Loading...
HomeMy WebLinkAbout020436 RES - 08/30/1988A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH THE TEXAS STATE DEPARTMENT OF HIGHWAYS AND PUBLIC TRANSPORTATION FOR FUNDS TO CONTINUE THE TRASER TRAFFIC MONITORING PROGRAM. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. That the City Manager is hereby authorized to execute a contract with the Texas State Department of Highways and Public Transportation for funds to continue the TRASER Traffic Monitoring Program, all as more fully set forth in the contract, a substantial copy of which is attached hereto and made a part hereof, marked Exhibit A. ATTEST: ity Secretary MAYO, APPROVED: /91" DAY OF HAL GEORGE, CITY ATTORNEY By Ass4eterit City Attorney 206PW170.res 1 THE CITY OF CORPUS CHRISTI, TEXAS 19t V 20436 MICROFILMED TEXAS TRAFFIC SAFETY PROGRAM CONTRACT STATE DEPARTMENT OF HIGHWAYS AND PUBLIC TRANSPORTATION TRAFFIC SAFETY SECTION AUSTIN, TEXAS 78701 3 l 15 NATIONAL STANDARD PROJECTNAMEDRIVER BEHAVIOR SELECTIVE ENFORCEMENT- TRASER CONTRACTOR: • BRIEF DESCRIPTION OF PROJECT (FOR DETAILS, SEE STATEMENT OF WORK) Contractors will purchase/secure a personal computer capable of handling the TRASER software package developed be Texas Transportation Institute. Contractors will hire personnel to enter all traffic data on TRASER. The contractors will review data generated by TRASER and will assign police enforcement personnel to selected STEP sites as indicated by TRASER information. The state will provide funding for .some of the personnel costs. Contractor will submit proper reports and claims. GOALS To reduce accidents at TRASER- selected STEP sites. METHOD OF EVLUATION (FOR DETAILS, SEE STATEMENT OF WORK) Administrative COST CATEGORY AMOUNT PROPOSED PROJECT PERIOD FROM 10/01/88 Thla Contract Future Years Total Pro)eet PERSONAL SERVICES CONTRACT SERVICES COMMODITIES OTHER DIRECT COST INDIRECT COST PROFIT $14,326 • To 9-30-89 CONTRACT PERIOD ENDS 9-30-89 TOTAL $14,326 TYPE OF REIMBURSEMENT LUMP SUM SOURCES OF FUNDS AMOUNT REIMBURSEMENT 1. 2. 3. THE NOT ELIGIBLE LIMITS MAXIMUM AMOUNT ELIGIBLE FOR REIMBURSEMENT $ FEDERAL( 4 02 ) GTSF $ 14 r 326 LOCAL 996 ❑ COST PER UNIT OF WORK NO COST CATEGORY MAY BE EXCEEDED BY MORE THAN 5% OF THE CON- TRACT TOTAL BUDGET ONLY THOSE COSTS INCURRED DURING THE CONTRACT PERIOD SHALL BE ELIGIBLE FOR REIMBURSEMENT. CONTRACTOR MUST BEAR ALL COSTS FOR REIMBURSEMENT. COST PLUS FIXED FEE a SPECIFIC RATES X ACTUAL COST FOR DETAILS. SEE STATEMENT OF WORK TOTAL $15, 322 • THIS CONTRACT INCLUDES 4 ATTACHMENTS: action plan . SHALL BE THE BASIS FOR DETERMINING ELIGIBILITY OF COSTS 1. STATEMENT OF WORK 4, 2. GENERAL PROVISIONS 3. SPECIAL PROVISIONS • FEDERAL AND STATE REGULATIONS AND GUIDELINES File 18.133.1 (rev. 3/84) (Replaces TSS Form A3 0) page 1 of 3 The Contractor Is hereby authorized to perform work on this project during the contract period, subject to the terms and conditions of this contract and all applicable state and federal laws and regulations. BY• 08/30/88 Signature of Person Authorized Date to Commit Contractor Juan Garza City Manager Title City of Corpus Christi - Police Contractor Contractor Mailing Address: Corpus Christi Police Department P. 0. Box 9016 Street or P.O. Box Corpus Christi. Texas 78469-9016 City, State, Zip Code ( 517 ) 886-2603 Area Code Phone Number 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 under the authority of Minute Order 82513. APPROVED: BY Date Fil• 18.133-3 (Rev. 6/88) page 3 of 3 STATEMENT OF WORK I. HSP AUTHORIZATION: Attachment I This contract implements Task B, sub -task 3 PSP (89) 01-01 of the FY 89 Highway Safety Plan. II. PROBLEM STATEMENT: All Texas jurisdictions that are charged with the responsibility of traffic law enforcement have a common problem in trying to identify where to place their limited resources (personnel and equipment) in order to have the greatest impact on the motor vehicle accidents involved in their jurisdiction. Data they receive is sometimes three or four months old before they have an opportunity to evaluate their needs. TRASER is needed to allow for up-to-the-minute input in order to do the best planning possible. III. OBJECTIVES: 1. To reduce the total accidents at TRASER-selected sites within the jurisdiction by the end of the contract period. To build an automated traffic records system to record 100% of all accident reports and 100% of all police citations issued by 9-30-89. IV. RESPONSIBILITIES OF THE CONTRACTOR: A. Carry out the objectives according to the Milestone Schedule in the Project Action Plan (Attachment 4). B. Report to the Department, on approved forms, according to the following: 1. A quarterly Project Performance Report describing activities and accomplishments will be submitted no later than the 28th of the month, following the reporting period. This report will be on Form 18.308-1 and should contain information from Attachment 4 (Action Plan) and performance indicators listed in Section VII of this Attachment. If requested in writing by the Department, this report will be provided more frequently than quarterly. Page 1 of 3 2. A Financial Status Report will be submitted no less than quarterly by the 28th of the month, following the end of the quarter. 