Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout16288 ORD - 06/03/1981.11
AN ORDINANCE
AUTHORIZING THE CITY MANAGER TO EXECUTE A
CONTRACT WITH THE STATE DEPARTMENT OF HIGH-
WAYS AND PUBLIC TRANSPORTATION, OFFICE OF
TRAFFIC SAFETY, TO FUND A PROGRAM OF MEASURING
SKID -RESISTANCE COEFFICIENTS ON MAJOR CITY
STREETS; FURTHER AUTHORIZING THE CITY MANAGER
TO EXECUTE A CONTRACT BETWEEN THE CITY AND THE
LOCAL DISTRICT OF THE STATE DEPARTMENT OF HIGH-
WAYS AND PUBLIC TRANSPORTATION TO CARRY OUT THE
AFORESAID TRAFFIC SAFETY RELATED PROJECT, AS AS
MORE FULLY SET FORTH IN THE TWO SEPARATE PROGRAM
CONTRACTS, A COPY OF EACH BEING ATTACHED HERETO
AND MADE A PART HEREOF, MARKED EXHIBITS "A" AND
"B"; AND DECLARING AN EMERGENCY.
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS
CHRISTI, TEXAS:
SECTION 1. That the City Manager be and he is hereby
authorized to execute a contract with the State Department of Highways
and Public Transportation, Office of Traffic Safety, to fund a program
of measuring skid -resistance coefficients on major City streets, all as
_more fully set forth in the contract, a substantial copy of which is
attached hereto and made a part thereof, marked Exhibit "A".
SECTION 2. That the City Manager be and he is hereby authorized
to execute a contract between the City of Corpus Christi and the local
District of the State Department of Highways and Public Transportation
to carry out this traffic safety related project, as more fully set forth
in the contract,_a substantial copy of which is attached hereto, marked
Exhibit "B", and made a part hereof.
SECTION 3. The necessity to authorize execution of the
aforesaid contracts at the earliest practicable date in order that the
traffic safety projects may commence without delay creates a public
emergency and an imperative public necessity requiring the suspension
of the Charter rule that no ordinance or resolution shall be passed
finally on the date of its introduction but that such ordinance or
resolution shall be read at three several meetings of the City Council,
and the Mayor having declared such emergency and necessity to exist,
16288
MICROFILMED
!SEP 271,64
and having requested the suspension of the Charter rule and that
this ordinance take effect and be in full force and effect from and
after its passage, IT IS ACCORDINGLY SO ORDAINED, this the day
of June, 1981.
ATTEST:
Ci Secretary
APPROVED:
3 DAY OF JUNE, 1981
J. BRUCE AYCOCK, CITY ATTORNEY
•
- 2 -
MAYOR
THE CITY OF CORPUS CHRISTI, TEXAS
TEXAS'TRAFF'IC SAFETY PROGRAM CONTRACT, •
STATPDEPARTMENT OF HIGHWAYS AND PUBLIC TRANSPORTATION
TRAFFIC SAFETY SECTION
AUSTIN TEXAS 78701 1 �\ () 3
6
I 1
2
YAIIONAI 8 1 D '- L -J L -J L
lIANDARO
PROJECT
SKID
NAME
RESISTANCE
INVENTORY - CITY OF CORPUS CHRISTI, NUECES COUNTY
BRIEF JESCR•I'IION OF I'RU:CCI troll UI T All','.1 L 'UAll MINI , II :. Nr,
Test the coefficients of friction on selected city streets in Corpus Christi and
inventory the data for the various types of roadway surfaces in use.
COALS
To test the skid resistance
coefficients of 45.4 miles of city streets
MI 1111)11(N ION Ian ;N II OR DE IA I S TIF MAILMEN! OP WORK I
Administrative Assessment
COST CATEGORY
AMOUNT
FUTURE
FUNDING PERIOD
AMOUNT
•
PROPOSED PROJECT
PERSONAL SERVICES
PERSONAL
CONTRACT SERVICES
1,917.65
2,619.58
OCT:DEC..... ..
4
TEORIOR _;OIs l i
COMMODITIES
- - -
81.72
JAN: MAR.
APR, -JUN.
4, 000.00
OTHER DIRECTCOST
... -
INDIRECT COST
PROFIT ...
___ _
--
` -
<<;z:-, .,,,�;
:•^ _
JUL-SEP. - -
618.98
__
CONMCA CT ERIOD
To
TOTALI,618.95
TOTAL
4,618.95
.9..3.OR81
TYPE OF REIMBURSEMENT
SOURCES or FNNUS
AUOUNI
REIMBURSEMENT LIMITS
t MAXIMUM AMOUNT ELIGIBLE go.
LUMP SUM
4 4 oleo9 5
" I2.
❑COST
nTHE
I
COST PER UNIT OF WORK
PLUS FIXED FEE
SPECIFIC RATES
FEDERAL(402)
OTSP
4,618.95
REIMBURSEMENT
2. NO COST CATEGORY MAY BE EXCEEDED.
BY MORE THAN 6% OF THE CONTRACT
TOTAL BUDGET
3. ONLY THOSE COSTS INCURRED DURING
FOLLOWING PERIOD SHALL BE
ELIGIBLE FOR REIMBURSEMENT:
5-1-81 To 9-30-8I
���'---777
I XI
ACTUAL COST
LOCAL .• ..
4. THE CONTRACTOR MUST BEAR ALL
COSTS NOT ELIGIBLE FOR REIMBURSE -
1
FOR DETAILS, SEE STATEMENT OF WORK
TOTAL
4, 618.95
MENT
• THIS CONTRACT INCLUDES 5 ATTACHMENTS
• IN THE EVENT OF ANY INCONSISTENCY OR CONFLICT BETWEEN PROVISIONS AND/OR REQUIREMENTS OF THIS CONTRACT. THE INCONSISTENCY OR
CONFLICT SHALL BE RESOLVED BY ASSIGNING AN ORDER OF PRECEDENCE TO EACH. ACCORDING TO THE FORM OR ATTACHMENT IN WHICH IT
APPEARS. USING THE FOLLOWING ORDER:
1. CONTRACT (THIS FORM)
2. STATEMENT OF WORK (ATTACHMENT 1)
3. GENERAL PROVISIONS (ATTACHMENT 2) -
4. SPECIAL PROVISIONS (ATTACHMENT 3)
5. OTHER
• FEDERAL AND STATE REGULATIONS AND GUIDELINES SHALL BE THE BASIS FOR DETERMINING ELIGIBILITY OF COSTS
• THIS CONTRACT MAY BE AMENDED ONLY BY WRITTEN AUTHORIZATION EXECUTED IN ACCORDANCE WITH OTS POLICY.
THE CONTRACTOR IS HEREBY AUTHORIZED TO PERFORM WORK ON THIS PROJECT. DURING THE PERIOD CITED ABOVE. SUBJECT TO THE TERMS AND
CONDITIONS OF THIS CONTRACT AND ALL APPLICABLE STATE AND FEDERAL LAWS AND REGULATIONS.
SEE ATTACHED SIGNATURE SHEET �ww,,��,,+
SIGNATURE OF PERSON AUTHORIZED TO COMMIT OTS �..---�NATG8 OF PERSON AUTHORIZED TO COMMIT CONTRACTOR
TITLE TITLE ,�
0 DATE CONTRACTOR
TSS FORM A3.0 REVISED 5/80
TEXAS TRAFFIC SAFETY PROGRAM CONTRACT
( 811 )
0
2
0
3
REPRESENTATIONS, CERTIFICATIONS, AND ACKNOWLEDGMENTS
OD
I CONTINGENT FEE (check appropriate boxes)
The contractor represents (a) that it (I has. IlU has not, employed or retained any company or person tomer
than a full-time bona fide employee working solely for the of feror) to solicit or secure this contract. and Ib) that it
has,11 l has not, paid or agreed to pay any company or person (other than a full lime bona fide employee
working solely for the contractor) any lee. commission, percentage. or brokerage fee contingent upon or result-
ing from the award of this contract; and agrees to furnish information relating to hi) and (b) interpretation 01 the
representation, including the term "bona fide employee". see Cocte of Federal Regulations. Title 41. Ch rote, 1.
Subpart 1-1 5.)
II EQUAL OPPORTUNITY. (check appropriate boxes)
The contractor represents that it KI has. I J has not participated in a previous contract or subcontract subject
either to the Equal Opportunity clause herein or the clause originally contained in Section 301 of Executive
Order 10925• or the clause contained in Section 201 of Executive Order No 11114; that its has. T: has not•
filed all required -compliance reports, and that representations, indicating submission of required compliance
reports. signed by proposed subcontractors. will be obtained prior to subcontract awards
III AFFIRMATIVE ACTION PROGRAM (check appropriate box)
The contractor represents that (1) It l has developed and has on file :J has not developed and does not have
on file at each establishment.afhrmative action programs as required by the rules and regulations of the Secre-
tary of Labor (41 CFR 60-1 and 60-2), or (2) it ❑ has not previously had contracts subject to the written affirm-
ative action program requirement of the rules and regulations of the Secretary of Labor.
IV. CERTIFICATION OF NONSEGREGATED FACILITIES
The contractor certifies that it does riot maintain or provide for employees' facilities which are segregated on the
basis of race. color. religion. sex or national angin, whether such facilities are segregated by directive or on a de
facto basis The offeror further agrees that he will not maintain such segregated facilities.
V The contract recipient -Igrees as a necessary condition for reimbursement of costs, to prepare monthly and/cr
quarterly progress reports in a timely manner, and in accordance with instructions furnished by the Texas
Office of Traffic Safety '
VI. CLEAN AIR ACT COMPLIANCE:
For all contracts in excess of S100,000. the recipient agrees to comply with all applicable standards. orders. or
regulations issued pursuant to the Clean Air Act of 1970. Violations shall be reported to OTS and the Regional
Office of the Environmental Protection Agency
VII. PRINCIPAL PLACE OF PERFORMANCE:
The location of the plant or place of business where the item(s) will be produced or the principal services will
be performed under the contract Is:
CITY Corpus Christi COUNTY Nueces STATE Texas
VIII ASSURANCE. The contract recipient hereby assures compliance with all terms. conditions and general and
special provisions for this contract, including attachments
SIGNATURE OF PERSON AUTHORIZED TO COMET CONTRACTOR DATE CONINAP ION'S PROJECT DIRFCON
NAME/111LE
ADDRESS/CUY/PHONE NO
DATE
,iiACHMENT B
Page 3 of 3 ( 81) 0 2 0 3
The contractor is hereby authorized to perform work on this project during the period
cited above, subject to the terms and conditions of this contract and all applicable
state and federal laws and regulations.
