HomeMy WebLinkAboutExhibitSTATE OF FLORIDA DEPARTMENT OF TRANSPORTATION (F007)
SURGRANT FOR HIGHWAY TRAFFIC SAFETY FUNDS
WC-065-01
SAFETY
D(20
Project Number: SC-2021-00301
FDOT Contract Number: G 1S22
Federal Funds Awarded: $232,500
FDOT DUNS Number: 80-939-7102
Subgrant Award (Start) Date:
Subgrant End Date: 09/30/2021
Part I: GENERAL ADMINISTRATIVE INFORMATION
Project Title: Speed/Aggressive Driving Enforcement Saturation Patrol Project
Federal Funding: $232,500 Match: $ Total Cost: $232,500
1. Subrecipient Agency:
Agency Name: City of Miami
Address Line 1: 3500 Pan American Drive
Address Line 2:
City: Miami
State: Florida
Zip: 33133
2. Implementing Agency:
Agency Name: City of Miami Police Department
Address Line 1: 400 NW 2nd Avenue
Address Line 2:
City: Miami
State: Florida
Zip: 33128
3. Federal ID Number: 59-6000375
4. DUNS Number: 072220791
5. Chief Financial Officer:
Name: Sandra Bridgennan
Address Line 1: 444 Southwest 2nd Avenue
Address Line 2:
City: Miami
State: Florida
Zip: 33130 '
Telephone No: (305) 416-1027 ext.
E-Mail Address: SBridgeman@miamigov.com
' 6. Project Director:
Name: Magdiel Armenteros
Address Line 1: 400 NW 2nd Avenue
Address Line 2:
City: Miami
State: Florida
Zip: 33128
Telephone No: (305) 603-6960 ext.
E-Mail Address: 0197@Miami-Poiice.org
7. Financial Reimbursement Contact:
Name: Maricelis Perez,
Title: Admin. Asst, I
Telephone Number: (305) 603-6207 ext,
E-Mail Address: 5629@Miami-Police.org
8. Project Activity Contact:
Name: Tymekia Gibson
Title: Contract Compliance Analyst
Telephone Number: (305) 603-6142 ext.
E-Mail Address: 41860@Miami-Police.org
9. Payment Remittance Address:
Name: City of Miarni Police Department
Address Line 1: 400 NW 2nd Avenue, 4th Floor
Address Line 2: Business Management Section
City: Miami
State: Florida
Zip: 33128
SUB-2021-CityofMiam-00301
Page 1 of 33
Amendment Number: Original
8UB-2021~CityoMNiam-00301 Page 2 of 33
Project Title: upee*mymammDriving Enforcement Saturation Patrol Project
Project Number: uo-2uo-0o301
FOOT Contract Number: sloz2
Part 11: PROJECT PLAN AND SUPPORTING DATA
m0-055-01
SAFE FY
9120
State clearly and in detail the aims of the project, precisely what will be done, who will beinvolved, and what is
expected to result. Use the following major headings:
1 . Statement of the Problem:
Despite progress in other areas, such as increased safety belt usage and fewer drunk driving fatalities,
speeding, continues to be a contributing factor in a significant number of roadway fatalities. In 2018, 9,148
people died in speeding -related crashes-25% of all fatalities (1). In addition, the Insurance Institute for Highway
Safety (IIHS) has found that rising state speed limits over the past 25 years have cost nearly 37,000 lives,
including more than 1.SOU/n2U17alone. By2O18.47states had maximum speed limits nf7Omph orhigher
Miami is the sixth most densely populated major city in the United States, with anestimated 2018population
of47O.V14, We are a major center and leader in finance, commerce, culture, media, entertainment, the arts,
and international trade. The metro area is by far the largest urban economy in Florida and the 12th largest in
the United States, with a $344.9 biflion GDP as of 2017(3). Downtown Miami is also home to the Port of Miami,
the largest passenger port globally, and one of the largest cargo ports in the United States. Miami ranks
second VzNew York City oaapopular destination for international visdom
ASaresult, the City attracts ogrowing number ofnew residents, vis�t rs,onda significant commuting
workforce, |nenurban city that is densely populated and ioapopular U.8.tourist destination, the daytime
population can sometimes reach almost a million—signIficantly increasing the number Of cars on the road
during peak Season, With the rising demands of a growing service population, the City of Miami lies within the
top 25Y6ofcities inthe FOQTFiscal Year (FY)2O21 Highway Safety Matrix — Ranking ufFlorida Cities. |t|n#4
|n^Spoeding64ggneeaivuDhvinO'`categories.
The City of Miami has experienced a total of 13,300 speed -related crashes between 2017 thru 2019, with a
steady increase of crash incidents year after year. The City of Miami Police Department (MPD) is stretched for
resources an|ttries tumeet the demands of a major global city. Aggressive driving and speeding leads to car
accident injury, and, sad|y, even hstaHty. MPD mustcommit additional resources and workforce throughout the
City of Miami to positively affect aggressive driving behavior and moving traffic offenses. to reduce the number of
vehicular crashes and accidents due tospeed and aggressive driving.
Sources:
(1) httPa:Xvmmvv.ghau.org/issueo/epeodiog'aggresoivm
(2) httns://vm*wjiiorg/faot-ateMvtio/fsctu-utadatico-aggeaoive-dhving
2 Proposed Solution:
According Vuthe FDOTFY2021Highway Safety Motrix—RanNngofFkohUaCities.Miamiis ranked #4in
"Speeding or Aggressive Driving" and lies within the top 25% of cities in the State.
To ensure the public's safety, the City of Miami Police Department proposes to use FDOT fund\ng to support a
"Speed ing/Aggressive Driving Enforcement Saturation Patrol Project" to decrease hazardous driving incidents
attributed 8mSpeeding orAggreasiveDriving. The project will use concepts from the National Highway Traffic
Safety Administr2tion (NHTSA) Countermeasure That Work Guide found in Chapter 3, Speeding and Speed
Management, 2,2High Visibility Enforcement. High visibility enforcement campaigns have been used tndeter
speeding and aggressive driving through specific and general deterrence. In the high visibility enforcement
Amendment Number: orig�na/
Project Tine Speed/Aggressive Driving Enforcement Saturation Patrol Project
Project Numberao-2u21-Dm3u1
FOOT Contract Number: a1azx
/
model, law enforcement targets selected Ngh-crash or high-vioiation geographicalareas using either expanded
regular patrols ordesignated aggressive driving patrols. The strategy isvery similar husaturation patrols
directed at alcohol-impalred drivers,
Because speeding and aggressive driving are moving violations, officers cannot use checkpoints. Rather. they
must observe driving behavior onthe road, Therefore, MPDwill use FDOTfunding toenhance its enforcement
efforts and deterrence capability, with the execution ofcitywide ^'Spseding/AggresaiveDriving Saturation
Putro|s"(Saturation Patnolo), FDOTfunds will heallocated toward off -duty personnel who must work overtime
to patrol the streets. This project will use a high visibility enforcement mode|, where officers will focus on drivers
who commit common aggressive dhvingactions such as:
~ Speeding and/or racing;
^ Improper orerratic lane changing;
~ Sudden and erratic speed changes;
~ Illegal drVnqonshoulders, sidewalks, ormedianv�
~ Prohibited and dangerous passing and merging;
~ Following other vehicles too closely;
` Running red lights;
^ Failure �yield right ���
~ Making improper turns
Each of Miom[v(3) three Police Districts (North.Central, and South) will beassigned Saturation Patrols,
Officers assigned to a district operate from one of three police stations throughout the City of Miami. and a
District Commander leads evoryarea and its officers. Officers who are laser/radar certified will beassigned toa
Saturation Patrol operation, Commanders or designated Supervising officers for each District will schedule
these operations throughout the subgrant period. They will target high -accident locations and major corridors in
their respective areas. These corridors or "hot spots" will be identified using data from resident calls to police,
crash reports, and speeding 'ticket reports.
Toensure this project will decrease Speed/A�gg ressivetraffic incidents citywide, each of the three (3)PoUce
Districts will have 3-5 Saturation Patrol operations per week. For large-scale operations, Saturation Patrols will
consist o[3'5officers and one Supervisor. Small-scale operations will include individua� officers targeting
specific �ooadonnwhenaaggressivedriving has been determined, The amount ofweekly operations plus the
Officers who will crew each Saturation Patrol operation, may result in anywhere from 5-25 Officers working
throughout the Districts onoweekly basis during the oubQrantperiod. FDOTfunding dedicated toovertime pay
for the Saturation Patrols will bodivided among the thirteen (15) Neighborhood Enhancement Areas (MET)
throughout the City.
KxPD islimited hm6O laser speed measurement devices divided among the North. South, and Central Police
Districts. To complete this project's scope, the City will also utilize FDOT funding for the purchase of additional
laser speed measuring devices. While aggressive driving tactics Will also bethe target ufthe Saturation
Patrofs, the lasers are the most accurate tool Officers have to capture speed violators . This is especially
important in hot spots where officers are deployed to reduce speeding infractions. The devices also emit Class
1 eye -safe signal, measure speeds ranging from 3tn200 mph, and provide complete vehicle classification.
Lasers can detect speeds from oefar away oa1.00Ofeet, providing Officers with enough time tosafely acquire
areoding.
MPD is committed to the safety ofall who live, work, and visit the &byofMiami. Pre and post operations'
briefings will be conducted to ensure all officers are made aware of and understand the operation's policies and
pmoeduma, goa]s, dutiee, and objectives. The Saturation Patrn(uw�U have high visibility police presence and
serve toreduce serious vehicular crashes.
5004U�m
SAFETY
W20
I Project Objectives:
Amendment wvmu+r�Original
proj="ritle: Speed/Aggressive Driving Enforcement Saturation Patrol Project
Project Number: oc-2o 1-00301
poorContract Number: u1ozz
500-065-m
SAFETY
9/20
a. Strive to decrease speed and/or aggressive driving crashes and fatalities citywide by 5% when compared tothe
previous three-year average.
b. Conduct at least 1 speed and/or aggressive driving high visibility over -time enforcement operations per month.
cParticiPate in the Southern Shield campaign through speed and/or aggressive driving overtime enforcement
operations and aduvmtionaVcommunity activities.
d.Conduct and orparticipate in3educohonaVcommunity outreach events tnincrease speed and/or aggressive driving
awareness during the project period.
e. Provide speed and/or aggressive driving information and education to the public through the use of message
boands1|oca|med|a outlets/social medialpnsaa na|eosov etleast 3times during the project period,
4. Evaluation-,
a.Speed and/oraggressive driving crashes and fatalities aereduoedby5%ohywide.compuredtodhepreviuoe
three-year average,
b. The number of speed and/or aggressive driving high visibility overtime enforcement operations conducted per month,
c.The number of speed and/or aggressive driving overtime enforcement operations conducted, and
educa tio r/com m unity activites conducted/participated in during the Southern Shield campaign.
d The number of educationakomm unity outreach events conducted or participated in to increase speed and/or
aggressive driving awareness during the project period.
e. The number of instances that speed and/or aggressive driving information and education is provided to the public
through the use of mess@ge boards/local media outlets/social media/press releases during the project period,
SU8-2021'CityofMiam-00501 Page 1nfao
Amendment Number: Original
Project Title: Speed/Aggressive Driving Enforcement Saturation Patrol Project
Project Number: SC-2021-00301
FDOT Contract Number: G1522
Part HI: PROJECT DETAIL BUDGET
500-060-01
SAFETY
9/20
Each budget category subtotal and individual line item costs listed below cannot be exceeded. The
FOOT State Safety Office may approve shifts between budget categories and lire items via an
amendment.
