HomeMy WebLinkAboutIowa Department of Public Safety-9/20/2010GOVERNOR'S TRAFFIC SAFETY BUREAU
IOWA DEPARTMENT OF PUBLIC SAFETY
CONTRACT NUMBER: Alcohol Incentive Grant, PAP 11-410, Task 82
ISSUING AGENCY: DPS/Governor's Traffic Safety Bureau
PROJECT CONTRACTOR: Waterloo Police Department
FISCAL SUMMARY: Highway Safety Contractor Total Funds
Cash Amount $31,950.00 $ -0- $31,950.00
AGENCY/LAW/ SOURCE: National Highway Traffic Safety Administration
(NHTSA), Public Law 109-59, Section 410
Submit Reimbursement Claims To: Issue Payment To:
Denny Becker, Program Administrator
Governor's Traffic Safety Bureau
215 East 7th Street, 3rd Floor
Des Moines, IA 50319-0248
Submit Reports To:
Denny Becker, Program Administrator
Governor's Traffic Safety Bureau
215 East 7th Street, 3rd Floor
Des Moines, IA 50319-0248
515-725-6128 FAX 515-725-6133
Waterloo Police Dept.
715 Mulberry Street
Waterloo, IA 50703
Transmit Contract Information To:
Captain John Beckman
Waterloo Police Department
715 Mulberry Street
Waterloo, IA 50703
319-291-4383, FAX 319-291-4332
The Contractor agrees to furnish and deliver all products and perform all services set forth in
the attached Special Conditions for the consideration stated herein. The rights and obligations
of the parties to this contract will be subject to and governed by the Special Conditions and the
General Conditions. To the extent that any specifications or other conditions which are made a
part of this contract by reference or otherwise conflict, the Special Conditions and the General
Conditions will control. To the extent that any inconsistency between the Special Conditions
and the General Conditions exists, the Special Conditions will control. When approved, the
instrument becomes a contract to accomplish the provisions contained within the Fiscal Year
2011 Highway Safety Plan, Alcohol Incentive Grant 11-410, Task 82, and thereby constitutes
an official program with the Governor's Traffic Safety Bureau. This activity meets the
requirements of Public Law 109-59 and the requirements set forth in the Governor's Traffic
Safety Bureau Procedures Manual, as amended.
IN WITNESS THEREOF, the parties hereto have executed this contract on the day and year
last specified below.
CONTRACTO
By Date: V ` 00 I
ISSUING AGENCY:
By
Larry D. Sauer, Bureau Chief
Effective Date:
10/01/10
Date: q s ��� 1 6
Expiration Date: 09/30/11
SPECIAL CONDITIONS
Article 1.0 Identification of Parties. This Contract is entered into by and between the Iowa
Department of Public Safety/Governor's Traffic Safety Bureau (hereafter referred to as DPS/
GTSB) and the Waterloo Police Department (hereinafter referred to as Contractor).
Article 2.0. Statement of Purpose.
WHEREAS, the Highway Safety Plan is the tool for developing and improving overall
safety capabilities; improving the program management and decision-making capabilities of
safety officials; addressing special problems or opportunities; and providing a coordination
mechanism for the purpose of reducing traffic -related property damage, personal injury and
fatal crashes, and
WHEREAS, the DPS/GTSB has been designated to administer the State and
Community Highway Safety Programs established under Section 410 of the Highway Safety Act
of 1966, as amended, and
WHEREAS, the Contractor has the necessary ability to develop and carry out a portion
of that Highway Safety Plan,
THEREFORE, the parties hereto do agree as follows:
Article 3.0 Area Covered. The Contractor will perform all the work and services required
under this Contract in connection with and respecting the following areas:
City of Waterloo, Iowa
Article 4.0 Reports and Products. The Contractor will submit the following reports and
products:
4.1 A Claim for Reimbursement (HSP -2) form, documentation and, if applicable, an
Equipment Accountability Report (HSP -3) form for reimbursement within 60 days
of the expense being paid by the Contractor.
4.2 A cumulative final report due November 1, 2011 covering accomplishments of
Statement of Work and Services.
4.3 Any reports and products deemed prudent by the Issuing Agency or Contractor.
4.4 A copy of all audit reports within 30 days of completion of said audit.
4.5 Monthly activity reports due the 15th of the following month on forms provided by
the DPS/GTSB that quantify project activities as well as total departmental effort.
Article 5.0 Designation of Officials.