STATE OF TEXAS
Certified as being executed for the purpose
and effect of activating and/or carrying
out the orders, established policies, or
work programs heretofore approved and
authorized by the State Highway and Public
Transportation Commission:
APPROVED:
BY:
Signature of Person Authorized Assistant Engineer—Director
to Commit Contractor
City Manager
Title
City of Corpus Christi, Texas
Contractor
APPROVED:
APPROVE
ATTEST:
City Secretary
Executed and approved for the State Highway
and Public Transportation Commission under
authority of Commission Minute 77446 and
Administrative Order 16-80.
RECOMMENDED FOR EXECUTION:
Director, Finance
Chief Engineer of Safety and
Maintenance Operations
Date
TEXAS TRAFFIC SAFETY PROGRAM CONTRACT
ATTACHMENT 1 ' '
STATEMENT OF WORK(m)
(012 j
0
13
0
f1
i
tNCt.OE fou E STONE SCMEOuLE AND ME MOD LP 1 VAL UN ION
I. The Traffic Safety Section (T.S.S.), State Department of Highways and Public
Transportation, shall:
(A) Reimburse the city for all allowable costs (up to the limit shown on
Page 1 of this contract), extended for the following:
1. Skid Resistance Testing
2. Police Officers Salaries B Benefits
3. City Traffic Engineering Technician salary B benefits
4. Police vehicle mileage
(B) Provide technical assistance when requested or as needed.
II. The City of Corpus Christi shall:
(A) Secure an agreement from the State Department of Highways and Public
Transportation, District 16, to conduct the skid resistance testing.
(B) Provide administration from the Traffic and Transit Department.
(C) Provide pre -engineering services and maps. Develop an operational plan
that provides for the most efficient use of the skid test machine and
Police traffic control.
(D) Obtain police officers for traffic control. A minimum of two police
officers and vehicles shall be provided when testing streets that are
controlled by traffic signals or stop signs.
(E) Utilize the Skid Test information in setting priorities for resurfacing
programs.
•
•
(F) Utility the Skid Test information in accident analysis.
(G) Submit three (3) copies of the Texas Traffic Safety Program Report at
the end of each quarter.
(H) Provide T.S.S. with a summary of the State Department of Highways and
Public Transportation Skid Resistance Test Program on the city streets.
III. The State Department of Highways $ Public Transportation, District 16, shall:
(A) Conduct a Skid Resistance Testing Program.
(B) Provide the City with the test data.
IV. Milestones
1. Project Start - May 1, 1981.
2. Submit Quarterly Reports - June 30, 1981; September 30, 1931.
3. Project Close - September 30, 1981.
TSS'0.M0t Rev 5/80
Contract No. (81) 02-03
Title Skid Resistance Inventory - Corpus Christi
GENERAL PROVISIONS CHECK LIST
Attachment z
The following provisions contained in "General Provisions for Contracts" -
Form GC -2A, are hereby included as a part of this contract by reference:
❑x I. Definitions
J II. Changes
❑x III. Disputes
© IV. Conditions for Termination Prior to Completion
E5 V: -Excusable Delays
0 VI. Non -Collusion
Q VII. Contract Period Established
0 VIII. Cost Provisions
IX. -Method of Payment (Check one)
❑ -A. Lump Sum
❑ B. Cost Per Unit Work
❑ C. Cost Plus a Fixed Fee
❑ D. Specific Rates of Compensation
® E. Cost
x❑ X. Terms and Conditions of Pahment
❑x XI.. Inspection
❑ XII. Property Accountability
© XIII. -Retention
® XIV. Ownership of Data and Creative Material
® XV. Reports
❑x XVI. Equal Opportunity
Gx XVII. Overtime Compensation
gj XVIII. Convict Labor
® XIX. Subcontractual (Applies to all Federal and Most State contracts)
D XX. Utilization of Small Business Concerns
x❑ XXI. Order of Precedence
❑x XXII. Assignment, Subletting and Transfer -
❑x XXIII. Cancellation
❑x XXIV. Contractor's Liability
❑x XXV. Save Harmless .
x❑ XXVI. Tax and Compensation Liability
❑x XXVII. Reimbursement of Eligible Expenditures
®XXVIII. Application of Hatch Act (Applies to all Federal contracts)
JXXIX. Standards for Grantee Financial Management Systems
El XXX. Procurement proredures (Applies to Federal grants to State
agencies and communities only)
5] XXXI. Cost of Living Council Regulations (Applies to all Federal
contracts)
!© XXXII. Minority Business Enterprise
GC -2 8/75 Page 1 of 1
fx44•.A�,
GC -2R ,
Rev. 2/80
TRAFFIC' SAFETY SECTION - SDHPT
GENERAL PROVISIONS FOR CONTRACTS
I. DEFINITIONS:
As used throughout this contract, the following terms shall
have the meanings set forth below::
A. The term "Contracting Officer" means the person executing
a contract on behalf of the State Department of Highways
and Public. Transportation, and any other officer or
employee who is properly designated Contracting Officer;
and the -term includes, except as otherwise provided in
the contract, the authorized representative of the
Contracting Officer acting within the limits of this
authority.
B. Unless otherwise specified in the contract Statement of
Work, the term "office" means the State Department of
Highways and Public Transportation.
C.- The -term "contractor" means the party entering into
_agreement with the State of Texas under a grant or contract.
D. -Except as otherwise provided in the contract, the term
"subcontract".includes all third party agreements under
the contract.
II. CHANGES:
A. Significant changes in the scope, character, or complexity
of the work may be enacted by Contract Change Notices (CCN),
when necessary, if there is mutual assent between the con-
tracting parties.- (Such supplements and modifications are .
subject to approval by the agencies who originally authorized
the contract, before allowable costs can be incurred for
such activities.)
B. The Contracting Officer may at any time, by written order,'
and without notice to the sureties, if any, make changes,
within the general scope of this contract.
If any such change causes an increase or decrease in the
estimated cost of, or the time required for the performance
of any part of the work under this contract, whether changed
or not changed by any such order, or otherwise affects any
other provision of this contract, an equitable adjustment
shall be made.
Any claim by the Contractor for adjustment under this clause
must be asserted within thirty (30) days from the date of
Page 1 of 18
receipt by the Contractor of the notification of change;
provided that, without prejudicing the right to reject
any claim asserted after this time, if the Contracting
Officer decides that the facts justify such action, he may
receive and act upon any such claim asserted at any time
prior to final payment under this contract. Failure to
agree to any adjustment shall be a dispute concerning a
question of fact within the meaning of the clause of this
contract entitled "Disputes." However, except as provided'
in paragraph (C) below, nothing in this clause shall excuse
the Contractor from proceeding with the contract as changed.
C. Notwithstanding the provisions of paragraphs (A) and (B)
.above, the estimated cost of this contract shall not be in -
:creased or -deemed to be increased except by specific written
modificationof the contract indicating the new contract
estimated cost and, if this contract is incrementally
funded, the new amount allotted to the contract. Until
_such modification is made, the Contractor shall not be ob-
ligated to continue performance or incur costs beyond the
point established in this contract.
III. DISPUTES:.
A. Except as otherwise provided in this contract, any dispute
_ concerning a question of fact arising under this contract
which is not disposed of by agreement shall be decided by
:the Contracting Officer, who shall reduce his decision to
writing and mail or otherwise furnish a copy thereof to
the Contractor. The decision of the Contracting Officer
shall be final and conclusive unless, within thirty (30)
rzays from the date of receipt of such copy, the Contractor
mails or otherwise furnishes to the Contracting Officer a
written appeal addressed to the Office. -The decision of
-the Office or its authorized. representative for the deter-
mination of such appeals shall be final and conclusive un-
less determined by a court of competent jurisdiction to
have been fraudulent, or capricious, or arbitrary, or so
grossly erroneous as necessarily to imply bad faith, or
not supported by substantial evidence. In connection with
any appeal proceeding under this clause, the Contractor
shall be afforded an opportunity to be heard and to offer
evidence in support of its appeal. Pending final decision
of a dispute hereunder, the Contractor shall proceed dili-
gently with the performance of the contract and in accor-
dance with the Office's decision.
B. This "DISPUTES" clause does not preclude consideration of
law questions in connection with decisions provided for in
paragraph A above: provided, that nothing in this contract
shall be construed as making final the decision of any
administrative official, representative, or board on a
question of law.
GC -2A Rev 2/80 Page 2 of 18
IV. CONDITIONS FOR TERMINATION PRIOR TO COMPLETION:
If, through any cause other than acts of God or the public
enemy, flood, or quarantine restrictions, the Contractor should
fail to fulfill in timely or proper manner the obligations of
this agreement, the Office may terminate this agreement by giving
written notice to the Contractor at least seven (7.) days prior
to the effective date of termination and specifying the effec-
tive date of termination. All finished or unfinished documents;
data, studies, surveys, reports, maps, drawings, models and
photographs prepared by the Contractor shall, at the option of
the Office become the property of the Office and the Contractor
shall be entitled to receive only reasonable and equitable com-
pensation for the satisfactory work completed and only in ratio
to the monetary consideration covenanted and agreed upon in this
agreement_ for the -completed scope of the work.
Either principal:to this agreement may, at his convenience,
terminate_this-agreement by one giving to the other, or each
giving to. the other, written notice of such termination 'and
specifying the effective date at least thirty (30) days prior
to the effective date of such termination so specified.
Upon termination of_this agreement, whether for cause or at the
convenience of- one or both principals, the Contractor shall be_
reimbursed -for -the -portion of out-of-pocket expenses (not other-
wise_= -reimbursed prior thereto) incurred by the Contractor during
the, contract_oeriod which are directly attributable to the in -
completed portion of the services covered by this agreement.
The. Contractor- shall be paid an amount which bears the same
rati. to 'the .total compensation as the services actually per-
formed bear to the, total services of the Contractor.
•
V. EXCUSABLE DELAYS:
Except with respect to defaults of subcontractors, the Con-
tractor shall not be in default by reason of any failure in
performance -of this contract in accordance with its terms (in-
cluding any failure by the Contractor to make progress in the
prosecution of -the work hereunder which endangers such per-
formance) if such failure arises out of causes beyond the
control and without the"fault or negligence of the Contractor.
Such causes may include, but are not restricted to, acts of God
or of the public enemy, acts of the Government in either its •
sovereign or contractual capacity, fires, floods, epidemics,
quarantine restrictions, strikes, freight embargoes, and un-
usually severe weather, but in every case the failure toper
form must be beyond the control and without the fault or negli-
gence of the Contractor. If the failure to perform is caused
by the failure of a subcontractor to perform or make progress,
and if such failure arises out of causes beyond the control of
the --Contractor and subcontractor, and without the fault or
negligence of either of them, the Contractor shall not be deemed
GC -2A Rev 2/80
Page 3 of 18
to be in default, unless (a) the supplies or services to be
furnished by the subcontractor were obtainable from other
sources, (b) the Contracting Officer shall have ordered the
Contractor in writing to procure such supplies or services
from other sources, and (c) the Contractor shall have failed
to comply reasonably with such order. Upon request of the
Contractor, the Contracting Officer shall ascertain the facts
and extent of such failure and, if he shall determine that any
failure to perform was occasioned by any one or more of the said
causes, the delivery schedule shall be revised accordingly.