BUDGET CATEGORY
FEDERAL
FUNDS
MATCH
TOTAL
COST
INDIRECT
ELIGIBLE
A. Personnel Services
Overtime Salary and Benefits
$200,000
$200,000
I No
Overtime Salary and Benefits for law enforcement officers, benefits
to include FICA (Social Security and Medicare), Retirement, and
Workers Compensation.
Subtotal:
$200,000
$ I I
.$200,000
B, Contractual Services
Subtotal:
$ I
.
I
C. Expenses - Any purchase with a per item unit cost of $200 or more from any line item within this Category,
excluding software, must have FDOT State Safety Office written approval, prior to purchase.
Speed Measurement Devices
$32,500
$32,500
No
Purchase of speed measurement devices for program
implementation.
Subtotal:
$32,5001
I $32,500 I
.
D. Equipment Costing $5,000 or More
Subtotal:1
$ I$
$
E. Indirect Cost
Subtotal:
$ [04070"01.00,4
A)ithglat,,,,4144,01$
Total Cost of Project:
$232,500
$232,500
SUB-2021-CityofMiam-00301 Page 5 of 33
Amendment Number: Original
Project Title: u»eeumo mo ive Driving Enforcement Saturation Patrol Project
Project Number: mc-20o-0uw1
FoorContract Number: oloo
PART IV: PERFORMANCE REPORT
m0-065-01
SAFETY
,120
Minimum Performance Standards
The following are the minimum performance standards required inthis eubgnantagreement. The status ofthese
standards will be reported using FDOT form number 500-065-19 Performance Report and shal| be included with each ^
request for reimbursement.
1 Submit request(s)for financial reimbursement. �
2.Pmv�deperformance emort(s). �
� 3. Collect and analyze crash data 0odetermine focus areas for targeted speed and aggressive driving
enforcement.
4, Conduct speed and aggressive driving high visiWity enforcement operations.
5. Conduct outreachleducational activities for speed and aggressive driving.
National Highway Traffic Safety Administration (NHTSA) Required Activity Reporting
The following statisUcs are required reporting for any traffir safety enforcement grant. (enforcement grants only)
1. Number ofseat belt dhat�nnnissued during eubgnan#undodenforcement activiti*o� �
� �
2, Number of impaired driving arrests made during subgrant-funded enforcement activities.
3. Number of speeding citations issued during subgrant-funded enforcement activities.
8UB'2O21'ChyoMNiem~003O1 Page 6vfno
Amendment Number: Original
Project Title: Speed/Aggressive Driving Enforcement Saturation Patrol Project
Project Number: oo-20u-0oom
FOOT Contract Number: o1nz2
PartV: Acceptance and Agreement
Conditions vfSubg,an1Agreement. Upon approval of this subgrant agreement for highway safety funds, the following
terms and conditions shall become binding. The term ^Subrecipient" referred to herein, will reference both the
Subrecipient and its Implementing Agency. This agreement is line item specific and an amendment to the subgrant
agreement is required for any reallocation of funds provided under this subgrant agreement.
FEDERAL REGULATIONS
1. Access »» Public Records and Monitoring. The Florida Department nfTransportation (FOOT).National Highway
Traffic Safety Administration (NHTSA), Federal Highway Admin�tration (FHWA), Chief Financial Officer (CFO). and
Auditor General (A6)ofthe 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 Subrecipient and to relevant books
and records ofthe Suhreoipientwhich are not protected from disclosure byState orFederal law, and its consultants and
contractors under this subgrant agreement, as provided under applicable State or Federal law,
In addition to review of audits conducted in accordance with 2 CFR Part 2010, herein incorporated by reference,
monitoring procedures will include on -site visits byDepartment staff, limited scope audits asdefined by2CFRPart 2OO.
and status checks of subgrant activity via telephone calls from FDOT State Safety Office staff to3ubecipienty By
entering into this subgrant agreement, Subrecipients agree to comply and cooperate with monitoring procedures, In the
event that a limited scope audit of the &ibredpient is performed, the Subrecipient agrees to bring the project into
compliance with this uobgoyut agreement. The 8ubnacipimntfurther agrees tocomply and cooperate with any
inspections, reviews, investigations, nraudits deemed necessary bythe CFO or8Gtothe extent allowed byState or
Federal law.
2. Audit. The administration of resources awarded through the Department to the Subreclpient by this subgrant
agreement may bosubject toaudits and/or monitoring by the Department. The following requirements do not limit the
authority of the Department to conduct or arrange for the conduct of additional audits or evaluations of Federal awards or
limit the authority ofany State agency inspector general, the State nfFlorida Auditor General orany other State official.
With the exception of documents protected by State law, the Subrecipient shall comply with all audit and audit reporting
requirements asspecified below.
(a) In addition to reviews Of audits conducted in accordance with 2 CFR Part 200, Subpart F-AuditRequirements.
monitoring procedures may include but not be limited to on -site visits by Department staff and/or other
procedures including reviewing any required performance and financial reports, following up, ensuring corrective
action, and issuing managemert decisions on weaknesses found through audits when those findings pertain to
Federal awards provided through the Department by this subgrant agreement. By entering into tbiasubgrant
agreement, the 8ubnecipientagrees tocomply and cooperate fully with any monitoring procedures/processes
deemed appropriate by the Department. The Subrecipient further agrees to comply and cooperate with any
inepootions, reviewo, investigations, oraudits deemed necessary by the Department. State nfFlorida Chief
Financial Officer (CFO) or State of Florida Auditor General.
(b) The Svbrecipient'anon-FeUora|entity aodefined by2CFRPart 2UU.Subpart F Audit Requirements, aaa
subrecipient of a Federal award awarded by the Department through this subgrant agreement iusubject tothe
following requirements:
|nthe event the Subrecipient expends ototal amount ofFederal awards equal tzorinexcess ofthe
threshold established by2CFRPart 20ISubpart F Audit Requirements. the Gubrecplantmust have
eFederal single orprogram-specific audit for such fiscal year conducted inaccordance with the
provisions of 2 CFR Part 200, Subpart F - Audit Requirements. Part VI to th:is subgrant agreement
provides the required Federal award identification information needed by the Subnecipienttofurther
comply with the requirements u[2CFRPart 2O8.Subpart F Audit Requirements, |ndetermining
SUB-2021'CityufMiam-00301 Page rmo3
Amendment Number: Original
50MG6-m
SAFETY
9120
Project rmo�Spec d/Aooressi veDriving Enforcement Saturation Patrol Project
Project Number: auau21-0nm1
roorContract mumm,ru1o2u
Federal awards expended inefiaca|year, the 3ubrenlp�entmust consider u||sources cf Federal awards
bayed onwhen the activity related tothe Federal award occurs, including the Federal award provided
through the Department by this subgrant agreement. The determination of amounts of Federal awards
expended should be in accordance with the guidelines established by 2 CFR Part 200, GubpartF-
AuditRequinamems. An audit conducted by the State of Florida Auditor General in accordance with the
provisions nf2CFRPart 28O'Subpart F'Audit Requirements. will meet the requirements o(this part,
ii, In connection wfth the audit requirements, the Subrecipient shall fulfill the requirements relative to the
eudite*responsibilities aoprovided in2CFR Part 2OO.Subpart F Audit Requirements.
iii. In the event the Subrecipfent expends less than the threshold established by 2 CFR Part 200, Subpart
F Audit Requirements, in Federal awards, the Subreciplent is exempt from Federal audit requirements
for that fivoe|year. However, the 8ubreoipientmust provide asingle audit exemption statement tothe
Department at FDOTSingleALid-it@dot.stgte.fl.us no later than nine months after the end of the
Subrecipient's audit period for each appNcable audit year, I'n the event the Subrecipient expends less
than the threshold established by CFRPart 2O0, Subpart F Audit Requirements, in Federal awards
�n a Escal year and elects to have an audit conducted in accordance wlth the provisions of 2 CFR Part
200, Subpart F - Aud[t Requirements, the cost of the audit must be paid from non-Fecleral resources
(i. e,, the cost of such an audit must be paid from the Subr,ecipient's resources obtained from other than
Federal entities).
iv. Copies of reporting packages for audits conducted maccordance with 2CFRPart 200.Subpart F'
Audit Requirements, and required bythis eeoti[un. shall besubmitted, when required hy2CFR
§200.512, by or on behalf of the Subrecipient directly to the Federal Audit Clearinghouse (FAC)as
provided in 2CFR020O.3Oand 02DO.512. The R\C'aweUu|Ua provides adata entry system and required
forms for submitting the single audit reporting package. Updates tothe location of the FACand data
entry system may be found at the OMB website, The FAG is the repository of record for audits required
by2CFRPart 2OO.Subpart F-Audit Requirements, and this Agreement. However, the Department
requires a copy of the audit reporting package also be submitted to F DOTS ingleAudit@dot,state. f 1.uu
within the earlier of 30 calendar days after receipt of the auditor's report(s) or nine months after the end
ofthe audit period asrequired by2CFRPart 2O8^ Subpart Audit Requirements.
u Within vx months of acceptance of the audit report by the FAC, the Department wiUreview the
Subrecipient"s audit reporting package, including corrective action plans and management letters, to
the extent necessary to determine whether timely and appropriate action on all deficiencies has been
taken pertaining tothe Federal award provided through the Department bythis eobOnaniagreement. ]f
the SLbrecipfent fails to have an audit conducted in accordance with 2 GFR Part 200, Subpart F Audit
Requiosmente, the Department may impose additional conditions to remedy noncompliance. If the
Department determines that noncompliance Cannot be remedied by imposing additional conditions, the
Department may take appropriate actions to enforce compliance, which actions may �nclude but not be
limited to the following:
1. Temporarily withhold cash payments pending correction ofthe deficiency bythe Gubrecpientor
more severe enforcement action by the Department
2. Disallow (deny both use of funds and any applicab�ematching credit for) all or part of the cost of
the activity or action not in compliance
3, Molly or partly suspend or terminate the Federal award
4. Initiate suspension or debarment proceedings as authorized under 2 CFR Part 180 and Federal
awarding agency regulations (or in the case of the Department, recommend such a proceeding
be initiated bythe Federal awarding agency)
SUB-2O21 1
'�wm/m�n�� Page 8of 33
Amendment Number: Original
500-w5-01
SAFETY
9120
Project Title: Speed/Aggressive Driving Enforcement Saturation Patrol Project
Project wmmu,r:oouo21-0mxo1
poorContract m"m*,ro1o22
(C),
5. Withhold further Federal awards for the Project or program
O. Take other remedies that may belegally available
vi As a condition of receiving this Federal award, the Subrocipient shall permit the Department, orits
designee, the CFO or State of F�rida Auditor General access to the Subrecipient's records including
firancial'statements, the independent auditor's working papers and project records as necessary.