3. Requests for Advance or Reimbursement will be submitted no later than the 28th of the following month. 4. A Final Report summarizing all activities and accomplishments will be submitted no later than 30 days after the contract end date. C. Attend meetings according to the following: 1. The Contractor will arrange for meetings with the Department no less than quarterly to present status of activities, discuss problems and present a schedule for the following quarter's work. 2. The project coordinator or other qualified person will be available to represent the Contractor at meetings requested by the Department. V. RESPONSIBILITIES OF THE STATE OF TEXAS: A. Monitor the Contractor's compliance with performance obligations and fiscal requirements of this contract. B. Provide program management and technical assistance as appropriate. C. Perform an administrative evaluation of the project at the close of the contract period to include a review of adherence to budget and milestone schedule and attainment of objectives. D. Reimburse the Contractor according to the following cost categories up to the Reimbursement Limits on page 1 of Form File 18.133-1. Personal Services: 1. Actual cost of wages for TRASER STEP employees. 2. Actual costs for travel and per diem (not to exceed state reimbursement rates) for attending meetings called by the state. Other Direct Costs: 1. Mileage, actual costs (not to exceed .21 cents per mile) . Page 2 of 3 VI. MILESTONES: ACTION A. B. RESPONSIBLE COMPLETION Reimbursement request submitted Activity reports submitted C. Progress Review D. Progress Review VII. PERFORMANCE INDICATORS: Contractor Contractor Contractor & Department Contractor & Department no more than 28 days after re- porting period no more than 28 days after re- porting period 60 days after contract imple- mentation 150 days after contract imple- mentation The following performance indicators, when applicable, shall be included in each progress report and summarized in the final report: A. Number of citations issued under the TRASER program. B. Number of enforcement hours worked under TRASER. C. Number of high accident locations identified under the TRASER program. D. Number of high accident locations identified that required both enforcement and engineering attention. E. Reduction (number of) in accidents involving fatals, injuries and property damage. Page 3 of 3 ATTACHMENT 2 STATE DEPARTMENT OF HIGHWAYS AND PUBLIC TRANSPORTATION GENERAL PROVISIONS FOR TEXAS TRAFFIC SAFETY PROGRAM CONTRACTS I. DEFINITIONS: A. Commission: The State Highway and Public Transportation Commission of Texas. B. Contract Manager: The representative of the Department immediately responsible for liaison between the Department and the Contractor, and for supervision and inspection of the work or activity conducted under this contract and of the materials used. C. Contractor: The State agency, political subdivision, corporation, firm or individual entering into agreement within the State or the Department under this contract, or any subcontractor of such an entity. D. Department: The State Department of Highways and Public Transportation. E. Effective Date: Unless otherwise specified, the effective date of a contract or contract modification is the date of signature of the last party whose consent is necessary to the validity of the contract or modification. F. Engineer: The State Engineer -Director of the Department, or his authorized representative. G. Project Director: The representative of the Contractor immediately responsible for liaison between the Department and the Contractor. H. State: State of Texas. I. Subcontract: Any agreement between the Contractor and a third party, assigning to that third party any of the obligations for personal and professional services undertaken by the Contractor under this contract. The term excludes contracts for the purchase of goods only, or for general employment, whether full-time, part-time or intermittent. The -third party subcontractor may be an individual or an organization, including a corporation, a partnership, a proprietorship, a joint ven- ture or a co -venture. J. U.S. DOT: The United States Department of Transportation, acting through either the Federal Highway Administration or the National Highway Traffic Safety Administration, as may be appropriate. (Revised 3/84) 1 of 14 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 a timely or proper manner the obligation of this agreement, the Department may ter- minate this agreement by giving written notice to the Contractor at least seven (7) days prior to the effective date of termination and specifying the effective date of termination. 