DALLAS COUNTY COMMISSIONERS COURT BRIEFING AGENDA · 1 dallas county commissioners court briefing...
Transcript of DALLAS COUNTY COMMISSIONERS COURT BRIEFING AGENDA · 1 dallas county commissioners court briefing...
1
DALLAS COUNTY COMMISSIONERS COURTBRIEFING AGENDA
July 2, 2002
MAJOR TECHNOLOGY REVIEW AT 8:00 A.M.
to be followed by regular Court
ITEMS FOR THE JULY 9th BRIEFING,BOTH FORMAL AND BRIEFING SESSION,
MUST BE SUBMITTED NO LATER THAN 4:00 P.M.ON TUESDAY, JULY 2, 2002
REPORTSIRECOMMENDATIONSIREQUESTS
1) JUVENILE DEPARTMENT
PAGE NOS.
FY 2003 Project Spotlight Grant Application 4-21
2) HEALTH & HUMAN SERVICES
a) LIHEAP and DOE Weatherization Assistance Program 22-27
b) Approval of FY 2002-2003 Ryan White Title I Allocated Funds .
c) FY 2002-2003 Ryan White Title II Supplemental Funds 33-39
d) Amendment to Texas Department of Health Contract#7560009056 2002, Attachment # 12A, IDEAS 40-47
2
3) PURCHASING
a) A High Technology Request for Proposals for JUlY ServicesManagement System for Dallas County . . . 48-83
b) Request for Proposal for Residential Services for Sex Offendersand Other Aggravated Type Offenders for Dallas CountyCommunity Supervision, RFP No. 2002-139-1179 84-157
c) Request for Proposals for Domestic Violence Battering Interventionand Prevention Counseling and Treatment Program Services(District Attorney - Family Violence Division),RFPNo.2002-119-1153 , 158
d) Purchase of Becton Dickinson PROBETEC UrineTest Kits for Testing Sexually Transmitted Diseases 159-160
4) OFFICE OF BUDGET AND EVALUATION
Unclaimed Money under Texas Property Code, Section 74.602 161-163
5) PLANNING AND DEVELOPMENT
Request to Participate in Revised City Center TIF District . . . . . . . . . . . . 164-169
6) ENGINEERING AND PROJECT MANAGEMENT
a) Parking Expansion - Henry Wade Juvenile Justice CenterBid No. 2002-134-1174 170-172
(COURT ORDER ON FORMAL AGENDA)
b) Migratory Bird Control Program .. . . . . . . . . . . . . . . . . . . . . . . . . 173-174
7) PUBLIC WORKS
Major Capital Improvement Program Project Selections 175-181
3
8) OPERATIONS
a) George Allen Building Traffic Impact Study 182-186
b) Extension of Texas Engineering Experiment Stations (TEES)Monitoring Agreement 187-190
9) HUMAN RESOURCE MANAGEMENT/CIVIL SERVICE
a) Request to Approve Starting Salary above Maximum Human ResourcesApproved Hiring Rate-Public Works . . . . . . . . . . . 191-204
b) Service Awards Policy . ...... 205-206
10) Auto Ticketing System. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . .... Handout
11) Jail Health Services with UTMB N/A(Please Refer to Information Item No.4)
12) Miscellaneous, Travel Requests, Miscellaneous Equipment,and Telecommunications Requests. . . . . . . . . . . . . . . . . . . . . . . . . . . .. 207-211
13) PUBLIC COMMENTS
Speakers .
FIVE SIGNATURE DOCUMENT(s) FOR CONSIDERATION
Minister's Letter of Appreciation
DATES TO REMEMBER
No Court on Tuesday, July 16,2002
.... N/A
Dallas CountyJUVENILE DEPARTMENT
'" : ',' ~I'" ~', CJ~'C~·~ ~- -
Date:
To:
From:
Re:
MEMORANDUM
June 25, 2002
Dallas County Commissioners Court
Michael K. Griffiths, Director
FY 2003 Project Spotlight Grant Application
BACKGROUND OF ISSUE
Dallas County Juvenile Department has been receiving funding from the Office of the Governor,Criminal Justice Division, (CJD) under the Project Spotlight Grant for the last three years. Thisprogram which is a partnership between the sheriffs department, juvenile probation, and adultprobation uses a team approach to provide intensive supervision to ensure youth and youngadults are meeting their conditions of probation. The program is designed to reduce violentcrimes in the 75217 Zip code area of Dallas County,
During FY2002, the department received a total of $688,500 in Project Spotlight funding. Thisincluded a separate award of $28,500 for gang prevention services. The initial indication fromCJD regarding FY2003, is that there will be one award in the amount of $643,847 which will comefrom a combination of state and federal funds. The breakdown of the funding sources andcontributions are as follows:
FY2000 Discretionary Juvenile Accountability Incentive Block Grant FundFY2001 Discretionary Juvenile Accountability Incentive Block Grant FundFY2003 Criminal Justice Planning FundTotal Anticipated Funding:
$134,135.00$187,789.00$321,923,00$643,847.00
The purpose of this briefing is to obtain Commissioners Court approval of the application forfunding under the Project Spotlight program for FY 2003.
IMPACT ON OPERATIONS AND MAINTENANCE
The Dallas County Juvenile Department was chosen as lead agency to facilitate this project in thisarea. The Juvenile Department in conjunction with the Dallas County Sheriffs Department andAdult Probation will operate this program. Operational responsibility is split between the threeagencies and coordinated by staff from the Juvenile Department.
2600 Lone Star Drive, Box 5 Dallas, Texas 75212 (214) 698-2200
-~LEGAL INFORMATION
The application process requires that a separate grant application be submitted to each of thefunding sources. The signature of the Dallas County Judge is required on all of the applications.The signature of the Dallas County Judge is also required on all of the ComprehensiveCertification and Certified Assurances forms, all ofwhich are standard CJD requirements. As withall grant funding, CJD also requires that the Commissioners Court formally assure that in theevent of loss or misuse of CJD funds, Dallas County will retum the funds to CJD in full. Thislanguage will be included in the Court Order authorizing acceptance of the grant funds. With theexception of the Grant Application Cover Sheets, the three applications are the same. One copyof the application and copies of the three cover sheets are included in this briefing.
FINANCIAL IMPACT I CONSIDERATIONS
For FY 2003, CJD has set a funding limit of $643,847 per Project Spotlight applicant. TheJuvenile Department and Adult Probation will each continue to reallocate an existing position tothis grant as in-kind contributions. No additional cash match will be required from the countygeneral funds to operate this program.
PERFORMANCE MEASURES IMPACT
Project Spotlight is designed to serve youth and young adults who have been adjudicated andplaced on supervision with specific conditions of probation. The Criminal Justice Policy Councilevaluates the program based on outcome measures designated by the legislature during the 76th
Legislative session. Local statistics reflect that so far during FY 2002, Project Spotlight hasserved 76 juvenile offenders and only 4 (5%) have had to be committed to the Texas YouthCommission. A total of 56 adult offenders have been served with only 5 (8%) resulting incommitment to the Texas Department of Criminal Justice, Institutional Division.
PROJECT SCHEDULE/IMPLEMENTATION
This is the third year of operation for Project Spotlight. The program initially began operationin FY2000. The FY 2003 funding cycle will cover the period of November 1, 2002 throughOctober 31, 2003.
MIWBE INFORMATIOH
This section is not applicable to this briefing.
Recommendation
It is recommended that the Dallas County Commissioners Court approve the application forfunding under the Project Spotlight program from the Office of the Govemor, Criminal JusticeDivision and authorize the County Judge to sign the application documents on behalf of DallasCounty.
APPROVED BY:
2600 Lone Star Drive, Box 5 Dallas, Texas 75212 (214) 698-2200
6
GRANT i\'PPLICATION COVER SHEET
I Lc~l rwrc of o~r=(;on ••• i),n,," 9 Title of Pro)..:,
DAllAS 1I I'[ -y PR(\ Wr:T' SPmlTr.J..IT,
D,vuion or unil ... "hin ,he lppli.:llll OrptlLCUOn CO IdminUlc( the projtl:l 10, ApplicJ,ion for:
JWENlLE DEPARlMENT 2000 Funding Block- DiscretionaryJ. Orficill IpplicJnl orpni::u,on 1N,lin~ IddrUj.
Juvenile Accountability Incentive Block Grant411 ID1 STREET DAllAS TEXAS 75202 CFDA 16.523
J, C~.oou up '0 the of .r.e (ollo""n" INt bftt descnCc 1M Pn)j~t:
':1 AJtcm.2tr.·c td\lc~ion Fo.'n", Qu......~lra~II. County wtlcre tlcad'lllJtlen Ire b~:::J C1lold .1lIa. Q Nara:llCS'IS" enlorCOtT'tf'l
~ CO""""""Y poijc=~ Q Pard.::J CO""""""1-0"... pr"cr.::•• ~~Icr'l DALlASQ CO\IIU O~cn ..~ Crime p'rtftUi04 ~ ~"c/iu'<ttld."""ca(~l:adOflI:J OWtnioll Q ~;cn It'druo~~"",~.:"ere:n~_)
12. POpUIJlion of u,c county ..·tlcre the hcJdqu:l.tlen Ire bJ.Sed.:J om~ Wlul. In,o.'ic><.,J (OWl) O~~
:J F~y and dcnlCltic \;o~t:".ct Q s..bslarce _ lrea",._~ ftum'anion (w Of!'ll'l..!tn) Q TtCMcIogy improvetr.etIl 2,050,865.'J {Q\"tscl\:1ti\c Q T~t'II'l9 =Jrenc&I:J t.l\'t tnforctm~nt Q '<I.,,,, aSSistance
$, Person CJO 'houlJ c~n~Cl to lJ'.3WU ,pc:ific q"'$tiON lbolll the ;pplicati.:-n. IJ. All cities and counties in the Ht'\i<:e JrcJ of the projt':l and I!lc population ~fcae/\.
:-1.,..,: MICHAEL K. GRIFFITHSTidc: DIRECIDR OF .JUVENILE SERVICES DAllAS COUNTI
...ddress: 2600 IOtiLE STAR DR TIlEDALlAS, TEXAS 75212
14. Grant P.riod:
Tclephone number: 214-698-2223 NOVEMBER 1- 2002 - MARCH 31 2003Fl.,~cr: 214-698-5508 l.s. Is this an lpplicalion (or llnl,ye:ar fundinll~
c-I'":lil addr:ss: [email protected] ~ Yes o No
I( "No-. complete tl'A (ollowill;Year o( Fur.dir.1I (or this applicanJn (check one):
6 Al;eI1CY" St.Jle PJ)ee Ider.ti:'kJ:lon Swrber: o Ye:u2 o Yu:J o Y.ar J o Ve:ar.s o Year-Current Gl'3nt I: ..... ..
75-6000905 --------------16. l( a local application. COO to wl*h application i$ s,"bmirted far nt..CS re\ ic·.\
i. Is the Jpplicalll ol).ltli.ution deliroClllenl on an)' sw. or (ed.ral dcbl7
0 Ves (If 'Yes', attach an explanaOOl'l.) 0 NoIs this application in response to a lo.:al'reJiolQl Reqt.lCS1 (or Applicatians~
S. Amolllll o(CJO
I Ia Ycs o No
AlloClrion eash~bt.:hFIltldJ R.qllCsted
1$134,135.00 I17. I( proj~l is SQI.....ide. on ...h:u dare w;as a .opy a( the application sllbmirtcd ror
FY 2003 -0- nAeS review'
TOTAL 1$134,135.00 I -0- Is this application in mptll'lM III a S~lcwide R~l (or'Applications'0 Yes o No
T~ the besl of my knovo-lcdp. all~ in INs application is INC an:I.om..'t. TheJ;plication has be.n dilly IIIlhiHizId by l!le Fvcminl body of l!le .pplic:anr w a\l"csto co~ly with all eso NIcs, illI:ludinIl!le IllXhcd lSSIlI'IIlI:C1. if.w~ I FOR COG USE 0.""Y I
Is this Ill9licaliOll sIImd with aIlOlbu COO?
T)llCd Narnt afA,"lhoriud Ot5ciaJ: CPn/II: IRqian II:
T.FF. F. .TJ ":l(<:;rn JIll'[ 'Y ,TlJT)GF.Sipcun o( A,"lhori:cd Olfic:i:aI: Priority II:
Om Sipd; COO Application IdCllnllcr.
Page 4 - Discretionary Juvenile Accountability Incentive Block Grant Fund
/
GRANT ApPLICATION COVER SHEET
I. L<.,;:11 lW'I'4: o( o~tion ipplyin~ 9. Titl< o( Proj«t
DAT.T AS '11 IN' Y PTU) 11<'("1" SPm'1 Tr.~
2. Oi'ision or unit within the applio:ant or;:lniz:ltion to admini!t<r the proj«~ 1O. Application (or:
1=' 2001 Funding Block- Discretionary'toN
J. Official ipplicant o~iution mailin; address. Juvenile Accountability Incentive Block Grant411 ElM STREET, DALLAS , TEXASs 75202 CFDA 16.523
4. C~K up to fi"e o( thc (ollow""g th.1t b<!t dncn'be the project:
a AJlcnuli,"c tC-.&CatiOft pro.-nftI Ol.lw~~II. Couney ...·here hea~.;uaner! are baud:o C1Iild allw. o ~cs~Sl< enlon:emltll
~ Co"""",,">' poli<irl, o Parcl.o eOllll\Uloi<)'-l.uc<l ",,<'tnrio. ~ Proeaclon DAll.ASo e...... o Prosecu1Icn~ Crime ""<"_ion :Ill P\lrd'Ia..oIjlNri.Ht'ACaS(~cn)
Oiunion o Fltno\4~on and tUodllir.g Iju....,;l. dltendcn beds)12. Population o( the c.\:tIey where the h<a~4u.ul'r! It: b~<d.o om in, Wllil. IDlO.,icatN (OWl) o S-.aI assaut
o Fot:Vly IlId domnuc ,iol.... o Substance Ibuse IrUlI'I'\rt~ Inur."ftltioG (..·.'otfC'Gc1~s) o Tec:tvld09Y~""~
tn"rsti';lli\"1 o TflIirin; c:onttnrea 2,050,865o La... tn{orctmftlC o Vlalm assiSlanco
$. P<mn C1D !hould .0nt.1ct to answer !p«ific questions about the application. 13. All dan and COI:'::($ in the ur-ic< a:01 o( tll< project anJ t!l< >'Cpu!.1tion o(each.
Name: MICHAFJ, K. GRIFFIWSTitl<: DIRECTOR OF JUVENILE SERVICES DAllAS COUNIY
Addr:u: 2600 lONE STAR DRIVEDAI I AS TEXAS 75212
14. Orant Period;
Telephone nurr.b<r: 214-698-2223.1PQTI 1 '>/VI':l ':11 ?m~- II' 1~"J,l
Fa., n..::.b<r: 214-698-5508 15. Is this an applica~1\ (or lint-year ~~r-ll~
e-mail iddreu; [email protected] 5{ Yes ONo
l( -No", complete tI-.. ~Ilowinll
Vea.- o( l'ur.dinll"or tl'.;.s al'lllication (chee\: cr.e);6. AfCncy'S State Payee Idencif.cation Nurr:ber: o Ye:tr2 OYe:tr~ o Year" o Yeu$ o Yea,,' -
Cutrent Grant #: - - - -75-6000905 --------------
16. It a local applicaccr. COO to ...·hich a;plication is submi..~ (cr TlV.CS review.
7. Is the appliclllt o~rion delinquent on any Slate or t.deral debl~
0 Yes (If 'Yes', attach an explanation.) ~ NoIs chis applicatice in re!ponse to a locaL repor.al Request (or Applications'
S. AmoUlll o(CJO
\ I0 Yu o No
Allocatiol\ Cash Maa:hFWlCis Requested
I I 17. I( projcet is !latro·:4•• 01\ wh:u !bte ....u a copy o( the application JIIbmined (orFY 2003 $187,789.00 -0- nACS rMew~
.-
TOTAL I$187,789.00 -0-Is this apP~1\ in respoNC to a !lacewicie Request (or Applications~
0 Yes o No
To the best o( my kMwlcdp. all inIbnn:ation iIllhis applicadon is IrIlI and COlftCt. Theapplication h:l.s llccn cIuIy authorized by the ao-nina body of dle applicaJlt and a~to comply with all CJO Nics. iro:ludinl the anached _CSt if awalllcd. I FORCOGUStO:,\LY I
Is this applicalion sIwtd witll another COO~
Typcd Name o(Authorized Official: CPTN II: RClioll II;
LEE F. JACKSON. COUNTY JUDGESiptlft o( Authorized Oll'ici:1l: Prioriry II:
Date Sipd: COO ApplicaUOll Idelllilier:
Page 5 - Discretionary Juvenile Accountability Incentive Block Grant Fund
8 . -:: ..: - -:'-
GRA1'\TT ApPLICATION COVER SHEET,. L!9al name of orllanlUtion applY'!'l9. 9. TiUe of PrOlect
DAllAS COUNTY PRO. TF'.r.T~PlrrT T(CUT
2. Division or unit "";tl'un tl'Ie applicant orllanlUtion to administer tl'Ie project 10. Application for (checle. only one):\t CrimiNI Justice P1anni!'l9 F\Jf1d (S~te)
.TIIVFNTT t:' HooP II f<']VI ~ N a Juvenile Justice and Delinquency Prevention Act Fund (Federal) CFDA.16~40 .
3. Official applicant orllanization maili!'l9 address.a Safe and DfUIl·Free SChOOlS and Communities Act Fund (Federal)
CFDA. 84. '86
411 ID1 STREET, DAllAS, TEXAS 7520211 .Coonty where headquarters are ~std:
4. Choose up to five of tl'Ie folloWl!'l9 tl'Iat best describe tl'Ie projectfit.T T ~ c:o Altemative education program o Parole
.o Child abuse ~ ProbaUon
12. Population of tl'Ie county where the h.udquarters are based.0:: Community policing o Prosecutiono Community-based prevention ct Purchase of Jwenile SeMces (probation)o Courts o Renovation and retrofitting Owenile
? ()t;() S<kc;0:: Crime prevention detention beds)o Diversion o School-based preventiono Driving While Intoxicated o Sexual assault 13. All cities and counties in the service area of the project and theo Family and domestic violence o Substance abuse treatment population of each.0:: Intervention (w/oHenders) a Technology Improvementa Investigative o Training conferenceso Law enforcement o Victim assistance DAllAS COUN'IYo Law enforcement trainingo Narcotics task force
5. Person who CJD should contact to answer speofic questions about the14. Grant StJrt Oat.:
application. NOv 'JV ~~.f< 1 2m?Name: MICHAEL K. GRIFFI11IS , 5 .Is this an applicaton tor ftrst-~ar funding?
Title: DIRECTOR OF mVFNIIE SERVICES 0 Ves RNo
If 'No'. complete the follo.,.,;ng
Address: 2600 LONE STAR DRIVE Vear of Funding for this application (ch«lc one):
o Year 2 a Vear 3 ~ Vearo{ o Vear 5 o Year--DAIIAS TEXAS 75212QIlwtQ;rtt SF-OO-X23-14930-
Telephone number: 214-698-2223 16 .Date and city of appfK:ation workshop attended:
Fax number: 214-698-5508 ocroBER 9, 2001. ARLINGTON. TEXASe-mail address: [email protected] 17 .If a local application. COO to which application is submitted:
6. Agency's State Payee Identification Number:
7c;_h, Is this application in response to a locaVregional Request for Applications?
7. Is tl'Ie applicant ofllanization delinquent on any stale or federal debt? 0 Yes 0 No
a Ves (If 'Yes'. attach an explanation.) ~ t-b
18. On what date wu a C09Y of l/'le application submitted for TRACS Review?8. Requested Funds Amount of CJD Funds Grantee Total Match
R__sttod
FY 2003 request Is this appfK:ation in response to a state.,.,;de Request for Applications?
$321.923.00 -0- 0 Ves 0 No
FY 2004 request4ft Ipplicable)
FY 2005 request(it 'Pplicable)
To the best of my knovviedge. all infon'nation In this application Is tn.. and FOR COG USEONLY ICOlTeet. The application has been duly aut/'loriZed by l/'le governing body of the
Is this application~ with another COO?applicant and agrees to comply "";tl'I all CJD rules, including the attachedassurances, if awanded. Ves 0 NoO
Typed Name of Authorized Official: CPTNI: lRegion I:
T.FF. F. .TA .K""III\! UJlJN'IY nmr.F.Signature of Authorized Official: Priority I:
Oate Signed: COG Application Idenllfter:
9
DESIGNATION OF GRANT OFFICIALS
LEGAL NAM:E OF AGENCY:_~DA~L::.l::L~AS~C~OU~NTY~ _
PROJECT TITlE: P_R_O_J_EC_T_S_P_OT_L_I_GH_T _
~ Mr.a Ms.
MICHAEL K. GRIFFITHSProlect Director Name (TrPe or Print)
uIRECTOR OF JUVENILE SERVICES - DALLAS COUNTY JUVENILE DEPARTMENTTide and Agenr;y
2600 lONE STAR DRIVE. BOX 5 DALLAS. TEXAS 75212
Daytime Telephone Number Fu [email protected]
E-Mail Addr<:$S
a Mr.~ Ms.
VIRGINIA PORTERFinancial Officer Name (Type or Print)
COUNTY AUDITOR - DALLAS COUNTY AUDITORS OFFICETide and Agen~
509 MAIN STREET. SUITE 407 DALLAS. TEXASOfficial Agency Mailing Addrw at)"
'214-653-6472
75202Zip
214-653-6440Daytime Telephone Number
~ Mr.a Ms.
LEE F. JACKSONAuthorized Offici21 Name (Type Of Prine)
COUNTY JUDGE - DALLAS COUNTY
Fa:tNumhcr
Fa.'tNumbcf
Tide and At,ency411 ELM STREET. SUITE 200
Official At,ency Mailing Addrw214-653-7555
Daytime Telephone [email protected]
E-Mail Addr<:$S
DALLAS. TEXASat)"
75202Zip
214-653-6586
PROJECT SPOTLIGHT BUDGETGRANTEE NAIIE: IDallas County Juvenile DeparbnentPROJECT TITLE: IProject Spotlight
Slale
Granl BudGe!
Fecleral
Granl BudGel1
Feder••
Granl BudGel 2 Comb'"" BUdg.t
BUDGET CATEGORIES Granl Period
CJO
PERlIOlIKEL: I 10
11/1102
MATCH
$0
10131103
TOTAl.
$0
Grenl Period I 1111102
CJO I MATCH
n3,m I $0
3/31103
TOTAl.
n3,m
Granl Period I 4/1103
CJO I MATCH
'102,511 I $0
10131103
TOTAl.
"02,511
CJO
'175,133
MATCH I TOTAL
$0 I '115,133
BASIC PROGRAM:
1 Coordnelor (100%)
Fringe_is2 .kNWMe__Ql1k:erI (100%)
FrInge_
PREVENTION PROGRAM:
None
BASIC PROGRAM:
2 _sDepoMn (100%)
FringeBenellls2 A<UI __ orne.... (100%)
!Fringe Ileneftls
PREVENTION PROGRAM:
ProI..slonel5er1lk:..
TRAVEL"T~:
BASIC PROGRAM:
.kNWMe·sLocaI_. R.......-
.kNeriIe·s Tra\lllli T""'*'II
Sher1ll's Tra\lllli T""'*'II
MArs Tra\llll & TI1lII'*lg
PREVENTION PROGRAM:
None
BASIC PROGRAM:
FexM_
10IlJI*c....,.... .,.,~ f'rc>I1"em lor l'I1olo{fephy
3 Gals Zoom IllnoCUIrs lQ.3O x 60 (.....8N002)
C<D'_PREVENTION PROGRAM:
soso$0
so
___so_$2lIO;r02
$0
$0
$83,ll69
521.507
$95.526
$1,325
5U25
$2,500
51.250
$1.750
$0
$n5
$150
5150
5225
S250
so$0
$0
so
$0
so
so$0
so$0
$0
$0
so$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
so
$0
$200,102
$0
$0
$83.669
521.507
$9M26
$7,325
51.825
$2,500
51.250
51,750
$0
tn.
5150
$150
5225
5250
521.696
58.467
$34.049
511.011
~.',,27
$34.063
$9.300
$0
so
$47.764
$3,H3
$913
51.250
$625
5875
$0
5311
575
575
5113
5125
$0
$0
$0
soso$0
so
so
so$0
$0
so
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
521.696
58.467
$34.049
511.011
___so_.'.121
$34.063
$9.300
soso
$41.764
",H3
$913
51.250
$625
5875
$0
$311
575
575
5113
5125
$30.313
$9.054
$47.ll69
515.415
___$0_
$101,413
$47.693
513.017
soso
$47.763
",H3
5913
51.250
$625
5875
$0
$311
575
575
5113
5125
$0
so
$0
$0
$0
$0
$0
$0
$0
$0
so$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
530.313
$9.054
$47.ll69
515.415
$0
$101,413
$47.693
513.017
$0
$0
$47,763
"."35913
51.250
$625
5875
$0
$311
575
575
5113
5125
552.068
515.521
581.715
526.426
___$0_
~,2tI
581.756
522,314
583.ll69
$21.507
519H)53
"4,15'
$3,651
55,000
52,500
$3.500
$0
51.5$0
$300
$300
$450
$5llO
$0
so
$0
$0
$0
$0
$0
$0
$0
$0
$0
so
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
552.068
51M21
581.715
526.426
$0---~,2tI
581.756
522.314
$83.669
521.507
5191,053
'14,151
$3.651
55.000
52.500
$3,500
$0
51,5$0
$300
5300
$450
$5llO
~
<:>
$0
SUPPIJES .. DIRECT QI'ERATlKG~ I $25,101
BASIC PROGRAM:
$01 $0
$0 I $25.101
$0
SI2,_
$01 $0
$0 I 512,_
$0
SI2,_
$01 $0
$0 I '12,-
$0
$51,115 so$0 $0
$51.115
Shorlll's eer~ AA Time
OllIe. SUpples
ssaa$3,000
$0
$0
ssaa$3,000
5294
51.500
$0
$0
5294
51.500
$294
51.500
$0
$0
5294
SI,5OO
$1.116
$6.000
$0
$0
$1.116
$6.000
5her1Ir. _ Fuel & MoInl S2.000 SO S2,OOO SI.000 SO SI.000 SI.000 SO SI.000 54.000 SO 54.000
Shof1lT. URI"""" S250 SO S250 SI26 SO SI26 SI26 SO SI26 S500 SO S500
.kMIrOIe'. URI"""" SI.000 SO SI.000 S500 SO S500 S500 SO S500 S2.000 SO S2.000
_.URI"""" S250 SO S260 SI26 SO SI26 SI26 SO SI26 S500 SO S500
omceRonl 58.«lO SO 58.«lO 54,200 SO 54.200 54.200 SO 54.200 SI6.800 SO SI6.800
HIll'1CIaJl.(4P.....' S30 SO S30 S15 SO S15 S15 SO S15 S60 SO S60
TwoR~FIIl1111lt1111&_ SI311 SO S135 S6Il SO S6Il S6Il SO S6Il S271 SO S271
1"-,, SI04 SO SI04 552 SO 552 552 SO 552 S208 SO S20lI
long Ol.llInce S1,750 SO S1.750 5875 SO 5875 5875 SO 5875 S3.5OO SO $3.500
ceIk*lr Phone Nt TIme 54.050 SO 54.050 S2,025 SO S2.025 S2.025 SO 12.025 58.100 SO 58.100
UIIly SI.750 SO SI.750 5875 SO 5875 5875 SO 5875 $3.500 SO $3.500
EJota1C Manl1Dmg S2.5OO SO 12.500 SI.25O SO SI.260 SI.25O SO SI.25O 55.000 SO 55.000
PREVENOON PROGRAM:
None SO SO SO SO SO SO SO SO SO SO SO SO
10 10 SO SO 10 SO SO SO SO SO SO SO
TOTAL PROJECT conI: ,:134._ SO S234._ "".302 SO "",302 '221,131 SO '227,131 SM3,147 10 Sl43,141
..........
12
DALLAS COUNTYPROJECT SPOTLIGHT
FY2002-FY2003
PROGRAM NARRATIVE
PARTICIPATING AGENCIESDallas County Juvenile Department (DCm)Dallas County Sheriffs Department (DCSO)Community Supervision and Corrections (CSCD)
CONTACT PERSONSMike Griffiths, Carole Braden, Joanna Vatsis (DCm)2600 Lone Star Drive, Box 5Dallas, Texas 75212Phone: 214-698-2223, 214-698-2221, 972-329-2786Fax: 214-698-5508
Chief Jessie Herrera, Captain Jerry HunterDallas County Sheriff's Department133 N. Industrial Blvd. LB31Dallas Texas 75207214-653-3453Fax: 214-653-3420
Ron Goethals, Harold Wilson (CSCD)414 South R. L. ThorntonDallas, Texas 75203Phone: 214-860-4333Fax: 214-860-4421
TARGET AREAS
The primary Dallas County Target Area for Project Spotlight is zip code 75217. This zipcode is located in the southeast area of Dallas County. oem has identified threeneighborhoods located in the southwest corner of the zip code as primary target areas,however, project participants will be eligible from any part of this zip code. Probationersfrom neighboring City of Dallas zip codes, may be assigned to the project on a case by casebasis ifcaseloads are not at maximum capacity. The following surrounding zip codes havebeen added: 75227, 75253, 75180 (Balch Springs).
Page 1 of 5
13
TARGET AREA SELECTION PROCESSA review of the offender population in several areas of Dallas County was conducted. The75217 zip code had the highest concentration of probationers meeting the projectcharacteristics (high risk and gang involved) for both juvenile and adult offenders. Zip code75217 (pleasant Grove) will continue to be the primary target area with the highestconcentration of both adult and juvenile probationers assigned to Spotlight. However,additional, neighboring areas have been added to increase the pool of eligible offenders.
PROGRAM SUMMARYThe Governor's Criminal Justice Division has funded a comprehensive multi-agencyinitiative designed to provide intensive supervision and surveillance of youthful offenders.This collaboration oflocal government agencies encourages information sharing and allowsbetter oversight of gang members and other potentially dangerous offenders onprobation. Project Spotlight intensifies probation enforcement by teaming probation officerswith law enforcement officers to focus on high risk offenders. This project also encouragesintensive rehabilitative services to provide these young offenders a second chance to succeedin their communities.
Project Spotlight not only offers law enforcement and corrections agencies a specificmechanism to hold youth accountable, but it also stresses community involvement and thecoordination of existing resources. Neighborhood organizations, churches, and businessesare all encouraged to assist in building a continuum of services that are offered to Spotlightclients as well as other at-risk youths, adults, and families who live in the target areas.
It is the intent of Dallas County to ensure that Project Spotlight has a positive impact oncommunity safety and offender rehabilitation. The program evaluation will focus on thefollowing measures of community safety and increased community integration for programparticipants: reduction in the violent crime rate for the targeted services area; reduction inthe recidivism rate for probationers; increased school attendance; increased literacy;increased employment; and increased level of community service in the targeted areas.
SERVICES PROVIDED
Supervisioo/surveillance - This program is an intensive community-based supervision andsurveillance project. Probationers receive up to five face-to-face contacts each week,including announced and unannounced home visits. Contacts are also being made onprobationers at their homes, school, counseling setting, place ofemployment, or any locationwhere they are known to frequent. After 30 days of participation in the project the numberof face-to-face contacts may be reduced to three per week. The use of curfew restrictions,drug testing and electronic monitoring may be included to enhance supervision/surveillance.
Page 2 of 5
Case mana&ement - Standard case management procedures are utilized with these clients. Theassigned probation officer has full case management responsibility for their clients. Servicesprovided and/or referrals made are based on the individual case plans developed for each client.Standardized tools utilized to develop strategies for case management include risk/need indicatorsand offender profiling instruments. Services offered may include, but are not limited to: individual,group, and family counseling; substance abuse testing, education, or treatment referrals; mentalhealth referrals; supervised community service work; cognitive restructuring programs; life-skillstraining; education and vocational assistance; health education and service referrals; socialassistance; and physical fitness.
Familv development - Families are provided the necessary referrals to support and strengthen thefamily unit. Family members are offered the opportunity to be involved in all areas of the project,including services that are traditionally offered to the probationer such as educational and vocationalreferrals. Family members who are involved with the criminal justice system are identified andassistance is offered to their supervising agency. It is the expectation that family members supportand participate in all aspects of the probationers case plan, including but not limited to reportingviolations to the team.
Youth development - It is the intent ofProject Spotlight to identify and/or develop resources neededto help youthful offenders, as well as other youth in the target area, to learn and embrace sociallyacceptable behaviors. The intensity of the supervision/surveillance and the quick response toviolations supports the accountability response to probation. All clients are also involved instructured activities to limit their free time and introduce them to positive leisure activities. Someoffenders are required to complete a cognitive restructuring program designed to teach them problemsolving skills, goal setting, social skills, and thinking errors. Mentoring programs will be exploredas a resource in this area to partner clients with positive role models.
Community development - Project Spotlight team members develop resources from the localcommunity to be cultivated and used to support the probationers and their families. This team alsoworks to become easily identified resources to the community by establishing contacts withcommunity leaders, business owners, school personnel, citizens, etc. Community service projectsfocus on the needs of the target area. The long term goal of community involvement by this teamis to encourage ownership of the problems and encourage a neighborhood response.
PROGRAM DESCR.lPTION
Method of selectina probationers - Project Spotlight participants are selected on a case-by-casebasis provided the probationer meets a minimum eligibility criterion, or, as ordered by the Court.Probationers are identified for the program by the following parameters: must live within the zipcode of 75217 or within City of Dallas Zip Codes 75227; 75253; Balch Springs; age must bebetween 14 and 24 years ofage; referring offense is assaultive, aggravated, gang related, felony drugrelated, habitual, gun related, revocation ofa felony or habitual misdemeanor probation; and/or caseclassification indicates high risk/need scores.
Page 3 of 5
15
Orientation period - All probationers and families identified for Project Spotlight are given a briefprogram orientation by the referring officer prior to Court ordered participation. Project Spotlightteam members meet with each client, and guardian for juvenile clients, within one work day ofreceipt ofthe case file to provide a complete orientation and obtain signatures on the project contract.The orientation covers all program rules, expectations, and consequences for noncompliance. Theprobationer is also introduced to all team members available, case assignment is completed, and anyprogram related questions are answered.
Supervision - Each probationer has a designated officer assignment, however, each team memberis expected to know all program participants. All aspects of case management are the responsibilityof the supervising officer. Any team member may interface with any participant and/or monitor anyarea of surveillance or services provided.
Caseloads/proiram capacity - Initially each caseload was expected to have a maximum of fifteenparticipants. During the start up period there has been a delay in getting cases assigned due to thewaiting period for court and commitment to ensuring that the offender profiles matches projectguidelines. Absconders who remain at large for more than thirty days will be reassigned to otherofficers. The total number of probationers participating in this project at any time will be ninety.
Lenith of supervision period - It is expected that each probationer will serve a minimum of sixmonths in this project. Additional time may be considered if there have been compliance problemsor ifa probationer needs more time to complete their case plan.
Staffini patterns - All team members work in the designated target area. The primary workingschedule requires evening hours and at least one weekend per month. Officers have flexibleschedules and hours may vary slightly depending upon case management needs. Staffing patternsensure officer safety at all times by requiring a minimum of two officers conducting·nightly homevisits, face-to-face curfew checks, and neighborhood surveillance. Teams use marked or unmarkedvehicles during evening hours to conduct Spotlight business. To help attain the goals of the projectDallas County added a project coordinator/supervisor in 2001.
Plans for staff trainini - All team members will receive field safety training as offered by eachagency involved, especially provided by law enforcement agencies. Each agency will offer theirtraining resources to the other agencies. Each officer will be responsible for obtaining any and allnecessary training to maintain certification. Team members will also be trained to conduct thecognitive restructuring class, literacy testing, and training specific to any other specializedprogramming. These team members will also be trained to access each agency computer data base.Continued training programs will be sought that serves to improve the skills of the Project Spotlightteam members. Spotlight staff will participate in the training functions offered by Sam HoustonState University and other state and local agencies.
Page 4 of 5
16
SUPPLEMENTAL PROGRAMSEach project probationer will be- eligible for ancillary services provided by available resourcesfunded through existing community providers such as, but not limited to Medicaid, NorthSTARBehavioral Healthcare Network, Dallas Independent School District, Dallas County JuvenileDepartment nonresidential contracts, Dallas County Community Supervision and Correctionsfunding, Texas Works, Texas Workforce, private nonprofit service providers, and the Dallas PoliceDepartment.
PREVENTION COMPONENT AND EDUCATIONIEMPLOYMENT COMPONENTThe Dallas County Juvenile Department contracts with GIS King Consultants and other serviceproviders to provide nonresidential services in the target area. Services provided under the contractinclude program development related to the additional grant funding for community prevention(supplemental prevention funds), employment assistance services and gang prevention.
Page 5 of 5
17
COlVIPREHENSIVE CERTIFICATION(This jorm mUSI be submwed each year)(page 2 oj2)
PART II: EQUAL OPPORTUNITY PLAN (EEOP) CERTIFICATION - ANNUAL REPORTING REQlJIR..Ei\(ENT'
To identif>, you, type of o'lafl;:at;ofl, please ;flitial ofle of tire fo//o ...·;fll:
Type I Entity: EducatiONlVmedicaVnon-profit institutiontNative American Tribe - certification required (initial below); EEOP NOT required._ I certify' this organization is a Type I Entity. This entity will comply with the prohibitions against discrimination in any program or activity (28CFR § 42.203). is not requIred to maintain an Equal Employment Opport1.lnity Plan. but will comply with equal emplo)'ment opportunity programguidelines of the Department of Health and Human Services (28 CFR 42.302).Q&_ I am unable to certify the above statement and haH attached an explanation to this application.
Type II Entity: All other recipients receiving less than 525.000 - certification required (initial below); EEOP NOT required.
_ I certify this organization is a Type II Entity. This entity will comply with the prohibitions against discrimination in any program or activity (28 CFR§ 42.203). but is not required to maintain an Equal Employment Opport1.lnity Plan (28 CFR 42.301 et seq.).
Type III Entity: All other recipients receiving more than 525,000. but not more than $500.000 - cenification required (initial below); organIzation; mustmaIntain EEOP on tile for possible audit if the organization has more than SO employees._ I certify this orsanization is a T)'pe III Entity that emplo)'s less than 50 people. This entity will comply witb the prohibitions against discnmination In any program or acti,ity (28 CFR § 42.203). but IS not required to maintain an Equal Employment Oppommiry Plan (28 CFR 42.30 I tt seq);
Q&_ I certify this orsanization is a T)'pe III Entity that emplo)'s SO or more people. This entity will comply with the prohibitions against discrimination in any program or activity (28 CFR § 42.203). and has formulated an equal employment opportunity program (28 CFR 42.301 et seq.). that is on filein the office of (iflsen o'lafl;:atio" flame lIere) _.
Type IV Entity: For-profit entities and state and local governments receiving $500.000 or more - certification required (initial below); the orjaniution mustsubmIt an EEOP to Office for Civil Rights (OCR) for approval._ I certify this orsanization is a Type IV Entity. This entity will comply with the prohibitions against discrimination in any program or acti"ity (28CFR § 42.203). and has formulated an equal employment opport1.lnity program (28 CFR 42.301 tt seq.). that will be submitted to the Office for Ci"ilRIghts. Office of Justice Programs. Department of Justice. for approval upon award of a grant.
PART III: DEBAIU.tEl"'o'T CERTlFlCATION -M'1'ol1JAL REpORTING REQUlREl\(El"'o'T
If this Qpplicatiofl is fo, ftderal funds ifl £.'CCtSI of 5]5,000, I clnify tllQt (iflitial Ofll o"ly):_ By submission of this proposal, that neither the applicant agency nor its principals are presently debarred. suspended. proposed for debarment. declaredineligible. or voluntarily excluded from participation in this transaction by any fedet1ll department or agency._ I am unable to certify the above statement and have attached an explanation to this application.
PART IV: SIGNATURE PAGE
Applicants must complete this form and submit it to CJD before they will receive state and/or fedet1l1 funds. Recipients of state and/or fedet1ll funds mustfully understand and comply with the requirements listed on pages I and 2 of this documenL Failure to comply may result in the withholding of funds.termination of the award. or other sanctions.
20
DALlAS COUNIY JUVENILE DEPAR1MENTApplicant's Organization
LEE F. JACKSON, COUNlY JU[x;E
Printed Name and Title of Authorized Official
PROJECf SPOTLIGHT
Project Title
Signature of the Authorized Official Date
18
COrvIPREHE~SIVE CERTIFICATION(Tills form must be submitted each year)
(page 1 of2)
This cenlricatlon IS a matenal repr~entatlon of fact upon which reliance was placed with the agency determined to award the gnnt. If it is later deter.mined that the grantee knowingly rendered an erroneous cenltication. the agency. in addition to any other remedies available to the federal government.may take a, atlable Jctlon.
If thl; application is for federal funds in e~c~s of S100.000. I cenlfy to the best of my knowledge and belief:no fed=l appropnated funds have been paId or will be paId to any penon for influencing or attemptlng to influence an officer or emplo)ee of an, .gency.a memb<r of Congress.•n ofticer or employee of Congr~s. or an employee of a member of Congr~s in connection with the awarding of any fed=1 concract.the making of any federal grant. the making of any federal loan. the entmng Into any cooperative agreement, and the e~tenslon. ':OncInU"tIO.... ene\\al.amendment. or moditication of any federal contract. grant, loan, or cooperative agreement; •
2. If any non· federal funds have been paid or will be paid to any penon for influencing or attempting to influence an officer or employee of any agency. amember of Congr~s, an officer or employee of Congress. or an employee of a member of Congress in cOMection wIth this federal contr.lct, grant. [C;lI1.
or cooperative agreement. shall check here and the undersigned shall contact CJD or your local council of government! for the "Disclosure Fonn toReport lAbbying." andthe undenigned shall requIre that the language of this cenification be included in the award documents for all sub-awards at all tiers and that all sub.reclplentsshall cenlfy accordingly.
If this application is for federal funds. I cenify that to the best of my knowledge and belief:I. The applicant cenlfi~ that it will provide a drug-free workplace by:
A. Publishing a statement notlfying employees that the unlawful manufacture. distribution. dispensing, possession. or use of a controlled substance ISprohibited In the grantee's workplace and specifying the actlons that will be taken against employ~ for violation of such prohibition.
B. Establishing a drug·free awareness program to infonn employees about:1. the dangers of drug abuse in the workplace;2. the applicant's policy of maintaining a drug·free workplace;3. any available drug counseling, rehabilitation. and employee assistance programs; and.$. the penalties that may be imposed upon employees for drug abuse violations,
C. ,\taking it a requirement that each employee to be engaged in the perfonnance of the grant be given a copy of the statement required by paragraph(Al.
D. Notifying the employee in the statement required by' paragraph (A) that, as a condition of employment under the grant, the employee will:I . abide by the terms of the statement, and2. notify the employer of any criminal drug statute conviction for a violation occurring in the workplace not later than five days after such
conViction.E. Satifying the agency within ten days after receiving notice under subparagraph (DX2) from an employee or otherwise receiving acrual notice of such
conviction.F. Taking one of the following actions with respect to any employee who is so convicted:
I. taking appropriate personnel action against such an employee. up to and including termination; or2. requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purpos~ by a feden!,
state. or local health. law enforcement, or other appropriate agency.G. \laking a good faith effort to continue to maintain a drug-free workplace through the implementation of paragraphs (A). (8). (C). (D). (El. and (F)
Please read carefully and place initials in appropriate spaces be/ow.
PART I: AUDIT CERTIFlCATION - ANNuAL REPORTL'iC REQUIREMENT
.:. NOTE: Make only W selectioD under If1hs.t "Federal" or "State".
FederalIf tllis application Is fa, f_mll flUIds, 1 c.nify (1nidal an. ani)'):_The applicant agency cutreDdy expends combined federal /'undiDI of S3OO.OO0 or more and, therefore, i" required to submit an annual single audit by anindependent auditor made in accordance with the Sinale Audit Act Amendment! of 1996 and OMB Cirtular A·133._ The applicant aaeney cutreDt1y expends combined federal lundina of less than S3oo.ooo and therefore i" exempt from the Single Audit Act and cannot
charge audit cosu to a CJD if'IIIl I understand, however, that CJD may require a limited seope audit as defined in OMB Ci~uwA·D3.
d.!::!ll.StateIf Ihis application is fa, Ita,. funds, I c.rtlfy (1nlllal an. only):_ The applicant aaency cWTently expends combined state /'unding of S3OO,OOO or more and, therefore is required to submit an annual single audit by anindependent auditor made in accDrdance with the Unifonn Orant Management Standards (UOMS)._ The applicant agency cWTently expends combined state lundinl of less than 5300.000 and. therefore. is exempt from the Single Audit Act and cannotcharge audit casU to a CJD arant. I undentand. however. that OD may require a limited seope audit as defined in OMB Cirtulat A·133, adopted by reference
in Texas Adminis~tive Code section 3.19 (see also UOMS State Smale Audit).
19CERTIFIED ASSURA.NCES(page I of 3)
ThIs certification 1$ a matmal representation of fact upon which reliance Wa5 placed" Ith the agency detennined to iW1lrd the grant. If It is later determInedthat the grantee knowingly rendered an erroneous certification. the agency. in addition to any other remedies available to the federal go\ernment. ma~' takea\adabie actIon,
The applicant hereby assures and certifies compliance with all federal and state staMes. regulations. policies, guidelines and requirements, including 0:'18Circulars No, A·21. A·II 0, A·122, A·128, A·87, A·133; Office ofJustice Programs (OJP) Financial Regulations; Education Department General AdministrativeRegulations (EDGAR); E,O, 12372 Unifonn Administrative Requirements for Grants and Cooperative Agreements - 28 CFR. Part 66, Common Rule, and TitleI. Part I, Chapter 3 of the Te~a5 Administrative Code. that govern the application, acceptance and use of Federal and State funds for this project. In instanceswhere both federal and state re'.:luirements apply to a grantee, the more restrictive requirement applies.
PART I: FEDERAL & STATE ASSURANCES
The applicant assures and certifies that:
1. CONFLICT OF INTEREST -It will establish safeguards to prohibit employees from using their positions for a purpose that is. or gives theapp.:arance of being motivated by a desire for private gain for themselves or others, particularly those with whom they have family, business, or otherties,2. EXAMINATION OF RECORDS -It will give the sponsoring agency, the Office of the Govemor. or the Comptroller General. through anyauthorized representative. access to and the right to e;JCamine all records, books, papers, or documents related to the grant.3. TAXES - [t will comply with all State and Federa[ ta.~ laws and are solely responsible for filing all required State and Federal tax fonns,4. SUPPLANTING PROHIBITION - [t will use funds to supplement e;JCisting funds for program activities and may not replace (supplant) nonFederal funds that have been appropriated for the same purpose. The applicant understands that potential supplanting will be the subject ofmonitoring and audit. Violations can result in a range of penalties. including suspension offurure funds under this Program. suspension or debarmentfrom Federal grants, recoupment of monies provided under this grant, and civil and/or criminal penalties.S. :,,\ONDISCRlMINATION -
A, It will comply, and all iu contractors will comply, with the nondiscrimination requirements of the Omnibus Crime Control and Safe StreetsAct of 1968, as amended, (42 USC § 3789(d», or Victims of Crime Act (as appropriate); Title VI of the Civil Rights Act of 1964, asamended; Section 504 of the Rehabilitation Act of 1973, as amended; Subtitle A, Title II of the Americans With Disabilities Act (ADA)(1990); Title IX of the Education Amendments of 1972; the Age Discrimination Act of 1975; Department of Justice Non-Discrimination
,Regulations, 28 CFR Part 42, Subparts C, 0, E, and G; and Department of Justice regulations on disability discrimination, 28 CFR Part 35and Part 39.
8, In the event a federal or state court or federal or state administrative agency makes a finding ofdiscrimination after a due process hearing onthe grounds of race, color, religion, national origin, se:t, or disability against a recipient offunds, the recipient will forward a copy of thefinding to the Office ofJustice Programs, Office for Civil Rights.
C. It will provide an Equal Employment Opportunity Program (EEOP) ifrequired to maintain one, where the application is for $500,000 ormore.
PART II: FEDERAL ASSURANCES
The applicant assures and certifies that:
1. LEGAL AUTHORlTY -It possesses legal authority to apply for the grant; a resolution, motion or similar action has been dull' adopted orpassed as an official act of the applicant's governing body, authorizing the filing of the application (including all understandings and assurancescontained therein), and directing and authorizing the person identified as the official representative, or their designee of the organization to act inconnection with the application and to provide such additional information as may be required.2. DISPLACED PERSONS - It will comply with requirements of the provisions of the Uniform Relocation Assistance and Real PropertyAcquisitions (42 USC §§ 4601 .4655) which provide for fair and equitable treatment of persons displaced as a result of Federal and Federally assistedprograms.3. POLITICAL ACTIVITY-It will comply with provisions ofFederal law which limit certain political activities ofemployees of a State or localunit of government whose principal employment is in connection with an activity financed in whole or in part by Federal grants. (5 USC § 1SO I, etseq.)4. FAIR LABOR STANDARDS ACT -It will comply with the minimum wage and maximum hours provisions of the Federal Fair LaborStandards Act (29 USC §§ 20 I • 219) ifapplicable.S. COMPLIANCE WITH REQUIREMENTS - It will comply with all requirements imposed by the Federal sponsoring agency concemingspecial requirements of law, program requirements, and other administrative requirements.6. EPA VIOLATING FACILITIES-It will insure that the facilities under its ownership,lease or supervision, which shall be utilized in theaccomplishment of the project, are not listed in the Environmental Protection Agency's (EPAs) list ofViolating Facilities, and that it will notift theFederal grantor agency of the receipt of any communication from the Director of the EPA Office ofFederal Activities indicating that a facility to beused in the project is under consideration for listing by the EPA.
21
22
20
CERTIFIED ASSURANCES(page 2 oj3)
7. FLOOD I:,/SURANCE - It will comply with the flood insurance purchase requirements of Section I02(a) of the Flood Disaster Protection Ac(50 USC § 4001), which states that, on or after March 2, 1975, communities must purchase flood insurance, where such insurance is available inthose communities. This requirement is a condition for the receipt of any Federal financial assistance for construction or acquisition purposes for usein any area that had been identified by the Secretary of the Department of Housing and Urban Development as an area haying special flood hazards.The phrase "Federal financial assistance" includes any form of loan, grant, guaranty, insurance payment, rebate, subsidy, disaster assistance loan orgrnnt, or any other form of direct or indirect Federal assistance.8. HISTORIC PRESERVATION - It will assist the federal grantor agency in its compliance with Section 106 of the National Historic Preserva-tion Act of 1966. as amended (16 USC § 470), Executive Order 11593, and the Archeological and Historical Preservation Act of 1974, as amended, (16USC § 469a-l. et seq.) by (a) consulting with the State Historic Preservation Officer (SHPO) on th.e conduct of investigations. as necessary, toidentify properties listed in or eligible for inclusion in the National Register of Historic Places that are subject to adverse effects (see 36 CFR Part800.8) by the activity, and notifying the Federal grantor agency of the existence of any such properties, and by (b) complying with all requirementsestablished by the Federal grantor agency to avoid or mitigate adverse effects upon such properties.9. COMPLIANCE WITH LAWS AND GUIDES -It will comply, and assure the compliance of all its subgrantees and conrractors, with theapplicable provisions of Title I of the Omnibus Crime Control and Safe Streets Act of 1968, as amended, the Juvenile Justice and DelinquencyPrevention Act, or the Victims of Crime Act, as appropriate; the provisions of the current edition of the Office of Justice Programs Financial andAdministrative Guide for Grants, M71 00.1; and all other applicable Federal laws, orders, circulars, or regulations.10. COMPLIANCE WITH CODE OF FEDER~LREGULATIO:,/S - It will comply with the provisions of 28 CFR applicable to grants andcooperative agreements including Part 18, Administrative Review Procedure; Part 20, Criminal Justice Information Systems; Part 22, Confidentialitvof Identifiable Research and Statistical Information; Part 23, Criminal Intelligence Systems Operating Policies; Part 30, Intergovernmental Review ofDepartment of Justice Programs and Activities; Part 42, Nondiscrimination! Equal Employment Opportunity Policies and Procedures; Part 61,Procedures for Implementing the National Environmental Policy Act; Part 63, Floodplain Management and Wetland Protection Procedures; andFederal laws or regulations applicable to Federal Assistance Programs.11. COASTAL BARRlERS - It will comply with the provisions of the Coastal Barrier Resources Act (16 USC § 3501, et seq.) which prohibitsthe expenditure of most new Federal funds within the units of the Coastal Barrier Resources System.
PART III: STATE ASSURANCES
The applicant assures and certifies that:
1. LEGAL AUTHORITY - It possesses legal authority in the State ofTexas to apply for the grant; a resolution, motion or similar action has beenduly adopted or passed as an official act of the applicant's governing body, authorizing the filing of the application (including all understandings andassurances contained therein), and directing and authorizing the person identified as the official representative, or their designee of the organization toact in connection with the application and to provide such additional information as may be required.2. GRANT ADMINISTRATION - It will maintain an appropriate grant administration system to ensure that all terms, conditions and specifica-tions of the grant, including these standard assurances, are met.3. PUBLIC INFORMATION -It will ensure that all information collected, assembled or maintained by the applicant relative to a project will beavailable to the public during normal business hours in compliance with Texas Government Code, Chapter 552, unless otherwise expressly prohibitedby law.4. CHILD SUPPORT PAYMENTS - It will comply with Section 231.006 of the Texas Family Code, which prohibits payments to a person whois in arrears on child support payments.5. SUSPECTED CHILD ABUSE - It will comply with Section 261.10 I of the Texas Family Code, which requires reporting of all suspected casesof child abuse to local law enforcement authorities and to the Texas Department of Child Protective and Regulatory Services. Grantees shall alsoensure that all program personnel are properly trained and aware of this requirement.6. RELATIVES -It will comply with Texas Government Code, Chapter 573, by ensuring that no officer, employee, or member of the applicant's .governing body or of the applicant's contractor shall vote or confirm the employment of any person related within the second degree of affinity or thtthird degree of consanguinity to any member of the governing body, or to any other officer or employee authorized to employ or supervise suchperson. This prohibition shall not prohibit the employment of a person who shall have been continuously employed for a period of two years, orsuch other period stipulated by local law, prior to the election or appointment of the officer, employee, or governing body member related to suchperson in the prohibited degree.7. OPEN MEETINGS -If the applicant is a governmental entity, it will comply with Texas Government Code, Chapter 551, which requires allregular, special or called meeting ofgovernmental bodies to be open to the public, except as othenvise provided by law or specifically excluded in theTexas Constitution.8. HEALTH, HUMAJ"I SERVICES, PUBLIC SAFETY OR LAW ENFORCEMENT AGENCY-Ifthe applicant is a health and human ser·,ic~
agency or public safety or law enforcement agency, it will not contract with or issue a license, certificate or permit to the owner, operator or administrator of a facility if the license, permit or certificate has been revoked by another health and human services agency or public safety or law enforcement agency.9. LAW ENFORCEMENT AGENCY-If the applicant is a law enforcement agency regulated by Texas Government Code, Chapter 415, it willcomply with all rules adopted by the Texas Commission on Law Enforcement Officer Standards and Education pursuant to Texas Government Code.Chapter 415, or it must provide the Criminal Justice Division with a certification from the Texas Commission on Law Enforcement Officer Standardsand Education stating that the agency is in the process of achieving compliance with such rules.
