Loading...
HomeMy WebLinkAbout05/07/2013 05D Washington Traffic Safety Commission Target Zero Manager Agreement with Camille Beckera 1 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No.- For Meeting of 5/7/2013 ITEM TITLE: Resolution authorizing an agreement with Camille Becker to Provide Target Zero Manager Duties to the Washington Traffic Safety Commission through the Yakima Police Department SUBMITTED BY: Chief Dominic Rizzi Jr. SUMMARY EXPLANATION: The Washington Traffic Safety Commission and the City of Yakima have selected Camille Becker to provide Target Zero manager duties. This position is a contracted position to the City of Yakima with oversight from both the Yakima Police Department and the Traffic Safety Commission. The cost of the position is reimbursed by the Traffic Safety Commission. This agreement specifies details of the position as well as reimbursement criteria. Resolution: X Other (Specify): Contract: Start Date: Item Budgeted: Funding Source /Fiscal Impact: Strategic Priority: Insurance Required"? No Mail to: Phone: APPROVED FOR SUBMITTAL: RECOMMENDATION: Ordinance: Contract Term: End Date: Amount: City Manager Staff recommends approval of the agreement. ATTACHMENTS: Name: 0 WTSC Contractor Resolution.doc F-I 11310-QP Agreement-Fed Rego C. Becker FINAL.docx El RDA Memo to CM with Signatures ndf Contract Agreement Selection Document RESOLUTION NO. R -2013- A RESOLUTION authorizing and directing the City Manager of the City of Yakima to execute an Agreement with the Camille Becker to provide Target Zero manager duties to the Washington Traffic Safety Commission through the Yakima Police Department. WHEREAS, the Washington Traffic Safety Commission requires a contractor to manage the Yakima County Target Zero traffic safety initiative; and WHEREAS, The Washington Traffic Safety Commission is willing to reimburse the City of Yakima the cost of providing said contract manager; and WHEREAS, the City of Yakima and the Washington Traffic Safety Commission have selected Camille Becker to provide these manager duties; and WHEREAS, the City Council deems it to be in the best interest of the City of Yakima and the Washington Traffic Safety Commission to enter into the proposed Agreement authorizing Camille Becker to provide Target Zero manager duties for the Washington Traffic Safety Commission, through the Yakima Police Department, in exchange for reimbursement, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager of the City of Yakima is hereby authorized and directed to execute the attached and incorporated Agreement between the City of Yakima and Camille Becker to provide Target Zero Manager duties. ADOPTED BY THE CITY COUNCIL this 7th day of May 2013. Micah Cawley, Mayor ATTEST: City Clerk Page -1 AGREEMENT RFQP 11310 -QP Yakima County Target Zero Manager Duties For the Washington Traffic Safety Commission Through Yakima Police Department THIS AGREEMENT is entered into between the City of Yakima Police Department, 129 N 2nd Street, Yakima, WA 98901, and the Target Zero Manager "Contractor", more specifically identified as Name: Camille Becker, MEd Street: 224 S 251h Avenue City, State Zip: Yakima, WA 98902 UBI /WA DOR No. 601882296 Federal Tax I.D. No. 91- WITNESSETH: In consideration of the terms and conditions contained herein, the parties hereto agree as follows: 1. Project. The Contractor agrees to do all work and furnish all materials necessary for performing the work in accordance with this Agreement. 2. Amendments. This Agreement contains all terms and conditions agreed upon by the parties. No change or addition to this Agreement shall be valid or binding upon either party unless such change or addition is in writing and executed by both parties. All terms of the attached RFQP documents are incorporated herein by this reference. 3. Consideration. Yakima Police Department shall compensate the Contractor as follows: Unless specifically authorized in writing, the total budgetary amount of this Agreement shall not exceed Seventy Thousand Dollars ($70, 000.) payable at Thirty five dollars and zero cents per hour ($35 1hr), from date of award through June 30, 2014 (initial term) inclusive of reimbursement of approved costs. It is the intent of this contract that the statement of work be performed consistently through the entire period of the contract. The Yakima Police Department shall not compensate the Contractor for mileage unless it is deemed extra- ordinary by the Contractor and supported in writing. Upon approval by Yakima Police Department, extra- ordinary mileage will be reimbursed at the current per diem rate(s) as established by the Office of Financial Management (OFM) http://www.ofm.wa.gov/policy/10.90a.pdf. The Contractor will submit an invoice each month for payment for services completed through the accounting cut -off day of the previous month. Such invoices shall be for services and work performed and costs incurred prior to the date of the invoice and not covered by previously submitted invoices. The Contractor shall submit with each invoice a summary of time expended on the project for the current billing period, and any other supporting materials determined by Yakima Police Department necessary to substantiate the costs incurred. The Contractor will also include on the invoice for payment an itemized list of qualifying extra - ordinary mileage. The aforementioned amounts shall be payable when billed to the Yakima Police Department. The invoice shall be submitted to: Yakima Police Department, Attn: Sgt. Jay Seely, 129 N 2nd Street, Yakima, WA 98901. 11310 -QP Yakima County Target Zero Manager Page 1 of 9 Yakima Police Department will use its best efforts to pay such invoices within thirty (30) days of receipt and upon approval of the work done and amount billed. Yakima Police Department will notify the Contractor promptly if any problems are noted with the invoice. Yakima Police Department may question any item in an invoice, noting to Contractor the questionable item(s) and withholding payment for such item(s). The Contractor may resubmit such item(s) in a subsequent invoice together with additional supporting information required. Payment terms are net 30 after receipt of approved invoice(s). 4. Expectations. The WTSC has the following expectations of the Contractor: a. Lead and coordinate the Traffic Safety Task Force. b. Plan and conduct regular meetings as agreed upon by parties. c. Promote the value of membership to stakeholders. d. Follow -up on meeting outcomes and action items. e. Coordinate national high visibility enforcement mobilizations. f. Manage the implementation of the Target Zero Teams project. Lead news & paid media outreach efforts. Author reports on traffic safety activities including mobilization results, monthly activity reports, etc.. Coordinate Corridor Safety Projects. Plan, implement, and monitor local traffic safety projects such as Bar Safe Project and Party Intervention Patrols. k. Involved in child passenger safety projects. I. Create, update, and utilize a Traffic Safety Task Force Strategic Plan. m. Develop and manage the Traffic Safety Task Force budget. n. Coordinate the Victim Impact Panel (if applicable). o. Develop traffic safety project proposals utilizing proven strategies or innovative proofs of concept. p. Monitor adjudication of traffic - related offenses. q. Conduct recognition and awards ceremonies. r. Coordinate the activities of the Law Enforcement Liaison. s. Manage web & social media presence for the Traffic Safety Task Force. t. Facilitate school zone equipment requests among Schools and Law Enforcement Agencies. u. Analyze emerging traffic safety data to identify problems and trends. 5. Independent contractor. The parties agree that, for the purposes of this agreement, the Yakima County Target Zero Manager is an independent contractor and neither the Contractor nor any employee of the Contractor is an employee of WTSC /City of Yakima. Neither the Contractor nor any employee of the Contractor is entitled to any benefits that the WTSC /City of Yakima provides its employees. The Contractor is solely responsible for payment of any statutory workers compensation or employer's liability insurance as required by state law. The Contractor will have an active account with the department of Revenue, other state agencies as needed, a Unified Business Identifier (UBI) number, and a separate set of books or records that reflect all items of income and expenses of the business that the individual is conducting. The Contractor and any authorized subcontractors shall at all times be an independent Contractor and not an agent or representative of the WTSC /City of Yakima with regard to performance of the Services. The Contractor shall not represent that it is, or hold itself out as, an agent or representative of the WTSC /City of Yakima. In no event shall Contractor be authorized to enter into any agreement or undertaking for or on behalf of the WTSC /City of Yakima. 11310 -QP Yakima County Target Zero Manager Page 2 of 9 6. Property Rights. All records or papers of any sort relating to the WTSC and /or City of Yakima and to the project will at all times be the property of the WTSC and shall be surrendered to the WTSC /City of Yakima upon demand. All information concerning the Task Force and said project, which is not otherwise a matter of public record or required by law to be made public, is confidential, and the Contractor will not, in whole or part, now or at any time disclose that information without the express written consent of the WTSC. Work Made for Hire. All work the Contractor performs under this agreement shall be considered work made for hire, and shall be the property of the WTSC. The WTSC shall own any and all data, documents, plans, copyrights, specifications, working papers, reports, and any other materials the Contractor produces in connection with this agreement. On completion or termination of the agreement, the Contractor shall deliver these materials to the WTSC. 8. Nondiscrimination. The Contractor agrees that he or she shall not discriminate against any person on the grounds of race, creed, color, religion, national origin, sex, sexual orientation, age, marital status, political affiliation or belief, or the presence of any sensory, mental or physical handicap in violation of the Washington State Law Against Discrimination (RCW chapter 49.60) or the Americans with Disabilities Act (42 U.S.C. 12101 et seq.) or any other applicable state, federal or local law, rule or regulation. This provision shall include but not be limited to the following: employment, upgrading, demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision of services under this Agreement. The Americans with Disabilities Act. With regard to the services to be performed pursuant to this Agreement, Contractor agrees to comply with the Americans With Disabilities Act of 1990, 42 U.S.C. § 12101 et seq. (ADA) and its implementing regulations, and Washington State's anti - discrimination law as contained in RCW Chapter 49.60 and its implementing regulations. The ADA provides comprehensive civil rights to individuals with disabilities in the area of employment, public accommodations, state and local government services, and telecommunications. 10. Assignment. The Contractor shall not assign or subcontract any portion of the contracted activities without obtaining prior written approval from the WTSC /City of Yakima. 11. Termination or Suspension. Either party may terminate this contract upon thirty (30) days written notice sent by certified mail to the addresses listed above. The WTSC /City of Yakima may suspend work performed by the Contractor based on alleged inappropriate Contractor activities or action. Notification of a suspension of work performed and the subsequent conclusion and finding of a suspension investigation will be sent by certified mail to the address listed above. 12. Indemnification and hold harmless. Each party shall defend, indemnify and hold harmless the other party, its officers, agents, and employees, from all liability, loss or damage, including costs of defense they may suffer as a result of claims, demands, actions, damages, costs or judgments which result from the actions performed by the indemnifying party, its agents, employees, or subcontractors pursuant to this Agreement. The Contractor shall, and hereby agrees to, release, save, otherwise hold harmless and indemnify WTSC /City of Yakima from claims, demands, damages, actions, causes of actions or other liability, injury, or harm caused by act or omissions, foreseen or unforeseen, negligent or otherwise, that would otherwise befall said WTSC /City of Yakima arising out of the Contractor's implementation of the terms of this contract. 11310 -QP Yakima County Target Zero Manager Page 3 of 9 13. Insurance. At all times during the life of this contract, Contractor agrees to maintain, on a primary and non- contributory basis and at its sole expense, the insurance coverages, limits, and endorsements noted below. All such insurance shall not be subject to any deductible or self- insured retention (SIR). There shall be no cancellation, material change, reduction in limits or intent not to renew the insurance coverage(s) without 30 days written notice from the contractor or its insurer(s) to WTSC /City of Yakima. The requirements contained herein, as well as the WTSC /City of Yakima or designee's review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this contract. a. Commercial General Liability insurance at a limit of liability not less than $1,000,000 Each Occurrence, and $2,000,000 General Aggregate. Insurance shall be written on ISO occurrence form CG 00 01 or an alternate form providing equal or broader liability coverage. Such coverage shall not contain any endorsement(s) excluding or limiting Products Completed, Operations, or Contractual Liability Cross Liability. The WTSC and City of Yakima, its officers, employees, agents, and volunteers shall be named as Additional Insureds under the coverage with respect to the work performed under this agreement. b. Business Automobile Liability insurance at a combined single limit of liability for bodily injury and property damage not less than $1,000,000 Each Occurrence covering all Owned, Non - owned, Hired, and leased automobiles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equal or broader liability coverage. In the event Contractor does not own automobiles, Contractor agrees to maintain coverage for Hired & Non -Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability policy. If necessary, the policy shall be endorsed to provide contractual liability coverage. C. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 14. Other Insurance Provisions. The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, and Commercial General Liability insurance: a. The Contractors' insurance coverage shall be primary insurance as respects those who are Additional Insureds under this agreement. Any insurance, self- insurance or insurance pool coverage maintained by the WTSC /City of Yakima shall be in excess of the Contractor's insurance and shall not contribute to it. b. The Contractor's insurance shall be endorsed to state that coverage shall not be canceled by either party except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the WTSC /City of Yakima. 15. Verification of Coverage. Prior to execution of this agreement, Contractor shall furnish the WTSC /City of Yakima with original Certificates of Insurance and a copy of any amendatory endorsement, including without limitation, the Additional Insured endorsement, evidencing the insurance requirements. 16. Waiver of Breach. A waiver by either party hereto of a breach of the other party hereto of any covenant or condition of this Agreement shall not impair the right of the party not in default to avail itself of any subsequent breach thereof. Leniency, delay or failure of either party to insist upon strict performance of any agreement, covenant or condition of this Agreement, or to exercise any right herein given in any one or more instances, shall not be construed as a waiver or relinquishment of any such agreement, covenant, condition or right. 11310 -QP Yakima County Target Zero Manager Page 4 of 9 17. Laws, venue, jurisdiction. This Agreement shall be governed by the laws of the State of Washington. Any action, suit, or judicial proceeding for the enforcement of this Agreement shall be brought in the Superior Court for the State of Washington in Yakima County, Washington. 18. Term and Renegotiation. The term shall commence on the date of last signature and terminate on June 30, 2014, unless extended or sooner terminated per the terms and conditions of this Agreement. The period of performance may also be extended by mutual written agreement of the parties. The WTSC /City of Yakima may, at its option, extend the contract on a year to year basis as budget allows and subject to a successful price agreement. 19. Federal Funding. On the basis of the federal funding that is a part of the funding package for the services provided by the Contractor under the Contract, and to assure compliance with all federal regulations associated with services compensated with federal funds, in addition to the terms of the primary Contract, the contractor must also comply with the specific provisions of the attached Federal Funding Agreement, attached hereto as Exhibit A and fully incorporated herein. If there is any conflict between the terms expressed in the primary Contract and those set forth in Exhibit A, the terms and conditions in Exhibit A shall prevail. By executing this Agreement, the undersigned Contractor hereby certifies under penalty of perjury under the laws of the State of Washington that the Contractor is a bona fide independent contractor pursuant to the rules and regulations of the Washington State Department of Revenue and, in the event it is determined that the Contractor is not a bona fide independent contractor, the City shall have the right to deduct all employment taxes, charges and penalties of any nature due as a consequence of this contract from any remaining funds due the Contractor and, in the event there are no funds due the Contractor, the Contractor agrees to reimburse the City for all such costs. IN WITNESS WHEREOF, the parties have executed this Agreement by having their authorized representatives affix their signatures below. CITY OF YAKIMA: CONTRACTOR: CAMILLE BECKER, MEd By: Date: Attest: Tony O'Rourke, City Manager Sonya Claar Tee, City Clerk City Contract No. Resolution N in Date: Name, Title 11310 -QP Yakima County Target Zero Manager Page 5 of 9 Exhibit A Federal Certifications and Assurances It is hereby understood that this application and attachments hereto, when approved and signed by all concerned parties as indicated, shall constitute an agreement by and between the applicant organization to perform in accordance with the terms of this application and attachments, taken as a whole. This agreement is based on guidelines found in the Common Rule, the Office of Management and Budget (OMB) Circular A -102, in order to standardize and simplify federal grants. 1) REPORTS — The CONTRACTOR shall submit quarterly reports, a final report at end of the project, and submit special reports as outlined in the Project Agreement. 2) COPYRIGHTS, PUBLICATIONS, AND PATENTS — Where activities supported by this project produce original copyright material, the CONTRACTOR may copyright such, but the WTSC reserves nonexclusive and irrevocable license to reproduce, publish, and use such materials and to authorize others to do so. The CONTRACTOR may publish, at its own expense, the results of project activities without prior review by the WTSC, provided that any publications (written, visual, or sound) contain acknowledgment of the support provided by the National Highway Traffic Safety Administration ( NHTSA) and the WTSC. Any discovery or invention derived from work performed under this project shall be referred to the WTSC, who will determine through NHTSA whether patent protections will be sought, how any rights will be administered, and other action required to protect the public interest. 3) TERMINATION — This project agreement may be terminated or fund payments discontinued or reduced by WTSC at any time upon written notice to the CONTRACTOR due to non - availability of funds, failure of the CONTRACTOR to accomplish any of the terms herein, or from any change in the scope or timing of the project. 4) FISCAL RECORDS — Complete and detailed accounting records will be maintained by the CONTRACTOR of all costs incurred on this project, including documentation of all purchases of supplies, equipment, and services; travel expenses; payrolls; and time records of any person employed part -time on this project. Federal, state, or WTSC auditors shall have access to any records of the CONTRACTOR. These records shall be retained for three years after the final audit is completed or longer, if necessary, until all questions are resolved. 5) FUNDING — The CONTRACTOR will utilize funds provided to supplement and not to supplant state and local funds otherwise available for these purposes. Funds are to be expended only for purposes and activities approved in the project agreement. Reimbursement will be made periodically by WTSC based on approved requests for reimbursement. If matching funds are required, the CONTRACTOR will expend them from nonfederal sources, which must be spent not later than 30 days following the completion of the project. 6) COST PRINCIPLES AND GRANT MANAGEMENT —The allowability of costs incurred and the management of this project shall be determined in accordance with OMB 2 CFR Part 225 and 49 CFR Part 18 for state and local agencies, OMB Circulars A -21 and A -110 for educational institutions, and OMB Circular A -122 for nonprofit entities. 7) OBLIGATION FUNDS — Federal funds may not be obligated prior to the effective date or subsequent to the termination date of the project period. Requests for reimbursement outstanding at the termination date of the project must be made within 30 days or those funds may not be paid. 11310 -QP Yakima County Target Zero Manager Page 6 of 9 8) CHANGES — The CONTRACTOR must obtain prior written approval from the WTSC for major project changes including: changes of substance in project objectives, evaluation, activities, the project manager, key personnel, or project budget. The period of performance of the project, however, cannot be changed. 9) INCOME— Income earned by the CONTRACTOR with respect to the conduct of the project (sale of publications, registration fees, service charges, etc.) must be accounted for and income applied to project purposes or used to reduce project costs. 10) BUY AMERICA ACT — The CONTRACTOR will comply with the provisions of the Buy America Act (49 U.S.C. 53230)) which contains the following requirements: Only steel, iron and manufactured products produced in the United States may be purchased with Federal funds unless the Secretary of Transportation determines that such domestic purchases would be inconsistent with the public interest; that such materials are not reasonably available and of a satisfactory quality; or that inclusion of domestic materials will increase the cost of the overall project contract by more than 25 percent. Clear justification for the purchase of non - domestic items must be in the form of a waiver request submitted to and approved by the Secretary of Transportation. 11) PURCHASES — Purchase of equipment or services must comply with state or local regulations. After the end of the project period, equipment should continue to be utilized for traffic safety purposes and cannot be disposed of without written approval of the WTSC. The CONTRACTOR shall make and maintain an inventory of equipment to include descriptions, serial numbers, locations, costs or other identifying information, and submit a copy to the WTSC. 12) Third Party Participants — No contracts or agreements may be entered into by the CONTRACTOR related to this project, which are not incorporated into the project agreement and approved in advance by the WTSC. The CONTRACTOR will retain ultimate control and responsibility for the project. WTSC shall be provided with a copy of all contracts and agreements entered into by the CONTRACTOR. Any contract or agreement must allow for the greatest practical competition and evidence of such competition or justification for a negotiated contract or agreement shall be provided to the WTSC. 13) PARTICIPATION BY DISADVANTAGED BUSINESS ENTERPRISES — The CONTRACTOR agrees to take all necessary and reasonable steps in accordance with Title 49, CFR, Subtitle A, Part 26 to ensure that minority business enterprises have the maximum opportunity to compete for and perform contracts. The CONTRACTOR shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any subcontracts financed in whole or in part with federal funds. 14) AMERICANS WITH DISABILITIES ACT — In the performance of this agreement, the CONTRACTOR shall comply with the provisions of Title VI of Civil Rights Act of 1964 42 USC 2004, Section 504 of the Rehabilitation Act of 1973 29 USC 794 Chapter 49.60 RCW, and the Americans with Disabilities Act (42 USC § 12101, et seq.; PL 101 -336), which prohibits discrimination on the basis of disabilities (and 49 CFR Part 27). The CONTRACTOR shall not discriminate on the grounds of race, color, national origin, sex, religion, marital status, age, creed, Vietnam -Era and Disabled Veterans status, or the presence of any sensory, mental, or physical handicap in any terms and conditions of employment to induce taking affirmative action necessary to accomplish the objectives of this Act and denying an individual the opportunity to participate in any program provided by this agreement through the provisions of services, or otherwise afforded others. 15) POLITICAL ACTIVITIES — No funds, materials, equipment, or services provided in this project agreement shall be used for any partisan political activity or to further the election or defeat of any candidate for public office or to pay any person to influence or attempt to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal loan or the entering in of any cooperative agreements. 11310 -QP Yakima County Target Zero Manager Page 7 of 9 16) CERTIFICATION REGARDING FEDERAL LOBBYING – Certification for Contracts, Grants, Loans, and Cooperative Agreements. The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all sub -award at all tiers (including subcontracts, sub - grants, and contracts under grant, loans, and cooperative agreements) and that all sub - recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 17) SINGLE AUDIT – State and local governments and nonprofit organizations that receive federal assistance are subject to the audit requirements of OMB Circular A -133. 18) FEDERAL FUNDING ACCOUNTABILITY AND TRANSPARENCY ACT – The CONTRACTOR will report for each grant awarded: • Name of the entity receiving the award; • Amount of the award; • Information on the award including transaction type, funding agency, the North American Industry Classification System code or Catalog of Federal Domestic Assistance number (where applicable), program source; • Location of the entity receiving the award and the primary location of performance under the award, including the city, State, congressional district, and country; and an award title descriptive of the purpose of each funding action; • A unique identifier (DUNS); • The names and total compensation of the five most highly compensated officers of the entity if - of the entity receiving the award and of the parent entity of the recipient, should the entity be owned by another entity; (i) The entity in the preceding fiscal year received — (1) 80 percent or more of its annual gross revenues in Federal awards; and (11) $25,000,000 or more in annual gross revenues from Federal awards; and (ii) the public does not have access to information about the compensation of the senior executives of the entity through periodic reports 11310 -QP Yakima County Target Zero Manager Page 8 of 9 filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986; • Other relevant information specified by the Office of Management and Budget in subsequent guidance or regulation. 19) SEAT BELT POLICY — No funds, materials, property, or services will be provided to any political subdivision that does not have a current and actively enforced policy requiring the use of seat belts. 20) POLICY TO BAN TEXT MESSAGING WHILE DRIVING — The CONTRACTOR are encouraged to adopt and enforce workplace safety policies to decrease crashes caused by distracted driving including policies to ban text messaging while driving. 21) DRUG FREE WORKPLACE — In accordance with the Anti -Drug Act of 1988 41 USC 702 -707 and Drug Free Workplace 42 USC 12644, WTSC has the responsibility to ensure that unlawful manufacture, distribution, dispensing, possession or use of a controlled substance by any employees, grantees, and /or sub - grantees of the CONTRACTOR and /or any such activity is prohibited in the CONTRACTOR's workplace. 22) DEBARMENT AND SUSPENSION — The applicant certifies, by signature below, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 11310 -QP Yakima County Target Zero Manager Page 9 of 9 � r March 28, 2013 Mr. O'Rourke, Committee Recommendation 11310 -QP Target Zero Manager for Washington Traffic Safety Commission (WTSC) Through the Yakima Police Department On March 22, 2013, Requests for Qualifications & Proposals (RFQP) were due from interested parties to provide the City with Target Zero Manager services. Qualification Packets were received from the following: • Camille Becker, MEd • Stephenie Swallow The analysis committee was formed and given materials and instructions on how to conduct the analysis and score the proposals. Committee Members: Angie Ward, WTSC Program Manager Debi Besser, WTSC Edica Esqueda, WTSC Shelly Baldwin, WTSC Lt. Steve Finch, YPD Sgt. Shawn Boyle, YPD /WTSC Liaison for City of Yakima Maria Mayhue, Purchasing Sr. Buyer - City of Yakima- Non - Voting The proposal was scored utilizing the following scoring matrix, as listed in the RFP: Qualification Evaluation Criteria: The following are the criteria, which will be used in the selection of applicants. A maximum score of 100 points will be used by each evaluator to score applicants. Each of the following elements shall have the stated maximum point value: 1. Capabilities: • Proven ability to successfully manage programs. • Proven ability to communicate in person and in writing. • Proven ability to work well with others. • Proven ability to meet timelines. 40 pt (240 pt possible) 2. Relevant Experience 30 pt 180 pt possible) 3. Cost Proposal 15 pt 90 pt possible) 4. References 5 pt 30 pt possible) 5. Presentation /:Interview 10 pt 60 pt possible) Total: 6 Evaluators: Total points possible = 600