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, all finished or unfinished documents, data, stu- dies, surveys, reports, maps, drawings, models and photographs prepared by the Contractor shall, at the option of the Department, become the property of the Department. The Department shall reimburse the Contractor for those eligible expenses incurred during the contract period which are directly attributable to the completed portion of the services covered by this agreement, and shall pay the Contractor a portion of any authorized fee determined by dividing the actual eligible cost of the services actually and satisfactorily performed by the estimated reimbursable cost of the total services contracted for, and multiplying the authorized fee by the rate thus computed. V. EXCUSABLE DELAYS: Except with respect to defaults of subcontractors, the Contractor shall not be in default by reason of any failure in performance of this contract in accordance with its terms (including any failure by the Contractor to progress_ in the performance of the work) if such failure arises out of causes beyond the control and without the default 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 unusually severe weather. In every case, however, the failure to perform must be beyond the control and without the fault or negligence 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 sub- contractor, and without the fault or negligence of either of them, the Contractor shall not be deemed to be in default, unless (a) the supplies or services to be furnished by the subcontractor were obtainable from other sources, (b) the Engineer 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 Engineer shall ascertain the facts and extent of such failure and, if he shall determine that any failure to per- form was occasioned by any one or more of the said causes, the delivery schedule shall be revised accordingly. (Revised 3/84) 3 of 14 A. LUMP SUM - The Contractor agrees to perform the work specified and to accept s payment a fixed dollar amount. B. COST PER UNIT OF WORK - The Contractor agrees to perform the work spe- cified and to adcept as payment a specified unit price for each unit of work performed. C. COST PLUS A FIXED FEE AMOUNT - The Contractor agrees to perform the work specified and to accept as payment reimbursement for all valid costs incurred in accordance with the terms of the contract plus a spe- cified fixed fee. D. SPECIFIC RATES OF COMPENSATION - The Contractor agrees to perform the work previously stated and to accept payment according to a schedule of payment rates specified in the contract. E. COST - The Contractor agrees to perform the work previously stated and to accept as payment a reimbursement for all eligible costs incurred and paid in accordance with the terms of the contract. X. TERMS AND CONDITIONS OF PAYMENT: A. Unless otherwise specified in the Special Provisions, the Contractor agrees to bill the Department at quarterly intervals only, using the forms and format specified. 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 this contract. C. The Department's obligation to reimburse the Contractor is contingent upon the U.S. DOT's making available sufficient Federal funds to meet that reimbursement obligation, and the Contractor's costs being eli- gible for reimbursement under both this contract and applicable Federal regulations. If the term of this contract transends the State's fiscal biennium, the Department' -s obligation to reimburse is also contingent upon appropriation of funds by the State. XI. INSPECTION: The Department and, when Federal funds are involved, U.S. DOT and any authorized representative of the Federal government, have the right, 'at all reasonable times, to inspect, or otherwise evaluate the work performed or being performed hereunder and the premises in which it is being performed. If any inspection or evaluation is made on the premises of the Contractor or a subcontractor, the Contractor shall provide and shall require his sub- contractor to provide all reasonable facilities and assistance for the safety and convenience of the inspectors in the performance of their duties. All inspections and evaluations shall be performed in such a manner as will not unduly delay the work. (Revised 3/84) 5 of 14 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 the Department, U.S. DOT, and any authorized representative of the Federal government. C. 