21CERTIFIED ,ASSURANCES(page 3 of3)
PART IV: SIGNATURE PAGE
Applicants must complete this form and submit it to CJD before they will receive state and/or federal funds. Recipients of state and/or federal fundsmust fully understand and comply with the requirements listed for Federal and State Assurances on pages I and 2 of this document. Failure tocomply may result in the withholding of funds, termination of the award, or other sanctions.
DAIIAS COUNTY JUVENILE DEPARTMENTApplicant's Organization
LEE F. JACKSON, COUNTY JUDGE
Printed Name and TItle ofAuthorized Official
PROJECT SPOTLIGHTProject Title
Signarure of the Authorized Official Date
"--DALLAS COUNTYHEALTH AND HUMAN SERVICESADMINISTRATION
Betty J. Culbreath-ListerDirector
MEMORANDUM
TO: COMMISSIONERS' COURT
C2}." ~ J F;~ 2: 30 zachary S. Thompson
Deputy Director
FROM: Betty Culbreath-Lister, DirectorHealth and Human Services Department
DATE: July 2,2002
SUBJECT: LIHEAP AND DOE WEATHERIZATION ASSISTANCE PROGRAM
BACKGROUND
The Texas Department of Housing and Community Affairs (TDHCA) is amending the Dallas County Healthand Human Services (DCHHS) LlHEAP and DOE Weatherization contracts (contract No. 817102 & 567102)by extending the term of the contracts through March 2003, and providing additional funding in theamount of $458,723 and $255,369 respectively. The allocation period for the L1HEAP and DOEcontracts are effective April 1, 2001, through March 31, 2003. The total award for L1HEAP is$861,752 and DOE is $542,820.
OPERATIONAL IMPACT
DCHHS will administer the program with (6) six full-time positions and (1) one temporary position.The program will consist of (1) one coordinator; (4) four assessors; (1) one clerk and (1) onetemporary clerk. There is (1) one new assessor's position being added.
Program support funds and administrative funds earned through this program may be used topurchase special equipment and vehicles, as needed to further objectives of the program
FINANCIAL IMPACT
TDHCA will fully fund this program with contracted funds totaling $1,404,572. Of this amount,$723,184 is allocated for labor and material, $389,407 is allocated for program support, $133,656is allocated for Health and Safety, $146,718 is allocated for administration, $3,000 is allocated forinsurance, $1,600 for fiscal audit, and $7,007 is allocated for training and technical assistance.
LEGAL IMPACT
The contract from TDHCA requires the approval of the Commissioners' Court and the signature ofthe County Judge. TDHCA plans to execute the weatherization program contract electronically.
2377 Stemmons Freeway Dallas, Texas 75207-2710Suite 600 LB·12
Office (214) 819-1870FAX (214) 819-2835
23
Commissioners' CourtJuly 2, 2002
Page 2
RECOMMENDATION
It is recommended that the Dallas County Commissioners' Court does hereby approve the L1HEAPand DOE contracts with the Texas Department of Housing and Community Affairs in the totalamount of $1,404,572.00, and authorize the County JUdge to electronically sign all related contractdocuments on behalf of Dallas County.
Recommended by: --"J.(J!I.~~~~~~~~~!:::
c: Virginia Porter, Auditor's OfficeRyan Brown, Budget Officer
LIHEAP WEATHERIZATION ASSISTANCE PROGRAMATTACHMENT A - BUDGET AND PERFORMANCE DOctJ'MENT
CONTRAcrOR N1I.ME: DALLAS COUNTY DEP'I'. OF HUMAN SERVICESAME:NDM:ENT NUMBER: 6 TO CONTRACT NUMBER: 817102
ALLOCATION ~~: 812ALLOCATION PERIOD: 04/01/2001 - 03/31/2003
CONTRAcr PERIOD
The period for performance of this contract, unless earlier terminated, isApril 1, 1996 through March 31, 2003 (hereinafter the ·Contract Period").
DEPARTMENT FINANCIAL OBLIGATIONS
$861,752.00 LIHEAP FUNDS CURRENTLY AVAILABLE
$861,752.00 TOTAL ANTICIPATED LIHEAP FUNDS
Additional funds may be obligated via Letter of Notification. Funds may only beobligated and expended during the current allocation year. Unexpended fundbalances will be recaptured.
BUDGET FOR AVAILABLE ALLOCATIONS·
.,
FOOTNOTES:
CATEGORIES
ADMINISTRATION··MATERIALS/PROGRAM SUPPORT/LABORROOF REPAIR·"HEALTH AND SAFETY····
TOTAL
DWELLING UNITS TO COMPLETE
AVAILABLE AMOUNT
$90,317.00$685,260.00
$34,263.00$86,175.00
$861,752.00
267
•
••
•••
••••
Denotes that a request to adjust any budget categories must be receivedin writing before the adjustment can be made to the budget breakdown.The only categories that can be adjusted are the Administration and/orin the Health and Safety categories. There can be no more than 2revisions made per allocation year.
Denotes maximum for administration based on 10\ of total allowableexpenditures.
Roof Repair budget not to exceed 5\ of Materials / Program Support /Labor budget. This amount is not included in the total availableamount.
Denotes that Health and Safety cannot exceed 10\ of the total allowableexpenditures.
"'1:;: RFORMANCE
~ontractor's service area is amended to consist of the following Texas counties:
Dallas County
25
:ontractor shall provide weatherization program services to complete a minimum~f 267 dwelling units during the allocation period. WAP costs per unit,~xcluding health and safety expenses, shall not exceed $2,568.
EFFECTIVE 03/01/2002
DALLAS COtmTY DEPT. OF HUMAN SERVICES
BY: NOT SIGNED onDALLAS COtmTY DEPT. OF ~~ SERVICES , Executive Director
TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS
BY: NOT SIGNEDEdwina P. Carrington, Executive Director
This contract is not effective unless signed by the Executive Director of theDepartment or her authorized designee ..
26
DOE / OIL OVERCHARGE WEATHERIZATION ASSISTANCE PROGRAMATTACHMENT A - BUDGET AND SERVICE AREA
CONTRACTOR NAME: DALLAS COUNTY DEPT. OF HUMAN SERVICESAMENDMENT NUMBER: 7 TO CONTRACT NUMBER: 567102
ALLOCATION YEAR: 562ALLOCATION PERIOD: 04/01/2001 - 03/31/2003
CONTRACT PERIOD
The period for performance of this contract, unless earlier terminated, isamended April 1, 1996 through March 31, 2003 (hereinafter the 'ContractPeriod") .
DEPARTMENT FINANCIAL OBLIGATIONS
$535,813.00 DOE WAP FUNDS CURRENTLY AVAILABLE$7,007.00 TRAINING & TECHNICAL ASSISTANCE FUNDS CURRENTLY AVAILABLE
$535,813.00 TOTAL ANTICIPATED DOE WAP FUNDS$7,007.00 TOTAL ANTICIPATED TRAINING & TECHNICAL ASSISTANCE FUNDS
Additional funds may be obligated via Letter of Notification.obligated and expended during the current allocation period.balances will be recaptured.
BUDGET FOR AVAILABLE ALLOCATIONS*
Funds may only beUnexpended fund
CATEGORIES
ADMINISTRATION**INSURANCEFISCAL AUDITMATERIALS/PROGRAM SUPPORT/LABORHEALTH AND SAFETY***SUB-TOTALTRAINING AND TECHNICAL ASSISTANCE
TOTAL
DWELLING UNITS TO COMPLETE
DEPARTMENT SHARE
$56,401.00$3,000.00$1,600.00
$427,331.00$47,481.00
$535,813.00$7,007.00
$542,820.00
166
* Denotes that a request to adjust any budget categories must be received inwriting before the adjustment can be made to the budget breakdown. Theonly categories that can be adjusted are the Administration, Insurance,Fiscal Audit and/or Health and Safety. There can be no more than 2revisions made per allocation year.
** Denotes maximum for administration based on 10.526315' of total allowableexpenditures excluding travel for training.
*** Denotes that Health and Safety cannot exceed 10' of the total allowableexpenditures.
PERFORMANCE
27
Contractor'S service area consists of the following Texas counties:
Dallas County
Contractor shall provide weatherization program services to complete a minimumof 166 dwelling units during the allocation period. WAP costs per unit,excluding health and safety expenses, shall not exceed $2,568.
EFFECTIVE 05/01/2002
DALLAS COUNTY DEPT. OF HUMAN SERVICES
BY: NOT SIGNED onDALLAS COUNTY DEPT. OF HUMAN SERVICES , Executive Director
TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS
BY: NOT SIGNEDEdwina P. Carrington, Executive Director
This contract is not effective unless signed by the Executive Director of theDepartment or her authorized designee.
28
BETTYJ.CULBREATH-USTERDIRECTOR
: ,', 2: 10
ZACHARY THOMPSONDEPUTY DIRECTOR
TO:
FROM:
DATE:
SUBJECT:
THE HONORABLE COMMISSIONERS COURT
BETTY J. CULBREATH-LISTER, DIRECTORHEALTH AND HUMAN SERVICES
JUNE 26, 2002
APPROVAL OF FY 2002·2003 RYAN WHITE TITLE I ALLOCATED FUNDS
Background of IssueThe Dallas County Judge is the grantee and legal recipient of Ryan White Title I funds, and Dallas CountyHealth and Human services (DCHHS) is designated to serve as the Administrative Agencf for Ryan WhiteTitle I funds for the Dallas Eligible Metropolitan Area (EMA). In accordance with the provisions of Title I ofthe Ryan White CARE Act, the grantee appoints members to serve on the Dallas EMA Ryan WhitePlanning Council (hereinafter RWPC). The RWPC is charged with the responsibility of establishing prioritiesfor the allocation of Title I funds and determining the categorical allocation of funds by service category.
The FY 2002-2003 Ryan White CAR.E. Act Title I award is $12,001,240.00, of which funds in the amountof $10,309,707.00 to be awarded to service providers. To date, funds in the amount of $10,230,707.00 havebeen awarded to specific seNice providers under previous court orders,leaving a bafance of $79,000.00 inthe hospice care and home delivered meals service categories combined. All Title I funds were let througha competitive bid process as mandated by the RWPC in determining resource allocations. During the originalcompetitive bid process, no proposals were received in the aforementioned service categories. Accordingto the Dallas County Purchasing Department guidelines, an agency that has a good contractual relationshipwith Dallas County can receive funding if the competitive bid process has failed to produce a viable entity toprovide the service. DCHHS will follow the rules and regulations set forth by the Dallas County PurchasingDepartment.
To ensure that eligible individuals receive these services, DCHHS is recommending that funds in the amountof $79,000.00 be awarded to the Visiting Nurse Association of Texas to provide hospice care and homedelivered meals services. DCHHS has a long standing contractual relationship with the Visiting NurseAssociation of Texas in providing the above services to eligible individuals in the Dallas EMA DCHHS is notcurrently contracted with any other provider to provide these services and seeks to reestablish contractualrelations with theVisiting NurseAssociation ofTexas. DCHHS is prepared to expedite this process to preventan extended lapse in service and to also ensure all grant funds are expended in a timety manner within thecontract period.
Fiscal ImpactBudgets and contracts from the Visiting Nurse Association of Texas for the remaining $79.000.00, (asreflected in Attachment A), are being submitted to Commissioners Court for contract approval under thisbriefing.
2377 Stemmons FreewaySuite 600 LB-16
Dallas, Texas 75207-2710 Office (214) 819-1858FAX (214) 819-6022
29Page 2
Operational ImpactAdministrative Ageoc:tJ staff will coordinate and monitor the programmatic and fiscal accountability of thesubcontractors in accordance with the responsibilities assigned by Commissioners Court. The programmaticand fiscal contract compliance will be reviewed by Administrative Agenq staff who are specifically assignedthe responsibility of conducting compliance audits of the HIV services sub-grantees. The administrativeaward from this grant provides the funds for these positions through the Administrative Agency's budget.
Legal ImpactThe Dallas County Commissioners Court must approve the contract awards and authorize the County Judgeto sign the contract on behaff of Dallas County.
RecommendationIt is recommended that the Dallas County Commissioners Court approve the FY 2002-2003 Ryan White TitleI contract award to the Visiting Nurse Association of Texas in the amount of $79.000.00. (as reflected onAttachment A), and authorize the County Judge to sign the COlltract with the above service provider on behalfof Dallas County.
RECOMMENDED BY:
attachmentc: J. Allen Clemson, Court Administrator
Virginia Porter. County Auditor
2377 Stemmons FreewaySuite 600 LB-16
Dallas, Texas 75207-2710 Office (214) 819-1858FAX (214) 819-6022
3U
$470.292.00 $470,29200
$821,96500 $821,96500$245.08700 $245,08700AIDS Arms. Inc
FY 2002·2003 Title I AWARDAttachment A
SERVlCECATEOCRY "
Client Advocacy $133.582.00 $133,582.00Congregate Meals $53.816.00 $53.816.00
AIDS Interfaith Network. Inc.Transportation (people) $146.709.00 $146.709.00
Transportation (Medicine) $68.800.00 $68,80000BuddylCompanion Services $93,706.00 $93,70600
TOTAL $764.215.00 $0.00 $754.215.00"""",,',pk"="::::::::::::':;:;::;Z::=;;~~~Z:::::"2""=""=""=""'2""¥~' =...~....~.~p=="=!!==zi::::===::.:;:;::;:t=:~~~Client Advocacy ····;·$67.599'00 ,.,...".,...,....,.,.. $67,599.00
Dental Care $370,440.00 $370.440.00
: Resource Center of Dallas, IncFood Pantry $158.133.00 $158,13300
Congregate Meals $137.644.00 $137644 00Information & Referral $24.000.00 $24,000.00Insurance Assistance $584.521.00 $584.52100
Medical Case Management $95.00700 $95.007.00
AIDS Services of DallasCongregate Meals $116,232.00 $116,232.00
Medical Case Management $104.280.00 $104,280.00Transportation (people) $26.687.00 $26.687.00
Food Pantry $71 ,~.OO $71,656.00Insurance Assistance $79.316.00 I $79.316.00
AIDS Services of NorthTexas. Inc.
Medical Case Management $112.172.00 I $112.172.00Mental Health Counseling $84.630.00 I $84.630.00Outpatient Medical Care $216.394.00 $216.394.00Transportation (l)8Op,.) $45.500.00 $45,500.00
Transportation (Medicine) $11.200.00 $11,200.00Buddy/Companion Services $25.000.00 $25.000.00
TOTAL $1.025,416.00 $0.00 $1.025.416.00..........................:.;.; : :...........•.•••...•.;.: ,......................... . "--:.;.;.:-:-:.;.:-:.;.:-;-:-:.;,;-:.;"-:';';-:--'.'
Substance Abuse Services $31.865.00 $31.865.00
I
TOTAL $31.865.00 $0.00 $31.865.00.".........•.......•...... ,., ,......•...-...•.•.......;...........•...........-.. ,: •.•.•••••••.•.•.•.•.•:.:';.;.:.:.;.;.;.:. •••:.:.:.:.;.:••.:-:.:.:.:.:~.:.:.:.:.;.:.:.:.:.:.:.:. y.;.;-;.;-;.;-:.;.;.;.:.;-:.;.;-:-;.;-;-;.;-:.;.;-;-;.; .;.;.:.:.;.:.;.; :.:.:.;.;.:.:.:.;.:.:.;.;.:.:.;.:.;.:.:.:.;.;.;.;.:.;.;.;.:.;.:.;..•.•.•.••. ,
2~th;;d~lofH~P;1 Mental Health CoUnseling $3O.ooo.00! $30.000.00TOTAL $30,000.00 $0.00 $30.000.00
•...•-•.•...•.........•.•.••;.;.;.;.;.::-;.;.;.:-••;.;.;.;-:.:.;.;.;.;.;.:.;.;.;.:-;.;.:-;.;.;.;.:.:.;.;.;.;.;.;.;.:-:.;.;.y.:-:.:.;.;.;.;.;.:.;.;.;.:.;.:.;.;.;.;.;.;.;.; ';.'.::;;;;";;:"'::::::';"';;":'.;';" • ;.;.:-:-:.:.;.;.:.; ;.;.;.;.;.;.;;.;-;-;-:.;.;.;.::.:.:.:-:.;..•.•..•..••••.••
Dallas COlJn!yHealth Division I Outpatient Medical Care $123.488.00 $123.488.00I TOTAL $123.488.00 $0.00 $123.488.00
Human Services Network Substance Abuse Services $37.769.00 $37.769.00Access tor Targeted Populations $19.291.00 $19,291.00
061171200210:02:33 AM
31
FY 2002·2003 Title I AWARDAttachment A
AGENCY SERVICE CATEGORY
TOTAL S115,357.00 $0.00 $115.357.00...........:f : ,.,.,.:.,.:.;.:.,.,., :..:.,.,.,.:.,. ·····'·,:1·· '··1 .
TOTAL $282,455.00 SO.OO $282,455,00.·····:::::;;·;::'1=1Z·======z:;:;;;;:§f¥.i@§¥.ill======'=..·..Z·······!:'Z·····Z·~~~=···z···dE=····=·· zri:Zi:::::==:t:=~~pg===
Renaissance III, Inc. Client Advocacy$75,SOO.OO $75,500.00Access for Targeted Populations $39,857.00 $39,857.00
I
r
Johnnie's Manor
Legacy Counseling
Open Arms
Welcome House
Congregate Meals $57,240.00 $57240.00Medical Case Management $76,000.00 $76,000.00
'-- M.....en-'ta=I_H,;.;:.;ealth,;:c;;-0iu::n:::se:il:;in~g _'__ _:,;$:ii12;.:0'i:i,2'ii9~7;;;.00~ ~$;,;1""20;;,~29:;;:7~00~_Transportaoon (people) $92,23800 $92,238.00
TOTAL S374,117.00 SO.OO $374,117.00., 'pf::'======::···:;·····::·····:;;cp.··~~~g¥.;§;g§,~§t~~<M~··· ..:·~;a;:j~¥..:..:;.::.,======::::·$1::·:·"::;":;.. ·~$~7~:OOg·:·:g·1~00;····:;····,::;· ':;"::"41:;',::'"·:::::E:=::·:;..:;·.::.qt;I.. ::·i"·~$;7,;OO~1~00;i,·:·:·~,·=· ::..::J!
Mental Health Counseling $115,000.00 $115,000.00Substance Abuse Services $67,950.00 $67,950.00Buddy/Companion Services $15,000.00 $15,000.00
TOTAL $204,951.00 $0.00 $204,951,00................,..,..:..,.,.,.,.,..:.,.,.,.,.:.,..,.,.,.,.:.,.:.,.,.,.:,.:.,.,.:.,., ,.,.,., ,.., ,'l.. : , , ,.,.,., :.., ··········E ··1
Client Advocacy $54,813.00 $54,81300
Congregate Meals $56,898.00 $56.89800Access for Targeted Populations $29.202.00 $29,202.00
Substance Abuse Services $75.948.00 $75,948.00TOTAL $225,698.00, $0.00 $225,698.00
............. : ..:.::;,.,.:.; :.,.,.:;,;:::::::;;:",:;:;:;Pfz:z:::::..::.. ···::······TI··.·.··~·:·:·;·:·7.!:·:·,·,·~:.:< R:¥"§,,,,:,·g":'·:·?3=::::Z;;:TI.'·'·'.'.TI'.'.'·:;:··:'·:·:;::.'···:'Ff'·::..:·,·:-:q·:·····:i·:···:·:ij,···:,·,·§··:·:·:·~:.. ·F:··:;:,·,···'·=11::,..····::.. ·::zEiiz.·.:z·.·.·.,·:z:.:·,·,.=*,·,.I·;;;::·,·,.q:;;~,.:.g,.".:g:.,,..p.,:q.jClient Advocacy i $7S.796.OO $76.79600
Parkland Hospital Mental Health $107,750.00 $107.750.00Outpatient Medical Care $1.944.097.00 $1,944.097.00 i
Th~Ji~:~~~::NJ~~~j;J~~ ·····,·········H~;;;;··d;;;~;;;d·M;b'· ······,··············· ·.·.·.·· w.·.w ·..··········$43:00i;:·00·········$43:000.ooof Texas Hosoice Care $36.000.00 ! $36.000.00
TOTALSo.oO ,$79,000.00 $79,000.00'f6T;CFuNDs·Ati:.6CXTeo'fc 'OIRECT SERViCLfs·· ·····················..·······:·~··..···..· : ····,$1·0:309·:707':00··,····: ,:..,:.......:.:, '.' .····S10:309:70700 .
:: :::::;;:.; :;:;:::;::;:;:;:::::;:;:; ;::;;:::::::; ;:::::;:;:;:; .•...y... ....••.:••.•.•.••:.•.;.:.•.:.:.•.•.•.•••.•-:••••••• -: _••••: :••••••.•.•••••...;.:.••.•..••.:.:.:.•.- .•.••:.•.:.•.•.•.•••••.•.•.•.•_•••.•••••••••,•.•••••.•••.•.•.-.••:..'.:.;.'. .•. ...•.;.' .•.•.:.: :-:.:.:- ..;.- ,.: :-:-•.;.....•.:.:.; :.;-:-:.. ,:-:-:.: : ..
, Program Evaluation $45,000.00 $45,000.00Quality Management $75:000.00 $75.000.00
HSPC support $245.000.00 $245,000.00Program Adminis1:ration $600.062.00 $600,062,00
. -. .' '•.•., :':.;.--'--.' •...•••..-•••',;•.•••••••'.:.:.;.......... .:.:.;.;.:.;•.•.•.•;.:.:-:.:.~.:.;.;.;. '.y.:.:.'. .;..•.•.•.•••••.•; '•.•.•; ;•••.•;.;.;.;.-...... ..' " ;.:.y.:.-.:.:•.•;.:.; ;.:.••.•;•••.•;.-.;.'.:.:.'.'. .
I Mino~ AIDS Initiative!~ ;t $nS.471.00 1 $n6.471.00
,;~:Nit;~:~cicii':~:gg~:'iWt~'(l£;;m'·'·'·:·:·:···:,·,·:·:':"';':':·0'·'·'·:·:·:':':"':':"':"""':"""':':':"':.f:%W""":':"':"':':':"'",..,: ,,.."::\..:'..•,,:,..',..:.,•..,.,:.5.:.:,·,::,1,:".•.:,,2.:..·.·.,·.:.·.•.:·.:,,00:.'.·,;"·,:,:.:.':.,:1,:.:.·:::.•.;,2,,.:.',,·.:.~.·.,·,:,:.·.:,:·,:,'.:.,:,;.:..,oo,i.,·.:.•.·.:·,.·..'.,·.:'.'.: ·.:".:,,·.:.,•.t.·..•..·.:.'·.:.',:.:.'.:. ,'.:,'.: ::'.:',:.' :,,:.. ,'.:.:.:'.:'.,'.:'.:•.:.::.,:. : •.:•.:.•..•.:..::,'.:.,•..:.•..•,..::.:.::.•.1·.:.•....••. $.,.:,..1.,..:.2'.,..::?O:.::1:~~.001j~~~i::~·~:~:~:~·~:~::~:;::::~:~::::;~:~:~~:i~fr:ii:~::~\~~~i:::~ff~~r;~:~j~:~i:~i:~~~:m~ttfi~~:~tt~~t?r~~ftrt~tr:i~Iir:~r~~ift:~t~~:;:;~~rtrtttr~~~~frtt~~:~: r· I ;,:.:)L:\USRIGRANTSIGKOUAMEIFY 02..Q3 AWARDI2002·2003 AWARD.123
06/17/20021002:35 AM
32
MANAGEMENT REPORT
GRANT: FY 2002-2003 RYAN WHITE TITLE I
AGENCY: THE VISITING NURSE ASSOCIATION OF TEXAS
SERVICE CATEGORY AWARDAMOUNT
NUMBER OFCLIENTS TO BE
SERVED
NUMBER OFUNITS TO BE
PROVIDED
NUMBER OF CONTRACTS TO BE SIGNED: 1
33
DALLAS COUNTYHEALTH AND HUMAN SERVICESGRANTS MANAGEMENT
BETTY J. CULBREATH·LISTERDIRECTOR
TO:
FROM:
DATE:
HONORABLE COMl\USSIONERS COURT
BETTY J. CULBREATH-LISTER, DIRECTOR HEALTH AND HUMAN SERVICES
JUNE 26, 2002
SUBJECT: FY 2002-2003 RYAN WIDTE TITLE II SUPPLEMENTAL FUNDSBackground of IssueThe Dallas County Judge is the grantee and legal recipient of Ryan White Title II Funds. Dallas County Health andHuman Senices (DCHHS) is designated to serve as the Administrative Agency for Ryan White Title II funds for theDallas Health Senices Delivery Area (HSDA) (inclusive of Dallas, Collin, Denton, Hunt, Ellis, Rockwall, andKaufman counties) and the two expansion areas, which will include Navarro County and the ShermanHSDA(inclusiveof Grayson, Fannin, and Cooke counties). In recognition of the additional administrative responsibilities involved inserving an expanded geographic area, the Texas Department of Health (TOH) has awarded additional Title II fundsfor administrative support. The revised FY 2002-2003 Ryan White Title II supplemental award is $163,518 (TDHDocument No.7560009056-2003, Contract change Notice No. 10, Attachment No. 06A).
The Administrative Agency has received a notice of additional award in the amount of $27,818 from the TexasDepartment of Health (TOH) to assist TOH in the administration, planning and evaluation of services within theapproved HIV senice delivery areas, including Dallas HSDA, Sherman HSDA, and Navarro County. The FY 2002·2003 Ryan White Title II supplemental award has been increased to the amount of $163,518.
Fiscal ImpactThere will be no fiscal impact to Dallas County.
Operational ImpactFunds received under the FY 2002-2003 Ryan White Title II supplemental award will cover administrative cost forapproved planning support tasks.
Legal ImpactThe Dallas County Commissioners Court must approve the revised budget, and authorize the County Judge to sign theamended contract with TOH on behalf of Dallas County.
RecommendationIt is recommended that the Dallas County Commissioners Court does hereby approve the increase of FY 2002-2003Ryan White Title II supplemental funds to the amount 0[$163,518 (TDH Document No.7560009056-2003, Contractchange Notice No. 10, Attachment No. 06A) and the related revised administrative support budget, and authorize theCounty Judge to sign the contract wiTOH on behalf of Dallas County.
RECOMMENDED BY:
c: 1. Allen Clemson, Court AdministratorVirginia Porter, County Auditor
2377 Stemmons Freeway Dallas, Texas 75207-2710Suite 200 LB-1 6
Office (214) 819-1842FAX (214) 819-1850
MANAGEMENT REPORT
GRANT: FY 2002-2003 TITLE II SUPPLEMENTAL FUNDS
AGENCY
TEXAS DEPARTMENTOF HEALTH (TDH)
SERVICE CATEGORY
PROGRAM ADMINISTRATION
AWARD AMOUNT
$163,518.00
NUMBER OF CONTRACT FROM TDH TO BE SIGNED: 2ADMINISTRATIVE AGENCY BUDGET IS ATIACHED
35
BUDGET JUSTlFICATlONDALLAS COUNTY HEALTH AND HUMAN SERVICES
Administrative Lead Agency BudgetFY 2002 • 2003 Ryan White Title II • Supplement
PERSONNEL
A. Assistant Dl,eetor, Client Sarvk:estGlants .~ompllll1lc",. :.Tom ThOn'UlS .
Oversees daily activities and operation of the GrantDivision. (Cost shared with DCHHS @ 20%. Grant @ 80%)
B. Program Mcmitor·OanfelElfWardsConducts programmatic reviews of subcontractors.
C. PrograI7lMonltcr·Gar.yAl'mstrorigConducts programmatic reviews of subcontractors.
D. f1rogramMeniwl' -Glenda Ncl:iel<wube .Conducts programmatic reviews of subcontractors.
E. Health AnaIySt- Dan .Error .Develops and implements standards of care andoutcome measures for services.
F. <irants:BUd~Anilry$t~MIt().Lf.llU~:::: .
Analyzes and prepares financial reports and budgets.Prepares various fiscal and financial projects.
....:t3;:1$'Ya 9.&1&
.....:.:.:.:::::::: :1:6:43%·:·::· .': '7;52&
G. Audltor-Dallieteom <:::>f6;~%:<::~t893
Conducts compliance audit of subcontractors.
H. t.yne.lc.Jot~n:<· ·««««<::.::j~;~:<::.~;422
Conducts compliance audit of subcontractors.
I. f'rl'c~6{"NU:: '1'6;.$$%<:: . «~.9QConducts compliance audit of subcontractors.
J. AdmiJtlstratJYeA.iiIStant~Vlyl1triWlIson:: ..... <1:6;~%:::: :6.393<Provides administrative support.
K. DataAnaly"t·TAA~lieed .········«<t6;~«<~.9WCollects data and information for various users andprovides administrative support.
L General·OffIee:Cleric":BetSY-Jonnson ..:.f6;~%:: :3.98tProvides clerical assistance to HIV grants Staff.
M. $~.~:~:~_f~~~.~W~Q:<:> ::::::::::::::::::::: .....Provides assistance ...nth COMPlS reporting andtraeIdng. (Cost shared with OCHHS @ 50%. Grant @ 50%)
N. :SOi~s~(J;:~ liroMWOmack:.:-::<::::: ..........::: .a;24%: <::: 2.1stSChedUleS·rn.etirig$ 104- tlieAdrninistrativeAg.nt and itScommittees. (Cost shared with OCHHS@ 50%. Grant@ 50%).
o. ~:M.~,;GiHiertK~ril. . ':<1:~;48:%< «~;29:1
Oversees fiscal operation of the Grants Division.
P. ~ant8 Man;,gem.iltOffl~r~:.J'ff,J~lf.u1 .Provides and prepares various reports required by the grantor.Oversees the management of the Grants Division.
Q. ~alliYA.isUr3l'lC:e:AdY:ISQt": buea DeiHlls· .•.• ••···Provides technical assistance to contractors and conductstudies/reviews on current standards of care.
. ·1-<l,071
·1;52:1
e M)O_." '......~.-n....'01411~
36
BUDGET JUSTIFICAnONDALLAS COUNTY HEALTH AND HUMAN SERVICES
Administrative lead Agency BUdgetFY 2002 • 2003 Ryan White Title II • Supplement
II FRINGE BENEFITS 31,142
Insurance (Medical/Dental/LIfe)Social SecurityRetirementWorkers Compensation
III TRAVEL
($4500 ea. x Allocation Rate)7.65%7.00%1.86%
11,7169.0028.2372.187
A. local Travel @ .3651mile. local staff travel for on-siteprogram monitoring and fiscal compliance audit.
IV EQUIPMENT
V SUPPUES
A. General consumable office supplies to support grant related activities.
B. Office Equipment less than 5500:
VI CONTRACTUAL
VII OTHER ADMINISTRATIVE COSTS
SCSI l VD 68-pin Intemal Hard DriveAdapter SCSI Card 29160 KitHP laserJet 1200se
····.·.···.·.·.~.9QO.«1,000
A. Telephone: local and long distance. and intemet accesstime. All means necessary to communicate withcontractors. the community. grantor. and to obtain HIVIAIDS infonnation.
B. Copier rental and printing charges for Grant related activities.
C. Postage for grant related materials.
D. Training provided to staff to keep currrent on HIV/AIDSissues and job related requirements.
F. OffICe equipment maintenance.
G. Advertising for public notice of the RFP.
H. Audit-Portion of County-wlde OMB Cir. A-128 Audit
I. LATNAF·1ocaI needs assessment support per TOH requirement
VIII Other Indlnlc:t eo.t
IX TOTAL BUDGET
608
1,200
1.200
BOO
300
300
900
5.000
31
~TEXAS DEPARTMENT OF HEALTH
1100 WEST 49TH STREETAUSTIN, TEXAS 78756-3199
STATE OF TEXAS
COUNTY OF TRAVIS
TDH Document No. 7560009056 2003
Contract Change Notice No. 10
The Texas Department of Health, hereinafter referred to as RECEIVING AGENCY, did heretofore enter into a contract in writingwith DALLAS COUNTY HEALTH AND HUMAN SERVICES DEPARTMENT hereinafter referred to as PERFORMINGAGENCY The parties thereto now desire to amend such contract attachment(s) as follows:
SUMMARY OF TRANSACTION:ATT NO. 06A: HIV - RYAN WHITE
All tenns and conditions not hereby amended remain in full force and effect.
EXECUTED IN DUPLICATE ORlGINALS ON THE DATES SHOWN.
Authorized Contracting Entity (type above if differentfrom PERFORMING AGENCy) for and in behalf of:
PERFORMING AGENCY:
DALLAS COUNTY HEALTH AND HUMANSERVICES DEPARTMENT
By: _(Signature of person authorized to sign)
(Name and Title)
Date: _
RECOMMENDED:
By: _
(PERFORMING AGENCY Director, if differentfrom person authorized to sign contract
RECEIVING AGENCY:
TEXAS DEPARTMENT OF HEALTH
By: J11d~ a·~(Signature of person authorized to SIgn
Melanie A. Doyle, DirectorGrants Management Division(Name and Title)
Dare W~f--X--""O~'---"---_
SB GMD • Rev. 12100
Cover Page 1
38DETAILS OF ATTACHMENTS
Artl TDH Tenn Financial Assistance Direct Total Amount IAmd Program Assistance (TDH Share)No. ID Begin End Source of Amount
Funds*01 HIV/SURV 01101102 12/31102 93.944 93.940 244,201.00 0.00 244,201.0002 STD/HIV 01101102 12131/02 93.977 93.940 1, 130,883.00 0.00 1,130,8830003 TB/PC 01/01/02 12/31102 93.116 709,854.00 0.00 709,8540004 HIV/HOPWA 02101102 01131103 14.241 52,880.00 0.00 52,880.0005 HANSENS 01101102 12/31/02 93.215 42,927.00 0.00 42,927.00
06A HIV/RW 04/01/02 03/31103 93.917 163,518.00 0.00 163,518.0007 HIV/UNIQ 04/01/02 03/31103 93.917 104,500.00 0.00 104,500.0008 HIV/RW 04101102 03131/03 93.917 2,019,694.00 0.00 2,019,694.0009 STD/TRNG 04/01102 03131103 93.978 240,870.00 0.00 240,870.00
TDH Document No.7560009056 2003 Totals I
Change No. 10$4,709,327.00 $ 0.00 $4,709,327.00
*Federal funds are indicated by a number from the Catalog of Federal Domestic Assistance (CFDA), if applicable. REFER TOBUDGET SECTION OF ANY ZERO AMOUNT ATTACHMENT FOR DETAILS.
Cover Page 2
39TEXAS DEPART:YtENT OF HEALTH
RECEIVING AGENCY PROGRAM: BUREAU OF HIV AND STD PREVENTIONPERFORJvlING AGENCY: DALLAS COUNTY HEALTH AND HUMAN SERVICES DEPARTMENTCONTRACT TERM: 04/0112002 THRU: 03/3112003 BUDGET PERIOD: 04/0112002 THRU 03/3112003TDH DOC. NO 7560009056200306A CHG. 10
REVISED CONTRACT BUDGET
FINANCIAL ASSISTANCEOBJECT CLASS CATEGORIES CURRENT APPROVED CHANGE NEW OR REVISED
BUDGET (A) REQUESTED (B) BlJDGET (C)Personnel $101,794.00 $15,874.00 $117,66800
Fringe Benefits 25,198.00 5,94400 31.14200
Travel 1,500.00 0.00 i .50000
EqUIpment 0.00 0.00 0.00
Supplies 1,900.00 1,000.00 2,90000
Contractual 0.00 0.00 0.00
Other 5,308.00 5,000.00 10.308.00
Total Direct Charges $135,700.00 $27,818.00 $163,518.00
Indirect Charges 0.00 0.00 0.00
TOTAL $135,700.00 $27,818.00 $163,518.00
PERFORMING AGENCY SHARE:
Program Income 0.00 0.00 0.00
Other Match 0.00 0.00 000
RECEIVING AGENCY SHARE $135,700.00 $27,818.00 $163,518.00
PERFORMING AGENCY SHARE $0.00 $0.00 $0.00
Detail on Indirect Cost Rate Type:
Rate 0.00 Base $0.00 Total 50.00 -
Budget Justification: Increase in allocation with recurring CDC funds to assist Administrative Agency in fulfilling approvedplanning support tasks.
Form No. GC-9
Financial status reports are due the 30th of July, 30th of October, 30th of January, and the 30th of June.
40
DALLAS COUNTYDEPARTMENT OF HEALTH AND HUMAN SERVICESHealth Division
Betty Culbreath-listerDirector
Zachary ThompsonDeputy Director
MEMORANDUM
TO:
FROM:
DATE:
COMMISSIONERS COURT
Betty Culbreath-Lister, Director
July 2,2002
SUBJECT: AMENDMENT TO TEXAS DEPARTMENT OF HEALTH CONTRACT#75600090562002, ATTACHMENT #12A, IDEAS
BACKGROUND
An amendment to the Texas Department of Health (TDH) Contract #75600090562002,Attachment #12A, Infectious Disease Epidemiology and Surveillance (IDEAS), has beenreceived from TDH. This Attachment is being amended by TDH to reallocate funds. Theterm of this contract amendment is September 1,2001 through August 31,2002.
OPERATIONAL IMPACT
Attachment #12A, IDEAS of the Texas Department of Health contract amendment will haveno impact on operations.
FISCAL IMPACT
Attachment #12A, IDEAS deletes $13,609 from personnel, $4,519 from fringe benefits,$309 from travel, and adds $14,569 to equipment (for the purchase of the following, alabgard biological safety cabinet in the amount of $7,192, a tabletop refrigerated centrifugein the amount of $4,100, a labconco benchtop purifier, in the amount of $2,929, and aVWR signature heated water bath, in the amount of $348), $200 to supplies, and $3,668to other.
LEGAL IMPACT
The Commissioners' Court is required to approve the amendment of Attachment #12A,IDEAS of the Texas Department of Health contract.
2377 N.Stemmons FreewaySuite 644 • LB 12
Dallas, Texas 75207·2710 Office (214) 819·2100FAX (214) 819·2107
-41Commissioners Court
July 2,2002Page 2
RECOMMENDATION
It is respectfully recommended that the Dallas County Commissioners Court does herebyapprove the amendment ofthe Texas Department of Health Contract #75600090562002,Attachment #12A, IDEAS.
Recommended by:~~."L.Setty Creath:iSter:~r
c: J. Allen Clemson, Court AdministratorVirginia Porter, County AuditorRyan Brown, Budget Officer
2377 N.Stemmons FreewaySuite 644 • LB 12
Dallas, Texas 75207·2710 Office (214) 819·2100FAX (214) 819·2107
STATE OF TEXAS
COUNTY OF TRAVIS
TEXAS DEPARTMENT OF HEALTH1100 WEST 49TH STREET
AUSTIN, TEXAS 78756-3199
TDH Document No. 75600090562002
Contract Change Notice No. 22
The Texas Department of Health, hereinafter referred to as RECEIVING AGENCY, did heretofore enter into a contract in writingwith DALLAS COUNTY HEALTH AND HUMAN SERVICES DEPARTMENT hereinafter referred to as PERFORMINGAGENCY. The parties thereto now desire to amend such contract attachment(s) as follows:
SUMMARY OF TRANSACTION:ATT NO. 12A: INFECT DISEASE EPIDEMIOLOGY & SURV.
RECEIVING AGENCY:
TEXAS DEPARTMENT OF HEALTH
By:
Date:
(Signature of person authorized to sign)
Melanie A. Doyle, DirectorGrants Management Division
GMD - Rev. 12/00
Cover Page 1
-tJDETAILS OF ATTACHMENTS
AttJ TDH Tenn Financial Assistance Direct Toeal AmOUntAmd Program Assistance (TDH Share)No. ID Begin End Source of Amount
Funds*01 I HANSENS 01l0ll01 12/31/01 93.215 41,356.00 0.00 41,356.00
02A HIV/SURV I 01101101 12/31101 93.944 93.940 244,201.00 0.00 244,201.0003 !TB/PC 01101101 12/31/01 93.116 709,854.00 0.00 709,854.00
04A !STD/HIV I 01/01101 12/31/01 93.977 93.940 1,350,032.00 0.00 1,350,032.0005A iHIV/HOPWA I 04/01101 01131102 14.241 44,067.00 0.00 44,067.0006C !HIV/RW I 04101101 03/31/02 93.917 1,861,855.00 0.00 1,861,855.0007A STD/TRNG I 04/01101 03/31102 93.978 247,029.00 0.00 247,029.0008 IHIV/RW 04/01101 03/31/02 93.917 156.385.00 0.00 156,385.0009 HIV/UNIQ 04/01101 03/31102 93.917 104.500.00 0.00 104.500.0010 HIV/SRVS 09/01101 08/31102 State 1.015,138.00 0.00 1,015.138.0011 HIV/HEP 09/01101 02/28/02 State 19.783.00 0.00 19.783.00
12A IDEAS 09/01101 08/31/02 93.283 49.365.00 0.00 49,365.0013 BRLHO/SURVEY ! 09/01/01 08/31102 State 93.991 186.655.00 36.300.00 222.955.00
14A TB/PC 09/01101 08/31102 State 592,605.00 0.00 592.605.0015 STD/HIV 09101101 08/31102 State 110.804.00 51,762.86 162.566.86
16A IMM/LOCALS 09/01101 08/31102 State 93.268 1,104.182.00 45,072.00 1,149,254.0017 REFUGEE 10/01101 09/30/02 93.000 93.576 188.945.00 0.00 188.945.0018 HIV/HEP 03/01102 08/31/02 State 9.500.00 0.00 9.500.0019 LAB/BIOTERR 01101/02 08/31102 State 113,492.00 0.00 113,492.00
20 HIV/UNIQ 02/01102 09/30/02 93.944 40.363.00 0.00 40,363.00TDH Document No.7560009056 2002 Totals
$8.190,111.00 $133.134.86 $8,323.245.86Change No. 22
*Federal funds are indicated by a number from the Catalog of Federal Domestic Assistance (CFDA). if applicable. REFER TOBUDGET SECTION OF ANY ZERO AMOUNT ATIACHMENT FOR DETAILS.
Cover Page 2
44TEXAS DEPART\[E~T OF HEALTH
RECEIVING AGENCY PROGRA.\1: INTICTIOUS DISEASE EPIDEMIOLOGY At'ID SlTR'/EILLAt'iCEPERFORMING AGENCY: DALLAS COUNTY HEALTH At'W HUNLAu"'J' SERVICES DEPi\RTMENTCONTRACT TERM: 09/0112001 THRU: 08/3112002 BlJDGET PERIOD: 09/0112001 THRU 08/3112002TDH DOC. NO. 7560009056 200212A CHG.22
REVISED CONTRACT BUDGET
FINANCIAL ASSISTANCEOBJECT CLASS CATEGORIES CURRENT APPROVED CHA.NGE NEW OR REVISED
BUDGET (A) REQUESTED (B) BUDGET (C)Personnel $33,871.00 $( 13,609.00) $20,262.00
Fringe Benefits 9,794.00 (4,519.00 ) 5,275.00
Travel 700.00 ( 309.00) 39100
Equipment* 0.00 14,569.00 14.56900
Supplies 5,000.00 200.00 5.200.00
Contractual 0.00 0.00 0.00
Other 0.00 3,668.00 3,668.00
Total Direct Charges $49,365.00 $0.00 $49,365.00
Indirect Charges 0.00 0.00 0.00
TOTAL $49,365.00 $0.00 $49,365.00
PERFORMING AGENCY SHARE:
Program Income 0.00 0.00 0.00
Other Match 0.00 0.00 0.00
RECEIVING AGENCY SHARE $49,365.00 $0.00 $49,365.00
PERFORMING AGENCY SHARE $0.00 $0.00 $0.00
Detail on Indirect Cost Rate Type:
Rate 0.00 Base $0.00 Total $0.00
Budget Justification: Reallocation of funds to purchase equipment.
Form No. GC-9
Financial status reports are due the 30th of December, 30th of March, 30th of June, and the 30th of November.
* Equipment list attached.
PERFORMING AGENCY: DALLAS COUNTY HEALTH A.c'iD HlJM:\N SERVICES DEPARTrv'fENT
RECEIVING AGENCY PROGRAM: INFECTIOUS DISEASE EPIDEMIOLOGY At"ID SURVEILLAt'iCE
TDH DOC NO 7560009056 02ATT ACHMENT NO: 12 AChange No. 22
EQUIPrv'fENT LIST
ITEM DESCRIPTION NO. OF UNIT EXTENSION 1UNITS COST !
001 6 FT. TABLE MODEL NU-437-600, SERIES 20, LABGARD 1 7,192.00 $ 7,192.00BIOLOGICAL SAFETY CABINET AS PER QUOTE QN-28733A TOINCLUDE THE FOLLOWING:* HEPEX PRESSURE DUCT;* ELECTRICAL: 115 VAC, 60 HZ;* rv'fET AL DIFFUSER;* PER.MAl~"ENT PLENUM;* FLOW GARD AIRFLOW At'iD PRESSURE MONITOR;* FLUORESCEl'i'T LIGHTING;* REMOVABLE WORK TRAY;* DRAIN VALVE;* 10" ACCESS OPENING;* SLIDING VIEW WINDOW;* WINDOW ALARM;* TWO (2) ELECTRICAL CIRCUITS W/CIRCUIT
BREAKERS;* TWO (2) DUPLEX OUTLETS;* ONE (1) PETCOCK - (RIGHT SIDEWALL);* ONE (1) PLUGGED VALVE PETCOCK COUPLING
(RIGHT SIDEWALL);* FRONT FILTER SERVICE;* ARMREST;* ULTRAVIOLET LIGHT 4376E34;* BASE STAND 30" WORK SURFACT HT. NU-400-105;* 36 MONTHS PARTS AND LABOR WARRANTY;* INCLUDES SHIPPING AND HANDLING.
002 SIGMA 1-K15 TABLETOP REFRIGERATED CENTRIFUGE AS PER 1 4,100.00 $ 4,100.00THE FOLLOWING:* BRUSHLESS MOTOR WITH PRECISION SPEED CONTROL;* SPEEDS FROM 100 - 1400RPMl21,920 X G;* SIMULTANEOUS DISPLAY OF RPM AND G FORCE;* EFFICIENT REFRIGERATION FOR TEMPERATtJRES
BETWEEN -10* AND 40*c;* 2-KNOB PRESELECTION OF SPEEDIRCF,
TIME AND TEMP.;* STANDARD ROTOR CAN HOLD UP TO 24 - I.5ML
TUBES;* SWING-OUT ROTOR FOR 1.5ML TUBES;* (NEW) WINKEL ROTOR FOR 30 X 2,2/1.5ML TUBES;* Includes shippin2 and handlin2.
003 LAJ3CONCO BENCHTOP PURIFIER CLASS 1 SAFETY ENCLOSURE 1 2,929.00 $ 2.92900
CAT. NO. 16-304-64 PER QUOTE 2140-1052-01 WITH THEiFOLLOWING:
Equipment List Page 1
004
~6
i * HEP A FILTEREDI * REQ'UIRES NO OUTSIDE EXHAUSTING;i * UV LAMP M'D TEMPERED GLASS SASH WITH! CLE.>\R SAFETY GLASS SIDE p.A..i.",rELS;i * SASH IS ANGLED TO REDUCE GLARE AND PIVOTSII FRO~l i7*. 9" (23CM) OPERATING POSITIONI i8-3i4" (48CM) OPENING FOR LOADING ANTIII MAINTEN.A..i."i'CE:
* INCLUDES GLARE FREE FLUORESCENT LAJ.'vfP
IMOUNTED OUSIDE CONTAJ.\1INATION AREA;
* BLOWER AND LIGHT SWITCHES ARE FRONT MOUNTED;
I * DUAL-LIGHT SENSOR MONITORS DIFFERENTIAL. PRESSl.TRE ACROSS FILTER AND INDICATES ffiTERI CONDITION (GREEN NOR.\1AL; AMBER FOR SERVICE);
* QUIET VARIABLE SPEED, SOLID-STATE INTERi'1ALBLO\VER MAINTAINS PROPER .AJR VELOCITY;
* EPOXY·COATED STEEL INTERIOR PANEL SHIELDSFILTER FROM DIRECT CONTACT WITH OPERATOR OREQUIPMENT INSIDE CHAMBER;
'" ENCLOSURE HAS A NEGATIVE PRESSURE DESIGNTHAT ENSURES CONTAINMENT SHOULD A LEAKOCCUR. SYSTEM TRAPS CONTAMINATED AIR ANDRECIRCULATES IT THROUGH THE FILTER;
'" STMillARD i5W, 254NM GERMICIDAL UV LAMP USEDIN CONJUNCTION WITH SURFACE DISINFECTION TOENSURE THROUGH DECONTAMINATION OFBIOHAZARDOUS PARTICULATES WHILE BENCH ISUNATTENDED;
'" UPPER CABINET AND BACK PANEL ARE CORROSIONRESISTANT;
'" BACK PANEL HAS TWO (2) UTILITY PORTS FORSERVICE CONNECTIONS;
'" OVERALL DIMENSIONS:25-l/SD X 35-3/4W X 3T'H;'" INCLUDES ONE (1) CIRCUIT BREAKER AND 3-WIRE
CORD AND PLUG;'" INCLUDES SHIPPING AND HANDLING.VWR SIGNATURE HEATED WATER BATHS, MODEL 1215 AS PERTHE FOLLOWING:'" PROPORTIONAL TEMPERATURE MICROPROCESSOR
CONTROLLER, LINKED PUSH-BUTTON KEYPAD ANDEASY-TO-READ LED DISPLAY;
'" BACK-UP CONTROLLER MAINTAINS BATHTEMPERATURES EVEN IF THE MAIN CIRCUIT FAILS;
'" VISUAL ALARM INDICATES WHEN OVER-TEMPERATURESAFETY IS ACTIVATED;
'" FULLY INSULATED;'" TEMPERATURE RANGE; 5°C ABOVE AMBIENT TO
99.9°C;'" UNIFORMITY: ±0.2°C AT 37°C;'" TWO STAINLESS STEEL GABLE COVERS AND WITH
INDEPEN'DENT CONTROLS AND THERMOSTATS FOR EACHCH.A..i.\1BER;
'" CH.A..i.\1BER DIMENSIONS: 28.6 X 14.5 X 6.4;'" EXTERIOR DIMENSIONS: 33.7 X 15.2 X 24;'" ELECTRICAL: i10V, 50/60Hz, 600W;'" INCLUDES SHIPPING AJ."i'D HANDLING.
34S.00 $ 348.00
2
Items may be brand name, if specified, or equivalent.
47
TOTALS : S 14.56900
3
DALLAS COUNTYPURCHASING DEPARTMENT
June 25, 2002
TO:
FROM:
SUBJECT:
The Honorable Commissioners Court
Paul Franko, Buyer
A high technology Request for Proposals for Jury ServicesManagement System for Dallas County.
BACKGROUND/ISSUEA request for proposal (RFP) has been written seeking solicitations from firms for a JuryServices Management System for Dallas County. The Jury Services ManagementSystem will automate and allow for better management of the entire Jury Servicesprocess, both for the county staff and judges and for the general public who aresummoned to serve. This RFP has been reviewed with comments included from thefollowing representatives: MIS Department, District Clerk's Office, Jury Services, theCounty Treasurer's Office, District Attorney's Office, and District Court Administration.In addition, District Court Judges representing both Civil and Criminal Courts attendedseveral of the meetings held to prepare the RFP and offered comments and changesgarnered from a survey of the District Court Judges. The rating criteria and points forreviewing proposals are assigned as follows:
l.2.3.4.5.
CriteriaTotal Cost of ServicesAbility to deliver servicesSuccessful implementation referencesFinancial Health and StabilityMlWBE Participation
Maximum Points Allotted2530151515
The proposals will be evaluated and scored by representatives from the following countydepartments: Rodney Christian, MIS Department; Donna Roach and Diane Ledermanfrom Jury Services; Gracie Horton from the County Treasurer's Office; Angie Mortonfrom the District Clerk's Office, Ron Mackay from District Court Administration, and atleast one State District Judge. The Minority Business Officer will only score the portionrelated to MlWBE.
509 Main Street, Suite 6236th Floor Records Building
Dallas, Texas 75202-4616 Office (214) 653-7431
49
IMPACT ON OPERATIONSThe only computer automation currently available to the Jury Services department isbased on the county's mainframe operation and programming code. The new system willallow for easier and more efficient management ofjurors and potential jurors, allow foradditional information and reports to be generated and will be more conducive to changeas state law is modified. Over the past several years, the department has requested twonew clerks, one for each of the civil and criminal jury rooms. The additional capabilitiesprovided by new modem equipment and the new jury software, should allow thecontinued operation of both jury rooms with the same approximate number of staff for atleast the next several years.
This system, as it is being bid, will also provide benefits and convenience to the generalpublic, members of which are summoned at random to serve on the jury. The use of hightechnology, email responses, a web based system and an IVR telephone system will assistpotential jurors in scheduling postponements, and providing information on exemptionsand disqualifications.
LEGAL INFORMATIONThe District Attorney's Office, Civil Division was present during several of the meetingsheld to prepare the RFP. The RFP meets the provisions of State law and county biddingpolicies.
FINANCIAL IMPACTThe Major Technology Improvements Fund has budgeted what is believed to besufficient funds for the Jury Services Management System software and for new serverand PC's hardware for staff. Additionally, it is felt with the added capabilities of thissystem, the need for two new clerk positions, (one each at Crowley and George Allen)would be postponed for at least several years. The financial impact of the proposedautomation of Jury Duty Services could represent a cost savings to Dallas County ofapproximately $49,000 annually for two grade five positions including taxes and benefits.
PROJECT SCHEDULEThe projected time line for this proposal is as follows:
Brief Commissioners CourtAdvertise in paperPre-Proposal ConferenceDeadline for accepting questionsDeadline to answer questionsRFP closing/openingRFP review.Presentation and negotiation.
7/21027/8/02 and 7/15/027/17/02 (in training room 634 at 2 PM)7/241028/5/028/19/028120 - 8/301029/2 - 9/13/02
Negotiation and contracting.Best and FinalFinal SelectionBrief Court (if necessary)Award
50
9116 - 9/27/0210/710210/18/0210/29//021114/02
RECOMMENDATIONDue to the opportunities to improve and automate the information and communications ofthe Jury Services process, it is the recommendation of the Purchasing Department tosolicit proposals from vendors to support this request for proposal to eventual contract toDallas County's best interest.
Should the Court concur with this recommendation, the Request for Proposal for JuryServices Management System will be advertised for a two week period beginning onMonday, July 8, 2002.
Recommended for Approval by:
'~re~l1nC: John Hermessey, MIS Director
Allen Clemson, Court AdminstratorRon Mackay, District Court AdministratorBill Melton, County TreasurerJanet Ferguson, District Attorney's OfficeDorma Roach, Jury Services
51
DALLAS COUNTY RFP NO. 2002·138·1178
REQUEST FOR PROPOSAL FOR
JURY SERVICES MANAGEMENT SYSTEM
PROPOSALS DUE: August 19, 2002, 2:00 p.m.
Dallas County Purchasing Department
509 Main St., 6th Floor, Room 623
Dallas, Texas 75202
PRE·PROPOSAL CONFERENCE: July 17, 2002, 2:00 p.m.
Dallas County Purchasing Department
509 Main St., 6th Floor, Room 634
Dallas, Texas 75202
RFP - Jury Services System Dallas County
52
1.0 Introduction
OverviewThe County of Dallas Texas ("Dallas County" or the "County") is soliciting Proposals of HighTechnology purchases as authorized in the State of Texas Local Government Code 262. Theselected contractor will be responsible for developing a "turnkey solution" and provide pricingfor various options, under the direction of the County's MIS Director.
About this DocumentThis RFP is divided into six (6) primary sections:
1. Overview and Administrative information regarding this RFP2. Jury System Functional Requirements3. Technical System Requirements4. Required Responses5. Pricing6. MWBE Forms
Purpose of Request for ProposalThe purpose of this RFP is to obtain proposals from vendors that have successfully implementedcomputer management information systems for County Jury Services, with a preference forsuccessful implementation in the State of Texas. The County seeks a Vendor that has, and willhave, the skills, qualifications, expertise and experience necessary to deliver the servicesdescribed in this RFP in an efficient, cost-effective manner and with a high degree of quality.The intention of this RFP is to communicate the known requirements of the County.
ObjectivesThe County's key objectives for this RFP include, among other things, obtaining:
• High quality information (high) technology services and systems in the areas describedin this RFP, in a cost-effective manner. A flexible relationship with the Vendor that willbe responsive to the requests of the County to deliver the product services required inthis RFP;
• A track record of developing and implementing a Jury Services management system.Preference will be given to a company with a track record in Texas County governmentJury management systems.
The County's CommitmentThis RFP is not a commitment by the County to fund any development, to lease or purchase anyequipment, products, services or any other materials from any bidder. The County will not beliable for any direct or indirect costs that any bidder may incur in the preparation or productionof a response to this RFP, or for any subsequent sales, due diligence, or negotiation costs.
The County reserves the right at its sole and exclusive discretion to cancel the selection processat any time, add, modify, or delete any items in this RFP, negotiate additional items to beincluded in the proposal response or delete items from such response, or to award all or part ofthe services to one or more bidders.
RFP - Jury Services System 2 Dallas County
53
The matenals and mformatlon included m this RFP are lntended to assist the bIdder m theformulatlon of responses. The County's desire is to provide the bidder with relevantinformation known at the time of the production of this RFP. However, the County makes norepresentation as to the accuracy and completeness of such materials and information. Thebidder understands and agrees that the County nor any of its agents, advisors, or representativesmake any representation as to the accuracy and completeness of such materials and informationand shall have no liability to the bidder resulting from the use of said materials and information.
The County shall not be bound by any language in the bidder's proposal indicatingconfidentiality or any other restriction on its' use or disclosure.
Duration of PricingThe Proposal's pricing must remain valid for one hundred eighty (180) days from the RFPresponse due date. All materials included in the response to this RFP, including any portion ofthe RFP document, may be incorporated into the final agreement.
The County Procurement CoordinatorThe County's Procurement Coordinator for this procurement process is:
Paul FrankoDallas County Purchasing Department509 Main Street, 6th FloorRoom 623, Records BuildingDallas, Texas 75202214653-7431/214653-7449 [email protected]
Throughout this RFP process, Bidders will refer all inquiries to the Coordinator or, in hisabsence, his designees. Any contact or any attempted contact concerning this RFP, with anyother employee or elected official of the County or its affiliates regarding this proposal, prior tothe award of this RFP and without prior approval of the Coordinator, will be considered anattempt to exert undue influence on the Bidder selection process and may, at the County's solediscretion, result in the rejection ofthat Bidder's RFP response.
Communications Regarding the RFP
• Upon release of this RFP, all Vendor communications concerning this procurementmust be directed to the Procurement Coordinator.
• All communication should be in writing to the Procurement Coordinator. Any oralcommunications shall be considered unofficial and non-binding. Written comments,including questions and requests for clarification must reference the RFP number.
• The County Purchasing Department shall respond in writing to writtencommunications, Such response shall constitute an amendment (addendum) to theRFP. Only written responses to written communication shall be considered officialand binding upon the County. The County reserves the right, at its sole discretion, todetermine appropriate and adequate responses to the written comments, questions,and requests for clarification.
• Official responses to written communication will be provided to all documentedVendors holding copies of the RFP and pre-proposal attendees by mail, fax and/or email.
RFP - Jury Services System 3 Dallas County
Acknowledgment of ReceiptThe County requires all prospective Bidders to acknowledge receipt of this RFP by sending anemail to the County's Procurement Coordinator with the following information:
• Company Name;• Primary Contact;• Telephone Number; and• Email address.
Questions and AnswersBidders will provide the County Procurement Coordinator with the appropriate name and the email address for the Q&A contact focal point and will respond only to those questionsoriginating from this Q&A contact. The County will accept your questions concerning theservices described in this RFP via facsimile or e-mail until 5 p.m. on July 24, 2002. Allquestions must be submitted in writing via facsimile or e-mail to the Procurement Coordinator.Please reference the RFP number on all correspondence to Dallas County. No oralcommunication is binding on the County.
All submitted questions with the corresponding County responses will be provided via e-mailand/or facsimile to the designated Q&A contact focal point for each potential Bidder.
Bidders ConferenceThe County has scheduled a Bidders conference to be held in the Purchasing Department on July17,2002, 2:00 p.m.
Dallas County Records BuildingSixth Floor, Room 634509 Main StreetDallas, Texas 75202
The Bidder's conference is scheduled to begin at 2:00 PM in the sixth (6 th) floor training room
and will last approximately one (1) hour. Attendance is encouraged but not mandatory. Thepurpose of this conference is to facilitate responses to all Bidders' questions concerning thecontent of this RFP document. Any RFP related questions must be submitted via facsimile or email. All Bidder responses and questions must be directed to the Procurement Coordinator at:
Fax: 214-653-7449Email: [email protected]
To provide additional input and clarification, a panel of County representatives from variousdepartments will be present at the conference.
Questions and Answers after the Bidders ConferenceThe County will accept additional questions from all Bidders after the Bidders Conference. TheCounty will accept additional questions via facsimile or e-mail until 5 p.m. on July 24, 2002.Responses to additional questions will be sent to all Bidders.
RFP Response Due DateThe County will accept Bid Proposals to this RFP until 2 p.m. on August 19, 2002. Extensionswill be considered only in the event of an emergency condition. An emergency extension may begranted by the County and will apply to all Bidders equally. Proposals will not be accepted afterthe due date and time.
RFP - Jury Services System 4 Dallas County
55Evaluation Process/C riteriaA committee that may include representatives of the Dallas County MIS Department,Commissioners Court Administration, two representatives from Jury Services, the CountyTreasurers Office a Purchasing Department representative, the Auditor's Office, the DistrictCourt Clerk's Office, District Court Administration, representative of the State District Judgesand may include other representatives to be named later. The Minority Business Office willonly score the portion related to M/WBE. The Evaluation Committee will consider manyevaluation factors (of which cost is only one factor), and will review proposals from allresponsible vendors. The objective is to enter into a contract agreement with the best vendor atthe best price. Each criterion shall be scored as shown in the Evaluation Criteria Table. Onehundred (100) points are the maximum numbers of points that can be allocated to anyonebidder.
During the evaluation process, the committee may schedule meetings to discuss proposalcontent in greater detail. All such meetings will be closed to other Bidders and the topicsdiscussed kept confidential in accordance with Local Government Code 262.030 governing HighTechnology procurements.
Table 2 - Evaluation Criteria
CRITERIA VALUE
Total cost of services 25
, Ability to deliver required services 30
II Successful implementation of Jury Systems 15
III Counties of comparable size:References
Finaocial health and stability 15
Minority/Women-Owned Business 15Enterprise
Certified MlWBE Firm (6 Points)SUb-CODtraCting to a Certified .
MlWBEFirm (6 Points)Minority makeup of firm (3 Points)
RFP - Jury Services System 5 Dallas County
56
Basic Evaluation ProceduresThe evaluation process is designed to award the procurement not necessarily to the Bidder(s) ofleast cost, but rather to the Bidder with the combination of attributes based upon the evaluationcriteria.
• Review of all Proposals for conformance with this RFP• The elimination of all Proposals that deviate substantially from the basic intent of the
RFP.• An assessment of remaining vendors• Verification 0 f Bidder references• The Procurement Coordinator shall manage the proposal evaluation process and
maintain proposal evaluation records. An Evaluation Committee will independentlyevaluate each proposal and selection will be made on the basis of the criteriapreviously listed. Bidders submitting proposals shall include statements to satisfythose factors. The review process may include an opportunity for a brief oralpresentation by the Bidder before the Evaluation Committee. Ifnecessary, oralpresentations will be scheduled.
Selection of Finalist(s)After reviewing the qualifications and responses from Bidders, the County may select one ormore Bidders as finalists.
Bidder PresentationsThe County may also elect to require Bidders to make brief presentations to the selectioncommittee and Commissioners Court. If required, the County Procurement Coordinator willcontact the finalists to schedule a date for formal proposal presentations. The County may havespecific questions it would like addressed as a part of the presentation; these will be providedwhen contacted for determining a presentation date, if required. Contacted Bidders must submita proposed agenda and a list of attendees, via facsimile or e-mail, to the County ProcurementCoordinator.
Instructions for Completing ProposalsBy submitting a response to this RFP, the Bidder represents that it has read and understands therequirements of this RFP and that the response is made in accordance therewith.
Transmittal LetterProvide a transmittal letter on your firm's letterhead. The transmittal letter should be of minimallength to serve as the proposal abstract. The transmittal letter should include the following:
• Statement of intent to submit a proposal• Brief description of your organization• Briefhistory of your organization'S experience with services similar to these services• Brief description of the proposed solution• A summation of the costs by category• A statement that your firm has the fiscal capacity to provide the required services• A listing of all subcontractors that will be utilized• Contact person, phone number and email address for questions relating to the proposal
RFP - Jury Services System 6 Dallas County
~7
Table of Contents
Bidders are to provide a Table of Contents.
Required ResponsesBidders are required to answer all questions and requests for information noted in this RFP.Bidder's responses are to be noted immediately following the question or request.
Bidders must specifically respond to the portions of the RFP listed below:
o Section 4 Required Responseso Section 5 Pricingo Check sheet
The Bidders response to a section or subsection must clearly state when an addendum has beenincluded. This supplemental information must be added as an addendum behind the appropriatetab within your response and assigned the number that corresponds to the numbered sectionwithin the RFP. The addenda may include pictures, system descriptions, diagrams and othertypes of descriptive material. Please refrain from including "sales" type materials not directlyrelated to enhancing the clarity of your RFP response.
AttachmentsBidders are required to include the following attachments with their responses to this RFP.
Attachment A - Details assumptions and other information about proposed costs andfees.Attachment B - Additional information deemed relevant by the Bidder. Only includedocuments that contribute to the proposal meeting the overall requirements.
The County MlWBE FormsPlease contact Irvin Hicks, Minority Business Coordinator for Dallas County at 214653-6018with all questions concerning these forms. All bidders must include the MlWBE informationforms with their response. Please find these forms in Section 6.
ConstructionEach page shall be consecutively numbered beginning with the Cover Sheet as Page 1. Eachpage must be printed on one side only and must be three-hole punched. Proposals should be innot less than 12 characters per inch with a minimum size often points. All documents includedin the proposal must be 8 Y2 X 11 inch size. Proposals are to be submitted in 3-ring binders,notebook bound, with dividers used to separate each section of the proposal.
CopiesBidders are to provide eleven (11) original hard copies with original signatures along with two(2) CD ROM electronic copies in Microsoft 97 Word or Adobe Acrobat format (labeledaccordingly). All proposals must be bounded in binders and furnished in a sealed package orcontainer and be clearly marked with the RFP solicitation number and title on the outside of thepackage. Failure to follow the requirements to submit a sealed proposal may result in yourproposal not being considered.
RFP - Jury Services System 7 Dallas County
58Disqualified ProposalsProposals submitted via fax submission will not be accepted. Proposals submitted otherthan as specified in this RFP will not be considered.
Submittal AddressSubmit the completed response(s) to:
Dallas County Purchasing DepartmentAttn: Paul Franko509 Main Street, Room 623 Records BuildingDallas, TX 75202
The proposal, and copies shall be delivered by 2:00 P.M. (The official time clock will be thetime clock located in the Purchasing Department late bids will not be opened and will bereturned to the bidder upon request) on August 19,2002 and shall be clearly marked"RESPONSE TO REQUEST FOR PROPOSAL No. 2002-138-1178, Jury ServicesManagement System on the outside of the package.
Proposals will not be accepted after the due date and time. The County is not responsible for unmarked/improperly marked proposals or proposals delivered to any other location.
Policy for Selection of AwardThe Bidder is required to submit a proposal meeting all requirements of this RFP. The proposalssubmitted will be evaluated based on competence and qualifications for the services to beperformed at fair and reasonable prices. The County reserves the right to review, accept orreject any RFP response.
Ambiguity, Conflict, or other Errors in RFPIf a Bidder discovers any ambiguity, conflict, discrepancy, omission or other error in the RFP,he shall immediately notify the County of such error in writing and request modification orclarification of the document. Any modification made to this RFP will be issued as anaddendum. Written notice will be given to all parties who have been furnished with the RFPwithout divulging the source of the request for it.
If a Bidder fails to notify the County prior to the date and time fixed for submission of proposalsof an error or ambiguity in the RFP known to him, or an error or ambiguity that reasonablyshould have been known to him, he shall not be entitled to additional time by reason of theerror/ambiguity or its late resolution.
The County may also modify the RFP prior to the date and time fixed for submission ofproposals by issuance of an addendum to all parties who have received the RFP. All addendawill be numbered consecutively beginning with 1.
Proposal Preparation CostDallas County shall not be responsible or liable for any costs associated with the preparation,submittal, presentation, or other costs incurred by participating in this procurement process.
Signature of ProposalAn individual who is authorized to bind the Bidder contractually shall sign a transmittal letter,which shall be considered an integral part of the proposal. If the Bidder is a corporation, thelegal name of the corporation shall be provided together with the signature of the officer orofficers authorized to sign on behalf of the corporation.
RFP - Jury Services System 8 Dallas County
59Economy of PresentationProposals should not contain promotional or display materials, except as they may directlyanswer, in whole or in part, questions contained in the RFP. Such exhibits shall be clearlymarked with the applicable reference number of the questions in the RFP. Proposals mustaddress the requirements since the request for proposal must be answered concisely and clearly.Proposals that do not address each criterion may be rejected and not considered.
Proposal ObligationThe contents of the proposal and any clarification thereto submitted by the successful Biddershall become part of the contractual obligation and incorporated by reference into the ensuingcontract.
Implied RequirementsProducts and services not specifically mentioned in this RFP, but which are necessary to providethe functional capabilities described by the Bidder, shall be included in the proposal.
Compliance with RFP SpecificationsIt is intended that this RFP describe the requirements and response fonnat in sufficient detail tosecure comparable proposals. The Bidder's response must coincide with the fonnat of the RFP.
Withdrawal of ProposalA Bidder may withdraw the proposal by submitting a written request for its withdrawal, suchrequest having the signature of an authorized company representative, to the CountyProcurement Coordinator at any time prior to the submission deadline. The Bidder maythereafter submit a new proposal prior to the deadline. Modifications offered in any mannerwould not be considered if submitted after the deadline.
Status of ProposalDisposition of Proposal- All proposals become the property of the County and will not bereturned to the Bidder.
Disclosure of Proposal ContentAll proposals and other materials submitted in the response to this RFP procurement processbecome the property of Dallas County. All proposal infonnation, including detail price and costinfonnation, shall be held in confidence during the evaluation process. Upon the completion ofthe evaluation process and award, the proposals and associated materials shall be open forreview by the public in accordance with The Texas Open Records Act. By submitting aproposal, the Bidder acknowledges and accepts that the full contents of the proposal andassociated documents shall become open to public inspection. The County will uphold theconfidentiality of Vendor trade secrets to the extent allotted by law. All confidential infonnationand trade secrets must be clearly identified and separated, by the Bidder and prior to submissionof the proposal.
Contractual DevelopmentThe contents of the RFP and selected Bidder's proposal will become an integral part of thecontract but may be modified by provisions of the contract as negotiated. Therefore, the Biddermust be amenable to inclusion in a contract of any infonnation provided (in writing) either inresponse to this RFP or subsequently during the selection process.
RFP - Jury Services System 9 Dallas County
60Expense and Fee RequirementsThe Vendor shall be responsible for payment of expenses and fees associated with theperformance of this agreement, including but not be limited to: wages, salaries, labor, services,materials, supplies, transportation, communications, licensing and inspection, taxes, insurance,bonds, etc.
InvoicesThe awarded Vendor will submit an itemized billing statement in accordance with the awardedcontract requirements. Unless noted all invoices will be net 30 days upon receipt in the CountyAuditors Office.
The original invoice is to be sent to the County Auditor's Office 500 Main Ste. 407 Dallas,Texas 75202. A copy of the invoice is to be sent to the Dallas County MIS Director, 411 ElmSt. 3rd Floor, Dallas, Texas 75202 for approval. Any disputes in billing must be resolved by theCounty MIS Director and the department.
IndemnificationThe Vendor agrees that it will protect, defend, indemnify, and save whole and harmless theCounty and all of its officers, agents, and employees from and against all claims, demands,causes or action, damages, judgments, loss and expenses, including attorney's fees, ofwhatsoever nature, character, or description that any person or entity has or may have arisingfrom or on account of any injuries or damages (including but not restricted to death) received orsustained by any person, persons, or property, on account of, arising out of, or in connectionwith the performance of the work, including without limiting the generality of the foregoing, anynegligent act or omission of the Vendor or any agent, servant, employee or sub-contractor of theVendor in the execution or performance of this Contract. Vendor further agrees to protect,indemnify and hold County harmless against and from any and all claims and against and fromany and all loss, cost, damage, judgments or expense, including attorney's fees arising out thebreach of any of the requirements and provisions of this contract of any failure of Vendor, itsemployees, officers, agents, contractors, invitees, or assigns in any respect to comply with andperform all the requirements and provisions hereof.
CollusionThe successful Vendor may be required to provide an affidavit that he has not conspired withother potential suppliers in any manner to attempt to control competitive pricing. Thisparagraph does not however, preclude two or more suppliers of certain parts of the requirementsfrom presenting a combined or joint proposal for the purpose of providing a complete proposal.
Monetary RestitutionIn the event the contract is prematurely terminated due to non-performance and/or withdrawal bythe Vendor, Dallas County reserves the right to seek monetary restitution (to include but notlimited to; withholding of monies owed) from the Vendor to cover costs incurred prior totermination. In the event civil suit is filed to enforce this provision, Dallas County will seek itsattorney's fees and cost of suit from the Vendor.
RFP - Jury Services System 10 Dallas County
61
Financial InterestNo official or employee shall have any financial interest, direct or indirect, in any contract withthe County or be financially interested, directly or indirectly, in the sale to the County of anyland, materials, supplies or services, except on behalf of the County as an official or employee.Any violation of this section, with knowledge, express or implied, of the person or corporationcontracting with the County shall render the contract involved voidable by the CommissionersCourt of the County. It is the responsibility of the Bidder during all phases of the procurementprocess to notify the County in writing of any potential conflict of interest.
LitigationAny Bidder who is currently involved, either directly or indirectly with any litigation against orinvolving the County, which, as determined by the Commissioners Court, may not be in the bestinterest of the County may be disqualified and/or not considered for an award.
Right to Rejection• The County reserves the right, at its sole discretion, to reject any and all proposals or to
cancel this RFP in its entirety as determined to be in the best interests of the County.• Any proposal received, which does not meet the requirements of this RFP, may be
considered to be non-responsive, and the proposal may be rejected. Bidders must complywith all of the terms of this RFP and all applicable Federal, State and Local laws andregulations.
• The County reserves the right, at its sole discretion, to waive any technicality inproposals provided such action is in the best interest of Dallas County. Where theCounty waives minor technicalities in proposal, such waiver does not modify the RFPrequirements or excuse the Bidder from full compliance with the RFP. Notwithstandingany minor technicalities, The County may hold any Bidder to strict compliance with theRFP.
Governing Law VenueThe laws of the State of Texas shall govern any proposed agreement, and all obligations of theparties created hereunder are performable in Dallas County, Texas. In any legal action arisingfrom this Agreement, the laws ofTexas shall apply and exclusive venue shall lie in DallasCounty, Texas.
Any Agreement Subject to Availability of FundsAny agreement resulting from this RFP will be subject to the availability of governmental fiscalfunding. If such funds become reduced or unavailable, any contract agreement shall be subject toimmediate modifications, reduction or termination on the expiration date or date in which thefunds have been eliminated.
RFP - Jury Services System 11 Dallas County
62
AssignmentThe Bidder shall not sell, assign, transfer or convey this Contract, in whole or in part, withoutthe prior written consent of the Dallas County Commissioners Court. Should the Countyauthorize the original awardee to subcontract (assign) any portion of this contract, the originalawardee will maintain the ultimate legal responsibility for all services according to contractspecifications. In the event of a subcontract, the original awardee must maintain a continuouseffective business relationship with the subcontractor(s) including, but not limited to, regularpayments of all monies owed to any subcontractor. Failure to comply with these requirements,in whole or part, will result in termination of this contract and/or legal ramifications, due tononperformance. Should the County authorize the original contractor to transfer this contract, inwhole or part, the secondary contractor will maintain all the legal responsibilities set forth in thecontext of this contract; and the original contractor will continue to be responsible for theperformance 0 f the secondary contractor.
Performance BondPerformance Bond: With the execution and delivery, the Vendor shall furnish and file with theCounty within thirty (30) days of award and in the amounts herein required, the followingSURETY BONDS. Such Surety Bonds shall be in accordance with the provisions of Section262.032 of the Texas Local Government Code.
(i) A good and sufficient Bond in an amount equal to 100 percent of the approximatetotal amount of the Contract, as evidenced by the Proposal tabulation, orotherwise guaranteeing the full and faithful execution of the Work andperformance of the Contract in accordance with the Plans, Specifications andContract Documents, including any extensions thereof, for the protection of theCounty.
(ii) Bonds shall be executed by a duly authorized surety company satisfactory to theCounty. The County will accept only those bonds executed by those suretycompanies listed in Circular 570 "Surety Companies Acceptable on FederalBonds" published in the Federal Register, U.S. Department of the Treasury.
(iii) No sureties will be accepted by the County who are now in default or delinquenton any bonds or who are interested in any litigation against the County. Allbonds shall be executed by a corporate surety authorized to do business in theState of Texas.
(iv) Each bond shall be executed by Vendor and the Surety. Each surety shalldesignate an agent resident in the State of Texas to whom any requisite noticesmay be delivered and on whom service of process may be had in matters arisingout of such surety ship.
(v) In lieu of a performance bond, Vendor may submit a cashier's check in theamount of 5% of the total Contract amount guaranteeing the full and faithfulexecution of the work and performance of the Contract in accordance with theContract documents, including any extension thereof for the protection of theCounty.
(vi) In the event the Contract Agreement is prematurely terminated due to nonperformance and/or Vendors request, the County reserves the right to act on theperformance bond and/or seek monetary restitution. In the event civil suit is filedto enforce this provision, the County will seek its attorney's fees and cost of suitfrom Vendor, which amount Vendor agrees to pay.
RFP - Jury Services System 12 Dallas County
63(\ll) A.ll bonds shall be delivered to the Dallas County Purchasing Department, C 0
Mary Lewis-Stephens, 509 Main Street, Room 623, Dallas, Texas 75202, wtthin30 days after award of the Contract.
(viii) The County will disburse no payments for goods or services provided unless agood and sufficient bond is on file with the County.
Source CodeUpon completion of the purchase, the contractor is required to place the "source code" in escrowuntil released from this obligation by the Dallas County Commissioners Court. TheCommissioners Court will issue a court order to this effect or the contractor may release thiscode to the county.
Liability and Other Insurance Coveragel\ny vendor that conducts business with Dallas County, whether it is for goods and/or services,must maintain lawful worker's compensation/self insured employee coverage requirements andadequate liability limitations.
The Contractor, at its own expenses, shall purchase and maintain the 1; .'rein stipulated minimuminsurance with companies duly licensed to do business in the State of Texas, possessing acurrent A.M. Best, Inc. Rating of "A" or better.
The policies may provide coverage, which contain deductible or self- insured retention. Suchdeductible and/or self-insured retention shall not be applicable with respect to the coverageprovided to Dallas County under such policies. The Contractor shall be solely responsible for alldeductibles and/or self-insured retention.
Within ten (10) days after contract award and prior to the commencement of any work ordelivery, the Purchasing Agent requires the successful vendor(s) to submit verification of thefollowing coverage. The insurance coverage, except Workers Compensation, required by thisContract, shall name Dallas County and its officers, employees and elected officials as additionalinsured(s) (as the interest of each insured may appear).
All insurance required herein shall be maintained in full force and effect through out the term ofthis contract, including all extensions.
a. Workers Compensation or self insured employee coverage meeting the acceptablerequirements as established by the Texas Workers Compensation Act, Title 5, Subtitle A,Texas Labor Code; and
b. Commercial General Liability: Contractor shall maintain Commercial General LiabilityInsurance with a limit not less than $1,000,000.00 for each occurrence with a $2,000,000Products/Completed Operations Aggregate and a $2,000,000 General Aggregate Limit.The policy shall include coverage for bodily injury, broad form property damage,personal injury, products and completed operations and blanket contractual coverage.
c. Automobile Liability: Contractor shall maintain Commercial/Business AutomobileLiability insurance with a combined single limit of bodily injury and property damagenot less than $100,000/300,000/1 00,000 or combined single limit of $400,000.00 eachoccurrence with respect to the Contractor's any owned, hired, and non-owned vehiclesassigned to or used in performance of this contract.
RFP - Jury Services System 13 Dallas County
6-4
Contractor agrees that, with respect to the above referenced insurance, all insurance contractswlll contain the following required provisions.
a. Name Dallas County and its officers, employees and elected officials asadditional insured(s) (as the interest of each insured may appear) as to allapplicable coverage.
b. Provide for forty-five (45) days' notice to the County for cancellation, nonrenewal or material change.
c. Provide for endorsement that the "other insurance" clause shall not apply toDallas county where County is the additional insured on the policy.
d. Provide for notice to the County at the address shown in the final contract.
e. Contractor agrees to waive subrogation against Dallas County, its officers andemployees for injuries, including death, property damage or any other loss.
f. Contractor shall provide that all provisions of this contract concerning liability,duty and standard of care, shall be underwritten by contractual liability coveragesufficient to include obligation within applicable pollicies.
Vendors and/or their freight contractors must be prepared to show coverage verificationprior to entering upon Dallas County premises.
Failure to comply with lawful requirements or adequate liability requirements may result indelay of payments and/or cancellation of the contract. (Court Order 94-1243, August 9,1994)
Section 2.0 Jury System Functional Requirement
2.1 General
1. Dallas County currently supplies jurors to more than 80 courts and operates Central JuryRooms in two separate buildings. The proposed system must be able to accommodate bothmultiple courts and multiple jury rooms.
2. Phone and web access for deferrals, exemptions, disqualifications, and information should beavailable on a 24x7x365 basis. The capability to provide both English and Spanish languageversions should be allowed.
3. The system must provide on-line helps, prompts, and documentation to assist system usersand administrators.
4. Tables containing application variables, parameters, codes and descriptions should beaccessible to the System Administrators for update.
5. All reporting must be available for both online viewing and printing.
6. All reports must be produced in real-time, not in a batch or over-night process.
7. Reporting options (e.g. sorting, inclusion/exclusion, etc.) should be user configurable andeasy to change from one report request to the next.
8. System Security is to be available at multiple levels: User [IDs and Passwords], transaction,report, field, etc. The system should allow the System Administrators to define who mayaccess the system and what data the user will be permitted to view or update.
RFP - Jury Services System 14 Dallas County
65
9. As with any system that allows online updates, and especially any system where updates areallowed via phone or web, audit and system logs should be available. Any updates to datashould be recorded in the logs and available for reporting / review.
2.2 Jury Wheel Processing
I. The Jury Wheel is refreshed when the names are exhausted, or when the Secretary of Stateissues an updated Wheel. This occurs approximately every 2-Y2 years. A flexible datainterface should be available to accept Jury Wheel data as provided by the State.
2. Dallas County's large population dictates that the proposed system's Jury Wheel processsupport more than 2,000,000 prospective jurors.
3. A report detailing the individual records of the wheel should be provided.
4. The prospective system should provide user requested Summary Reports of the Jury Wheel.
5. It is often necessary for Jury Services to retrieve data from the previous Jury Wheel. Longterm archival storage, as well as inquiry and reporting functions, of the prior Jury Wheelrecords should be available.
2.3 Summoning
1. The prospective system must provide randomized jury summoning.
2. In order to speed the Juror check-in process, the system should take advantage of OCR orBar Code capability to recognize the Juror number and index the Juror Information Cards bythat number.
3. The Juror badge is to be part of the summons. The Juror's ill and Juror Number should beprinted on the badge, and a bar coded version of the Juror ill and Number should be printedon the badge as well.
4. Interactive Voice Response (IVR) capability to provide voice information AND allowsummoned jurors to postpone service, file an exemption, and provide reasons fordisqualification should be provided 24x7x365.
5. WEB capability to provide information AND allow summoned jurors to postpone serviceand, file an exemption, and provide reasons for disqualification should be provided24x7x365 in a secure web site. The ability to send e-mail confirmations as well as apostcard confirmation to online users should be supported.
6. The time frame in which to serve postponed service and the maximum number ofpostponements should be definable by the Jury Systems Administrator.
RFP - Jury Services System 15 Dallas County
66
.., There are weeks in which no jurors are called for service. Also, holidays may dictate that nojury service is scheduled. A Jury Service Calendar should be available and it should bedefinable by the Jury Systems Administrator. The proposed software should allow JuryServices to create the jury calendar - allowing them to schedule normal jury service days andblock out non-jury days (e.g. holidays, non-jury weeks, etc.). The calendar should beavailable in report form so that it can be e-mailed to the various courts -or- available fordisplay on the WEB. The Calendar Function should support the differing schedules ofmultiple Jury rooms. The calendar will play an integral part in allowing postponements to beaccepted via phone and WEB.
8. Using bar code technology, the ability to scan a returned summons (address undeliverable) toupdate jury wheel records must be provided. Bar codes must be viewable without having toopen the envelope. (i.e. through the envelope window)
9. If a summons is returned claiming to be exempt or disqualified, the capability to scan formarked exemptions / disqualification's should be provided.
10. Attendance reporting (summoned, undelivered, exempt, disqualified, re-scheduled, reported,no-shows), at the detail and summary levels should be supported. As with all reports, theseshould be viewable online, user definable, and created in real-time.
11. If a prospective juror requests a deferral via the web, the system should support the sendingof E-mail reminders concerning upcoming service.
12. Post cards are used to notify jurors of their new service date when a postponement isgranted. The system should support the printing of notices for this purpose.
13. Currently, summoned citizens must complete the Juror Information Form provided as part ofthe summons. The proposed system should support gathering this information via the web(prior to the actual appearance for jury service).
2.4 Juror Room Processing
1. The system should support automated Juror Check-in. Scanning devices should ease thecheck-in process.
2. Juror Information Forms are an important part of the jury process in Dallas County. Theseforms are completed by the jurors and contain information used by attorneys and judgesduring the jury selection process. The ability to scan the Juror Information Forms and storethem in Juror number order is critical.
3. OCR or Bar Code technology should be utilized to recognize the Juror number and index theJuror Information Forms accordingly. The voter registration certificate number and/ordriver's license number should be included with the bar code as well.
4. Use the OCR / Bar Code to automatically capture attendance. Lists of attendees, no-shows,those individuals selected for panels, etc. should be available for user reporting.
RFP - Jury Services System 16 Dallas County
67
5 The system should enable Jury ServIces to pull aJury panel from the juror list and pnntdIsplay (online) an ordered copy of the Juror Infonnation Fonns.
6. The system should support the ability to shuffle the juror panel based on a request from thejudge. (This is currently limited to only one shuffle per panel - but should be configurableby the Jury Systems Administrator).
7. Based upon a selected Jury panel, the system should provide the option to print a court roomseating chart for the prospective Jurors. The number ofrows and seats per row should beconfigurable by the Jury Services user.
8. The capability to scan for marked exemptions / disqualifications should be provided.
9. Attendance reporting (summoned, undelivered, exempt, disqualified, re-scheduled, reported,no-shows), at the detail and summary levels should be supported. As with all reports, theseshould be viewable online, user definable, and created in real-time.
10. Service letters, printed for employer verification of service are often requested. The systemshould be capable of printing letters upon request. Again, requesting the letter should besimplified using the bar coded summons or juror badge.
2.5 Payment for Service
1. The proposed system must support juror payment processing and the appropriatebookkeeping and audit functions. Actual payment processes may vary and could possiblyinclude physically printing checks, creating a check print file to input into another systemsupporting vouchers, or cash dispensing machines. The proposed system should supportstandard payment recording and tracking, regardless of the disbursement process(es) used bythe County.
2. The current rate for jurors is $6.00 per day served. However, the new system will berequired to provide a pay rate that can be varied for multi-day service. The pay rate shouldbe configurable by the Jury Services Administrator.
3. An option to waive/donate jury pay should be provided. A register of donated jury payshould be created detailing each donated item and providing totals
4. At times, a jury may be paid at a rate set by the Commissioners Court. The ability to set aspecial pay rate for all members of a particular jury should be supported. Minimally, thesystem should not restrict paying specified jurors at an exception rate. The pay limit shouldbe configurable by the Jury Services Administrator.
5. The ability to print 1099 for jurors that receive more jury service pay than the amountallowed by IRS rules should be .
3.0 TECHNICAL REQUIREMENTS
A System Architecture
1. Distributed processing
2. N-tiered architecture
RFP - Jury Services System 17 Dallas County
683. Stateless Design
4. Separate Database, Application, Presentation, Communication and WEB layers industry standard for flexibility.
B Standard Hardware
1. Dell Server
2. Scalable
3. Horizontal server scalability.
4. Server flexibility to install locally or centrally.
5. Allows the addition of new servers to gain capacity versus replacing existingmachines with larger ones.
C Contingency
1. No single Point of failure
2. Rolling Upgrades
3. High Availability
4. Multiple Servers (or a single sever with multiple CPUs) with load sharing toeliminate single point failures and ensure a robust and highly available system.
D Capacity
1. Load Balancing (automated)
2. Partitioned Multiple Data Bases
3. Allow data and workload to be spread across servers (CPUs) and prevent single pointfailure.
E Standard Software
1. Windows 2000 Advanced Server XML Presentation
F Database
1. ANSI SQL Compliant
2. Support Oracle
3. Use of Stored Procedures for data access.
4. Robust database engines such as Oracle or SQL Server.
RFP - Jury Services System 18 Dallas County
69G Application Flexibility
1. Individual components can be installed / updated as needed. Does not require that theentire system be reloaded.
2. The Application contains all business and application logic and is isolated from theDatabase and Presentation tiers. If the application requires a change to the businesslogic, only the application changes - not the Database or Client Presentation.
3. Integrates with other applications (MS Office Suite version 97 and 2,000.) Allows for"cut and paste" with County standard software
H Communications - Supports the following:
1. HTTP protocol
2. LAN/Wfu~
3. WEB
4. Tl, ISDN, DSL
5. Allows for Network, WEB, and Remote Access
I Presentation / Client Layer
1. Thin client
2. Windows format
3. Limited work station requirements. Windows presentation is familiar to users.
J Deployment
1. Easy to deploy and update on client. Client side deployment and maintenance shouldrequire minimal effort.
K Security
1. Use Windows authentication.
2. User codes maintained locally.
3. Access rights and roles can be administered at levels to restrict access wherenecessary.
RFP - Jury Services System 19 Dallas County
70
5.0 Required Responses
Bidder Company InformationProvide a brief company description and background, which should include:
A. The company name, registered office address, and the names of the directors or otherresponsible officers who will have ultimate responsibility for the management of thesubsequent contract.
B. Legal status of business Sole Proprietorship, Partnership, or Corporation (includestate of incorporation).
C. What is the primary business of bidder?D. Number of years the company has provided Jury Service Management Systems?E. How many employees are in the company? How many of these employees are
involved in Jury Service Management systems?F. For each third party or sub-contractor involved in the delivery of the proposed
service, describe the company's working relationship with the third party or subcontractor and provide the third party or sub-contractor's registered address, namesof directors and/or other officers responsible. How long has each relationship been inexistence? List any relevant joint successes with other customers.
G. Are there any plans for the company to be acquired, bought, or merged with anothercompany in the next 12 to 24 months? Is the company a product of a recent (over thepast 12 months) merger or acquisition?
MlWBE ParticipationProvide your firm's record on minority ownership, procurement, and employment. MlWBEdocuments must be completed and supplied as part of the RFP response. Please find copies ofthese documents in Section 6.
Company Financial StatementsA. Provide audited company financials for the last three (3) years.B. Provide the latest Annual Report or Equivalent.C. Is your company in good financial standing with the County of Dallas, and the State
of Texas?
Specific Experience and CapabilitiesProvide specific details of your experience and capability in providing a Jury ServiceManagement System.
Customer BaseDallas County requests a general overview of the Bidder's customer base. Include a briefdescription detailing:
A. Overall customer base
B. General location of customers (domestic, international, etc.)C. Breakdown of the Public Sector by Federal, State and Local, in terms of customer
count and revenue.D. Briefly describe any relevant experiences with other government operations similar
to Dallas County.
RFP - Jury Services System 20 Dallas County
71
E. Descnbe any prevIous experiences working with Dallas County. Indicate scope,division(s) or location(s), time period, Dallas County contact and phone number.
Current Customer ReferencesProvide details of reference sites for at least four (4) 0 f your current and or past customers forwhom similar services have been provided in the last two (2) years. Include the followingreference information:
A. Customer name and address;B. Customer contact name and telephone number;C. Duration of service;D. Total value of contract; andE. Summary of services provided.F.
Project Timeline
Expected amount of time to complete Project from contract signing to Project Managerapproval to be submitted in MIS project along with Proposal.
Section 5.0 Bidders Pricing
Pricing OverviewThe clarity of the Bidders pricing will be a key consideration in the evaluation of the Biddersproposal.
A. All pricing must be inclusive of the requirements described in this RFP
B. Pricing should include the purchase of the rights to the software. It should alsoinclude maintenance fees and future upgrades of the system for the next 10 years.
C. Pricing details (price build-ups, unit pricing, pricing mechanisms, etc.) andassumptions should be included in Attachment A to your proposal. Attachment Ashould fully substantiate the pricing summary tables requested.
D. Itemize the following system components
1. Hardware
2. Software
3. 1$[ year maintenance
4. Hourly labor rate quoted for system changes or modifications.
5. Annual software licenses
6. Annual software upgrades.
• The County may choose to purchase the following hardware items on its own andoutside of this contract agreement or from the contracted vendor.
• Servers
• Stand alone computers
• Scanners
• Other computer hardware components.
RFP - Jury Services System 21 Dallas County
Section 6.0 :Hl\VBE Forms
RFP - Jury Services System
72
22 Dallas County
73
JCRY SERVICES COl\IPCTERIZED \IA:\TAGE'tE:\TT SYSTE'1
FlJNCTIONAL SPECIFICATIONS
GENERAL
I Ability to select jurors for multiple building! locations.i Ability to select and assign a group of jurors to a,i Court from the jury pool.. Internet access for deferrals, exemptions,! disqualifications 24x7x365 in English andi Spanish.i Internet applications interface with the JuryI System software to provide reports of all
transactions entered.i Online Help mechanism.
YES NO'ADDEDCOST
i,
i I
Online Documentation Manual.I
IAbility for System Administrator to update table ,
variables as allowed by Statute. II Real time reports including ad hoc on all data
II variables and pre-formatted reports. Not batch.Role based security. Functionality assigned to
Iuser id as approved by Administrator. I
I Provide audit log for all transactions updated, ii deleted, including date, time, user id, and location. I
I
Ability to secure irrelevant fields from users.
All Internet applications available 24x7x365.
IAll reports should be available in online and
II
hardcopy versions. II
JURY WHEEL
Ability to accept and reload the jury wheel from II
data provided by the Secretary of State asdesignated by State Statute.Ability to maintain in excess of two million jury ,
records on the most current jury wheel. I
Upon receipt of data from the Secretary of State,Igenerate a report of all data received and maintain
Ifor a period of time as determined by the State
ILibrary.Generate a report of the new jury wheel after data
I has been loaded to the Jury Management System.
74
JLRY SERVICES CO~IPLTER1ZED~IANAGEMENTSYSTE~I
Ability to maintain records on a media asdesignated by the Secretary of State and complywith future requirements.Maintain historical infonnation on prior jurywheels as required by the Jury ServicesDepartment.
SUM~IONING
Random juror selection as outlined in StateStatute.OCR or Barcode technology for the Jury Systemto identify juror number and index jurorinfonnation cards by that number. ! IAllow for multiple fields in barcode generation. i
Print Juror badge with generated juror summons.
IThe juror number should be in both barcode andI I
readable fonnat. I
Interactive IVR Application to provide jurors I i
options to postpone, file an exemption, and Idisqualifications.Internet capable to provide same services as IVR.
Provide an e-mail option to respond to jurors, iI which includes infonnation printed on ai postponement postcard.! Allow Jury Systems Administrator to updateI, criteria related to the maximum number of iI
I postponements allowed. II Allow the Jury Systems Administrator to postponeI a group ofjurors as required. ,
, Provide a calendaring mechanism that allows theJury System Administrator the ability to schedule Iholidays, non-jury weeks, or other designated i
I
blocks oftirne for each location. IAbility to print calendar in a calendar fonnat by I
I, month or designated range of time. I
Store an electronic copy of the calendar in a i ,I
standard fonnat that can be e-mailed out. II Calendar should interface with the IVR and all
II Internet applicationsI I
Ability to scan returned summons and update the II I, Jury System utilizing barcode or OCR technology. I
Ability to scan and update Jury System withreturned summons infonnation without openingenvelops.
75
JCRY SERVICES COJ\'IPUTERlZED .\IA:\TAGE.\lE:\TT SYSTE.\1
Ability to scan and update Jury System withmarked exemption and disqualificationinformation.
. Provide for e-mail reminders for web deferrals.
I
i. JUROR ROOM PROCESSING
! Provide for automated juror check-in utilizingi OCR or barcode technology.I Ability to scan in juror information form andI
i maintain data in a secure environment.Provide attendance reports with multiple sort and
i user defined criteria i.e. exemptions, no shows. i IAbility to pull jury panel from juror list and print Ii or view online. I
Ability to shuffle juror panel as required by Court.
Ability to print "certificate of service" on demand.
I
I PAYMENT FOR SERVICEI
IProvide for juror payment processing.
I Update juror information data with paymentI information including amount paid, date of
issuance, and voucher number.Ability to print checks or create a check file to I
Iinterface with check printing systems. I
i Provide an audit trial of any payment transactions, I
I
'I voids, and cancellations. II Ability to utilize cash dispensing machines.I
II Allow Jury System Administrator to enter the II current pay rate for jurors. I
II Allow Jury System Administrator to enter a variedI pay rate for multi-day service including specialI pay as set by the Court.I Pro.vid~ an opti?n for waived/donated funds and I
I mamtam a detaIled record of such funds. II
Provide for Grand Juror payments.I
Ability to interface with Oracle financials. II
Ability to print 1099 forms based on IRSrequirements. I
76
MINORITYIWOMEN BUSINESS SPECIFICATIONSFOR BIDSIRFPs
I. POLICY STATEMENT Dallas County is wholly committed to developing, establishing,maintaining, and enhancing minonty involvement in the total procurement process. It is the policy ofDallas County to Involve qualified minority/women-owned businesses to the greatest extent feasible inthe County's procurement of goods, equipment, services, and construction projects. The County, Itscontractors, theIr suppliers and subcontractors, and vendors of goods, equipment services, andprofessional services shall not discriminate on the basis of race, color, religion, national ongin, handIcap,or sex in the award and/or performance of contracts. However, competition and quality of work remainthe ultImate "yardstick" in contractor, subcontractor, vendor, service, professional servIce, and supplierutilizatIOn. All vendors, suppliers, professionals, and contractors doing business or anticipating doingbusmess with Dallas County shall support, encourage, and implement affirmative steps toward ourcommon goal of establishing equal opportunity for all citizens of Dallas County.
II. REQUIREMENT OF ALL BIDDERS Each firm responding to this solicitation shall be requiredto submIt with their bid information regarding minority/women business participation in thIS project.This would include:
Check upon completion (forms attached):
U 1. Compliance with Dallas County's Good Faith Effort Policy.
U 2. MBE/WBE Participation Report Form.
U 3. A Letter of Assurance A or a Letter of Assurance B.
U 4. MBE/WBE Identification.
U 5. Vendor Statistical Report (must also be submitted on subcontractors with 20% or more of thework).
U 6. Dallas County MlWBE Payment Report.
NoteIn the event that the awarded vendor is authorized to subcontract and commits effort toutilize minOrity and/or women owned businesses as subcontractors, the name, addressand telephone number ofthe actual subcontractor(s) with actual dollar awards to thesesubcontractors must be submitted to the Purchasing Department withmfive (5) workingdays after bids are opened. Once work commences, the awarded vendor (primecontractor) must submit an MIWBE subcontractor status payment report (attached) Witheach payment invoice before payments will be authorized for release.
10F7
77
1. GOOD FAITH EFFORT
Pnor to an award, all bidders/proposers will be required to document a "Good Faith Effort" to securemmonty/women-owned businesses as subcontractors/subconsultants. In the case of some constructionproJects, this documentatIOn may be submItted after award of the contract, for those subcontract areasoccurring later in the construction process. However, if the successful bidder does not document a"Good Faith Effort" in securing minority/women-owned businesses, a representative of the companymust appear before the Dallas County Commissioners Court and explain the situation and answer anyquestions raised by the Court.
Fulfillment of the "good faith effort" can be accomplished by:
1. Attendance of pre-bidlpre-proposal conference, as scheduled by the County.
2. Efforts to follow-up initial solicitation of interest by contacting minority/women-ownedfirms to determme with certamty whether these firms are interested.
3. Efforts made to select portions of the work proposed to be performed bymmority/women-owned firms in order to increase the likelihood of achievingparticipation (including, where appropriate, breakdown of subcontracts intoeconomically feasible units to facilitate participation).
4. Documenting each minority/woman-owned firm contacted, the conclusion or decIsionregarding inclusion and reasons for the conclusions.
5. Efforts to assist the minority/women-owned firms contacted that needed assistance inobtaining bonding, lines of credit or insurance.
6. Efforts that demonstrate that the contractor effectively used the services of availablecommunity organizations, contractor's groups, local, state and federal small businesses,minority/women business assistance offices and other organizations that provideassistance and placement of mmority/woman-owned businesses.
Signed: _
Printed Name: _
Title:
Date:
20F7
PROJECT NUMBER
2. MBEIWBE PARTICIPATION REPORT
PROJECT TITLE
Total Amount of Your Bid _(The amount above should equal the total amount as shown on the bid sheet)
List each MBE/WBE business that you plan to use on this initlative. Deletion of firms must be approved by Dallas County prior to finalization.
Name of MBli:lWBE NCTRCA* Certification # Phone# S I M** Description of Work Amount 0/0
~' ...00
*North Central Tens Regiona. Certific:alion Agency - **S = Sub (contractor/consullant) **M= Material Supplier
L-J No MBEIWBE's Added:
NAME Of' YOUR BUSINESS:
Please Explain: '
COMPLETE THIS PORTION OF THE FORM WITH DATA ON YOUR COMPANY.
ADDRESS:
( )
PHONE#
Printed Name Of Preparer Signature
30F 7
Title Date
79
[3·1LETTERS OF ASSURAiVCE
Letter Of Assurance"A"
The undersigned bidder/proposer hereby assures that our fIrm will meet or exceed submitted MlWBE goals and shalldemonstrate and document a Good Faith Effort to comply with the Dallas County Minonty and Women-Owned Business
·Enterpnses in subcontract/subconsultant awards. The undersigned further agrees that any deviation from the lnltial goals wl1l be •·done so only With the concurrence of Dallas County. .
Name Of Company Signature Title (Officer of firm) Date.....(S:~~p..I~t~ ..t~.l.S..S.~~~.I~~ ..~~.IY...:!:x~.u.:.~~ ..p'I~.':l~.i.n.~ ..t?u.~~ ..t~~..s.7.r::.l.~~~ ..?.t~.a..~~r.t!.~~.~.~.7.n.~.?:L .
Or
Letter Of Assurance "B"The undersigned I:-:dder/proposer hereby certIfies that our firm will perform the contract:
[_J with our own work forces, and submit information sufficient to demonstrated that it is our normal business practice to doso. or
[_J without the services of MlWBE subcontractors/subconsultants. The undersigned further submIts GFE documentedattempt(s).
•Name Of Company Signature Title (Officer of firm) DateL ~s:?~.~~~:..~~.~~..~~~~.i.?~..?~.~y...~~.y.~u.:.~~..~~!..p.!~n..i.':l~..~..u.~..~~~..~:.r::.~~~~.~.~.~ ..~~.~:.~.~:.n.~.?~L .:
NOTE: Each proposer wiU be required to sign one ofthe 1Ib0ve letters ofassurance which shou/i/ be returned with proposaL
,-----------------------------------------------------------------------------i[4.)
PRIME CONTRACTOR MBEIWBE IDENTIFICATION
Minority Business Enterprise (MBE) • The bidder/proposer represents that it:LJ is, LJ is not a minority-owned business, NCTRCA* # _
Women Business Enterprise (WBE) - The bidder/proposer represents that it:U is, U is not a women-owned business, NCTRCA* # _
*NCTRCA ,. Nortb Central Texas Regional Certification (must be certified, by)
40F 7
80Q DALLAS COL'\TY CO\IPA..... ' .... A.\l[;
Vendor Statistical Report ADDRESS:pr<me. 'NIH pcnomllll~>'1"'-, JI ,[jj(;~llyei
Permanent Full-Time Empio,men! TELEPHONE:no! Jan :;me~emp.,eJSonaJ)
\tALE WIIlTi BLACK tfISP"'.... lC ...." DYE "MER. ~SIAl\( PAClF. -\S[A:'; IND[A:'; OTHER
OfficIals, \1anagers
?rofesslOnais
TcchnlClans
Sales workers
Office.Clencal
Craft Wori<ers ISktlled)
Operauves (Semi Skilled.)
LabOrers {lnskliled)
SERVICEWORKERS
TOTAL
~<)R.\iAL 'j.T·, TlV-P."EE.:>
... liITE )L... I.R
~RU0LCT10f',
FEMALE WIIlTi BLACK IfiSPANIC NATIVE AMER. ASIAN PAClF. ASIAN INDIAN OTHER
OffimJs/ Managers
ProfessIOnals
TechOiClan5
Sales Wofic.m
Office;Clencal
Craft Workers (Skilled)
Opera",e-ISe,m Skilled)
Laborers (Unskliled)
SCTVlce Workers
TOTAL
"'·)R~.'\L
..... mE-JOa (1V,.f!'.,'EE,)
Wl-UTE ..:VLL4Jl
PR0DCCT10/'o'
I TOTAL I I I I I I I ICheck ODO: Minonty-0wned Finn Certificalion #
Iuucd by NC111.CA SlpalUreJDate:
Women-Owned Firm Ceroticalion #Iuucd by NC111.CA Typed Name and Title:
5 OF 7
81
DESCRIPTION OF JOB CATEGORIES
Officials and "tanagers - OccupatIons requinng adrrumstratIve!managenal personnel who set broad policIes, exercIse overallresponslbllity for executIOn of these policies, and direct individual departments or special phases of a firm's operatIons Includes:offiCIals, executives, rruddle managers, and superintendents, salaried supervIsors who are members of management, purchasmg agents andbuyers, rallroad conductors and yard masters, ship captains, mates and other officers, fann operators and managers, and kindred workers.
Professionals - OccupatIOns requiring either college graduation or expenence of such kind and amount as to provide a comparablebackground. Includes: accountants/auditors, airplane pilots, navigators, architects, artlsts, chemists, designers, dietIcians, editors,engmeers, lawyers, librarians, mathematicIans, natural scientists, registered professional nurses, personnel/labor relations speCIalists,phySIcal SClentIsts, phySICIans, social SCIentists, teachers, and kindred workers.
Technicians - OccupatIons requiring a combination of basic scientific knowledge and manual skill which can be obtamed through two (2)years of post-high school education, such as is offered in many technical institutes and Junior colleges, or through eqUIvalent on-the-Jobtrammg. Includes: computer programmers, drafters, engineering aIdes, JUnior engineers, mathematical aIdes, licensed, practIcal orvocational nurses, photographers, radio operators, scientific aSSIstants, surveyors, technical illustrators, techniCIans (medical, dental,electronic. phySIcal SCIence), and kmdred workers.
Sales - Occupations engaging wholly or primarily in direct selling. Includes: advertising agents and sales workers, msurance agents andbrokers, real estate agents and brokers, stock and bond sales workers, demonstrators, sales workers and sales clerks, grocery clerks, andcashIers/checkers, and kindred workers.
Office and Clerical - Includes clerical type work regardless of level of difficulty, where the activities are predominately non-manualthough some manual work not directly involved with altering or transporting the products is included. Includes: bookkeepers, collectors(bills/accounts), messengers, office helpers, office machine operators (incl.computer), shipping- receiving clerks, stenographers, typists,secretaries, telegraph/telephone operators, legal assistants, and kindred workers.
Craft Workers (skilled) - Manual workers of relatively high skill level having a thorough and comprehensive knowledge of the processesinvolved in their work. Exercise considerable independent judgment and usually receive an extensive period of training. Includes:building trades, hourly paid supervisors and lead operators who are not members of management, mechanics and repairers, skilledmachining occupations, compositors and typesetters, electricians, engravers, painters (construction and maintenance), motion pictureproJectiOniSts, pattern/model makers, stationary engineers, tailors, traitoresses, art occupations, hand painters, coaters, bakers, decoratingoccupations, and kindred workers.
Operatives (semiskilled) - Workers who operate machine or processing g equipment or perform other factory-type duties of intermediateskill level which can be mastered in a few weeks and require only limited training. Includes: apprentices (auto mechaniCS, plumbersbricklayers, carpenters, electricians, machinists, mechanics, building trades, metalworking trades, printing trades, etc.)., operatives,attendants (auto service and parking), blasters, chauffeurs, delivery workers, sewers and stitches, dryers, furnace workers, heaters, laundryand dry cleaning operatives, milliners, mine operatives and laborers, motor operators, oilers and greasers (except auto), painters(manufactured articles), photographic process workers, stationary fIre fIghters, truck and tractor drivers, knitting, looping, taping andweaving machine operators, welders and flame cutters, electrical and electronic equipment assemblers, butchers,meat cutters, mspectors,testers and graders, hand packers and packages, and kindred workers.
Laborers (unskilled) - Workers in manual occupations which generally require no special training, performs elementary duties that maybe learned in a few days and requires the application of little or no independent judgement Includes: garage laborers, car washers andgreasers, groundskeeper and gardeners, fann workers, stevedores, wood choppers, laborers performing lifting, digging, mixmg, loadingand pullmg operations, and kindred workers,
Service Workers - Workers in both protective and non-protective service occupations. Includes: attendants (hospital and othermstitutlons, professional and personal service, including nurses aides, and orderlies), barbers, char-workers and cleaners, cooks counter andfountam workers, elevator operators, fIre fIghters and fire protection, guards, doorkeepers, stewards, janitors, police officers and detectIve,porters, walters and waItresses, amusement and recreation facilities attendants, guides, users, public transportation attendants, and kindredworkers.
On-the-Job Trainees:Production - Persons engaged in formal training for craft worker -- when no trained under apprentice programs -- operative,
laborer and service occupations.White Collar - Persons engaged in formal training, for official, managerial, professional, technical, sales, office and clencal
occupations.
60F7
DALLAS COUNTY MBEIWBE PAYMEN'r REPORT
Project Number Project Title
Prime/General Contractor _
Involce# Work Order Date Job 1/
List each MBElWBE business that you plan to use on this initiative. Deletion of firms must be approved by Hallas County prior to finalization.
Nam~ or MBElWBE Planned Amounl Planned 0/. Amounl or invoic:~ AmI Paid 10 Dale % 10 D"I~
r::/)\ .....
Note:This form must be completed and s..blffitted with ea,"h payment request.
Any (significant) deviation from planned should incl..de attlJched explanation==..::..'-"'==;;.;;============;;;::;===================.:,:;.=========;;;;;;======::;:;.==========;;;:==========;;;::.============"'--==;;;.;=======:::.c;;:..===========.====.::..._=-- .. .._
The information listed above is certifud to be correct:
Printed Name of Officer/Director Signature of Officer/Director
8 OF 7
Date
Revi~w~dby:
Dallas County Project Mgr Hate
83
THIS PAGE INTENTIONALLY LEFT BLANK
84DALLAS COUNTYPURCHASING DEPARTMENT
July 2, 2002
TO: The Honorable Commissioners Court
FROM: Scott McDowell, Senior Buyer
SUBJECT: Request for Proposal for Residential Services for Sex Offenders and OtherAggravated Type Offenders for Dallas County Community Supervision, RFP No.2002-139-1179
BACKGROUNDIISSUE
The Dallas County Community Supervision and Corrections Department (CSCD) has submitteda request to the Purchasing Department for proposal solicitation from vendors to provideresidential services for sex offenders and other aggravated type offenders. In accordance withCourt Order 2000-281 which states that "all request for proposals for insurance, high technologyitems and special services shall be approved by the Dallas County Commissioners Court prior toits distribution to possible proposers or offerors", the Purchasing Department is notifying theCommissioners Court of its intent to advertise the subject Request for Proposal on behalf ofCSCD. The RFP evaluation committee will be made up ofCSCD personnel. Dallas CountyMlWBE Coordinator will provide scoring for the Miniority Business section of the RFP.
FINANCIAL IMPACT
This program is State funded and there is no financial impact to Dallas County. It should benoted that the current vendor, Way Back House, Inc. leases space at the Decker facility fromDallas County for approximately $7,900.00 per month. Dallas County currently maintains thefacility.
RECOMMENDED FOR APPROVAL
.. £;asing Directo sm "1f
509 Main Street. Suite 6236tn Floor Records Building
Dallas, Texas 75202·4616 Office (21 4) 653-7431
85Oiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiii;
COUNTY OF DALLASDEPARTMENT OF PURCHASING
Request for Proposal
Residential Services for Sex OffendersAnd Other Aggravated Type Offenders
For
DALLAS COUNTYCOMMUNITY SUPERVISION
AND CORRECTIONS DEPARTMENT
RFP NO. 2002-139-1179
PROPOSALS DUE: AUGUST 15,2002 by 2:00 p.m.
PRE-PROPOSAL MEETING: Tuesday, July 16,2002 @ 10:00 a.m.Dallas County Purchasing DepartmentConference Room509 Main Street, Room 623Dallas, Texas 75204
DELIVER PROPOSALS TO Dallas County Purchasing DepartmentAttn: Scott McDowell509 Main Street, Room 623Dallas, Texas 75202
86
Dallas County Request for Proposal 2002-139-1179To Provide Residential Treatment Services for Sex Offenders
And Other Aggravated Type Offenders (CSCD)
GENERAL REQUIREMENTS FOR PROPOSALS
1. Dallas County, Texas hereby requests proposals from qualified fInns, individuals, groups and/or organizationsto provide psychological counseling services for the Community Supervision and Corrections Department asspecIfied herein.
2. AMBIGUITY, CONFLICT OR OTHER ERRORS IN RFP:
Due care and diligence has been used in the preparation of this information, and it is believed to besubstantially correct. However, if a proposer discovers any ambiguity, conflict, discrepancy, omission or othererror in the RFP, he shall immediately notify the county of such error in writing and request modifIcatIon orclarification of the document. Modification will be made by issuing an addendum. Written notIce will begiven to all parties who have been furnished with the RFP without divulging the source of the request for same.
Any significant errors, omissions, or inconsistencies in the specifications are to be reported and submitted inwnting no later than five (5) days before time for bid proposal submission deadline.
If a Proposer fails to notify the county prior to the date and time fixed for submission of proposal of an erroror ambigUIty m the RFP known to him, or an error ambiguity that reasonably should have been known to him,he shall not be entitled to additional compensation or time by reason of the error/ambiguity or its lateresolution.
The County may also modify the RFP prior to the date and time fixed for submission of proposals by issuanceof an addendum to all parties who have received the RFP. All addenda will be numbered consecutivelybeginning with 1.
3. SUBMITTAL OF PROPOSAL:
One (1) original, clearly marked as such, and six (6) copies of firm's sealed proposals are to be submittedto the Dallas County Purchasing Department, 509 Main Street, 6lb Floor, Room 623, Dallas, Texas 75202no later than 2:00 P.M. on AUGUST 15,2002. Proposals, which are received by facsimile transmittal,will not be accepted for consideration.
Proposals should be submitted in sealed packaging, marked, and addressed as directed. Failure to do so mayresult in the premature opening of, or a failure to open, such proposals.
Each copy of the proposal should be bound in a single volume where practical. All documentation submittedwith the proposal should be bound in that single volume.
Mailed proposals should allow a sufficient mail delivery period to insure timely receipt 0 f their proposals bythe Purchasing Department. Any proposals received after the scheduled deadline on the opening date will beimmediately disqualified and returned to the vendor upon request. Dallas County will not be responsible forunmarked/improperly marked proposals or proposals delivered to the wrong location.
4. PROPOSAL PREPA.RATION COST:
Cost for developing proposals are entirely the responsibility of the Proposer and shall not be chargeable to theCounty of Dallas.
Request for Proposal
87
Dallas County Request for Proposal 2002-139-1179To Provide Residential Treatment Services for Sex Offenders
And Other Aggravated Type Offenders (CSCD)
5. SIGNATURE OF PROPOSAL:
An mdividual who is authorized to bind the Proposer contractually shall sign proposal. If the vendor is acorporation, the legal name of the corporation shall be provided together with the signature of the officer orofficers authorized to sign on behalf of the corporation.
6. ECONOMY OF PRESENTATION:
Proposals should not contain promotional or display materials, except as they may directly answer, in wholeor U1 part, questions contained in the RFP. Such exhibits shall be clearly marked with the applicable referencenumber of the questions in the RFP. Proposals must address the requirements since the request for proposalmust be answered concisely and clearly. Proposals that do not address each criterion may be rejected and notconsidered.
7. PROPOSAL OBLIGATION:
The contents of the proposal and any clarification thereto submitted by the successful vendor shall become partof the contractual obligation and incorporated by reference into the ensuing contract.
8. IMPLIED REQUIREMENTS:
Products and services not specifically mentioned in this RFP, but whose are necessary to provide the functionalcapabilities described by the vendor shall be included in the proposal.
9. COMPLIANCE WITH RFP SPECIFICATIONS:
It is intended that this RFP describe the requirements and response format in sufficient detail to securecomparable proposals. The Proposer's response must coincide with the format of the RFP.
10. WITHDRAWAL OF PROPOSAL:
A Proposer may withdraw his proposal by submitting a written request for its withdrawal over the signatureof an authorized individual to the Purchasing Agent at any time prior to the submission deadline. The Proposermay thereafter submit a new proposal prior to the deadline. Modifications offered in any marmer will not beconsidered if submitted after the deadline.
11. STATUS OF PROPOSAL:
A. Disposition of Proposal - All proposals become the property of the Dallas County CommunitySupervision and Corrections Department and will not be returned to the Proposer.
B. Dallas County Community Supervision and Corrections Department reserves the right to accept orreject, in part or in whole, any proposals submitted and to waive any technicalities for the best interestof the County.
C. Each proposal shall be valid for ninety (90) calendar days after the opening date of the proposal andshall constitute an irrevocable offer to Dallas County Community Supervision and Corrections forthe ninety (90) calendar day period. The ninety (90) calendar day period may be extended by mutualagreement of the parties.
Request for Proposal
88
Dallas County Request for Proposal 2002-139-1179To Provide Residential Treatment Services for Sex Offenders
And Other Aggravated Type Offenders (CSCD)
12. DISCLOSURE OF PROPOSAL CONTENT:
Pursuant to Texas Local Government Code Section 262.030, proposals shall be opened so as to avoiddisclosure of contents to competing offerors. It is Dallas County's intent not to release details of the proposalsuntil all ensuing negotiations have been completed and contractual agreements have been executed.
13. COMPLIANCE WITH RULES, REGULATIONS, POLICIES AND STANDARDS:
The selected Proposer(s) shall be required to adhere to all policies, procedures, rules, regulations and standardsof varIOUS Federal, State, County and City agencies, departments or commissions. In such case, adherence totheir current policy, procedures, regulations, rules or standards, any future amendments to same, as well as anysuccessors to such rules, regulations, procedures, policies and standards.
14. CONTRACTUAL DEVELOPMENT:The contents of the RFP and selected Firm's proposal will become an integral part of the contract but may bemodified by provisions of the contract as negotiated. Therefore, the Proposal Firm must be amendable toinclusion in a contract of any information provided (in writing) either in response to this RFP or subsequentlyduring the selection processes. Attached to this specification is an example of the contract that will be executedupon fmal negotiation.
15. COST A.;"1D FEE REQUIREMENTS
All costs and fees for services must be included in all cost elements.
16. INVOICES:
The awarded Contractor will submit an itemized monthly billing statement in accordance with the awardedcontract requirements. Unless noted all invoices will be net 30 days upon receipt in the County AuditorsOffice.
17. LOSS, DAMAGE OR CLAIM:
The Contractor agrees that it will protect, defend, indenmify, and save whole and hannless the County and allof its officers, agents, and employees from and against all claims, demands, causes or action, damages,judgments, loss and expenses, including attorneys fees, of whatsoever nature, character, or description that anyperson or entity has or may have arising from or on account of any injuries or damages (including but notrestricted to death) received or sustained by any person, persons, or property, on account of, arising out of, orin connection with the performance of the work, including without limiting the generality of the foregoing, anynegligent act or omission of the Contractor or any agent, servant, employee or sub-contractor of the Contractorin the execution or performance of this Contract. Contractor further agrees to protect, indemnify and holdCounty harmless against and from any and all claims and against and from any and all loss, cost, damage,judgements or expense, including attorneys fees arising out the breach of any of the requirements andprovisions of this contract of any failure of Contractor, its employees, officers, agents, contractors, invitees,or assigns in any respect to comply with and perform all the requirements and provisions hereof.
18. COLLUSION:
The successful Proposer may be required to provide an affidavit that he has not conspired with other potentialsuppliers in any manner to attempt to control competitive pricing. This paragraph does not however, precludetwo or more suppliers of certain parts of the requirements from presenting a combined or joint proposal for thepurpose of providing a complete proposal.
Request for Proposal
89
Dallas County Request for Proposal 2002-139-1179To Provide Residential Treatment Services for Sex Offenders
And Other Aggravated Type Offenders (CSCD)
19. MONETARY RESTITUTION
In the event the contract is prematurely terminated due to non-performance and/or withdrawal by thecontractor, Dallas County reserves the right to seek monetary restitution (to include but not limited to;withholding of monies owed) from the contractor to cover costs for interim services and/or to cover thedifference ofa higher cost (difference between termination vendor's rate and new company's rate) beginningthe date of vendor's termination through the contract expiration date. 10 the event civil suit is filed to enforcethIS provision, Dallas County will seek its attorneys fees and cost of suit from the Contractor.
20. No official or employee shall have any financial interest, direct or indirect, in any contract with the County orbe fmancially interested, dIrectly or irldirectly, in the sale to the County of any land, materials, supplies orservices. except on behalf of the County as an official or employee. Any violation of this section, withknowledge, express or implied, of the person or corporation contractirlg with the County shall render thecontract mvolved voidable by the Commissioners Court of Dallas County. It is the responsibility of thecontractor during all phases of the contract process to notify the County in writing of any potential conflict ofinterest.
21 Any bidder/proposer who is currently involved, either directly or indirectly with any litigation against orinvolving Dallas County, which, as determined by the Commissioners Court, may not be irl the best interestof the County may be disqualified and/or not considered for an award.
22 AGENTS AND/OR SUBCONTRACTORS:
A. The successful Proposer may not assign their rights and duties under an award without the writtenconsent of the Dallas County Community Supervision and Corrections Department.
B. Proposers are required to identify any and all agents, subcontractors and employees who have beenretained and/or hired to assist irl developirlg, preparing, advising or marketing their proposal and/orservices. Name of firm, individual and/or employee must be included along with the services that areto be provided.
23. SECURITY FOR FAITHFUL PERFORMANCE:
With the execution and delivery of the contract, the Contractor shall furnish and me with Dallas County withinthirty (30) days of award and in the amounts hereirl required the followirlg SURETY BONDS. Such SuretyBonds shall be in accordance with the provisions of Article 5160, Revised Civil Statutes of Texas, as amendedby Acts of the Regular Session of the Legislature.
PERFORMANCE BOND: A good and sufficient Bond in an amount equal to 100 percent of the approximatetotal amount of the Contract, as evidenced by the Proposal tabulation, or otherwise guaranteeirlg the full andfaithful execution of the Work and performance of the Contract in accordance with the Plans, Specificationsand Contract Documents, irlcludirlg any extensions thereof, for the protection of Dallas County. Should DallasCounty exercise any contract extension option for additional contract terms (multi-year), it will be thecontracted vendor's responsibility to have the Surety Company provide to Dallas County confumation of theexisting bond or provide a new bond if so applicable.
Bonds shall be executed by a duly authorized surety company satisfactory to Dallas County. Dallas Countywill accept only those bonds executed by those surety companies listed in Circular 570 "Surety CompaniesAcceptable on Federal Bonds publi~hed irl the Federal Register, U.S. Department of the Treasury.
Request for Proposal
90
Dallas County Request for Proposal 2002-139-1179To Provide Residential Treatment Services for Sex Offenders
And Other Aggravated Type Offenders (CSCD)
No sureties will be accepted by Dallas County who are now in default or delinquent on any bonds or who areinterested in any litigation against Dallas County. All bonds shall be executed by corporate surety authorizedto do business In the State of Texas.
Each bond shall be executed by the Contractor and the Surety. Each surety shall designate an agent residentin the State of Texas to whom any requisite notices may be delivered and on whom service of process may behad in matters arising out of such suretyship.
In lieu of a performance bond, the successful contractor(s) may submit a cashiers check in the amount of 5%of the total contract amount guaranteeing the full and faithful execution of the work and performance of thecontract in accordance with the contract documents, including any extension thereof for the protection of theCounty.
In the event the contract is prematurely terminated due to non-performance and/or contractor request, DallasCounty reserves the right to act on the performance bond and/or seek monetary restitution. In the event civilsuit is filed to enforce this provision, Dallas County will seek its attorney's fees and cost of suit from theContractor.
All bonds shall be delivered to the Dallas County Purchasing Department, c/o Mary Lewis-Stephens, 509 MainStreet, Room 623, Dallas, Texas 75202, within 30 days after award of the contract.
Dallas County will disburse no payments for goods or services provided unless a good and sufficient bond ison file with the County.
24. For information or questions regarding the submission of, or requirements of the proposal, contact:
Scott McDowellDallas County Purchasing Department214- [email protected]
Request for Proposal
91
Request for Proposals No. 2002-139-1179
Read this entire document carefully. Follow all instructions. You are responsible forfulfilling all requirements and specifications.
I. Introduction
The Dallas County Community Supervision and Corrections Department (hereafter calledCSCD), a political entity of the Judicial District, is seeking vendors to provide residentialservices to individuals court ordered into a managed residential setting as a condition ofcommunity supervision. The selected vendor must comply with Texas Local Government Code,Chapter 244, which relates to locating a correctional or rehabilitation facilities within thecommunity. Bidder must supply proof of local consent (certificate of occupancy) to operate sucha facility with the response to this RFP. Thereafter, the bidder must maintain said local consentthroughout the term of the ensuing contract. CSCD requires the vendor to comply with allapplicable Federal, state, and local standards necessary to operate a facility like the one describedin this RFP.
During Fiscal Year 2002, the CSCD budgeted $212,000 for this service contract. That contractserved a maximum of 18 clients at anyone given time. Placement of clients lies exclusively withthe CSCD, acting on behalf of the judges trying criminal cases. The CSCD provides anauthorization number for each client referred for placement. The number is valid for a maximumof 180 days and must be obtained and I or renewed by the vendor before delivering services.Typical services sought by the CSCD include, but are not limited to, life skill training, rationalbehavior training, twelve step groups, substance abuse education, GED tutoring, employmentassistance and sex offender therapy. CSCD refers non-English speaking clients for Services;Vendor should indicate their capacity to accept those types of referrals.
The selected vendor shall be responsible for providing proof of insurance (professional liability,as well) for the Facility and its contents. The vendor shall provide, and properly maintain,vehicles to transport residents and/or staff and shall be responsible to secure and maintainautomobile liability insurance on such vehicles at all times.
Authority
The Texas Department of Criminal Justice - Community Justice Assistance Division (TDCJCJAD) establishes and sets standards for Community Supervision and Corrections Departments(CSCDs). Additionally that agency authorizes the payment of funds to CSCDs to contract withvendors for the delivery of various community-based services, including residential services.
3 Request for Proposal
92
The CSCD implements programs in accordance with the orders of the criminal courts,community justice plans, and applicable state law. Programs are utilized to accomplish themission of the CSCD, which includes at least the following:
1. Protect the public interest and safety of the community;
2. Provide services to the courts in the enforcement of their orders;
3. Provide services that meet the needs of offenders placed on community supervision andassist them in becoming law-abiding citizens;
4. Provide programs and activities designed to reduce the impact of crime;
5. Provide alternate sanctions and options to the court for sentencing and supervision.
Qualifications to bid
Proposers must submit all the appropriate facility, program, and individual licenses andcredentials issued by the State of Texas. CSCD reserves the right to negotiate rates with theproposer for services during the contract period if the proposer is selected under this RFP and theservices are in the best interest of the CSCD. CSCD will consider the proposer's experience inoperating and managing a facility of this size; references will be accepted.
Opening Date, Time, and Procedures
Completed ProposalsOriginal and Six (6) single sided copies
Must be received at the
Dallas County Purchasing DepartmentAttn: Scott McDowell
509 Main Street, Room 623Dallas, Texas 75202
by
AUGUST 15,2002,2:00 P.M.
All proposals must be in sealed envelopeslboxes and must be labeled. Original proposal mustreference the RFP number, be clearly marked ORIGINAL, and contain all original signatures.Late proposals will be returned to the bidder unopened. Dallas County Purchasing Departmentwill not be responsible for unmarked proposals, improperly marked proposals, or proposals deliveredto the wrong location.
4 Request for Proposal
93
Proposals mav be withdrawn at anv time prior to the official openin&. After the officialopening, proposals will become the property of CSCD. No modifications to a proposal will beaccepted. If modifications are necessary prior to opening for any reason the proposer may withdrawthe proposal and submit a new proposal.
CSCD reserves the right to accept or reject in part or in whole any proposals submitted and to waiveany technicalities in the best interest of the CSCD.
Due care and diligence has been used in the preparation of this information, and it is believed to besubstantially correct. However, the responsibility for determining the full extent of liability and theverification of all information presented herein shall rest solely with the proposer. CSCD and itsrepresentatives will not be responsible for any errors or omissions in these specifications nor for thefailure on the part of the proposer to determine the proposers full extent of liability if a proposal issubmitted.
The proposer shall not be allowed to take advantage of any errors or omissions in the specifications.Where errors or omissions appear in the specifications the proposer shall promptly notify Dallas
County Purchasing in writing of the error or omission it discovers. Any significant errors,omissions, or inconsistencies in the specifications are to be reported no later than ten (10) daysbefore time for bid proposal submission deadline.
Overview
Any contract offered from this RFP would be a PER CLIENT PER DIEM contract with costjustification. Proposers will ensure that only reasonable and allowable costs will be used in thecost justification. If proposal is accepted and unallowable or unreasonable costs are expendedduring the contract period the provider may be subject to contractual and criminal sanctions. Therequirements listed in the attached service contract shall become binding to the selected vendor.
Prices must be firm for the entire contract.
The proposal submitted in response to this RFP, if accepted, will become the Operations Plan.The proposal will become legally binding upon the provider as the process by which theresidential services are provided under any contract.
Proposers with multiple contracts with state or local governments or other agencies will developaccounting processes that allow for verification of rates. This may include indirect cost rates or costpooling.
Proposers will follow all U.S. Office of Management and Budget Circulars as applicable.
5 Requesl for Proposal
94
Contracts will be for residential services, which may include educational classes, substance abuseservices, sex offender treatment, anger management, and other programs that relate to thespecific issue of English and non-English speaking sex offender or those offenders withaggravated type offenses ..
Providers will submit invoices, at a minimum of once per month, for payment for services to theCSCD. Agencies will be required to use the forms and procedures specified by the CSCD.Proposers may be required to submit billing electronically on software provided by TDCJ-CJAD.Proposers will provide sufficient data to enable the CSCD to verify vendor services.
The selected vendor shall operate, maintain and manage the Facility in compliance withapplicable Federal and State Constitutional requirements, laws, court orders, TDCJ-CJADstandards, and, if applicable, TCADA regulations.
The CSCD retains control over the offenders referred to agencies for the provision of residentialservices. If the offender is determined to be in need of additional or different treatment services, theoffender is to be referred back to the CSCD for further action. The process by which this action willoccur will be addressed in the Treatment Program Policies and Procedures of the CSCD.
As per Government Code Chapter 76.017 section (e), services provided to offenders referred to theFacility are billable if no other public or private funds are available to that client.
The prices quoted in response to this RFP should be the full cost of residential placement. Any otherfunds (including client participant fees) available to the proposer from public or private sources shallbe deducted from the total billable amount to the CSCD if proposer is offered a contract.
Proposals shall be opened so as to avoid disclosure of the cOntents to competing offerors. Detailswill not be publicly disclosed until all ensuring negotiations have been completed and contractualagreements have been executed as allowed by law.
The CSCD reserves the right to negotiate a contract with the proposer who, in its opinion, offersthe most advantageous proposal(s) for the purpose intended. The CSCD reserves the right toaccept the proposal presenting the best offer. This offer mayor may not be the lowest bid.
Contract Period
Selected proposer will be awarded a maximum twelve- (12) month contract effective September1,2002, through August 31, 2003. Prices must be firm for the entire contract. Servicesprovided will be paid from the appropriate fiscal year funds provided by the Texas Department ofCriminal Justice-Community Justice Assistance Division (TDCJ-CJAD). Contracts are subjectto availability ofTDCJ-CJAD funds. All representations made by the department are subject tothe availability of legislative appropriations and do not represent an obligation on the part of theJudicial District, State of Texas, the Texas Board of Criminal Justice, or the Texas Department ofCriminal Justice - Community Justice Assistance Division.
6 Request for Proposal
95
Renewal Options:
CSCD reserves the right to exercise an option to renew this contract based on existing tenns,conditions, and pricing for two (2) additional one- (1) year periods, beginning September 1, 2003,provided mutual consent is given by all parties. If the CSCD exercises this option, the vendor shallupdate the initial solicitation, including the budget infonnation, no later than thirty (30) calendardays prior to the commencement of the renewal.
II. Residential Services Minimum Requirements
The proposer shall, in accordance with the tenns of this RFP and subsequent contract (if acceptedas a vendor), provide all necessary personnel, equipment materials, supplies, and services(except as may be furnished by the CSCD as specified in writing as part of this RFP).Additionally, the proposer shall do all things necessary for, or incidental to, the provision of theresidential services listed in this RFP. Proposers are expected to follow all guidelines, rules, andregulations outlined by TCADA and/or, American Corrections Association if applicable. Serviceproviders are expected to actively involve supervision officers in the management of clientsthrough both written and verbal communication regarding clients' participation in residentialprograms and services.
Residential Guidelines
Written policies and procedures shall ensure the following:a. All offenders admitted for residential services shall be medically stable, able to
function with limited supervision and support, and be able to participate in workrelease or community service/restitution programs.
b. The program shall have enough staff to meet services/treatment needs within thecontext of the program description, with counselor caseloads not to exceed sixteen(16) offenders.
c. There shall be direct care staff awake and on site during all hours of programoperation. The direct care staff to client ratio shall be at least 1: 16 during the hoursclients are awake.
d. Counselors shall complete a comprehensive offender assessment and treatment planwithin five (5) working days of admission for all offenders.
e. The facility shall deliver no less than ten (10) hours of structured activities per weekfor each offender, including at least five (5) hours of substance abuse education, sexoffender therapy, educational assistance, and/or anger control.
f. The program design and application shall include increasing levels of responsibilityfor offenders and frequent opportunities for offenders to apply knowledge andpractice skills in structured and non-structured settings.
7 Request for Proposal
96
III. Proposal Submission Requirements
General
1. Each proposal must be in the format described in this RFP. Proposals must be typed orprinted on standard (8112"x 11 ") paper. Pages must be numbered and a table of contentsmust be included in the format required by this RFP.
2. Each proposal must respond to all portions of the RFP. All Texas Department of CriminalJustice-Community Justice Assistance Division proposal and budget forms must be utilized.
(See attached forms).
3. Once a proposal has been submitted the proposer may not submit changes, amendments, ormodifications. The proposer may, however, withdraw and resubmit a proposal anytime priorto the final date and time set for receipt of proposals. The CSCD, in its sole discretion, afterthe time set for receipt of proposals may negotiate a change, amendment, or modificationsto its advantage.
4. Each proposal shall be valid for 90 calendar days after the opening date of the proposal andshall constitute an irrevocable offer to the CSCD for the 90-calendar day period. The 90calendar day period may be extended by mutual agreement of the parties.
5. The CSCD reserves the right to waive, change, add, or delete any terms or conditions of thisRFP. The CSCD reserves the right to waive any technicality noted in the submissionprocess. Submission of proposals confers no legal rights upon any proposer. The CSCDreserves the right to reject any or all proposals or portions ofproposals submitted in responseto this RFP.
All proposals become the property of the CSCD. The CSCD reserves the right to use, forits benefit, ideas contained in the proposals submitted. The CSCD is not liable for any costsor any damages that may be incurred by proposer or prospective proposer in the preparation,formulation or presentation of a proposal. In case of ambiguity or lack of clarity, the CSCDmay adopt such interpretations as may be advantageous to the CSeD. Any justified requestfor proposer information to remain confidential after the contract award will begranted to the proposer as allowed by law.
6. Any proposer who submits a proposal without attending the scheduled pre-proposalconference does so at his/her own risk and waives any right to assert claims due toundiscovered information.
7. The proposer's past performance may also be used for purposes of evaluating proposer'ssuitability for award under this solicitation.
8 Request for Proposal
97
8. Products and services not specifically mentioned in this RFP, but which are necessary toprovide the service described by this RFP shall be included in the proposal. It is intendedthat this RFP describe the requirements and response format in sufficient detail to securecomparable proposals.
9. Proposals should not contain promotional or display materials except as they may directlyanswer questions contained in the RFP. Such exhibits shall be clearly marked with theapplicable reference number of the question in the RFP.
lO. If any person contemplating submitting a proposal for this contract is in doubt as to the truemeaning of the specifications or other proposal documents or any part thereof, he/she maysubmit a request for clarification to Dallas County Purchasing on or before the fifth calendarday at 5:00 p.m. prior to the scheduled opening. All requests shall be in writing. Allquestions regarding this proposal submission/funding should be directed to Dallas CountyPurchasing or CSCD.
Proposal Format Requirements
Each section of the proposal must be clearly designated (by using tabs) to make the informationreadily accessible. If requested information does not appear in the appropriate section, thatinformation may be counted as missing during the proposal review process. All proposals shall besubmitted in the following format:
A. Cover Page: - USE COVER PAGE PROVIDED IN APPENDIX 1
B. Summary Sheet(s): brief summaries (1 page each) of the proposal relating to:1) Identification of proposer; and2) Proposer's statement of understanding of the proposal, program objectives, CSCD
objectives, and3) Reasons or explanations for any exceptions noted on the cover page.
C. Attachments: Shall include all information required of each proposer in the following order:1) Required Information.2) Proof of liability insurance;3) Proof of ACA and TCADA licensure, if applicable, to operate this type of facility;4) Certificate ofoccupancy, as outlined in Chapter 244 0 the Texas Local Government
Code;5) Costs
a) Specify the per diem rate (unit price) for services provided.
b) Specify if unit price will vary based on the nwnber served (i.e. 10 housed willcost x, 20 housed will cost y).
c) Complete budget forms (Appendix II) to substantiate how unit price wasdetermined for services. The rate proposed multiplied by the number ofunits proposed must equal the total proposed budget.
9 Request Cor Proposal
98
d) Specify any additional price for special population offenders including dualdiagnosis, mentally retarded, etc. State why cost would be different forserving this special population.
e) All proposed costs must be reasonable and necessary for providing servicesstated in RFP and shall not include any of the unallowable costs. Nounallowable cost shall be included as justification for the provision ofresidential services. Unallowable cost includes but are not limited to:
i) Any item unallowable by State or any authorized agency, statute,policy, or procedure;
ii) Alcoholic beverages;iii) Bad debts;iv) Building and Land purchase, rental purchase, lease purchase,
renovation;v) Cash payments to intended recipients of Services;vi) Expenses or reimbursements to or on behalf of related entities for
allowable indirect costs;vii) Expenses or costs reimbursed by other funds with respect to amounts
paid by CSCD for services;viii) Fines and Penalties;ix) Fundraising;x) Legislative expenses for payment to any elected official from funds
received from CSCD;xi) Lobbying;xii) Payments to or on behalf of individuals related to principals of any
affiliated organization(s) or to their employees, unless as allowableindirect costs or unless specific approval is received from CSCD;
xiii) Tobacco products; and,xiv) Firearms or ammunition.
6) Proposer shall identify its proposed staffing pattern for service specified in theproposal. This will include:a) number of full and/or part-time employees;b) job classification;c) job responsibilities during shift; andd) staffing pattern for each day of the week.
7) Other information required from proposer by this RFP.
10 Request for Proposal
99
8) Proposer shall identify accounting processes including but not limited to thefollowing:a) Processes that allow for verification of rates;b) Indirect cost rates or cost pooling;c) Current billing processes (include software used); and,d) Audit requirements of the organization.
9) Proposer must fully describe a transition plan which details the transfer ofresidents who are receiving services from the current vendor into the newprogram.
Required Information
Specific infonnation that details how the vendor will satisfy all the requirements set outin this RFP. Include, but do not limit to, describing eligibility criteria for clients, includeany special client characteristics (i.e. level of intellectual functioning, homeless, type ofoffense, etc.) as well as which clients would be ineligible (offense categories, criminalhistory, etc.). Proposers must include infonnation on how they will avoid denial ofservices to persons covered under the Americans with Disabilities Act.
Program Operations Plan
1. Describe the experience your agency has in treating the criminal justice population.Include if you have served this department under previous contracts.
2. Describe all services provided, and specify if all services are provided to all referredclients.
3. Describe services, goals and objectives, including how an individualized clienttreatment plan is developed. Describe the elements of the treatment plans. Describeother types of treatment plans you will use.
4. Describe all clients' responsibilities while participating in the program. Describerules and regulation for client conduct to be implemented while residing in theFacility.
5. Specify requirements for residential services:
a. Describe procedure and infonnation necessary for an offender to be admittedto your facility.
b. Describe and specify any diagnostic assessments that will precede programservices and/or treatment. Describe any post-program service and/or needsassessment that will be conducted. Describe why these particular assessmentswill be utilized.
c. Describe how and in what time frame an individualized client treatment planis developed:. _
11 Request for Proposal
100
d. Describe minimum/maximum lengths of program participation.
e. Describe how client progress is measured while participating in yourprogram. What criteria are used to determine when to release a client earlyor request an extension.
f. Describe communication process and frequency of communicationbetween facility staff and supervising community supervision officers (bytelephone, written reports). Specify if communication process or frequencywill vary during duration of service.
g. Describe client discharge/termination procedure (successful/unsuccessful)from your program. Include if certificates of completion will be providedand, if so, procedure to provide certificate to client and notificationprocedure to supervising community supervision officer.
h. Describe staff to client ratio. Describe client supervision procedures.
1. Provide copies of all state licenses/certificates, including expiration andrenewal dates.
J. Describe client files, format, frequency of entries, etc.
Program Performance MeasuresDescribe at minimum your system of program measures to include at least the following.
1. Outputsa. Total Number Served;b. Total number of successful program completions;c. Total number of days of services provided; and,d. Other output measures.
2. Outcomes- To include immediate and long-term outcomes that are specific to theprogram / service.
3. Five outcomes will be required for residential treatment service.
a. Reduce recidivism (defined as a re-arrest for a new separate offense that ispunishable by incarceration) (i.e. Class B Misdemeanors and up)
b. Decrease re-incarceration.c. Increase positive community supervision outcomes in areas of 1.) Expiration
2.) Early Discharge 3.) Revocation.d. Specific programmatic outcome (Le. completion of program (successful),
violation of program conditions or inappropriate placement (unsuccessful).e. Reduce violence behavior.
4. Describe any performance measures your program uses in accomplishing its goals.
12 Request for Proposal
101
Agency Evaluation Methods
1. Describe your plan for detennining the degree to which output and outcomeobjectives are met and methods are followed.
2. Describe your plan for monitoring outputs and outcomes.
3. State who will monitor outputs and outcomes.
4. Describe how data will be gathered.
5. Describe test instruments or questionnaires that will be used.
6. Describe process of data analysis (if applicable).
7. Describe evaluation reports to be produced.
8. Describe the Management Infonnation System (MIS) used for tracking clientsreceiving services and after discharge.
9. If a continued or modified program, please describe results of your programevaluation data of clients from FY 2000 through FY 2002. A new program may usedata from other populations.
Additional Information Required of Proposer
Each proposal shall contain the following infonnation:
1. Name, title, and telephone number ofproposer's contact person for all inquiries. Thecontact person shall be responsible for fielding all inquiries from the CSCD andproviding the proposer's response.
2. Business and employee infonnation:a) Names and addresses of proposer's principal officers, directors, or partners.b) If an employee or officer is actively or previously on Community Supervision
in the State ofTexas, on Parole, or convicted of a felony offense in any state,please give name, address and basic employment infonnation.
c) A copy ofproposer's most recent financial statement (i.e., monthly, quarterly)and most recent audited financial statement each to include correspondingbalance sheet, income statement and statement of cash flow. Proposer mustinclude an affidavit certifying that proposer is a duly qualified, capable andotherwise bondable business entity, that proposer is not in receivership orcontemplates same, and has not filed for bankruptcy.
d) A brief biography and complete resume of the person or persons who willoperate/manage the services provided by proposers.
e) Proposer's organizational chart.
13 Request for Proposal
LO:!
3. The name and address of the proposer's insurance carrieres), along with statement(s)from proposer's insurance carrieres) that insurance as specified in this RFP is eitherin force or available upon proposer's request.
4. Complete reference information for all public and private institutions or agenciesto which the proposer provides or has provided similar services; specify date ofservice contracts and current rates for contracted services.
5. Provide a list of any civil lawsuits filed or pending on or after January 1,1987,which are against or on behalf of the proposer or of its employees in connectionwith their status and/or conduct as employees or any of its subcontractors inconnection with their status and/or conduct as subcontractors.
6. A list of any criminal cases (class B Misdemeanor or greater) filed or pending onor after January 1, 1987, in which the proposer or any of its employees inconnection with their status and/ or conduct as employees or any of itssubcontractors in connection with their status and/or conduct as subcontractorshave been charged or convicted.
7. Other organizational, biographical, or financial information deemed relevant by theproposer.
8. Describe when services could begin.
9. Describe, in detail, additional services, such as job placement efforts and vocationaltraining, which will be made available to residents as a part of the programrequirements.
IV. After Proposals Are Opened
Proposal Evaluation Factors
The CSCD will consider many evaluation factors (of which cost is only one factor) and will receiveproposals from all responsible applicants. The objective of the CSCD is to enter into a contract withthe best applicant(s) at the best price. A weighted evaluation criteria, utilizing a numeric score, willbe used to review the proposals. The review process may include an opportunity for a brief oralpresentation by the proposer before the CSCD Review Committee. Proposal evaluation elementsinclude but are not limited to the following:
A. The proposed price per unit of service.
B. The manner in which the minimum requirements are met and the extent to which theserequirements are exceeded.
C. Completion of all aspects of this request for proposal.
D. Bidder's qualifications: Experience / Licenses / Certifications of management and staff,Certificate of occupancy
14 Request for Proposal
103
E. Evidence of previous accomplishments in providing residential services within the last five(5) years. Experience working with the target population.
F. Proposed contractual terms and conditions. In considering the proposals, the CSCD reservesthe right to select the acceptable applicant who offers contractual terms and conditions mostfavorable to the CSCD including price per day.
G. Services activation and time frame dates.
H. Proposer's program evaluation / monitoring procedures.
1. Financial resources of the proposer.
Evaluation Factors
CSCD will numerically score each proposal using the following evaluation factors:
A.
B.
c.
D.
E.
FACTOR
The thoroughness of the proposal and the extent to which the proposalindicates the minimum requirements for services will be met and theextent to which these requirements are exceeded.
Vendor's qualifications, including licenses and certifications, anddocumented experiences and accomplishments, in providing similarservices to the target population since November 1, 1991.
Vendor's proposed self-evaluation/monitoring procedures.
Cost to CSCD for services.
Minority and Female Participation1. Certified MBEIWBE Firm (6 points)2. MBEIWBE Involvement as Sub-consultants,3. Sub-Contractors or Suppliers (6 points)4. Female and Minority Employees Assigned to5. Project (3 points)
TOTAL POSSIBLE POINTS
SCORE
15 points
20 points
10 points
40 points
15 points
100 points
15 Request (or Proposal
10-4
Negotiation of Rate, Cost Justifications, and Contract Size
Based on TDCJ-CJAD notification of funding allocations to the CSCD, funding will be awarded andcontracts negotiated by August 31, 2002.
Following the CSCD's Selections of Proposer(s)
The proposal submitted in response to this RFP becomes the Operations Plan. This document willbe used in monitoring adequate provision of service. The proposer will enter into a writtenagreement for service, which in addition to the specifications included in this RFP will also includeat least the following provisions:
A. Vendor As Independent Contractor And Indemnification
1. The Vendor shall be an independent contractor and shall exercise all rights and privilegesunder this Agreement, as such, and in no way is Vendor or any of its agents, subcontractors,or employees to be considered officers, servants, or employees of the CSCD or JudicialDistrict. The CSCD shall neither have nor exercise any control or direction over theemployees, agents or subcontractors of Vendor.
2. Vendor shall indemnify, and holds harmless the CSCD, its offices, directors, employees andother staff, from and against any and all claims, damages, losses, liabilities, suits, actions,demands, proceedings, whether legal or administrative, and expenses, including but not limitedto attorney fees, arising directly or indirectly out of any breach of agreement, misrepresentation,misconduct or negligence on the part of proposer or its employees, agents or subcontractors,whether such act ofomission or commission results in liability which is wholly or partially thatof the proposer.
B. Liability and Other Insurance Coverage
1. Proposer shall maintain liability insurance coverage and other necessary insurancecoverage to address the indemnification requirements and to protect itself and the CSCDagainst all claims and/or actions including those by proposer's employees, agents orsubcontractors, and those by others. Proposers shall maintain liability insurance andother insurance coverage in full force and effect to protect itself and the CSCD against allclaims and/or actions including, but not limited to, those relating to:
a) Worker's compensation, disability benefits and other employee benefits;b) Bodily injury, occupational sickness or disease or death of proposer's employees;c) Bodily injury, sickness, disease or death of any person other than proposer's
employees;d) Damage to or destruction of tangible property including subsequent losses resulting
therefrom;e) Violation of Civil Rights.
16 Request (or Proposal
105
2. Proposer shall deliver or have delivered to the CSCD certificate(s) and or policy(ies) ofinsurance upon execution of a contract. Any updates on certificate(s) and/or policies mustalso be delivered to the CSCD.
3. Proposer's compliance with the above insurance requirements shall not relieve proposer fromany liability.
C. Non-Discrimination
1. In the performance of any agreement between the CSCD and proposer, proposer warrantsThat it will not discriminate against any employee or subcontractor on account of race, color,sex, religious creed, age, national origin or handicap. Furthermore, proposer agrees not todiscriminate against any client or the CSCD referred defendants on account ofrace, color,religious creed, ancestry, age, national origin, or mental and physical disability. With respectto non-discrimination and equal opportunity, all notices, advertisements and solicitationplaced by proposer will be in accordance with federal law, rules or regulations.
2. Proposer shall include the provisions of the foregoing paragraph regarding nondiscrimination and equal opportunity in each of its agreements with subcontractorsso that such provisions will be binding upon each subcontractor.
D. Compensation to Proposer
1. Proposer shall deliver a monthly invoice to the CSCD immediately following eachmonth of service. The bill must be received by the CSCD by the 10th working day ofthe month for processing. Proposer shall include with its invoice, a list, which includesthe identity of each offender served, and the services provided. The Dallas CountyFiscal Officer will make payment to proposer. Electronic filing bills may be required.
2. The proposer must maintain a signature log of all face to face contacts with the client.The log must contain what service was performed, the time, date, and be signed by thecounselor and the client.
3. The CSCD reserves the right to withhold payment to proposer or to require proposer toreturn payments received from the CSCD in the event proposer's performance does notcomply with the provisions of the subsequent Agreement or does not comply withapplicable CSCD, TDCJ-CJAD standards, regulations or policies. Proposer agrees toreturn any unearned amounts paid by the CSCD within thirty (30) days following thefinal date of the contact period, or at the CSCD's option, within thirty (30) daysfollowing the CSCD's delivery to proposer of a notice to proposer that amounts paidare to be returned to the CSCD.
17 Request for Proposal
106
E. Restriction Regarding CSCD Employees and Agents
It is understood that the employees of the CSCD or individuals acting as agents of theCSCD are not authorized to receive any type of personal payment, reimbursement,compensation, commission, gratuity, or gift for services provided under this Agreement.Proposer warrants that no employee or agent of the CSCD has been or will be retained tosolicit or secure this Agreement and that proposer has not paid or agreed to pay and willnot payor agree to pay any employee or agent of the CSCD any fee, commission,percentage, brokerage fee, gift or any other consideration, contingent upon the making ofthis agreement with the CSCD or as an inducement for entering into any agreement withthe CSCD. The unauthorized offering or receipt of such payments may result in theimmediate termination of any current and future agreement.
F. Access to Records and Information
Proposer agrees to furnish to CSCD and/or the Texas Department of Criminal Justice(TDCJ) such information as may be requested which relates to the services proposerprovides. Proposer shall permit CSCD and/or TDCJ to audit/inspect records and reports,review services and/or evaluate the performance of these services at any time. Proposershall provide reasonable access to all the records, books, reports and other necessary dataand information needed to accomplish reviews of program activities, services andexpenditures.
G. Termination
Either party may terminate the proposed agreement without cause with thirty (30) dayswritten notice to the other party. Such notice of termination will be by registered orcertified mail, return receipt requested and will be deemed given upon receipt of suchnotice by the other party.
H. Any Agreement Subject to Availability of Funds
Any proposed agreement will be subject to the availability of funds as appropriate by theState Legislature and as made available by the Community Justice Assistance Division ofthe Texas Department of Criminal Justice. If such funds become reduced or unavailable,this agreement shall be subject to immediate modification, reduction or termination.Notwithstanding anything to the contrary within this agreement, if at any time during theterm of this agreement, TDCJ-CJAD fails to provide funding for this program for thefollowing fiscal year this agreement is terminated without any further liability, effectiveas of the earlier of: 1) the last day of the current fiscal year of the CSCD, or 2) thirty (30)days after CSCD notifies proposer in writing of such failure to fund and of the need toterminate the Agreement.
18 Request Cor Proposal
107
1. Severability
If any provision is found to be invalid, the remaining provisions shall nevertheless remainin effect. Each paragraph and provision of any Agreement between the CSCD and theproposer shall be serverable from the entire Agreement.
J. Governing Law
The laws of the State of Texas shall govern any proposed agreement, and all obligations ofthe parties created hereunder are performable in Dallas County, Texas. In any legal actionarising from this Agreement, the laws of Texas shall apply.
K. TCADA Counselor, Program, and Facility Licensure and Rules
All drug treatment services offered under this contract will be according to and incompliance with TCADA rules for provision of that service level as of February 1998 andsubsequent amendments. This includes facility, counselor, training institute status, andprogramming. The contractor shall disclose to CSCD all complaints filed with orinvestigation started by TCADA against the program for TCADA rules violations during thecontract period. The disclosure shall take place within 72 hours of notification by TCADAin writing and must include complainant, nature of complaint, and contractors proposedresponse.
L. Residential Services Billed According to Midnight Strength Rule
Residential programs will bill CSCD for clients according to the Midnight Strength Report.Midnight Strength Report means the official numerical count of the number of Defendantswho are residents present at the Facility at the end of each day calculated at 12:00 midnight.That, number shall not include any defendants who were previously removed on that dayunless any such Defendant is on a temporary leave for less than forty-eight (48) hours, inwhich case they shall be included.
M. Performance Measures
The proposer will document performance measures and evaluation criteria submitted as theOperations Plan. The CSCD can negotiate with the proposer during the term of the contractto establish new performance measures or evaluation criteria that both parties agree reflectquantity or quality of service.
19 Request for Proposal
108
V. Fiscal Year 2001-2002 Ceiling Rates
The TDCJ-CJAD approved statewide ceiling rates for adult offenders placed on CommunitySupervision were:
Type of Service
Residential Bed Day $30.00
CSCD currently contracts with Wayback House at the following rate: $30.00 per bed day.The services are delivered at 899 N. Stemmons Freeway, Dallas, Texas.
This section is provided for information purposes only.
20 Request for Proposal
APPENDIX I
109
TCDJ-CJAD BUDGET FORMS
21 Request for Proposal
110Texas Department of CriminaJ Justice
COMMUNITY JUSTICE ASSISTANCE DMSION
COMMUNITY CORRECTIONS FACILITIESOR CONTRACT RESIDENTIAL PROGRAMS
Vendor Budget Form InstructionsFY 2003
TDCJ-CJAD will review requests for residential facilities and contract residentialplacements to be operated from the CSCDs' Basic Supervision, Community CorrectionsProgram (CCP), Diversion Program (DP), and Treatment Alternatives to Incarceration(TAIP) funds. As a part of TDCJ-CJADDs funding process, vendor budgets will bereviewed to establish an allowable funding rate (e.g., bed-days) for facility operations andcontracted placements. The TDCJ-CJAD approved vendor budget will become a part ofthe contract (as a binding attachment) between the CSCD and the vendor. Propercompletion of the attached budget forms is imperative to establish a rate per unit and,thus, to receive funding. Please follow the instructions to facilitate the assignment ofrates.
General Information:
1. Vendors must comply with Residential Standards as established by TDCJ-CJADand with TCADA guidelines where applicable.
2. SATF vendors must comply with the TDCJ-CJAD SATF guidelines.3. For SATFs and CRTCs, vendors must comply with TDCJ Substance Abuse
Standards.4. A separate vendor budget must be submitted for each facility operated by the vendor
where applicable.5. The cost justification must be established and rates set separately for each facility
operated by the vendor.6. Any costs paid directly by the CSCD facility should not be included in the vendor
budget.7. Billings from the vendor to the CSCD for contract placements must be based on
actual bed use, not on a lump sum amount each month. Vendors may charge forthe day a resident is admitted to the facility but may not charge for the day ofrelease from the facility.
8. Establishment of a daily rate is the main purpose of the vendor budget. Itemsincluded in the vendor budget must be reasonable, allowable, and necessary forprogram operations.
9. Vendor must comply with the attached list of unallowable expenditure items.10. Depreciation schedules must be attached to the vendor budget for any equipment
items budgeted for this program.11. Requirement for indirect and/or overhead allocation attachment, either:
• Indirect and/or overhead cost allocation plan, including explanation of allocationmethod, expenditure items included, total indirect and/or overhead amount to be
Vendor Budget Fonns and Instructions 1 Residential Services
111
Texas Department of Criminal JusticeCOMMUNITY JUSTICE ASSISTA.~CEDMSION
allocated to all vendor programs, number of programs to which allocated, andpercentage allocated to the CSCD's program;
OR,
• A certified statement (or copy of approval letter) that the vendor's allocationpIan has been approved by another state or federal agency.
12. The vendor must maintain a separate accounting system for the CSCD's program,and submit financial information to the CSCD and/or TDCJ-CJAD upon requestregarding requested financial reports, fund balance information at the end of thefiscal year, etc.
13. All records on vendor expenditures must be maintained for auditing purposes, andany expenditure not properly documented may be disallowed.
14. The rate is to be based on projected outputs. The outputs should be expressed asTotal Costs divided by Residential Bed-Days (residential bed-days is calculated asnumber of beds x 365).
Expenditure Lines
1) Personnel Salaries:Please use the most logical and concise manner to convey the personnel cost of eachprogram. Each person participating in the provision of services should be listed withthe annual salary and the percent of time allocated to the program. Example:
Position Title Staff Name Annual Salary % Time Total
Supervisor Jones, Bill $30,000 80% $24,000
2) Personnel Fringe Benefits:FICA, SUTA, Medicare, medical, dental, retirement, workers compensation, andunemployment tax are considered fringe benefits. There may be others specific to youragency. Please list as appropriate. Some items may be carried as indirect costs under theOOtherO expenditure line.
3) Personnel Training:These costs are those associated with maintaining credentials and licenses, includingregistration fees and in-service training. In agencies that receive funding from multiplesources, please do not assign all training to this budget. Instead, use an assignment basedon the percentage of time employees receiving training are dedicated to the CSCDDsresidential facility.
4) Personnel Travel:
Vendor Budget Fonns and Instructions 2 Residential Services
112
Ten! Department of Criminal Ju!ticeCOMM1.JNITY JUSTICE ASSISTANCE DMSION
This expenditure line item should include only travel by personnel in the performance ofCSCD residential program related business and include staff mileage reimbursement (atno more than the IRS rate per mile), per diem meals, lodging, and public transportationcosts. Travel costs for residents or personal travel is not allowable in this category.Travel to training should also be included. (Expenses for agency vehicles used totransport staff and residents should be listed under the DTransportationD expenditureline.)
5) Equipment:This expenditure line item may include leased equipment, insurance, and annualdepreciation of equipment used in this program. For any vendor-owned equipmentassociated with the program, appropriate percentages may be depreciated and charged asan indirect cost in the DOtherD expenditure line. Appropriate depreciation schedules mustbe attached with indication of total indirect costs and the percentage charged to the CSCDprogram.
6) Transportation:Transportation costs, such as gasoline, parking, etc., of transporting residents to and fromfacilities or related program activities are to be placed in this line item. Mileage logs willbe required for audit purposes. Transportation costs associated with CSCD-ownedvehicles will be paid from the CSCD facility budget.
7) Consumable Supplies:This expenditure line includes office supplies, tests, educational supplies, posters, foodfor residents, housekeeping costs, postage, linens, resident medical supplies, urinalysistesting supplies, etc.
8) Other:Included in this expenditure line are profit, professional services (specify type of service),insurance, pest control service, janitorial, and miscellaneous indirect costs (please specifyand attach an explanation of the allocation method and expenditure items included forindirect costs, along with the percentage applicable to the CSCD program).
9) Facility:This line item includes items such as building rental, maintenance, insurance (content andliability), utilities, building depreciation or use allowance (attach schedule). Purchase orlease-purchase payments for facilities are not allowable expenditures from State funds.
All expenditures must be reasonable and allowable and related to the program. Allrecords on vendor expenditures must be maintained for auditing purposes, and anyexpenditure not properly documented may be disallowed. Vendors must maintainan accounting system in accordance with the line item categorization as outlined inthe Vendor Program Budget (Request for Funding) for the CSCD-funded program.
REQUIRED ATTACHMENTS: - .
Vendor Budget Forms and Instructions 3 Residential Services
113
Texas Department of Criminal JusticeCOMMUNITY JUSTICE ASSISTAt'lCE DlVlSION
1. Depreciation schedule for any equipment items or building that are budgeted in this programbudget.
2. "Use allowance" documentation applicable for equipment or buildings if included in thisbudget.
3. Either:
• Indirect and/or overhead cost allocation plan, including explanation of allocation method,expenditure items included, total indirect and/or overhead amount to be allocated to all ofvendor's programs, number of vendor programs to which allocated, and percentageallocated to the CSCD's program;
OR,
• A certified statement (or copy of approval letter) that the vendor's allocation plan hasbeen approved by another state or federal agency.
UNALLOWABLE COSTS
The following items are not to be included in the vendor's budget for rate justification and are notto be paid from funds received from the CSCD:
• Any item unallowable by State or any authorized agency, statue, policy, or procedureincluding, but not limited to, federal guidelines for operation of for-profit and not-for-profitentities;
• Alcoholic beverages;
• Bad debts;
• Building or Land purchase, rental-purchase, lease-purchase, renovation;
• Cash payments to intended recipients of services;
• Equipment items exceeding $1.000 (CPU, Monitor and Keyboard are one unit) counted as adirect expense toward the program. Such items may be charged to the program only throughan approved depreciation methodology;
• Expenses or reimbursements to or on behalf of vendor-related entities for allowable indirect
costs;
• Expenses or costs reimbursed to vendor by other funds with respect to amounts paid byCSCD for vendor services;
Vendor Budget Forms and Instructions 4 Residential Services
ll~
Texas Department of Criminal JusticeCOMMUNITY JUSTICE ASSISTANCE DMSION
• Fines and Penalties;
• Firearms, Fireann components, and Ammunition;
• Fundraising; Marketing; and Advertising (Advertising IS allowable only for personnelvacancies or procurement of goods and services only);
• Legislative expenses or payment to any elected official from funds received from the CSCD;
• Lobbying;
• Payments to or on behalf of individuals related to principals of any vendor-affiliatedorganization(s) or to their employees, unless as allowable indirect costs or unless specificapproval is received from the CSCD; and
• Tobacco Products.
Vendor Budget Forms and Instructions 5 Residential Services
115
Texas Department of Criminal JusticeCOMMUNITY JUSTICE ASSISTANCE DIVISION
Request for FundingFISCAL YEAR 2003
VENDOR NAME (Name as Incorporated)
STREET ADDRESS
List any D.BA or AKA'S
CITY STATE ZIP
CONTACT PERSON TITLE TELEPHONE
BUSINESS FORM (Check applicable):For Profit Corporation__ Non-Profit Corporation__ Partnership__ Other__
State where incorporated. _
TYPE OF RESIDENTIAL FACILITY:
Date of Incorporation _
INDICATE ALL TIiAT ARE APPLICABLE: Total Number ofBeds:__ M:ale:__ Female:__
SPECIFIC NAME, LOCATION AND NUMBER OF BEDS BY GENDER FOR EACH FACILITY OPERATEDBY VENDOR:
Facility Name: Location: Male Beds: Female Beds:
INSURANCE PROVIDER: _
I certify that all infonnation contained in this application, including all attachments and supporting materials, is trueand correct to the best of my knowledge.
Signature of Authorized Official
Vendor Budget Forms and Instructions 6
Title Date
Residential Services
116
Texas Department of Criminal JusticeCO:'tNtJNITY JUSTICE ASSISTA....KE DfVISION
Summary Budget for Purchase of ServicesFISCAL YEAR _
Vendor/Contractor: -----------------------City: ------------------------
Contract Period: -----------------------
COST CATEGORY COST
Personnel - Salaries $
Personnel- Fringe Benefits $
Personnel- Training $
Personnel- Travel $
Equipment $
Transportation $
Consumable Supplies $
Other $
Facility $
TOTAL $
Total Units Service Per Year (example: Bed days per year):
Cost Per Unit:
I IShow Computation:
Vendor Budget Forms and Instructions 7 Residential Services
117
Texa! Department of Criminal JusticeCO"l'1lJ~lTY JUSTICE ASSISTANCE DIVISION
BUDGET JUSTlflCAnON
I.Personnel Salaries
I Vendor:
Personnel--Salaries
Position or Title Staff Name or OVacantO Annual % Time for TotalSalary Job
TOTAL
Note: Use as many additional pages as needed
Vendor Budget Fonns and Instructions 8 Residential Services
1 Vendor:
ll8Texas Department of Criminal Junice
COIDn;~lTYJUSTICE ASSISTA.~CE Df\'1SION
BUDGET JUSTIFICATION
2. Personnel Fringe Benefits
Fringe Benefits Based on Salaries Paid: Total
FICA $
SUTA
WORKMANOS COMPo
MEDICAL BENEFITS
OTHER: (Describe)
TOTAL FRINGE BENEFITS S-
Vendor Budget Forms and Instrucnotl5 9 Residential Services
I Vendor:
119Tex.lU Department of Crimina1 Justice
COIDll~ITYJUSTICE ASSISTA."CE DlVISION
BUDGET JUSTIFICATION
3. Personnel Training
Purpose (List Conference Fees, Describe In-Service Training Costs) Total
$I
I
,
TOTALPERSONNEL~G S
Vendor Budget Foms and Instructions 10 Residential Senices
I Vendor:
120
Telas Department of Criminal JusticeCOMMUNITY JUSTICE ASSISTA.~CE DMSION
BUDGET JUSTIFICATION
4. Personnel Travel
Purpose (List Staff Mileage and rate used, Per Diem and rate, Public Transport) Total
$
TOTAL PERSONNEL TRAVEL $
Vendor Budget Forms and Instructions 11 Residential Set'\1ceS
I Vendor:
121
Texa!J Department of Criminal JumceCOMML~ITYJUSTICE .-\SSISTA..'IlCE DlVISIO~
BUDGET JUSTIFICATION
5. Eqyjpment
Purpose (All Equipment will be purchased by CSCD residential facility.) Total
$
I
- 'TOTAL EQUIPMENT S
Vendor Budget Forms and Instructions 12 Residential Services
IVendor:
122
Texas Department of Criminal JuniceCOMMU"NIlY JUSTICE ASSISTA.~CE DMSION
BUDGET JUSTIFlCAnON
6. Transportation
Purpose (List All Project Transportation Costs for Transport of Residents) Total
$
-rOTAL TRANSPORTAnON COSTS $
Vendor Budget Forms and Instructions 13 Residential Services
I Vendor:
1"''''_J
Texas Department of Criminal JusticeCOMML"NlTY ruSTICE ASSIST.-\.,"CE DMSION
BUDGET JUSTIFICAnON
7. Consumable SUQPlies
Purpose (List All Consumable Supplies with Brief Description) Total
$
-rOTAL CONSUMABLE SUPPLIES $
Vendor Budget Farms and Instructions 14 Residential Services
I Vendor:
Texas Department of Criminal JusticeCO~UmTY JUSTICE ASSISTA.:''iCE DMSION
BUDGET JUSTIFICATION
8. Other
Purpose (List All Other Costs with Brief Description) Total
S
~OTAL OTIiER COSTS S
Vendor Budget Fon:ns and Instructions IS Residential Services
IVendor:
Ten! Department of Criminal JuniceCOIDU;NIIT JUSTICE A.5SISTA,,'iCE DI\-1SION
BUDGET JUSTIFICATION
9. FACILITY COSTS
Purpose (List All Facility Costs ....ith Brief Description) Total
$
~'TOTAL FACILITY COSTS $
Vendor Budget Fonns and InstI'ucttons 16 Residential Senices
126
UNAlLOWABLE COSTS
Any Item unallowable by State or any authorized agency, statue, policy, or procedure;
Alcoho hc beverages;
Bad debts;
Building or Land purchase, rental-purchase, lease-purchase, renovation;
Cash payments to intended recipients of services;
Expenses or reimbursements to or on behalf of related entities for allowable indirect costs;
Expenses or costs reimbursed by other funds with respect to amounts paid by CSCD for services;
Fines and Penalties;
Fund raising;
Legislative expenses or payment to any elected official from funds received from CSCD;
Lobbying;
Payments to or on behalf of individuals related to principals ofany affiliated organization(s) or to theiremployees, unless as allowable indirect costs or unless specific approval is received from CSCD.
Tobacco products.
Firearms or ammunition.
Other unallowable costs as listed in the Financial Management Manual for TDCJ-CJAD Funding foroperation of residential facilities. If items are not listed in either the allowable or unallowable categones,please contact TDCJ·CJAD for clarification on allowableness.
32 Raqucst (or Proposal
l "-r.. (
RESIDENTIAL TREAT\IE:\T SER\'1CESOPERATIONS AGREE\fENT
BETWEENDALLAS COUNTY COM~IUNITY SlJPERVISION Al"ID
CORRECTIONS DEPARTMENTAND
This Operations Agreement (the "AGREEMENT') is made and entered into by and betweenCommunity Supervision and Corrections Department ("DEPARTMENT'), a political entity ofthe Judicial District and ("VENDOR"), effective as of the 1It day of September, 2002.
WITNESSETH:
NOW, THEREFORE, for and in consideration of the foregoing, the mutual benefitscontemplated hereby and other good and valuable consideration, the receipt and sufficiency ofwhich is hereby acknowledged, the parties agree as follows:
APPOINTMENT OF VENDOR; TERM
Appointment of VENDOR. In accordance with the terms and conditions set forth herein, and inconsideration of the Payments hereinafter provided, VENDOR is hereby appointed to provide tothe DEPARTMENT, as provided in the original Request for Proposal" RFP #2002- ,published in May 2002, and VENDOR hereby agrees to furnish residential services for SexOffenders and other aggravated type offenders for the Department.
Tenn. This AGREEMENT is effective on the date set forth in the initial paragraph hereof andshall continue until August 31, 2003, unless it is tenninated earlier pursuant to the provisionshereof, provided, however, that DEPARTMENT shall have the option to renew and extend thisAGREEMENT for a period of one year (with such changes as to which VENDOR shall agree),upon the giving to VENDOR a written notice of such intention no later than thirty (30) daysprior to the expiration of the initial tenn.
ARTICLE IRATES, MINIMUM REQUIREMENTS, AND STATEMENT OF SERVICES
1.1 Vendor Rates: DEPARTMENT agrees to make Payments to VENDOR for the deliveryof Services, not to exceed for September 1, 2002, through August 31,2003. VENDOR acknowledges that the total dollar amount of the AGREEMENT is subject tochange, at department's discretion, based on needs and circumstances that arise within theoverall DEPARTMENT program. VENDOR agrees to the following rates for residentialservices:
_______.._ per day per Resident
128
1.2 Residential Services Minimum Requirements: The VENDOR shall, in accordance withthe terms of this AGREEMENT, provide all necessary personnel, equipment, materials,supplies, facilities, and services (except as may be furnished by the DEPARTMENT asspecified in writing as part of this AGREEMENT) and do all things necessary for, or incidentalto, the provision of the residential services listed as follows:
VE~rnOR RESPONSrnIT...ITIES
A. Deliver Services in a professional manner to insure that the highest quality of careand treatment is provided to residents.
B. Supervise all staff employed at the Facility including, without limitation, chemicaldependency treatment counselors, sex offender therapists, family counselors, clericalstaff, support staff, and and other contractual staff.
C. Develop and implement length of stay norms, continuing stay, extended stay anddischarge criteria for the residential program in concert with the DEPARTMENT.
D. Maintain case management systems to ensure that each Defendant admitted to theFacility receives the most effective individual treatment.
E. Provide linkages to other referral sources for additional treatment and Services asnecessary or appropriate, including medical needs.
F. Develop and manage daily Defendant activity schedules, ensure twenty-four hour perday supervision of Defendants, and to the extent it is practicable, provide staffsupervision of any Defendant going off site for doctor's appointment, appointments atthe county hospital or any other reason other than authorized furlough.
G. Develop and implement quality assurance/utilization review systems for theresidential program of the facility.
H. Ensure that sufficient culturally sensitive staff are recruited, hired and trained toprovide exactly the same type, level and quality of services in Spanish to Spanishspeaking Defendants as are provided in English to English speaking Defendants.
1. Obtain prior approval of the DEPARTMENT before placing an employee of theVENDOR who is currently on parole, community supervision, or who is serving acriminal sentence, in a position of counseling, supervising, correcting, or training anyDefendant referred by the DEPARTMENT.
2
129
1. Immediately notify the DEPA.RTYfE~l when a Defendant is tenninated fordisciplinary or any other reasons from treatment or absconds from the Facility.NOTE Tennination from treatment due to disciplinary action does not precludefuture referral and acceptance of the Defendant into the Facility.
K. Maintain a certificate of occupancy to house sex offenders from the applicable city,county, and/or state regulatory agencies/bodies. \lENDOR must notifyDEPARTJ\1ENT within 48 hours of all licensure revocations and violations,including pending allegations.
Department Responsibilities
A. Provide the name, ML number and/or cause number, and authorization number ofeach Defendant referred to the \lENDOR
B. Provide information to the VENDOR of any status change which would affect theDefendant, such as termination from community supervision; issuance of a warrantfor violation of Community Supervision.
1.3 Operational Plan: The proposal submitted in response to the RFP #2002- as finallynegotiated and attached as Exhibit A of this AGREEMENT becomes the Operational Plan bywhich the \lENDOR will be audited.
1.4 Performance Measures. The VENDOR shall comply with the Perfonnance Measuresincluded in this AGREEMENT to assist Defendants to change their behavior and becomeproductive, contributing members of society by leading a productive life-style. PerfonnanceMeasures, along with applicable adjustments, for residential services are as follows:
Strategy 1: Develop an individualized treatment plan that addresses the needs of eachindividual served.
Measures: One hundred percent (100010) of individuals served will have a written individualtreatment plan identifying objectives to be completed within five (5) workingdays after arrival for residency.
Adjustment: For each individual served not having an individual treatment plan within theabove specified time frame, the VENDOR will reimburse forty percent (40%) ofthe unit rate per each bed day the treatment plan was late on each client.
Strategy 2: Defendant's progress on individualized treatment plans will be documented.
Measures: One hundred percent (100%) of individuals served will have chronologicalrecordings in their case files on a weekly basis documenting the Defendant'slevel of participation and compliance with residency requirements.
3
130
Adjustment For each individual not havmg chronological recordings in their case tiles on aweekly basis documenting the Defendant's level of participation and compliancewith residency requirements, the VENTIOR shall reimburse forty percent (40%)of the unit rate for daily bed day billed in the weekes) that a chronologicalrecording was not made in the tile.
Strategy 3 Each Defendant exiting treatment will have a discharge plan completed andforwarded to the DEPARTMENt.
Measures One hundred percent (100%) of the Defendants exiting treatment shall have adischarge plan prepared and forwarded to the DEPARTMENT within three (3)days of the Defendant's discharge.
Adjustment: The VENDOR shall reimburse fifty percent (50%) of the daily bed day rate forthe last three units of service provided to each Defendant that does not have adischarge plan sent to the DEPARTMENT within three (3) days of Defendant'sdischarge.
Strategy 4: Summarize monthly progress in the residential services and send reports to theDEPARTMENT.
Measures: One hundred percent (100010) of the files of the individuals served will containmonthly progress reports. These reports shall detail the levels of residencycompliance and progress as established in their individual treatment plans duringthe previous month. Also each file must reflect that a copy of the said report wassent to the DEPARTMENT by the 5th day of the following month.
Adjustment: For each individual not having chronological recordings in their case filesdocumenting that a progress report was sent to the DEPARTMENT within therequired time frame, the VENDOR shall reimburse ten percent (10010) of the unitrate per each bed day the treatment plan was late on each client.
1.5 VENDOR agrees to submit monthly invoices to the DEPARTMENT, 133 N. IndustrialBlvd., 9th Floor, Dallas, Texas 75207. The VENDOR will provide an itemized list of Servicesperformed during the invoice period, including the names of all Defendants served, M.L.number, and days services were provided.
1.6 The VENDOR agrees to house a maximum number of referred defendants at anyone given time during the term of the contract. The maximum length of stay for all phases ofresidential services will be 180 days unless recommended by VENDOR and approved by theDEPARTMENT.
1.7 VENDOR shall furnish three (3) nutritionally balanced, calorically sufficient meals perday from a dietician approved meal plan for all Defendants assigned as residents at the Facility,at no cost to the Defendant. VENDOR may make commissary items available to the Defendants
4
131
on a resident-pay basis, but will ensure that the cost of said items are sold at the VE~·iDOR' Scost.
18 \i'E~'DORwill make a reasonable effort to accommodate religious, health, and dietaryrequirements of Defendants.
1.9 VENDOR shall provide Defendants access to health care services. Limited health careservices will be provided on-site at the Facility and through Dallas County Hospital District
(Parkland Hospital) and/or private health care services.
1. 10 VENDOR shall provide security, control, and supervision of assigned population.VENDOR shall implement and enforce certain policies and procedures to maintain the safety,security, health and well being of staff and visitors.
1.11 Staffing Pattern. VE~TIOR shall not place any employee who is presently on communitysupervision or parole in a position of counseling, supervising, correcting, or training anyDEPARTMENT referred Defendant, without prior written approval of the DEPARTMENT.
1.12 Negotiation. The VENDOR will document performance measures and evaluation criteriasubmitted as the OperationaJ Plan. DEPARTMENT can negotiate with the VENDOR duringthe term of the AGREEMENT to establish new performance measures or evaluation criteria thatboth parties agree reflect quantity or quality of service.
1. 13 Residential Treatment. This AGREEMENT is primarily for residential facilities.Educational, vocational, and other non-substance abuse services, such as sex offendercounseling, anger control, community service, financial management, and cognitiverestructuring, can be included in treatment to the extent that they are in a treatment program.,which operates on a modified therapeutic community concept.
1. 14 Diagnosis. In its treatment or provision of services to Defendants, VENDOR shall:
a) Provide appropriate treatment or services as designated by DEPARTMENT.
b) Coordinate with DEPARTMENT to identify needs of Defendants that are beyond thescope of VENDOR'S Services and make appropriate referrals in such circumstances;and
c) Develop and implement procedures for Services (or referrals) for Defendants with dualdiagnosis and/or mental and physical disabilities.
5
132
1.15 Panicipation In orderto ensure maximum panicipation of Defendants in its program.,the VENTIOR shall:
a) Contact DEPARTMENT within twenty-four (24) hours whenever any Defendant fails tocomply with his or her recommended treatment or panicipation in services, includingfailure to show for initial appointment or unauthorized departures;
b) Document on a weekly basis the Defendant's level of panicipation and compliance withtreatment or service goals and objectives; and
c) The VENDOR must maintain a signature log of all face-to-face contacts with theDefendant. The log must contain what service was performed, the time, date, and besigned by the counselor and the Defendant.
1.16 Discharge. The discharge of any Defendant shall be made in accordance with thefollowing:
a) Prior to discharge, VENDOR shall schedule and coordinate with Defendant's communitysupervision officer or designee to evaluate if any additional services are required forDefendant. A copy of each Defendant's discharge plan and discharge summary shall besubmitted to DEPARTMENT within three (3) days of such discharge; and
b) Under no circumstances may VENDOR discharge any Defendant without havingfurnished DEPARTMENT with prior written notification thereof.
c) VENDOR shall not bill the DEPARTMENT for any person whose period ofauthorization has expired or who has been discharged from the facility.
1.17 Referrals. The DEPARTMENT retains control over the Defendants referred toVENDOR for the provision of substance abuse treatment. If the Defendant is determined to bein need of additional or different treatment services, the Defendant is to be referred back to theDEPARTMENT for funher action. The process by which this action will occur will beaddressed in the Operations Plan.
1.18 Coun Testimony. VENDOR agrees to provide testimony in coun, if required, at noadditional cost to the DEPARTMENT.
1.19 PQlicies and Procedures. The Services for Defendants shall include policies andprocedures for admission and discharge, discharge planning, participation in treatment,transponation (as necessary), safety and security, clinical supervision, referral activities, housemanagement and government (as applicable), documentation of Services, and incident reponingand resolution, which shall be in writing and available to DEPARTMENT prior toimplementation. VENDOR shall notify the DEPARTMENT in writing of deviations from suchpolicies and procedures, whether temporary or permanent.
6
lJJ
1 20 Orientation and HIV Counseling VE1'<l)OR shall provide orientation to Defendantsregarding support resources and shall provide HIV counseling in accordance with the provisionsof Exhibit D hereto.
1 21 DEPARTMENT Approvals Required. Under no circumstances shall the VENDORprovide services for a Defendant beyond 180 days without an active authorization number beingprovided by the DEPARTMENT.
122 Coordination with DEPARTMENT. VENDOR shall coordinate the following tasks withthe DEPARTME1'<'T:
a) Develop alternatives to be utilized for incidents of non-compliance with program rules
b) Submit progress reports on each Defendant, indicating progress and compliance/noncompliance with program;
c) Participate in meetings as the DEPARTMENT directs; and
d) Comply with DEPARTMENT operational policies and procedures as set forth by theDEPARTMENT Program and/or the State program.
1.23 Definitions. The following terms used in this AGREEMENT shall, unless the contextindicates otherwise, have the meanings set forth below:
AGREEMENT - means this Residential Operations AGREEMENT with all exhibits hereto.
Authorization Number - means that number supplied by the DEPARTMENT whichindicates delivery of services by VENDOR is approved. This number is valid for amaximum l80-day period and must be renewed thereafter for the authorization ofdepartmental payment for the delivery of continued services.
Contract Monitor - means the Person(s) designated by DEPARTMENT as such to ensurethat VENDOR complies with the terms hereof, by conducting performance audits of theOperational Plan and financial audits of the Program Budget, if applicable.
Counselor - means a Person with appropriate licensure who renders chemical dependencycounseling or chemical dependency counseling-related services to an individual, group,organi1Jltion, corporation, institution, or the general public for compensation.
Defendant - means each individual who receives Services from VENDOR hereunder whoqualifies for Services who has been ordered by a court of legal jurisdiction to participate inreceiving Services and who has been referred by the DEPARTMENT.
DEPARTMENT Policies - means all written policies, procedures, standards, guidelines,directives, and manuals of DEPARTMENT, as same may be amended from time to time,
7
13-4
which DEPARTMENT has made available to VENUOR and with which VENUOR has anaffirmative obligation to be and remain familiar
Facility - means the licensed treatment facility where VEl'lmOR will provide Servicespursuant to the terms hereof The Facility is located at
Licensure Rules - means the terms and provisions contained in the applicable regulatoryguidelines.
M. L Number - means the Defendant's case number as assigned by the DEPARTMENt.The VENDOR must use this number to identify each Defendant referred for Services, onbilling invoices and/or progress reports.
Midnight Strength Report - means the official numerical count of the number ofDefendants who are Residents present at the Facility at the end of each day calculated at1200 midnight, which number shall not include any Defendants who were previouslyremoved on that day Defendants on a temporary leave for less than forty-eight (48) hoursshall be included in the count.
Monthly Invoice - means that certain form or electronic reporting mechanism thatVENDOR shall prepare and submit to DEPARTMENT no later than the seventh (7th) dayafter the end of the preceding month, based on the VENDOR Rate and yielding theseparate Monthly VENDOR Payments for DEPARTMENT participants to be made byDEPARTMENT, a copy of which form is attached hereto as Exhibit B.
Operational Plan - means the written operating and audit system devised jointly byDEPARTMENT and VENDOR prior to and during the term hereof pursuant toVENDOR'S policies and procedures submitted in response to the RFP 2002- wherebythe delivery of Services shall be evaluated and monitored, including the PerformanceMeasures to track and evaluate achievement results ofDefendants, which plan shall containa mechanism for monthly self-monitoring reports by VENDOR.
Payment or Payments - means amount(s) agreed to be paid by DEPARTMENT toVENDOR.
Payment to VENDOR - means the mathematical product of the following: ResidentDefendants at the VENDOR Rate calculated by the number of verified Defendantsaccording to the Midnight Strength Report for each day of the billing month.
Performance Measures - means the standards whereby VENDOR and DEPARTMENT willdetermine the effectiveness of the Services, as set forth in Article I hereto.
Person - means any individual, corporation, partnership, joint venture, association, jointstock company, trust, unincorporated organization, court or other tribunal, or governmentor any agency or political subdivision thereof
8
135
Program - means the treatment model implemented, operated, and managed by theVENTIOR this term is synonymous with Services.
Program Budget - means the financial management system of proposed revenue andexpenditures that VENDOR submitted in response to the RFP, if applicable (as same mayhave been amended prior to the execution hereof), whereby VENDOR implements andmaintains its books regarding income and expenditures in the provision of Services at theFacility in accordance with the approved Program Budget (i.e., a program-specificaccounting or bookkeeping system).
Resident - means any Defendant referred by the DEPARTMENT who resides at theFacility and receives Services pursuant to the terms hereof
RFP - means that cenain Request for Proposal issued by DEPARTMENT for the purposeof soliciting proposals to render Services and with respect to which VENDOR respondedand was awarded this AGREEMENT.
Services - means the delivery by VENDOR of the residential services geared toward theproviders of room and board, the monitoring of activities of sex offenders and otheraggravated type offenders and the delivery of any related programming as set fOM in thisAGREEMENT and exhibits and as outlined in VENDOR'S response to the RFP.
Services Commence Date - means the date on or after September 1, 2002 when theprovision of Services hereunder actually commences.
Term - means the duration of this AGREEMENT as specified in Article 1.
VENDOR - means
VENDOR Rate - means the amount paid by the DEPARTMENT to the VENDOR per dayduring the term hereof, determined in accordance with the rates set fOM in Article I of thisAGREEMENT.
1.24 Excess Profit. If the contracted operation ofa community corrections facility (CCF) forwhich a vendor budget has been approved with a stated profit (or excess revenue overexpenditures for non-profit entities). VENDOR agrees to refund to DEPARTMENT sixty (60)days after the contract term any excess profit above the approved profit amount.
1.25 Semi-Annual Expenditure Re.pons. For contracted operation of a community correctionfacility (CCF), VENDOR agrees to submit to DEPARTMENT and to TDCJ-CJAD by March 31and September 30 an expenditure report by the budgeted expenditure lines.
9
136
ARTICLE nREPRESENTATIONS AND WARRANTIES
'lE~'DOR represents and warrants to and for the benefit of DEPARTMENT with the intent thatDEPA..RTJ\1ENT rely thereon for the purposes hereof, the following:
2.1 Legal Status. VENDOR (1) is a validly organized and constituted sole proprietorship orpartnership in the jurisdiction in which it is formed and in good standing therein; or, is acorporation duly incorporated and validly existing under the laws of the jurisdiction in which itis incorporated and in good standing therein; (2) is duly qualified to conduct business in theState of Texas; and (3) has legal power and authority to own or lease its properties and conductits business as presently conducted.
2.2 Authorization. The making and performance of this AGREEJ\1ENT have been dulyauthorized by all necessary action and will not violate any provision of current law orVE'N'DOR'S charter or by-laws. The AGREEJ\1ENT has been duly executed and delivered byVE1'<'DOR and, assuming due execution and delivery by DEPARTMENT, constitutes a legal,valid, and binding AGREEJ\1ENT enforceable against VENDOR in accordance with its tenns.
2.3 Taxes. VENDOR has filed all necessary federal, state, and foreign income and franchisetax returns and has paid all taxes as shown to be due thereon, including penalties and interest, orprovided adequate reserves for payment thereof: except to the extent that same. have become dueand payable but are not yet delinquent, and except for any taxes and assessments of which theamount applicability or validity is currently being contested in good faith by appropriateproceedings.
2.4 No Child Support Owing. In accordance with 231.006 of the Texas Family Code, noperson who is the sole proprietor, a partner, a shareholder, or an owner of twenty-five percent(25%) or more of VENDOR and who is now more than thirty (30) days delinquent in payingcourt ordered approved child support may receive payment from state funds under a contract.Under Section 231.006, Family Code, VENDOR certifies that it is not ineligible to receive thePayments and acknowledges that this AGREEMENT may be terminated and Payments may bewithheld if this certification is inaccurate.
2.5 Use of Payments. No pan of the Payments made to VENDOR will be expended for anyconsultant fees, honorariums, or any other compensation to any employee of DEPARTMENTor for unallowable costs set forth on Exhibit C. VENDOR shall expend Payments madehereunder solely for providing direct services and for reasonable and allowable expensesdirectly related to the provision of Services.
2.6 Non-Discrimination. In the performance hereof: VENDOR warrants that it shall notdiscriminate against any employee, subcontractor, or Defendant on account of race, color,handicap, religion, sex, national origin, age, or those who have or are perceived to have ahandicap because of AIDS or HIV infection, antibodies to HIV, or infection with any otherprobable causative agent of AIDS. VENDOR shall include the provisions of this paragraph
10
137
regarding non-discrimination in each of its contracts 'With subcontractors so that such provisionswill be binding upon each subcontractor.
2 7 Non-Collusion. VE~'DOR warrants that no Person., other than a bona fide employee, hasbeen employed to solicit or secure this AGREEMENT with DEPARTMENT, and VENDORhas not paid or agreed to pay any Person., other than a bona fide employee, any fee, commission.,percentage, or brokerage fee, gift, or any other consideration., contingent upon or resulting fromthe execution hereof For breach or violation of this provision., DEPARTIvfENl shall have theright to tenninate this AGREEMENT without liability, or at its discretion to deduct fromPayments, or otherwise recover, the full amount of such fee, commission, brokerage fee, gift, orcontingency fee.
ARTICLE illGENERAL CONDITIONS
3.1 Health and Safety. VENDOR shall ensure that adequate measures are taken to protectthe health and safety of each Defendant while receiving Services.
3.2 Staff Training. VENDOR shall ensure that all staff providing direct Services receivecontinuing education and training as needed or required and that such education and training isdocumented.
3.3 Duties and Obligations. VENDOR shall provide the Services at the Facility(ies) incompliance with applicable federal and state law, includillg all constitutional, legal and counordered requirements, whether now in effect or hereafter effected or implemented, and inaccordance with the Operational Plan, if required. The Operational Plan shall containprocedures for assumption of Services by DEPARTMENT in the event of VENDOR'Sbankruptcy or inability to perform its duties hereunder.
3.4 Visitation by State Employees. VENDOR shall at all times allow employees/agents ofthe Governor, members of the Legislature and all other members of the Executive and Judicialbranches of the State of Texas, the Contract Monitor, and any other persons designated by theDEPARTMENT and/or the Texas Board of Criminal Justice to monitor the delivery of Servicesand contract compliance of the VENDOR.
3.5 No Subcontractors. No subcontractor may be utilized by VENDOR unlessDEPARTMENT has furnished prior written approval.
3.6 PISlcement of Defendants. DEPARTMENT shall have sole authority to assign andtransfer Defendants to and from the facility or program and, as appropriate, may specifyservices for any such Defendants during the term of this agreement.
3.7 Confidentiality. When applicable, records of identity, diagnosis, prognosis, or treatmentof any Defendant through this AG~EMENT shall be confidential and may be disclosed only
11
138
in accordance with applicable laws. No information may be released without the Defendanfsminen consent as documented by a signed information release form. VENDOR shall notifydepartment in 'Writing if any legal process requires disclosure of a Defendant's record and shallobtain minen acknowledgment of same from DEPA.RTMEN"T'S Authorized Representative.
3.8 Termination at Will. Either party may terminate this AGREEMENT for any reasonwhatsoever, without cause and at any time, by furnishing to the other party thirty (30) days priorwrinen notice. DEPARTMENT'S only obligation for terminating this AGREEMENT pursuantto this section shall be the payment to \'ENDOR of Payments earned hereunder up to the dateof termination. VENDOR's only obligation for terminating this AGREEMENT pursuant to thissection shall be to provide Services until the date of termination. Neither \'ENDOR norDEPARTMEN"T shall thereafter be entitled to any other compensation.
3.9 Record Retention. All records shall be the property of DEPARTMENT. All records(electronic or paper) pertinent to the provisions of Services hereunder shall be retained by theVENDOR for a period of five years with the following qualification: If any audit, litigation orclaim is started before the expiration of the five-year period, the records shall be retained untilall audits, litigation, claims, or other findings involving the records have been resolved. Theretention period for all records begins after DEPARTMENT has made the final Payment inaccordance with this AGREEMENT. At the end of the five-year period, \'ENDOR will requestdisposition instructions from DEPARTMENT.
ARTICLE IVADMINISTRATION AND FISCAL SYSTEM
4.1 Administrative Controls. \'ENDOR shall establish, document and maintain adequateadministrative, financial, and internal controls to ensure that only allowable and reasonablecosts are expended under this AGREEMENT.
4.2 Governing Board Responsibility. The appropriate governing board or entity ofVENDOR shall bear full responsibility for the integrity of the Program Budget, where required,including accountability for all Payments, compliance with DEPARTMENT policies, andapplicable federal and state laws and regulations. Ignorance of any AGREEMENT provisionsor other requirements contained herein shall not constitute a defense or basis for waiving orappealing such provisions or requirements.
4.3 Conflict Qf Interest. \'ENDOR shall not refer defendants fQr additional services withoutprior written approval Qfthe DEPARTMENT. VENDOR shall develop and implement writteninternal policies that may be reviewed by the DEPARTMENT to ensure that members of thegovernment bQard, contractual personnel, consultants, volunteers, and employees do not usetheir positions with the \'ENDOR for a purpose that is, or gives the appearance of being,motivated by a desire for personal gain or gain by a family member.
12
139
4.4 Remuneration. Staff of VENDOR shall not payor receive any commission,consideration, or benefit or any kind related to the referral of a Defendant for treatment orengage in fee-splitting with other professionals.
4.5 Audits. \lENDOR agrees to furnish DEPARTMENT and/or mCl with such informationas may be required relating to the Services rendered hereunder. \lENDOR shall permitDEPART:\fENT to audit and inspect records and reports and to evaluate the performance ofServices at any time. \lENDOR shall provide reasonable access to all the records, books,reports, and other necessary data and information needed to accomplish review of programactivities, services, and expenditures, including cooperation with DEPARTMENT in itsperformance of random or routine audits to determine the accuracy of \lENDOR reports.
4.6 Independent Audit. \lENDORS whose total funding from DEPARTMENTS (CSCDs)statewide exceeds $100,000 must provide an independent audit on the funds received for eachfiscal year (September 1 - August 31). These audits must be submitted to mCl-ClAD byDecember 31 following the end of the fiscal year.
4.7 Disclosure. \lENDOR is required to immediately or timely, as the case may be, discloseto DEPARTME~'i and mCl-CIAD the following:
(a) If any Person who is an employee or director of VENDOR is required to register as alobbyist under Texas Government Code Chapter 305, at any time during the term hereof:\lENDOR shall provide to DEPARTMENT and TDCI-CIAD timely copies of allreports filed with the Texas Ethics Commission as required by Chapter 305;
(b) If any Person who is an employee, subcontractor, or director of \lENDOR is orbecomes an elected official (i.e., an elected or appointed state official or member of thejudiciary, or a United States congressman or senator), during the term hereof;
(c) Report any actions or citations by federal, state, or local governmental agencies that mayaffect \lENDOR'S licensure status or its ability to provide Services hereunder.
4.8 Withhold Payments. The DEPARTMENT may withhold Payments for any ineligibleclaims including inadequate or untimely monthly invoices until such time as the ineligible,inadequate or untimely claim is resubmitted and/or corrected by VENDOR. \lENDOR agreesto return any unearned amounts paid by the DEPARTMENT within thirty (30) days followingthe final date of the contact period, or at the DEPARTMENT'S option, within thirty (30) daysfollowing the DEPARTMENT'S delivery to VENDOR a notice that amounts paid are to bereturned to DEPARTMENT.
4.9 Accounting Records. VENDOR agrees to maintain a separate accounting orbookkeeping system specifically isolating the revenue and expenditures associated with thisAGREEMENT in accordance with fund accounting principles.
4.10 Payments to VENDOR. VENDOR shall submit Monthly Invoices (in writing orelectronically) as required herein and shall receive Payments from DEPARTMENT basedthereon, subject to the provisions in-this AGREEMENT. \lENDOR will provide an itemized
13
1-40
list of Services performed during the invoice period, including the names of all Defendantsserved, the service provided, and the amount of time rendered with each. DEPARTMENIagrees to pay VEN'DOR within thirty (30) days after receipt of the Monthly Invoice (Exhibit B)
4.11 Discharges for Defendant Absence. Defendants on furlough or on an allowed absencefrom a residential facility, where an applicable provision of service, in excess of fony-eight (48).hours will be terminated and readmitted upon their return.
4.12 Residential Services Billed According to Midnight Strength Rule. Non-CommunityCorrections Facility (CCF) \fEN'DORS providing residential services shall charge theDEPART-rvfENT for clients according to the Midnight Strength Report.
4.13 Peer or Group-Controlled Meetings. The VENDOR shall not, under any circumstances,bill DEPART-rvfENT for peer or group-controlled meetings and such meetings shall not becounted toward the minimum treatment requirements set forth herein.
4.14 Specific Measures. All terms of this AGREEMENT are subject to monitoring andverification; however, the VENDOR must have available for the DEPARTMENT'S inspectionrecords to support performance of those measures outlined in Article I herein.
4.15 EQuipment. Title to any equipment purchased in excess of $1,000.00 per unit cost (e.g.,keyboard, monitor, and CPU are one unit) will vest with the Texas Department of CriminalJustice if such equipment is purported to be a direct expense to the program per submittedvendor budget if applicable. Items in excess of $1,000 per unit that are depreciated (useful life)or placed in a use allowance will not be considered for ownership by IDCJ.
4.16 Misspent Funds. The \fENDOR will refund expenditures of the VENDOR that arecontrary to this AGREEMENT and deemed inappropriate by the DEPARTMENT or designee.
4.17 Other Revenues for Additional Services. VENDOR may collect additional revenuesfrom other sources only for services exceeding those requirements in Article I and Exhibit A.
4. 18 Other Revenue for Proposed Services. The prices quoted in this AGREE-rvfENT are thefull cost of treatment. Any fees, food stamps, or other revenues collected on behalf of theDefendant for client services provided for in this AGREEMENT must be used to reduce costper unit of service per Defendant under this AGREEMENT.
ARTICLE VDEFAULT AND TERMINATION
5.1 Default by \fENDOR. Each of the following shall constitute an Event of Default on thepart of VENDOR:
14
1-41
a. A material failure to keep, observe, perform, meet, or comply with any covenant, term,or provision hereof, which failure continues for a period of twenty (20) days after receiptof VE1'-l1)OR of written notification thereof;
b. (l) Admit in writing its inability to pay its debts; (2) make a general assignment for thebenefit of creditors; (3) suffer a decree or order appointing a receiver or trustee for it orsubstantially all of its property, and, if entered without its consent, same is not stayed ordischarged within sixty (60) days of such decree or order, (4) suffer filing under any lawrelating to bankruptcy, insolvency, or the reorganization for relief of debtors by oragainst it and, if contested by it, not to be dismissed or stayed within sixty (60) days ofsuch filing; or (5) suffer any judgment, writ of attachment or execution, or any similarprocess issued or levied against a substantial part of its property that is not released,stayed, bonded, or vacated within sixty (60) days after such issuance or levy; and
c The discovery by DEPARTMENT that any statement, representation of warranty in thisAGREEMENt is false, misleading, or erroneous in any material respect.
5.2 Remedv of DEPARTMENT. Upon the occurrence of an Event of Default by VENDOR,DEPARTMENT shall notify VENDOR of such Event of Default, and subject to the timeprovisions of Section 5. 1 hereof, DEPARTMENT shall have the right to pursue any remedy itmay have at law or in equity, including, but not limited to, (a) suspend referral of Defendants~(b) suspend payment; (c) taking action to cure the Event of Default, in which caseDEPARTMENT may offset against any Payments owed to VENDOR all reasonable costsincurred by DEPARTMENT in connection with its efforts to cure such Event of Default; and(d) termination and removal of VENDOR as provider of Services. In the event of VENDOR'Sremoval due to an Event of Default, DEPARTMENT shall have no further obligations toVENDOR after such removal and in such event, VENDOR agrees to cooperate withDEPARTMENT regarding a transition to new provider of Services.
5.3 Default by DEPARTMENT. The following shall constitute an Event of Default on thepart of DEPARTMENT: failure by DEPARTMENT to pay within thiny (30) days afterPayment is due any Payment required to be paid pursuant to the terms hereof, provided suchfailure to pay shall not constitute an Event ofDefault if the Comptroller of the Sate of Texas haswithheld any payments pursuant to statutory authority.
5.4 Remedy of VENDOR. Upon an Event of Default by DEPARTMENT, VENDOR'S soleremedy shall be to terminate this AGREEMENT. Upon such termination, VENDOR shall beentitled to receive Payment from DEPARTMENT for all Services satisfactorily furnishedhereunder up to and including the date of termination.
5.5 AGREEMENT Subject to Availability of Funds. This AGREEMENT will be subject tothe availability of funds as appropriated by the State Legislature and as made available by theCommunity Justice Assistance Division of the Texas Department of Criminal Justice. If suchfunds become reduced or unavailable, this AGREEMENT shall be subject to immediatemodification, reduction or termination.
15
1-42
ARTICLE VIINSURANCE Al''fD INDEMNIFICAnON
6.1 Insurance. VENDOR shall provide an adequate plan of insurance that provides: (1)coverage to protect DEPA.RTMENT and the State against all claims, including claims based onviolations of civil rights arising from the Services performed by VENDOR; (2) coverage toprotect the State from actions by a third party against VENDOR or any subcontractor ofVE~'DOR and (3) coverage to protect the State from actions by officers, employees, or agentsof VENUOR or any subcontractor(s). VENDOR shall maintain the following insurancecoverage in full force and effect for the mutual protection and benefit of DEPARTMENT, theState and VENUOR with the amounts and coverages as required by law, in accordance with thefollowing:
A. Claims that may arise out of or result from VENDOR'S actions/operations hereunder,whether such actions/operations are by VENDOR or by a subcontractor of VENDOR, orby anyone directly or indirectly employed by or acting on behalf of VENDOR or asubcontractor where liability may arise for:
1. Claims under workers compensation disability benefits, and other similar employeebenefit actions;
2. Claims for damages because of bodily injury. occupational sickness or disease, ordeath of any VENDOR employees;
3. Claims for damages because of bodily injury, sickness or disease or death of anyPerson other than VENDOR'S employees;
4. Claims for damages insured by usual personal liability coverage that are sustained by(a) any Person as a result of an act directly or indirectly related to the employment ofsuch Person by VENDOR, or by (b) any other Person;
5. Claims for damages because of injury to or destruction of tangible propeny, includingloss of use resulting therefrom;
6. Claims for damages based on violations of civil rights;
7. Claims for damages arising from fire and lightning and other casualties.
B. VENDOR shall obtain and maintain in force insurance coverage in accordance with allapplicable law and accepted industry standards during the term they are engagedhereunder. In addition, VENDOR shall maintain a liability insurance policy in anamount not less than Sloo.oo0 for each person and S3oo,000 for each single occurrencefor bodily injury or death and S100,000 for each single occurrence for injury to ordestruction of property.
16
1-43
C Certifications/policies of insurance shall be filed \\lith DEPARTMENI prior to executionof this AGREEMENT. VENDOR shall notify DEPARTMENT \\Iithin fifteen (15) daysof cancellation of any policy required herein.
D. Compliance with the foregoing insurance requirements shall not relieve VENDOR fromany liability under the indemnity provisions.
6.2 Indemnification. VENDOR shall indemnify and save the DEPARTMENl, the TexasBoard of Criminal Justice, the Texas Department of Criminal Justice, the State of Texas, and itsofficers, agents and employees (hereinafter, collectively referred to as the "State") harmless fromand against any and all claims arising from the conduct, management or performance hereof,including, without limitation, any and all claims arising from any condition herein or arisingfrom any breach or default on the part of VENDOR in the performance of any covenant oragreement on its part to be performed, or arising from any act of negligence of VENDOR, orlicensees or arising from any accident, injury or damage whatsoever caused to any person., firmor corporation and from and against all costs, reasonable attorney's fees, expenses and liabilitiesincurred in or about any such claim, action or proceeding brought against the State by reason ofany such claim. In any such action brought against the State, VENDOR, upon notice from theState, shall defend against such action or proceeding by counsel satisfactory to the State, unlesssuch action or proceeding is defended against by counsel for any carrier of liability insuranceprovided for herein. The aforementioned indemnification shall not be affected by a claim thatnegligence of DEPARTMENT, the State, or their respective agents, contractors, employees orlicensees contributed in part to the loss or damage indemnified against.
ARTICLE vnINDEPENDENT CONTRACTOR
VENDOR is associated with DEPARTMENT only for the purposes and to the extent set forthherein., and with respect to the performance of Services hereunder, VENDOR is and shall be anindependent contractor and shall have the sole right to supervise, manage, operate, control, anddirect the performance of the details incident to its duties hereunder. Nothing contained hereinshall be deemed or construed to create a partnership or joint venture, to create the relationshipsof an employer-employee or principal-agent, or to otherwise create any liability forDEPARTMENT whatsoever with respect to the indebtedness, liabilities, and obligations ofVENDOR or any other party. VENDOR shall be solely responsible for (and DEPARTMENTshall have no obligation with respect to) payment of all Federal Income, F.I.C.A., and othertaxes owed or claimed to be owed by VENDOR, arising out of VENDOR's association withDEPARTMENT pursuant hereto, and VENDOR shall indemnify and hold DEPARTMENTharmless from and against any and all liability from all losses, damages, claims, costs, penalties,liabilities, and expenses howsoever arising or incurred because ot: incident to, or otherwise withrespect to any such taxes.
17
ARTICLE VIIIMISCELLANEOUS PROVISIONS
8 1 Inconsistencies. Where there exists any inconsistency between this AGREEMENT andother provisions of collateral contractual Agreements that are made a part hereof by reference orotherwise, the provisions of this Agreement shall control.
8.2 Severability Each paragraph and provision hereof is severable from the entireAGREEMENT and if any provision is declared invalid, the remaining provisions shallnevertheless remain in effect.
8.3 Prohibition Against Assignment. There shall be no assignment or transfer of thisAGREEMENT without the prior written consent of both parties.
8.4 Law of Texas. This AGREEME"Nl shall be governed by and construed in accordancewith the laws of the State of Texas and shall be enforced in the county of the applicable judicialdistrict in which this agreement was entered.
8.5 Notices. All notices called for or contemplated hereunder shall be in writing and shall bedeemed to have been duly given when personally delivered or forty-eight (48) hours aftermailed to each party by certified mail, return receipt requested, postage prepaid.
8.6 Entire. This AGREEMENT incorporates all the agreements, covenants, andunderstandings between the parties hereto concerning the subject matter hereof, and all suchcovenants, agreements, and understandings have been merged into this written AGREEMENT.No other prior agreement or understandings, verbal or otherwise, of the parties or their agentsshall be valid or enforceable unless attached hereto and/or embodied herein.
8.7 Amendment. No changes to this AGREEMENT shall be made except upon writtenagreement of both parties.
8.8 Headings. The headings used herein are for convenience of reference only and shall notconstitute a part thereof or affect the construction or interpretation hereof
8.9 Counterparts. This AGREEMENT may be executed in any number of and by thedifferent parties hereto on separate counterparts, each of which when so executed shall bedeemed to be an original, and such counterparts shall together constitute but one and the sameinstrument.
8.10 Tenninology and Definitions. All personal pronouns used herein, whether used in themasculine, feminine, or neutral, shall include all other genders; the singular shall include theplural and the plural shall include the singular.
18
145
rN \VlTh"ESS WHEREOF, the parties hereto have caused this AGREEMENl including theExhibits attached hereto and incorporated herein by reference to be executed as of the date firstabove Mitten.
Executed in Dallas County, Texas by
DALLAS COlJNlY COMMUNITY SUPERVISIONAJID CORRECTIONS DEPARTMENT
Reggie StoreyManager, Administrative Operations
VENDOR
TITLE
19
Date
DATE
1..6
Texns Department of Crimina) JusticeCOMMUNITI' JUSTICE ASSISTANCE DIVISION
SEMI-ANNUAL EXPENDITURE REPORT FORCOMMUNITY CORRECTIONS FACILITIES VENDORS
flSCALYEAR _
Vendor/Contractor:. _
Address: _
Phone:. _ FAX:-------------Six-Month Expenditure. Period: _
CSCD: _ Program: _
REVEr-..1JE CATEGORY 6·MONTHAMOUNT
Grant Revenue (from CSCD) SProgram-Generated Revenue $
SIX·MONTH TOTAL $
EXPENDITURE CATEGORY 6·MONTHAMOUNT
Personnel - Salaries .$
Personnel - Fringe BenefitsPersonnel - Training
'$
is. Personnel - Travel ;S, Equipment
Transponationi Consumable SuppliesII OtherIIFacility
is:Sis!SI
is
I SIX-MONTH TOTAL
DateTitleSignature of Authorized Official
Submit by March 31 and September 30 to CSCD and to: TDCJ·CJAD, P.O. Box 12427,
Capitol Station, Austin, TX 78711
1~7
EXHIBIT DHIV STA.NDARDS
A. HIV Counseling and Education. VENDOR shall: 1) provide information tostaff and Defendants including basic substance abuselHIV information aboutrisk factors, risk reduction strategies, routes of transmission, and HIVantibody counseling and testing; 2) provide risk assessments on all Defendantsentering treatment; and 3) have a documentable procedure in place for makingavailable, at the Defendant's request, pretest and post-test counseling andanonymous HIV testings. VENDOR shall not carry out any testing for theetiologic agent for Acquired Immunodeficiency Syndrome (AIDS) unlesssuch testing is accompanied by appropriate pretest, counseling and appropriatepost-test counseling. VENDOR will obtain the Defendant's voluntary consentprior to conducting an HIV test.
B. HIV Workplace Guidelines. In accordance with Subtitle D, Title 2, Health andSafety Code, Chapter 85, Section 85.113, VENDOR shall adopt andimplement workplace guidelines concerning Persons with AIDS and HIVinfection. VENDOR's guidelines shall be consistent with guidelines publishedby the Texas Department of Health, and all other applicable regulations,policies and procedures.
C. mv Confidentially Guidelines. In accordance with Subtitle D, Title 2, Healthand Safety Code, Chapter 85, Section 85.115, VENDOR shall develop andimplement guidelines regarding confidentiality of AIDS and HIV-relatedmedical information for employees of the entity and for Defendants, includingDefendants served by the entity. VENDOR's guidelines must be consistentwith guidelines published by the Texas Department of Health and with stateand federal laws and regulations. If VENDOR does not adopt confidentialityguidelines as required by this paragraph, VENDOR is not eligible to receivepayment through this AGREEMENT until the guidelines are developed andimplemented.
23
148
DALLAS COUNTYMfWBE SPECIFICATION FOR BIDSfRFP'S
Questions concerning this section should be directed to:
Mr. Irvin R. HicksMinority Business Officer
Minority & Women Business EnterprisesPhone: 214-653..0018
Fax: 214-653-7449
149
MINORITYIWOMEN BUSINESS SPECIFICATIONSFOR BIDS/RFPs
I. POLICY STATEMENT Dallas County is wholly committed to developing, establishing, maintaining,and enhancing minority involvement in the total procurement process. It is the policy of Dallas County toinvolve qualified minority/women-oYmed businesses to the greatest extent feasible in the County'sprocurement of goods, equipment, services, and construction projects. The County, its contractors, theirsuppliers and subcontractors', and vendors of goods, equipment services, and professional services shall notdiscriminate on the basis of race, color, religion, national origin, handicap, or sex in the award and/orperformance of contracts. However, competition and quality ofwork remain the ultimate "yardstick" incontractor, subcontractor, vendor, service, professional service, and supplier utilization. All vendors,suppliers, professionals, and contractors doing business or anticipating doing business with Dallas Countyshall support, encourage, and implement affirmative steps toward our common goal ofestablishing equalopportunity for all citizens of Dallas County.
II. REQUIREMENT OF ALL BIDDERS Each firm responding to this solicitation shall b( required tosubmit with their bid information regarding minority/women business participation in this project. Thiswould include:
Check upon completion (fonns attached):
U 1. Compliance with Dallas County's Good Faith Effort Policy.
U 2. MBElWBE Participation Report Form.
U 3. A Letter of Assurance A or a Utter of Assurance B.
U 4. MBElWBE Identification.
US. Vendor Statistical Report (must also be submitted on subcontractors with 20% or more of the~. .
U 6. DalJas County MlWBE Payment Report.
NoteIn the event that the awarded vendor is authorized to subcontract and commitseffort to utilize minority and/or women owned businesses as subcontractors, thename address and telephone number of the actual subcontractor(s) wfth actualdollar'awards to these subcontractors must be submitted to the PurchasingDepartment wfthin ffve (5) working days after bids are opened. Once workcommences. the awarded vendor (prime contractor) must submit an.~BEsubcontractor statu~payment report (attached) with each payment invOicebefore payments wiJJ be authorized for release.
1Of7
150
1. GOOD FAITH EFFORT
Prior to an award, all bidders/proposers will be required to document a "Good Faith Effort" to secureminority/women-owned businesses as subcontractorslsubconsultants. In the case of some constructionprojects, this documentation may be submitted after award of the contract, for those subcontract areasoccurring later in the construction process. However, if the successful bidder does not document a "GoodFaith Effort" in securing minority/women-owned businesses, a representative of the company must appearbefore the Dallas County Commissioners Court and explain the situation and answer any questions raisedby the Court.
Fulfillment of the "good faith effort" can be accomplished by:
1. Attendance of pre-bid/pre-proposal conference, as scheduled by the County.
2. Efforts to follow-up initial solicitation of interest by contacting minority/women-ownedfirms to determine with certainty whether these firms are interested.
3. Efforts made to select portions of the work proposed to be performed by minority/womenowned firms in order to increase the likelihood of achieving participation (including, whereappropriate, breakdown of subcontracts into economically feasible units to facilitateparticipation).
4. Documenting each minority/woman-owned firm contacted, the conclusion or decisionregarding inclusion and reasons for the conclusions.
5. Efforts to assist the minority/women-owned firms contacted that needed assistance inobtaining bonding, lines of credit or insurance. . .
6. Efforts that demonstrate that the contractor effectively used the services of availablecommunity organizations, contractor's groups, local, state and federal small businesses,minority/women business assistance offices and other organizations that provide assistanceand placement of minority/woman-owned businesses.
Signed: _
Printed Name: _
Title:
Date:
2cY7
PROJECT NUMBER
2. MBE/WBE PARTICIPATION REPORT
PROJECT TITLE
Total Amount of Your Bid $ _(The amount above should equal the total amount as shown on the bid sheet)
List each MBElWBE business that you plan to use on this initiative. Deletion of finns must be approved by Dallas County prior tofinalization.
Name of MBElWBE NCTRCAO Certification' Phone' S I MOO Description 0' Work Amount 01.
U.--Nor1h central Texa. RegIonal CMtlftcatlon Agency - -5 - SUb (contractorlconsultant) -M- Material Supplier
L--.l No MBElWBE's Added: Please Explain:,__• _
COMPLETE THIS PORnON OF THE FORM WITH DATA ON YOUR COMPANY.
NAME OF YOUR BUSINESS: ADDRESS: PHONE.
(~
Printed Name Of Preparer
~--"
Signature
:\Of 7
Title Datec~
-)
o (==~~
MinoritylWomen Business Specification
p.]LETTERS OF ASSURANCE
..........................................................................................................................................................................................................
Letter Of Assurance "A"
The undersigned bidder/proposer hereby assures that our firm will meet or exceed submitted MlVlBE goals and shalldemonstrate and document a Good Faith Effort to comply with the Dallas County Minority and Women-Q\vned BusinessEnterprises in subcontract/subconsultant awards. The undersigned further agrees that any deviation from the initial goals wmbe done so only with the concurrence of Dallas County.
Name Of Company Signature Title (Officer of firm) Date............................................(9.9!!!P!~.t.~.th!?~~t:'.~.Iy.!!i'?~:~~.P.l.~!'l.t)j!'l.9.!9.~~.~.~.~~.~J!~.~~~~) :
Qr
; ;
~ ~Letter Of Assurance "B"
The undersigned bidder/proposer hereby certifies that our firm will perform the contract:
U with our own work forces, and submit information sufficient to demonstrated that it is our normal businesspractice to do so. or
U without the services of MJWBE subcontractorslsubconsultants. The undersigned further submits GFEdocumented attempt(s).
;Name Of Compan) Signature Title (Officer of finn) Date :L (~~P.l~~.~.~.C?!!IY..i!.~:~.':'~t~~.~I?~.tn!~.9!.~.~~.~~ i
=================================-==========================================
~------------------------------------------------------------------------------------------------------~I I
: ~J :I II 1: PRIME CONTRACTOR MBEIWBE IDEN1IFICAnON :I II II I! Minoritv Business Enterprise <MBE} - The bidder/proposer represents that it: I! U is, U is not a minority-owned business, NCTRCA* , iI I
I Women Business Enterprise (W8El - The bidder/proposer represents that it: I! U is, U is not a women-owned business, NCTRCA* tI :I I! "NCTRCA. North Centnl Texas Re&ional Certification (must be certified, by) :L ~--------------------------------------------------~
.- ..
153
~ DALLAS COUNTY COMPANY NAME:
'~/'8' Vendor Statistical Report
~l' j~ \
iJII"tNI"WH~ :tlr. of rUa~) ADORESS:, .P.",,~n.nt full-Tim. Employm.nt
I ..... ~
I .'£ Of ~\.,. (nccpon~~TELEPHONE;
MALE NATIVE ASIAN ASIANWHlT£ BLACK HISPANIC AMERlCAN PACiFiC INOIAN OTHER
~C:llis,/Ma""iiers
j:)rot.-ss'Of\.tls
Tec""'lCl'ans
~ltsWQ""'~
0IIic.e/Cl~1
Cr.all WQrl<.~ (Slalltd)
Ol:.~lNft (Scml Sl<llltd)
I.JIlc<t~ (\.Insi<llltd)
SEi'lVlCEwORl<ERS
I TOTAL I I I I I I [fQl\.lUol,Of'oM.~ TltAMfS.
-n1:Cl.W'A
'AQOUCT1ClH
FEMALE NATM! ASIAN ASIANWHITE BLACK HISPANIC AMIRlCAN PACIFIC INOIAN OTHER
Oflietalsl "'anao-P"lI_t.
TechftlCltM
~1.. Wotk_
~
Crall Wotktt' (SlulNd )
Opett~ SIalledl
I.a__ (UntlaIed)
$tMClI WOiUtS
TOTAL
fOtMAt.CIMonc.--.5:-nCOl.l.4Il
'AQOUCT1ClH
TOTAL
CHECK Minorily-OwMd F'1llTl e.rtille:lllon .... --"" SlgnaturefDatl:NCTJIlCA
ONE;
WOtrIen-OM\ed F"1m1 Certitlc:alion • --"" Typed Name .nd Tille:~
Non-Minortty Owned Firm
• "C"
15-4
DESCRIPTION OF JOB CA TEGORIES
Officials and Ma~agers • Occupations requiring administrative/managerial personnel who set broad policies, exerCiseoverall responsibility for execution of these policies, and direct individual departments or special phases of a firm'soperations. Includes: o~cials, executives. middle managers, and superintendents. salaried supervisors who are membersof management. purchasmg agents and buyers. ratlroad conductors and yard masters. ship captains. mates and otherofficers. farm operators and managers. and kindred workers.
Professionals· Occupations requiring either college graduation or experience of such kind and amount as to provide acomparable background. Includes: accountants/auditors, airplane pilots, navigators, architects, artists. chemistsdesigners, dieticians, editors. engineers, lawyers, librarians, mathematicians. natural scientists. registered profes~ionalnurses. personnel/labor relations specialists, physical scientists. physicians, social scientists, teachers, and kindred workers.
Technicians· Occupations requiring a combination of basic scientific knowledge and manual skill which can be obtainedthrough two (2) years of p~st.hig~ ~Chool education. such as is offered in many technical institutes and junior COlleges. orthrough e~ulval~nt on.-the-JOb traml~g. Includes.: computer programmers, drafters, engineering aides. junior engineers.math~ma~lcal aides. IIcens~~, practlca~ or vocational nurse~, phot~graph~rs, radio operators. scientific assistants. surveyorstechnical Illustrators, technicians (medical. dental, electronic, phySical SCience), and kindred workers.
Sales· Occupations engaging wholly or primarily in direct selling. Includes: advertising agents and sales workers,insurance agents and brokers, real estate agents and brokers, stock and bond sales workers, demonstrators. sales workersand sales clerks, grocery clerks, and cashiers/checkers, and kindred workers.
Office and Clerical - Includes clerical type work regardless of level of difficulty, where the activities are predominately noomanual though some manual work not directly involved with altering or transporting the products is included. InclUdes:bookkeepers, collectors (bills/accounts), messengers, office helpers, office machine operators (incl.computer). shippingreceiving clerks, stenographers, typists, secretaries, telegrapMelephone operators, legal assistants, and kindred workers.
Craft Workers (skilled) - Manual workers of relatively high skill level having a thorough and comprehensive knowledge ofthe processes involved in their work. Exercise considerable independent judgment and usually receive an extensive periodof training. Includes: building trades, hourly paid supervisors and lead operators who are not members of management,mechanics and repairers, skilled machining occupations, compositors and typesetters, electricians, engravers, painters(construction and maintenance), motion picture projectionists, pattem/model makers, stationary engineers, tailors,traitoresses, art occupations, hand painters, coaters, bakers, decorating occupations, and kindred workers.
Operatives (semiskilled) - Workers who operate machine or processing g equipment or perform other factory-type dutiesof intermediate skill level which can be mastered in a few weeks and require only limited training. Includes: apprentices(auto mechanics, plumbers bricklayers, carpenters, electricians, machinists, mechanics, building trades, metalworkingtrades. printing trades, etc.)., operatives, attendants (auto service and parking), blasters, chauffeurs, delivery workers,sewers and stitches, dryers. fumace workers, heaters. laundry and dry cleaning operatives, milliners, mine operatives andlaborers, motor operators, oilers and greasers (except auto). painters (manufactured articles), photographic processworkers, stationary fire fighters, truck and tractor drivers, knitting, looping, taping and weaving machine operators, weldersand flame cutters. electrical and electronic equipment assemblers, butchers,meat cutters, inspectors, testers and graders.hand packers and packages, and kindred workers.
Laborers (unskilled) - Workers in manual occupations which generally require no special training, performs elementaryduties that may be learned in a few days and requires the application of little or no independent jUdgement. Includes:garage laborers. car washers and greasers, groundskeeper and gardeners. farm workers, stevedores, wood choppers,laborers performing lifting, digging, mixing, loading and pUlling operations, and kindred workers.
Service Workers - Workers in both protective and non-protective service occupations. Includes: attendants (hospital ancother institutions, professional and personal service, including nurses aides, and orderlies), barbers, char-workers andcleaners, cooks counter and fountain workers, elevator operators, fire fighters and fire protection, guards: doo~~~pers.stewards, janitors, police officers and detective, porters, waiters and waitresses, amusement and recreation faCIlitiesattendants. guides, users, public transportation attendants, and kindred workers.
On-the-Job Trainees:Production - Persons engaged in formal training for craft worker -- when no trained under apprentice programs --
operative, laborer and service occupations. . . 'White Collar - Persons engaged in formal training, for official, managenal, profeSSional, teChnical, sales, office and
clerical occupations.
" "r: .,
~ DALLAS COUNTY MBE/WBE PAYMENT REPORT<::>
Project Number Project Title Invoice# Work Order Dale Job #
Prime/General Contractor _
List each MBEJWBE business that you plan to use on this Initiative. Deletion of finns must be approved by Dallas County prior to finalization.
Name of MBEJWBE PI.Inned Amount Planned " Amount of invoice Aml Paid to Date "to Date
-ellu.
Ntlle:Tlru f",m mUll be compht." 11MnIbmin.J willi udt JHlYIftIInI r~"IUL
AllY (.i«";f-J *""tUtllfr_pl_JpoulJ illdu. ..edt."up"""'Um==Ama••;a=;;===;••••~.a••••••••••••••••ca.c••••••••a•••••••••••••a•••=a••••a ••••••••••••a••aa=.~==~===================;=====a=c====== __=;~z~
TIttIlnl'ormlltJon listed above Is c.,.,ItIed to be correct:
Printed Name of Officer/Director Signature of OfficerlDirector Date
Reviewed by:
Dallas Counly Project Mer Dale
n
c-
156
Form W-g Request for Taxpayer Give form to tMe(Rev Oecemtler 2000)
Identification Number and Certification requester. Do notCeOJPJ"!"el'\( 01 ~e Tr.a'lUlY send to the IRS.:n(trI"'JI ~lvtN,;' Sef'ottc.
Name (See Speeine llult1Jetions en pa9ll 2.)
.,E SuSlne,s name. II d'/(ennt (rem atlOve. (see Speeine Inslt1Jet;ons Ct'I p~. 2.)
5.S Cheek appropnate tlOx; o Indi.,,;cfuaIlSQI. proprietor Ocorporation OPannennp OOtlMlf ~~ .. ~ .............................................. "" ....... "" " .......c Address (number. streel. and apl. or SUit. no.l Requestl('s name arid address (o~O1/1
'"CI~
City. sme. and ZI P cod.
I' n •• Taxoaver Identification Number (TIN) Ust acc:O\ll'\t "",,"O"(s) ""e (opeon.aQ
Enter your TIN in the appropriate box. For .'
individuals. tnis is your social security number ttnt:L I~(SSN). However. tor a resid.nt ali.n. sole
I Iproprietor. or disregarded entity. see the Part I Iinstructions on page 2. For other entities. it Is your
or For U.S.•Payees Exempt Fromemployer identification number (EIN). I( you do not
Backup Withholding (See thehave a number. see How to g.t a TIN on page 2.
ttttt:ttLlJ inslflJctions on page 2.)Note: If the ,ccount is in more than one n,me. selltn, ch,rt on p,ge 2 (or guidelines on wtlOSl numoer
~10 eflter., TI Certification
Under penalties ot perjut)'. I certity that:
1. The number shown on this (orm is my correct taxpayer identiticatior'l number (or I am waiting tOt .. number to be issued to tn.and2. I am not subject to backup withholding because:(a) I am exempt trom backup wit/llloldh\g. Of'(b) I have not been notified by the Internal
Revenue Service (lRSI that I am subject to backup withholding as a r.sult 01 a tailute to rlpcwt all intlrest Of' dividends. ~c) the IRS hasnotified me that I am no longer subjeCt to baCkup withholding.and
3. I am a U.S. person rtnCluding a U.S. reSident alienI.
Certification instructions. You must cross out item2 above if you have been notitied by the IRS tnat you are currently subject to baCkupwithholding because you have taued to report all interest and dividends on your tax return. FOf' rIal estate transactions. itl18 dOls not apply.For mortgage interest paid. acquisition or abandonment of secured property. cancellation 01 debt. cOtltributions to an lncfrvidbetirementarrangement (lRAI. and generany. payments other than interest and dividends. you are not required to sign the CertirlCation~you mustprovide your COtrect TIN. (See the instructions on page 2.)
Sign ISignature ofHere _ U.S. person .. DatI ..
Purpose of FormA pefSQn who is required to m. an intormationret\$n wi(/'! the IRS must get~ CorrlCttaxpay.. idenciication nuTlO4t (TIN) to rlpOlt. tOt
exampl•• Income paid to you. real estatatransactions. mcrtgage Inlnsl 'PJ paid.acquisilion Ot ab.1doI ftltI'It 01 SIClnd property.cancellation of~ Ot all'IIIlbullCln 'PJ rNdeto an IRA.
USI FOI'm W·' ody It JGU ... a U.s. penon(indUd'mg a rlSldenC IIert. to P '1QJl correc:tTIN to !he ptnen~ II (tIw requestII)and. wtIIn appllcatlie. to:
1. Certify lilt TIN you .. giving is correc:t lot'j04J are waiting (01' a runI:lIf to be Issued).
2. Cartily 'PJ are not SUOject to bIcIc.upwitMolditlg. or
3. Claim eumpc;on (rom bacltup withholding IIyou are a U.S. exempt payee.
II you arl a torlign person, use theappropriatl Form W·'. See Pub. 515.WiW'loiding of Tax on NOtYIsident AlIens andForeign Corporations.
Note: (f a r~ster givws you a form ocher thanform w·g to rrquest yoc.r nN. JOU ment lIS' cher~ster's form if it Is substJllliIIIy Simi/If to f/Ii$Form W·g.
What Is baekup withholding? Persons rnaQlgcertain paymetlts to 'JCN tnU$( withhold and payto tile IRS 31'" 01 such payments und.. certainconditions. This Is talIed "tlaekupwi~"Payments tNt !Ny be su~ to bac:llupwithtlclding i'ldud. Int..est. dividends. brOK.and ban.. ellc:Nnge transactions. r1I\tS,royllItIa. nonemployu pay. and artalnpayments (rom IIshing boat optntors. Ralestlla transactiOns .. not ~ect to baC:kupwithtloldlng.
If 'PJ give the request. 'jC1S c:orrec:t nN.make !he prapw ctrtllatlOnS. and report II~ taxable inClte5t and dIvidendS on yotIlaxretLm. paymentS 'JCN receive ... not be Mjec:tto bIdwp WiWlolding. Payments you receivewin be S\Itljed to bacltup wlthholdlng If:
1. Yau do not tU'nish 'JOUl" TIN to thereqwsttr. or
2. You do not criy 'JOUl" TIN when~(see the Pan UI In:sllUc:tIonS on page 2 tordetails). Ot
3. The IRS talIs !he rwquester INt '1f:Al(U'nIsNd an Incorrect TIN. 01'
-.. The IRS tills you tNt you are sutlj«t tobackup withholding bec3U1e yOJ did not repatall 'JOUl" interest and d'Mdends on yoU' tall rttwm#JOt repoltable Werts( and dividends 0f11I. or
e,L No. 10231X
5. YOJ do not c:ertiIy to lo'le requester tNt you"I not SUbject to bac:ku\) withlloldlng under 4above rOt reportable int_st and dividendac:counts 0l*led aft.. 1983 onI~.
Cartlin~ and payments ... uemptlrom badWp withhold'tng. S.e U'Ie Part 1\Insl:Nc:llons and !he sepnte tnstrvetions forthe Requester of FOtm w·t.PenaltiesFailure to furnish nN. It 'JCN fall to (llrish 'f04JTcorrect TIN to a rtq\Jest•. 'j04J are subject to apet\IJ':j ot SSO (Ot lach suc:n tallU'e I.r'JI:IS yoU'(ai!U'e is due to rllSONbI. c:avH and no( towillful neglect.CIvil penalty lor falM lrt/ClmlllUon with respee tto withholding. If you makl a tlllU statemll\twith no reasonable basis UIat~ in 1'\0
baclwp wiWloIdlng. 'JCN are subject to a $500peNlty.Clitninal penalty tOt 'alslrylng Intormation.Wl1IIIJ1y Ialsif)lng cerUl'ications or atfU'fTlltlonstfl6'J SUOjlCl you to criminal penalties ltIdudLnglines IndIOf Imprisonment.Misuse ot nNs. If 1M request.. discloses 01usn TINs In violatiCln 01 Fed..aI law. therequester may be sutlject to cMl and criminalpenalties.
FOtl'lI W·g (Rev. 12·2CXXl
lSi
Form W.g (!'lev 12·2000)
What Name and Number ToGive the Requester
• list line ancI ada lila name of l.he per30n wIle1enoMIIber y<N fI.mlsl'l. If wt ona penon on a}lllncac:ClNlC Ills an 5SN. llIat ptt1On's num_ ITlInt II.furllilfltd.
J CRl. trIe ",""",'s ".",. ancI tu-nisIIltl<I minor's SSN.
I 'fr:N ~st $/lOW 'fO" lnclIvklual ...m.. but 'JOY IN)' alsotilt... 'fO" tluY\.ss 01 ·08/0· I\IIIlt. You ",.., U1e tittl.r'fOUl 5SN 01 lIN ., 'JOY !law -t.• lISt nnt ancI cltc:lt l/'lt namt 01 l/'lt lt9al l/VSl. tsute.01 pension lNSl. !Co lIOt r........" lila ,IN of lila personalrtptatntatlw Of uvstn unit,. \lie ~al tntll'f tstlt Is_ d',;gllatl<S In III. ,"ount tillt.)
Note: If rIO ".,.". is circled wilen more thIn on.174me Is listed. th. ntlTlber ttin b« considered tobe INt 01 th. /Inc nlme lisllid.
n.. hclMduaIn..__oIl.1\e
ac_ 01. 11 =mil.....,rund"'lNlIne~on ltl<I ICCOl.lN •
n.. "*'or'
elva Mma and SSN 0/:
n.. ac:lUII _ •
n.._'
n.._'ltgal tn4ty •
n.. cCt'pOtadcnn.. OIganiladon
Tha pa"""l/Iij)n.. ll<otl... 01~.
1. CUSCod'-n acc:ount 01a minor (VtIilcmt COI\to Mlnors~
4. a. n.. USlalr.-..oc:allle """'isWlCptorlsalso lNStftl
tl. S4oQ1lad lNslac:_ ltl<It is neea~ 01 vdd lNslunder uta law
S. $ole ~J/lip
1. 1tlclMdulII2. T_ 01 mora"'dM~GaInroc:~
For lhis type of ac:eoun!:
•. $ole ptaptle<Ofsllip7. /l, vaae lIlnl.. estata. 01
peftslon INst•• COIporat.t. AslOd;edon. dub.
'''glous. C!lWiUCie.~OI_
tax ·elll/ft9CCltganiUtion
10. PartnetsN9n. "tl<o..... 01 ,agiSt...td
""minN12. Ac:_ witII lIIeoap__ 01
~ainllla_
of a pullIc: tntiC)' (suc:has a $Uta or IOc:aIg~sc:IlooI
oi3Uic:t. 01 pti:soflllllatrtQ/vts~al~_ pa)"lttlU
feeor'( ;(',terest. dividends. and C'{"..lin 0tJ1V,('come paid to 'jOu. mortgage inter.st you paid.tl'Ie acqulsillon or abandOtVTlent ol HClIedproperty. cancellation of debt. 01' contributionsyou made 10 an IRA rx MSA The IRS \IUS thenumbers for identification P\SPOsu and to nejpvenly tile accuracy of your tlx rea.rn. The IRSmay also provide this iriormation to !heDepartment of Justic:e for c:ivtl and erim~5tiqation. and to oties. StltlS. and ttle Oistric:t 01Columcia to carry Out ttleit tax I~.
You must prO'Jid. yO<l TIN ...nether or no< ycvare requir.d to m. a tax r.turn. Pa~ mustgenerally witMold 31% ol taxable Interest,diVld.nd. and ce~ain otl\tr paym4nts to a payeewhO dolS not give a TIN to a payer. Certainpenalties may also apply.
suCh payments uN;1 YOy prOVlde your TIN to therequester,
Note: Wn'ting "Applier:J FOI'" means lIlat 'jOlJ~alfeldy IppJi,d (01" nN or lilac you iIltend (0 .
IPpty t~ one scan.
Part II-For U.S. Payees Exempt From Sac:lC1JpWithholding
Individuals Oncfudl"9 sole propri.tors) are notexempt frem blCXup witMOiding. Corpcntlonsare exemp< from bac:l<up witMolding for certainpaymencs. SuCl'l as interest and dividends. Formore irJermation on exempt payees. $Ie theseparate lnstNc:tions for ttle R~uest.- 01Form W.g.
If you are exempt from backup withholding.you snoutd still cornpl.t. tIIiS ferm 10 awidpossible erroneous blCXl.lp witMolding. Entetyour corra<:t TIN in Part I. write "Ellempt" InPlll1 II. and sign and date tI\e form.
If you are a nonresident an." rx a foreignentity no< subjeet to backup wiCNlOldlng. 9vtttle requester ttle approprial. completed Formw·e.Part lII-c.l1inc:ation
To .stabllsh to tnt wit/Vloldillq agetlC !Nt 'PIare a U.S. ptrSOlI. or rwsident aDen. sign Formw·g, You may bt r~uested 10 sign by !hiwitl\hQfding agent even it items 1. 3. and 5below !ndieata OI/I4fIMst.
Fora joint ac:c:ounc. oIYy tnt person whclseTIN is stlown In Part I st\OUId Sign~required!.
,. Interest, dividend. and Nrtar acNngeac:eounts opened before '914 and brokerac:c:ounts c:onsidered active durlng1H3. Youmust give 'jOl:I COlTeet TIN. bVt you do I'IClC /lIYeto sign the certiflCalion.
2. Inter.st, divld.n4. broker. and bartertllc:Nnge ac:eounts opened after 'II:J andbroker ac:counts c:onsldered inle:tIve elurIng1983. Yau must sign tnt etrtillc:atlon or bIIckupwithholding will apply, If you are sutljeet lIClbICXUp withholding and you are rrwrJy ptovidlng'jOl:I COlTeet TIN to tI\I requ.st.,. you rrusc.cross out item 2 in tnt certifICation l)e(cnsigning ttl. form.
3. Real estlte ltansac:tlons. You must signtnt ~lieation. You may cross out il*n 2 01 1MctrliflClCion.
... O(/ler payments. You must give yourcorrKt TIN. N you do no< have to sill" \hecerUllcacion eness you have been nocifttcl tiltyou hive r;nvlously given an inc:orrwC1 TIN."OUW payments' inducle paymentS made In 1Mc:ourse 01 tI\e request.. 's trade or tluslMss (OtrentS. royalties. goodS (ottler tNn bib for 'merc:Nndlstl. mtdlcal and health c.. SIMc:esflnCludil'lg PI)'"ltnU to eorpo-lllonsi. paynwuto a~ for~s. paymencs tocertain ftshing boat CtIW tnemOIl'S andn~1I. Il'Id gross procnds paid to attorneyS(inCluding~ to corpcrMlonsl.
5. Mortgage interest paiel by you.a~sitlon or abandonm.nt of securedproperty. clIne.llalion of debt, qualified statetuition program payments. IRA « MSAeontribulions or dlsltibutlons, and pensiondistributions. Y04.l II"I.rst givt 'fOl:I CCtTeet TIN.but you do no< have to s9' tnt certil'ICJ(Ion...Privacy Aet Nolic:.
Section 6109 01 the !n(lf1Ial RlVtrue Coderequires you to !Tt' 'fN c;orrltt TIN II) parxnswno must rdt lriormation III,,"S wiIh IhII~S to
Specific InstructionsName. If you are an indi'JidtJal. yay mtJ:It
generally enter tne name 5t'lOwn on 'JOI sod~~ClA'ty cllld. However. il you /\ave c:Nng1O'jOtS last na~. frx Instance. due to rnan1agewHhCut irJOfmlng tne SocIal S~tyAdministration ol the name cnange. enter 'JOIr,rst name. tile last name shown on 'JOI social~ct.:rity Cald. and 'jOUI new last name.
If ttle account is in joint names. Ust Fot andttlen circfe tile name 01 tne person or entitywhOse numeer you enter in Part I of tlIe fonT\,
Sole proprietor. Enter yOIl individlal nameas s/'lown on 'jO\/( social sa<:t.:rity card on tlIe"Name" fine. You may enter yo<s bu$ineu.trade. or "dong business as (D8A) " name on ttl."Susiness Nme" line.
Umited liability company {LLC}. If 'jOu are asingle. member LLC (inciuding a foreign LLC witlla dOmestic ownet1 tNt IS disregarded as anentity s.par.e from its 0'M1¥ under Trwasuyregulations ~on 301,7701·3. ent.,. tileown.,.·s name on tile "Name- line. Ent.. !heLLC's name on tile "Susiness name" line.
Caution: A dsregarded domesdc endty rMt h6SI tcnigfl 0Wfl« must USII IIlI1 IWopI'IItll
form W·'.Oth.r entitie,. Ene... 'fOIl business name as
shown on required Fed..al tax dOClJll*'\U ontne "N~II'M· Ina. Tns name should matCh tI\ename shown on ttle CMarter or 0tII.- legaldOCloIftet'I( creating tI\e entity. You may Int. anyMiness. tradt. rx D8A name on tI\e "Businessname" r."..Part I-Taxpayer Identilic:ation Number (TIN)
Enter your TIN in the appropriate Ilox.
II you are • resident alien and you do nothave and art not eligible to get an SSN. yo.xTIN is 'jOl:I IRS individual taxpayer idencil'lCationnumber (lTIII4, Enter it in ttle social securitynumlJer bOx, If you do no< nave an ITlN. seeHow to get a TIN below
If yay are • sole propri.tor and yay /\ave anEIN. yay may ent.,. eitner YOl:l SSN or EIN.However. tn. IRS pttfers tl\at 'jOJ UW 'jOl:I SSN.
I( you are an LLC tl\at is disregarded as anentity Hpance (rom its owner (sac Umit«/1i6biJity e0mp6ny (LLC) abOve). and art 0WMdby an individIIaI••nter 'jOl:I SSN {or "m·LLC·EIN. II dtsil'-n. It tI\e own.- at a disregardtclI.LC is a eorporation.~ ecc.. IIUr \heown... ·s £IN.
Note: See ttw dWt en thiS". fr:I flIfI'McJarifiation d".". MId TIN~
How to get a TIN. Wyt!N dO I'ICIC hlNe • TIN.apply (or QnlIlnvnedlaclly. To.,ror an SSN.g.t Farm 5So5. Application fcIt. Soclal S«:uitycard. rrom yos loCal SodaI StcU'tyAdmini$ft3tion ollie.. Get Form W·7. AppIQcion(or IRS Individual Taxpayer IdtnCillcJtlonNurnCtt. to apply (or an inN or Form 55·4.Applic:ation for EmpiOyer Idenlitl<:ation Nl:Intler.to apply for an EIN. You can get Forms W·7 andSS·" from U. IRS by calUng '·800·TAX·FORM{1·800·829·3676) or from ttlt IRS 's Intemet WebSitt at wwwis.gov,
It you do n)t have a TIN. write "Applied For"in ttle spaee for l1le TIN. sign and dalll 1M form.and give it to l1le requester, For lrUrlSt andolVidend payments. and certain pa~smadewitn r.spect to readily tradable il'lslt1.ments.gel'leraJIy you wtll have 60 daY' to get • T~ andgive it to 1M ~uester be/ore you art subject tobac:kup wiUl/'clding on paymel'lls. The 6Q·dayN' docs rIOt apply to otner lypeS d payments,You 'tItil be sulJject 10 bac,<UP wilN'lOlding on all
158DALLAS COUNTYPURCHASING DEPARTMENT
July 2,2002
TO:
FROM:
The Honorable Commissioners Court
Gloria McCulloch-Webb, Purchasing Analyst
F;l 3: 12
SUBJECT:
BACKGROUNDIISSUE
Request for Proposals for Domestic Violence Battering Intervention and PreventionCounseling and Treatment Program Services (District Attorney - Family Violence Division), RFPNo. 2002-119-1153
On May 22, 2002, by authorization of the Dallas County Commissioners Court, proposals were opened for, RFP No. 2002119-1153, Request for Proposals for Domestic Violence Battering Intervention and Prevention Counseling andTreatment Program Services (District Attorney - Family Violence Division). The Purchasing Department received atotal of five (5) proposal responses to its Request for Proposals on May 22, 2002, The organization that responded were asfollows: New Beginning Center, Inc., Southwest Behavioral Systems, Inc., Children First Counseling Center, The Family Placeand Challenge of Tomorrow.
The evaluation committee consisting of the District Attorney's Office (Cindy Dyer and Carla Bean) and Dallas CountyCommunity Supervision and Corrections Department (Melissa Cahill and Ray Flores), met on June 05,2002 and June 26,2002, to discuss the responses to the RFP and provide the initial evaluation and assessment of the proposals using the criteriaset forth in the Request for Proposals.
Based on the initial evaluation, assessment, and discussion by the committee members and in accordance with the appropriateguidelines stated in the RFP and Dallas County policy and procedures. The evaluation committee voted that four (4) of the five(5) organizations (New Beginning Center, Inc., Children First Counseling Center, The Family Place and Challenge ofTomorrow) were reasonable susceptible of being selected for award in accordance to 262.030(e) and should continue throughthe next phase of the Request for Proposals process.
FINANCIAL IMPACT
Not Applicable
RECOMMENDAnON
As a result of the initial evaluation, assessment, and discussion, the evaluation committee is requesting permission from theDallas County Commissioners Court to continue with next the phase of the RFP process with four (4) of the organizations(New Beginning Center, Inc., Children First Counseling Center, The Family Place and Challenge of Tomorrow) reasonablesusceptible of being selected for award in accordance with Dallas County rules.
Approved By:
chasing Direc
Cindy Dyer, District Attorney Office: Family Violence DivisionCarla Bean, District Attorney Office: Family Violence DivisionKimberly Gilles, Distnct Attorney Office: Administration DivisionMelissa Cahill, Community Supervision and Corrections DepartmentRay Flores, Community Supervision and Corrections Department
Records Bldg. 509 Main Street 6th Floor, Room 623 Dallas, Texas 75202 214/653·7431 Fax 214/653·7449
159DALLAS COUNTYPURCHASING DEPARTMENT
July 2, 2002
TO: The Honorable Commissioners Court
FROM: Scott McDowell, Senior Buyer
SUBJECT: Purchase of Becton Dickinson PROBETEC Urine Test Kits for Testing SexuallyTransmitted Diseases
BACKGROUNDIISSUE
Dallas County has been purchasing urine test kits for testing gonorrhea and chlamydia fromAbbott Laboratories since April 27, 1999 as a sole source provider as authorized by the DallasCounty Commissioners Court per Court Order 99-816. Health and Human Services conductsthese tests on Dallas County jail inmates, STD patients who can not physically have swab testsperformed on them, some juvenile detention inmates and field patients the EpidemiologyDepartment targets. Earlier this year the Health and Human Services Laboratory began to havedifficulty in obtaining the required urine test kits from Abbott Laboratories. At times theLaboratory was 300 specimens behind in testing because they did not receive the urine test kits ina timely manner. Currently, Abbott Laboratories can not guarantee timely deliveries of their testkits. When Court Order 99-816 was awarded, there were no other sources providing urine testkits for testing both gonorrhea and chlamydia. Since then three other sources have beenidentified as being able to provide urine test kits for testing both gonorrhea and chlamydia. Theyare: Roche Diagnostics, Genprobe and Becton Dickinson. Each of the companies test kitsrequires utilization of their companies instrumentation to perform the testing process. Onecompanies test kit will not work on another companies instrumentation. The Health and HumanServices Laboratory has completed an evaluation of the Becton Dickinson urine test kits andhave found them to be acceptable. The Laboratory already has the required Becton Dickinsoninstrumentation necessary to conduct the testing.. The Laboratory will finish an evaluation of theGenprobe test kits in several weeks and after that they will evaluate the Roche Diagnostics testkits. Once the Laboratory is done evaluating all of the test kits, specifications will be developedand the County will solicit sealed bids for an annual contract to purchase the test kits. In themeantime, however, the Laboratory still needs to conduct testing for gonorrhea and chlamydiausing urine specimens and is requesting that the test kits be purchased from Becton Dickinson.
FINANCIAL IMPACT
The Health and Human Services Laboratory estimates a monthly expenditure of$10,560.00 topurchase the urine test kits. Funds are available in the General Fund in FY2002. The cost of thetest kits from Becton Dickinson is about the same as the cost of the kits from AbbottLaboratories.
509 Main Street. Suite 6236t11 Floor Records Building
Dallas, Texas 75202·4616 Office (214) 653-7431
160
RECOMMENDATION
The Health and Human Services Laboratory continues to test for gonorrhea and chlamydia usingurine specimens and must purchase the urine test kits from an acceptable source. AbbottLaboratories was identified as the sole source provider of the test kits in 1999 but they can notguarantee timely delivery of their test kits. Since then, three additional sources for urine test kitshave been identified. The Health and Human Services Laboratory has evaluated the BectonDickinson test kits and have found them to be acceptable and will evaluate the test kits from theother two sources before developing specifications to solicit sealed bids for an annual contract topurchase the test kits. Therefore, in accordance with Texas Local Governmental Code 262.023(a) (2) "Exemptions to preserve or protect the public health or safety of the residents of thecounty", it is recommended that the Commissioners Court grant the authority to purchase fromBecton Dickinson PROBETEC test kits for detection of gonorrhea and chlamydia in urinespecimens until a sealed bid for the annual purchase of test kits can be developed, solicited,received and awarded.
Should the Court concur with this recommendation, a Court Order will be prepared for the nextformal agenda.
RECOMMENDED FOR APPROVAL
161
DALLAS COUNTYOFFICE OF BUDGET AND EVALUATION
C" "" I '": - 'r Il' I: 3l.~...)l.... :,-) '+
June 25, 2002
TO:
THROUGH:
FROM:
SUBJECT:
Back~round
Commissioners Court
Ryan Brown@Budget Officer
Ronica L. Watkins
Budget & Policy Analyst
Unclaimed Money under Texas Property Code, Section 74.602
On May 1, 2001, the Texas Comptroller of Public Accounts announced the availability of fundsunder Texas Property Code, Section 74.602 (see attached). This authorizes the Comptroller toallocate a portion of the unclaimed money received by the Comptroller from an electric cooperativeback to each county. The code further states that the money is to be used only to carry out a programunder Section 381.004 of the Texas Local Government Code (L.G.c.). LGC 381.004 states:
To stimulate business and commercial activity in a county, the Commissioners Court of the countymay develop and administer a program:
1) for state or local economic development;2) for small or disadvantage business development;3) to stimulate, encourage, and develop business location and commercial activity in the county;
or,4) to improve the extent to which women and minority businesses are awarded county
contracts.
The amount available to each county is based on total capital credits remitted this reporting year, lessanticipated claims as determined by the Comptroller. The amount available to Dallas County for2002 is approximately $155.
The purpose of this briefing is to inform the Court of this allocation of funds and to make arecommendation regarding the acceptance of the funds.
411 Elm Street, 3'd Floor, Dallas, Texas 75202(214) 653-6363 • Fax (214) 653-6517 • [email protected]
162
Operational Impact
The funds will be used by the Dallas County Office of Minority Business in the areas of planningand development of outreach activities, and for purchases and projects to promote minority andwomen business enterprises in compliance with the economic development emphasis of TexasL.G.c. 381.004.
The funds will be placed in Fund 466 grant #02002 per the Auditor's Office once the CommissionersCourt accepts the funds.
Financial Impact
A proposed grant budget for the use of funds, based on approximated amounts, has been providedby Mr. Irvin Hicks, Dallas County Minority Business Officer. Mr. Hicks has proposed to use theentire amount of S155 to purchase novelty items with the County Seal. The items will be used aspart 0 f the outreach efforts for the department.
Le~al Requirements
This is a once a year distribution of unclaimed funds and must be requesred 00 a yearly basis.
Recommendation
The Office of Budget and Evaluation recommends acceptance ofthe unclaimed funds from the stateComptrollers Office, and that Commissioners Court authorize the County Judge to submit a letterrequesting the unclaimed funds.
411 Elm Street, 3'd Floor, Dallas, Texas 75202(214) 653-6363 • Fax (214) 653-6517 • [email protected]
163
COMPTROLLER OF PUBLIC ACCOUNTSP.O. BOX 13528
AUSTIN, TX 78711-3528
May 17.2002
The Honorable Lee F. JacksonCounty JudgeDallas County411 Elm Street, 2nd FloorDallas, Texas 75202-3317
Dear Judge Jackson:
As you may know, Section 74.602 of the Texas Property Code allows the Comptroller to allocate a portionof the unclaimed money received from electric cooperatives back to the counties. The Code further statesthat the money may only be used to fund an appropriate program under Section 381.004 of the LocalGovernment Code.
The Commissioners' Court is the primary governing body and ultimate decision-making authority regardingthe legitimacy of requests for funds under this provision. The amount available to each county will be basedon total capital credits remitted this reporting year, less anticipated claims as determined by the Comptroller.
If your office anticipates submitting a request for these funds, please refer to the following guidelines:
169. Requests are to be submitted by the Commissioners' Court, in writing, to the TexasComptroller of Public Accounts only during June and July of each year.
170. The requests must include the complete name, address, and federal tax identificationnumber of the party to which the funds are to be paid. Funds will be paid directly to theCommissioners' Court.
171. All requests must include certification that the purpose of the funds is in compliancewith the provisions of Section 381.004 of the Texas Local Government Code.
You may direct your requests, and any questions concerning these procedures, to Alice Sanchez at512/463-1072 or 1-800-321-2274, extension 3-1072. Please mail your requests to:
Texas Comptroller of Public AccountsUnclaimed Property Holder ReportingPost Office Box 12019Austin, Texas 78711-2019
;z;~~Kay Tuggle, SupervisorHolder Reporting SectionUnclaimed Property Division
c: Alice Sanchez
164
DALLAS COUNTYCOMMISSIONERS COURT ADMINISTRATIONDEPARTMENT OF PLANNING AND DEVELOPMENJr":5 c-;~ 2: 04
FROM:
June 26, 2002
TO: Commissioners Court
THROUGH: J. Allen Clemson, Administrator
Rick Loessberg, Director of Planning & Development~
SUBJECT: Request to Participate in Revised City Center TIF District
BACKGROUND
The current City Center TIF district, which generally includes the portion ofdowntown Dallas eastof Griffin Street, was created in 1996. It is authorized to collect increment until 2012 or when thedistrict has accumulated increment totaling $42.7 million in 1996 dollars (which would now be about$49.2 million in current dollars), whichever comes first. At the time that this district was created,the County and the Hospital District chose to provide 100% ofany generated increment to the districtuntil either 2012 or the $42.7 million figure was collectively reached by the district. Becauseincrement has been generated much more quickly than originally projected, the district's originalauthority to collect increment will expire this year.
Recently, Downtown Partnership, Inc., which is a new non-profit organization was created to designand implement a downtown retail revitalization program, developed a proposal for increasing theTIF district's budget authority. This proposal was subsequently approved by the City of Dallas atthe end ofMay, and the City has since requested that the County consider extending its participationin this revised TIF district. So that the Commissioners Court can consider whether it wishes toextend the County's participation in the district, the following information has been prepared.
DESCRIPTION OF REVISED CITY CENTER TIF DISTRICT
The City extended the budget authority of the City Center district so that an additional round ofpublic improvements that would support the Partnership's new retail revitalization strategy in thetraditional Elm StreetlMain Street/Commerce downtown core and encourage additional doV;ntoV;ndevelopment could be undertaken. The Partnership's strategy anticipates leading to the provisionof basic retail services like a grocery store for downtown's work force and emerging residentialpopulation, some national retailers like a Borders book store, and some unique Dallas-based shopsand restaurants. In all, it is projected that this retail strategy will result in 300,000 square feet ofnewly-leased/upgraded retail space within the next several years.
411 Elm Street, 3r<l Floor, Room 313 Dallas, Texas 75202·3301Dallas County Administration Building e-mail: rloessberg@dallascounty,org
Telephone: (214) 653-7601Telecopier: (214) 653-6517
165
Page 2 of 6
As revised, the City Center TIF district's budget authority has been increased from $49.2 million incurrent dollars to $108.9 million (ofthis amount, about $37 million has already either been expendedor formally committed). According to the district's revised project and finance plan, the districtwould undertake the following public improvements:
Streetscape/pedestrian linkages/lighting
ParkingFacade easementsEducational facilitiesPublic-use improvementsHistoric site acquisition!
renovationEnvironmental remediation!
demolition!facadeimprovements
Places of assemblyAffordable housingPlan implementation
TOTAL
$12.3 million$31.0 million$ 2.0 million$ 3.0 million$ 1.7 million
$ 3.8 million
$41.1 million$ 7.0 million·$ 5.0 million$ 2.0 million
$108.9 million
• $3 million ofthis funding is allocatedfor improvements to theCounty's courthouse plaza.
$49.2 million of the $108.9 million would be funded from the increment generated under thedistrict's original authority, $6 million would be provided from interest earnings, and $6.5 millionwould come from the revenue produced by TIF-assisted parking garages. The remaining $42.2million would be provided from additional increment generated by lowering the City's and theCounty's annual contribution from 100% to 53% and by extending their participation in the districtby up to ten years (DISD and the Hospital District would not be affected by these revisions; theparticipation of both entities in this TIF district will continue to end this year).
In addition to these revisions, the City has also chosen to contribute an additional 8% of itsincrement, up to $5 million, for the provision of affordable housing.
ISSUES/CONSIDERATIONS
• Even though the Dallas area has undergone tremendous economic growth over the last fiftyyears, downtown still remains the largest single employer in the region. It also contains adisproportionately large amount of the County's tax base and serves as a representativesymbol of Dallas for business visitors, tourists, and convention attendees. The successfulimplementation ofa retail strategy could help ensure that downtown is able to maintain theseimportant positions.
166
Page 3 of 6
While dO'WlltOwn is in better condition that it was in 1996 when City Center was created.momentum seems to have slowed. Downtown still lacks attractive linkages from one partof the CBD to another, retail has not followed the addition of housing to the area. and theassessed valuation for downtown, while it has increased $1.6 billion since 1996, is still $400million lower than it was in 1990 and actually declined by 0.3% in 2001.
• The Partnership's retail strategy represents the latest and most ambitious retail effortproposed for downtown. While previous efforts have either only discussed that dovmtO'Wllretail would be desirable or have hoped that retail would simply follow after Main Streetimprovements were made or in-town housing was produced, this strategy is much moredirect and pro-active and involves exclusively listing most of the area's property with oneleasing agent.
• At present, although no new major retail projects have yet been realized under thePartnership's efforts, some new redevelopment activity is now underway or is in the planningstages. The $35 million renovation and conversion of the Davis Building into 183 units ofhousing has begun, and proposals to build a $35 million residential/retaiVparking structureon the lot adjacent to it and to renovate the Hart Furniture Building and 1520 Main are nowbeing developed.
• Because the City Center area is geographically relatively large with highly fragmentedproperty ownership and multiple building types, it has been difficult to estimate how muchtax base growth will occur under this effort; accordingly, City staffhas simply assumed thatthe district's tax base will grow annually at a three percent rate (as a point of reference, thedistrict grew by 2.5% in 1999,0.5% in 2000, and as was previously mentioned, declined by0.3% in 2001).
• Should the County choose not to continue participating in the TIF district, then after nextyear, the County will begin retaining $1.2 million that would have otherwise gone to thedistrict.
• $3 million of the district's future increment has been allocated for improvements to theCounty's courthouse plaza. However, since this funding will only be available when futureincrement is generated and since numerous projects will probably compete to get a place inline and receive increment as early as possible, it is in the County's best interest to completedesign plans as soon as possible for this project and secure its spot in the incrementdisbursement process.
• Since downtown Dallas has not had a meaningful retail base for several decades, it will bedifficult for the Partnership to initially attract anchor tenants. However, while the task willbe very difficult, the strategy is reasonable and does not expect people to abandon theGalleria for downtown stores.
167
Page 4 of 6
• This proposal requires no additional Hospital District participation beyond what the HospitalDistrict is currently obligated to provide. As a result, the Hospital District will beginretaining all of the $1.6 million that it previously provided to the TIF district.
Since, if the County chooses to participate in the district at the requested 53% level. it willstill be providing about $500,000 a year even if the TIF district does not ever experienceanother increase in assessed valuation, the County should consider imposing performanceconditions as it has does done on the last four TIF districts in which it has participated. Inthe event that these performance conditions are not met, then the County's participation inthe TIF district would cease.
IMPACT ON OPERATIONSIFINANCE
The County's original participation in the City Center district was determined when a prior TIFpolicy was in place. Under this prior policy, County participation could be as high as 100%, whichis the level at which the County originally elected to participate in this district.
Under the County's current policy, the County could provide up to 65% of its increment to the CityCenter district for as long as another fifteen years. Since the County has been asked to provide 53%of its increment for up to ten years, this request is consistent with current policy.
The revised City Center TIF district could help regenerate momentum within downtown. However,while there is no guarantee that the proposed effort will be successful, there is little possibility thatdowntown will improve without it.
The modifications to the City Center district will also provide the County with $3 million of funding(of which about $2.3 million will be provided from City increment) for improvements to theCounty's courthouse plaza area. Such funding will allow the County to continue with its plans tosubstantially improve this area which will help connect the City Center, convention center, WestEnd, and arena areas together, create a major destination point, and enhance the upcoming Old RedMusuem.
The County has already provided the TIF district with $4.7 million over the district's first five years.The City has estimated that an additional $9.7 million is needed from the County over the next tenyears in order to finance the district's expanded list of public improvements. Providing this sumwould result in the County contributing 20.7% of the district's projected revenue over the next tenyears.
So as to help ensure that the County does not continue to participate in the district if the district isunable to substantially reach its objectives, two performance conditions have been jointly developedwith City staff. In the event that either the district's assessed valuation has not experienced at leasta $200 million increase over its 2002 value by 2007 or the assessed valuation ofprojects that expend
168
Page 5 of 6
TIF funds after May 22, 2002 does not increase by at least $150 million over its 2002 value by 2007,then the County's participation will automatically cease four years early.
The proposed $200 million perfonnance condition is equivalent to 80% of the amount by which thedistrict's assessed valuation is projected to increase by 2007. The proposed $150 millionperfonnance condition is based upon the assumption that each dollar of TIF assistance that iscurrently available will continue to generate about $3 of private investment as has previouslyoccurred. May 22, 2002 was chosen as the eligibility date for TIF expenditures since that was whenthe City fonnally increased the budget authority for the City Center TIF district.
These conditions are proposed after staff has first examined a number of other options includingincreasing the amount ofleased or "upgraded" retail space. Staffhas selected the $200 million/$150million options because they are straightforward and not dependent upon someone's interpretationof "upgraded," they can be quickly detennined, they do not require an inventory of existing retailspace, and they do not trigger the tennination ofthe County's participation ifvalues in the traditionalElm StreeUMain Street/Commerce core (which is where the likely TIF projects will be located)increase noticeably, but the overall value of the entire district does not follow because this increaseis offset by changes in the values of larger properties outside of the core.
PROJECT SCHEDULE
In accordance with State law, the County will have until July 21 (i.e., sixty days after the date theCity approved the revisions to the TIF district) in which to determine whether to modify its level ofparticipation in this district.
RECOMMENDATION
It is recommended that the County revise its level ofparticipation in the City Center TIF district from100% to 53% and that it continue to participate in this district until either 2011 or when the County'spost-2001contribution reaches $9.7 million, whichever comes first, provided that the district's 2007tax base is at least $200 million greater than its 2002 tax base or the collective 2007 assessedvaluation of the projects that expend TIF funds after May 22, 2002 is at least $150 million greaterthan its 2002 value. In the event the district's 2007 tax base is not at least $200 million greater thanits 2002 tax base or the 2007 assessed valuation ofthe projects that expend TIF funds after May 22,2002 is not at least $150 million greater than its 2002 value, then the County's participation in thisdistrict shall cease.
169
Page 6 of 6
Recommended by:
1. Allen Clemson. Administrator
cc: Ryan Brown, Budget OfficerVirginia Porter, AuditorDavid Childs, Tax Assessor/CollectorKarl Stundins, City of DallasSusan Mead, Downtown Partnership, Inc.Mark Teresi, Hospital District
170
July 2, 2002
DALLAS COUNTYENGINEERING AND PROJECT MANAGEMENT
r-: I'"..... - ~_ '-:1
TO:
FROM:
THROUGH:
SUBJECT:
Commissioners Court
Bernard E. Blanton
~Dan Savage, Assistant Administrator for Operations
Same Day Rationale for Briefing and Court OrderParking Expansion - Henry Wade Juvenile Justice Center - Bid No. 2002-134-1174
In order to meet projected construction schedules for the Henry Wade Juvenile Justice Center Expansionproject; it is necessary that a briefing and a Court Order authorizing advertisement of this project occur onthe same date.
George L. Allen Sr. Courts Building600 Commerce St., 9th Floor, Suite 900 Dallas, Texas 75202-6633
Tel: 214-653-6728Fax: 214-653-6729
lil
DALLAS COlJNTYENGINEERlNG AND PROJECT MANAGEMENT
• I:': 2'3, ,-
July 02, 2002
TO
FROM:
THROUGH:
SUBJECT:
Commissioners Court
Bernard E. Blanton
Dan Savage, Assistant Administrator for Operations
Parking Expansion - Henry Wade Juvenile Justice Center - Bid No. 2002-134-1174
BACKGROUND:Court Order No. 97-2233
Court Order No. 2001-1623
Court Order No,2002-958
11-11-99
08-28-0 I
05-21-02
Authorized an AlE Consultant Services Contractconsisting of two phases with HKS, Inc.
AlE contract amended to provide detailed design ofthe Henry Wade Juvenile Justice Center Expansion
Authorized Amendment No.2 of Phase II of the AlEContract.
To facilitate the design work required for the completion of the plans and specifications needed to expedite theproposed construction work in this project, the production of the construction documents were divided into twostages; I) Parking Expansion, 2) Building Expansion. The scheduled date for 100% completion of the ParkingExpansion construction documents is July 02,2002. The proposed bid opening scheduled for July 19th or 26 th
, 2002,
IMPACT/OPERATION: Request the Commissioners Court authorize the Purchasing Agent to advertise for thesolicitation of bids for the Henry Wade Juvenile Justice Center, Parking Expansion.
LEGAL: This work shall be advertised in strict accords with all Dallas County Regulations and Policy.
MJWBE INFORMATION: N/A
FINANCIAL IMPACT: Funding for the Parking Expansion - Henry Wade Juvenile Justice Center constructionproject was appropriated in the Master Capital Improvement Program, FY2002.
RECOMMENDATION: Engineering & Construction Management recommends that the Commissioners Courtauthorize the Purchasing Agent to advertise for the solicitation of construction bids for the Parking Expansion Henry Wade Juvenile Justice Center.
Dan Savage, Assistant A inistrator for Operations
George L. Allen Sr. Courts Building600 Commerce St., 9th Floor, Suite 900 Dallas, Texas 75202-6633
e-mail: bblanton@dallascounty,org
Tel: 214-653-6730Fax: 214-653-6729
COURT ORDER
ORDER NO.:
DATE:
STATE OF TEXAS §
COUNTY OF DALLAS §
BE IT REMEMBERED, at a regular meeting of the Commissioners Court of Dallas County, Texas, held on the
_________ day of , 2002, on motion made by
_____________________________-', and seconded by
______________________________,ilieful~w~gO~erwas~op~d:
WHEREAS, on July 2, 2002, the Dallas County Commissioners Court was briefed by the Engineering and ProjectManagement Department that HKS, Inc. has completed ilie preparation of plans and specifications forsolicitation of competitive bids for the Parking Expansion - Henry Wade Juvenile Justice Center project,Bid No. 2002-134-1174; and
WHEREAS, Engineering and Project Management requested authorization for the Purchasing Director to advertise forcompetitive bids for the aforementioned project in accordance with Dallas County policies andprocedures.
IT IS THEREFORE ORDERED, ADJUDGED AND DECREED by the Dallas County Commissioners Court that theDallas County Purchasing Director is hereby authorized to advertise Bid No. 2002-134-1174, Parking Expansion - HenryWade Juvenile Justice Center project.
DONE IN OPEN COURT, this the day of , 2002.
Lee F. Jackson, County Judge Jim Jackson, Commissioner, District I Mike Cantrell, Commissioner, District 2
John Wiley Price, Commissioner, District 3
Recommended by:
Kenneth A. Mayfield, Commissioner, District 4
istrator for Operations
173
DALLAS COUNTYENGINEERlNG AND PROJECT MANAGEMENT
July 02. 2002
TO:
FROM:
THROUGH:
SUBJECT:
Commissioners Court
Bernard E. Blanton
Dan sav~sistant Administrator for Operations
Migratory Bird Control Program
,""~) ,:......... >..-I
\ ,-,.p
~ ~·'1 '",:. "9
• J I,",' '-
BACKGROUND: Court Order No. 2000-2068, October 10,2000 authorized Dallas County Engineering to renewthe annual agreement with the Dallas Historical Foundation and City of Dallas Park & Recreation to contract withAvian Flyaway. Inc. for migratory bird control within Dallas County properties central business district and DealeyPlaza, sharing equally in the cost.
This program is renewed each season with the City of Dallas. Avian Flyaway, Inc. has provided service for the pastyear 2001-2002 season, which commenced October I, 200 I and ended March 31, 2002. (See City of Da//asAttachment.)
IMPACT/OPERATION: Request that the Commissioners authorize Engineering to renew the agreement for the2001-2002 season with the City of Dallas using the terms and conditions quoted by Avian Flyaway, Inc. and sharingequally in the cost, of which Dallas County's share would be $4,200.00, one-third of the total.
LEGAL: N/A
MlWBE INFORMATION: N/A
FINANCIAL IMPACT: Funds are available in Fund 120 (General Fund) 1022 (Facilities Management) 02760(Grounds Maintenance) FY2002. The total amount of the agreement is $12,600.00 for a seven-month period ofwhich Dallas County's share would be one-third of the total, $4,200.00.
RECOMMENDATION: Engineering recommends that the Commissioners Court authorize renewal of the annualagreement with the Dallas Historical Foundation and City of Dallas Park & Recreation to contract with AvianFlyaway, Inc. for the Migratory Bird Control Program 2001-2002 season of which Dallas County's share would be$4,200.00, one-third of the total contract.
AP
ministrator for Operations
BEB 07/02102 A \BRIEF 2001
George L. Allen Sr. Courts Building600 Commerce St., 9th Floor, Suite 900 Dallas, Texas 75202-6633
e-mail: [email protected]
Tel: 214-653-6730Fax: 214-653-6729
Ii ...
June 19, 2002
CITY Cf CW.LAS
Bernie F. Blanton, Facilities ManagementDallas County600 Commerce Street, 9th FloorDallas, Texas 75202
Dear Mr. Blanton:
It is once again that time of year in which we want to implement our agreementto share the cost of the Migratory Bird Control Program at Dealey Plaza and theCounty Building for the 2001-2002 season.
As in previous years the progam cost will be share equally with the City of Dallas,County, and Dallas County Historical Foundation,' e-third of the totalcost. The cost of this seven-month program will $4,200 f each agency.
Please accept this correspondence as an invoice for payment by your agency.Checks can be made out to the City of Dallas or Avian Fly Away.
If you should have any questions, please call me at your earliest convenience(214-670-7635). Thank you for your cooperation in this endeavor and I lookforward to another partnership in addressing our mutual needs.
~j)ft fi:uRenee'JOhn~Park Maintenance District SupervisorPark and Recreation DepartmentEast Region, District III
C: Paul Dyercarolyn F. BrayReginald V. HurdDave StrueberDebra KingDealey Plaza File
175/~,rB' Dl..lLLAS~ COLiN'TTY~\ .. ' I~ '\
\ j~ "+0'; /
~ PUBLIC WORKS
June 26. 2002
MEMORANDUM
To:
From:
Subject:
Background
Commissioners Court
Donald R. Holzwarth, P. E., Director of Public Works
Major Capital Improvement Program (MCIP) Project Selections
A call for projects to identify candidate projects for consideration in the MCIP was issued to the cities in January200 I. In Apnl 2001 sixty (60) projects were requested by the cities in response to the call. Throughout theremainder of 200 1 the County staff reviewed the scope and estimated cost of each candidate proJect, completed atechnical evaluation of each, and, through a series of briefings, provided information on each candidate to theCommissioners Court. This process was carried out cooperatively with the staffs of the cities.
Since early in 2002 the commissioners have been reviewing project recommendations with city elected officials.During this same time County staff was continuing its coordination with city staff members and refining projectscopes and cost estimates. Final project recommendations are shown in italics in the Attachment and theserecommendations are presented for the Court's consideration for MCIP funding.
The recommended projects include 23 projects for County/City funding and 7 projects to be submitted for federalfunding in a 2002 call for projects by the North Central Texas Council of Governments. Also included is one (1)new "major impact" project: participation in the Northwest Corridor improvements in Irving. This project wasbriefed separately on June 25, 2002. Approval ofMCIP funding for these recommendations will bring theCounty's "pay as you go" program for transportation improvements to a total programmed of $119,204,725through FY 2009 with an additional $36,013,000 remaining unprogrammed through FY 2009.
Recommendation
It is recommended that the Commissioners Court approve MCIP funding for the recommended projectsidentified as selected in 2002 in the attached Program listing. A Court Order to approve the funding will besubmitted for consideration by the Court on its next regular agenda.
Approved By:
Donald R. Holzwarth, P. E.Director of Public Works
Attachment
411 Elm Street, 4th Floor Dallas, Texas 75202 (214) 653-7151
COunllfWidlI~ji(1lJall:IIaai;j I
I-----------
Altacbnwollo Court Order I!IlL -----~--=-p__'I----------- "'..~------------r---------'-~~'--;~;.. 'N.. l ....
...~ Improy.ownl Provram I AIItWlYtit_ 1. J ..".QJ
fJllllllolllldJal fOlK••1 - Propo.... 8tI'!!A. N iIfundlng . Projtcl Prour.m V.II • CAUnly funding Only County By; Tolil Counly
Projtcl 0IlItrtc:t ......ce 1 Type 2004 20051 2001 20011 2008 20011 2010 Tol.l. Olh".· Co.1 Sh~....e
Me... Fundl"ll A..._ .....
TEA· 21 Fundlng A._ 1 UClp·T21 i 2.221.161 ~ o~ 1.250.000 1.250.000' '.250000 1.1~,OOO 0 1,11l.lbl
2 2.221.160 0 1.250.000 1.250.000 1.250.000 1 2~).OOO 0 7,221 160
3
II 2.221. 161 1 01 1.250.000 1.250.0001 1.250.000 1,250,000 O· 7).21161
4 I 2.221.160 01 1.250.000 1.250.000: 1.250.000 1.2S0.000 0 7,2L1,160
T.... 8.908.042 01 ~.OOO.OOO ~.OOO.OOOi ~.OOO.OOO 5.000.000 0 28.900.6<2I
I
lhofoughfafe Fuodtog AllaIlabItt 1 UCIP-T"'" I 1.~22.8391 3,750.000 ' ~.OOO.OOO ~.OOO.OOO ~.OOOOOO ~ 000,000 0 2S.U2.8392 i 1.~22.MOI 3.150.0001 ~.OOO.OOO 5.000,000: ~.OOOOOO ~.OOO.OOO 0' 2S,U2,640
3,
1.~.839· 3,750.000, 5.000.000 5.000.000i 5.000.000 ~_ooo,OOO 0 25,212,639
4,
1.~2.MOI 3.150.000' 5,000.000 5.000.000 5000 000 0' 25.212.840, 5.000.000,T.... 6.091.358 15.000,0001 20.000.000 20.000.0001 20.000.000 20.000.000 0 101,091.3~
I 1
Maja Inlj>iOC' Fundlng A......... UCIPUI 1.666.~; 1.666.500,
1 1.666.500 1.666·500 i '.666.500 16tib,~ 0 9.!l9!l.000
2 :::::' 1.666.500 1.666.500 1.666.500: 1.666.500 1.666~ 0' 9,999,000
3,
1.666.500 1.688.500 1.666.500: 1,666.500 1,666,~)O 0' 9.999,000
4 I 1688:5001 1,688,500 1.688.500: 1.666.500, 1.666.500 1666,~ 0' 9.999 000T....
,6666.000! 6,688.000 6.888,000 , 6.666.000: 6.666.000 6.666.000 0' 39.996.000,
I21,_,_ 31,_'-1 31,_,0001 31,_,000'Total Tranaportalion funding A"'''lab'' 21'_'_1 31._.000 0' 1&t,_,GOO
II i i I -P.~ted ProjKt Coal. I
, ~JI C'J'\
It:A·21 Pt0f6CIS 1 MClP,I'll 3.150,000; 964.719 0 ".000.000 10 0 0 8114,1/9 4012~.26J 49.440 U4L 1/11';"
02 Inetudes 12~O.OOO 'fOm 1991 80fld 2 0 1.401.M1 0 0 8.358.939' 0 0 91bO,796 64,469, ,64 74 n9~) Ill';"
3 596.550 1.853.145 0' O· 0' 0 0 2.452,295 11.626.445! 14.018/411 1/4'".
4 542.613 1 0 0' 0' 4.961.622 0 0 :, 530 295 32222.212 Jl.1':J2~/ 14 h';,
1.... 4.891.223+ 4.220.381 0 4.000.000
1
13,346.561 1 0 0 26,458,165 149,043.064 11':J.tKH 249 I ~ I I 'f',
I IMajof Impact PffJt8Clb I 1 I 0' 0 0 0 1 500.000' 0 0 !lOO,OOO 59.;00.000 60.000000
2 01 0 0 0 0' 0 0 0 0' 03
I 2.00000::1
0 0 0' 0 0 0' 0 0' 0
4 3.000.000 0 0 1 500,000 1 0 0 5500.000 14.500-')001 15,000.000 11"/...
1_ 2°oo.000i 3.000,000 0' 01 1.000.000 0 0 6.000.000 134.000.000' 135,000.000 '" 4"4I
131 5001
I
rhofoughlaf6 P'oteCts I 1 MCIP·thOl i 2.585,895 3.291.814 3.195942 3.361.409 0 0' 13.1/8.620 19.5·41.916 4],3Lo 5% Iltl";",3._:0001 1.413.918 12 , 3.501.510 8.263.139 0 0 0 23163."" 23.163.687 4b.lU 3/4 ~u 0",,,
3
i3.292.666
1 5.260.833 1.505.485 8.941.843 4.389830 1,325,000 0 30)21.651 Jl.884.1t1b 63,60~,84J 4tl I~~
4 2.936.0001 1.811.589 6.938.001 7.331.006! 0 0 0 19.082.596 50.950.835 IOOn,4JI ;U 1"/"
1.... 10,951.166, 13.219.881 26.004.4911 21.494.169' 1.151.239 1,J25,OOO 0 86J46.~ 136.546.684 223.291.144 Hj tl"l..I,
1oUt E.hm"H Pr~'Coa'. P... V.... 11.&42.381 20,440,_1 211.004,_' 11 ••a4,1H 22.0111._ 1,325,000 0 11"',204.125 41i,StiJ6I 531.1a.4.4ttl J2J"'f.I
t:=--tItlldWd County In·HouMt Pf¥C1 Dehvety Cos~ ,See 6etow) 1.491.000 2.366.000! 2.056.000 2.111 J40! 2.181,182 2,24b,l6tl L 314.016 14 /HUl6
IAnnual UnprOQl'~Balance 2.326,611 .1,140,2"1 U05,501 .1......501 1 1,387,018 21.094,112 -2,J14.016 1ti,Otl.049
,fuodiAil. m'nua Protec. Co•••. minua County OlIIiy«v Coat.)I
I I
Cumul4lllve UnPfOQl_mmed 8al&flCe 2.126.611 1.'16.)4)1 4,781,_ 2.14$.335 1 10.232.353 18.311.06~ 16.013,049I
1Ifl~Hou•• Pr~. Delivery Co.t.
f.tlm_t4td AnnuM .... ·Hou.. PrOfficl o.lIv..-y Co.,. 2,.91.000 J.3".000: 3.4M,GOO 3.IOJ.000 3.111.000 3.822,000 3.931,000 1.,118.22ti 8.&115,114 24.404.000 bO .-/.I
E.um••ed R••mbur••ment F. om P.ol.c.t 1,000,000 1.030.0001 1.....2.000 1.4I~.21O 1.~lI,1'. 1.~1~Jt:l 1.622,984 9.68~.114
PArtnera (10 1M b.aed on .cllhlI coata)
l: shm.'ed~.:~..'~y In-Hoo.. ~~o.lI..,el}'Co. ~ _ .. ~ ___~~~_._,_ .___,___~_~..491.~~ 2.J66.ooo 2.0lWi.OOO 2,111.140 2.111.112 2,:l4b.28a ~1•.0!!._ "_~L~.22ti___--- -"-.~._'-'--~-"-
_.~_.__."_..~
P ggram 3D.Ia&dJ;t.1 JuuirOllemenlr tid Ralll.llUl ,Malor Capll.;!l c...1 _ Propos ,~ glCo.1 FQreFundln
AUAcblDlollo-.CJ;w(10IdaLtiii: ..' .---'-:-=~&iii.2-------'
Ai!pwlled
Project
IICP Fundlnu Aultlorized
:CIIy
~- l
I1Funding :
SourceProjec,Type
YearSel8cttld 2004.,
Program Year· Counly Funding Only2005 2006' 2007 2008, 2009 2010
CounlyTolals
8yOlb"r.
Tol..1CO,,,
f'Ul>11l \N ..... ~.
COUlllyo
Sh41U
TEA· 21 fuodlng AvaIlableThoroughla,e fuoolO9 AvaIlableMaJO' Impacl FuodlO\l AvallalJle
T_ Tran.poItlItlon Fundlnu A._:
MCIP-T21'MCIP·Thor 'MCIP-MI
!Dallas 'MCIP·T21,Dalla. iMCIPT21
IDalla. ,MCIP·T21farmer. B,anch 'MCIP·T21
IRlCIlardaoo !MCIP-T21GarrooWoo IMeIP. T21
Proje<;_ ProjKt Coal.
In''''lIflCltOn G,oup 1Belt Llflfl Ro SH 2691P,e.lOn 10 Dallas PkwyInwooll Rd @ Lo.e.. LaneV_y V_ Ln NlCholooo 10 IH 635CampblII Rd - Jay EU Rd 10 US 15_ tine - MatY_ to Denlon DI
NoIthtIWIS' COfndot ParoclpallOf'
Mldway . Spnng Valley 10 DooleyArapaho - _000 Rd 10 Surveyo,
Old Denton - WhllIock 10 rrlOlly M...IH 35E . Spur 3481NW Hwy 10 Spur 482/Storey_ ..... Royal 10 Loop 12JNW Hwye-.. @ Plaoo RdSpl1O\l Vauey @ WeaU",rr"rlIGoklmarkBelt Une - Piano Rd '0 Jupll8f RdMa'" SW.... Lirlfl tnterurban Rd 10 US 15_ L lflfl @ Dallas Parkway
Presron Rd MImosa 10 N 01 RoyalRoyal Webb Chapel /0 MarqUISMoclunglJlfd . HMlcresi to W 01 DNTCanrpbe_@ Plano Rd
1''''lfIlII
I_sonAddIsonCarrolltonDatta.DallaSRtchardSOoRlchardOOO
~' RICha,dooo
hardoooddlsoo~.
IDalia.!Hlghlafld Parle
IRK:hafdsoo
,MCIP-MI
:MCIP·Thor'MCIP·Thor'MCIP-Thor'MCIP·Thor'MCIP·ThorMCIP,Tho,MCIP·ThorMCIP·ThorMCIPThor,MeIP· ThorlMCIP-ThOi
MCiP ThorMCIP·ThorMeIP·Thor
IIlnterllflCltOn1Wlden"'lli,nlfl(llflCllonWIder1lng'GradeSep'T""""'lIh-
TholOughlare
S'llnal,New f aallly
RecoosIruCl'frontage RdiTumlanes:IDI8f&edklfl
;InttlfMCUOO
!~=aoea,Int8fsecrKHlI ThOioughlafflThoruughlaJe
11'hotoughtaiB
h.'Bf$4tCIlOn
1999199919991999'1999'2002
2002
20002000200020002000200020002000200020022002200220022002
22211611:522:839:
1·6Il6·5001
5.~tl·5001
51.911 1
102.6/015./13
3.519.100
131.500
o3.150.0001.6Il6.5005.~t8.500
444.118
520.001
196,000,
1
899,000:,
115.0001
211.1211200.0001838. 114 1
1.250.000:5,000.0001.6Il6,500'1.lt8·5001
I
I
I2.500,0001
415.00055.419
261,395 '
1,250.0005,000.0001.6Il6.5001.lt8.500
i1
I4.000.0001
I
III
1.432,812 1
I
2.363.001
1.250.0005.000.0001,6Il6,5001.1".500
500.000'
1,216,116
2.145,293
U50.OOO5,000,0001.666.5001•.,8.500, o
1,221.16125272 839
9:999:000'42.411.000'
51.911541,446:
15.113:
520.001 13519100, , I4.000.000I
500.0001
196,0001,432.8122.500.000
899.000
131.5001115.000415.000:333,200,200.000'838,174'
2.363,1301,216.1162,145.293
26/.395
201,6612.189.181·
302,8412,019,999
19.944.96316,000.000
59.500,000
196.00012.895,3082,500.0002.201,000
131,500115.000475.000346,800200,000
3, 352JO I2, 36J, uo1,216,1162.6<2,026
261.J95
L5~.~ltl4
2.lJ/.LJ~)
:!lH.5tiO1.hOO,OOO
n,4M,titi:!20,000,000
6lJ,(JUO.UUO
HJ1,OOO
14 JLtl.ll0
~.OOO.OOO
J.l00,UOOl.4/~,UUO
J500009~O.OUO
680,otHJ
400,0004 '90,tJ/~
4 126100
14J2,-"'.J:!416/,JI'::I
YJ4,/~U
LOW,.
111 tI';~
111 tI"'/~
lU tI":,
I~I 11',..,
1V (J~~
Uti",
~)\I lI'~.
10 I)
~o ll':~
l~ .,',
~Hw..
~o 0;.
~II II",
4~w..
~IO o~
lU 0",,,
~I iJ~~
:)(1 II~~
4:1 V';~
:,(J/r: ...
..-.---l-J
Total eatknaled Coat_ Per Va....
Ealmated In-bou•• Protect o.Uvery Coata (25% 0' Tot..l)
Annual Unprogrammed BitlOUlce
Cumu....l"'. Unprogfilllltned e.'.nC8
4.411.500:
314.250
554,150
554.150
3.550.614
5ll1.500
1.U4.U6
1.829,0/8
3.291.814i514,OOO!,
4.104.11261
5.133.102
1.115.1142 ,lI29.435i
I_,Ill'
5.1124.125I
3.161.4011
545,296
3._,1116
1.034.621
o
561.572,
1.354.128
16.381.541
o
518.504
·518.504
15,811,045
22,113.3",
3,6114.551:
15.8".045
121.113.239
2.421 .......
1~lJ66.bja
0,116.000
I ~, I
lJII-I
Nvlu:> ILA 11 t'H.IfU'-.l \..O~I t,o:.lU'lldl.,:, <tie lhe ldlt:!;,l ..uIUSI6d lUI' ~Ill..hon t1S-11fIWIU:.1H>l1I NC ICOl;
A ~% nW'M1IJ.U<I, In..ld,,~ ..:>:>ul"",'"O 'UI L<ly of CdfloMlOl'l pH.'ft;Kh AM on..,. IhuH>U\lh'oSlt;1 ~\.>tUtI:' h:.I",llntMll UI tlkt.A;lot:l<.1U ... ~.". m ..... nu..n
lIlt! CdllVU'N H, ...o (;'dl.kl.~t::t'''''''I,,>n It A '11,P1ve-,1 "'oil 1-",... luf?,' lu oo"UlUt',"'d" t1:.lIHldlutl ....~ vd\lLtl w"...dtJ "1t_1""~ lt~ lUllOlnv ..,,~ lUI lfiOluUjitll41e:',Mlltlotl tl<lol:~I,.l''''.'''''''- _OI~IIH.1 I
CountySha,e
P ...bfRWo"loa
le J ..... UJ
TolalCOil
ByOlbor.
CounlyTolall20102009IClty
.. :
~ I I AUAcbmenllo Court a:r.Nll. ......:==-~hwl.JMalAr ClpI!.Illmprovomonl~ AaprovtdFundlouJCQIJ foroCll1 •. Propo"" Rtyilion 13 1
i Ifunding I Project Voer Program Voer· County funding OnlySource Type Selected 2004, 2005 2OCNI; 2007 2008Project
MelP FlIndIAQ A.._ed
TEA· 21 FUIll1loII Av_Tho<OU\jIlIafl. FUIll1loII Ava.lallieMop Impac1 FUfldu1U Av_
T_ Tr_portatlon fllndlAQ A...._
MeIP·T21MeIP·Tho<MeIP·'"
2.227.HiO:1.~22.8401'1.666.500&,411,500;
o3./50.0001.666.500&,411,500
1.250.000'5.000.000 1
1.666.5001,111,500
1.250.000'~.OOO.OOO
1.666.50011,111,500'
U50.tMJO~.OOO.IJO()
1.666.5001••'1.500
1.250.1JO()~.OOO.OOO
1 666 500T:.,.:500' o
7.227.160'2~.272.840·
9.999.000 i
42._.000'
Projec.... Project C...t.
IH 63~ F'OOIaI/8 Rds KlOIls",y 10 laP'adaIH 63~ Corrldo< Video S"",eoUanc"Willi... PallVSpfl"ll c._GI_.l""e Ray Hu!lbafd T,aosd Cen'"IH 635 . Notlh_sl Hwy /0 F"l/USOIIMIller Rd &KIJIe Ovel Easl FOF*PNaS4il1' ValMy Noff/NJiJs' Plly '0 Me"n
Mocktfl9b«d Lalla W lawUM:)1 10 E laWU18f
NoI1hwtutt Hwy Cefll8fvdte to laP,ada--_ ReI C"..te"'.... 10 Gartaod Cdy limMIlolafy Pllwy IH 63~ 10 ca,mackCoIkno ReI· T,W 10 US 80P~ ReI &uk>fl 10 Bel, lineCountfy Club WalnuilO Comm...ceSk_Audella· _lUfSllO AdI8IalaPt_ . taffY/o MIIImatS/NIoII Rd . IH 635 /0 KJilllsJeyLa....son Rd . MrUtn. '0 Clay MaUHsMIllet Rd . Daltod 10 CI""...MUiphy @ 81ad1butn
!GarlandGarlandGarland
IGarlandlD<tMasDallasIGarlan<YSachSB
1
IDauasGarland
IGarlandMea"","'!sunnyvale
1=I~IMesqu....,RowIe"!sachse,!
MeIP·T21MeIPT21'MeIPT21'MeIP·T21lMe/P·T21'MeIP·T21'Me/P·T21
MCIP·Tho<'MeIP Tho<'MeIP Tho<MeIP·Tho<'MeIP·Tho<'MeIP·Tho<iMeIP Tho<IMCIPTllOfMe/PTIlOfMe/p· TIlOf
'MeIP· TIlOfMeIP·TIlOfMe/p· TIlOf
IF'OOIaI/8 RdsITSIlrad!TriVlSll!sen.-ICe Rd
'BrKlJle!TItoroughIate
PdlBlke Bldg!Thow"ll'tlareiThof~ar6ITho<OU\jIlIare'Tho<OU\jIlIa,e iITho<""II'tlareII Tho<OU\jIlIa,e•Tho<OU\jIlIareTllOfougJlJ/lie
, TllOfoug1IJ/lieI TllOfoug1IJa",TltorouQ/IIIIIeIntafS«:tJon
1999199919991999200220022002
2000200020002000200021JO()2000200020022002200220022002
II
I1
I110.0001722.500
1458.00011.855.000
239.500
0'550.000364.321487.~
918.000',930.0001
i849.420 1
1
1104.150
II
4.100.00011.182.500
88&.000
12.095.639
I5.086.750 !
2.321.2281I
I.O>ll.9J93.1JO()1JO()
4.JOO.000
o~~,OOO!
364.321
1467.~36
1.0.58.939
13.000.0004.JOO.OOO
110.000722.5004581JO()!
1.8~~:1JO()'1.1~1,5001
4.100.000'2.112.500
66~.1JO()
849.4202 09~6J9
5:086,750 I
2.327.228 '1104.150 .
~.909.283
~5O.000'
1.068.669'1.98~.238
4.2J~.154
12.000.000 '38.700000'
710.000722.~0()
458.0001.8~~.000'
1.1~/.500
4.100.()(JO2.112.500
68~.()(JO'
849.4202.09~.6J9
5.086.750 '2.327.228
8(}4. I !Xl
~,~:K)tJ,/t1j
1,100.0001,4~],21O
/.,412-"45,1~469J
15,OOO,()(X)
4]Vl)(H,JO()
1,41tJ,OHO
1,44~,OOO
~lb,OOO
3/10,0002.3 1~,UOO
6.2()()()(K)4.225.()()()1,770.00016!:itjtj40
.. 19'11U'01/.J5UU
"6~44~,()
1,bOtJ,)l)O
o ll"'/~
~O"I...
2~ 1"1"lU 1%20(ho
]UU%
10U%
~.I\IV",
~>41 11"/..
~Illl%..
~ltn~
~jll"/..
~)o'} ...
~JO"l..
~IU"""",
~)()-:....~)j}"'"
tJ(lot..
~OVi..
~)O 0'/..
~
--.)
00
Total E.tMn~Coat. per V.... 3.115.000 4.1103.427
1
1.163.13.' 7.413,1171 '.358.939 o 32.1124.413' 87.632.151 120.55/.334 11 j'"
AnnuAl Unptogr.mmed 8 ..1..-".
Cumu'.""". UnpfogrAmmed a"anc8
Eotlrn_ln-nou" P,ojecl Dell••ry Co." (25% 01 Totoll
_.~_.._---,--_._._-_._--' -~--'-"'---'-~~""-_,,,---_.-
()II 4'/"
Olahlt.. l1.
6.116,0002.421.444
5.179.1161
3.6lM.557578.504
·578.504
5.ITII.961
561.~72
1.354.112'
6.458....5
i>t5.2lHl
..........·117.135.16,113:
.I,2Tl:
521l.435514.-;
._,t3I!11.,114;
·11.427
1111.123
5111.500314.250'
1.057.250
1.057.250
Il'" 11 Plu'oU ......t>1 tl:>h.....ltll> "'C lIoc I"'tlflol JI":.1OlJ klo IIltldllUl'l t1t>l+tn.uOt> "ow NC ILO(j
A~ Illlhl/hUlil " ...ld, '" d:lo:."lIlUtl <III uly ufbt.lt>
•• Mollo. A<l Ao,,"lluIWt> 'VI 6Ufltlt'10ijlld4Hlul 1"'0fJ.t> itIl"dltl.OO lu IllUloO;Il.. ,otllio
... IHo/ul.kJ:lo Il]lJ,UOolluwu IW I UHlld .tv'''' low hK,,j()u1l1 UtllCldtOll.-ld Rtl:.p<w,~
_.
DlatrilaJ A!tIcb/IMnt 1ll.idUIIHkdllf NIl. ---;-p-j-- -------~-------------f' ....L"~ 'IN",,,.
1I&ilH:. ClI&IiIAIlmlKoye/IMnt f'rJlQWll A&wrllYllltfWHlirwlCosLfJloI;ul.~~.. BavWllILG
funding Project Vear Program Vear - County funding Only County By Tolal CountyProjecl City Source Type Selected 2004 2005: 2006 2007 2008 2009 2010 Talala Othera Coal Shafe,
IleIP Funding Autho"'''"I
TEA 21 fundulg Avatlable IMCIP·T21 2,22/,161 0 1,250,000 1,250,000 1,250.000 1,250,000 U21.1611horOU\jhl.... f uMulg A....able 'MCIP·Thor 1,522,639 3,750,000 5,000,000' 5,000,000 5.000,000 5,000.000 25,212.639Majof Imj>acl fuMulg A._ iMCIPMl 1.666.500 1,666,500' 1,666,500' 1.666,500 1,ti66,~ 1,666.500 9,999.000
T_ T,_"",,- Funding Avlli_ 5.411.500 5.416.500: 1.616.500' 1.116.500 1.t16.5OO' l.t16.500 0 42.4".000
I,
p,ojec;Wd Project Coata ,Beckley @ Comm.rc. & Colorado (COG Gr 221 Dallas IMCIP.T21 Ill1IflfslS'Ilnal 19991 59.469' 59,469 23/,951 LY/.44U 100'",
8uc...nef @ SCY6fMl Dallas MCIP·T21 bll8f5tiChOO 19991
31.651 31,651' 211,61/ l4J.4t>ti 1 j (I'; ...
Camp WISdOm @ HousIOO SChool & Poll< (Gr 5) :Dallas MCIP·T21 ItntersoclfOO 1999' 59.469 59,469 23/,951 29/440 20 tl~~
Colorado @ Jelfersoo 'Dallas MCIP·T21 ltnletsechofl 19991 43.265 43,2651 113,055 210,320 20 O~fv
GasIOO @ Muroger IDallas MCIP·T21 IlllCefsecllOO 1999, 46.613 46,613 194,66/ 24],360 llJ o·:,,~
Gasloo @ Washmgloo 1= MCIPT21 Ikll8lsecilOO :=i 54,061' 54,061! 216.319 2/0,4UO ;WlJ~'~
Red Blrd@Hamploo&PoIk(GR61 MCIP·T21 !".8IsecllOO 56,401: 56,401' 233.625 2!Jl.ll31 lOU'h,IH 301 Rl Thorl1loo· Muog8IIo Carroll Dallas MCIP·T21 S81v1C8 Rd 1999 I 263,604 263,604 1 t.165,451 2.019.2~t. I] U"I...
Inwood Rd . l8lTllflOl1 10 Hones ,Dallas MClp·T21 ,:= 1999
1
, 1,321.646 I 1,321,646 1 5,266,591 6,bOtt,}JY10 tl"AI ~loop 12J8UCkflllf ......e J...... 10 US 115 'Da.... MCIP·T21 1999 266.2ll3 266 293 t.195,495 2,063.188 13 o..~ ..........HInes . Motor 10 Oak lawn IDaIIas MClp·T21 Snl8fS6CUOfl :::1 132.231 1 I 132:231 1 526.945 titil.18l 20 tl'h,
Oal< Lawn @ IH 35E 1= MCIP·T21 loIefseclion 40.9531 40,953 214,063 31~.()16 1.}0% \0
OIlYe @ WOOdall Rodgers MCIPT21 Inl8fsocuon 19991 26.122, 26,122: 186,198 216.310 lJ O"'i..
Pearl CII WOOdall flodIJ"'s iDaIIas MCIP·T21 Inlefsechoo 19991 42,183
1
42.183: 262.291 314.480 13 U"'i..
I2OOJ 1CocIuelt _ Rd . W"~8III''*' 10 Plea&arlt Run 'DeSoto IMC'P. Thor ThorOtJlll,'·re: 2.131.500 2.131.500' 2.13/.500 ~.4/~.Ooo ~J O"'r~
Ham,,'on Rd @ Bear Cr_ Rd IGlenn H81ghl$ MCaP-Thor Inl8lsecltQO 2OOJ1 I 628.333 626333; 628,333 1.2~.""6 ~JWr..HousIOO SChool Rd . Wllealland 10 Bell lme Ilancaslef IMCIP.Thor ThorOUQhf.re'
=1I 3.495.465 3,495,465 5,656,015 ~,1~3.~,)l) :it:! L'~"
iii 635 S81v1C8 Rd . lake J ...... 10 Quail Rd i8a1ch Spnnlls MCIP·Thor s..v"", Rd 796.6661 196,6661 196,666 1.'93312 ~)tJ"l"
Cockrell _ Rd laReunoon 10 IH 30 Dallas IMCIP.Thor Thoroughtare 2OOJ1 120,0001 1,000.000 l.120,0001 1,120.000 2.140.000 t>(lllu/..
falf P..... LlIlIo. . EllflOSlIIOI1lo Half IDalIas MCIP·Thor 1ThorOUQhlare=1
,1,415,000: 1,415,000 2,9~)(),OOO
116,000:1,415,000
1
~)O"'A.
UnI_ . SH 310 10 1....015 !DaUas,
716.000 i 116,000MCIP· Thor Thoroughl.re
I1.432.00U 5(1 U,:<...
-.&h Rotis 10 US 75 S8 s..v1C8 Rd :Dallas MCIP· Thor Thoroughlllfe 2OOJ1I
1,050,000 1,050,000: 1,050.000 2.100,000 ~)(J O"r"Jm MIller . flam 10 Loop 12 IOaHas IMCIP'Thor Thoroughlar.
=f1,160.0001
I1.180.000] 1,160,000 2,:160000 ~)O"l"
Mthtary ~wy lawnvleW' 10 FOfrMty Ad IDallas MCIP· Thor Thoroughfare 600,000: 300,000: I 900.0001 900,000 1,tlOO,OOO ~J 1J'}~
Indus"''''' Blvd· S oIlH 30 10 H 01 Comm8fce :DaJlas IMCIP. Thor ThorOU{/hlafe 2002 1
I2,651.140
i2.851, 140 1 2,857. 140 57f4,28U ~l/'}.,
-. Lulfl8f KIfII/, Jr· Hoi TfUlIfy 10 Gould 'Dalla. MCIP· Thor ThorouI/hlafe 2002 1 808,605 808.605 608,605 1,6" 1IU ~Ju'!...
Uve 08ll . L-.y lO PeM ,Dallas fMC/P. Thor [ThorOOl/llIIUe 2002' 1.016,206' 1.016,206 2,0'6.106 4,O,'JL.41j ~) U'::l"SuJgIeIoo C_ HilIlO E 01 Peona !Dallas ,MC/P· Thor 'ThofOOI/hIafe 2002 1 I 2,3/3,624 ' 2.313.614 ' 23/J.624 4141.24tJ ~l (}'},.
c.x*,fII/ Hili Rd Pleasanl Run 10 FM 1382 DeSoto IMC/p Thor 1Thoroughtare ' 2002: ',960,000 !,
1.960.000' 1960,000 3920000 'XJ()'}"
Wlfdell/letfn /H 35E 10 Houston SChool Laaca.s'&f IMC/p· Thor IThorough/afe 2002 i 5,282,098 5.282.098' 5,282,097 1O~.19~ ~tJ'}"
·~flmlComm&fCaRusurlacing Dalla> MCIP Thor IRewrlace 2002 1 1,31'.000 ',325,0001
1.325.000 1650000 ~)U';", ,I
I
Total e.ltmMed Co." 3.181,216 1,114.511 1._.4151 1.141.143 4,31t.13O' 1,325.000 0 33,113.»!l2 44.510,631 11,644,~) 4~' 1",<I I
ealknaled tn--hou... ProjeCt o.Uvery Co." (25% of TOCal) 314.250 !itl.500 514.0001 528.435 545.2M! 561.512 518,_ 3.614.551 2.421.444 6,116,000 hI! 4'"
1
Annual UnprOUfAmmed .B"MK-. 1.151,0:14 ·2.218.511 '102.tII5[ ·1.510.111 2,M1.J15! 6,0211.928 ~18.504 5,83O.4t2
1-2.102.30/Cumuli_Ih,. Unprogr...-ruTMH:J 8 ....lC-. 1.151,0:14 ·I,IJ1.544 ·1.241.528: 11••068 6,208,1196 ~,6]O."92
I tAL I ~',u",.. I ".:'1 "~''''141",:. dU:! II"" l"h;~1 d<.l!"~'t>tll'" "'n..l....u ",:>I'lll<;tlol" IH..... Nt.. I Ll)t-> O,.,ud J
A ~I~j~ """"'"'''' 'hdtdl ,:. d",:',"I-"tlO kOi ..II V"ljtl<,b
~·,.h:jlhdl ,.", .. ,,,1.',,,,,," lUI kJ<,otl, .... t",.V..h..11 '" U",,,,, ~h.,.;1 t'1,lV'''''' 1'1<>1"" W,,, :."{,,,I<',,I,,
Di..ru;U .m.nl~ .3C"'I.I Improy .ed R.yl.lon... F.......... -·PropoFuod!oetC0"
AUlCbm _-10110 Court 0«'-1'--- - .--.Hil....,.... ,.. _.--,.. -- _.,Aaw:wttiL .flw:i .... I...JlW ........
10J,.. ,,,_
Proj<K1 Clly
Funding ,
Sourc:e
Proj<K1Type
V.arS<tllCled 2004
PrAlJfAm V.ar - Counlv Funding OnlV20051 2006 2007 2008 2009 2010
CounlyTOlal"
BVOlhar.
lolalCo~l
COunly
ShdltJ
Me" fUnding AulhorlDd
TEA 21 fuodmg Avaolabl<lThofOU\IflIar. fUnding Ava'labl<lMaJOf Impact fuodlng Avaolabl<l
ToIII Tr_pot1IlIon fUnding A._
proje<:.... ProjeGl COlI"
:MCIP·121'MCIP·ThorMCIP·MI
2,227,1601.522,8401,666,5005."18.500
o3,750.000,1.666.500:5...18.500 1
I
1
1.250.0005.000.0001,666.5001.81'.500·,
1.250,0005.000,0001.666.5001.81'.500
1.250.0005,000.0001,666.5001.81'.500
1.2bO.OO{)5,000,0{)O1,666.5007.816.500 o
1.221,16025,212.6409.999.000
42.4H.000
Cumulati>tte Unprogr..-nmed Baliloce
Annu" UnpfOitfammed 8.ltlflc••
Eaum.ted In-hous. Project Oehvery Co." (25% o. Tol~l)
Dallas MCiP· T21'Gland Prafft8 iMCIP_121.Coc~,e11 HIIIIOallas MC/P T21I Grand Pfame 'AlCIP- J2,
'""""00oow.
.:1. II
.'II\)
1,11
.'11 0-:,
1:,11';.
lb U·...
" ~! I J
bU 4·,~
111/':,
I ~, I .
~lll 11"
~IO tJ'~.
~;II tI':.
lUlr',
~'IJ 1/ '
1:;(1":.
t)iJ I!~.
~JO P',
:)(} iJ':~
;11/1".
11/1".
:;Ui/".
OI:.t11l.14
10,(1){I.OIIO
1.HUO.00li
8,.ntl.Ooo1.~66.166
U!:i,:J2UI,0tl8,406
1.9-'0,(KKJJ./hO.OU()
20. J60.0405,9~b,bOd
15Y,84 I
lU5, 960
8tJJ.5!JO
4./62. .1901.5bO,O(j()
:.!4J,JtJO
I.:WO,OOO
~, 'ItJ,OOI.)
".utt4,14/
20.000,UOO6000{J,UUO
6,116,000
181,1'5,938
2.421.444
194.6676.60ti.OO{)1.300.000
11.921.525
Ib,OOU.OOO
59.500,000
8.0{)O.IJlJ()1.500.0006.975.0IJl)
934.133436.664529,203
1.536.0002.ti06,000
11.323.0342.916.304
3/9.921352.980426.195
3.190.6013.780.000
151.113.047
l.694.551
4~ 67149.4000'
1,825.'000 1
3.162,622·
i5.000,000
500.000
2.000.000300,000·
1,300.000'934.133'436.664·529,203384.0001652,000 1
3.051000 '2,918,304
319.922 '352.980426,795 '
1,57/.509 '
3.180,000 :
••••1.553
lO.112.••1:o
511.504
·511.504
'.691.55l
561.512
o
7.354.•2'
•.210.051
500,000
1,825.000 '3.162,622
5.411.'22
545.218 1
I.H3.513,
1.815.128
50.058
31.54ll
500.000
521.435
3.180.000
1.l31.006
3.061.006
1.300.000
1,
I1.500.000,
••831.001 1
51...000!........HI
1
-1••513,
2.918.304319,922352.9110 I428.1115
11
I
II
300.0001
I
~'l.012
-46.518
l.OOO,OOO
1,51/.509 :
II,I
4••,1.518:
5111.500
48,613494,000
314,250
934,133436,664629,203384.000662.000
~J6.42l
~l8.42l
2,000,000
5.411.8lJ
1999 1
1999'2/102120021
II
200012002
1
I2000'2000;2000!
=[120002000200212002
120022002 1
2002 1
2002
12002
I
InlefsechonSetvoce RdThOioughfa'6Thotoof/llla,e
ITholOughfaf8ThotOUfllllllle
NewfacolllyNew Faclllly
;WldeOll'9lhoroughfa,.iThoroughla,.,Tho'ougillar.
[Setv"'" RdSetv"", Rd
IThOiOUflhla,.T/loroufIhIlIIe
!Thotoughta,eI Thotought_
II ThotOUf/llta,.ThotOUf/llIar.Thotoughta,.
MCIP·Mi:MCIP·MI
,MClP.Tho'MCIP·Tho,
'MClP·ThorjMClP.Tho'MCIP·lhor
IMCIP.lhorMCIP·lhor
IMClP.ThorMCIP·ThotMCIP·Thot'MCW ThotIMc/p·Thot'MCIP·ThotIMCIP.Thot!MCIP. TIloI
OallaaIrvflJg
INtnglewlsvtlMlCoppell,DallasI Duncanville
'e-'Holi:GraodPra.....!Grand P,au.!CedBIHII'DallasiDuncanvtlleDUlJcanwlle
DUllCanv'"'11VOO9IGtaIKlPr_I
MouotalO C,..... Pkwy IH 20 10 Spu' 408__51 Comoor PanlClpalJoo
ToIII Ealimlled Co... per V• .,
Yarmoulh @ lang Bidiii JO S.",,,,,, Rds MacAl1hu' 10 TRA RR SpurCocl"eM HIlI Rd Moler 10 W DavIsAhcAtthut - &Jill Cree'" '0 IH JO
las Cohoaa 61vd Colwell 10 lake Carolyn PkwySh 121 Bypass Couflly L'.... to Denton lap Rdsandy Lake· Deoton Tap 10 SH 121C_ Rd Sol Oarll8lddhlto COlICh \Parl)C_ Rd . Sol 08_... '0 COlICh \Parl)C_ ReI . Sol O8noeklahl to Coucll\ParI)iii JO W6 f'Ofll8II'l Rd . MacAt1hor to 8eIll oneiii JO EB Fronlafle Rd 8eIl LWl8 to 6agdad_ LI,_ns6elO . F_. SIa/lOO to C_y lI,,,,,,_lGtady NtbIo Me"_10 AM C....~S -..__~ 10 S C~ lIrlld
W Win"""""", NB US61 F,oolaQ8 Rdlo S Mau.DuncInv. Rd . S Coc~,e11 Hr/l1O E City LNnd
SH 181 Comdot . SH 183 S F'Ofll8II'lIO CoollansH",_F_ Rd . Bell ' ..... 10 Story
ltA 11 P'Uft"-1 Uj::'ll,,,,IIfI~tI:. dU;llt!u 1..11,1:" d<ltv:.itt<.lIUl lul14l1u<1 u:.IMIl4Io:. hun. NC ICOG
A 50~ (lWI"'lufJllIl.dILfI '''' "!>'JwO~ dlI UIW 1"''7l''_I::.ItWll dl> Lulu ....'" tilvd 1:Jl0000Cl ulodlJ06t1 $1 (l fl.'" Ih..)fUOijllld'~ Pdlhu.>dhun <til() a"'l>o..Uhu:..t1l dlJdoll",oI'dt \J4~} 'tU II. (,oullly "..,I_J .""'hl·{)4· ......y :,.dIti:. •.Iux_b 10~~ to tho fH'0f0d (.JunoQ lA.lO~UuehOll
Couoi¥WideSumm;IIY giff&2I"Padjclpaiion - D+tere!Ize ----------------.------------ -AUicbDilillliOCQurtOriilti~
- .... -...• J:JIUJI >l Publl<. VlI".I<1>
.....r ClpilAllmprovlI!IIIlnl.fulgwu Approvlld .It) .1 .... OJ
funding/Coal fgrlclal - Propgllld Rlyillion f3
funding Projlcl VI.r Origlnlll funding De'.de,.tiz.ed fund...."Projlcl City Source Type Selected Olalricl County City State/fed Tol.., County City S ...tol/fed Jol ..1
Inl8f5&chof) GfOup 1 0"",,. MClp·T21 Iflle,secuoo 1999 1 51.911 51,911 155.750 l!>U.~84 129.192 129.192 0 i:'~~Jtl4
OeN L... Rd . SH 289/Preslon 10 Dallas Pkwy Dalla. MCIP·T21 WIdII""'ll 1999 1 541.448 541,448 1,642.341 2.131,2:11 0 541,448 2.189.169 l./.J!,LJIInWOOd RtJ @ loyers lane Dalla. MCIP·T21 Inl8:faecltOn 1999 1 15.713 15.113 221.136 3/6.562 169.261 169.281 0 J/tl :llJ.'Beckley @ Conuneree & COlofado (COG Gr 22) Dalla. MCIP·T21 Inl8fs1Slgnal 1999 3 59.489 59.489 116.464 291,442 148.121 148.121 0 2~1"4~'
8uckner @ Scyena 0"",,. MCIP·T21 Inlttrsechon 1999 3 31.651 31,651 131.473 194.115 0 0 191.7/tl l!H II~)
Camp W'SOOITI @ l1ouslon School & Polll(Gr 5) Dalla. MCIPT21 'nI8'&eCoon 1999 3 59.489 59.489 118,464 297,442 148.121 148.121 0 lY/.44iCOIoraoo@ JttHerson Dattal MCIP·T21 Inte,secl.on 1999 3 43.265 43.265 129.792 216,322 108.161 106.161 0 21t.l,.LJ~'
GaSlon @ Munller Dallas MCIP·T21 InfttrsecUon 1999 3 48.673 48.673 146.016 243,362 121.661 121,681 0 :..'4J :ili_'Ga.lon @ Wasll/nglOn Dalla. MCIPT21 tnler 5ocUon 1999 3 54.081 54.061 162.240 210,402 135.201 135,201 0 ~~ III 411.'R.... O.d @ Hamploo & Poll< (GR 6) Danaa MClp·T21 Inlelsechon 1999 3 58.401 58.401 115.220 292,034 146.017 146.011 0 :.!Y! II 14IH 301 RL Tt>omloo Munger 10 Canoll Dana. MCIP·T21 ServtC6 Ad 1999 3 263.804 263.804 1.501.649 2,029.257 0 0 2.():l~.l~)1 1.tJ1U i:l(
inwood Rd lemmon 10 Ht08s Dalla. MClPT21 Wide,uno 1999 3 1.321.648 1,321,648 3.964.943 6,608,239 1.39/.644 162.593 5.02/,602 h,hUl:i,/I~J
Loop 12I8ue"""r . Lake June 10 US 175 DaMas MCIP·T21 Wtde,ung 1999 3 268.293 268,293 1.521,204 2,063.190 0 0 2.063.190 :l,Otd/:JiJHtnes Moto. 10 Oak lawn O"",,s MCIP 121 In18fS8COOn 1999 3 132.237 132,231 3116.109 661.183 528,946 132.231 0 litH IN IQaI< Lawn @ IH 35E Dalla. MCIP·121 Inteu;8Coon 1999 3 40.1153 40,953 233.112 315.018 0 0 )1~.O18 :J 1~} iJ I tl010." @ WoodaU Rodg"'. Dallas MCIP·121 lntersecoon 1999 3 28.122 28.122 160.077 216.321 0 0 216,321 21h.1!1P....rt @ WoudaU Rodg",s Dalla. MClp·121 Imefsecbon 1999 3 42,183 42.183 240.115 324.481 0 0 324,461
3'44/1I1 "'"'""Yarmou,n @ lang Old Dattas MCIP·T21 If.tefsecllOll 1999 4 48.673 48.673 146.016 243.362 121.661 121,661 0 :l4Jth..' C)O81$hOp Alea tmpro¥8lllOOll Dalla. MCIP·T21 RlII1ab 1999 3 0 151.481 629.924 167.405 0 /87,405 0 /tjf4W. ~Tenth Sireel HI'IOne DlSIOCI Dallao MCIP·T21 Rehab 1999 3 0 181.118 148.709 935.687 0 935,687 0 ~J~,tlt11
D_T_. 3.171,_ 3,520.105 12,'75.'54 II.H2,105 '.11'.041 '.134.12' 12.361.233 19.J/2.10~
IH 635 Fron~e Ras Kmgaley to laPrada Galland MC1PT21 frontage Rda 1999 2 1.181,851 1.536.592 3,191.135 5.909,584 0 0 5.909.564 ~,~m,~)lH
"IH 635 Coffloor Vodeo S""'elllanctl Galland MClp·121 ITS 1999 2 220.000 165.000 115.000 1,100.000 550.000 550.000 0 1.1tKllJtklWont.... ParlVSpnng Cr_ Gn."nbell Garl<tnd MCIP·T21 Tfall 1999 2 0 653.1144 199.266 1.453.210 364,321 364.322 0 Utth41L""" Ray Hubbard Trao'" center Garl<tnd MCIP·T21 Trill\stI 11199 2 0 544.024 1.928.810 2.412.834 487.536 1.985.298 0 l.4U,t:U4
G_T_ 1,401,157 2....._ '.'34.211 10.135.'2' 1.401.'51 2.....820 5._.5&4 10,211.0bl
VaU8y Vtt;:w In NM..;OOlson 10 IH 635 f arrners Branch MCIP·T21 Wldtimng 1999 1 520.001 619.839 1.460,160 2.600,000 No Challgti
Campbtlll Rd Jay EU Rd 10 US 75 R,ehanr&on MClp·121 Grade 5ep 1999 1 3.519.700 8.400.199 11.544.164 23.464,663 No Cha'19tllH JO s.Il/>C<l Rd•. MacArthur 10 TRA RR Spul Grand PralO8 MCIP·121 S"",,,,,,Rd 1999 4 494.000 206.000 6.600.000 I.JOO.OOO NoChanQti
Tolllla-NoChanvea 4.533,701 '.228.'31 18.104.324 '3.3114.6fi3 4,533.101 8.226.631 18.10-4.324 )l..l.....btd
Grllfld T_ AN n:A·21 '.111.104 15......803 3••813•••• 6'.672.396 8.111.604 15.961.004 31.•'5.141 ti2.9.,.al~
C_ty of Oall•• 'rom 20 projecla with federal funding to. projecta wtth federal funding. Twetve projeeta tMcome 100% city andlor county runca.d.
City of GiU1.nd 'rom 4 profecla with federid 'unding to 1 project wllh federal funding. Th.... Pfotecta bec~ 100% c'ty andlor county funded.
.• Counly lundulY 01 S220.000 I~ from t~J t Booo t-lllU..b lor tOA Nol MCIP lunOtKI
July 2,2002
To:
From:
Subject:
182DALLAS COUNTYCOMMISSIONERS COURT ADMINISTRATIONDan Savage, Assistant Administrator for Operations
I: 43
Commissioners Court
SO~Dan Savage, Assistant Administratorfor Operations
George Allen Building Traffic Impact Study
BackgroundThe City of Dallas requires a Special Use Permit (SUP) for the construction of newbuildings or the expansion of existing buildings by units of local government. Theexpansion of the George Allen building is covered by this requirement. As part of theSUP application process the City is requiring a Traffic Impact Study for this project.The most expeditious manner of obtaining this information is to use the IndefiniteQuantity Architectural Services contract with Vidaud and Associates and amend WorkOrder NO.4 by adding Amendment NO.4 to that work order. Attached is a proposalfrom Vidaud and Associates for this additional work.
Impact on OperationsThis study is needed to obtain the SUP for the George Allen expansion. It will also beused for the SUP that will be needed for the proposed underground parking garage.
Financial ImpactFunding in the amount of $5,760 is needed for this work. Funds in the amount of$100,000 were set-up in the FY2001 Major Capital Improvement Program for thePlaza/Parking study. About $37,235 remain in this project account.
MIWBEVidaud and Associates is a certified minority vendor.
RecommendationStaff recommends that Amendment NO.4 to Work Order NO.4 with Vidaud andAssociates under the Indefinite Quantity Architectural Services contract be approved in
Dallas County Administration Building411 Elm Street. 3rd Floor Dallas Texas 75202-3317
e-mail: [email protected]
Telephone (214) 653-7650Fax (2 14) 653-6517
183
the amount of $5,760 and that the County Judge be authorized to execute thisamendment. If the Commissioners Court concurs with this request, a Court Order willbe presented at the next regular meeting.
Recommended by
Dan SavageAssistant Administrator for Operations
Attachments
cc: Allen Clemson
18~
vai
June 6.2002
Mr. Dan SavageAssistant Admmlstrator for OperationsDallas County Comnussioners Court Administration411 E:lm Street. j'd FloorDallas. TX 75202-3317
Re: Proposal for a Traffic Impact Study for Development Impact Review - George Allen BuildingExpansion and New Historical Plaza Gara~eConstruction in Downtown Dallas. TexasVAI Project No. 20017.006 (Amendment No.4)
Dear Mr. Savage:
Vidaud ~ Associates Inc. is pleased to submit this proposal to provide professional transportation engineeringservices to assist Dallas County. This proposal is based on discussions you had with Mr. John DeShazo ofDeShazo. Tang &A~soClates Inc
SCOPE OF SERVICES
Our scope of services includes the tasks described below.
TASK 1 - Data Collection
1.1 Assemble recent weekday peak-hour traffic counts at adjacent intersections collected by DT&A for otherDallas County projects.
1.2 Collect existing peak-hour volumes at the site driveways or, if time constraints prohibit this effort,develop assumed values based upon understanding of the garage use.
1.3 Obtain an electronic site plan of the existing building with the proposed expansion for the ground leveland subterranean levels serving vehicular traffic.
; A Obtain a building prug.l am of the existing buIlding and t..'Ie bUilding after the proposed expansion. Also.interview the Client to develop a thorough understanding of the existing and future buildingactivitiesiuses.
TASK 2 - Traffic Analysis
2.1 Summarize the existing weekday peak-hour vehicular traffic generation characteristlcs based upon theinformation obtained in Task L
2.2 Determine the projected weekday peak-hour vehicular traffic volumes, mc1uding new site-generatedtraffic. at the site driveways and adjacent intersections based upon the information obtamed in Task 1.
2.3 Conduct intersectlon level-of-service analyses for the weekday peak hour conditions before and after theproposed expansion.
vldaud + associates incorporated' architecture' engineering' interiors13649 montfort drive' suite 200 • dallas. texas' 75240-4503 • telephone (972) 934-8888
185\lr DJn )J\J::~
Jun" 0. 2IJ02Page 2
2.4 Develop recommended Improvements where appropnate to mitIgate site-related traffic Impacts whereoperatlonal condltlons are reduced below acceptable standards.
2 S Summarize the background. analyses. findings, and recommendations lOa Techmcal Memorandum forsubmittal to the City of Dallas for the Development Impact ReVIew.
FEE FOR SERVICES
VAl proposes to prOVIde the above described services. excluding reimbursable costs, for an amount as set forth onthe attached proposal cost summary. Items of services set forth in the proposal will constitute the scope of servIcesprOVIded.
PROJECT SCHEDULE
45 calendar d'lys after NTP
DELfVER-\BLES
Three (3) copIes of each Techrucal Memorandum. The memorandums will be in 8.5 x 11 bound format withgraphiCS or foldout drawings as necessary to communicate the requITed information.
ASSUMPTIONS
The County wIll assist VAI with the acqui~ition of plans and data noted in Task 1 and 2.
VAI WIll endeavor to conform to the schedule outlined, but will not be responsible for delays due to circumstancesbeyond our control. The proposed schedule allows for limIted delays due to weather and such usual causes fordelay, but may not account for all possible delays.
VAI will not be responsible for preparation of "as-built" documentation of existing facilities. Field investigationsand drawing preparation of eXisting conditions will be limited to the extent required for this study.
VAI will not be responsible for the identification and removal of any hazardous materials such as asbestos. PCB,petroleum, or other regulated matenals.
We are prepared to begin upon approval of our proposal. Vidaud + ASSOCIates Inc. is pleased to have thISopportunity to serve Dallas County agam and looks forward to our ongoing relationship. Feel free to contact us If
you have queS':'~lons.
7-:fl?Timoth D. Strucely, AlAProject ManagerVidaud + Associates, Inc.
Attachments' Proposal Cost Summary
cc: Russell Hrrnes. File
Yldaud + associates incorporated· architecture· engineering· interiors13649 montfort drive· suite 200 • dallas. texas· 75240-4503 • telephone (972) 934-8888
PROPOSAL COST SUMMARY
186
TITLE OF PROJECT AS-1VIDAUD + ASSOCIATES INC. Feasibility Study - Parking Garage/Main Street13649 MONTFORT DRIVE, SUITE 200 Dallas County Engineering & Project ManagementDALLAS, TEXAS 75240 Amendment No.4972/ 934-88881. BASIC SERViCES DIRECT LABOR (Dl) HOURS RATES $ COST $ COST $Principal 0 128.00 0.00Proiect Manager 8 100.00 800.00Architect 0 88.00 0.00Engineer 0 88.00 0.00Cost Estimator 0 82.00 0.00Specification Writer 0 82.00 0.00Field Construction Inspector 0 77.00 0.00Spec & Drawing Review 0 88.00 0.00Designer 0 68.00 0.00Engineering Draftsman 0 52.00 0.00CAD Draftsman 0 52.00 0.00Draftsman 0 48.00 0.00Production Technician 0 43.00 0.00SecretarvlWord Processor 0 38.00 0.00
TOTAL HOURS 8 TOTAL LABOR $ 800.00Mechanical/Plumbing / Electrical Engineering 0.00Cost Estimatinq 0.00Civil Engineerina 0.00Structural Enaineerinq 0.00Transportation Engineerinq Consultant - DeShazo, Tang & Associates 4,950.001. TOTAL BASIC SERVICES 5,750.00REIMBURSABLES (estimated)Printing (review sets, presentations) 0.00Printinq 0.00Fax TransmissionsLona Distance Telephone 0.00Mileaae 10.00Delivery 0.00Photoqraphy (prior to Construction) 0.00Photoqraphy (during Construction) 0.00Postaae/Shippina 0.00Presentation Materials (vignettes, presentations. etc.)Other
TDLR Review Fee 0.00
2. ESTIMATED TOTALREIMBURSABLES 10.00
NON-BASIC SERVICES
3. TOTAL NON-BASIC SERVICES 0.00
4. TOTAL LABOR COST (Sum of 1 and 3) (does not include reimbursablesl 5,750.005. TOTAL COST INCLUDING REIMBURSABLES 5,760.00DATE SIGNATURE OF PREPARER
6-Jun-02 Timothy D. Strucely
July 2,2002
To:
From:
Subject:
187DALLAS COUNTYCOMMISSIONERS COURT ADMINISTRATIONDan Savage, Assistant Administrator for Operations
S: 49
Commissioners Courtr:\ ~.
Dan SavageUbAssistant Administrator for Operations
Extension of Texas Engineering Experiment Station (TEES) MonitoringAgreement
BackgroundBy Court Order 97-2094 dated November 17, 1997, the Commissioners Courtauthorized the engagement of TEES to provide independent third party energymanagement baseline measurements and monitoring services. This agreement hasbeen extended three times previously. Attached is a proposed Extension NO.4. Itextends the monitoring agreement one year and includes funds to revise and expandthe draft report for the first year on the performance guarantee to enable Dallas Countyand American Energy & Power (AEP) to negotiate a buyout of the Enershop contract.
Operational ImpactThis extension will enable TEES to continue monitoring the energy consumption in thebuildings covered by the Enershop project. It will also enable the County to documentthe savings achieved under this contract and report those savings to the State of Texasto help fulfill the new energy conservation requirements set forth in Senate Bill 5.
Financial ImpactThe estimated cost of this extension is $49,830.00. A portion of this work will occur inFY2003. Funds in the amount of $19,207.00 are available in the Engineering andProject Management Other Contractual Services account for work that will beperformed through September 30,2002. The remainder will be funded in next year'sbudget.
LegalThe attached agreement conforms with the terms of the original 1997 agreement whichcontemplated extensions through the eight year performance guarantee period at theCounty's option.
Dallas County Administration Building411 Elm Street, 3rd Floor Dallas Texas 75202-3317
e-mail: [email protected]
Telephone (214) 653-7650Fax (214) 653-6517
188
RecommendationStaff recommends approval of the proposed Extension NO.4 of the TEES Agreementfor energy monitoring services.
Recommended by:
cc: Allen Clemson
i89
STATEMENT OF SERVICESENERGY MANAGEMENT
BASELINE MEASUREMENT & MONITORING AGREEMENT
EXTENSION NUMBER 4
Whereas, Dallas County, Texas ("County") and the Texas Engineering ExperimentStation, Texas A&M University ("TEES") entered into an agreement effective November1997, whereby TEES would provide services to County necessary to measure, analyzeand establish baseline energy usage for thirteen (13) Dallas County facilities("Agreement"); and
Whereas, by its terms, the Agreement was for a period of one (1) year, subject to anyextension as may be agreed upon by the parties; and
Whereas, the parties, by Extension Number 1, extended the Agreement for a period ofsix (6) months ending May 17, 1999; and
Whereas, the parties, by Extension Number 2, extended the Agreement for a period ofone (1) year ending May 17, 2000; and
Whereas, the parties, by Extension Number 3, extended the Agreement for a period oftwo (2) years ending May 17, 2002; and
Whereas, the parties hereby wish to extend the Agreement for a period of one (1) year.
Therefore, the parties agree as follows:
1. The Agreement is hereby extended for a period of one (1) year, and shall expireon May 17, 2003, subject to any further extensions as may be agreed upon inwriting by the parties.
2. For the purposes of the Extension Number 4, TEES shall be paid up to$49,830.00 for monitoring, data reporting and analysis work for the thirteen (13)Dallas County facilities, for revising the draft first year performance report andfor data equipment maintenance.
190
3. With the exception of the changes in the term of the Agreement and theexpiration date, and the additional compensation up to $49,830.00 for workperformed during this Extension Number 4 period, all other provisions of theAgreement remain the same and in full force and effect.
Executed this the day of , 2003
TEXAS ENGINEERING EXPERIMENTSTATION
By: _
Russell Brewer, DirectorOffice of Sponsored Research
DALLAS COUNTY
Dallas County JudgeLee F. Jackson
191
June 26. 2002
To:
From:
DALLAS COUNTYHUMAN RESOURCES/CIVIL SERVICE
Members of the Commissioners Court
Mattye Mauldin-Taylor, Ph.D.,Director of Human Resources/Civil Service
Subject: Request to Approve starting salary above maximum Human Resources-approvedhiring rate - Public Works
BackgroundDonald Holzwarth. P.E., in the Public Works Department, requests authorization (Attachment A)to compensate either of two potential candidates for the position of Field Survey Technician,grade FM, who are Registered Professional Land Surveyors (RPLS), at $53,832 per year. Thissalary is above the maximum in-hire annual salary of $43,068 and is the maximum for the rangeof this job title. In accordance with the Dallas County Code, Section 86-134, the HumanResources/Civil Service Department can approve starting salaries up to .04% below the midpoint(the maximum in-hire rate). Any salary requests above this rate must be approved in advance byCommissioners Court.
Two job candidates with relevant experience and RPLS licensing have indicated they would beinterested in the position if the starting salary were in the $55,000 range (Attachment B). A totalof four applicants applied for the position since it was posted on February 12, 2002. TheDepartment has stated their inability to fill this position has created the need for additionalconsulting fees for the County. Human Resources has included their attachment outlining theseanticipated consulting costs (Attachment C).
The position was advertised in the Dallas Morning News on five (5) occasions and on variouswebsites, including sites specific to this field (Attachment D). These efforts resulted in therecruiting of four qualified applicants, two of whom did not have relevant experience orcertification.
Impact 00 OperationsThe Public Works Department states that the failure to hire a potential applicant may furtherdelay the implementation and/or the management of surveying projects and further increase
consulting costs.
509 Main StreetRecords Building
Dallas, TexasEqual Opportunity Employer 214.653.7638
ABS I\DATAl .GROlJPS\PRSONNLSnefingslRequest to approve starting salary above MIH]Wdoc
192
Financial ImpactThe maximum in-hire rate for the RPLS Field Survey Technician is currently $43,068 annually.The requested salary is $53,832, for an additional financial impact of $12,341, which includes
benefits.
RecommendationThe current Dallas County Code does not allow Human Resources to approve salary requestsabove the maximum in-hire rate. Therefore, the Human Resources Department submits thisrequest to Commissioners Court for further consideration.
Recommended by:
509 Main StreetRecords Building
l • auldin-Taylor, Ph.D.Direct r of Human Resources/Ci
Dallas. TexasEqual Opportunity Employer 214.6537638
ABS IDATAl GROUPS'PRSONNLBnet'ingsIRequesllo approve swtlng salary above MIH]W doc
193
DALLAS COUNTYPUBLIC WORKS
24 June 2002
ME MORA N DUM:
TO:
FROM:
Human Resources Department
Donald R. Holzwarth, P.E.Director
SUBJECT: Exception Request to Present Pay Schedule for Registered Professional Land Surveyor(RPLS)/ Field Survey Technician (Party Chief)
BACKGROUND
Public Works, as part of its overall restructuring plan as submitted in the 200 I budget attempted,with considerable help from Human Resources (HR), to hire a person to fill the captionedposition at the presently authorized rate of pay. The salary survey by HR set the pay designationas FM with a maximum in-hire rate of $43,068.00 annually. During the salary survey HR haddifficulty finding data for positions which have similar requirements to Public Works,particularly, the requirement that the Party Chief be a Registered Professional Land Surveyor(RPLS) whose usual place of duty will be in the field. The RPLS designation is critical in orderfor the survey work to be acceptable as finished surveying work product acceptable for allpurposes, technical and legal. As we attempted to fill this critical vacancy we interviewed threeRPLSs who took other positions at higher pay. We contacted North Texas Municipal WaterDistrict which faces the same situation and has advertised their vacancy since Feb 10, 2002offering a salary between $56,896/year and $62,728/ year. As of 20 May 2002 the District hadbeen unable to hire an RPLS. We now are in contact with two RPLSs we interviewed earlier whoindicate that they would probably still accept our job offer if the starting salary were in the$55,000.00 range. The Texas State Board of Land Surveying, the agency which licensessurveyors, has passed a regulation effective January 2003 requiring candidates for RPLS licensesto have a Bachelor's Degree with a minimum of 32 credit-hours in survey-related subjects. Thiscould further reduce the "pool" of available, qualified RPLSs driving the prevailing salary evenhigher.
FINANCIAL IMPACT
We propose that an exception be granted in the case of this position so that we may offer asuccessful candidate $53,832 annually, the maximum for the current FM range for the SurveyTechnician (Party Chief). This is in the same range as beginning Civil Engineering Designers,the entry-level position for unlicensed civil engineering graduates in this Department. We furtherrecommend that HR complete another classification study, given the change requiring a BSdegree for an RPLS license. The attached cost comparison indicates that hiring a two-personfield survey party with the Party Chief at the recommended salary will save approximately$$4,829.00 per five-day surveying project under the cost of using the survey consultant. Almost$300,000.000 of work orders were issued in 15 months during the prior IDQ surveying contract.
411 Elm Street, 4th Floor Dallas, Texas 75202 (214) 653-7151
194
Commissioners Court25 June 2002Page Two
Funds for these services are contained in the cost estimates for Bond Issue and MCIP projects.Survey work performed for other County Departments will be funded by the requestor's fundingsources.
SCHEDULE
The RPLSs and the Instrumentman can begin work immediately with two weeks notice. Thereare immediate surveying needs for the MCIP and Open Space programs
RECOMMENDATION
We recommend that HR be authorized to determine the candidate RPLS's qualifications andstarting pay rate based on hiring in at the maximum pay for an FM, $53,832.00. We alsorecommend that HR be authorized to do another reclassification study for the RPLS positionbased on the change in requirements and our history of failure to hire.
RECOMMENDED BY:
Donald R. Holzwarth, P.E.Director of Public Works
DHljdhattach (2):
rplsbm.wdl
Cost Comparison- Consultant vs. In-House Surveying
DALLAS COUNTY EMPLOYMENT APPLICATIONEQUAL OPPORTUNITY EMPLOYER
DATE: S(el/OLe
POSITION TITLE: f,,~'1 ( 1-\ ,.-:: ~ (~? \...~ ) REQUISITION #: DEPT.: Minimum Salary Expected (mollthly): sS ,oa 0
SECTION I - PERSONAL DATANAME (LAST) (FIRST) (MIDDLE) TSOCIAL SECURITY NUMBER TELEPIIONE NUMOER(S) (AREA CODE AND No)
I I ( ) I DAYTIME-., . . _. -.. ... I ( ) I ALTERNATE,A("·'or.~~ 1:)011:'1: " (CITY) l\'r4TF\ 11...1' Com:) IDRIVER'S LICENSE NUMBER~ (STATE) (TYPE)
;'1 (RESTRICTIONS)...1
-l'Ilf.VIOUS AIHlIlr.SS DUlliNG Tllr. LAST fIVE YF.AIlS
-_._-~
I <'----- .- r'TV STATr. ?~ FROM (MOIYR) To (Mo/Yllj, ( I ) ( I ).... ~.., ......, ".... ", .. _ ","'\"JV
SECTION II - OTHER EMPLOYMENT-RELATED INFORMATIONDESIRED EMPLOYMENT STATUS (CIIECK BELOW): HAVE YOU EVER OEEN EMPLOYED OY DALLAS COUNTY? (I) 0 YES (2) Jilt. NO LIST ANY RELATIVES WORKING FOR DALLAS COUNTY:
(NAME) (DEPARTAffNT)
(I) Ji1l fULL-TIME (2) 0 PART-TIME (3) 0 TEMPORARY DEPARTMENT(S): DATE: t:,klNC-
DATE:
IF NOT A U.S. CITIZEN, CAN YOU, AFTElt EMPLOYMENT, SUBMIT VERIFICATION OF YOUR LEGAL RIGIITTO WORK IN TilE U.S.? (I) 0 YES (2) 0 NO
As an adult have you ever been convicted for anything other than a minor traffic violation? (1) 0 yes (2)Ja no
II :\vt! yOll ever hl'ell c1t!lIiecl :\ slIrely hOlld'! (I) 0 yes (2)}:;( 110
IIF YOU ANSWER "YES" TO ANY OF TilE ABOVE QUESTIONS, PLEASE ATTACII A DETAI1.ED EXPlANATION,
SECflON III - EDUCATION Lilt. TllAlNING111011 SCIIOOL COMPLETE ADDRESS Ni PI GRADUATED: (0 YES 0 NO) OR GED/JitYES 0 NO) (/FYOUANSWI-:RED "NO" TOBOT/l
ATTL\:..EO~O I '. QUESTIONS. INDICATE TIlE /IIGI/ESTGRADE COMPLETED: ),,\\ LE ~()RO \-\\bl-\ SCHOOL 07-/0'3COLLEGE OR UNIVERSITY COMPLETE ADDRESS DEGREE (0 YES 0 NO) TYPE OF DEGREE:
(NUMOER OF 1I0URS COMPLETED): .- FIELD OF STUDY:
COLLEGE OR UNIVERSITY COMPLETE ADDRESS DEGREE (0 YES 0 NO) TYPE OF DEGREE:
(NUMBER OF 1I0URS COMPLETED):,
FIELD OF STUDY:
ITRAJ)(, SCIlOOI. COMrLHE IIDl>RESS DEGREE (0 YES 0 NO)lCEllTJFICATION~O YES 0 NO) TYI'E OF DEGREE/CEItTlr:'CATE---
(NUMBER OF CLOCKJcREOIT 1I0URS COM HEn): FIELD OF STUDY:
LIST ANY JOO RELATED CERTIFICIlTEsiCERTlFICATlONsiliCENSES TIIAT YOU IIAVE: OilTE ISSUED: ICURRENT: (B:, YES 0 NO)--
R€.6\~'ER\:O ?RO f E'S'SI{)l')PI L LI\{\)Q 'S \)R\J E '(O~ --\I\N 07.-UST ANY JOII RI'LATEDOTIIEK I'DUCATION, T1tAINING. OR SrECIAL SKILLS TIIAT YOU IIAVE:
-:<'£l:.- "\~"'..\.M-:;::
UST ANY MACIJlNES OR EQUIPMENT TIIAT YOU ARE QUALIFIED AND EXPEllIENCI'D AT OrERATlNG:
"'Jrc 11 \'. -:-)'):I-':~
(SPEAK) I\J ON r;; (READ) (WRITE),---~~
I.IST ANY I.ANGUAGES TIIAT YOU FLUENTL Y:
(DALLAS COUNTY I'OLICY REQUIRES THAT ALL MALE AI'PLICANTS BETWEEN nlE AGES OF 18 AND 26 SHOW PROo/,' OF FEDEllAL SELECTIVE SERVICEREGISTRATION, OR EXEMPTION TIIEREOF),ARE YOU A MALE DETWEEN HIE AGES Of 18 AND 261 (I) 0 YES (2) ~NO ARE YOU REGISTERED WITH SELECTIVE SERVICE1 (I) 0 YES (2)gNO
-\.QU.
:', I, I
:'i l
)
.'1'1
, J
....-\.ClCJ\
SECTION IV .. WORK EXI'ERIENCI'
SECflON V - CHARACfER REFERENCES (List tllru clltlrQc~~rreferenus otll~r tIll", former employers or relati\'e.s)IV-q "1\\1")<,(\1''' Address:'- Phone: ()l't· ';'~,r,!( "':>'''''Occupation: .. ,'.' .. \ ". (~' i'.·.· 'f
,?,r~r-.·".)\ ) Address: .----- rhone: :"": . ,>.,. ,.;1., Occllpalion: " .," ." ~c:..~Lt)'C \ f'\ \.......:.~.:......:.:.....:.'.-....:.......:.......:....._..::...:..:....:.....', Address: .._-.- Phone: "':-/', . ".'be, h"r.~Occllpalion:__~,\" '.c~!...._:::'i:S\\~lIt, I
-- - - --- --- - --- .-. -, ---------. --' . -- ... ------(UST TlIE LAST 10 YEARS' WORK EXPERIENCE BEGINNING WITlI MOST RECENT)
(I) NAME OF EMrLOYEIl TYPE OF OUSINESS NAME AND TITLE OF SUPERVISOR WAS EMI'LOYMENT. I \.' .J, '. t-.-,
"
'1'~':·· ,; 1~",~Y,\)\~ Ir·,V.S ,y;:"'/E.'{ 'tV l, ,,,po.\,,\. '(\~\OV.\\'\ FULL-TlME~ PART-TIME 0
,,,,;' r 'I)" " \-'1" ' ...' '. 'J TnErIlONE NUMnFR ( 'I?:' ) '":?,(, . (-'"':\ \
A()()lIlSS (CITY) (STAn) (LJI'CODl)
':.,c "" f\\'1"-~t)r.'.\ n...-'--_."
DATES EMPLOYED: STARTING TITlE: Vf\'(.'\'\ (\\'r-.{" LAST TITLE: ':'.\\\,", \' f'" If 0\ n\( ,l\jJ REASON FOR LEAVING:(MONTIIIYEAR) STARTING SALARY: ~ r~.t'\D \-.~ ENDING SALARY: '!~ \.'''?; - <'''3. US!-- \ ~[Ck"": AFROM Z I ')/ TO -~ I O'"L \? ~ (-. I,e .., Fe c..9 <'l~\:<" \1 (': 'I ()\(DESCRIPTION OF DUTIES: ~~~x: ~,r': .\\\.,....':-:
~,',--
-'--'---
(2) NAME OF EMrLOYEn TYPE OF nUSINESS NAME AND TITLE OF SUPERVISOR WAS EMPLOYMENT
$\)'i~,:-(E'( \ E\·\hll)EJ \ I\'J/~ ALI\N cr"'. \ l--l 'f: OS:'" FULL-TIME I!( PART-TIME 0r\·.-I.~ ..... , J <".J':-. t rr'·.>() l-'\'" b.jlU ,\".,'••.. , TELEPIIONE NUMnER ( ) I I') I !".lhF !.: 1')'iH T" \: t/\
AODRESS (Clrr) (STATE) (lIp Com:)
Fo~ \. ~~t\\'--\ \. '. ""N-.. .
DATES EMPLOYED: STARTING TITLE: ~'po.¥:.\'\. c..\~ \{' ~ LAST TITLE: 'i=''"Y:::'Y'\ O\\'£Y REASON FOR LEAVING:
(MONTIIIY£lR) STARTING SALARY: 1( \-:1, • f) D \,'r ENDING SALARY: \\r··.. f"\() \l~~
FROM sl "'II" TO -':"!C')( I\\'{ vo~~-, ,')0\.01,)
DESCRIPTION OF DUTIES: SEE .: . , .•- 1\ ('''•.-
(3) NAME OF EMrLOYEn TYPE OF OUSINESS NAME AND TITLE OF SUPERVISOR J WAS EMPLOYMENT
\ \L'\' () ,,) € -: .'....,:.', !!'~ N i'" L"'~"'\ '1 \L.TOf' FULL-TIME'1£( PART-TIME 0h<"J·',Oc. TELErllONE NUMIII:R ( )
ADDRESS (CITY) (STArt) (lWCODf.)Ntl't~'T t\ 1\"\, l , '''.f'':-:' () 1~1f'l
DATES EMPLOYED: STARTING TITlE: \" ,-. '; ,'" \"-~- lAST TITlE: REASON FOR LEAVING:
(1tIONTIVY£lR) STARTING SALARY: t\ X> DO bY: ENDING SALARY: 1\ l(n .l')() \-'7 ~>' H'"i\ \:.. \-> ~() IN)\!~ Y:'-'I: K
FROM ,'," / C\ :~ TO "\ I~~ ,:i "0 \ ': '.(f-'<:')
DESCRIPTION OF DUTIES: ":\C" v~ '-'I)!l\'
i-,-~--
(I) Name:(2) Name:(3) Name:
I certify Ihal all inlonnalion provided in Ihis applicalion is true and correct. and that any misrepresentation may be grounds lor tennination. I IInderstand Ihal any em(lloymcnt oller is conllrlgcnl "POIIverification of all documentation as may be required by Dallas County. (authorize Dallas County to conlnct the persons and entities listed in this npplication. nnd fUr1hcr authorize thc relcase of nllY illld nilinfonnation Ihat may be relevant 10 this applicDtion, I hereby release Dallas County. and any entity which releases infonnation about me to Dallas County. for any reasonnble actions taken in verifying tillS
application or conducting a criminal history background check, I understand thnt acceptance or this ap(llicnlion by Dallas County will result in il becoming an onieinl document subject 10 (luhlic disclosureunder the:: Tex.a.s. rubli,. ,"..-- .
Signatur, Y /' L./~ Dale::S/"?7/0 "Z-
PIes Fonn 300r ([(cvised (WOI)
197
Dallas (OUIlty Employment I\pplicalion
( J"O-~~:.L:.,-(-"7 .. )-:_~-_:w-,-,---"(Hlicc': (:1-1) 1,:'i3,'wS :I~In!): :~I,I)) 7J:'i 2<;.'''1\\ ~ h:;it.c: \4W"' . .:lJoill.l~;':lJU ltt~ _(Jr~
)
)lXz:rmcnr Name
(
)
J• •
Rcq\lbirion ~ulllbcr
) (
~.;.\ ... .;. r~J thl) f'Jikl.~.:n~ b';';!I.,;r~ 1,,;4JU':pI'llt:;I~ tht: -::1 I:' 1·.1.:" 1%'h,llt ;~?li'::'''iQr1. :\;>V'UC:;<t~) Jro,,; ';"~1.~ii.n.'d \1, iWClut r·':~i\."'\i II) (:\,..:, ~'1\h'l(. #..,:ij ~t;:n, ~";'~ n.lt.IV," l' <.1f1pn..•~ ,%,
~~;'h,lIrty. ',\It lU~~h)~\ r.IL1IIot h~ Itl,;\\,"..::r~l Y\';\j miY trl::h:~.1': :r(\t,;.t r~li~'~_ HIH\'':''''': r":",un"':.·l \olI:ll I\~"( n...: ac.;""l~ .\'\ '" ~l.h!>tll\..:t..: (.,)( .T"pll~ll;:n.". ?:cc,..: ~}'?<: cr rrmt,,;,.;.urt ... (N~.j." ~ hl\1l: Q'\L;, t /\ 11<::IU:')ft! ar.: ~.c.l'e..:t,.:.i."d t(\t"'.\~d..:d. tn hlrln.c. d..~a:-.m..:t'lU hu.:j lnoL:.v O(l lJ"c l;,t;rnat".jn ~1t~jniJL! :.l1 ..'T:Zn..'
L1
1'dePIIone Numtlen
Dl1Yrml
L, .--- J I -llt-ll;;:. ."~ r
Ji Do you h:n-e a driver'i 1ict'lUe? Er'YES
! SJilJe f~'7le4: ) TylkC
CNO
'-"'-~II ••
Do )OU b,,~e aD)' ~btiyel wudd.Dj( ror tnlla., County?o TIS [!t" NO (I! ycll, pkase COIllPl~ the! infCXT.1ation below)
CIty
.~
•I Hlive you ever hem cmplo)~ by D1I!b1s County?1 0 YES (9"" NO (If )'I-'!, pl~ CQlIlpl~.:: tk inf'ormntion be;OW)I
Street Addl"eil
r,L
DI;,'AR'I'Ml:N'((S) DATES (MOIYR) f",A.sr NAME fIRST NAME DEPARTME~n
( ) [ I ) [ :J[ )[ )
l ) L ] ) ( H )Arc you legAlly ellri~d to wnrk in me U.s.? Cl YES C NO .IA' lUI udlllt, b:lv.e yoo fI\·tr been com1eted of llnythin:g other tban II minor tral!ic Tiobtioa? C YES (},fusl Quach d:rails) ~ NO
Have you c\'cr bCCh dellied 0 ('llTety bond? 0 YES (Must C!CQch defatls) ~ NOtill·.·<: you &!\'er worloed under :I dif'fereot nsmc? Cl YES e- NO Ifyes, provide full name used
Ifyou :lI1SW'Nd "YES" to IIny orthe lIbO\'e questions, please pru\'iue cl<:lllilcd e~pI3nsl1M.
" .' .~ .' 5,£(;flON UI-'EDUC.~TION-\ND'I'RAI'lINC . ~.. ,..,., ......,;--; - - .' - . , ... , . . ':". . .;_. r.: - . - '..
'NA.r..u:: 01:' IllUll ~C[lUOL CrrY/STATI: VlPLOY.A'? G-'YES Cl NO
)[Gllrr. C YES CI NO
[ {,.., t30',." dI(:,r~ ScHGO(.. llde.rz..:d \- )le~ IiYIlI: ll:n:swe:r~ "N()~ t.o both ofth= qU\:liticn.s, pl~:;:indicate the hi3hesl grade \:~lded:
UJLLF.GF. OR t.TNIV::RS!'TY CITY/STATE GRADUATE»? e-- YES Cl NO
( 6.'5, l~. AU":lTi" ~~~ ,JA~G.C£X.lIc5\ ~
Type of degree:~"'6.P1H.l.l ( )".hH',)~''r~ Number of hoUf1l CWlple:tcd: /L/tj
Held of stud>~ I f"oJ.,f":JT(J...y 1COLLEGE OR TJN'lVER.SrrY CITYISTATl-: GRADUATED? 0 YES CI 1\0
( )( )
[ )Type of de~ets:
. Number ofhours com~lc;t..:d I )
neld tlf stuC.y. [ I'===04 ....
. TRADE ~C I K)()L CrrYIST.A.TE GRADUA1ED? Cl YES CI -:-10, CI::'iUlt'l(:ATION? 0 YES r::: NO
( JT)p<: of ~='certi.ficati'"-1: [ )Number ofc:loc!clCfcdithours complctllU: ! 1
"- ,.j fI':.I'J_• .J.._ I \
198 - - -:-,
. ,'.< ...,...• ,..•..."... "'.""~'-;-":~"'l"'';'' ',''';',''.' ' .. , .........'.U( ., ....'.'1•. \('.,., ..• J",'IC", C-.,'l.' 1',11',' ',,' . ",-,., ",(' " , ') .. ," 'rn ,. ,\.. ~ ,-, ._. ',.--. • _ -...., J n ... ~ ~ _ - v,' ... _ r ._ .__ " : .......... : ,',:, -\ ( .. i, .• \,. ...... '\:) \ i:. .... ;~ i:-:,,"i .. ~\':1: 'Jl.r ;t:t'_7: ....... :'Jp <;;.:,,:,
l}Lsrurutl e D I.:m .. ~ C
A.~y LANUUA<.;!;S 011 iF.R 1'HAN ENGLISH' 0 YES
li51 .l:l\' machi.nts or e ill mec.t:hat ',au a.r~
~\\ ~ Wb~~, vA ~ f.'U.EL, 'IN.lel2..tolc~
tf
t.'
i.i'it 1m) :o':r-n::I,1:c:d du.:n.tioll. t:":lining. or ;peclal skills.
I-I ~€etlCU'te \ (P..~JI.~I'i \ L~\l~'-I ~S \Ol'AL ~rATlo~
LX) YOU SPEAK n READ n WRrI:E 0
(!l' "Y1S", !}''DICATE LA."mUA<7ES) ["- ~)
Lansrua cA
V ll.1='U,.U.fl("l..i: ()
a~~"'\'AT\ON~
[ TiIlA6!.~ 6u.'I~ )ENDJ'<G SALARY
I ~ 4DK
!'J YES e- NO., (If)'C3.musl~wprC<lfofs¢!~tiver.e:r;ice)Cl YES ra- NO .
ARE YOU /\ MALE BETWEEN THE .....OES OF : 8 A.~D 26'?ARb YOU REGlSTEREn \VITH SELECTIVE SERVICE?
!l'ROMIll-/8e> ~ IIICltW.~'iE.'" ). J STARTll"O AAr.ARY
TO [~t:lt) [ !~t.
J)=:l'.t\l.I...CD DESCRJPTION OF 109 Dt7I1ES;
,.-. _~f:(~~~Ot'i:,l\' - ~\:_ORK}::_'-I!k::ur~~<:£ (PROVIDE .\DOlTION,,\~~\qRK E:\.P'£RtE~":t. f.iKHT. IF :'{EF.DFD). , ,
"
(1) N.AMF. OF EMPLOYER TYPli OF BUSLN~SS NAMF. Or StJT>F.RVTSOR Ft.r~TIME .a-
i 1e:.-.lN~"· .,.. t\LI'\t-lC F'DctE.~1" t;'~ 6et..~~119t;' ( PAU-l,.. IltJ.loo..t J ~ART-TIME CJI ?~w.~,.~ ~. TFT.ET'HOm NUMBERl [ qS{p~ tlt'l-IL{l/o 1A nf)Q1=~S t),8;'L STATE ZIP CODp.
~ ~.'\E~9Lt:. \:le.. C ) [ l E.""~ 1 [ 1Sqql )
~lebU:.'p- 1'5~1
DATES (MOIY.R) 5TARTING TITT....E .eNL>lNO Trill REASON fOR L.l£AVlNG
[ 'F"0Itf~ ~a.\ll~ ) [~J'lpSUJU5~FROM [ O(,{a" I) \;£"te. ~ "'~t '1b
STARllliGS~Y F.l'<"D'!NG SALARY '\:)1.(..u\~ I'\,..l() ~All.£TO lctple,t... ) 1 4Sz.! ~ ) [ ~d~~ ) A folEW ~ClJ:e:~
DETAll,ED DESCRJPT10N OF JOB DUTIES:
/...ANt) ~C.E~ t A'G:l~"'.lIO~-::', A~n- 'XU-\t.\J"{. l.Jh:'\)!TtVl\'~ e\)At..Ul\tloto1 I~ ~PA.."I~AL. 1/".t~.rJt!~T'
Pt.A I'1NI ~ ~ ,"i 1Yt\ fle.~ 1M f\NAG>Clt\e 1M "i , c.or-l~~j\(,:.oa.. ~Qt.'l..u, ")\otJ , o rF't(:." A"hy.l~\ ~TA. ... "tlON,
B~t:G>erl~"~ p..e.fO~'Nc, I y..iI~ 1c..1'5 G1~A~E, ef'.l\JIIl...W.~[t'AL-/Ae-4)"'MIe..~ • .,. (lM~~ ~It0c:J.4A.e>"1e...n-.
(2) NAM1:: 01' t:M?LOY£R ITPE OF BU5INl::S~ NAME OF SUPERVISOR FUi.r.-l1MF. S--
[~~"c>'T1l.'f '50c.&."f1" "I....'C... ) [ '7i1tt6a. ] [ g~(j\N '"'f;qK~i~lU. )~~UL TELEPHONE NUMBeR PARI-TIME l:l
I ;H;·M~·(,ts~ ) IAnTm,ESS CITY STATE cJ!?itJ D.o.8O'f.1Qt ) ! Zwct.U£ II '-'" ) )
,I DATES ~MO'YR) 5TARm:Cn!I1.E J::ND!NO Tn1£ RE.".SON FOR LEAvt'-:O
-
I ~:,.\ A~·l.le> A~f) liJ\ANAc..&'l\~~T 0 lr ~AA tolc.tt .oj;: Fl<:.E' \ ~ ~~\\) ~~o... I u.. 'Ti ~ 6t:.'l2.I €OA ...I.lAi IbN • BlO P/t::fA4,;4TU>"". Ml) ;!,tjtv!::S'f' ~..l.~l!~\Jt'l~.
199
( )'\
Cl 'YES t:I NO (If yes, must sh9~ proof of sclcc:lhc :>.:rvi\X:)t:I YES t:I NO'
(IF "yr-;))", TNDICATE IA'iGUAGES) (... ~)
IAn III cA
)t:l
[)LJ:llm eR uo eC
(ANY J..A.l';GUADf..,\ OTIlF.R iMAN 'E.'mLlSH? t:l YESWRITE 0RFAD n
A..'lli YOU AMAlE DET\\"EEN TIm AGES OF 18 Ah"D 26?:\..T:U: YOU REGISTERED v.'I!H SEL.I::<..'11 \Ill SER\lICf::?
00 YOC S?EAK c:
I LIst C11Y' m:.:!"ille... or a:ui: I
)TYPl:: OF BUSlNliSS
IIw.$e t..rN.~~"'lt.y
NAME 0: SlJPF.RVTSOR
( WA~\) c..~ITI.F.I'HONE NUMBER
( '3[B-~("z..-&i~
) PART.T1Mfo: Cl
)ZIP CODE
):\DDRESf.
IJAlbS (MOIYR)i
FROM ( o:.!'Co )i TO Il'Z../'t'D 1I
STARTDl'G Tl11.E
[Tl~\#.~a. &.~" }STARTING SALI\RY
dJ I~/l.. 1
LND11'Ci TIT: .F.
[ Aa.E~ FOjZ.e:,nQ. )ENDil'Iv SALARY
( $ 50 t(. )
REASON FOR LEAvn-;O
DETAiLED Dl;:S<":IWJ110N 0;; JOB DtiTIES:
vVtA~t\o>e...,~~l\ ~u.ge"vdlC>"t, i ~(W~Jl\.ilb'l or:: Fop-.c~r DP~4Tlb.-lS. ecN~A:::, A~I~I''?1\l'14"
6>..."rl'-AO !'>Uk~U\~lbM, ~"""'I?Ic..I'5 C).~"Go£. A~$(!.'T ~ce.M"'~ f (1--'~~l2.. Au.OUIT10f0i ~ t'~~~'t.'
&.ll::C.~I~, A\j ...... IN'!o"tMI1OIJ. ~"'t> ~e.PcA'TtNl..
: (2) NAME Of EMPLOYER
i[ lelAf> \)o:T
lr""DATES (MOIYR)
TYPE OF BUSINESS NA.\{F. OF SL'PERVISOR FUT.L-TTM'F. e-
) ~'T( ( ~~c.t<. ~t1.c... 1~<'lflt£"11Il (, n:l.F:PHONE NUMBER t'AK1".'11MF. 0
l )
NAuGAA~t{e~ -Iej~ZrPCOOE
) :J[ ,[ 1 '5£1&/ }
E.'IDING lULE ?FASON FOR LEAVlNG
) ( E,/iGJ-. 1(:c.\\ :It 1 o~PeA."TUl'l \"N 1t> u,)6t.eENDING SAL\RY IN (pu.eCiE. 'F'1~L..t> cF
) ( b [~l(. ) .,....\0'/
E.tJ.a,t~~ TeC.i4 I ~'t&. -:; ~vc:" PM>...\"'t U\e.~. ~1Il~,"AA(."l~tJ L.!~f'o!C.TI~N.
aO£A\f.. l1''i.0'.l.'l' 1 c.u.tR·~ t. G::. ~a., Go~ ref' l,-t.Ii>~.,... ,e:c..TI-.l ~VEl..14l~.
C.i4A\'- 1~~ik\l)oolCIttt' w\AIo!.
::
200l YI'! (; IJ\i.:;.'I .. ",
'-----);
lrAN.\)mA~~ (et-Jul2.,-:::u.~'t'~ ~ I 1 (~ t.4~Tl'" ?
:-',\~II (ll SI.iI'I.KViS()I~ 1-,;1: .::MF 3'"
[ PCf;d,T L-. D=;~"LJill':IO.'iU-itlMlllcR 1'1\l{1.11~~E a
!
DLTAILF.n DESCRIPTI()~ ()~ JOB DUTIES:
DAns (MOIYR)
FROM Io'? htf ~
TO 1~/11)
STJ\R'f!!'.;G nn.E
[(aHl-t 1C.1"~ 1STARTING SALAAY
( )
ENDlNG nrLF.
( ~"AQ,''fUIlJ'!E.."'JDLNU SALARY
[ l
REASON l'OR WAVTNO
60u.~tA~'i ~~\\e.'il~", It \lI\e>f.l2" ~~U.l6IN(" Oee~ fZE~~. (H~IN)t\AAJ,!.~\W""'l:.~,~J'\N, R4-aJi (.~lf.r _.__
FULL,.TIME 0
PART-TIME 0
R.EhSON FOR LEAVING
1
NAMe OF STJrF.RVlSOR
! )
ENDING mu:
)
)
TYPE OF BUSINESS
T8 .FI'HONE NUM.aITR
( )crry SIi\IE ZIP CMF.'- H ) L -'"- J
STARTINO lULE
STARJno;O SAlARY
(
)
(4) NAME or F.MPLOYER
III
(__----J) I
i[ JI
'
IT cmiCy lhat aU inrormation pIU\'idcd in t:'1i:s «pplie.a:tion is true lIJld eorrect, and l!l5t =y mirinfonnaliol\ nay be iftlWlds fur ~nni.nutioli. I IWldI:l".>l.1Cd lha: my ~'U1Ployment offer i:> oontUlgent upon ,cri1ica1ion or Dll de<Ulllcnbtion Il:I may be requinxi by Dallas CO\JD.Ly. 1 autimri7c DlIllas !CtJUtTty to conl.'1Ct tb: po::r.wls Clr CI1iLir::l1isted in the llppUcation. aDd C\IIther atnlloriu the rUcsse of a.'y and all infonna!i1ll1 tilat ma.y~ rck:vQIl! to i
I tl'.i.'\ applicati.OIl. 1 b.ercby reIcu: Dafua CoUtltj. md em)' entity whlch rclCtiliC$ t.nformation about :me ttl l)allas COUllty. from L"l}' ~n.1ble action, ,
Itak.en in ''Crifyin& 'llti appJicaticm or amducti.n& a czimi;lal bistory backgound cileck. I un&:r..1and that acc..-prance of 1his appli~oo by Dlll1l<:sCounty will~ ill it beccrlIixIg an otflciat &cumc:lt subject to rAlblic di.si;lo$U.Cl: under the Texas Public Inlirn:llltion Act
Appli\;allt'!lAclt~ A~cnt I ali.thoric<: i:J,ve$isaUon of ill inflXlMtion contaiQl..-u in the application fer CIllflloyment. I llfii.nu that alliDfom'l3tion C4l"iaed inthft doo:mcnl is cun:::p1ete !I;d thI!l.lIl1y misrepresentalim, fllbitieati()n, or ....1J.1tul omissian herciIl sholl be sutTIcknl t'Olsonfor disni~l or~ ofanplcyment. I undc'lII.and tbltt any etllploymcnt with this org.1Jlizaticn is contin::erd. on my satisfactDry rc1i;r,."t'lCC review,mtdical aaI:li:na1icm. c:rimiD.1l~our.d check, a::d pn:-=ptO)tl1ent drug screz:n, if appliC4blc..
[------) (---"",),C
OBL
"
!
I·i>A"rES (MOr'Yit)
i FRO~(_ )
TO )
nETAU-ED DI::SCRIM'ION OF JOB DUrfES:
In OOditil>t... I grant Dtllas CI~ penuissiCll to ccutll.et allY (lfevious cmplo}'cr(s) lil:flld 011 llIis applicatioo for Lbl: JlUl'iXl.'le of rcf..'1'Cneo: CheeL'!,
Iu.rJ.c:13 o~·ise not.."Ci on thi, dOl."llmCQt. I "Iso grul ~'ionto any ;uch pt\o'VtOUS employer 10 di:>close any and ill illfcrmation ooue<.:mlI12 lIlYpmio'JS cn:jXoyme\t. ny mbmitlini this Ilpplicntion. rhave read lmd undct$Und the above temu.
! lr teletW<! for all iolon'lew, J W1dentand U",t I tnlly be reqmed to pro..1de l1dd1r1oaall.D!urt1tlltlun J"el,tard.iJ:ll roy 'lO\.ial securit)· numh<:r naddriTcr's Uteri 'crifiCSDoIl pa~$.
I
lJ
201
COMPARISON OF IN-HOUSE vs. CONSULTANT SURVEYING SERVICES 05-Jun-02
I. ASSUMPTIONS:A. Use consultant's FY 2003 Unit Costs in loa contractB. Use PE6 Max-in-Hire rate for Party Chief and Instrumentman at present MIH( $12.73/ hour)
II. COSTS - TYPICAL PROJECT:A. Consultant
1. 2-man Field Party in the field 5 days:$104.00/hr x 40 hrs
2. RPLS: $11/hr x 5 hr.3. Project Supervisor: $112/hr x 5 hr4. Survey Technician: $68/hr x 3 days5. SecfTypist: $57.00/hr x 3 hr6. CAD Operator: $90.00/hr x 3 days7. Computer/Plotter: $30.00/hr x 5 hr8. Abstractor: $50..0/hr x 8 hr9. Travel: $0.35/mi x 40 milday x 5 days10.Delivery: $20.00/trip11.Field Supplies: Lump Sum
TYPICAL PROJECT COST - CONSULTANT:
$4,160.00$550.00$560.00
$1,632.00$171.00
$2,160:00$150.00$400.00
$70.00$20.00$20.00
----------------$9,878.00
B. In-House (rates include 7% ret,7.72% soc sec,$3995/yr ins pgm, 23.8% overhead & 30.5% G&A1. Party Chief:(in field) $45.57/hr x 5 days x 8 hr/day $1,822.802. Party Chief:(in office) $45.57/hr x 5 hr $227.853. Instrumentman: $23.90/hr x 40 hr. $956.004. Design Mgr.: $58.50/hr x 5 hr $29.255. Engr. Technician: $35.67/hr x 24 hr $856.086. SecretaryfTypist: $27.19/hr x 3 hr $81.577. CAD Operator: $30.71/hr x 24 hr $737.048. Abstractor: $34.24/hr x 8 hr $273.929. Travel: $0.221mi x 40 mi/day x 5 days $44.0010.Field Supplies: Lump Sum $20.00
----------------TYPICAL PROJECT COST: IN-HOUSE
III CONSULTANT VS. IN-HOUSE COSTS:
A. Consultant $/In-House $ =$9,878J$5,049. =1.95 XB. Saving per projects =$9,878. - $5.049. =$4,829.00
surveycomparison.x/1
$5,048.51
202
DATE:
TO:
FROM:
SUBJECT:
DALLAS COUNTYHUMAN RESOURCES/CIVIL SERVICE
June 25, 2002
Kathleen ShieldsAssistant DirectorHuman Resources/Civil Service
Phyllis JonesHuman Resources Analyst II
Recruiting Efforts - Party Chief (RPLS)
Please find listed below the recruiting efforts initiated for the Party Chief (RPLS) position vacancy(Requisition Number PW02-0006) in the Public Works Department, which posted February 12,2002.
Websites:America's Job Bank.comAmerican Society of Civil Engineers (ASCE)Environmental Construction Engineering Architecture (ECEA)JobAdsUSA.comJobsonline.comSociety of American Military Engineers (SAME)Texas Society of Professional Engineers (TSPE)Texas Society Professional Surveyors (TSPS)
Dallas Morning News (specific title ran):February 24, 2002March 3 I, 2002April 7, 2002April 14, 2002June 23, 2002
Publications:Metes and Bounds NewsletterTexas Society Professional Engineers Newsletter (TSPE)Society of American Military Engineers (SAME)(Contacted SAME regarding placement of ad inpublication. Due to cost of $400.00 decided towait and see what other recruiting efforts wouldgenerate.)
DeadlineMarch 15 th
June 15 th
June 3rd
April issueJuly issueJuly issue
203
Associations/Organizations:American Society for Engineering EducationAustin Professional Chapter of Mexican American Engmeer SocietyBoard of Architects, Professional Engineers & Land Surveyors - MissouriBoard of Engineers & Architects - NebraskaBoard of Licensure for Professional Engineers & Surveyors - New MexicoBoard of Professional Engineers - TexasEngineering & Land Surveying Examining Board - IowaLouisiana Professional Engineering & Land Surveying Board - LouisianaNational Society of Professional SurveyorsProfessional Engineers & Professional Land Surveyors Board - UtahState Board of Licensure for Professional Engineers & Surveyors - AlabamaState Board of Technical Registration - ArizonaState Board of Registration for Professional Engineers and Land Surveyors :.A.rlgmsasState Board of Registration for Professional Engineers & Professional' Land Surveyors- ColoradoState Board of Registration for Professional Engineers & Land Surveyors - GeorgiaState Board of Technical Professions - KansasState Board of Registration for Professional Engineers & Land Surveyors - MississippiState Board of Registration for Professional Engineers & Land Surveyors - OklahomaState Board of Architectural & Engineering Examiners - TennesseeState Board of Examiners for Land Surveyors - TennesseeState Board of Land Surveying - TexasTexas Society Professional Surveyors*South Plains Chapter*North Central Texas Chapter*Central Texas Chapter*East Texas Chapter*Dallas Chapter*Deep East Texas Chapter*North Texas Chapter*Central Texas Chapter*Gulf Coast Chapter*Perrnian Basin Chapter*Capital Area Chapter*Guadeloupe Valley Chapter*Panhandle Chapter*Paso Del Norte Chapter*West Central Texas Chapter*Rio Grande Valley Chapter*Brazos Valley Chapter*Heart of Texas Chapter*North East Texas ChapterAmerican Association for Geodetic SurveyingAmerican Consulting Engineering CouncilAlabama Society of Professional Land SurveyorsArizona Professional Land Surveyors AssociationArizona Society of Professional EngineersArkansas Society of Professional SurveyorsLouisiana Engineering SocietyLouisiana Society of Professional SurveyorsMississippi Association of Professional Surveyors
204
Missoun Association of RegIstered Land SurveyorsMissouri Society of ProfessionalNew Mexico Professional SurveyorsNew Mexico Society of Professional EngineersOklahoma Society of Land SurveyorsOklahoma Society of Professional EngineersProfessional Land Surveyors of ColoradoTennessee Association of Professional SurveyorsTexas Board of Professional Land SurveyingTexas Land Title AssociationTexas Society of Professional Land SurveyorsUtah Council of Land SurveyorsUtah Society of Professional Engineers
205
June 26, 2002
To:
From:
Subject:
DALLAS COUNTYHUMAN RESOURCES/CIVIL SERVICE
Members of Commissioners Court
Mattye Mauldin-Taylor, Ph.D.Director of Human Resources/Civil Service
Service Awards Policy
Background[n its continued efforts to update the Dallas County Code, the Human Resources/Civil ServiceDepartment submits the revised Service Awards Policy for Commissioners Court review and approval.
Impact on OperationsThis policy provides clarification and guidance to supervisors, managers, and employees when addressingthe issue of service award recognition that involves military service of the employee.
Financial ImpactAdoption of the policy will not impose any additional fmancial impact to the County.
RecommendationThe Human Resources/Civil Service Department recommends Commissioners Court approve theattached Service Awards Policy for immediate inclusion in the Dallas County Code.
Recommended by:
501 Main StreetRecords Building
'~:\Bnetin9s\PoIICY $ervlce Awards doc
Dallas, TexasEqual Opportunity Employer 214653.7638
206
DIVISION 5. SERVICE AWARDS POLICY
Sec. 82-811. Program generally.
(a) To recognize all regular, full-time county employees by the authorizedpresentation of service awards for the completion of predetermined periods ofcontinuous county service.
(b) Regular, full-time county employees who have completed the requiredcontinuous county service will be eligible to receive service awards as authorizedby the commissioners court.
(Admin. Policy Manual, § 8(8.12, 8.13»
Sec. 82-812. Eligibility.
Service awards will be presented to each county employee upon the completionof five years (60 months) and each additional five years (60 months) of continuouscounty service as a regular, full-time employee. Plain service pins shall be awarded toemployees with five years of continuous service. Aquamarine service pins shall beawarded to employees with ten years of continuous service.
(Admin. Policy Manual, § 8(8.14»
Sec. 82-813. Presentation.
Service awards may be presented annually to employees who will be eligible forsuch awards during that fiscal year.
(Admin. Policy Manual, § 8(8.15»
Sec. 82-814. Continuous service defined.
Continuous service is uninterrupted active employment. Such things thatconstitute a break in service are termination, retirement, unapproved leave of absencewithout pay, any break in service where retirement contributions are withdrawn, andlayoff due to reduction-in-force where separation has been for more than one year.Military duty may~ be counted toward continuous service for the purpose of vacationcredit or service awards.
(Admin. Policy Manual, § 8(8.16»
Cross reference(s)-Definitions generally, § 1-2.
Sec. 82-815. Special service award.
Retiring law enforcement personnel with 30 years or more continuous service asa law enforcement officer may be presented a special service award of their assignedbadge at the time of retirement.
(Admin. Policy Manual, § 8(8.17»
207
July 2, 2002
MISCELLANEOUS
1) SHERIFF'S DEPARTMENT (NTATTF) - requests authorization to amend theinter-agency agreement with Rockwall County for the North Texas Auto Theft TaskForce Grant and for the County Judge to sign the amendment. The amendmentwould be to pay the Investigator from Rockwall County for his actual salary andbenefits. Initial projections for salary increases were lower than anticipated.(Anticipated salary was $49,601 the actual is $54,618) There is funding availablewithin the budget and does not require additional funding from Dallas County.
TRAVEL REOUESTS
2) PUBLIC WORKS DEPARTMENT - requests approval for:
a) Selas Camarillo, Sid Homer, Craig Marek, Curtis Brownlow, William Stoll,and Catherine Dodson to participate in the International Right of WayEducational Refresher Seminar in College Station, Texas on August 6-9,2002: $3,972 is available in General Fund, Public Works Department,Business Travel Account, FY Budget 2002, (00120.2010.4010.2002).
b) William A. Stoll to attend the Exam Prep Course in Farmers Branch, Texason August 28-29,2002: $159 forregistration fee is available in General Fund,Public Works Department, Conference/Staff Development Account, FYBudget 2002, (00120.2010.2050.2002).
3) INSTITUTE OF FORENSIC SCIENCES - requests approval for:
a) Melissa Sweetland, Kimberlee Allen, Evelyn Ridgley, Natalie Russell, KenBalagot, and Dr. Tim Sliter to attend the Association of Forensic DNAAnalysts Training Conference in Austin, Texas on July 10-12, 2002 and useofa County vehicle with gas credit cards: S1,038 is available in General Fund,Crime Lab Department, Conference Travel Account, FY Budget 2002,(00120.3311.04210.2002).
208
b) Elizabeth Zbranek-Taylor, Aria McCall, Justin Schwane, Jeanna Ulses, andDimika Cavalier to attend the Agilent 6890 GC Troubleshooting andMaintenance Training Course in Richardson, Texas on August 16, 2002:$1,580 for registration fee is available in General Fund, Forensics, Crime LabDepartment, Conference Training Account, FY Budget 2002,(00120.3311.04210.2002).
c) David Spence and Vicki Hall to attend the Basic Scanning ElectronMicroscope Operator Course in Peabody, MA on September 22-26, 2002:$1,780 is available in General Fund, Crime Lab Department, ConferenceTravel Account, FY Budget 2002, (00120.3311.04210.2002).
4) HEALTH AND HUMAN SERVICES DEPARTMENT - requests approval for:
a) Dianne Blocker, R.N.C. to attend the Texas Infertility Prevention ProjectConference to present information on Clinical Reviews of IPP Sentinel Sitesin Austin, Texas on July 18-19,2002 at no cost to Dallas County.
b) Barbara Smith, FNP, MSN to attend the Texas Infertility Prevention ProjectConference to obtain the latest information on Chlamydial Testing, Treatment,and Follow-up in Austin, Texas on July 18-19, 2002 at no cost to DallasCounty.
c) Brenda K. Edwards to attend the Texas Department of Housing andCommunity Affairs Homebuyers Education in Tyler, Texas on July 21-26,2002: $445 is available in Grant Fund, HLCC Department, Training Account,FY Budget 2002, (00466.09318.04210.2002).
d) Karin Petties and Lori Robbins to attend the Basic of Writing Policies andProcedures Course in Dallas, Texas on July 29,2002: $338 for registration isavailable in Grant Fund, Ryan White T1 Department, Workshop Account, FYBudget 2002, (00466.65504.02050.2002).
e) David Patlan to attend required STD Intervention for Supervisors in LongBeach, CA on July 28 through August 2,2002: $1,395.90 is available in GrantFund, VD Epidemiology Department, Conference Training Account, FYBudget 2002, (00466.8706.02460.2002).
209
EXCEPTION TO TRAVEL REQUESTSUNLESS SPECIFICALLY OBJECTED TO. ALL ITEMS PRESENTED
AS EXCEPTIONS ARE CONSIDERED TO BE APPROVED
5) PROBATE COURT NO.1- requests approval for Ann Brockington to attend theNational Court Reporters Annual Convention to receive C E hours in San Antonio,Texas on July 31 through August 2, 2002: $1,087.78 is available in Escrow Fund,Probate Court No. 1 Department, Probate Court Education Escrow Account, FYBudget 2002, (00532.4701.21667.2002).
6) PUBLIC WORKS DEPARTMENT - request approval for Jim Smith andAntoinette Bacchus to attend and participate in the Excelling A as Highly EffectiveTeam Leader Workshop in Dallas, Texas on May 8-9, 2002: $798 is available inGeneral Fund, Public Works Department, Conference/Staff Development Account,FY Budget 2002, (00120.2010.2050.2002).
MISCELLANEOUS EQUIPMENT
(1) DEPARTMENT 00128...00110 Community Supervision and Corrections DepartmentITEMS: 8 - Nokia Cell Phones (SO)
8 - Rate Plan G6 (SI44)ESTIMATED COST: SI44FUNDING SOURCE: Within Budget (Fund 128)EXPENDITURE SOURCE: 00128.0000.07213.2002.0000.00000.00110 (CSCD,
Cellular Phones. FY2002. Grant 00110)PROPOSED ACTION: The Community Supervision & Corrections
Department requests eight cell phones to be used foremergency situations (Le., phone system outage andsecurity problems) for each one of their eight satellitelocations and will not be used on a daily basis.Recommended by the Director of Communicationsand Central Services
(2) DEPARTMENT: 1070ITEM:ESTIMATED COST:FUNDING SOURCE:EXPENDITURE SOURCE:PROPOSED ACTION:
County Auditor1 - Conference TableSON/A (Surplus Equipment)N/AThe County Auditor requests authorization to transferfrom surplus one conference table to replace theirbroken conference table. Recommended by the OfficeofBudget and Evaluation.
(3) DEPARTMENT: 3320ITEMS:ESTIMATED COST:FUNDING SOURCE:EXPENDITURE SOURCE:
PROPOSED ACTION:
210
Community Supervision8 - six-locker-high keyed lockers$1,500Within Budget00120.3320.02090.2002 (General Fund, CommunitySupervision. Equipment Under $5000, FY2002)The Community Supervision & CorrectionsDepartment requests to purchase eight (8) sets of sixlockers-high keyed lockers from within their budget.The lockers are needed to allow a probationer visitingone of the eight satellite locations a place to secure abackpack or purse which may contain a knife, pepperspray, box cutters or other items not allowed throughtheir security stations. Recommended by the Office ofBudget and Evaluation.
TELECOMMUNICAnONS REOUESTS
District Attorney - requests:M-0206036 to install single-line phone in room C3-20 Installation: $33.00; no monthlyservice increase. Recommended.
M-0206037 to install single-line phone in room A4-1 Installation: $33.00; no monthlyservice increase. Recommended.
M-0206038 to install single-line phone with volume control in room 535 Installation:$33.00; no monthly service increase, Recommended.
M-0206044 to install a single-line to be used with a fax for the department. Installation:$99.00; no monthly service increase, Recommended.
Health & Human Services - requests:M-0206026 to install a single-line to be used with a fax for the TB clinic on the 3ed floorroom 366. Installation: $99.00; no monthly service increase. Recommended.
M-0206034 to relocate extension 2022 from suite 500 to a new location outside of room501. Installation: $33.00; no monthly service increase. Recommended.
211
255lh Judicial Court M-0206042 requests to relocate telephone jack to a wall jack andremove the tombstone from the middle of the floor in the department. Installation: $66.00;no monthly service increase. Recommended.
Divert Court M-0206027 requests to install a single-line to be used with a fax for thedepartment. Installation: $99.00; no monthly service increase. Recommended.
Sheriff M-0206035 requests to replace a multi-line with a multi-line with a display in room82007. Installation: $33.00; no monthly service increase. Recommended.
302nd Family District Court M-0206041 requests to relocate extension 6992 from room6130 to room 655. Installation: $33.00; no monthly service increase. Recommended.
301'1 District Court M-0206040 requests to relocate extension 6991 from room 3130 onthe 3rd floor to room 6130 on the 6th
• Installation: $33.00; no monthly service increase.Recommended.
Texas Cooperative Extension M-0206028 requests to install a speaker phone in thedepartment to allow periodic conference call. Installation: $33.00; no monthly serviceincrease. Recommended. '
Constable Precinct 3 M-0206020 requests to install three multi-line phones in the newNorth Dallas location. Installation: $33.00; no monthly service increase. Recommended.
Truancy Court M-0206032 requests to install a multi-line phone at a new workstation forthe north office. Installation: $66.00; no monthly service increase. Recommended.
Funding for the above request is available from countywide Department 800, line item 432,Telephone Contingency.