VI. NON -COLLUSION:
The Contractor warrants that he_ has not employed or retained
anycompanyor person, other than a bona fide employee working
for the consultant, to solicit or secure this agreement, and
that he-has°not paid or agreed to pay any company or person,
other than. a bona fide employee, any fee, commission, percen-
tage, - brokerage fee; gift, or any other consideration, con-
tingent upon or resulting from the award or making of this
agreement. For breach or violation of this warranty, the
Office shall_have the right to annul this agreement without
liability, or, -in -its discretion, to deduct from the agreement
priceorconsideration, or otherwise recover the full amount
of_such fee, commission, brokerage fee, gift, or contingent fee.
VII. CONTRACT PERIOD ESTABLISHED:
The effective date of this contract is as specified in the
Statement of Work. All work and services required hereunder
shall be completed no later than the date specified in the
Statement of Work, subject to the availability of funds and
notification to the Contractor by the Office.
VIII. COST PROVISIONS:
General Services Administration's Circulars FMC 74-4, "Cost
Principles Applicable to Grants and Contracts with State and
Local Governments," and FMC 73-8, "Cost Principles for Educa-
tional Institutions," are hereby incorporated as a part of
this agreement and shall govern allowability of costs where
appropriate.
IX. METHOD OF PAYMENT:
One of the methods of payment and associated conditions below
will apply to this agreement:
A. LUMP SUM - The Contractor agrees to perform the work pre-
viously stated and to accept as payment a number of equal
GC -2A Rev 2/80 Page 4 of 18
payments plus a final payment after approval of the work
performed, as set forth in the contract. The amount of the
final payment may be adjusted in the event of change in•the
work to be performed provided there is mutual agreement be-
tween the contracting parties: (See Statement of Work)
B. COST PER UNIT OF WORE - The Contractor agrees to perform
the work previously stated and to accept as payment a unit
price for each .unit of work performed as specified in the
contract. -
C. COST PLUS A FIXED FEE AMOUNT - The Contractor agrees to per-
form the work previously stated and to accept as payment'a
reimbursement for all valid costs incurred in accordance
"-with the terms of the contract and all referenced documents
_plus a fixed_fee amount as specified in the contract.
_D. -SPECIFIC RATES OF COMPENSATION - The Contractor agrees to
perform -_the work previously stated and to accept as payment
_a schedule of payments as specified in the contract.
E. -COST - The`Contractor agrees to perform the work previously
stated and to accept as payment a reimbursement for all valid
costs incurred in accordance with the terms of the contract.
X. -TERMS-AND CONDITIONS OF PAYMENT:
A. -Unless_atherwise specified in the contract Statement of
Work, the Contractor agrees to bill the Office at quarterly
intervals -only, using the forms and format specified. The
maximum amount of the total contract, including fee (if any),
-but without approved adjustments, is as specified in the
contract.' ' -
B. The Contractor agrees to submit no bill for work performed
or material delivered unless such bill is accompanied by
a report which complies with the requirements of the State-
ment of Work.
XI. INSPECTION: The Office, (including, as an adjunct thereto, agents of the
Federal Government when federal funds are involved) has the
right, -at all reasonable times, to inspect, or otherwise evalu-
ate the work performed or being performed hereunder and the
premises in which it is being performed. If any inspection or
evaluation is made by•the Office on the premises of the Con-
tractor or a subcontractor, the Contractor shall provide and
shall require his subcontractor to provide all reasonable
facilities and assistance for the safety and convenience of
the Office's representatives in the performance of their duties.
All inspections and evaluation shall be performed in such a
manner as'will not unduly delay the work.
GC -2A Rev 2/80
Page 5 of 18
XII. PROPERTY ACCOUNTABILITY:
A. The Contractor shall not purchase, under this contract,
any item of property with an original cost of $50.00 or
more unless specifically authorized to do so in the contract
Statement of Work, with references.
B. The Contractor • shall establish and administer a system to
control, protect, preserve, and maintain any property and/or
equipment having an original cost of at least $50 and a use-
ful life of at least one (1) year which is furnished to or
purchased by the Contractor under this agreement.
C. An such property acquired under this contract or furnished
-to the Contractor by the Office for use under the contract
shall, at the completion of the contract, become the pro-
perty of the Office and shall be returned to the Office.
The Office may, at its discretion, assign the property to
the_Contractor or to others, or may dispose of it in
-accordance. with -Federal and State regulations.
D. The Office must reassign said property to other highway
safety use or dispose of it in accordance with State and
Federal regulations.
XIII. RETENTION:
A. The Contractor agrees to maintain books, records, docu-
ments, and other evidence pertaining to the costs and ex-
penses -of this contract (hereinafter collectively called
the "records")to the extent and in such detail as will
properly reflect all net costs direct and indirect, of -
labor, materials', equipment, supplies and services, and
other costs and expenses of whatever nature for which re-
imbursement_is claimed under the provisions of this contract.
B. The Contractor agrees to make available at the office of
the Contractor at all reasonable times during the contract
period and for the period set forth in paragraph C., below,
any of the records for inspection, audit, or reproduction
by any authorized representative of the Office.
C. The Contractor shall preserve and make available his
records (1) for a period of three years from the date of
final payment under this contract; and, (2) for such longer
period, if any, as is required by applicable statute, by
any other clause of this contract, or by 1. or 2. below. --
1. If this- contract is completely or partially terminated,
the records relating to the work terminated shall be
preserved and made available for a period of three
years from the date of any resulting final settlement.
GC -2A Rev 2/30
Page 6 of 18
2. Records which related to (1) appeals under the Disputes
clause of this contract, (2) litigation or the settle-
ment of claims arising out of the performance of this
contract, or (3) costs and expenses of this contract
as to which exception has been taken, shall be retained
by the Contractor until such appeals, litigation,
claims, or exceptions have been disposed of.
D. The Contractor further agrees to include in each of his sub-
contracts_in excess of $10,000.00 in total value, a provi-
sion to the effect that the subcontractor agrees that the
Office shall, until the expiration of three years after
final payment under the subcontract, have access to and the
right to examine any directly pertinent books, documents, .
papers, and records.
XIV. OWNERSHIP OF DATA AND CREATIVE MATERIAL:
All -data and materials_ created or collected under the terms of
the -agreement shall become the property of the Office and
copies of such data and material shall be furnished to the
Office on request.
XV. REPORTS:
A. Before publication or printing, the final draft of any re-
ports(s) -required under the contract schedule shall be
submitted to the Office for review and concurrence. Re-
view -and -.approval by the National Highway Traffic Safety
Administration will be coordinated by the Office prior to
returning. comments or approvals to the Contractor. All
recorded information which is produced in the performance
of this agreement shall be the sole property of the State
Department of Highways and Public Transportation and reports
or other such information are to be regarded as material
in the public domain and shall not be copyrighted or
restricted.as to the distribution and reproduction. The
Contractor -shall furnish the Office with the quantity of
copies of the report(s) specified in the contract.
B. Each report covered by paragraph A. must include the follow-
ing statements on the cover page:
1. State projects: "This report was prepared for the con-
tractor and/or contracting agency in cooperation with
the State Department of Highways and Public Transportation.
Federally funded projects, add to the above quote: '.,,the
National Highway Traffic Safety Administration and/or
Federal Highway Administration of the Department of
Transportation."
2. "The conclusions and opinions expressed in this document
are those of the author, and do not necessarily represent
those of the State of Texas, the State Department of
Highways and Public Transportation or any political
subdivision of the State or Federal Government.:
Page 7 of 18
GC -2A Rev W80
:VI: EQUAL OPPORTUNITY:
During the performance of this contract, the contractor
agrees as follows:
A. Compliance with Regulations: The contractor shall
comply with the Regulations relative to nondiscrimi-
nation in federally -assisted programs of the Depart-
ment of Transportation (hereinafter, "DOT") Title 49,
Code of Federal Regulations, Part 21. as they may be
amended from time to time, (hereinafter referred to
as the Regulations), which are herein incorporated
by reference and made a part of this contract.
B.- Nondiscrimination: The contractor, with regard to
the work performed by it during the contract, shall-
-not discriminate on the grounds of race, color or
national origin in the selection and retention of
subcontractors, including procurements of materials
-and leases of equipment. The contractor shall not
participate either directly or indirectly in the
discrimination prohibited by Section 21.5 of the
Regulations, including employment practices when the
contract_covers a program set forth in Appendix B of
the. Regulations.
C. Solicitation for Subcontracts, Including Procurements
of Materials and Equipment: In all solicitation
either by competitive bidding or negotiation made by
the contractor for work to be performed under a sub-
contract,_ including procurements of materials or
leases of equipment, each potential subcontractor or
-supplier shall be notified by the contractor of the
contractor's obligations under this contract and the
Regulations relative to nondiscrimination on the
groundsofrace, color or national origin.
D. InformationandReports: The contractor shall provide
all information and reports required by the Regulations
or directives issued pursuant thereto, and shall permit
access to its books, records, accounts, other sources of
information, and its facilities as may be determined by
the State or the National Highway Traffic Safety Adminis-
tration or the Federal Highway Administration' as
appropriate, to be pertinent to ascertain compliance
with such Regulations, Orders and Instructions. Where
any information required of a contractor is in the
exclusive possession of another who fails or refuses
to furnish this information,the contractor shall so
certify to the State or the Administrations as appro-
priate, and shall set forth what efforts it has made
to obtain the information.
GC -2A Rev 2/80
Page 8 of 18
E, Sanctions for Noncompliance; In the event of the con-
tractor's noncompliance with the nondiscrimination pro-
visions of this contract. the State shall impose such
contract sanctions as it or the Administrations may
determine to be appropriate, including, but not limited
to:
1. withholding of payments to the contractor under
the contract until the contractor complies; and/or,
2. cancellation, termination, or suspension of the
contract in whole or in part. ,
F. Incorporation of Provisions; The contractor shall
include the provisions of paragraphs (A) through (F)
in every subcontract, including procurements of mater
ials and leases of equipment, unless exempt • by the
Regulations, or directives issued pursuant thereto.
The contractor_ shall take such action with respect to
any .subcontract or procurement as the State or the
Administrations may direct as a means of enforcing
such_ provisions including sanctions for noncompliance;
provided, however, that in the event a contractor
becomes involved in, or is threatened with litigation
_with a subcontractor or supplier as a result of such
direction, • the contractor may request the State to
-enter__into such litigation to protect the interests
•of the_State, and, in addition., the contractor may
request_the United States to enter into such litigation
to -protect the interests of the United States.
