aJP FORM 715011 (5.95) C. Travel - Item.ze trave[ expenses of-projcct personne, by purpose (e.g., staff to training, fie[d interviews, advisory group meeting, ctc.). Show the basis of computation (e.g., six people to 3-day training at SX airfare, SX lodging, SX subsistence). frl training pro'iects, travel and rneals for trainees should be listed separately. Show the number of trainees and the unit costs involved. ldcntify the location of travel, if known. I..ndicatc source of Travel Policies app]icd,.ApplIcant or Federal Travel Regulations, Purposc of Travel Location Item Computation Cost Travel entry 1, Iwo lines aer �� entry I+ Travel entry 2 Travel entry S nff:::=1F -7 Travel entry 5 Travel entry 6 Travel enir�7 TOTA L D. Equipment- List non-expendable items that are to be purchased. Non-expc,idablc equipment is tangible -roperty having a useful life of more than two years and an acquisition cost of$5,000 or more per unit. (Note: Organization's owii capiT.alization policy may be used for itcirls costing less than b5,000). Expendable items should be included�Jthcr in the "supplies" category or in the "Other" category, Applicants should analyze the cost benefits of purchasing versus leasing equipment, cspc- cially high cost items and those suhjccr to rapid technical advances, Rented or leased equipment costs should bu listed ir, the "Contractual" �at�gory. Explain how the ecluipmcnt is necessary for the success of the project.Attach a narrative describing the procurement method to be used. Itern Computation Cost Equipmerw entry 1,one line per entry pgiupmenl enlry 2 equipment entry 3 equipment en try 4 epuipmenlen"5 TOTA L $0,00 E. Supplies - List items by type (o;tice supplies, postage, training materials, copying paper, and expendable equipnicnt items cosring less thar 55,000, such as books, hand held tape recorders) and show the basis for computation, (Note; Organization's own capitalization policy may be used For items costing less than 55,000). Generally, supplies include any>naterials that are expendable or consumed during the course of the project. Supply Items Computation _ Cost 5uppfy item 1,one line per entry �� E supply ilem 2 supply item 3 [ supply item 4 supply item 5 supply Itam 6 supply item 7 — supply item S supply item 9 TOTAL$0.00 FFConstruction - As a rule, construction costs are not allowable. In some eases, minor repairs or rcnovat.ions may be allowable. Chcck with the program office before budgeting funds in this category. Purpose Description of Work Cost F ur lines per entry,use boxes below or an additional age for more space if required TOTAL$0.00 G. Consultants/Contracts - Indicate whether applicant's formal, written Procurement Policy or the Federal Acgnisition Regulations are followed. Consultant Fees: For each consultant enter the name, 1f known, service to be provided, hourly or daily fee ($-hour day), and estimated time on the project. Consulranr fees in excess of$450 per day require additional justification and prior approval from OOP. Name of Consultant Service Provided Cornput€rtion Cost Supply item 1,an maximum of three Vines e line per entry i �5upply item 1,one line per entry supply item 1,one line per entry Supply item 1.one line per entry SuhrUrul$0.00 Consultant Expenses: List all expenses to be paid t'rom the grant to the individual consultants in addition to their fees (i.e., travel, meals, lodging, etc.) stein Locition Computation Cost Consultant expense entry 1,one line p maximum of t ree lines IL maximum of Three lines Consultant expense entry 1,one line p maximum of three lines Suhrotcrl$0.00 Cawract : Providc a descriprion of the product or service to be procured by contract and an estimate of the cost.Applicants are encouraged to promote free and open competirion in awarding contracts. A separate Justification must be provided for sale source eorin-acis in excess of$100,000. Item Cost (maximum of four lines.additional iniormalion should he atlaohed on a separate she ell s) maximum of four lines Srrblorcr!$0.00 TOTA1,$0.00 H. Other Costs - List )terns (e.g„ renr, reproduction, telephone,]anItorla1 0 wCurlty services, and invcstigativc or con ldcnlial funds) by major type and the basis of the computation. For example, provi.dc Lhe square footage and the cost per square foot for rent, or provide n monthly rental cost and how many rnonrlis to rcpt. Description Computation Cost four lines per entry,use boxes below or an additional page for more space if required F IOTA L$0.00 I. Indirect Costs - Indirect costs are allowed only if the applicant has a Federally approved indi reet cost.rate. A copy of the rate approval, (a hilly executed, negotiated agreement), must be attached. If the applicant does not have an approved rate, one can be requested by contacting the applicant's cognizant Fcdcral agency, which will review all documentation and approve a rate for the applicant orgnni7otion, or if the applicant's accounting system permits, costs may be allocated In the direct costs categories, Description Computation Cost ane line per entry � � $0.1}p one tine per en[ry TOTAL $0.00 Budget Summary- When yon have completed the budget worksheet, transfer the totals For each catcgo,y to the spaces Below. Compute the total direct costs and the total project costs. Indicate the amount of Federal -equested and the amount of n on-Fed craI funds that will support the prajcct. Budget Category Amount A. Personuel $36,000,00 B. Fringe Benciits 50.00 C. Travel $0.00 D. Equipment E. Supplies 0.00 $0.00 F. Construction G. ConsultantslContracts $0.00 $0.00 H. Other $36,000.00 Total Direct Casts $0.00 1. Indirect Casts - — TOTAL PROJECT COSTS $36.000.00 Federal Request Non-Federal Amount Attachment C City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 11f612D87 - Ordinance No. 17862-11-2007 DATE: Tuesday, November 06, 2007 LOG NAME: 35PSN/ANTI-GANG REFERENCE NO.: `*C-22507 SUBJECT: Authorize the Application and Acceptance of the Project Safe Neighborhood/Anti-Gang Initiative Funds from the North Texas Crime Commission for the Reduction of Violent Gang Crime and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council 1. Authorize the City Manager to apply for and accept, if awarded, the Project Safe Neighborhood/Anti- Gang initiative Funds from the North Texas Crime Commission in the amount of$215,000, 2 Authorize the City Manager to enter into contracts with the North Texas Crime Commission for implementation of each of the four grant funded projects; and 3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Grants Fund by $215,000 subject to receipt of the grant. DISCUSSION: Project Safe Neighborhood {PSN} is a nationwide network designed to create safer neighborhoods by reducing gun violence and gun crime, and sustaining that reduction. Anti-Gang initiative funds will enhance PSN task force efforts to combat gangs by building on the effective strategies and partnerships developed under PSN. The Police Department will receive funding for PSN enforcement efforts with the Gang Section, the Intel Section's Alcohol, Tobacco and Firearm (ATF) Taskforce, the Fugitive Unit's Dallas Fort Worth (DFV%f) Fugitive Apprehension Strike Team (Fast) Taskforce and Neighborhood Policing District (NPD) 2. The following is a breakdown of each grant project and the funding: t] Gang Section is receiving $95,000 in grant funding. Of that amount, officers' overtime will be reimbursed up to $87,000. The remaining $8,000 will be used to purchase two color video camera systems with monitor and digital recorder; 2) Intel Section's ATF Taskforce is receiving $42,000 in grant funding to be used for officers' overtime; 3) Fugitive Unit's DFW FAST Taskforce is receiving $36,000 in grant funding to be used for officers' overtime; and 4) NPD 2 is receiving $42,000 in grant funding. Of that amount, officers' overtime will be reimbursed up to $41,640. The remaining $400 will be used to purchase two digital cameras. Page 1 of 2 r FISCAL INFORI IATIONICERTIFICATION: The Finance Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current operating budget, as appropriated, of the Grants Fund. T Fund1A counUCenters FROM Fund/AscounUCenters, GR76 451974 035462229000 $215,000.00 GR76 5(VA IGUS) 035462229010 $95,000.00 GR76 514210 03546222.9020 342,000.00 GR76 514210- 035462229.030 $36.000.00 GR76 5(VARIOUS] 035462229040 $42,00000 Submitted for City Manager's Office y_: Joe Paniagua (6575) Ori ig'nating Department Head: Ralph Mendoza (4211) AdditionAl Information Contact: Sasha Kane (4243) Logname: 35PSN/ANTI-GANG Page 2 of'2 I + U.S.DEPARTMENT OF JUSTICE OFFICE OF JUSTICE PROGRAMS t ._iy art OFFICE OF THE COMPTROLLER CERTIFICATIONS REGARDING LOBBYING; DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY- MATTERS;AND ❑RUG-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 68, 'flow Restrictions on Lobbying' and 28 CFR Part 67, 'Government wide Debarment and Suspension (Nonpro-curement) and Government-wide Requirements for Drug.Fro a Workplace (Grants).'The certifications shalt 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 Title 31 of she U.S.Code,and public(Federal.Slate,or local)transaction or contract under a As required by Section 1152, for persons entering into a public transacllon;viofallon of Federal air Slate antitrust statutes implemented at 28 CFR Part Tit grant or cooperative agreement over 3100,000,as defined a[ or commission of embezzlement,theft,cards, 28 CFR Part 59,the applicant certifies that- statem nts.lice race vi destruction o[records,making false PP statements. or receiving stolen properly; (a)No Federal appropriated funds have been peid or will be paid,by or on behalf of the undersigned, to any person for In. civilly Are not presently indicted for or otherwise rat, i tatty or fluencing or attempting to influence an officer or employee of any civilly charged mi a governmental entity(Federal,State,d i agency.a Member of Congress.an officer or employee of local)with commission of any of the offenses enumerated in g c7'• 9 paragraph(1)(b)of this cerlifica[ion;and Congress,or an employee of a Member of Congress fn 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, lion had one or more public transactions(Federal,Stale,or renewal, emendment,or modification of any Federal.grant or local)terminated for cause or default;and cooperative agreement; B.Where the appticenl is unable to certify to any of the (h)II any funds other than Federal appropriated funds nave statements in this certification,he or she shall attach an been paid or will be paid to any person for influencing or a[- 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 B.DRUG-FREE WORKPLACE Federal grant or cooperative agreement,the undersigned shall {GRANTEES OTHER THAN INDIVIDUALS} complete and submit Standard Form-LLL,-Disclosure of I.abbying Activities;in accordance with ils instructions: As required by the Drug-Free Workplace Act of 1988,and (c]The undersigned smell require that the language of this cer- implemen led al 28 CFR Part 67, Subpart F.far grantees,as wication be included in the award documents for all subawards defined al 28 CFR Part 67 Sections 67.615 and 67.620— at all tiers(including subgranls,contracts under grants and A.The applrcani Certifies that it will or will continue to provide cooparative agreements,and subeontraC[s)and that all sub- a drug-rrea workplace by' recipients shall certify and disclose accordingly. (a] Publishing a statement notifying employees that the unlawful maatl,arture,drtrihraticn,dispensing, possession,or 2.DEBARMENT,SUSPENSION,AND d711ER use of a controlled sub slance is prohibited in the grantee's r workplace and specifying the actions that will be taken against RESPORSIBiLITY MATTERS employees for violation of such prohibition; (DIRECT RECIPIENT) (b) Establishing an on-going drug-free awareness program 10 As required by Executive Order 42549, Debarment and nform employees aboul- Suspension, and implemented at 28 CFR Part 67. for prospec- (1)The dangers of drug abuse in the workplace; live participants in primary covered transactions, as defined al (2)The grantee's policy of maintaining a drug-Free workplace: 2B CFR Part 97,Section 67.510- A.The a applicant certifies that i! and its principals-- (3)Any avatlahle drug Counseling. rehabilita tic n, and employee pP p p assistance programs;end (a)Are not presently debarred, suspenoed.,pro posed for deaar- (4)The penalties that may oe imposed upon employees for menl,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 dapartment (c) Making it a requirement that earn employee to be engaged or agency; in the performance of the grant be given a copy of the state- ment required by paragraph (a): (b) Have not within a three-year period preceding this appiica• tion been Convicted of or had a civil judgment rendered against (d]Notifying the employee in the statement required by para- them for commission of fraud or a criminal offense rn cannec- graph(a)that, as a condition of employment under the grant, [11111 +irrifi ;titl!,srllll Wj.A[;Vr1�LnJ to 06"alA., .i j!Ci•t;i',+,+Sy rl '.ham�rnt�!:`:Z� •••;�+.— OJP rroRu x06,+6 1]•91}REPLACES CJP FOAMS 4065,2.406+,7 ANO+fl6++J'H4+cw AA-_JBaOI-arc. t 1)Abidc by the terms of lt:e Statement:and 12) Notify the employer in wrjling of his or her conviction for a violation of a criminal drug statute occurring in tha workplace — — no later than Rva calendar days after such conviction, Check ❑ it there aid workplaces on fie that are not indentired te).Notifying the agency.in writing,wilhtn 10 calendar clays here. alter receiving notice under subparagraph(d)(2)frorr an Section 67,830 of the regulations provides [hat a grantee that employee or otherwise receiving actual notice of such convic-ilon. is a Slate may elect to make ono cartircation in each Federal Employers of convicted employees musr provide notj:e,incfucing f;cal year,A copy of which snoufd be incfudedwirh eech sq- OOSWOn title,to:Deparlrrrent of Juslice.Off]ce al plicstion far Department of Arsflce Cunding.States and Stalz Justice programs,ATTN:Control Cask,633 Indiana Avenue, agPncjes may elect (o use OJP Porm 405V7. N.W..Washington,Q.C.20531,Notice shall include t:-ia iden- Ocation number(s)'Of each attecled grans; Check Ll if the State has elected to complete C*P Fwn (f)Taking one of the fcllcr+hiny actions,within 90 calendar AD5 f 17. days of receiving notice under subparagraph(d;(2),aM respect to any employee who s so con,feted— oRUG-FREE 1NORHPLACE [1]Taking'apprvo(iate pgrsonnr:I action against such an (4RANTEeS WHO ARE INDIVIDUALS] employee, up loand irrClr.ding terminetivn,cons+slerrj with the As requlrey by the Dru$-Free Workplace Act cf 1988,and rKulre,merils of the RehabilitrOon Act 7f 1973,as amended;or rmplemenled at 28 CFA Part 87,Subpart F, for grantees, as [2l Requiring such employee'o parliciaale satislaclorily in a defined at 28 CFR Part 67;Sections 37,615 and 67.62p— drug abuse assi.larsce 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 unlavAul manufacture,distribution,dispensing, passes- men(,or other appropria[e agency: sion,cr use of a contraVed substance in conducting any (gi Macing a good faith effort 10 continue to maintain a ctug- acrivi(y with the grant:end free workplace through implarrmenta(ion of paragraphs(a),(b), (0,tdl,(el-and{l}. S.0 convicted of a criminal drug offense resulting from a violation o:cur,ing during the conduct Df eny grant azliv)ty,t 6,the grantee may insert in A space provided be:cvw the will resort the con vi C,UD't,in writing.within 10 calendar days -iae(s]for khe Performance of werk dor+e In cor nec5cn with of the conviction,to.Department of Justice-Office of Justice the specific grant Programs,ATTN:Control Desk.633 Indiana Avenue,N.W., Pace of performance f5l1eE1 adcress,(-ity, county, ctato, rip Wash:ngton,0.C,24531. code] As the duly au:horixed represenlalive of the applicant.I hereby cerli`y that the applicant will cc.-hpty with the above ccrtificatic6m. Grantee Name and Address: City of Fort Worth 1000Throckmorton Street Fort Worth, TX 76102- 7576000528 2.Application Number andlor Project Name 3.Grantee 1ASNendar Nimber a•Typed Name and Title of Authorized Representative 5.Signature '11.5 Go.emrnrni Pnn nnQ pfAce '�aG• •c sJl�r#?1