5.1 DPS/GTSB - The Governor's Representative for Highway Safety and the
Director of the Governor's Traffic Safety Bureau are the only persons authorized
to execute and approve any changes in terms, conditions, or amounts specified
in this Contract.
5.2 Contractor Designee, Chief Daniel Trelka, is designated to approve in writing, on
behalf of the Contractor, the HSP -2 Claim for Reimbursement and any
negotiated changes in this Contract.
Article 6.0 Key Personnel. The Contractor hereby assigns the duties and responsibilities of
project administration to Captain John Beckman, representing the Contractor in this agreement.
Article 7.0 Time of Performance. The services of the Contractor will commence on or after
the effective date stipulated on the signature page and will be completed before or by the
expiration date.
Article 8.0 Modification of General Conditions. None.
Article 9.0 Additional Special Conditions.
9.1 Expense Documentation. The Contractor will document the expenditure of such
funds authorized as eligible for reimbursement in accordance with the conditions
of this Contract upon submission of the HSP -2 and, for equipment, the HSP -3 as
supplied by the DPS/GTSB.
9.2 Policies and Procedures. The Contractor will comply with all policies and
procedures contained in the Iowa DPS/GTSB Policies and Procedures Manual,
as amended, including appropriate attachments provided by the DPS/GTSB in
accordance with Section 410 of the Highway Safety Act of 1966, and the Iowa
Administrative Code, Section 661, Chapter 20.
9.3 Copyrights. The Federal awarding agency reserves a royalty -free, nonexclusive
and irrevocable license to reproduce, publish or otherwise use, and to authorize
others to use, for Federal Government purposes:
a. The copyright in any work developed under a grant, sub -grant, or
contract under a grant or sub -grant; and
b. Any rights of copyright to which a grantee, sub grantee or a contractor
purchases ownership with grant support.
9.4 Debarred, Suspended and Ineligible Status. The Contractor certifies that the
Contractor and/or any of its subcontractors have not been debarred, suspended
or declared ineligible by any agency of the State of Iowa or as defined in the
Federal Acquisition Regulation (FAR) 48 C.F.R. Ch.1 Subpart 9.4. The
Contractor will immediately notify DPS/GTSB if the Contractor is debarred by the
State or placed on the Consolidated List of Debarred, Suspended and Ineligible
Contractors by a federal entity.
Article 10.0 Conditions of Payment.
10.1 Maximum Payments. It is expressly understood and agreed the maximum
amount to be paid to the Contractor by the DPS/GTSB for any item of work or
service will be the amount specified under Article 12.0 subject to Article 11.0
herein. It is further understood and agreed the total of all payments to the
Contractor by the DPS/GTSB for all work and services required under this
Contract will not exceed $31,950.00 unless modified by written amendment of
this Contract as provided in Section 1.0 of the General Conditions.
10.2 HSP -2 Form for Payment. All payments to the Contractor will be subject to the
DPS/GTSB's receipt of an HSP -2 and documentation. If claiming equipment, an
HSP -3 must also be submitted. The Contractor must perform services and
receive merchandise between the effective dates of the contract and pay for
expenses prior to submitting the claim for reimbursement. An HSP -2 will be
submitted on a form provided by the DPS/GTSB. No payments will be made if
required reports are more than two months past due unless approved by the
DPS/GTSB Director.
10.3 Receipt of Federal Funds.
a. All payments hereunder will be subject to the receipt of federal funds by
the DPS/GTSB. The termination, reduction or delay of federal funds to
the DPS/GTSB may be reflected by a corresponding modification to the
conditions of this Contract.
b. Notwithstanding any other provisions of this Contract, if funds anticipated
for the continued fulfillment of this Contract are at any time not
forthcoming or insufficient, either through failure of the State of Iowa to
appropriate funds, discontinuance or material alteration of the program
for which funds were provided, the DPS/GTSB will have the right to
terminate this Contract without penalty by giving not less than thirty (30)
days written notice documenting the lack of funding, discontinuance or
program alteration. Unless otherwise agreed to by the parties, the
Contract will become null and void on the last day of the fiscal year for
which appropriations were received, except that if an appropriation to
cover cost of this Contract becomes available within sixty (60) days
subsequent to termination under this clause, the DPS/GTSB agrees to
re-enter a Contract with the terminated Contractor under the same
provisions, terms and conditions as the original Contract.
c. In the event of termination of this Contract due to non -appropriation, the
exclusive, sole and complete remedy of Contractor will be payment for
services rendered prior to termination.
