Loading...
HomeMy WebLinkAboutFDOT Grant AwardRICK SCOTT GOVERNOR June 26, 2014 Florida Department of Transportation 605 Suwannee Street ANANTB PRASAD, r.E. Tallahassee, FL 32399-0450 SECRETARY Mr. Daniel J. Alfonso, City Mayor City of Miami City Hall 3500 Pan American Drive Miami, FL 33133-5595 RE: City of Miami Police Department — Traffic Enforcement Motors Unit E-Citation Project Number: M3DA-14-18-07 DOT Contract Number: ARJ12 Dear Mr: Alfonso: Your application to the Florida Department of Transportation for highway safety funds has been approved. We are pleased to make this award in the amount of $72,000.00 for the purpose of City of Miami Police Department — Traffic Enforcement Motors Unit E-Citation. A copy of the approved subgrant agreement referenced above is enclosed for your file. All correspondence with the Department should always refer to the project number and the Department's contract number. The effective date of the subgrant agreement is June 26, 2014, and only those costs incurred on or after that date and before October 1, 2014 are eligible for reimbursement. Your subgrant provides reimbursement of personnel costs. Part V of the subgrant requires that reimbursement requests for subgrants with personnel costs be submitted monthly if paid on a monthly basis and alter every two pay periods if paid bi-weekly. You must provide this office with the name(s) of the individual(s) whose salary is being reimbursed under the subgrant, and this office must be notified in writing immediately if personnel changes occur dining the subgrant period. If notification is not provided to this office, salary costs will not be reimbursed. Please review Part V of the subgrant agreement entitled "Acceptance and Agreement." This section contains the legal conditions of your subgrant. We look forward to working with you on this project. If you have any questions or need assistance, please contact Danielle King at (850) 245-1523, who will be coordinating this activity. Sincerely vet, Lora B. Hollingsworth Chief Safety Officer LBH/dk Enclosures cc: FDOT Contract Payment Section Carlos Hernadez, CFO Sgt. Luis Molina, Program Manager www.dot,state.fl..us TO: SF961SM@dot.state.fl.us 11023900 SUBJECT: FUNDS APPROVAL/REVIE D FOR CONTRACT ARJ1,2 STATE OF FLORIDA DEPART NT OF TRANSPORTATION FUNDS APPROVAL Contract #ARJ12 Contract Type: AJ Vendor Name: MIAMI POLICE DEP Vendor ID: VF596000375002 Beginning date of this Agmt: 06/20/14 Ending date of this Agmt:' 09/30/14 Contract Total/Budgetary Ceiling: of = $72,000.00 Method of Procurement: G Description: M3DA-14-18-07, Miami PD, Traffic Enforcement Motors Unit E-C itation Project *********s************************************************************** ORG-CODE *EO *OBJECT *AMOUNT *PIN PROJECT *FCT (FISCAL YEAR) *BUDGET ENTITY *CATEGORY/CAT YEAR AMENDMENT ID *SEQ. *USER ASSIGNED ID *ENC LINE (6S) /STATUS ************************************************************************ Action: ORIGINAL Funds have been: APPROVED *CFDA 55 671000961 *OM *790087 * 72000.00 *40660428401 *174 *20.616 2014 *55150200 *088796/14 0001 *00 * *0001/04 TOTAL AMOUNT: *$ 72,000.00 * FUNDS APPROVED/REVIEWED FOR ROBIN M. NAITOVE, CPA, COMPTROLLER DATE: 06/23/2014 Rule 14-98.005, F.A C. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION SUBGRANT APPLICATION FOR HIGHWAY SAFETY FUNDS soo4e5-oi SAFETY 09/00 . .. . For D.O.T Use Only Project Number: M3DA-14-18-07 , . DOT Contract Number: ARJ 2 Federal Funds Allocated: $ 7 2 , 000 . 00 Date Approved: 0 26 4 Subgrant Period; 06/26/14 — 0 9/30/14 Date Revised: Subg ant History: (1 12) (3) Part I: GENERAL ADMINISTRATIVE INFORMATION (See Instructions for Highway Safety Subgrant Applications) 1. Project Title: City of Miami Policepepartment-Traffic Enforcement -Motors Unit- E-Citation Project 2. Type of Application: el Initial 0 Continuation 3. Requested Subgrant Period: _10/1/2013_ 9/30/2014 4. Support Matching Total Sought: $72,000.00 Share: $0,00 Budget; $72,000,00 5. Applicant Agency (Subgrantee): City of Miami City Hall 3500 Pan American Drive Miami, FL 33133-5595 Mr. Daniel J. Alfonso, City Manager Telephone: (305 j_ 250 - 5400 6. Implementing Agency: City of Miami Police Department 400 NW 2nd Avenue, 4th Floor Miami, FL 33128-1786 Manuel Orosa, Chief of Police T lephone: (305 ) 603 - 6100 7. Federal ID Number: 59-6000-375 004), 6. State FLAIR Number(State Agencies) 9. Chief Financial Officer: Mr. Carlos A. Hernandez Acting Commander City of Miami Police Department Business Management Section 400 NW 2rid Avenue, 4th Floor Miami, FL 33128-1786 Telephone Number: (305 ) 603 - 6185 10. Project Director: Sergeant Luis Molina City of Miami Police Department Traffic Enforcement -Motors Unit d 400 NW 2" Avenue Miami, FL 33128-1786 Telephone Numbe : (305 ) 603 - 6543 Fax Number: (05 ) 579 - 6634 Fax Number: (305 ) 603 - 6602 E-Mail Address: Carlos.Hernand z miami-police.org E-Mail Address: LuIs.Molin miam17police,org Subgrant funds provided by the U.S. Department of Transportation, National Highway Traffic Safety Administration, Catalog of Federal Domestic Assistance Number — 20.621, State and Community Highway Safety Program, through the Florida Department of Transportation. The Dun and Bradstreet Data Universal Numbering System (DUNS) Number for the Florida Department of Transportation is 80-939-7102. Rule 14.99,005, F.A.C. Part PROJECT PLAN AND SUPPORTING DATA 500-C68-01 SAFETY 09/08 State clearly and in detail the aims of the project, precisely what will be done, who will be involved, and what is expected to result. Use the following major headings: 1. Statement of the Problem 2. Proposed Solution 3. Objectives 4, Evaluation 5. Milestones (Use form provided) Start below and use additional pages as necessary. STATEMENT OF THE PROBLEM: For every hundred tickets issued, approximately 10 of those citations will be dismissed due to errors. For public safety officers, the task of managing paperwork on the spot can be challenging. They must deal with agitated constituents while completing handwritten forms that must be legible and accurate. A clerk then later enters handwritten citations into the records system, presenting another opportunity for error to occur. For public safety agencies, the opportunity for data entry error is often three -fold, since the handwritten citations might be entered into as many as three reporting systems; the police records system, the court case management system and the state's citation tracking system. The high cost of manual citation procedures is well documented. Every year, agencies lose millions of dollars due to errors. For example, one third of the tickets issued daily are