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. D. Records which related to (1) any question under the "Disputes" clause of this contract, (2) litigation of any claim arising out of the per- formance of this contract, or (3) any cost or expenses of this contract as to which exception has been taken on audit, shall be retained by the Contractor until such appeal, litigation, or"exception has been finally resolved or adjudged. E. The Contractor further agrees to include in each of his subcontracts in excess of $10,000.00 in total value, a provision to the effect that the subcontractor agrees that the Department, U.S. DOT, and any authorized representative of the Federal government 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 Department and copies of such data and material shall be furnished to the Department on request. XV. REPORTS: A. Before publication or printing, the final draft of any report required under the contract schedule shall be submitted to the Department for review and concurrence. Review and approval by the U.S. DOT will be coordinated by the Department 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 Department. Reports or other such information are material in the public domain, and shall not be copyrighted or restricted as to distri- bution and reproduction. The Contractor shall furnish the Department with the quantity of copies of the report specified in the contract. B. Each report covered by paragraph A must include the following state- ments on the cover page: (Revised 3/84) 7 of 14 E. Sanctions for Noncompliance: In the event of the Contractor's non- compliance with the nondiscrimination provisions of this contract, the Department shall impose such contract sanctions as it or U.S. DOT 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, 2. cancellation, termination, or suspension of the contract in whole or in part. F. Incorporation of Provisions: The Contractor shall include the provi- sions of paragraphs (A) through (F) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or by directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as the Department or U.S. DOT 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 Department 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 specified 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 regulations 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 provisions of the Contract Work Hours Standards Act unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the normal hourly rate for each hour of work in excess of eight hours in any calendar day, or in excess of forty hours in such workweek, whichever 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 the period specified in General Provision XIII: Retention. XVIII. CONVICT LABOR: In connection with the performance of work under this contract, the Contractor agrees not to employ any person serving a sentence of imprison- ment at hard labor. (Revised 3/84) 9 of 14 C. Special Provisions D. General Provisions XXII. ASSIGNMENT AND TRANSFER: The Contractor shall not assign, sell, transfer or otherwise dispose of this contract or any portion of it, or his rights, title or interest in it, without the approval of the Commission. Each party binds himself and his partners, successors, administrators and executors. XXIII. CANCELLATION: The Department may cancel this contract if the Contractor violates any of the laws of the United States of America or the State of Texas. In such event, the Contractor shall be reimbursed only for those costs incurred prior to the contract's cancellation, computed as set forth in General Provision IV: Conditions for Termination Prior to Completion. XXIV. CONTRACTOR'S LIABILITY: The Contractor shall be liable for any loss of, or injury to, any material acquired, provided, 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. XXV. HOLD HARMLESS: (Does Not Apply If Contractor Is A State Agency.) The Contractor is an independent Contractor and not an agent, servant, or employee of the State. The Contractor shall hold the State and its representatives harmless from all suits, actions or claims of any kind brought on account of any person or property in consequence of any neglect in safeguarding the work, or of any act or omission by the Contractor or its employees, or from any claims or amounts arising or recovered under Workmen's Compensation Laws or any other law, bylaw, 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 the Contractor in the manner or method of performing the work for the period of the contract. XXVI. TAX AND COMPENSATION LIABILITY: Nothing herein contained shall be construed as incurring for the Department or 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 Department of the State if the Department and the Contractor were standing in an employer-employee rela- tionship, and the Contractor hereby agrees to assume and pay all such liabilities. (Revised 3/84) 11 of 14 G. Audits to be made by the Contractor or at its direction to determine, at a minimum, the fiscal integrity of financial transactions and reports, and the compliance with laws, regulations, and administrative requirements. The Contractor 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 H. A systematic method to assure timely and appropriate resolution of audit findings and recommendations. XXX. PROCUREMENT PROCEDURES: A. All procurement transactions for supplies, equipment or services, whether negotiated or advertised and without regard to dollar value, shall be conducted to provide maximum open and free competition con- sistent with efficient and economical program management in accordance with applicable State and Federal laws and