10.4 Non -Performance Termination. If, through any cause, the Contractor shall fail to
fulfill in a timely and proper manner its obligation under this contract, or if the
Contractor shall violate any of the agreements or stipulations of this contract, the
DPS/GTSB shall thereupon have the right to terminate this contract and withhold
further payment of any kind by giving written notice to the Contractor of such
termination and specifying the effective date thereof, at least thirty (30) days
before such date. The DPS/GTSB shall be the sole arbitrator of whether the
Contractor or its subcontractor is performing its work in a proper manner with
reference to the quality of work performed by the Contractor or its subcontractor
under the provisions of this contract. The Contractor and the DPS/GTSB further
agree that this contract may be terminated by either party by giving written notice
of such termination and specifying the effective date thereof, at least thirty (30)
days before such date.
10.5 The Contractor will arrange for an audit to be performed in accordance with OMB
Circular A-133 when, as a non-federal entity, the Contractor receives
$500,000.00 or more in federal funds. The federal agency, National Highway
Traffic Safety Administration, Department of Transportation, passes funds
through the Department of Public Safety, Governor's Traffic Safety Bureau. The
Catalog of Federal Domestic Assistance (CFDA) number 20.601 applies to
Alcohol Traffic Safety and Drunk Driving Prevention Incentive Grants. A copy of
the audit report will be submitted to the DPS/GTSB within thirty (30) days after
the completion of the audit.
Article 11.0 Statement of Work and Services. The Contractor will perform in a satisfactory
and proper manner, as determined by the DPS/GTSB the following work and services:
11.1 The Contract will be monitored by the National Highway Traffic Safety
Administration (NHTSA) and the DPS/GTSB. All records and documents
pertaining to the project are subject to auditing and evaluation by those agencies
or their designees.
11.2 The Contractor will absorb all costs not contained in this contract.
11.3 The project will be evaluated on all items contained in the Statement of Work
and Services and the Budget.
11.4 There will be no change in the Statement of Work and Services or Budget
without prior written approval of the DPS/GTSB.
11.5 The Contractor will comply with all requirements contained within the Policies
and Procedures Manual of the DPS/GTSB.
11.6 All documents relative to fiscal claims will be maintained in the Contractor's office
and will be available for review during regular office hours.
11.7 Staffing plan:
a. Officers to conduct 550 hours of directed overtime enforcement.
11.8 Contract activities:
a. Conduct traffic enforcement directed at impaired driving and other traffic
violations during times and at locations identified by crash data as high-risk,
including at least two multi -agency events with one event held at night.
b. Conduct at least twelve public information/education activities.
c. Conduct and publicize results of two observational occupant protection
surveys during March and August.
d. Purchase and distribute impaired driving -related educational materials with
prior DPS/GTSB approval.
e. Purchase six DPS -approved preliminary breath testers (PBTs) and two DVR
camera recorders for in -car video cameras and two antennas and utilize for
impaired driving -related traffic enforcement.
f. Participate in traffic safety training with prior DPS/GTSB approval and submit
a trip report within two weeks following any out-of-state travel. All travel
reimbursement will be made at State of Iowa approved rates.
11.9 Key dates:
a. By November 15, 2010 and the 15th of each subsequent month through
October 15, 2011, submit a monthly report as specified in Article 4.5.
b. By September 30, 2011, receive educational materials as specified in Article
11.8(d).
c. By September 30, 2011, receive six PBTs and two DVR camera recorders
and two antennas as specified in Article 11.8(e).
d. By November 1, 2011, submit an annual report as specified in Article 4.2.
11.10 Objective/performance measures:
a. Enforcement conducted with at least 70 impaired driving, 260 occupant
protection and 320 speed and other moving violation contacts reported.
b. Twelve public information activities conducted and reported.
c. Two occupant protection surveys completed and results publicized.
d. Educational materials approved, purchased and distributed.
e. Six PBTs, two DVR camera recorders and two antennas purchased and
utilized.
f. At least one officer instructed at the DPS/GTSB approved training and a trip
report submitted if travel out-of-state.
Article 12.0 Project Budget.
Highway
Safety
Funds
Contractor
Personal Services
Directed overtime enforcement $22,050.00 $ 0.00
Training -related travel $ 1,500.00 $ 0.00
Commodities
Educational materials $ 500.00 $ 0.00
Equipment
Six PBTs, two DVR camera recorders $ 7,900.00 $ 0.00
and two antennas
TOTAL $31,950.00 $ 0.00
Soft match provided by Contractor: $66,300.00