Records related to unresolved audit firdings, appeals or litigation shall be retainedun1i|thoactionia
complete orthe dispute ieresolved,
vil. Copies of financial reporting packages required by this section shall be submitted by or on behalf of the
Subrecipient directly to each of the following-,
Office mfComptroller, IVIS24
6O5Suwannee Street
7oUohauaoe, F|oddm5239S'O45U
FDOT8inq|eAudit(EDdot.statOxu
The Auditor General's Off ce at the following address:
Auditor General
Local Government Au its842
Claude Pepper Building, Room 401
111West Madison Street
Ta||ehasaee, Filohda 32399'1450
ThoAudhorBonera[ewebsite(h8pa:xfieuditor.qoxOprovideainstruntiunafor0�ngonelectronicoopyof
a financial reporting package.
viii Any reports or other information required to be submitted to the Department pursuant to this Agreement
aho||besubmitted timely inaccordance with 2CFR0%0O,512.section 215.S7.Florida Statutes, and
Chapters 10.65O(local government entities) and 1O-O5U(nonprofit and for -profit orQanizationa)^Rules nf
the Auditor General, avapp|�oab|e.
ix. The Subrecipient, when submitted financial reporting Packages to the Department for audits done in
accordance with 2 CFR Part 200, Subpart F - Audit Requirements, or Chapters 10,55D (local
government entities) and 1O.85D(nonpmfitand for -profit orgenizedona)' Rules o[the Auditor General,
should indicate thedate that the reporting package was delivered to the Subrecipient in correspondence
accompanying the reporting package,
The Subrecipient shafl retain sufficient records demonstraUng its compliance with the terms of the award and
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 CFO or State of Florida Auditor General access to such records upon request. The
Suhreoipimntshall ensure that the audit working papers are made available kzthe Department, orits designee,
the CFO, or State of Florida Auditor General upon request for a perlod of five years from the date the audit report
is issued unless extended in writing by the Department, The Subrecipient shall further permit access to all
Project records by the Secretary and Inspector General of the Urited States Department of Transportation and
the Comptroller General ofthe UnRedStates, ortheir designees.
(d)The Gubrecipient sh0permit, and shaUrequire its contractors to permit, the Department's and NHTSA
authorized representatives toaccess the Project sba�inspect all work, materials, payrolls, and records: and to
audit the books, records and accounts pertaining to the financing and development of the Project.
SU8'2021-C4sMNiem-00301 Page 9nfan
Amendment Number: Original
m0-065-01
SAFETY
9120
pn4°" Title: Speed/Aggressive Driving Enforcement Saturation Patrol Project
Project Number: ao-2oo-0om1
roorContract m"mvenGlm22
3. Offsets. If, after subgrant completion, any claim is made by the Department resulting from an audit or for work or
services performed pursuant tothis Agreement, the Department may offset the amount claimed from payments due for
work or services under any other agreement it has with the Subrecipiert if, upon demand, payment of the claimed
amount is not made within 60 days to the Department. Offsetting any amount pursuant to this paragraph shall not be
considered abreach ofcontract bythe Department,
4. Buy America Act. The Subrecipient agrees to comply and require consultants and contractors to comply with all
applicable standards, orders, and regulations issued pursuant to the Buy America Act, Buy America Act Waiver (Dccket
No. NHTG4-2015'0005)and NHTSAGuidance Buy American Act Procedure for Highway Safety Grant Programs (revised
11'20'2015)berein incorporated by reference, The 8ubnacipientshall include the following Buy America provisions in all
subcontract awards'.
The Buy America Act prohibits the use ufFederal highway safety grant funds topurchase any manufactured product or
aomwons/info/madmntechnologyeystemswhooeunitpurohasopdueis $5.00Onrmore, including motor vehicles, that is
not produced inthe United States. NMTOA may waive those requirements if(1)their uppUoeUonwould beinconsistent
with the public interest; (2) such materiais and products are not produced in the United States in sufficient and
reasonably available quantities and of a satisfactory quality; or (3) the inclusion of domestic material will increase the
cost ofthe overall project contract bymore than 25percent.
Each manufactured end product must comply with the provisions of the Buy America Act. Additionally, any manufactured
add -on to an end product is, itself, an end product that must comp�y with the Act,
To be reimbursed with Federal highway safety grant funds for epurchase, eState must comply with the requirements of
the Buy America Act. Non-cmmp|iancewill result indenial ofreimbursement,
5. Clean Air Act and Federal Water Pollution Control Act. SubQnantegreements for amounts inexcess of
$15O.00Omust comply with ail applicable standards, orders orregulations issued pursuant tothe Clean Air Act (42
U.S,C. 7401'7671q) and the Federal Water Pollution Control Act us amended (33 U.S.C. 1251-1387). Violations must hn
reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). The
Subrecipient shall include this provision in all subcontract awards in excess of $150,000.
V. Code of Conduct. The Subrecipient has established, and will maintain, a written code or standard of conduct
applicable to its officers, employees, board members or agents, and those indivlduals' relatives, that prohibits their
involvement in the selection, award, or administration of any contract in connection with the Projectif8/eyhaveo
present or potential finand2l or other Significant interest therein and prohibits the acceptance of any gratuity, favor, or
other thing of monetary value from any person interested or involved in the performance of work on the Project.
7. Conferences and Inspection ufWork. Conferences may beheld otthe request ufany party tothis eubQramt
agreement. Representatives of the Department orthe UG. Department ofTransportation (UGDOT).orboth, shall ba
privileged mvisit the site for the purpose of inspection and assessment of work being performed at any time.
8. Contract Work Hours and Safety Standards Act. Where applicable, aUsubcontracts under this subgnock
agreement in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for
compliance with 40 U.S.C, 3702 and 3704, as supp|emented by Department of Labor regulations (29 CFR Part 5). Under
40 U,S.C, 3702 of the Act, each contractor mist be required to compute the wages of every mechanic and laborer on
the basis ofastandard work week of4Ohours. Work inexcess ofthe standard work week inpermissible provided that
the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in
excess of 40 hours in the work week. The requirements of 40 U.S.C, 3704 are applicable to construction work and
provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are
unsanitary, hazardous, or dangerous. These requirements do not apply to the purchases of supplies or materials or
articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence.
9. Debarment and Suspension. No subcontract issued Linder this subgrant agreement, will be made to parties
listed on thugovemmentwide Excluded Parties List System in the System for Award Management (8AM). in
8U8'2021'CityofMi2m-00301 Page 1omna
Amendment Number: Original
500-w5-Ul
SAFETY
9(2:0
Project Title: apoedmoures,iveDriving Enforcement Saturation Patrol Project
Project mumupr:uC-2o1*o»m
poorContract Number: eIa22
accordance with the OM3 guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR Part 1986 Comp,, p.
188)and 12O89(3CFRPart 1Q88Comp,p.235)."Debarment and Ouspenaion " The Excluded Parties List System in
SAM contains the names of pates debarred, suspended, or otherwise exduded by agencies, as weil as parties
declared ine|igib|eunder statutory u/nagu|a0oryauthohtyotherthanExeoutivoOrdor1%54V.
10. Disadvantaged Business Enterprises (DBE).
(@) The Gubreopientagrees tnthe following assurance:
ThoSubrecipient shall not discriminate on the basis of race, color, national origin. msex inthe award and
performance afany USDOT-aaoxtedcontract urimthe administration ofits DBE pmgramrequired by49CFR.
Part 2U'herein incorporated byreference. The Subrecipientshall take all necessary and reasonable steps under
4SCFR.Part 26 to ensure nondiscrimination in the award and administration of USDOT-ass}sted contracts.
Implemertation of this program is a legal obligation and failure to carry out its terms shall be treated as a
vfoi2tion of this subgr2nt agreement. Upon notif cation to the Subrecipient of its failure to c@rry out its approved
program, the USDOTmay impose sanctions anprovided for under Part 26and may, inappropriate cases, refer
the matter for enforcement under 18US.C. 1001 and/or the Program Fraud Civil Remedies Act of1S86(51
O.&C�88O1etseq).herein incorporated byreference.
(b) The Subreciplent agrees 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 @11 subcontract agreements:
The consutant or contractor and subconsultant or subcontractor shall not discriminate on the basis of race,
color, national origin, or sex in the performance of t�is contract. The consultant or contractor shall carry out
applicable requirements of48 CFR' Pert 26 in the award and odmlniatrutiun of USDDT'aasistoU 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 Subrecipient or the Department
deems appropriate.
11. Equal Employment Opportunity. No person shall, onthe grounds �race, color, religion, sex, handicap, or
national origin, beexcluded from participation in, be refused the benefits of, u/beotherwise subjected to discrimination
under this Agreement, or any project, program, or activity that receives or benefits from this Agreement, The Subre�pient
agrees tocomply with Executive Order (E.O.) 11240.asamended byE.O. 11375.and 2asupplemented by41 CFR.Part
60, herein incorporated by reference, The Equal Opportunity Clause contained in 41 CFRsection 60'1.4iaincluded in
this Agreement byreference.
inconnection with the carrying out of the Project, the Gubrecipiontshall not discriminate against any employee or
applicant for employment because of race, age, creed, color, sex or naflonal origin and will comply with all Federal
Statutes and implementing regulations relating bonondiscrimination. The Oubrecipiantwill take affirmative action to
ensure that applicants are employed, and that employees are treated during employment, without regard to their race,
age.oreed' on|or, sex, ornational origin. Such action shall include, but not be limited to, the following: Employment
upgrading, demotion, orkanafe�recruitment orrecruitment advertising- layoff ortermination- rates ufpay orother forms
of compensation, and selection for training, including apprenticeship, The SLibrecipient shall insert the foregoing provision
modified only to show the particular contractual relationship in all its contracts in connection with the development or
operation of the Project, except contracts for standard commercial Supplies or raw materials, and shall require all such
contractors to insert a similar provision in all subcontracts, except subcontracts for standard commercial supplies or raw
mateho|e.When the Project involves installation, construction, dnmn|ition, removal, site improvement, orsimilar work,
the Subrecipient shall post, in conspicuous places available to employees and applicants for employment for Project
work, notices
12. NoFederal Obligation. This agreement is financed byfederal funds, However, payments \uthe auhreopiewtwill
be made by the Department. The United States is not a party to this Agreement and no reference in this Agreement, to
the United States, USDOT, NHTSA, or any representatives of the federal government makes the United States a party
SUB-2021-ChyoMMiam-00301 Page 11 ofna
Amendment Number: onumw
500-065,m
SAFM
9�20
Project Title: Speed/Aggressive Driving Enforcement Saturation Patrol Project
Project m"muer:ao-2on-On301
ponrContract wmmuecGlm2
to this Agreement,
13. Nondiscrimination. Subrecipierts will comply with all Federal statutes and implementing regulations r�ating to
nondiscrimination ("Federal Nondiscrimination Authorities"), These include but are not limited to:
$V
Title Nofthe Civil Rights Act of1964 (42U-8��2000et seq,,78stat. 252).(prohibits discrimination on the
basis of race, color, national origin) and 49 CFR part 21
(b) The Uniform Relocation Assistance and Real Property Acq uisition Policies A ' ct of 1870.(42US.C.4801).
(prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or
Fedens|-aid programs and projects)
(c) Fedor@I-4idHighway Act of1BT3, (23U.S.C.324etaeg). and Title iXufthe Education Amendments ofl372.
as amended (20 U.S.C, 1681-1683 and 1685-1686) (prohibit discrimination on the bas�s of sex)
(d) Section 504ofthe Rehabilitation Act mf1973.(2SU.8.C.794etoeqloeamended, (prohibits di 'minatinnon
the basis of disability) and 49 CFR part 27
(e) The Age Discrimination Act of 1975, as amended, (42 U.S.C. 6101 et seq.), (prohibits cl�crimination on the
basis ofage)
(f)
The Civil Rights Restoration Act of 1887.(PubL,10O-2US).(broadens scope, coverage and applicability of Title
V|nfthe CkiiRights Act of1QG4,The Age Discrimination Act uf1,975and Section 504of the Rehabilitation Act
of1S73.byexpmuUinQthedefinitionoftho|e/ms^pnognamowraotivitiae^toinn|uUea||ofthopmgrmmoor
activities ofthe Federal aid recipients, 8ubrscipient'uand contractors, whether such programs oractivities are
Federa|�y4undedu/not)
(g) Titles Uand III nfthe Americans with Disabilities Act (42U.S.C12131'12180(prohibits discrimination onthe
basis of disability in the operation of public entities, public and private transportation systems, places of public
accommodation, and certain testing) and 4VCFRparts 37and SB
(h) Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and
Low -Income Populations (prevents discrimination against minority populations by discouraging programs,
policies, and activities with disproportionately high and adverse human health or environmental effects on
minority and low-income populations)
(i)
Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency (guards
against Title Vt national origin discrimination/discrimination because of limited English proficiency (LEP) by
ensuring that funding recipients take reasonable steps to ensure that LEP persons have meaningful access to
programs (78FR74D87-741OQ)
0) Nondiscrimination Clause,
During the performance ufthis pubgrent, the Oubredpkentagrees:
(a) To comply with all Federal nondiscrimination |2WS and regulations, asmay be amended from time to
time
(b) Not to participate directly orindirectly in the discrimination prohibited byany Federal non-discrimination
law or regulation, as set forth in appendix B of 49 CFR part 21 and herein
(c) To permit access to its books, records, accounts, other sources of information, and its facilities as
required by the FDOT State Safety Office, USDOT or NHTSA
GU8'2021~ChyoOMiom'C} U1 Page 1zmraa
Amendment Number: ox«mu
m0-065-01
SAFETY
90U
Project Title: Speed/Aggressive Driving Enforcement Saturation Patrol Project
Project Number: uC-m21-003m
FOOT Contract Number: G1 S22
(d) That, inevent o8ubrecipienfails tocomply with any nondimcriminationprovisions in thisoubAomt, the
FDQT8tate Safety Office will have the right toimpose such oubQnartsanctions exit o/NHTSA
determine are appropriate, including but not limited to withholding payments to the Subreciplent under
the contractlagreement until the Subrecipient complies-, and/or cancelling, terminating, or suspending a
contract or funding ogneement, in whole or in part.
(e) To insert this clause, including paragraphs (a) through (e), in every subcontractand sub -agreement and
in every solicitation for a subcontract or sub -agreement, which receives Federa| funds under this
program
14. Ownership ofData and Creative Material. The ownership of material, discoveries, inventions and results
developed, produced, or discovered by this subgrant agreement are governed by the terms uf2CFRSection 2OO.s15.
Intangible Property, herein incorporated byreference.
15. Political Activity. The 3ubreupiemtwill comply with provisions ofthe Hatch Act (5U-S,C.15O1-15OB.which limits
the political activities of employees whose principal employment activities are funded in whole or in part with Federal
funds.
16. Property Accountability. The Subrecipient shall establish and administer a system to control, protect,preseme,
use, and maintain and dispose of any property furnished by the Department, or purchased pursuant to this subgrart
agreement in accordance with Federal Property Management Standards as set forth in 49 CFR, Section 18.32, 49 CFR
19, Section 19,34, or 2 CFR, 200.33, herein incorporated by reference. This obligation continues as long as the property
is retained by the Subrecipient notwithstanding the ending of this subgrant agreement.
17. Restrictions on: Lobbying. The Subrecipient agrees to comply and require consultants and contractors to comply
with 4SCFR.Part 2O.New Restrictions unLobbying, herein, incorporated byreference, for filing ofcertification and
diodouureforme.
(a) Certification Regarding Federal Lobbying, The Guhreciplemtcertifies, tnthe best ofhis orher knowledge
and belief, that:
LNuFederal appropriated funds have been paid or will be paid, by ornobehalf of the undersigned, toany
person for influencing mattempting to influence anofficer oremployee of any agency, aMember 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.
ii. 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 ofCongress, on
officer oremployee nfCongress, nranemployee nfaMember ofCongress inrunneotionwith this
Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit
StondandFonn'LLL.^Dioo|oeuneFonntnRaportLubhyinO.^inaouordmnnnwithitsin^tmctions.
iii The Subrecipient shall require that the language of this certification be included in the award documents
for all sub -award at all tiers (including subcontmots, subgrants, and contracts under grant, loans, and
cooperative agreements) and that all Subrecipients shall certify and disclose accordingly.
ix This certification is a material representation of fact upon which reliance was placed when this
transaction was made orentered into, Submission ofthis oertifioatiunipaprerequisite for making or
entering into this transaction imposed bysection 1352.title 31 U.S.Code, Any person who fails tofile
the required certification shall be subject to a civil penalty of not less than $10,000, and not more than
$1OO.00Ufor each such failure.
OUB-2021 1 Page taofaa
Amendment Number: Original
300-065-01
SAFETY
Wm
Project Title: uneewxggmssNeDriving Enforcement Saturation Patrol Project
Project Numuer:oc-2D21+mu01
500-065-m
SAFETY
pm
(b) Restriction: unState Lobbying. None of the funds under this program will be used for any activity specifically
designed to urge or influence @ State or local legislator to favor or oppose the adoption of any specific legislative
proposal pending before any State or local legislative body, Such activities include both direct and indirect ( e.g.,
^'gmuamots'')lobbying activities, with one exception. This does not preclude oState official whose salary is
supported with NHTSA funds from engaging in direct commurications with State or local legislative officials , in
accordance with customary State practice, ever if such communications urge legislative officials to favor or
oppose the adoption ofsspecific p*ndiuQlegislative proposal.
(dRestriction ofUse for Federal Civilian and Military Emp|oyees.8ubgrant funding isnot a�lowablmfor the
cost of training federal civilian and military employees, Indian Nations may be supported with written approval
from the FDOTTraffic Safety Administrator and NHTSA,
18. Termination and Suspension.
(a) Generally. If:(i) the Subreciclent:abandonsor, before the end of the state fiscal year for which financial
assistance for the Project is provided under this Agreement, finally discontinues the Project; (i;the Suhnecipient
fails tocomply with applicable law orthe terms nfthis Agreement; or(iii)for any other reason, the
commencement, prosecution, or timely completion of the Project by the Subrecipientisrendered improbable,
infeasible, impossible, or illegal, the Department may, by written notice to the Subrecipient, suspend any or all
of its obligations under this Agreement until such time as the event or condition resulting in such suspension
has ceased or been corrected, or the Department may terminate any or all of its obligations under this
Agreement. Termination of this Agreement shall be governed by the provisions of 2 CFR Part 200.
(b)Actions Upon Termination mSuspension. Upon receipt of any final termination msuspension notice from
the Department, the Subreciplent shall proceed promptly tocarry out the actions required insuch notice, which
may include any or all of the following: (1) necessary action to terminate or suspend, as the case may be,
Project aftvities and contracts and such other action as may be required or desirable to keep to the minimum
the costs upon the basis of which the financing is to be computed; (2) furnish a statement of the Project
activities and oontnacts, and other undertakings the cost of which are otherwise includable on Project costs;
and, (3) remit to the Department such portion of the financing and any advance payment previously received as
is determined by the Department to be due under the provisions of the Agreement. The termination or
suspension shall be carried out in conformity with the latest schedule, plan, and budget as approved by the
Department or upon the basis of terms and conditions imposed by the Department upon the failure of the
8ubneoipienr8o furnish the schedule, p|on, and budget within e reasonable time, The approval of remittance by
the Subrocipient shall not ccnstitLite a waiver of any claim which the Department may otherwise have arising out
ofthis Agreement.
19. Human Trafficking. The Subrecipient shall include a provision in each contract it enters into with a private entity in
connection with the Project by which the Subrecipient's contractor agrees that it and its employees that perform any
work onthe Project shall not, during the term of this Agreement, engage in trafficking in persons, procure a commercial
sex act, oruse forced labor inthe performance ofwork onthe Project.
20. Unauthorized Aliens. The Department shail consider the employment by the Subrecipiento[unauthorized aliens e
violation ofSection 274Aofthe Immigration and Nationality Act. If the SuUredpemknowingly employs unauthorized
aliens, such violation will bocause for unilateral cancellation of this Agreement.
21- Title V||'Civil Rights Act of19G4.Execution ofthis Agreement constitutes ucertification that the Sobnacipiant
will comply with all the requirements imposed byTitle V1| of the Civil Rights Act of 1964 (42 U.S.C. 1981. e1eoq.). which
among other things, prohibits discrimination in employment on the basis of race, color, national origin, creed, sex, and
age.
22. Americans with Disabilities Act uf19g0 (AJJA).Execution ofthiisAgreement constitutes acertification that the
Subrecipient wil| comply with all the requirements imposed by the ADA (42 U.S.G 12101, et seq.), the reguladons of the
federal government issued thereunder, and the assurance bythe 3ubreuipiontpursuant thereto.
Amendment Number: Original
Projectntle� Speed/Agg:ressivemmng Enforcement Saturation Patrol Project
Prmmctmumuer:oo-2ou1-0o m
poorContract Number: oIozz
50MG5_m
SAFETY
91211
23. Integrity Certification. By signing this Subgrant Agreement, the Subrecipient certifies thatneither itnor its
contractors are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from
participating inthis Agreement byany federal department oragency. This cartfficahonisammtoha|representation of
fact upon which the Department inrelying inentering this Agreement. |fhiolater determined that the Subrecipisnt
knowingly rendered an erroneous oartifimobon, in addition to other remedies available to the federal government, the
department or agency with which this transaction originated may pursue available remedies, including suspension
and/or debarment, The Subrecipient shall provide to the Department immediate written notice if at any time the
Subrecipient learns that its certification was erroneous when submitted or has become erroneous by reason of changed
circumstances.