XVII: OVERTIME. COMPENSATION:
This contract, to the extent that it is of a character speci-
fied in the Contract Work Hours Standards Act (40 U.S.C. 327-
300), is subject to the following provisions and to all other
applicable provisions and exceptions of such Act and the regu-
lations of the Secretary of Labor thereunder.
A. Overtime Requirements - No contractor or subcontractor
contracting for any part of the contract work which may
require or involve•the employment of laborers or mechanics
shall require or permit any.laborer or mechanic in any
workweek in which he is employed on such work to work in
excess- of. eight hours in any calendar day or in excess of
forty hours in such workweek on work subject to the pro- •
visions of the Contract Work Hours Standards Act unless
such laborer or -mechanic receives compensation at -a rate
not less than one and one-half of eight hours in any calen-
dar day or in exess,of forty hours in such workweek, Which-
ever is the greater number of overtime hours.
B. Records The Contractor shall maintain payroll records
containing the information necessary to show compliance with
the above requirements for three years from the completion
of 'the contract.
GC -2A Rev 2/80
Page 9 of 18
XVIII. CONVICT LABOR:
In connection with the performance of work under this contract,
the Contractor agrees not to employ any person undergoing sen-
tence of imprisonment at hard labor.
XIX. SUBCONTRACTING:
A. The -Contractor shall give advance notice to the Office
of any proposed subcontract hereunder, and the Contractor
shall not, without prior written approval of the Contracting
Officer, enter into such subcontract. (See paragraph B,
below.)"
_B. The -National Highway Traffic Safety Administration or Federal
Highway Administration may require approval of any contract
for professional services prior to issuance and initiation
of -work. This review may take up to thirty (30) days and
-shall consider, in part, the following matters:
1. Determination of the consultant's qualifications;
2.. Manner of selection from those qualified to perform the
service;
3. Necessity -for subcontracting;
4. -Review of the contract, to ensure that minimum terms of
the prime contract have been incorporated into the sub-
contract;
5. Pre -award audit has been performed (contracts in excess
of $25,000.00); and,
6. The Contractor's price breakdown includes costs (if any)
for personal services, subcontracts, commodities, other
direct costs, indirect costs, and profit.
XX. UTILIZATION OF SMALL BUSINESS CONCERNS:
A. It is the policy of the United States Government as declared
by the Congress that a fair proportion of the purchases and
contracts for supplies and services for.the Government be
placed with small business concerns.
B. The Contractor agrees to accomplish the maximum amount of
subcontracting to small business concerns that the Contrac-.
tor finds to be consistent with the efficient performance
-of this contract.
XXI. ORDER OF PRECEDENCE:
In the event of an inconsistency between provisions of this
contract, the inconsistency shall be resolved by giving pre-
cedence in the following order:
GC -2A Rev 2/30 Page 10 of 18
A. Contract or Approved Grant Application Document
B. Statement of Work
C. Special Provisions
D. General Provisions
XXII. ASSIGNMENT, SUBLETTING AND TRANSFER: -
' This contract shall be deemed personal between the Contractor
and the Office, and neither party shall subcontract, assign, sub-
let -or transfer its interest in this contract without written
consent of the other. Each party binds itself, its partners,
successors, administrators, executors, and legal representatives
of such other party.
XXIII. CANCELLATION:
_This contract may be cancelled if the Contractor shall violate
any_of the-laws_of the United States of America or the State
of -Texas. In such --event, the Contractor -shall be paid only for
those services performed prior to cancellation.
XXIV. CONTRACTOR' S .LIABILITY:
A. _The Contractor shall be liable for any_loss of, or injury
to,_any_material_developed or serviced under this contract
which is_caused by the Contractor's failure to exercise
such care in regard to said material as a reasonably careful
owner of similar materials would exercise.
i
B. Contractor shall. provide commercial insurance or equivalent
method acceptable ,to this office for replacement or repair
of damaged -or lost equipment. Contractor shall reimburse
this office for residual value of sold or disposed of equip-
ment.
XXV. SAVE HARMLESS:
It is expressly' agreed and understood that the Contractor is an
independent contractor and not an agent, servant, or- employee -
of the State, and the Contractor shall save harmless the State
and representatives thereof from all suits, actions, or claims
of any kind brought on account of any person or property in con-
sequence of any neglect in safeguarding the work, or on any act
or omission by the Contractor or its employees, or from any •
claims or amounts arising or recovered under Workmen's Compensa-
tion Laws or any other law, by-law, ordinance, regulation, order,
or decree. The Contractor shall be responsible for all damage
to property and personal injury of any kind resulting from any
act, omission, neglect, or misconduct of any employee or agent
of said contractor in the manner or method of performing the
work for the period of the contract. -
' GC -2A Rev 2/80 Page 11 of 18
XXVI. TAX AND COMPENSATION LIABILITY:
Nothing herein contained shall be construed as incurring for
the State any liability for Workmen's Compensation, F.I.C.A.,
Withholding Tax, Unemployment Compensation, or any other payment
which would be required to be paid by the State if the State and
the Contractor were standing in an employer-employee relation-
ship, and the Contractor hereby agrees to assume and pay all
such liabilities.
XXVII. REIMBURSEMENT OF ELIGIBLE EXPENDITURES:
A. It is mutually agreed and promised that upon written applica-
tion by the Contractor and approval by the State, the State
shall obligate said funds for reimbursement of eligible ex-
penditures as set forth in the application.
B. It• is mutually agreed and promised that the Contractor shall
reimburse the State for any ineligible or unauthorized ex-
-penditures for which Federal funds have been claimed and
payment received as determined by a State or Federal audit.
C. It is further -agreed and promised that where reimbursement
is made _to_the__Contractor in installments, the State shall
have the right_to withhold any installments to make up
reimbursement received for any ineligible or unauthorized
expenditures until such time as the ineligible claim is made
up_or corrected by the Contractor.
XXVIII. APPLICATION OF HATCH ACT:
It is mutually agreed and promised that the Contractor shall
notify all employees-of_the Contractor, whose principal employ-
ment -is -in connection with any traffic safety project, financed
in whole or in part by loans or grants under the Highway Safety
Act of 1966, of the provisions of Section 12(a) of the Hatch
Act [15 U.S.C. 118 (a)].
XXIX. STANDARDS FOR GRANTEE FINANCIAL MANAGEMENT SYSTEMS:
A. This item prescribes standards for financial management
systems of grant -supported activities of state and local
governments.
E. Grantee financial management systems shall provide for:
1. Accurate, current, and complete disclosure of the
financial results of each grant program in accordance
with SDHPT reporting requirements;
2. Records which identify adequately the source and applica-
tion of funds for grant -supported activities. These
GC -2A Rev 2/80
Page 12 of 18
records shall contain information pertaining to grant
awards and authorization, obligations, commitments,
assets, liabilities, outlays, and income;
3. Effective control over and accountability for all funds,
property, and other assets. Grantees shall adequately
safeguard all such assets and shall assure that they are
used solely for authorized purposes;.
4. Comparison of actual with budgeted amounts for each
grant. Also, relation of financial information with
performance or productivity data, including the pro-
duction of unit cost information whenever appropriate
.and required -by the grantor agency;
5.- Procedures -to minimize -the time elapsing between the
transfer of funds from the State Treasury and the dis-
bursement -by -the grantee, whenever funds are advanced
-by State -Department of Highways and Public Transportation;
-6. Procedures for determining the allowability and allo-
cability of costs in accordance with the provisions of
.General Services Administration's Circular No. FMC 74-4;
7. Accounting records which are supported by source docu-
mentation; . .
- 8. Audits_to be made by the grantee or at his direction to
determine, at a minimum, the fiscal integrity of financial
transactions and reports, and the compliance with laws,
regulations, and administrative requirements. The grantee
will schedule such audits with reasonable frequency,
usually annually, but not less frequently than once every
two years, considering the nature, size, and complexity
of the activity; and,
-9. A systematic method to assure timely and appropriate re-
solution of audit findings and recommendations.
XXX. PROCUREMENT PROCEDURES:
A. All procurement transactions regardless of whether negotiated
or advertised and without regard to dollar value shall be
conducted in a manner so as to providemaximum open and free
competition. The grantee should be alert to organizational
conflicts of interest or noncompetitive practices among con-
tractors which may restrict or eliminate competition or
otherwise restrain trade.
B. The grantee shall establish procurement procedures which
provide for, as a minimum, the following procedural require-
ments:
GC -2A Rev 2/80
Page 13 of '18
1. Proposed procurement actions shall be reviewed by
grantee officials to avoid purchasing unnecessary or
duplicative items. Where appropriate, an analysis
shall be made of lease and purchase alternatives to
determine which would be the most economical, practical
procurement.
2. Invitations for bids or requests for proposals shall be
based upon a clear and accurate description of the
technical requirements for the material, product, or
service to be procured. Such description shall not,
in competitive procurements, contain features which
unduly restrict competition. "Brand name or equal"
description may be used as a mean to define the per-
formance or other salient requirements of a procurement,
and when so used, the specific features of the
brand which must be met by offerers should be clearly
specified.
3. Positive efforts shall be made by the grantee to utilize
small business and minority-owned business sources of
supplies and services. Such efforts should allow these
sources the maximum feasible opportunity to compete for
contracts -to be performed utilizing Federal grant funds.
4. The type of procuring instruments used (i.e., fixed
price contracts, cost reimbursable contracts, purchase
orders, incentive contracts, etc.), shall be appropriate
for theparticularprocurement and for promoting the
best interest of the grant program involved. The "cost-
plus -a -percentage -of -cost" method of contracting shall
not be used.
5. Formal advertising, with adequate purchase description,
sealed bids, and public openings shall be the required
method of procurement unless negotiation pursuant to
-paragraph- (6) below is necessary to accomplish sound
procurement. However, procurements of $2,500 or less
need not be so advertised unless otherwise required by
State or local law or regulations. Where such advertised
bids are obtained, the awards shall be made to the re-
sponsible bidder whose bid is responsive to the invita-
tion and is most advantageous to the grantee, price,
and other factors considered. (Factors such as discounts,
transportation costs, and taxes may be considered in
determining the lowest bid.) Invitations for bids shall
clearly set forth all requirements which the bidder must
fulfill in order for his bid to be evaluated by the
grantee. Any or all bids may be rejected when it is in
the grantee's interest to do so, and such rejections are
in accordance with applicable State and local law, rules,
and regulations. -
GC -2A Rev 2/80 Page 14 of. 18
6. Procurements may be negotiated if it is impracticable
and unfeasible to use formal advertising. Generally,
procurements may be negotiated by the grantee if:
a. the public exigency will not permit the delay inci-
dent to advertising;
b. the material or service to be procured is available
from only one person or firm (A11 contemplated sole
source procurements where the aggregate expenditure
is expected to exceed $5,000 shall be referred to the
grantor agency for prior approval.);
c. the aggregate amount involved does not exceed
$2,500;
d. the contract is for personal or professional ser-
vices, or for any service to be rendered by a uni-
versity, college; or other educational institutions;
e. the material or services are to be procured and
.used outside the limits of the United States and
its possessions;
f. .no acceptable bids have been received after formal
advertising;
_.g.-the:purchases are. for highly perishable materials
or medical supplies, for material or services where
the prices are established by law, for technical
items or equipment requiring standardization and
-interchangeability of parts with existing equipment,
for experimental, developmental, or research work,,
. for supplies purchased for authorized resale, and for
technical or specialized supplies requiring substan-
tial initial investment for manufacture;
h. otherwise authorized by law, rules, or regulations.