automatically dismissed due to illegible handwriting or technical error, representing many millions in lost revenue annually In addition to errors that directly reduce revenue, there are the hidden soft costs that affect our agency. The time consuming manual processes reduce productivity, more officers are required to cover our municipality, translating into higher staffing costs and reduced community service levels. . PROPOSED SOLUTION: Mobile ticketing devices, known as eCitation, easily address these issues by automating the citation process. When law enforcement officers carry a mobile or handheld computer with bar code scanning capabilities and an eCitation application, a citation can be quickly, easily and accurately issued in record time. Using eCitation devices provides the seamless connection needed ensure uninterrupted access to the back end databases required to streamline and automate the citation process. A majority of the required information is automatically entered into the electronic citation form through a quick scan of the bar code or magnetic stripe on a driver's license or via a real-time connection to the state's Department of Motor Vehicles (DMV) or National Crime Information Center (NCIC) databases. Drop down menus for violations and vehicle information further protect against errors, and can automatically populate additional information such as fine amounts and court information. After the ticket is completed, a wireless printer with a Bluetooth connection enables on the- spot printing of the citation and if the mobile computer is equipped with image capture, the form can include the violators signature of receipt. And with a real-time wireless connection to the mobile device, the citation information can be immediately transmitted to the appropriate databases. For mobile devices without a real-time connection, the citation information can be uploaded in the office at the end of the day by simply docking the device in its cradle; or if a wireless LAN is in place, the device can upload records automatically as soon as the officer enters the station. The results of automating the citation process in law enforcement are dramatic. With the traditional paper -based citation system utilized in many law enforcement agencies, a citation takes an average of 12 days to process. Mobile e.Citation devices reduce that time to seconds. Bar code scanning alone has been credited with eliminating up to 200 keystrokes per traffic citation, automating and ensuring the accurate capture of the information contained on a driver's license. In addition to more efficient ticketing, eCitation devices enable more effective capture and tracking of demographics, such as race and sex to help In defending against lawsuits. The system also helps the Bureau examine traffic statistics and trends. 2 Kula 14-911,005, F.A.C. S00-085-01 SAFETY OWOLT State clearly and In detail the aims of the project, precisely what will be done, who will be involved, and what is expected to result. Use the following major headings: 1. Statement of the Problem 2, Proposed Solution 3. Objectives 4. Evaluation 5. Milestones (Use form provided) Start below and use additional pages as necessary. OBJECTIVES: • Installation / issuance of e-crash /e-citation hardware / software in 100% of the Traffic Enforcement Unit motorcycles / Motor Officers. • Successful submissions of e-citations to the Clerk, • Successful submissions of e-crash fouls to DHSMV. EVALUATION: • Determine how many Traffic Enforcement Unit motorcycles / motor officers were outfitted with e-citation / e-crash hardware and software. • Count number of e-citations submitted electronically to the Clerk, (Compare complete vs. incomplete records). • Count number of e-crash reports submitted electronically to DHSMV, (Compare complete vs, incomplete records). 3 Rulo I4-98.D05, F,A,C. S00-065-01 SAFETY 09l06 Milestones Timetable for Milestones 1'" Qua end Quarter 3'd Quarter 44' Quarter OCT NOV DEC JAN FEB MAR APR MAY JUN JUL AUG SEP. Process award documents and present before the City Commission for acceptance Begin procurement process Purchase equipment, receive it and process payment Number of motorcycles/motor officers equipped with e-citationfe-crash hardware and software Number of e-citations/e-crash reports successfully transmitted electronically to Clerk/DHSMV Prepare and provide reports to grantor as required Final Financial and Program Narrative Report Submitted ► ] ❑ ❑ 0 0 ❑ ❑ ❑ ❑ ■ ❑ ❑ El ❑ ❑ ❑ ❑ ❑ ❑ I ❑ ❑ ❑ ❑ ❑ ❑ ❑ 0 0 ❑ to ❑ ® ❑ ❑ ❑ ❑ ❑ ❑ ❑ 0 ❑ ❑ ❑ ❑ ❑ ❑ ❑ ■ ❑ ❑ ■ ❑ ❑ ■ ❑ in ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ El ❑ ❑ ❑ ❑ ■ ❑ ❑ ❑ ❑ ❑ ■ ❑ ■ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ® ❑ ❑ ❑ ❑ ❑ ❑ ❑ 0❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ■ ❑ ❑ ❑ ❑ ❑ ❑ ❑ 4 ❑ 17' ❑ ❑ ❑ ❑ 0 ❑ ❑ ❑ ❑ ❑ ■ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ @ ❑ ❑ 0 0 0 ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ■ ❑ ❑ ❑ ❑ 0 ❑ ❑ ► i ❑ El❑ 0 0 ❑ ❑ ❑ ❑ r ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ 0 ❑ ❑ /1 0 ❑ ❑ ❑ ❑ ❑ ❑ M o ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ►I ❑ ® ®I ® ❑ ❑ ❑ ❑ ❑ ■ ❑ ❑ ■ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ■ El❑ ❑ ❑ 0 ❑ ❑ ❑ /.1 A ►1 ❑ ❑ ❑ ❑ M ❑ ❑ El❑ ❑ ❑ ■ ❑ ❑ N ❑ ❑ ❑ ■ ❑ ■ 0 ❑ 0 ❑ /1 W. `� 1+11 ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ■ ❑ ❑ ❑ ❑ 0 0 0 1./ ►� 4 ❑ ❑ ■ ❑ ❑ L ❑ ❑ ❑ ■ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ■ ❑ 'Rule 14-98.005, F.A.C. Part III: PROJECT DETAIL BUDGET 500-065-01 SAFETY OCAS Project Title: City of Miami Police Dpsartment-Traffic Enforcement -Motors Unit- E-Citation Project Project Number: IVI3DA-14-18-07 Contract Number: ARJ12 „.. ,.._ Each budget category subtotal listed below cannot be exceeded, All individual line item costs are estimates, and the State Safety Office may approve monetary shifts between line items, not to exceed the subtotal of each budget category. BUDGET CATEGORY TOTAL. FEDERAL NON-FEDERAL FUNDING STATE LOCAL A. Personnel Services Overtime for Enforcement Ops $ 0 $0 $0 Salary N/A. $ 0 $0 $0 $0 Benefits NIA. $ 0 $0 $0 $0 $ 0 $0 $0 $0 $ 0 $0 $0 $0 $ 0 $0 $0 $0 $ 0 $0 $0 $0 $ 0 $0 $0 $0 Subtotal $ 0 $ 0 $ 0 $ 0 B. Contractual Services CI CD C) CI C. , £15. Eft to Eft NIA. $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 Subtotal $ 0 $ 0 $ 0 C. Expenses . . .. N/A. $ 0 $0 $0 $0 $ 0 $0 $0 $0 $ 0 $0 $0 $0 $ 0 $0 $0 $0 $ 0 $0 $0 $0 $ 0 $0 $0 $0 $ 0 $0 $0 $0 $ 0 $0 $0 $0 $ 0 $0 $0 $0 $ 0 $0 $0 $0 $ 0 $0 $0 $0 $ 0 $0 $0 $0 $ 0 $0 $0 $0 $ 0 $0 $0 $0 $ 0 $0 $0 $0 $ 0 $0 $0 $0 $ 0 $0 $0 $0 $ 0 $0 $0 $0 $ 0 $0 $0 $0 Subtotal $ 0 $ 0 $ 0 $ 0 Budget Modification Number: Effective