24. Federal Encouragements.
(e) Vehicle Pursuits. Pursuant to23U.8. C.wlZ0)'all law enforcement agencies are encouraged tofollow the
guidelines staNished for vehicular pursuits issued by the International Association of Chiefs ufPolice that are
currently in effect.
y4 Policy onSeat Belt Use. In accordance with Executive Order 13043, Increasing Seat Belt Use in the United
States, aubrecipientsemencouraged to adopt and enforce un-the-jobseat belt use policies and programs for its
employees when operating company-cwned, rented, or personally -owned vehicles,
(3) Policy on Banning Text Messaging While Driving. In accordance with Executive Order 13513, Federal
Leadership OnReducing Text Messaging While Driving, and DOT Order 39O2.1O. Text Messaging While Driving,
auurocipientsare encouraged to:
i Adopt and enforce workplace safety policies to decrease crashes caused by distracted driving,
including policies to ban text messaging while driving company -owned or rented vehicles'
Govemment-ownad leased orrented vehicles, orprivately- owned vehicles when on official business or
when performirg any work on behalf of the subrecipient agency and/or the Government.
ii Conduct workplace safety initiatives in a manner commensurate with the size of the business, such as
establishment of new rules and programs or re-evaluatior of existing programs to prohibit text
messaging while driving, and education, awareness, and other outreach to employees about the safety
risks associated with texingand driving.
iii Insert the substance ofthis section, including this sentence, in all sub-agrevment/yuboontractnfunded
with the vobewoniprovided under this Agreement that are $15.O00ormore.
zo. Reversion ofUnexpended SmbgmntFunds. All funds granted bythe Department under this Agreement that
have not been expended during the term ofthis, Agreement shall revert tothe Department.
STATE REGULATIONS
26. Compliance with State Procurement ofPersonal Property and Services Laws. The Gubrecipientagrees to
comply with all applicable provisions of Chapter 287, Florida Statutes (F.S.), The following provisions are stated in this
auug/ant agreement pursuant tosections 2O7.133(2)(u) and 287.134(2)(2). F.S.
(a) Section 287.133(2)(a), F.S.Aperson oraffiliate who has been placed on the convicted vendor list following
conviction for 2 public entity crime 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 toapublic entity�may not beawarded orperform work anacontractor, supplier, subcontractor, or
consultant under acontract with any public entity: and may not transact business with any public entity in
excess of the threshold amount provided in sectic,r 287,017 for CATEGORY TWO for a period of 36 months
following the date ofbeing placed onthe convicted vendorlist.
Amendment Number: Original
SUB-2O21 1
Page 1sofso
Project Title: Speed/Aggressive Driving Enforcement Saturation Patrol Project
Project Number: oo-20x1-00301
FDOT Contract Number: GIS22
Vg Section 2V7134;q(u).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 ubid, proposal, orreply nnocontract with apublic entity for the construction u/repair ofapublic building
or public work-, may not submit b�ds, proposals, or replies on leases of real property to 2 public entity; may not
be awarded or pe!rform work as a contractor, supplier, subcontractor, or consultant Linder 2 contract with any
public entity: and may not transact business with any public entity,
(c) The convicted vendor list and discriminatory vendor list can be found on the Florida Department of Management
27. Compliance with State Public Records Laws. The Gubrauipimn!agrees tocomply with o||provisions provided in
Chapter 119F,G. If the Subrecipient receives a public records request concerning its work undertaken pursuant to this
Deportnuentsubgnant agreement, the Subredpient must take appropriate action as required by Chapter 119.F.S. If the
Subneoipientiounable to ascertain how best to comply with its obligations, itshould seek the advice ufcounsel and/or
FDQTState Safety Uffima.
The Department shall unilaterally cancel this sobgruntagreement if the Guhreoipientrefuses toallow public access Uzall
documents, papers, �fters, or other material subject to the provisions of Chapter 119. F.S..and made orreceived bythe
aubreoipient�nconjunction with this suhgnantagreement.
28. Cooperation with Inspector General. It is the duty of every Subreciplent to cooperate with the inspector general
inany investigation, audit, inspaction, mvow, or hearing pursuant tothis suhgmoLagreement, Section 20.Q55(5). F,8,
The Subredpient agrees to comply with Section 20,055(5), F.S., and to incorporate in all subcontracts the obligation to
comply with Section 28.055(5),F.8.
%g. E4ehfy. Subreoiplents:
(a) Shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of
all new employees hired by the Vendor/Contractor during the term of the contract, and
(b) Shall expressly require any subcontractors per -forming work or providing services pursuant to the statecontract
to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment
eligibility of all new employees hired by the subcontractor during the contract term.
30. Indemnification and Insurance.
V$ Indemnification. To the extent permitted bylaw and oslimited byand pursuant to the provisions of Section
768,28. Florida Statutes, the Guhreopiedshall indemnify and hold harmless the Department, including the
Department's officers and employees, from liabilities, damages, |uaaeo, and coutu, inclading, but not limited to,
reasonable ottomey'ofees, to the extent caused by the negligence, recklessness, or intentional wrongful
misconduct of the Subre�pient and persons employed or utilized by the Subrecipient in the performance of this
Agreement. This indemnification shall survive the termination of this Agreement.Nothing contained inthis
paragraph isintended &znor shall itconstitute awaiver ofthe State of Florida and the 8ubnecipienrasovereign
V* Subrecipient Contracts, Subrecipient agrees to include the following indemn�fication clause in all contracts
with onntnsctnrs, suboontnactoe, oonau|bsnts, orouhoonsu|bantowho perform work inconnection with this
Agreement (modified toappropriately identify the parties):
"To the fullest extent permitted by law, the Subrecipient's contractor/consultant sha|l indemnify and hold
harmless the SubreupienLand the State ofF|ohda. Department ofTransportation, including the Department's
officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable
attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the
Amendment Number: Original
mO-Q65 01
SAFETY
mm
Project Title: up*odlAooessiveDriving Enforcement Saturation PmmP,oject
Project Number! SC-2021-00301
FOOT Contract m"muoro1no
(c)
contra ctor/corsu Ita nt and persons employed or utilized by the con tractor/co nsulta nt in the performance of this
Agreement.
This indemnification shall survive the termination o/this Agreement. Nothing contained inthis paragraph is
intended tonor shall itconstitute owaiver ofthe State ofFlorida and the Svbreoipientasovereign immunity^
Workers' Compensation. The Subrecipient shall provide Workers' Compensation Insurance in accordance with
F|ohda'eWorkers' Compensation law for all employees, |fcontracting for any o[the work, the 8uhrenipientshall
ensure that its contractors have Workers' Compensation Insurance for their employees in accordance with
Florida's Workers' Compensation law. If using "leased employees" or employees obtained through professional
employer organizations ('PEO's"), the Subrociplent shall ensure that such employees are covered by Workers'
Compensation insurance through the PEO's or other leasing entities, Ensure that any equipment rental
agreements that include operators orothe/penaonne|whoopeempoyeeoofindependentoontractom.eo|e
proprietorships or partners are covered by insurance required under Florida's Workers' Compensation law.
31.Reimburseoent Obligation. The State ofFlorida's performance and obligation to reimburse theGubrecipient shall
be subject to the availability of Federal highway safety funds and an annual appropriation by the Legislature.
32. Responsibility for Claims and Liability. Subject tothe limitations ofSection 7682O.F.S..the 8ubrecipien shall
uorequired todefend, hold harmless and indemnify the Department, NHTOA. FHVVA.and USDOT'from all claims and
liability, or both, due to negligence, recklessness, or intentional wrongful miscondUCt of Subrecipient, and its contractor,
consultant, agents and employees. The Subrecipient shall be hable for any loss of, or damage to, any material
purchased or developed under this subgrant agreement which is caused by the Subrecipient's failure to exercise such
care )n regard to said material as a reasonable careful owner of similar materials would exercise,
The par -ties executing this SUbgrant agreement specifically agree that no provision in this subgrant agreement is intended
to create in the public Or any member thereof, a third -party bereficiary, or to authorize anyone not a party to this
subgrant agreement to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this
aubgrontagnvemoni
33. Restrictions onLobbying. Nofunds aubgrantedhereunder shall heused for the purpose oflobbying the
legislature, judicial branch, or state agencies, per Section 216.347, F,S.
34. Retention nfRecords. The Subrecipient shall retain sufficient records demonstrating its compliance with the terms
ofthis nubQran agreement for aperiod offive years from the date the audit remdisissued, and shall allow the
Department, orits designee, the state CFO, orAGaccess tasuch records, which are not protected byState law, upon
request. The Subrecipient shall ensure that the independent audit working papers are made available to the Department,
or its designee, the state CFO, or AG upon request for a period of at least five years from the date the audit report ia
�snued, unless extended in writing bythe Department.
36. Tangible Property. Property purchased under this subcontract does not qualify esTangible Persono|Property ea
defined by Chapter 273, F.S.
SUB-2O21 1 Pagenor33
Amendment Number: Original
503-065-01
SAFETY
9120
Project ntle�Speed/Aggressive Driving Enforcement Saturation Patrol Project
Project Number: oc-20u1-0mzm1
FoorContract Number: nIoo
MISCELLANEOUS PROVISIONS
m6.Prohibited Interests. The 8ubecpient shall not enter into econtract cuarrangement inconnection with the Project
orany property included u/planned tabeincluded inthe Project, with any offimr.director oremployee of the
Subrecipient, or any business entity of which the officer, director or employee or the officer's, director's or
employee's spouse or child is an officer, partner, director, or proprietor or i:n which such officer, director or employee
orthe offioer'x.director's oremployee's spouse orchild, orany combination ofthem, has amaterial interest.
I. "Material Interest" means direct or indirect ownership of more than 5% of the 0nm| assets or capital stock of
any business entity,
8. The Subrocipient shall not enter into any contract o,r arrangement in connection with the Project or any
property included or planned to be included in the Project, with any person or entity who was represented
before the Subrecipient by any person who at any time during the immediately preceding two (2) years was
onofficer, director oremployee ofthe 8ubnacipiomt.
iii. The proWionsof this subsection shaUnot be applicable toany agreement between the 8ubrecipientand its
fiscal depositories, anyoQreement for utility services the rates for which are fixed orcontrolled bythe
government, orany agreement between the 8ubrecipientand an agency of state government,
37. Interest of Members of, orDelegates to, Congress orLegislature. Nomember or de�egste to the Congress of
the United States, orthe State ofFlorida legis|ature, shall headmitted toany share urpart ofthe Agreement orany
benefit arising therefrom.
38. Department Not Obligated toThird Parties. The Department shall not beobligated orliable under this Agreement
to any party other than the Subrecipient, It is specifically agreed between the Par -ties executing this Agreement that it is
not intended by any of the provisions of any part of this Agreement to create in the pubHc or any member thereof, a third
party beneficiary under this Agreement, nr0oauthorize anyone not aparty V»this Agreement tomaintain asuit for
personal injuries or property damage pursuant to the terms or provisions of this Agreement.
39. Relationship of Par -ties. The Subrecipient, its employees, contractors, subcontractors, consultants, and
uubconsuMantsaenoLag*nLeoftheDepertmentasaroeu|tofUhisAgneement.
40. When Rights and Remedies Not Waived. In no event shall the making by the Department of any payment to the
Subrecipient constitute or be construed as a waiver by the Dep@r-trnent of any breach of covenant or any default which
may then exist, on the part of the Subrecipient, and the making of such payment by tlhe Department while any such
breach or default shall exist shall in no way impair or prejudice any right or remedy available to the Department with
respect tosuch breach ordefault,
41.Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of
Florida.