regulations. The Contractor should be alert to organizational conflicts of interest or noncom- petitive practices among providers which may restrict or eliminate com- petition or otherwise restrain trade. B. The Contractor shall use its own procurement procedures which reflect applicable State and local laws and regulations, provided that those procedures conform, as a minimum, to the requirements of OMB Circular A-102, Attachment 0. C. The Contractor shall provide the Department with a copy of its proce- dures for any procurements authorized under this contract which will exceed $250.00 in value. The Department will review those procedures to determine that the Contractor's procurement system meets applicable criteria. No costs associated with such procurements made by the Contractor prior to the Department's determination of compliance are eligible for reimbursement. D. Proposed procurement actions in excess of $250.00 must be reviewed and approved in writing by the Department prior to accomplishment of the procurement to avoid the purchase of unnecessary or duplicative items. No costs associated with such procurements made by the Contractor without the Department's written approval are eligible for reimburse- ment. Inclusion in a contract executed by the Department is considered approval in writing. E. Contractors shall maintain records sufficient to detail the significant history of a procurement, and shall provide the Department with a copy of those records. The record shall include, at a minimum, information documenting the Contractor's rationale for the method of procurement, the selection of contract type, the selection or rejection of provider applicants, and the basis for the cost or price. The Contractor shall maintain these records as required by General Provision XIII: Retention. (Revised 3/84) 13 of 14 Attachment 3 rSPECIAL PROVISIONS 1. State Department of Highways and Public Transportation Commission policy mandates that ;employees of the Department shall not accept any benefits, gifts or favors from any person doing business or who •reasonably speaking may do business with the State under this contract. The only exceptions allowed are ordinary business lunches and items that have received the advanced written approval of the State Department of Highways and Public Transportation Engineer -Director. Any person doing business with or -who may reasonably speaking do business with the State under this contract may not make :any offer of benefits, gifts or favors to Departmental employees, except as mentioned hereabove. Failure on the part of the contractor to adhere to this policy may result in the termination of this contract. 2. The maximum amount payable under this contract is contingent upon the availability of appropriated funds. 3. The Grantee shall comply with the requirements of the Single Audit Act of 1984, P.L. 98-502, ensuring that the single audit report includes the coverage stipulated in paragraphs 6, 8, and 9 of OMB Circular No. A-128. 4. For out of state travel expenses to be reimbursable, the Contractor must have obtained the approval of the Department prior to the beginning of the trip. A copy of the documentation of that approval must accompany the request for reimbursement. >,•r1 4• 4-3> •r1 U U � b O bib O OO A • g > rt O G) a0$4 HUH aU P l▪ a 0 N o Oa) 4-)k .r, N U 'd w O 4-1 W V 1.00 VM roo N +� ✓ O g O O -O t 0 b• � •rl UA 0 1V H 0 0 O N 4 p4 a a a a a a a J a a a a a a a W Q O Z a U o a RESPONSIBLE U A U 0 0 ow U U ACTIVITY V 0 (43 1~ o o -.-1 M O Ll .-1 0 11 0 a4Wo >i m O r-1 O N 14'1 C) > � � $4 a o .. 000-1 ma 4Ja• •r1 OW g4 -IMM 40.04 0 a M •n e4 H N N 0 V.:), u)el .-4 • Ow •r1 r♦ 0 •r1 w W 4)4) -,-1$4 g O Aa 0 O Mg r1 b► W N V V k N g O ori 0i o ao 0 414A0 0 a V 4 - gm W.-1000 4J •ri • $ 14 r-1 0 b N O fb O 43.-i.4).- MI Oars •> r-4 004 0' o 1 N •� g 4 14 0 W N O •r1 w • 4J0N �� 0»H •r4 g - O •r♦ N M O H g(434) 0 o �. › O Ja>g O 40km o b O $-1 0 o O •r1 - U)< g a ( N 4W r l H d' U1 STEP ESTIMATED BUDGET (Not a part of the contract) City of Corpus Christi Contractor yNFORCEMENT ACTIVITIES: I. Personal Services: A. Enforcement (Overtime) 1. Patrol Officers: hours @ per hour= $ 2. Sergeants: hours @ per hour= $ 3. Lieutenants: hours @ per hour= $ B. *Staff/Supervisory Support **1. Keypunch Operator: 2080 hours @6.306 per hour= $ 13,116 2. Clerk Typist: hours.@ per hour= $ **3. Project Director hours @ per hour= $ C. Travel & Per Diem (State Rate} 1. Travel for two people to attend two meetings called by D-18STO = 1,000 II. Other Direct Costs: *A. Mileage (not to exceed state rate) 1,000 miles @ •21 per mile = 210 TOTAL CONTRACT COST: $ 14,326 *These combined costs may not exceed 10% of the total contract amount. **Only cost allowable under TRASER STEP. The above resolution Betty N. Turner David Berlanga, Sr. Leo Guerrero Clif Moss Bill Pruet Mary Rhodes Frank Schwing, Jr. Mary Pat Slavik Linda Strong 99.066.01 Corpus Christi, Texas 3d day of was passed by the following vote: 20436 , 198 8