Date: 5 Rule 14-98,005, P.A.C. Part III: PROJECT DETAIL BUDGET 600-065.01 SAFETY 09108 Project Title: City of Miami Police Department -Traffic Enforcement -Motors Unit- E-Citation Project Project Number: M3DA-14-1 Contract Number; ARJ 1 2 Each budget category subtotal listed below cannot be exceeded, All individual line item costs are estimates, and the State Safety Office may approve monetary shifts between line items, not to exceed the subtotal of each budget category. BUDGET CATEGORY TOTAL FEDERAL FUNDING NON-FEDERAL STATE LOCAL 0, Operating Capital Outlay The City of Miami Police Department will purchase tablets with extended warranties and necessary peripherals for installation and use, such as cables, chargers, mounts, docking stations, spare batteries, and biometric identification. (20) Win7 Multi Touch Digitizer (20) Extended Warranty (20) iKey Magnesium Detachable Folding Keyboard (20) Panasonic Strap & Guard Bundle (20) MagTek Swipe Reader Magnetic Card Reader (20) Power Adapter Subtotal $ 0 $0 $51,015 $51,015 $4,850 $4,850 $11,013 11,012,60 $1,609 $1,609 $ 943 943.20 $1,743 $1,743 $ 0 $0 $ 0 $0 $ 0 $0 $ 0 $0 $ 0 $0. $ 0 $0 $ 0 $0 $ 0 $0 $ 0 $0 $ 0 $0 $ 0 $0 $ 0 $0 $ 0 $0 $ 0 $0 $ 0 $0 $ 0 $0 $ 0 $0 $ 0 $0 $ 0 $0 $ 0 $0 $ 0 $0 $ 0 $0 $71,173 $71,173 $0 $0 $0 $0 $0 $0 $0 $o $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $ $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $o $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $ 0 E, Indirect Cost N/A. $ 0 $0 $ 0 $0 $ 0 $0 $ 0 $0 6 $0 so $0 $0 $0 $0 $0 $0 Rule 1443.005, F.A C. Subtotal Total Cot of Project 590-D85-01 SAFETY 0903 $ 0 1,173 $71,173 $ $ 0 $ 0 0 $ 0 7 Budget Modification Number: Effective Date: Ruh; 14-91.005, F.A.C. BUDGET NARRATIVE 500-065-01 SAFETY 09108 Project Title: City of Miami Police Department -Traffic Enforcement -Motors Unit- E-Citation Project Project Number: M3DA-14-18-07 Contract Number: AR,T12 The following is a narrative description of the project budget by line item by category, detailing the item and anticipated cost. Each category must be sufficiently defined to show cost relationship to project objectives. Attach additional sheets as needed. OPERATING CAPITAL OUTLAY: $72,000,00 -The City of Miami Police Department will purchase tablets with extended warranties and necessary peripherals for installation and use, such as cables, chargers, mounts, docking stations, spare batteries, and biometric identification. Operating Capital Outlay: $72,000,00 8 Budget Modification Number: Effective Date: It 1448 005, F,A C Part IV: REPORTS 500-065-01 SAFETY 09108 Quarterly Progress Report Narrative for the quarter. Project Title: City of Miami Police Department -Traffic Enforcement -Motors Unit- E-Citation Project Project Number: M3DA-14-1 8-07 Implementing Agency: mil Police DepeKtment,,, Project Director: 1.4..uiq Molina Describe the subgrant activities that took place during the quarter. Attach newspaper clippings, press releases, photos and other items that document activities, Use additional sheets if necessary, The Quarterly Progress Report of Performance Indicators should be sent to the DOT Safety Office along with the narrative within 30 days of the end of each quarter. 9 Rub 1448.085, F.A,C. QUARTERLY PROGRESS REPORT OF PERFORMANCE INDICATORS for the quarter. E00435-01 SAFETY 09/08 Project Title: City of Miami Police Department -Traffic Enforcement -Motors Unit- E-Citation Project Project Number: M3DA-14-18-07 Implementing Agency: Miami Police Department Project Director: Luis Molina Performance Indicators MUtonos Accomplished Quarter End December 31 Quarter Ending March 31 Six-Monthing Totals Quarter Ending June 30 Quarter Ending September 30 Project Totals Process award documents and present before the City Commission for acceptance 0 0 Begin procurement process 0 0 Purchase equipment, receive it and process payment 0 0 Number of motorcycles/motor officers equipped with e-citation/e-crash hardware and software 0 0 Number of e-ci ions/e-crash reports successfully transmitted electronically to Clerk/DHSMV 0 0 0 Prepare and provide reports to grantor required 0 Final Financial and Prograrn NarrativeReport Submitted 0 0 0 0 0 . 0 10 Rule 14-98.00S, Final Narrative Report 900-068-01 SAFETY 09/08 Project Title: City of Miami Police Department-T affic Enforcement -Motors Unit- E-Citation Project Project Number: M3DA-14-1t3-07 Implementing Agency: i and Poljce Project Director: Luis Molina The following is a chronological narrative history of the above listed project in accordance with Part V: Acceptance and Agreement, Conditions of Agreement, I. Reports. This report is an accurate accounting of the project performance and accomplishments. Attach additional sheets as needed. 11 Rule 14-95.00S, 500-C65-01 SAFETY 09/00 Part V: Acceptance and Agreement Conditions of Agreement. Upon approval of this Subgrant Application for Highway Safety Funds, the following terms and conditions shall become binding. Noncompliance will result in loss of, or delays in, reimbursement of costs as set forth herein. I. Reports. The subgrant year quarters are October 1 - December 31, January 1 - March 31, April 1 - June 30, and July 1 - September 30. The implementing agency shall submit the Quarterly Progress Report Narrative and Quarterly Progress Report of Performance Indicators forms to the State Safety Office by the last day of the month following the end of each quarter (January 31, April 30, July 31, and October 31) if the subgrant was effective during any part of the quarter. Quarterly reports postmarked after the respective submission dates listed above shall be considered past due. The implementing agency shall submit a Final Narrative Report, giving a chronological history of the subgrant activities, problems encountered, and major accomplishments by October 31. Requests for reimbursement will be returned to the subgrantee or Implementing agency unpaid if the required reports are past due, following notification, 2. Responsibility of Subgrantee. The subgrantee and its implementing agency shall establish fiscal control and fund accounting procedures that assure proper disbursement and accounting of subgrant funds and required non-federal expenditures. All monies spent on this project shall be disbursed In accordance with provisions of the Project Detail Budget as approved by the State Safety Office. All expenditures and cost accounting of funds shall conform to 49 CFR, Part 18, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments; 49 CFR, Part 19, Uniform Administrative Requirements for Grants and Agreements with Institutions of Higher Education, Hospitals, and Other Non -Profit Organizations; OMB Circular A-102, Grants and Cooperative Agreements with State and Local Governments; OMB Circular A-110, Uniform Administrative Requirements for Grants and Agreements with Institutions of Higher Education, Hospitals, and Other Non -Profit Organizations; OMB Circular A-21, Cost Principles for Educational Institutions; 2 C.F.R. 225 (OMB Circular A-87), Cost Principles for State, Local, and Indian Tribal Governments; and/or OMB Circular A-122, Cost Principles for Non -Profit Organizations, hereby incorporated by reference, (hereinafter referred to as Applicable Federal Law), 3. Compliance with Chapter 287, Florida Statutes. The subgrantee and implementing agency agree to comply with all applicable provisions of Chapter 287, Florida Statutes. The following provisions are stated in this agreement pursuant to sections 287.133(3)(a) and 287.134(3)(a), Florida Statutes. (a) Section 287.133 (2)(a), F.S. A person or affiliate who has been placed on tne convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. (b) Section 287.134 (2)(a), F.S. An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity. 4. Approval of Consultant and Contractor Agreements. The State Safety Office shall review and approve in writing all consultant and contractor agreements prior to the actual employment of the consultant or the contractor by the subgrantee or implementing agency. Approval of the subgrant does not constitute approval of a consultant or contractor agreement. 12 Rule 1448.005, F.A.C. All contractual service agreements shall include as a minimum the following information: Beginning and end dates of the agreement (not to exceed the grant period); Total contract amount; Scope of work/Services to be provided; Budget/Cost Analysis; and Method of compensation/Payment Schedule. 600-065.0i SAFETY 09108 All contractual service agreements shall contain the following statement: The parties to this contract shall be bound by all applicable sections of Part V: Acceptance and Agreement of Project # (insert project number), DOT Contract # (insertcontract number). A final invoice must be received by (insert date) or payment will be forfeited. All invoices for contractual services shall contain the following certification statement and must be signed by the contractor: All costs are true and valid costs incurred in accordance with the agreement, 5. Allowable Costs. The allowability of costs incurred under any subgrant shall be determined in accordance with the general principles of allowability and standards for selected cost items set forth in the Applicable Federal Law and state law, to be eligible for reimbursement. All funds not spent in accordance with the Applicable Federal Law will be subject to repayment by the subgrantee, 6. Travel. Travel costs for approved travel shall be reimbursed in accordance with the State of Florida, Department of Transportation's (Department's) Disbursement Operations Manual, Chapter 3 Travel, hereby incorporated by reference, but not in excess of provisions in Section 112.061, Florida Statutes. API out-of-state travel, conference travel, meeting travel which Includes a registration fee, and out -of -grant -specified work area travel shall require written approval of the State Safety Office prior to the commencement of actual travel as being within the travel budget of the project and relevant to the project. Out-of-state travel shall not be approved unless the specific trip is in the approved subgrant budget or the head of the Implementing Agency provides sufficient justification to prove that the travel will have significant benefits to the outcome of the subgrant activities. In addition, prior written approval shall be obtained from the State Safety Office for hotel rooms with rates exceeding $150 per day that are to be reimbursed. Rates exceeding $150 per day shall not be approved unless the hotel is the host facility for an approved conference or the average rate for all hotels in the area exceeds $150. 7. Written Approval of Changes. The subgrantee or implementing agency shall obtain prior written approval from the State Safety Office for changes to the agreement. Changes to the agreement will be approved which achieve or improve upon the outcome of the subgrant work, or where factors beyond the control of the subgrantee require the change. For example: (a) Changes in project activities, milestones, or performance indicators set forth in the approved application. (b) Changes in budget items and amounts set forth in the approved application. (c) Changes to personnel in positions that are being reimbursed by this agreement. Changes to the subgrant agreement shall be in the form of a written request signed by the Authorized Representative of the Subgrantee or the Administrator of the Implementing Agency. Requests for changes to the subgrant budget must be postmarked no later than June 30 of the fiscal year to be considered. Requests for budget changes postmarked after June 30 will be denied. Delegations of signature authority will not be accepted for modification requests, 8. Reimbursement Obligation. The State of Florida's performance and obligation to reimburse the subgrantee shall be subject to the availability of Federal highway safety funds and an annual appropriation by the Legislature. As detailed in 49 CFR, Part 29, Governmentwide Debarment and Suspension (Nonprocurement) and Governmentwide Requirements for Drug -Free Workplace (Grants), hereby incorporated by reference, the subgrantee shall not be reimbursed for the cost of goods or services received from contractors, consultants, vendors, or individuals suspended, debarred, or otherwise excluded from doing business with the Federal government. The subgrantee or Its implementing 13 Rulo 14-'m.005, F.A.C. 500-065-01 SAFETY 09108 agency shall submit the required certification by consultants with awards in excess of the small purchase threshold fixed at 10 U.S.C. 2304(g) and 41U,S.C. 253(g) (currently $25,000). 9, Commencement of Projects, If a project has not commenced within 30 days after the acceptance of the subgrant award, the subgrantee or its implementing agency shall report by letter the steps taken to initiate the project, the reasons for delay, and the expected starting date. If, after 60 days from the acceptance of the award, project activity as described herein has not begun, a further statement of implementation delay will be submitted by the subgrantee or its implementing agency to the State Safety Office. The subgrantee agrees that if the letter is not received in the 60 days, the State Safety Office will cancel the project and reobligate the funds to other program areas. The State Safety Office, where warranted by excusable delay, will extend the implementation date of the project past the 60-day period, but only by formal written approval from the State Safety Office. 