42. Sovereign Immunity. Nothing in this Agreement shall constitute a waiver by either party of its sovereign immunity
for any damages claimed bXthird parties.
*3. Bonus or Commission. By execution of the Agreement the Subrecipient represents that it has not paid and, also,
agrees not tapay, any bonus uronmmieoionfor the purpose of obtaining anapproval ofits application for the financing
hereunder.
SUB-2O21 1 Page 18 of 33
Amendment Number: Criglrial
5QQ-c65-w
SAFETY
mm
Project TWL:Spec vmggressweDriving Enforcement Saturation Patrol Project
Project Number: oo-2ou1-Oo301
pooTo^ovuo m"moncm1uzz
44. Notices. Any notice, demand, or request which is required to be glven under this Agreement in writing shall be
delivered to the following address:
Florida Department of Transportation
Attm:Traffic Safety Adminlstrotor
State Safety Office, NIO53
6U5Suwannee Street
Tallahassee, Florida 323S9'045O
*5. Agreement Format. All words used in this Agreement in the singular form shall extend to and include the plural.All
words used in the plural form shall extend to and include the singular, All words used in any gender shall extend to and
include all genders.
46. JURY TRIAL WAIVER. The Subrecipient and the Department hereby irrevocably and unconditionally waive trial by
jury in any legal action or proceeding relating to this agreement and for any counterclalm therein.
47. Execution of Agreement, This Agreement maybe simultaneously executed in a minimum of two counterparts,
each of which so executed shall be deemed to be an original, and such counterparts together shall constitute one in the
same instrument.
48. Agreement not Assignable, The Subrecipient may not assign any of its rights or obligations under this Agreemen
GRANT MANAGEMENT
49. Amendments. The 8ubeoipientshall obtain prior written approval from the FDDTState Safety Office for changes tu
this oubgrentagreement. Amendments tothis uubgran1agreement will beapproved if the modification(s)1uDemade will
achieve orknprovaupon the outcome cf this subgrant agreement's scope of work, or where factors beyond the control of
the Subrecipient require the change. Requested amendments to thils subgrant agreement shall be in the form of a written
request signed bythe one ofthe original signatories of this subgrant agreement. Specific delegation(s) for amendments
must beprovided inwriting from the ohonu|signatory ofthe Bubnonipient,
50. Disputes and Appeals. Any dispute, disagreement, or question of fact arising under this subgrant agreement May
beaddressed tothe Traffic Safety Administrator ofthe FDDTState Safety Office in writing. The Traffic Safety
Administrator's decision may be appealed in writing within 30 calendar days from the notification to the Governor's
Highway Safety Representative, whose decision inhoa[Addresses are:
Florida Department ofTransportation
Attn-Traffic Safety Administrator
State Safety 0ffioe.NIS53
8O5Suwannee Street
Tallahassee, Florida 323S8-O45O
Florida Department ofTransportation
Attn: Governor's Highway Safety Representative
State Safety Office, K88 58
OO5Suwannee Street
Tallahassee, Florida 323S9-045U
The 0ubecipientshall proceed diligently with the performance of this subgnyntagreement and inaccordance with
Department's decision(s).
61. Equipment Any equipment purchased under this subgrant agreement with highway safety funds shall not replace
previously pu�hased equipment that is damaged, stolen, lost, or that wears out as a result of misuse, whether the
equipment was purchased with federal, state, mrlocal funds.
(a) Use of Equipment, All equipment shall be used for the originally authorized aubgrantagreement purpose(s) for
as long as needed for those purposes. Subrecipients must maint2�n an inventory control system that has
SUB-2021'Cityo#Miom-00301 Page 18o[3a
Amendment Number: Original
500-m5-01
SAFETY
91m
M
Project Title: Speed/Aggressive Driving Enforcement Saturation Patrol Project
Project Number: oc-mz1-0o301
ponrContract Number: nlo22
adequate safeguards inplace toprevent loss, damage, nrtheft.
(b) Equipment Costing $5,000 or more. Equipment with a useful life of more than one year and an acquisition
cost nf$5,OO8ormore per unit shall b*subject tothe following requirements:
i Purchases shall receive prior written approval frornthe FOOTSafety Office.
ii, Biannual certification of appropriate use and condition of equipment shaH be provided to the FDOT
Safety Office.
iii Dispositions must be requested and shall receive prior written approval from the FDOT Safety Office,
Disposition ofEquipment Costing $5,000 or more. I n the event the equipment is no longer needed for the
originally authorized slubgrant agreement purpose(s) Or has reached the end of its useful life, Subrecipients
should use the Equipment Disposition Request Form 5OO-O85'826 tocoordinate with the FDUTState Safety
Office to obtain required approvals to dispose of the equipment of or transfer the equipment to another agency
for use,
(d) Disposition of Equipment Costing Less than $5,000, Eqdpment that does not meet the unit purchase price
threshold of $5,000 should be disposed of in accordance with the agencies own procurement and disposition
policies. Documentation of this disposition should be noted in the Subrecipient files.
(e) Equipment Replacement or Repair. The Subrecipient is responsible:, at their own cost, for replacing or
repairing any equipment purchased w�h Federal highway safety funds that is damaged, stolen, or lost, or that
wears out as a result of misuse. The FDOT State Safety Office retains the right to rep|ace or repair any
equipment for statewide programs based on exceptiona| individual circumstances.
(f)
Equipment Repossession. Ownership of all equipment purchased with Federal highway safety funds rests
with the 8uberipien � however, the USD0T maintains an interest in the equipment and dUo vests in the
Guhn*mpieNLsubject toseveral conditions and obligations under 2CFR Section 2OO.313.The Subnacipientmust
use the equipment for the authorized purposes of the project, whether or not the project continues to be
supported by t1ne Federal award, un|ess the FDOT State Safety Office, on behalf of USDOT, provides written
authorization for another use of the equipment that is permissible under 2 CFR Section 200.313. Any equipment
purchased with Federal highway safety funds that is not being used by the Subrecipient for the purposes
described in the project or in accordance with other authorized uses under 2 CFR Section 200.313, is su�ect to
repossession by the FDOT 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 project or for other uses
authorized byUODOT.
52Expense Purchases for $200 ormore; Any purchase with eper item unit cost of $200mmore from any line item
within the Expense Category, excluding software, must have FDOT State Safety Office written approval, prior to
purchase.
53. Excusable Delays. Except with respect tothe defaults ofSubrecpienfuconsultants and contractors which shall
be attributed to the Subrecipient, the Subrecipient shall not be in default by reason of any failure in performance of this
subgrant agreement in accordance with its terms if such failure arises out of causes beyond the control and without the
fault or negligence of the �ubrecipient. Such causes are acts of God or of the public enemy, acts of the Government in
either its sovereign orcontractual Capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes,
and unusually severe weather, but in every case the faiUre to perform must be beyond the control and without the fauft
ornegligence ofthe 8ubreopionL If the f2ilure to per -form is caused by the failure of the Subrecipient's consultant or
contractor to perform or make progress, and if such failure arises out of causes beyond the control of the Subreciplent
and its consultant or contractor, and without the fauft or negligence of any of them, the Subrecipient shall not be
deemed to be in default, unless (1) the supplies or services to be furnished by the consultant or contractor were
SUB-2021-CityoMNiam-00301 Page 2D of 33
Amendment Number: Original
500,065�m
SAFETY
9�20
Project Title: Speed/Aggressive Driving Enforcement oatUraUunPatrol Project
Project Number: ux-2oz1-0nz 1
poorContract Number: oIocz
obtainable from other sources, p0the B]OTState Safety Offiooshall have ordered the Subrecipieotinwriting 0oprocure
such supplies or services from other sources, and (3) the Subrecipi�nt shall have failed to comply reasonably with such
order.
Upon request of the Subrecipient, the FDOT State Safety Office shall ascertain the facts and extent of such failure and,
if it shall be cletermlined that any failure to perform was occasioned by any one or more of the said causes, the delivery
schedule shall barevised accordingly.
If the Subrecipient iaunable iofulfiUthe activities stated |nthe Proposed Solution orProject Objectives inthis
agreement (Part 11: PROJECT PLAN AND SUPPORTING DATA) due to the COVI D-19 panderric, the Subrecipient must
contact the FD0T State Safety Office immediately to discuss potential amendments and /or alternate plans,
54. How this SvhQrvntAgreement isAffected byProvisions Being Hold Invalid. |fany provs�onofthis aubgmnt
agreement is held invalid, the remainder of this subgrant agreement shaU not be affected. In such an instance, the
remainder would then continue tnconform tothe terms and requirements of app|icab|e|aw, TheGubnacipii*nt
acknowledges that federal grant requirements are subject to change and agrees that the most recent requirements shall
govern its obligations under this Agreement atall times.
55. Ineligibility for Future Fmoding. The Subneu#entagrees that the Department shall find the Subrenmient
ineligible for future funding for any of the following reasons:
(s)
M
W
(d)
(e)
(f)
(g)
FaPuremprovide the required audits
Failure to continue funding positions created with highway safety funds after the Federal furiding cycle ends
Failure to provide required performance and final narraflve reports in the required time frame
Failure toperform work described inPart Uofthis aubgrantagnmement
Failure to provide reimbursement requests and performance reports in 2 timely manner
Providing fraudulent performance reports o/reimbursement requests
Misuse ufequipment purchased with Federal highway safety funds
GL Performance. |nthe event ofdefault, noncompliance, orviolation ofany provision ufthis subgram agreement by
thaSubreoipkant, the Subrecipient's consultant(s) or contractor(s) 2nd supplier(s), the Subrecipient agrees that the
Department will impose sanctions. Such uonoUonn include withholding of reimbursements, mtainaQe, oon:mUation,
termination, or suspension of this subgrant agreement in whole or in part. In such an event, the Department shall notify
the Subrecipient of such decision 30 days in advance of the effective date of such sanction . The sanctions imposed by
the Department will bebased upon the severity ofthe violation, the ebi|hy0zremedy, and the effect onthe project. The
Oubreuipientshall bepaid only for those services satinfoctnriIyperformed prior tuthe effective date ofsuch sanction
5[Personnel Hired orPaid Under this SwbgrantAgreement.
(a) Project Director. Persons holding the posit�n of Project Director for this SUbgrant agreement shall not receive
reimbursement for personnel hours nor receive any other b*nofitunder this aubQrsntagreement.
(b) Employer Responsibility. Any and e[|employees ofthe Gubmcip7ont whose positions are funded, inwhole or
in part through this subgrant agreement, shall be the employee of the Subrecipient only, and any and all claims
that may @rise from said employment relationship shall be the sole obligation and responsibility of the
Subrecipient, Personnel hours will only be reimbursed based on actual hours worked on this subgrant
agreement. Noother allocation method isallowable for reimbursement.
8UB-2021~CitynUNiam-00301 page21 of3u
Amendment Number: Original
wm65-01
SAFFTY
9/20
Project Title: opeed[AggnessiveDriving Enforcement Saturation Patrol Project
Project Number: uuunz1-00m1
MOT Contract Number: Gm2o
(c) Overtime.
500-065-m
SAFETY
9/20
iOvertime Hours. Gubgrant funds cannot heused tosupplant standard activity hours; therefore, only
hours qualifying as "overtime", per the Subrecipient policies will be eligible for reimbursement by this
subgrant agreement, In the event a Subrecipient is awarded more than one subgrant agreement within a
hadeny|fiscal year, overtime hours for each traffic safety effort must betracked, reported, and billed
based umhours worked for each oubQnantagreement type.
ii.Overtime Rate. Overtime hours are intended for enhanced/ increased traffic safety activities, The
overtime pay rate for personnel is based on actual cost per employee in accordance with the
Subrecipient's payroll policy. Each Subrecipient shall comply with Fair Labor Standards Act (FLSA)
requirennerts and thresholds for overtime accrual and payment and its own policies and procedures,
insofar as those policies apply uniformly to both federal ly-fi nanced and other activities of the
Subrecipient, as required by 2 CFR 200,403(c). Additional hours may be called overtime, off duty, extra,
additional, atu,.ealong aaitenhanosm/increoaaS traffic safety activities, Acopy urthe policy shall be
maintained bythe 8ubnac�pientand made available for review |frequested.
(d) Additional Requirements for Law Enforcement Agencies.
i Created PopUimm(o)Reporting and Maintenance Requirement. 8ubreoipiertsreceiving first year
funding for a newly created full-time position(s) through a subgrant agreement shall provide written
nudfimtiunhzthe FDUTState Safety Office within 3Odays ofthis aubQranLagreement being awarded
that anew mouidon<x>has been created inthe agency aoaresult of this eubgrantagreement being
awarded. Positions created with subgrant funding shall continue to be funded by the Subrecipient after
federal funding ends tobeeligible for future aubgnantfunding,
xV. Reports. The following reports are required for reimbursement nfaubgnyntfunding�
(a)
Performance Reports. (FDOT Form No. 500-065-19). A performance report shall be provided with each request
for financial reimbursement, providing the status of the subgrant minimum performance standards, as described
|nPart /Vofthis xubgnantagreement.
p0 Final! Narrative Report. (FDOT Form No, 500-065-20), A Final Narrative Report giving a chronological history of
the subgrant activities, problems encountered, major accomplishments, and NHTSA Required Activity Reporting
shall besubmitted byOctober 31 Requests for reimbursement will not beprocessed and will boreturned tothe
Subrecipient as unpaid if the required reporls are rot provided, following notification.
(o) Enforcement Activity Reports. Enforcement Activity Report(s) for each type of enforcement shall be provided
with each request for financial reimbursement for overtime worked. Agency specific activity reports may heused,
if those reports include all information detailed in each FDOTActivity Form .
(d) Other Reports. The FDOT State Safety Office reserves the right to requ�re other reports not specified above, as
necessary, for aubgrantagreement monitoring.
59. Term ofthis Subgxart Agreement. Each subgrantagreement shall begin outhe date the last party signs this
subgrant agreement and shall end on September 30, unless otherwise stipWated by the FDOT State SafetyOffice on
the fimtpm8eofthiseapaoivenub8nan1agnaament|ntheeventtNsoubgrantagmamentloforoeniuesinexoesouf
$25.000.00 and atenn for period ofmore than 1 year, the provisions ofSection 385.135(0)(e). F.S, are hereby
incorporated:
"The Department, during any fiscal year, shall not expend money, incur any liability, or enter into any contract
which byits terms, involves the expenditure of money in excess of the amounts budgeted as available for
expenditure during such fiscal year, Any contract, verbal or written, made in violation of this subsection is null and
void. and nomoney may be paid on such contract. The Department shall require astatement from the Comptroller
Amendment Number: Original
Project Title: Speed[Aggnssiveorimng Enforcement Saturation Patro� Project
Project wvmmornn-2021-00oo1
puorContract Number: olo2z
ofthe Department that such funds are available prior to entering into any such contract or other bin&ng commitment
of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding 1 year, but any
contract aomade shah beexecutory only for the value ofthe services tube rendered uragreed tnbepaid for in
succeeding fiscal years: and this paragraph shall be incorporated' verbatim in aU contracts of the Department which
are for an amount in excess of $25,080.00 and which have a term for a period of more than 1 year."
60. Travel.
(a) Required Forms. Travel costs for approved trovo shall besubmitted onthe FDOTContractor Travel Form
(FDOTForm No. 300-000-06) or other approved Florida Department of Financial Services form and will be
reimbursed inaccordance with Section 112061.F.8. and the most current version ofthe Disbursement
Handbook for Employees and Managers.
(W Authorization and Restriction. All travel authorized under this subgrant shall be subject to any additional
authorization requirements orrestrictions imposed by� the Governor's Executive Order orother guldance; any
requirements or forms for travel cost relmbursement imposed by the Subrecipient that donot violate FDOTtravel
cost reimbursement requirements; and/or FDOTduring the aubgnan1perind.
(c) Prerequisite Approvals. Travel meeting any of the following criteria shall requ�reawritten request for approval
from the FDOT State Safety Office prior to the incurring of actual travel costs, Request should include sufficient
justification to prove that the travel will have significant benefits to the outcome of the subgrant activities and is
within the travel budget ofthe project and relevant tothe project:
i, Purchase ofAir fare
ii, Travel toconference
iii. Travel which includes aregistration fee
iv. Out-cf-subgrant-spocifieUwork area travel
V. OLIt-Of-State travel
Failure toreceive prior written approval will deem the entire travel cost ineligible for payment, regardless o|
available funding |ntravel budget.
(d) Lodging Reimbursement Limit. The FDOTState Safety Office shall not pay for overnight lodgng/hote|mom
rates that exceed 8175.0]per night (before taxes and feoa), AGobreoipientand/or trava|urvW||herequiredto
expend his or her own funds for paying the overnight lodging/hotey room rate in excess of $175.00 lo|us the
applicable percentage of fees (other than Mathaeo). If multiple travelers share e room and the individual cost of
the lodging/hotel exceeds the $175 per night limit, the Subrecip)ent and/or travelers will be required to expend
his or her own funds for paying the excess amount. If another entity is covering the cost of the overnight
lodging/hotel then this paragraph does not apply.
(e)
Lodging for 3ubg, rtFumdedStatmwidoCoa|hUonMoeUoQsandConfemmces.Lndgingconhootsmay
be funded to accommodate attendance of subgrarit funded statewide coalition meetings, conferences, and
programs. If lodging a lodging contract is executed to cover lodging cost, all travelers shall be expected to use
the contract, and any attendees choosing alternate |odging accommodations based on prehsnanco, shall do so
ottheir own out ufpocket costs. Cost for these lodging contracts will bereviewed and approved for program
appropriateness and costs savings tothe Sta0e, as determined and approved by the FDOT State Safety Office.
61. Vehicles. Any Submcipi*n1receiving eubgrsntfunds to purchase avehicle (excluding law enforcement vehicles)
ahaUmaintain 2travel log that contains the beginning and ending mileage, location, and purpose of travel. All agencies
mue1roportanyveh|c|euoe(exo|nding|mmenforoementvmhio|ea)endmainteoonoswitheaohmquestforreimburoement
usIng the Safety Grant Vehicle Use Form (FDOT Form No. 500-065-21) and the Safety Grant Equipment Maintenance
Form (FUOTFonn Mn. 500-035'22).
SUB-2021~CMyoONam-00301 Page 000fxJ
Amendment Number: Ori&al
5GC-C� 5-m
SAFETY
mm
Project Title: oweumoom,wv Driving snmrcvmmmSaturation Patrol Project
Project Number: au-2ez1-0max
rooT Contract Number: oIuxz
Vehtleapurchased with federal highway safety funds shall beused for program use only and inaccordance with Rule
6OB-1.004 F.A.C. Subrecipients who are responsible for the operation and use vehicles for official state business are
allowed to permit persons other than state officials or employees to travel in the vehide provided these persons are
conducting official state business or only on special occasions if the Purpose of the travel can be more usefully served by
including such persons and noadditional expense ininvolved.
It is permissible to transport persons other than state officials and employees during disasters and emergency situations
where the state must protect life and property. Providing assistance tomNonsts whose vehicles are disabled may be
considered esnnemergency when there ioeneed Uaprotect life and property.
Any vehicles used for personal reasons or not being used by the Suhmcipiontfor the purposes described in this euhgnsnt
agreement shall besubject \orepossession bythe FD0TState Safety Office
R
62. Allowable Costs. The allowability of costs incurred under this Subgrant agreement sh�l be determined in
accordance with the general principles of allowabifity and standards for selected cost items set forth in the Applicable
Federal Law, state law, and the FDOT Disbursement Handbook for Employees and Managers, to be eligible for
reimbursement. All funds not spent in accordance with the Applicable Federal Law will be subject to repayment by the
Subrecipient. Only costs directly related to this subgrant agreement shall be allowable.
VJ. Subcontract Agreements.
(a) Requirement for Pre- Approval, All subcontract agreements must besubmitted tnthe FOOTSafety Office in
draft form for review and approval. Approval ofthis nuU0rontagreement does not constitute approval of
subcontract agreements,
(b) MininIUM Mandatory Subcontract Language. All subcontract agreements shall include as andnimum the
following information:
(c)
i Beginning and end dates of the subcontractagreemnnt (not to exceed this subgmnt agreement
period)
|i Total contract amount
/ii. Scope ofwork/Services 0obeprovided
iv, Quantifiable, measurable, and verifiable units nfdeliverables
V. Minimum level of service to be performed and criteria for evaluating successful completion
vi. BudgeKCost8na|ynin
vii Method nfuompenaohon/P2ymentSchedule
Additional Required Clauses.
/ All subcontract agreements shall contain the following statement:
"The pates kzthis contract shall bebound byall appicab|esections u[Part \tAcceptance and
Agreement of Project # (insert project number), FDOT Contract # (insert contract number). A final
invoice must bereceived by(insert date) orpayment will beforfeited.^
iiBuy American Act clause (see Section 4ofPart V)
Certification Regarding Federal Lobbying (see Section 17ofPart V)
|v. Cooperation with, Inspector General (see Section 28ofPart V)
V. OBE Clause (see Section 10(h) oJPart V)
vi. E4e6fyclause (see Section 1AofPart V)
vii Nondiscrimination clause (see Section 13ofPart K)
viik Clean Air Act and Federal Water Pollution Control Act clause (subcontracts inexcess
$150.000) (see Section 5ufPail W
ix. Integrity Certification Clause (see Section 23ofPart y)
Amendment Number: Original
«00-06,'
SU8-2021-Cdyo8Miam-00301 Page2oo,33
Project Title: oneeuwooress/w,Driving Enforce memamonm""Patrol Project
Project wpmwonor-2oz1-0o301
pDOT Contract wumu"=o1ozx
X. Contract Work Hours and Safety Standards Act (subcontracts inexcess of$1OO.000)(see
Section 8of Part V)
m. Indemnification and Insurance (see Section 30ofPatl V;
zu Policy onBanning Text Messaging While Driving Act (subcontracts /nexcess of$15,00q(see
Section 24ofPart V)
x/ii. Human Trafficking Cfauae (sue Section 19*fPail y)
04'|ndi,ent Costs, Indirect costs inciuded in this subgrant agreement in Part 111. under the indirect line item are based
on the indirect costs rate the Subrecipient used in the competitive concept paper application process. The rate will be
applimdinaccordance with 2 CFR 200 and the Subrecipients federally approved rate agreement, If the Subrecipient does
not have a federally approved costs rate agreement, a de minimis rate of 10% of modified total direct costs in the manner
described in2CFR2O0414will beused. [The deminimiarate iaavailable only tuonhhonthat have never had a
negotiated indirect cost rate. When selected, the dem[nimie rate must be used consistently for all federal awards until
such time the 3ubmoipientchooses tonegotiate arate. Adominimiscertification form must besubmitted tnthe
Department for review and appmvag All subgrant awards are based on cost benefit, available funding, and if the indirect
costs rate requested significantly affects the proposed project's ability tnadequately address the traffic safety need
GS.Obligation nf8ubgraotFunds. Subgr@nt funds shall not be obligated prior to the effective date or subsequent to
the end date ofthis subgmn(agreement period. Only project costs incurred onorafter the effective date and onurprior
to the end date of this subgrant agreement are efigible for reimbursement. A cost is incurred when the Subrecipient's
employee or approved contractor or consultant per -forms the service required or when goods are received by the
Suhneoipien\notwithstanding the date oforder.
66. Procedures for Reimbursement.
(a) Required Forma All requests for reimbursement ofuubgrantcosts must besubmitted onforms provided by
the Department (FDOT Form Numbers 500-065-04 through 09 and 19) unless otherwise approved, Forms Must
becompleted indetail auffiuiontfor aproper pre -audit and post audit based onthe quantifiable, measurable, and
verifiable units of deliverables and costs, including supportive documentation. ALL requests for reimbursement
shall include FD0TForm 50O'V8s'01gPerformance Report for the period ofreimbursement,
(b) Supporting Documentation. Invoices for cost reimbursement subgrants must be supported by an itemized
listing ofexpenditures bycategory (so|sry.travel, expenses, etxj. Supporting documentation shall ho
submitted for each amount for which reimbursement is being claimed indicating that the item has been paid.
Documentation for each amount for which reimbursement is being claimed must indicate that the item has been
paid. Check numbers may be provided in lieu of copies of actual checks. Each piece of documentation should
clearly reflect the dates of service, Only expenditures for categories in the approved subgrart budget may be
reimbursed, These expenditures must be allowable (pursuant to law) and directly related to the services being
provided. Contracts between state agencies may submit alternative documentation to substantiate the
reimbursement request, which may be in the form of FLAIR reports or other detailed reports.
The Florida Department of Financial Services, online Reference Guide for State Expenditures can be
found otthis web address
Attpo:8www.mvf lorid aoho.00m/DivioiuoW\A/K0onualaidor- uments/Refe,enveGuidofo,StaueExnonditures. p
df,
Listed below are types and examples ofsupporting documentation:
L Personnel Services.
a. Dabdoa Timepheots that support the hours worked onthe project oractivity must bekept. A
payrofl register, or similar documentation should be maintained, The payroll register shou�
show gross salary charges, fringe benefits, other deductions, and net pay. If an individual for
whom reimbursement is being claimed is paid by the hour, a document reflecting the hours
Amendment Number: Original
m0-065-01
SAFETY
,�20
Project rmoeneedmomreswnDriving Enforcement saturation Patrol Project
Project Number; SC-20u-003o1
MOT Contract m°mueco1aou
worked times the rate u[pay will beacceptable.
500-m5-01
SAFETY
9120
b. Fringe Benefits� Fringe benefits should be supported by invoices showing the amount paid on
behalf of the employee, e.g,, insurance premiums paid. If the contract specifically states that
fringe benefits will be based on o specified percentage rather than the actual cost of fringe
benefits, then the calculation for the fringe benefits amount must be shown.
ii. Contractual Services. Should besupported byocopy of the approved subcontract agreement, invoice
showing payment request and dates of service from the vendor, and proof of payment by the
8ubnacipiwnL
iii Expenses. Should be supported by a copy of any required pre -approvals, invoice showing payment
request from the vendor, and proof of payment by the Subrecipient.
*. Travel. Reimbursement for travel must beinaccordance with a.11ZOO1.r.Q.and the most recent
version of tne FDOT Disbursement Handbook, which includes submission of the travel costs on an
approved state travel form along with supporting receipts and invoices,
v. Equipment Costing Over $5,000, Should be supported by a copy of any required pre -approvals, invoice
showing payment request from the vendor, and proof nfpayment bythe OuUreuipient.
v/. Indirect Cost. If the subgrant stpulates that indirect costs will be paid based on a specified rate, then
the calculation should be shown. Indirect costs must be in the approved agreement budget and the
entity must beable todemonstrate that the costs are not duplicated elsewhere audirect costs. All
indirect cost rates must be evaluated for reasonableness and for a||mwebi|ityand must be allocated
consistently,
All documentation should be readable and include the necessary calculations to support the amounts being
requested. Illegible documents or documents for the wrong time -period or calculation amounts will require
resubmittal by the Subrecipient. If documents provided do not equal totals requested, additional documentation
may be requested, oF amounts reimbursed will be reduced to totals supported by documentation, �
Subgrant agreements between state agencies, and/or subgrant agreements between universities may submit
alternative documentation tosubstantiate the reimbursement request Uoa[may beinthe form ofFLA[Rreports or
other d*tmi|edreports and donot have toinclude check numbers,
(c) Frequency and Deadlines, for Submission.
i Partial Claims, 8ubrenpients should submit all costs for reimbursement monthly unless nocosts
were incurred within 2 month, Reimbursement for personnel costs may be submitted after each pay
period, ifdeureg. Failure tosubmit reimbursement requests inatimely manner may result inthis
auograntagreement being terminated.
ii. Final' Claim. AJmal financial request for reimbursement shall besubmitted and/or postmarked nolater
than October 31 following the end of this subgrant agreement period. Such request should be distinctly
identified asFinal.
The Subrecipient agrees to forfeit reimbursement of any amount incurred or expended if the
final request isnot submitted and/or postmarked byOctober 31following the end ofthis
ouograntagreement period.
(d) Travel Reimbursement. Bills for travel expenses specifically authorized inthis eubgnsn1agreement shall ba
submitted on the FDOT Contractor Trawel Form (300-000-06) and will be paid in accordance with Section
Amendment Number Original
p"oj^v nua Speed/Aggressive Driving Enforcement Saturation Patrol Project
Project Number: ao-2021-0o 01
poorContract Number: Gloo
112.061.ES.and the most current vee�on of the FDOT Disbursement Handbook for Employees and Managers
(e) Equipment Reimbursement. All requests for reimbursement nfequipment having aunit cost of$5.U08or
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). Reimbursement of these equipment costs shall not be made before
receipt cfthis form.
U} Media Purchase Reimbursement. Proof ofperformance (e,g,copies and/or images ofposters, air
schedules, etc.) of all paid media purchased with subgrant funds shall be attached to reimbursement requests.
(A) Signature Requirements. All requests for reimbursement shall be signed by an Authorized Representative of
the Subrecipient, or their delegate, Delegation letters must be provided for each subgrant agreement,
(h) Reimbursement Timeline. Subrecipients providing goods and services to the Department should be aware of
the following time frames. The FDOT State Safety Office has a 30-day review process to approve goods and
services that starts on the date of receipt of financial reimbursement request. After that review and approval, the
Department has 20 days to deliver a request for payment (voucher) to t]he Department of Financial Services. The
2Udays are measured from the latter ofthe date the invoice iareceived urthe goods urservices are received,
inspected, and approved. Financial reimbursement requests may be returned if not completed properly, If a
payment iunot available within 4Udays from the FDUTState Safety Office approval, aseparate interest penalty
otarate anestablished pursuant toSection 5G,03(1). F.G..wiDbodue and payable, iuaddition tothe financial
reimbursement request umounttothe 3ub.ecipient. Interest penalties ofless than one (1)dollar will not be
enforced unless the Subrecipientrequests payment, Finando[reimbursement requests that have &obereturned
to Subrecipiontbecause ofSubmo|pien{preparation errors will result inodelay inthe payment, The financial
reimbursement request payment requirements do not start until a properly completed financial reimbursement
request isprovided tothe Department,
(i)
Financial Consequences. Payment shall bemade only after receipt and approval nfdellverab|msand costs
incurred. |fthe Department determines that the, performance ofthe Subneoipientivunsatisfactory, the
Department shall notify the Subrecipient of the deficiency to be corrected, which correction shall be made within
a tinneframe to be specified by the Department. The Subrecipient shall, within five days after notice from the
Department, provide the Department with acorrective action plan describing how the Subrecipiontwill address
all issues of subgrant agreement non-performance, unacceptable performance, failure to meet the minimum
performance levels, de[iverab|edeficiencies, orauhgnantagreement noncompliance. Ifthe corrective action plan
is unacceptable to the Department, the Subrecipient will not be reimbursed to the extent of the non-performance.
The 8ubnacipientwill not bereimbursed until the Subrecipientresolves the defioiancy,|fthe deficiency ia
subsequently resolved, the Subrecipient may bill the Department for the unpaid reimbursement reqLiest(s) during
the next billing period, tfthe SuUedpient iounable toresolve the deficiency, the funds shall beforfeited atthe
end nfthis nubgrantagreement term.
�) Vendor Ombudsman. A Vendor Ombudsman has been established within the Department of Financial
Services. The duties of this individual include acting as an advocate for Subrecipients who may be experiencing
problems inobtaining timely paymont(s)from aState agency. The Vendor Ombudsman may becontacted aL
67. Tracking and Retention m{Financial Records. The Subrecipient shall maintain unaccounting system mr
aeparoteauuountSioonnurefundvmndpmjeotsoretreuhedeepanato>y.Re000jonfcostsincumaUuoderthotennoof
this subgrart agreement shall be maintained and made available upon request to the Department at all times during the
period of this subgrant agreement and for five years after final payment is made. Copies of these documents and records
shall befurnished tothe Department upon request. Records ofcosts incurred include the 3ubrenipiontsgemom|
accounting records and the project records, together with supporting documents and records, of the contractor and all
subcontractors performing work.
SUB-2021~CityoOMian-0O3V1 Page 27ofna
Amendment Number: original
600 055-m
SAFETY
mm
pn4eo Title: ap,edlAnum, *oon,mosmmrcemv t Saturation Patrol Project
Project Number: aC-c021-0mm1
pourContract Number: Gia22
88. Program Income. Program income means gross income earned tyOubrecipierit that isdirectly generated bya
supported activity orearned aoaresult ofthe aubgraotaward during the subQnsntperiod nfperformance. Program
income must hededucted from total a||n*ubieooetstodehannineth*neioUoweb}ommts,progoamin*omemuotbe
used for current costs and any remaining program income must beoffset against the final request for reimbursement.
Program income that the 8ubnscipientdid not anticipate a1the time cJthe nubOnantaward must beused toreduce the
Federal award and Subnaoiplentcontributions rather than toincrease the funds committed tzthe project.
69. