HomeMy WebLinkAboutContract 41205 STATE OF TEXAS CITY SECRETARY
COUNTY OF TARRANT CONTRACT NO. 14-1 a0s
City of Fort Worth
Fort Worth Police Department
350 West Belknap Street
Fort Worth, Texas 76102
And
North Central Texas Council of Governments
CONTRACT#2010- GP-BX-0017
I. Parties. North Central Texas Council of Governments (NCTCOG), hereinafter referred to as
the "Contractor" and City of Fort Worth, Fort Worth Police Department, hereinafter referred to as the
"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. The U.S. Department of Justice; Office of Justice Programs (OJP);
Bureau of Justice Assistance; hereinafter referred to as BJA, has authorized the North Central Texas
Council of Governments as Fiscal Agent to enter into this contract with the Subcontractor for the
purpose of providing overtime salary and program supplies for the Fort Worth Police Department,
Gang Unit.
III. Governing Law. This contract shall be governed by and construed in accordance with the
laws of the State of Texas.
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 which
are the documents listed in Section XI 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 only be amended in writing and by mutual agreement of all parties.
V. Financial Limitations and Considerations.
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 North Central Texas Council of Governments shall pay the
Subcontractor up to a maximum of $50.000 from available funds for services reildered in accor ance
with the terms of this contract upon receipt of a proper and verified billing state (` YAL RECORD
I of 7 1�,rth( oaraI Ic� a,s r .,nri,r l„l r-irrrrmrrits surd the r'rn ,�)h��r t If orrh l nrt II ,rib l'�dh,r l pgjTrl1 S�Pgll 7T T Y
FT. WORTH, TX�
accompanying documentation. Amount of payment shall reflect deductions of any known previous
overpayment made by the Contractor. 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 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 agrees to this basis for payment and to
adhere to the fiscal and billing policies and procedures of the Contractor and BJA. The North Central
Texas Council of Governments 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 North Central
Texas Council of Governments 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 prior PSN Steering Selection Committee and Contractor approval, transfers
between line items of a budget will be allowed if presented in writing to the PSN Steering
Selection Committee and Contractor; the transfers cannot result in a cumulative increase
or decrease of five thousand dollars ($5000) 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 Fiscal Agent to BJA within sixty (60)
calendar days.
2. Prior written approval must be secured:
a) When transfers between items involve more 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 BJA.
c) NCTCOG will limit the number of transfers under D. 2. to two transfers per budget
period.
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
OI 7 %orth( vitraI/erac( mnctl )/(;nrernment.c rind the( at n)kart!t firth, kew If firth Pohee I)e aertinew 10 0/ 20/0
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. All property
purchased under this contract is to be utilized solely for project stipulated in this contract.
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. The
Subcontractor must be able to demonstrate on-site compliance 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-2's to common law employees. 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. The Subcontractor shall indemnify and pay to BJA all costs, penalties, or
losses whatsoever occasioned by the Subcontractor's omission or breach of this section.
J. Indemnification. The Subcontractor shall indemnify and save harmless the Contractor, its
officers, agents, representatives, and employees from and against any and all claims or losses for
physical damage to property or injury to persons resulting from negligence or misconduct on the part
of the Subcontractor, its agents, employees, or representatives. In the event of loss, damage, or
destruction of any property due to the negligence or misconduct of the Subcontractor, the
Subcontractor shall indemnify and pay full cost of repair, reconstruction, or replacement, at the
discretion of the Contractor. Such cost shall be due and payable by the Subcontractor within ten (10)
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 Subcontractor harmless nor agree to indemnify the Subcontractor and any provisions to the
contrary are void.
K. Force Majeure. The Subcontractor 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 Subcontractor
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 Subcontractor 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 equity or under Texas law.
3 of 7 forth('entrul Ier,is('oun,d o/(;omernments and the(7n o/I-ort ItOrth. I-ort Worth Police I)tporrnnent l U 0 l 20 10
L. Accounting. The Subcontractor shall adhere to OJP's Financial Management Guidelines and
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. (for additional information see
http://www.oip.usdoi.gov/financiaiguide/ .)
M. 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 (7) years after the
termination of the contract period, or for five (7) 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 (7) 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. 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 Subcontractor. 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 Subcontractor shall cooperate fully in any social studies or 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 and BJA; 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 Subcontractor 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 subject of application review, as well as pre-award review, post-award
monitoring, and audit. If there is a potential presence of supplanting, the applicant or grantee 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 subcontractor to reimburse all funds in question to BJA.
VI. Reporting and Copying Requirements.
A. The Subcontractor shall submit monthly financial, data and progress reports due by the 10th day
of the following month. Failure to submit monthly and semi annual financial, data and progress
reports by the 10th of each month will be reported to the PSN Selection Committee for lack of
compliance. The need for subsequent action will be decided by the PSN Selection Committee and
NCTCOG.
In addition, the Subcontractor shall submit program updates and other reports requested by the U.S.
Attorney's office, 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 Contractor, BJA, the U.S.
Department of Justice, or their authorized representatives.
4 of 7 %,,rth i'wrlral Icias( ouncd /_ ;cmennnenrs md(he('it, 4 horr!forth 1rr If )rrh Police/)qu tment 10 W 2010
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. Notify the Contractor and BJA immediately and in advance of any significant change affecting the
Subcontractor, including change of Subcontractor'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 Contractor designated official
and BJA signatories. Request for approval must be submitted in writing by (sub recipient) and
include the qualifications of the Subcontractor to perform and meet the standards of this contract.
D. Provide statements signed by an official duly authorized to legally obligate the Subcontractor 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. Subcontractor may be required to
submit ownership information and other information related to this contract as requested by BJA.
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 Subcontractor's fiscal year-end if required
by OJP Financial Guide or OMB circular A-133. If not required, submit the annual agency audit
performed per agency policy.
VIII. Service Provisions. The Subcontractor agrees to provide services as specified in their
original proposal submitted to NCTCOG and within funding limits set in the attached proposal. Any
subsequent changes in service delivery shall be addressed via update of the Detailed Service
Description, 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 both the PSN Selection Committee and 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. Budget. The Contractor agrees to reimburse the Subcontractor the reasonable, allowable
and allocable costs as specified in attached submitted proposal. The reimbursable amount, subject to
availability of funding, is not to exceed the contract amount of$50,000 for the period of October 1,
2010 through September 30, 2012. However award amount must be expended with in a 12 month
period. Receipts and other accurate source and expenditure documentation shall be kept readily
available to verify costs and copies provided to the Contractor and BJA as requested.
of 7 \,firth('CWraI liras( immiI,)/(;oIernments,ind the('iIt „l/ )rt IG„rth_ hnri 11„rth I'�,h<e I4,aartment l U o/ vlln
X. 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 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 Subcontractor to take specific corrective actions in order to remain in
compliance with any contractual term,
2. to recoup payments made to the Subcontractor 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 (30) 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 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. Contract Dispute Resolution. 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
Agreement.
1. Subcontractor's claims for breach of this contract that the parties cannot resolve in the
ordinary course of business shall be submitted to a negotiation process. To initiate the
process, the Subcontractor shall submit written notice to the North Central Texas Council of
Governments, Mike Eastland, Executive Director or his designee. A copy of the notice shall
also be given to all other representatives of the Contractor and BJA otherwise entitled to
6 of 7 %orrh('ewralI exar('oun,i/,1/6orernrnen(s and M ( in )/1—rtII*orrh /ortIIorrh Police I)epar(menr I/I//L?()///
notice under the parties' contract. This contested case process is the Subcontractor's sole
and exclusive process for seeking a remedy for any and all alleged breaches of contract by
the Contractor and/or BJA if the parties are unable to resolve their disputes.
2. Neither the occurrence of an event nor the pending of a claim constitute grounds for the
suspension of performance by the Subcontractor, in whole or in part.
XI. 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. Required Performance Measures for FY 2010 PSN
B. Certifications Regarding Lobbying; Debarment, Suspension and Other Responsibility Matters;
and Drug-free Workplace Requirements [see attached oJP FORM 4061/6(3-91)]
XII. Effective Dates of Contract. This contract shall be in force effective October 1, 2010 and
continuing through September 30, 2012.
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 Central Texas Council of Governments City of Fort Worth, Fort Worth Police
Department
Mike Eastland T as es Daniels
Executive Director (Title) Assistant City Manager
DATE: I I - " I _. DATE: 11-12-10
APPROVED AS TO FORM AND LEGALITY: 1U
J f rey T. Halstead
Chief of Police
; {TY ATTORNEY
DATE:
4,d-�'l1'l1Q�n�
Attested by: aOF°.00000
°
Marty Hendrix, C Secretary C ay�.7 V - - --
7 of 7 \r�rthr'��nrnd l uts( r,un,do/r;r�,�r���rrl�It7�dj nr�!{r 41V 1 /'ulrrr(,yO�FI1CIA�y1���/RD
°°°00pO0o°° a CITY SECRETARY
a�an�X �40� FT WORTH, TX
Page 1 of 1
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 11/9/2010 - Ord. No. 19421-11-2010
DATE: Tuesday, November 09, 2010 REFERENCE NO.: **C-24567
LOG NAME: 35FY201OPSNGRANT
SUBJECT:
Ratify the Application for and Authorize the Execution of an Agreement Regarding the Project Safe
Neighborhood Grant from the North Central Texas Council of Governments in the Amount of$50,000.00 in
Order to Participate in a Joint Effort to Reduce Violent Gun Crime and Gang Crime and Adopt
Appropriation Ordinance
RECOMMENDATION:
It is recommended that the City Council:
1. Ratify the application for a Project Safe Neighborhood Grant from the North Central Texas Council of
Governments in the amount of$50,000.00;
2. Authorize the City Manager to accept the grant, if awarded, by entering into a contract with the North
Central Texas Council of Governments for implementation of the grant funded project; and
3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Grants Fund by$50,000.00, upon receipt of the grant.
DISCUSSION:
Project Safe Neighborhood (PSN) is a nationwide network designed to create safer neighborhoods by
reducing gang and gun violence and sustaining that reduction. The Police Department will receive funding
for PSN enforcement efforts made by the Gang Section. The Gang Section will receive $50,000.00 in
grant funding for officer overtime to aid the goal of reducing violent gun and gang crime within the City's
Northside. Fringe benefits will not be reimbursed.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that upon approval of the above recommendations,
receipt of the grant, and adoption of the attached appropriation ordinance, funds will be available in the
current operating budget, as appropriated, of the Grants Fund. Funds will be reimbursed by grantor after
expenditures are made.
FUND CENTERS:
TO Fund/Account/Centers FROM Fund/Account/Centers
3) GR76 451409 035203503000 $50,000.00
3) GR76 5 (VARIOUS) 035203503010 $50.000.00
CERTIFICATIONS:
Submitted for City Manager's Office by: Charles W. Daniels (6199)
Originating Department Head: Jeffrey W. Halstead (4210)
Additional Information Contact: Monique Lee (4221)
ATTACHMENTS
1. 35FY201 OPSNGRAN AO.doc (Public)
httD:H antis.cfwnet.oriz/ecouncil/nrintmc.asn?id=14243&print=true&DocTvne=Print 12/2/2010