10. Excusable Delays. (a) Except with respect to the defaults of subgrantee's or implementing agency's consultants and contractors which shall be attributed to the subgrantee, the subgrantee and its implementing agency shall not be in default by reason of any failure in performance of this agreement in accordance with its terms if such failure arises out of causes beyond the control and without the fault or negligence of the subgrantee or its implementing agency. Such causes are acts of God or of the public enemy, acts of the Government in either its sovereign or Contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather, but in every case the failure to perform must be beyond the control and without the fault or negligence of the subgrantee. If the failure to perform is caused by the failure of the subgrantee's or its implementing agency's consultant or contractor to perform or make progress, and if such failure arises out of causes beyond the control of the subgrantee, its implementing agency and its consultant or contractor, and without the fault or negligence of any of them, the subgrantee shall not be deemed to be in default, unless (1) the supplies or services to be furnished by the consultant or contractor were obtainable from other sources, (2) the State Safety Office shall have ordered the subgrantee or its implementing agency in writing to procure such supplies or services from other sources, and (3) the subgrantee or its implementing agency shall have failed to comply reasonably with such order. (b) Upon request of the subgrantee or its implementing agency, the State Safety Office shall ascertain the facts and extent of such failure and, if it shall be determined that any failure to perform was occasioned by any one or more of the said causes, the delivery schedule shall be revised accordingly. 11. Obligation of Subgrant Funds. Subgrant funds may not be obligated prior to the effective date or subsequent to the termination date of the subgrant period. Only project costs incurred on or after the effective date and on or prior to the termination date of the subgrant application are eligible for reimbursement, A cost is incurred when the subgrantee's employee, its implementing agency, or approved contractor or consultant performs the service required or when goods are received by the subgrantee or its implementing agency, notwithstanding the date of order. 12. Performance. In the event of default, noncompliance, or violation of any provision of this agreement by the subgrantee, the implementing agency, the subgrantee's consultant(s) or contractor(s) and supplier(s), the subgrantee agrees that the Department will impose sanctions. Such sanctions include withholding of payments, cancellation, termination, or suspension of the agreement in whole or in part. In such an event, the Department shall notify the subgrantee and its implementing agency of such decision 30 days in advance of the effective date of such sanction. The sanctions imposed by the Department will be based upon the severity of the violation, the ability to remedy, and the effect on the project. The subgrantee shall be paid only for those services satisfactorily performed prior to the effective date of such sanction. 13. Access to Records and Monitoring. The Department, National Highway Traffic Safety Administration (NHTSA), Federal Highway Administration (FHWA), and the Chief Financial Officer and Auditor General of the State of Florida, or any of their duly authorized representatives, shall have access for the purpose of audit and examination of books, documents, papers, and records of the subgrantee and its implementing agency, and to relevant books and records of the subgrantee, its implementing agency, and its consultants and contractors under this agreement, as provided under Applicable Federal Law. In addition to review of audits conducted in accordance with OMB Circular A-133, as revised, hereby incorporated by reference, monitoring procedures will include, on -site visits by Department staff, limited scope audits as defined by OMB 14 Rulo 14-98.005, F,A.C. 500-065-01 SAFETY 09/00 Circular A-133, as revised, and status checks of subgrant activity via telephone calls from Safety Office staffto subgrantees. By entering into this agreement, the subgrantee and its implementing agency agree to comply and cooperate with monitoring procedures. In the event that a limited scope audit of the subgrantee or its implementing agency is performed, the subgrantee agrees to bring the project into compliance with the subgrant agreement, The subgrantee further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Chief Financial Officer or Auditor General. The Department shall unilaterally cancel this subgrant if the subgrantee or its implementing agency refuses to allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119, F,S,, and made or received by the subgrantee or its implementing agency in conjunction with the subgrant. 14. Audit. The administration of resources awarded by the Department to the subgrantee may be subject to audits and/or monitoring by the Department, as described in this section. For further guidance, see the Executive Office of the Governor website, which can be found at: www.fsaastate.ffus. Recipients of federal funds (i,e. state, or local government, or non-profit organizations as defined in OMB Circular A-133, as revised) are to have audits done annually using the following criteria: In the event that the subgrantee expends $500,000 or more in Federal awards in its fiscal year, the subgrantee must have a single or program-speoific audit conducted in accordance with the provisions of OMB Circular A-133, as revised, Page 1 of this agreement indicates the source of Federal funds awarded through the Florida Department of Transportation by this agreement in determining the Federal awards expended in its fiscal year, the subgrantee shall consider all sources of Federal awards, including Federal funds received from the Department of Transportation. The determination of amounts of Federal awards expended should be in accordance with the guidelines established by OMB Circular A-133, as revised. An audit of the subgrantee conducted by the Auditor General in accordance with the provisions OMB Circular A- 133, as revised, will meet the requirements of this part. In connection with the audit requirements addressed above, the subgrantee shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C of OMB Circular A-133, as revised. If the subgrantee expends less than $500,000 in Federal awards in its fiscal year, an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, is not required. In the event that the subgrantee expends less than $500,000 in Federal awards in its fisc,alyear and elects to have an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, the cost of the audit must be paid from non -Federal funds. Copies of audit reports for audits conducted in accordance with OMB Circular A-133, as revised, and required by this agreement shall be submitted, when required by Section .320 (d), OMB Circular A-133, as revised, by or on behalf of the subgrantee directly to each of the following: (a) Florida Department of Transportation 605 Suwannee Street, MS-17 Tallahassee, FL 32399-0450 (b) Federal Audit Clearinghouse Bureau of the Census 1201 East 10 Street Jeffersonville, IN 47132 (c) Other Federal agencies and pass -through entitles in accordance with Sections ,320 (e) and (f), OMB Circular A- 133, as revised. In the event that a copy of the reporting package for an audit required by this agreement and conducted in accordance with OMB Circular A-133, as revised, is not required to be submitted to the Department for reasons pursuant to Section .320(e)(2), OMB Circular A-133, as revised, the subgrantee shall submit the required written notification pursuant to Section .320(e)(2) and a copy of the subgrantee's audited schedule of expenditures of Federal awards directly to each of the following: 15 Rtilc t4-95,005, F,A.C. Florida Department of Transportation 605 Suwannee Street, MS-17 Tallahassee, FL 32399-0450 600.065-01 SAFETY 09/00 In addition, pursuant to Section .320(f), OMB Circular A-133, as revised, the subgrantee shall submit a copy of the reporting package described in Section .320(c), OMB Circular A-133, as revised, and any management letters issued to the auditor, to the Department at each of the following addresses: Florida Department of Transportation 605 Suwannee Street, MS-17 Tallahassee, FL 32399-0450 15. Retention of Records. The subgrantee shall retain sufficient records demonstrating its compliance with the terms of this agreement for a period of five years from the date the audit report is issued, and shall allow the Department, or its designee, the state CFO, or Auditor General access to such records upon request, The subgrantee shall ensure that the independent audit working papers are made available to the Department, or its designee, the state CFO, or Auditor General upon request for a period of at least five years from the date the audit report is issued, unless extended in writing by the Department. Records related to unresolved audit findings, appeals, or litigation shall be retained until the action is completed or the dispute is resolved. Records shall also be maintained and accessible in accordance with 49 CFR, Section 18.42 or 49 CFR, Section 19.53. 16. Procedures for Reimbursement. All requests for reimbursement of subgrant costs must be submitted on forms provided by the Department (FDOT Form Numbers 500-065-04 through 09). Appropriate documentation supportive of the reported costs must accompany each claim. The subgrantee or its implementing agency shall submit financial reimbursement forms to the Safety Office at least once each quarter as costs are incurred and payment is made. The only exception is when no costs are incurred during a quarter. Reimbursement for subgrants with personnel costs shall be made after every two pay periods if paid bi-weekly. Personnel costs reimbursement shall be requested monthly if payroll is on a monthly basis. Failure to submit reimbursement requests in a timely manner shall result in the subgrant being terminated. All requests for reimbursement of Operating Capital Outlay items having a unit cost of $5,000 or more and a useful life of one year or more shall be accompanied by a Non -Expendable Property Accountability Record (FDOT Form No. 500- 065-09). Payment of the Operating Capital Outlay costs shall not be made before receipt of this form. All requests for reimbursement shall be signed by an Authorized Representative of the Subgrantee or the Administrator of the Implementing Agency, or their delegate. A final financial request for reimbursement shall be postmarked no later than October 31 following the end of the subgrant period. Such request shall be distinctly identified as Final. Failure to submit the invoice in a timely manner shall result in denial of payment. The subgrantee agrees to forfeit reimbursement of any amount incurred If the final request is not postmarked by October 31 following the end of the subgrant period. The Safety Office has a 30-day review process of financial reimbursement requests from the date of receipt. Reimbursement requests will be returned if not completed properly. 17. Ownership of Data and Creative Material. The ownership of material, discoveries, Inventions and results developed, produced, or discovered by the agreement are governed by the terms of 49 CFR, Section 18.34, 49 CFR, Section 19,36, or OMB Circular A-110, hereby incorporated by reference. In addition to the provisions for 49 CFR, Part 18 and 49 CFR, Part 19, the State Safety Office reserves a royalty -free, nonexclusive, and irrevocable license to reproduce, publish or otherwise use, and to authorize others to use: 16 Rule 1443.005, E.A.C. 600-085-01 SAFETY 09/40 (a) The copyright in any work developed under a subgrant or contract under a subgrant; and (b) Any rights of copyright to which a subgrantee or a contractor purchases ownership with subgrant support. 18. Property Accountability. The subgrantee or its implementing agency shall establish and administer a system to control, protect, preserve, use, and maintain and dispose of any property furnished by the Department, or purchased pursuant to this agreement in accordance with Federal Property Management Standards as set forth in 49 CFR, Section 16.32, 49 CFR 19, Section 19,34, or OMB Circular A-110, incorporated herein by reference. This obligation continues as long as the property is retained by the subgrantee or its implementing agency, notwithstanding the expiration of this agreement. 19. Disputes. Any dispute, disagreement, or question of fact arising under the agreement shall be decided by the State Safety Office in writing and shall be distributed to parties concerned. A written appeal may be made within 30 calendar days to the Governor's Highway Safety Representative at the Florida Department of Transportation, 605 Suwannee Street, MS 57, Tallahassee, Florida 32399-0460, whose decision is final. The subgrantee and its implementing agency shall proceed diligently with the performance of the agreement and in accordance with Department's decision. 20. Conferences, Inspection of Work. Conferences may be held at the request of any party to this agreement. Representatives of the Department or the U.S, Department of Transportation (USDOT), or both, shall be privileged to visit the site for the purpose of inspection and assessment of work being performed at any time. 21. Publication and Printing of Observational Surveys and Other Reports. (a) Before publication or printing, the final draft of any report or reports required under the agreement or pertaining to the agreement shall be submitted to the State Safety Office for review and concurrence. (b) Each publication or other printed report covered by Paragraph 21.a. above shall include the following statement on the cover page: (1) This report was prepared for the State Safety Office, Department of Transportation, State of Florida, in cooperation with the National Highway Traffic Safety Administration, U.S, Department of Transportation and/or Federal Highway Administration, U.S, Department of Transportation. (2) The conclusions and opinions expressed in these reports are those of the subgrantee and do not necessarily represent those of the State of Florida, Department of Transportation, State Safety Office, the U.S. Department of Transportation, or any other agency of the State or Federal Government. 22. Equal Employment Opportunity, No person shall, on the grounds of race, color, religion, sex, handicap, or national origin, be excluded from participation in, be refused the benefits of, or be otherwise subjected to discrimination under this subgrant, or any project, program, or activity that receives or benefits from this subgrant award. The subgrantee and its implementing agency agree to comply with Executive Order (E.O.) 11246, as amended by Ea 11375, and as supplemented by 41 CFR, Part 60, incorporated herein by reference, 23. Responsibility for Claims and Liability. Subject to the limitations of Section 768.28, Florida Statutes, the subgrantee and its implementing agency shall be required to defend, hold harmless and indemnify the Department, NHTSA, FHWA, and USDOT, from all claims and liability, or both, due to negligence, recklessness, or intentional wrongful misconduct of subgrantee, implementing agency, and its contractor, consultant, agents and employees. The subgrantee and its implementing agency shall be liable for any loss of, or damage to, any material purchased or developed under this subgrant agreement which is caused by the subgrantee's or its implementing agency's failure to exercise such care in regard to said material as a reasonable careful owner of similar materials would exercise. The parties executing this agreement specifically agree that no provision in this agreement is intended to create in the public or any member thereof, a third party beneficiary, or to authorize anyone not a party to this agreement to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this agreement. 24. Disadvantaged Business Enterprises (DBE). (a) The subgrantee and its implementing agency agree to the following assurance; 17 Rule 14-98 005, F.A.C. 500-0435-01 SAFETY 0016B The subgrantee and its implementing agency shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any USDOT-assisted contract or in the administration of its DBE program required by 49 CFR, Part 26, Incorporated herein by reference. The subgrantee shall take all necessary and reasonable steps under 49 CFR, Part 26 to ensure nondiscrimination in the award and administration of USDOT- assisted contracts, Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as a violation of this agreement. Upon notification to the subgrantee of its failure to carry out its approved program, the USDOT may impose sanctions as provided for under Part 26 and may, In appropriate cases, refer the matter for enforcement under 18 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801 et seq.), herein incorporated by reference. (b) The subgrantee and its implementing agency agree to include the following assurance in each contract with a consultant or contractor and to require the consultant or contractor to include this assurance in all subcontract agreements: The consultant or contractor and subconsultant or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The consultant or contractor shall carry out applicable requirements of 49 CFR, Part 26 in the award and administration of USDOT-assisted contracts. Failure by the consultant or contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the subgrantee, its implementing agency, or the Department deems appropriate. 25. Restrictions on Lobbying. The subgrantee and its implementing agency agree to empty and require consultants and contractors to comply with 49 CFR, Part 20, New Restrictions on Lobbying, herein incorporated by reference, for filing of certification and disclosure forms. No funds granted hereunder shall be used for the purpose of lobbying the legislature, the Judicial branch, or state agencies. Section 216.347, Florida Statutes. 26. How Agreement is Affected by Provisions Being Held Invalid. If any provision of this agreement is held invalid, the remainder of this agreement shall not be affected. In such an instance the remainder would then continue to conform to the terms and requirements of applicable law. 27. Federal Requirement for Public Service Announcements. All public service announcements produced with Federal Highway Safety funds shall be closed captioned for the hearing impaired, 28. Public Awareness Materials and Promotional Items. All public awareness materials and promotional items reimbursed with subgrant funds shall contain a traffic safety message. Where feasible, either the Florida Department of Transportation logo or the words "Funding provided by the Florida Department of Transportation." shall appear on all items. The name of the subgrantee or implementing agency and its logo can appear on printed materials and promotional items, The names of individuals connected with the subgrantee shall not appear on printed materials and promotional items paid for with Federal highway safety funds. Before printing public awareness materials or ordering promotional items, a final draft or drawing of the items shall be submitted to the State Safety Office for review. The Office shall provide written approval for reimbursement if the items are appropriate for purchase under this agreement. Copies of all public awareness materials purchased with Federal highway safety funds shall be attached to the forms requesting reimbursement for the items. 29. Term of Agreement. Each subgrant shall begin on the date of the last party to sign the agreement and shall end on September 30, following, unless otherwise stipulated by the State Safety Office on the first page of the respective agreement The subgrant period shall not exceed 12 months. 30. Clean Air Act and Federal Water Pollution Control Act. For subgrant awards in excess of $100,000 the subgrantee and its implementing agency agree to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act (33 U.S.C. 1251 et 18 Rule 14.98.005, F.A.C. 500-065-01 SAFETY 09/08 seq.), herein incorporated by reference, The subgrantee shall include this provision in all subcontract awards in excess of $100,000. 31. Personnel Hired Under Agreement. The head of any implementing agency receiving first year funding for a new position(s) through a subgrant shall provide written notification within 30 days of the agreement being awarded to the State Safety Office that a new position(s) has been created in the agency as a result of the subgrant being awarded. Any and all employees of the subgrantee or implementing agency whose positions are funded, in whole or in part through a subgrant, shall be the employee of the subgrantee or implementing agency only, and any and all claims that may arise from said employment relationship shall be the sole obligation and responsibility of the subgrantee or its implementing agency. Personnel hired under the grant shall not hold the position of Project Director. The State Safety Office reserves the right to require activity reports to demonstrate that personnel hired under the agreement or equipment purchased with grant funds meet the requirements as specified by the subgrant. 32. Repossession of Equipment, Ownership of all equipment purchased with Federal highway safety funds rests with the subgrantee and its implementing agency; however, the USDOT maintains an interest in the equipment for three fiscal years following the end of the subgrant period. Any equipment purchased with Federal highway safety funds that is not being used by the subgrantee or its implementing agency for the purposes described in the subgrant shall be repossessed by the State Safety Office, on behalf of the USDOT. Items that are repossessed shall be disbursed to agencies that agree to use the equipment for the activity described in this subgrant. 33. Replacement or Repair of Equipment. The subgrantee and its implementing agency are responsible, at their own cost, for replacing or repairing any equipment purchased with Federal highway safety funds that is damaged, stolen, or lost, or that wears out as a result of misuse. 34. Ineligibility for Future Funding. The subgrantee and its implementing agency agree that the Department shall find the subgrantee or its implementing agency ineligible for future funding for any of the following reasons: (a) Failure to provide the required audits, (b) Failure to continue funding positions created with highway safety funds after the Federal funding cycle ends, (c) Failure to provide required quarterly and final reports in the required time frame, (d) Failure to perform work described in Part II of the subgrant agreement, (e) Providing fraudulent quarterly reports or reimbursement requests, (f) Misuse of equipment purchased with Federal highway safety funds. 35. Safety Belt Policy. Each subgrantee and implementing agency shall have a written safety belt policy, which is enforced for all employees. A copy of the policy shall be submitted with the subgrant application. 36. Safety Belt Enforcement. All law enforcement agencies receiving subgrant funds shall have a standard operating procedure regarding enforcement of safety belt and child safety seat violations. A copy of the procedure shall be attached to the subgrant application. Law enforcement agencies receiving subgrant funds shall participate in the safety belt enforcement waves conducted in Florida and shall report their participation on the appropriate form by the deadline. Failure to participate shall result in the subgrant being terminated. 37. Certification for Equipment Costing More than $1,000 per Item. The head of any implementing agency purchasing equipment costing more than $1,000 per item shall send a letter to the Safety Office upon award of the subgrant certifying that none of the items being purchased with federal highway safety funds is replacing previously purchased equipment that is damaged, stolen, or lost, or that wears out as a result of misuse, whether the equipment was purchased with federal, state, or local funds. 19 Rule 14-9$OOS, F.A C. 5Cl04/85-01 SAFETY 09/0$ 38. Checkpoint Reporting. Any law enforcement agency that conducts DUI checkpoints shall attach a copy of the After Action Report for each checkpoint operation conducted during a quarter to its Quarterly Progress Report of Performance Indicators. 39. Child Safety Seats. Any implementing agency that receives funds to purchase child safety seats must have at least one staff member who is a current Certified Child Passenger Safety Technician. Failure to comply with this provision shall result in the termination of this agreement. 40. Special Conditions. This funding will only be utilized for sworn law enforcement personnel with the rank of Officer, Master Police Officer, Deputy, Corporal, and Sergeant. Every person that performs under this grant will have, at a minimum, successfully completed the NHTSA 24 hour SFST course within the past five years. 20 Rule 14-90 005, F A.C. PROJECT NUMBER: M3Dk1418O7 6W-055-01 SAFETY 99100 IN WITNESS WHEREOF, the parties affirm that they have each read and agree to the conditions set forth in Part V of this Agreement, that each have read and understand the Agreement in its entirety, Now, therefore, in consideration of the mutual covenants, promises and representations herein have executed this Agreement by their undersigned officials on the day, month, and year set out below. SUBGRANTEE City of Miami (For DOT Use Only) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION By: Name of Applicant By: Typed Signatu uthor d Representative Mr. Daniel J. Atfonso Title: Tr off lc Safety Adnilnls tra tor Authorized Representative's Title: _ City_Mana_ger Date: LA ___,_. , Attest: Name Typed Date: - Attest: , , FEDERAL FUNDS ALLOCATED $72,000.00 --- - _.19*1/1,e,cf-' iiiia.gs ADMINSTRATOR OF IMPL MENTING AGENCY By: .MAX 27 2014 Reviewed for the Department of Transpo tion: By: Signature of minis rator Manuel Orosa Attomey - DOT Date; Administrator's Title: Chief of Police Name Typed NOTE: No whiteout or erasures accepted on this signature page. 21