Notwithstanding the existence of circumstances justifying
negotiation, competition shall be obtained to the maxi-
mum extent practicable. ..
7. Contracts shall be made only with responsible contractors
who possess the potential ability to perform success-
fully under the terms and conditions of a proposed pro-
curement. Consideration shall be given to such matters
as contractor integrity, record of past performance,
financial and technical resources, or accessibility tb
other necessary resources.
8. Procurement records or files for purchases in amounts in
excess of $2,500 shall provide at least the following
pertinent information: justification for the use of
negotiation in lieu of advertising, contractor selection,
and the basis for the cost or price negotiated.
GC -2A Rev 2/80 Page 15 of 18
XXXI. COST OF LIVING COUNCIL REGULATIONS
Each recipient of a grant or contract of an amount in excess of
$2,500 shall comply with applicable regulations and standards of
the Cost of Living Council in establishing wages and prices.
Submission of a bid or offer or the submittal of an invoice or
voucher for property, goods, or services furnished under a con-
tract or agreement with the grantee shall constitute a certifi-
cation by him that amounts to be paid do not exceed maximum
allowable levels authorized by the Cost of Living Council regu-
lations or standards. Violations shall be reported to the
Office and the local Internal Revenue Service field office.
XXXII. MINORITY BUSINESS ENTERPRISE
A.- General
-"The grantee agrees to use his best efforts to ensure that
-minority business enterprises shall have the maximum opportu-
nity to participate in the performance of contracts financed
in•whole or in part with Federal funds provided under this
agreement."
B. Utilization of Minority Business Clause
The ".Utilization of Minority Business Clause" set forth be-
_ -low shall_be-included in all contracts financed in whole
or in part with Federal funds provided under this agreement
which exceed $5,000 except contracts which, including all
subcontracts thereunder, are to be performed entirely outside
-the United -States, its possessions, and Puerto Rico, and
contracts -for services which are personal in nature.
1. It is the policy of the Department of Transportation
that minority business enterprises shall have the maxi-
mum opportunity to participate in the performance of
contracts financed in whole or in part with Federal funds.
2. The Contractor agrees to use his best efforts to carry
out this policy in the award of his subcontracts to the
fullest extent consistent with -the efficient performance
of this contract. As used in this contract, the term
"minority business enterprise" means a business, at
least fifty (50) percent of which is owned by minority
group members or, in the case of publicly owned businesses,
at least fifty-one (51) percent of the stock of which is
owned by minority group members. For the purpose of.,
this definition, minority group members are Negroes,
Spanish speaking American persons, American Orientals,
American Indians, American Eskimos, and American Aleuts.
Contractors may rely on written representations by sub-
contractors regarding their status as minority business
enterprises in lieu of an independent investigation.
GC -2A Rev 2/80
Page 16 of 18
C. The "Minority Business• Subcontracting Clause" set forth
below shall be included in all contracts which contain the
clause required by subparagraph (2) above, and which, in
the opinion of the grantee, offer substantial subcontract-
ing possibilities..
1. The Contractor agrees to establish and conduct a program
which will enable minority•business enterprises (as
defined in the clause entitled "Utilization of Minority
Business Enterprises Clause") to be considered fairly
as subcontractors and suppliers under this contract.
In this connection the Contractor shall...
a. designate a liaison officer who will administer the
Contractor's minority business enterprises program;
b. provide adequate and timely consideration of the
potentialities of known minority business enterprises
in all "make -or -buy" decisions;
c. ensure that known' minority business enterprises will
have an equitable opportunity to compete for sub-
contracts, particularly by arranging solicitations,
time for the preparation of bids, quantities,
specifications and delivery schedules so as to
facilitate the participation of minority business
enterprises;
d. maintain records showing (a) procedures which have
been adopted to comply with the policies set forth
in this clause, including the establishment of a
source list of minority business enterprises on the
source list and (b)_specific efforts to identify
and award contracts to minority business enterprises;
e. include the "utilization of Minority Business Enter-
prises Clause" in subcontracts which offer substan-
tial minority business enterprises subcontracting
opportunities;
f. cooperate with the Contracting Officer in any studies
and surveys of the Contractor's minority business
enterprises procedures and practices that the Con-
tracting Officer may from time to time conduct;
submit periodic reports of subcontracting to known
minority business enterprises with respect to the
records referred to in subparagraph d., above, in -
such form and manner and at such times (not more
often than quarterly) as the Contracting Officer may
prescribe.
g.
GC -2A Rev 2/80 Page"17 of 18
2. The Contractor further agrees to insert in any sub-
contract,hereunder,which may exceed $500,000, provisions
which shall conform substantially to the language of
this clause, including this paragraph (b), and to notify
the Contracting Officer of the names of such subcon-
tractors.
GC -2A Rev 2/80' Page 18 of 18
Co . No. .01) 02-03' Attachment.3
Tit Skid Resistance' Inventory - Corpus Christi
1. Total cost reimbursement shall not exceed the value shown on the approved
contract application.
2. Unless prior approval in writing is granted from the Traffic Safety Section,
no costs may be incurred after the end of the contract period specified.
3. Salaries and wages of all employees chargeable to more than one program or
other cost objective must be supported by appropriate time distribution re-
cords which document the distribution of time and effort for Traffic Safety
and all other. activities.
4. Overtimerecords must document the disttibution of both regular time and
overtime worked for Traffic Safety and all other activities.
5.
6. All expenditures shall be in strict compliance with monies allocated in the
approved contract.
7. All costs are subject to verification by the State Department of Highways and
Public Transportation auditors. Source documentation shall he made available.
8. Approval of this contract is for the stated period only. This approval does
not commit, or promise to commit funding for any subsequent period.
9. The contract amount shall be adjusted at the discretion of the Traffic Safety
Section when expenditures reflect a projected underrun.
10. All costs claimed for reimbursement shall be categorized in accordance with the
estimated budget.
11. Costs claimed for vehicle mileage must be supported by a daily mileage log.
12. The hourly rate as reflected in the estimated budget is for budgetary purposes
only. The amount allowable for reimbursement by the Traffic Safety Section
shall be based on the actual rate paid by the contractor to each participant.
•
3A
' -
,
SPECEAL PROVISION
MINORITY BUSINESS ENTERPRISE PROGRAM. REQUIREMENTS r,
. . It is the policy of the Department of Transportation that MinoritylBusi."
. ness Enterprises as defined in 49 CFR Part 23 shall have the maximum op-?,
°
portunity to participate in the performance of contracts financed in whole,
tr-_in,part with Federal funds. Consequently, the Minority Businesa,Enter-?'
-priserequirements of 49 CFR Part 23 apply to this contract as follows„
- ,- •
- .,„_, _ The-COntractor agrees to insure that Minority Business Enterprises', as de.-:'.
---, ' - -fined-in-49 CFR Part 23 ha4e_the maximum-bpportunity to participate"in the
perfprmance_of contracts -and -subcontracts -financed in whole or in ipart with* -c
_, 1' ---FederaL funds- En this regard, the Contractor shall take all necessary and -1-
_,_ :-__-- - _reasonable:steps inaccordance with 49 CFR Part 23 to -insure that MinorityW
- - , Business-Enterprises_have the -maximum opportunity to compete for and per-
_ -form contracts:. .- " .. _
.
'-'-- '
' -The Contr'actor'and any Subcontractors shallnot discriminate on the basis
of race, color, national origin or sex in the award_and performance of con---
tracts.-funded in whole or -in part with Federal funds,,..„
- ,
-These,requlrements-shall be physically included in.any-subcontract.
-Failure to carry our the requirements set forth above shall constitute
- breach of contract and, -after the notification of -the Department, may re-
sult.in,:termination of the contract by the_State or other -such remedy as
the -State -deems- appropriate. .
" -
. -
•
1-1
.14
'480
,nrrAcµMeNT 4
Procedures A3.0 & "1_1
6/80 •
INSTRUCTIONS FOR PREPARATION OF A
TEXAS TRAFFIC SAFETY PROGRAM CONTRACT
SCOPE: This document provides.instructions for the
completion of TSS form A3.0, "TEXAS TRAFFIC SAFETY PROGRAM
CONTRACT" (Enclosure A) and related documents. It also pro-
vides ideas and recommendations concerning the content and
wording of traffic safety contracts.
NOTE:_ It is intended that TSS form A3.0 be prepared by_ the
prospective contractors in cooperation with the District Traffic Safety
Saecialist,and/or the Traffic'Safety Coordinator in that SDHPT District.
BACKGROUND: By policy, and in accordance with the law (23 USC 402),
TSS does not award grants. The funding of projects is
accomplished -through the negotiation of contracts which are
mutually acceptable to both TSS and the contractor (which may
be a -local jurisdiction, state agency, college or university, ,
corporation, partnership, individual, etc.). Under TSS policy,
eachcontractmust be prepared using applicable TSS forms and
-must-be written in such a way that the full obligations, duties
and responsibilities of both TSS and the contractor can be
fully and clearly understood by any reasonable third party,
without prior knowledge of the contract. TSS contract forms
were _revised in September, 1975 to simplify the contract pre--
paration process, to clarify a numberof requirements which
have caused problems in earlier contracts, to eliminate ex-
traneous or repetitive information from the forms, and to pro-
vide i'ss
ro-vide'TSS managers additional flexibility in the negotiation of
contracts.
Page 1 of 22
Procedures.A3.0 & A.
GENERAL: The contract form and attachments described in'this document
should be completed in final form after the District Traffic Safety Specialist
and/or the Traffic Safety Coordinator have negotiated program task descriptions,
cost elements, general and special provisions, accountable assets, deliverable
items and other matters. When the Traffic Safety Coordinator and the contractor
are satisfied that the contract (with attachments) accurately reflects their
agreement, the contract should be sent to the SDHPT District Traffic Safety
Specialist. If the contract seems to be in final• form, if it is included in
the District and State HSP, and the money is available for its execution; it
should then be signed by a properly authorized representative(s) of the
contracting•agency. (There should be a copy of a resolution or minute order
from -a city -or county thatauthorizes that official to contract in the name of
that particular political subdivision on file with the TSS, SDHPT or one should
be included with the contract.) The contract should then be initialed in the
lower left-hand corner of the front page by the SDHPT District Engineer or his
designee. The completed contract should then be forwarded to the Austin
Traffic Safety Section's -Fiscal and Planning Group for review and further •
processing. This Group will go through the review cycle with the appropriate
PSP Manager(s), Group Leaders .and prepared for transmittal to SDHPT Administration
for final signature. If any_changes are made in any portion of the document,
these changes must be formally accepted by an authorized representative of the
contract BEFORE work begins under the contract, as amended. This requires a
Contract Change Acceptance form to be signed and returned and should be fully
explained in the Contract Delivery Procedure meeting with the appropriate
officials involved. Because of the amount of time normally involved in TSS
processing and review, mailing (if applicable), DOT review (if applicable), and
reviewing changes with the contractor's representative, it is most strongly •
recommended that the completed contract be delivered to the Fiscal and Planning
Group, Traffic Safety Section, Austin, at least 90 days prior to the starting
date of the proposed contract period (120 days if DOT approval is required*).
Lead times greater (or less) than those stated may be established by the F.icscal
and Planning Group, Traffic Safety Section, Austin depending upon workload,
* It is recommended that•an additional 30 to 60 days lead time be provided when
possible, as a courtesy to the contractor(for start-up preparation after receipt
of the approved contract.)
Page2 of 22
Procedures.A3..0 & A3
backlog, and the needs of the organization. Any contract which
is received by the Fiscal and Planning Group, TSS, Austin without the
minimum lead time requested may not be returned in time to per-
mit the project to begin•on schedule (this is particularly true
when Federal funds are 'involved), and the contractor should be
informed that the project start date may be delayed. The con-
tract- form and attachments should be prepared as described in
the following paragraphs.
PREPARATION OF "TEXAS TRAFFIC SAFETY PROGRAM CONTRACT" (Enclosure A)
I. TSS FORM A3.0, PAGE 1 (Front):
A. General: One copy of this form is required for each project
contract.
B. National Standard: Insert the applicable national standard
(301, 609, 318, etc.). If possible, avoid the use of Standard
300, which should normally be used only for Austin -managed
P&A projects. If more than one standard applies, select the
one that most directly applies. If two or more seem to apply
equally, pick the one which seems most appropriate.
C. Project Number: Write the proposed Problem Solution Plan (PSP)
number lightly in pencil above the blocks provided. The _
numbers will be verified and entered in the blocks by the .
Fiscal and Planning Group during the processing.
D. Project Name: Use a brief descriptive name which includes
the name of the contractor. (Fox example: CIP-Grand Prairie
or DPS-D.L. Record Revision, etc.). NOTE: If possible, it is
Page 3 of 22
Procedures A3.0 & A3•.1
desirable to limit the name to 30 characters, including
spaces, to fit the computer reports. -
E. Brief Description of Project: Enter a brief abstract of
the Statement of Work. The abstract should be as brief as
possible, and it should indicate the scope of work to be
done. Do not use more space than'the block provided.
-
F. Goals: Enter a brief statement of the goal(s) of the pro-
ject. If possible, this statement should be specific, quan-
tified, and related to death, injury, and/or property damage
reduction (it is recognized that this is often not feasible).
Example: Reduce motorcycle fatalities, injuries, and acci-
dents in XYZ city by 15%.
G. Method of Evaluation: Enter a brief statement of the evalua-
tion•method.to be employed, for example: "Administrative
Assessment," "Data Analysis," "Experimental Design," "Com-
bination of . . . and . . .," "None," etc. A more explicit
description of the evaluation and responsibilities of the
various parties involved must be included in the Statement
of Work. _
H. Amount by Cost Category:• Enter the estimated amount in
whole dollars for each. cost category for the contract'period
(show the full amount without consideration of what portion
is to be reimbursed by OTS, which is stated elsewhere).
In the "FUTURE" column, enter the estimated amount for
the remainder• of the proposed project period.*
* NOTE: Contracts which are a lump sum type of reimbursement
would reflect the total amount in the amount column only.
Page 4 of 22
Procedures A3.0 &,A3.1
1. Personal Services - This includes the salaries of
employees for the time they work on the project.
Employee benefits, taxes, travel expenses, etc.,
should be included in this category unless it is
normally included in a Government -approved overhead
rate (See "Indirect Costs"). -
2. Contract. Services - This includes the expenses incurred
under project -subcontracts. NOTE: Consultant fees'fall
in this category and may include the indirect costs
charged by the consultant. The sub contract(s) must be
approved through* the Traffic Safety Section;,. SDHPT.
A minimum of 45 days should be allowed in the project
.schedule for this review.
-3. Commodities - This'includes all consumable materials and
supplies purchased and used specifically on the project
(for example: office supplies, photocopies, postage, etc.).
4. Other Direct -Costs - This includes necessary purchase of
accountable assets, computer costs, rentals, tuition, and
similar costs which are direct project costs not included
in any of the previous categories. -
5. Indirect Costs - Indirect cost (or overhead) is an
accounting convenience. It may be eligible for reim-
bursement only if: -
*Approval authority may be at the Federal or State level, depending
upon source of funds and other factors. All reviews are coordinated,
however, by the Fiscal and Planning Group.
•
Page 5 of 22
ProceduresA3.0 r '3.1
a. The overhead rate consists of a reasonable pooling
and equitable allocation of costs for items which
would be eligible for reimbursement if charged
directly (rent, services, supplies, etc.). No lump
sum or arbitrary percentages are acceptable. State
agencies, colleges or universities, etc., have rates
that are established by act of the Texas --Legislature
or certain Federal agencies.
b. The itemsincludedare reasonable and necessary to
the performance of the project and do not duplicate
items charged directly to the project.
c. The actual costs of all items are fully documented,
the_actual values used in determining the base and
the method of allocation are fully documented, and
reasonable controls can be shown to exist to ensure
that the system is administered fairly.
d. A necessary and valid reason exists for the use of a
pooled overhead in lieu of direct charges.
e. The actual overhead rate is verified by OTS audit
(excluding those cases listed as exceptions under a.,
above, and certain instances in which other agencies'
audits may be accepted).
f. Overhead is specifically included in the final ver- -
sion of the contract (as signed by the Administrator
or designee). CAUTION: Except in certain cases
authorized by the Fiscal and Planning Group, TSS, Austin,
whenever Indirect Costs are permitted, the following
Paae 6 of 22
Procedures A3:0 & A3.
(show the full amount to be spent by the project without
consideration of what portion is to be reimbursed by OTS).
Note that the quarters shown are for future fiscal years
(which will begin October 1). Space has been provided for
periods both before and after the fiscal year, in the event
-they are needed. The total must equal the.total in Section H,
above (Amount By Cost Category). No other amounts by period
are required.
J. Proliosed Project Period: Enter the time frame anticipated
to complete the scope of work, if it goes beyond the Federal
fiscal year. (Example: January 1, 1979 to January 1, 1980.)
Contract Period: Enter the time frame for the current
Federal fiscal year when costs shall be eligible for reim-
bursement._
(Example: January 1, 1979 to September 30,-1979)
K. Type of Reimbursement: Check one of the following: •
1. Lump Sum: A firm fixed amount; this may be paid in equal
monthly or quarterly payments (or a single time, at the
end). Details of•payments and amounts withheld (if any)
should appear in the Statement of Work.
2. Cost per Unit of Work: A payment of $X for each unit of
work performed (for example: per card key-punched). De-
tails of payments, etc., should appear in the Statement
of Work.
3. Cost Plus Fixed Fee: A common method of contracting with
consultants; it involves reimbursing actual costs and
Page 8 of 22
Procedures A3.0 & ;3.1
SPECIAL PROVISION should be included in the contract:
"The amount of indirect cost eligible for reimburse-
ment shall be determined by TSS, based on a full and
complete audit of the eligibility of all costs in-
cluded in the pool, the projects and"amounts used in .
determining the base, and the methods used in adminis-
tering the overhead. Any portion.(up to 100%) which
cannot be shown to meet minimum Federal and State
criteria will be disallowed, and the amount of re-
imbursement due will be computed accordingly."
6.. Profit - This may be included only by individuals or
"for profit" organizations in the private sector._ A
__written justification for the profit level entered must
-be included (as part of the back-up package) when the
contract is submitted to the Accounting and Contractors
Section. Any profit rate in excess of 10% of direct
costs must be justified in terms of the type of work,
-
contractor risk, industry standards, published rates
and/or other applicable criteria. The proposed rate will
be reviewed by the Fiscal and Planning Group, TSS. Austin, and
an accept -or -modify recommendation made to the Adminis-
trator (or designee) for consideration in the approval
process. -
7. Total - The total to be entered must be the full amount
to be spent on the project (regardless of funding source).
I. Amount by Funding Period: Enter the estimated amount (in
whole dollars) to be spent by the project during each quarter
Page 7 of 22
Procedures A3.0 & A3.1
adding a predetermined amount for profit.* Details
of payment, etc., should appear in the Statement of
Work.
4. Specific Rates: A reimbursement of $X per hour
•
(or day) worked, etc. This differs from 2, above,
•
because the basis used here is "time" worked, while
in 2. it is units of "output"'produced. Details of
payments, etc., should appear in the Statement of
-Work. -
5. Actual Cost: The common method of contracting with
-communities, state agencies, colleges, etc., is
similar to 3., above, but without profit. Details
of payments, etc., should appear in the Statement of
Work.
L. Amount by Source of Funds: Enter the amount ( in whole
_dollars) to bepaidby each participant. Blank spaces
are provided for funds other than 402, GTSF, and local
(please identify any other funds used). This total must
equal the totals shown in Section H, above (Amount by
Cost Category).
M. Reimbursement Limits: Enter the maximum amount (in
whole dollars) eligible for reimbursement in the first
blahk. Enter the first day and last day of the contract
period in the remaining blanks (for example: 10/1/75 to
9/30/76). . .
NOTE: Federal projects (in FY -76 and subsequent years)
*Cost plus a percentage of cost spent is prohibited.
. Page 9 of 22
Procedures A3.•0 &
may begin no earlier than October 1st and may end no
later than September 30.*
N. Contract Attachments: Enter the exact number of attach-
ments to this contract. NOTE: All attachments must be
numbered and must have the project number on the first page.
The Statement of Work, General Provisions, and Special Pro-
visions must be attachments 1, 2 and 3 respectively.
II. TSS FORM A3.0, PAGE 2 (Back)
A. Project Number: Same as page 1.
B. Contingent Fee: The question asked here is: Has the
contractor- employed and/or agreed to pay any person or
organization a commission fee, or other consideration _
for helping the contractor obtain this contract? (Pay-
ing someone for legitimate services such as writing a
proposal or performing research is not the issue; the
primary question is whether a kick -back or other Im-
proper activity is involved). If such 1.5 the case (in
other words, if either "has" block is checked), TSS
cannot accept the contract.
*However, if the proposed project period, as discussed in
item J above, overlaps Federal fiscal years then a continua-
tion project would be initiated. The continuation contract
would consist of page 1 of Form A3.0, proposed budget and if
the scope of work changes, a revised Statement of Work.
Pace 10 of 22
Procedures A3.0 & A3,
C. Equal Opportunity: The questions being asked are:
1. Has the contractor ever participated in a contract
which has either:
a. the same equal opportunity clause as shown in
our current General Provisions,•lor
b. hny earlier version of the equal opportunity
clause (which is now obsolete)?
NOTE: The references contain the phasing 'of the
-earlier, obsolete equal opportunity clauses and
these documents are not available (because they are
obsolete). To escape this "Catch-22" problem, the
contractor should check the "has" block if he has
ever had a contract which had any kind of an equal
opportunity clause at all. _
2, Has the contractor filed all required compliance
reports? NOTE: If no compliance reports were ever
required, then the contractor has, indeed, filed
all required reports and should check the second -
"has" block. The only, time the second "has not"
block should be checked is when the contractor has
been required to submit compliance reports but has
not done so.
D. Affirmative Action Program: Principals of the contractor's
organization will know if they have had to file an affirma-
tive action plan. Only one block should be checked:
Page 11 of 22
Procedures A3.0 3.l
E. Certification of Nonsegregated Facilities: This certification
is required on all contracts. The most common question is:
does this apply to sexually-segreated restrooms" The answer
is no; the ruling has been made that the individual's right
to privacy has precedence.
F. Reports: Note that page 2 of Form A3.0 regarding this re-
quirement, has precedence over the Statement of Work.
H. Clean Air Act Compliance: Mandatory on all Federal contracts
in excess of $100,000 only.
I. Principal Place of Performance:- Insert the name of the -city
(if any), county, and state where the greater portion of the
work under the contract will -be performed.
J. Assurance: Required on all contracts.
K. Signature: The contract must be signed by a representative
of the contractor who is legally authorized to make binding
contractual commitments for the contractor. The project
director (if not the person who signed for the contractor)
should also sign the contract, if possible. The date of each
signature should be inserted. Typed or printed names, titles,
addresses and phone numbers are required on the remaining
lines.
Page 12 of 22
Procedures A3.0 & A3.1 -
III. CONTRACT ATTACHMENT I - STATEMENT OF WORK (TSS Form A3.1 -Enclosure B)
A. GENERAL: A well written Statement of Work is the backbone of
a good traffic safety contract. The Statement of Work must
clearly and specifically define the responsibilities and the
actions to be performed by both parties and,by major subcon-
tractors (if any). The Statement of Work should be written
so that an independent third party with reasonable intelli-
gence, but na specialized knowledge, can clearly understand
-what-each party to the contract is to do. The key questions
are: (1) who?, (2) what?, (3) when?, (4) where?, (5) why?
B. "Format: TSS Form A3.1 may be used, if desired; however, a
plain_sheet of paper will suffice. If the form is not used,
be certain that the project number, the words ' ATTACHMENT 1"
and "STATEMENT OF WORK" are included on the first page, that
the -pages are numbered 1 of "x," 2 of "x," etc., and that all
applicable items listed below are included: -
C. Description -of Work to be Performed: The work to be.performed
mustbe clearly stated with a series of tasks and task descrip-
tions.
D. Accountable Assets: If the contractor is authorized to pur-
chase accountable assets, the Statement of Work shall include
-
a list of the authorized assets.- When assets are authorized,
reference the General Provisions which concern accountable as--
sets.
s-sets. If assets are to be provided by TSS (either as a trans-
fer from a prior year's contract or from another site), the
Statement of Work should include a statement to that effect
and a list of the assets (TSS Form GC -GFA or a computer print -
Page 13 of 22
Procedures A3.0 & C '
out)should be included as an attachment* to the contract.
E. Milestone Schedule: A milestone schedule must be included in
the Statement of Work. Milestones must be included for the
"start" and 'bompletion" of the contract plus any other
major milestones which are appropriate. Some projects will
have a few appropriate milestones, others may have many. It
is recommended that a milestone be used if, and only if, a
tangible event occurs (the completion of a report results
in a tangible product, namely, a copy of the report, whereas
"starting" a plan or completing 50% of an activity often pro-
duces'no tangible product and therefore is not a good mile-
stone), only very complex projects should have as many as
10 to 15 milestones or more; and "average" project might have
6 -to 10.. All useable milestones will be included in the -
monthly computer reports, and their completion must be do-
cumented in monthly or quarterly reports.
F. Deliverable Items: If any documents, such as reports, plans,
etc., are to be delivered, the.Statement of Work should in-
clude a full description of (and any detailed requirements
for) the item(s) to be delivered, the quantity of'each re-
quired, when they must be delivered, where they are to be
delivered, and who bears the cost of delivery.
*Each additional attachment to the contract must bear the project number
and must be assigned an attachment number in the order in which the first
reference to the attachment appears in the contract. For example, the
first additional attachment referred to will be Attachment 4, the next
will be Attachment 5, etc..
Paae 14 of 22
Procedures A3.0 & A3.1
G. Estimated Budget by Cost Category: As a part of the Statement
of Work,'include a budget which includes cost category totals •'
and lists the type of expenditures included. This is a sum-
mary of the -detailed budget which is included as support
material. (See Part VII).
Example: Personal Services
Coordinator $1,600
Secretary $ 734
$28,000
H. Method of Evaluation: Most traffic safety projects should be
evaluated in at least a semi -scientific manner so that the
OTS manager and the contractor will have a valid basis for
• -determining if the project was really worthwhile and should be
continued (or repeated elsewhere). The responsibilities of
all parties concerned in the evaluation must be clearly stated
in_the Statement of Work.
IV. CONTRACT ATTACHMENT 2 - GENERAL PROVISIONS (TSS Form GC -2A)
A list of general provisions and a correctly completed General
Provisions Check List ( TSS Form GC2) must be included as Attach-
ment 2 to the contract. Only the check -list is required in addi-
tional copies of the contract. The project number must be in-
cluded on the first page of each form. -
V. CONTRACT ATTACHMENT 3- SPECIAL PROVISIONS (TSS Form GC -3)
Include a list of special provisions or a sheet with the state-
ment to the effect that no special provisions apply to the con-
tract. The project number and "ATTACHMENT 3" must appear at
the top of the first page. -
VI. OTHER CONTRACT ATTACHMENTS
Other attachments, as referenced in the Statement of Work, must
be attached to the contract. Each must bear the project number
and attachment number.
Page 15 of 22
,Proc,edures,A3.0 & P"
VII. SUPPORTING MATERIALS
Each contract file in Austin must include the following support
material. These items are not a part of the contract but are
required by Federal Regulations and TSS' policy on all negotiated*
contracts in excess of $2,500 to show evidence that proper methods
wereusedin selecting the contractor and that the total contract
price is a reasonable estimate of what the work specified should
cost. These items can be made a part of the contract by reference,
but this is not recommended. Any cost category information which
is
to
A.
required should be stated
avoid error or confusion.
Procurement Information for Negotiated Purchases in Excess
of $2,500 (TSS Form PI -1): . Enter the project number in the
first space provided, and the initial date of the project
period in the second space. Check one applicable "Reason"
block (the first block should always be checked on projects
with counties, communities, or state agencies, such as DPS).
Check one of the three "_Basis" blocks. When a state agency
or local jurisdiction is the contractor, check the "other"
block and enter the words "responsible jurisdiction." If
explicitly.in the Statement of Work
the contractor is an engineer or a
block can be checked and the state
cation cited.
In other instances,
CPA, the "Qualifications"
registration or certifi-
contact the Accounting
and Contract Section for assistance. Check the applicable
* Competitively awarded contracts require special procedures and docu-
mentation which must be prepared to suit the specific project. Con-
tact the Fiscal and Planning Group, SDHPT for assistance.
Page 16 of 22
Procedures A3.0 & A3 '
"Basis" block and attach (or reference) the applicable pre-
award audit or attach a Budget by Cost Category (see below).
The responsible manager, upon determining that the cost is_
in fact reasonable and consistent with the scope of work
specified in the contract, should sign and date the form in -
the spaces provided.
B. -'Detail Budget by Cost Category (Tss Form BUD): As a necessary
part:of determining the reasonableness of proposed cost, the
_responsible manager must review the budget in detail; in par-
- ticular,
ar-`.ticular, the -following determinations must be made:
1. Are the right categories or classes of people being used?
For example, an engineering study may -be done entirely by
an engineer_or by an engineer with different numbers of
clerical and support personnel. Is the mix of personnel
appropriate for the scope of work indicated?
2. Are-the-number_of hours estimated for each individual
(or class of individuals) consistent with the scope of
work? For -example, in some private organizations, the
president or some other executive is often charged
directly to -contracts to "cover" his salary, even though
he does no work directly related to the contract. (His
salary should be part of the indirect or "overhead" cost)..
3. Are benefits and other charges reasonable and correctly
calculated?
4. Are Indirect Cost and Profit (if any) reasonable? (See
sections I.H.5 and 6.)
5. Have all extensions and totals been correctly computed?
Page 17 of 22
r.00euur CS HJ . V of nJ n 1
6. Does the overall cost "seem" reasonable for the scope
of work specified?
The manager should attach a copy of the cost breakdown to
TSS Form PI -1 and send it to the Fiscal and Planning Group.
The format of this budget may vary according to the type of pro-
ject involved; the level of detail and types of information evalu-
ated, the practices of the contractor, and the "style" of the
manager; A suggested format (which should be used in the absence
of a -compelling reason to use another) is presented in TSS Form
BUD.
NOTE: The budget as described above is a detailed estimated
budget with rates and extensions. This budget supports the
estimated budget outlined in the Statement of Work.
VIII. SUBCONTRACTS:
A. General: Each subcontract must contain essentially the same
elements as the basic contract. More specific information
is presented below. Subcontracts on all Federally -funded
contracts must be approved by DOT before any costs are in-
curred against it. It is strongly recommended that all sub-
contracts be submitted for approval at least 60 days or more
in advance of planned go ahead, and preferably at the same
time the original contract is submitted for approval.
B. Contract Form: Both pages of TSS Form A3.0 can be used in '
a subcontract if all references to TSS are changed. The
contractor may wish to use another form; this is acceptable,
provided all the requirements, representatives, certifica-
tions, and acknowledgements are properly included at some
appropriate point in the subcontract.
Page 18 of 22
Procedured A3.0 & A3.1
C. Statement of Work:- The same guidelines apply to contracts
and subcontracts. The TSS prime contract should be cited in
the subcontract, however, and the subcontractor should be
informed that all Federal and State laws which apply to the
prime contract also apply to the subcontract.
D. General Provision: Use the TSS Form GC -2A.
E. .Special Provisions and other Attachments: The same guide-
lines apply to the prime contract and the subcontract.
Page 19 of 22
T
TEXAS TRAFFIC SAFETY PROGRAM CONTRACT,
' STATE DEPARTMENT OF HIGHWAYS AND PUBLIC TRANSPORTATION
TRAFFIC SAFETY SECTION .
I I NATIONAL
I STAND F.10
^VJ•, I -"^v, -,V• `W1 U U U U U
PRJJECT NAME
BRIEF DESCRIPTION OF PROJECT IFOR DETAILS SEE STATEMENT OF WORK)
•
•
GOADS
METHOD OF EVALUATION (FOR DETAILS SEE STATEMENT OF WORK)
COST CATEGORY
AMOUNT
FUTURE
FUNDING PERIOD
AMOUNT
PERSONAL SERVICES
CONTRACT SERVICES
COMMODITIES
OTHER DIRECT COST
INDIRECT COST....
PROFIT
-
OCT. -DEC.
JAN. -MAR.
APR. -JUN.
JUL-SEP
' -
PROPOSED PROJECT
PERIOD - -
TO -
--_
CONTRACT. PERIOD _
TOTAL
TOTAL
TO
TYPE^OF REIMBURSEMENT-
I LUMP SUM
$ ll^�
I COST UWTOF WORK
1
B U71 COST PLUSFIXED FEE
I I SPECIFIC RATES
ACTUAL COST -
I
pp FOR DETAILS SEE STATEMENT OF WORK
SOURCES OF FUNDS
AMOUNT
REIMBURSEMENT UM
MAXIMUM AMOUNT
REIMBURSEMENT
2. NO COST CATEGORY
BY MORE THAN 5%
TOTAL BUDGET
3. ONLY THOSE COSTS
THE FOLLOWING
ELIGIBLE PDR REIMBURSEMENT:
TO
TS
ELIGIBLE FOR
•
FEDERAL(402)
GTSF
-
LOCAL
_
-
MAY BE EXCEEDED,
OF THE CONTRACT
INCURRED DURING
PERIOD SHALL BE
___
4. THE CONTRACTOR MUST BEAR ALL
COSTS NOT ELIGIBLE FOR REIIBURSE-
. _. MINT
TOTAL
-
1 • THIS CONTRACT INCLUDES-
• IN THE EVENT OF ANY
CONFLICT SHALLBE RESOLVED
APPEARS. USING THE
1. CONTRACT (THIS
2. STATEMENT OF WORE
3. GENERAL PROVISIONS
K 4. SPECIAL PROVISIONS
5. OTHER
� • FEDERAL AND STATE
1 • THC CONTRACT MAY
f
ATTACHMENTS
_
BETWEEN PROVISIONS AND/OR REQUIREMENTS OF THIS CONTRACT, THE INCONSISTENCY OR
AN ORDER OF PRECEDENCE TO EACH. ACCORDING TO THE FORM OR ATTACHMENT IN WHICH IT
-
-
SHALL BE THE BASIS FOR DETERMINING EUGIBIUTY OF COSTS_ _
WRITTEN AUTHORIZATION EXECUTED IN ACCORDANCE WITH TSS policy.
INCONSISTENCY OR CONFLICT
BY ASSIGNING
FOLLOWING ORDER:
FORM)
(ATTACHMENT 1)
(ATTACHMENT 2)
(ATTACHMENT S)
REGULATIONS AND GUIDELINES
BE AMENDED ONLY BY
71•E CONTRACTOR IS HEREBY AUTHORIZED TO PERFORM WORK ON THIS PROJECT. DURING THE PERIOD CITED ABOVE, SUBJECT TO THETERMS AND
CONDITIONS OF THIS CONTRACT AND ALL APPLICABLE STATE AND FEDERAL LAWS AND REGULATIONS.
SIGNATURE OF PERSON AUTHORIZED TO COMMIT TSS SIGNATURE OF PERSON AUTHORIZED TO COMMIT CONTRACTOR
TITLE TITLE
laa �s;r.,.�. CONTRACTOR
TEXAS TRAFFIC SAFETY PROGRAM CONTRACT Procedures A3.0
ATTACHMENT. 1 Enclosure B •
STATEMENT OF WORK FT-�--I I -I m r1
NUMBER
NIIMBEN
INJ LUDE Mn I SION1 SCHEDULE AND MF 'HOD IH kVA% UAIION
TSS`., V o•,FC„
GAGE • OP _
Page 22 of 22
ril Ca JIlj160L J
Contract Number (51) 03-03
ci
INTERLOCAL COOPERATION ACT CONTRACT
This Contract and Agreement is entered into by and between the State Agency
and the Local Govermental Body shown below as Contracting Parties, pursuant
to the authority granted and in compliance with the provisions of the "In-
terlocal Cooperation Act", Article 4413(32c) V.C.S.
I. CONTRACTING PARTIES:
The Receiving Party:
The Performing Party:
City of Corpus Christi
State Department of Highways and Public Transportation
II. STATEMENT OF SERVICES TO BE PERFORMED:
The "Performing Party" agrees to perform skid test, operations 'tin various
•streets within the city limits of Corpus Christi for the "Receiving Party."
III. BASES FOR CALCULATING REIMBURSABLE COSTS:
See attached estimate.
Pile 18.303-1 Page 1 of 2
IV. CONTRACT AMOUNT:
The total amount of this contract shall not exceed 2619.58
Two Thousand Six Hundred Nineteen Dollars and 58 Cents.
V. PAYMENT FOR SERVICES:
Receiving Party shall pay for services received upon receipt of a
proper invoice or voucher prepared by the Performing Party within
thirty (30) days from receipt of same.
Payment for services performed shall be billed lump sum upon completion
Payment received by the Performing Party shall be credited to its
current appropriation item(s) or account(s) from which the expendi-
tures of that character were originally made.
VI. TERM OF CONTRACT:
This Contract is to begin May 1, 1981 and
shall terminate September 30, 1981
THE UNDERSIGNED CONTRACTING PARTIES do hereby certify that, (1) the ser-
vices specified above are necessary and essential for activities that are
properly within -the statutory -functions and programs of the affected par-
ties of Local and State Government, (2) the proposed arrangements serve
the interest of efficient and economical administration of Local and State
Government, and (3) the services, supplies, or materials contracted for,
if involving a State agency as one party to the contract, are not required
by Section 21 of Article 16 of the Constitution of Texas to be supplied un-
der contract given to the lowest responsible bidder.
Receiving Party further certifies that it has the authority to contract for
the above services by authority granted in Article 4413(32c) V.C.S. and/or
The authority for execution is accomplished under Minute Order No. 70104.
RECEIVING PARTY
Name of Agency
STATE OF.TEXAS
Certified as being executed for the purpose an'
effect of activating and/or carrying out the
orders, established policies, or work programs
heretofore approved and authorized by the Stati
Highway and Public Transportation Commission:
By: 4PPROVED:
Authorized Signature
Title
Date
File le 18.303-2 Page 2 of 2
BY:
Engineer -Director
Executed and approved for the State Highway
and Public Transportation Commission under
authority of Commission Minute 77446
RECOMMENDFD-FOR EXECUTION:
Director, Finance
• isn,
icrx, .tan
County. Nueces
Limits: From:
To:
District No..
PROJECT ESTIMATE
For Maintenance Special Je`31s 6$Day Labor Construction
CoCo. - l�s.. o.Hwy. _ Prnjeot ... Kind Control Sec. Job Struct.
No. No.
Streets within the city
...... _ ._ Length _ _ .......Ft-
-limits of Corpus Christi
Present Condition:
Proposed Work:
Skid -test City Streets with the city, limits of Corpus Christi
Prepared By:_ Jon -_Underwoo�Senior Research Engineer -_____3.-13
uMIT nr
Y9r.
tl£A
tF £ S 4 i l i 7! E Mr QUANTITY
Miles
19._.31
Traffic Count
Fatal -F Injury
Accidents in 19
Fatal -t- Injury Accident Rate Per
100 Million Vehicle Miles in 19.__
Total 2619:53
Plus ...-..% Engineering and Contingencies_...
TOTAL ESTIMATE . $ 2619.58
Recommended by:
Dletrlct Itnalaae.
(submit Project Ertlmate In quadruplicate ereumpanied by Fetter o! recommendation In depUcate.)
Estimated Contract Cost
Skid Test - State Department of Highways F.Pub•lic Transportation
1. 454 Lanes Miles @ $5.77 $ 2,619.58
Traffic Control - Corpus Christi Off -Duty Policemen
1. Vehicle - $.18/mile x 454 Lanes Miles = $ 81.72
2. Two (2) Off -Duty Policemen
Salary: $10/Hr x 48 Hrs x 2 Policemen = 960.00
Benefits:
Social Security - 6.65% of Salary ($960) = 63.84.
TMRS - 8.38% of Salary ($960) = 80.45
Insurance:
Group: .25775/Hr x 48 Hrs x 2 = 24.74
Workmans Comp: .033930 x Salary ($960) = 32.57
Subtotal = $ 1,243.32
Traffic Engineering Staff
1. Salary - $8/Hr x 80 Hrs = 640.00
Benefits:
Social Security - 6.65% of Salary ($640) = 42.56
TMRS - 8.38% of Salary ($640) = 53.63
Insurance:
Workmans Comp: .002088 x Salary ($640) = 1.34
Group: $.2315/Hr x 80 Hrs = 18.52
Subtotal $ 756.05
GRAND TOTAL = $ 4,618.95
Corpus Christi, Teas
o( day of
TO THE MEMBERS OF THE CITY COUNCIL
Corpus Christi, Texas
For the reasons set forth in the emergency clause of the foregoing ordinance, a
public emergency and imperative necessity exist for the suspension of the Charter
rule or requirement that no ordinance or resolution shall be passed finally on
the date it is introduced, but that such ordinance or resolution shall be read
at three meetings of the City Council; I/we, therefore, request that you suspend
said Charter rule or requirement and pass this ordinance finally on the date
it is introduced, or at the present meeting of the City Council.
, 199/
Respectfully,
Council Members
Respectfully,
The City of Corpus Christi, Texas
The Charter rule was suspended by the following
Luther Jones
Betty N. Turner
Jack K. Dumphy
Bob Gulley
Herbert L. Hawkins, Jr.
Dr. Charles W. Kennedy
Cliff Zarsky
The above ordinance was passed
Luther Jones
Betty N. Turner
Jack K. Dumphy
Bob Gulley
Herbert L. Hawkins, Jr.
Dr. Charles W. Kennedy
Cliff Zarsky
vote:
by the following
vote:
16288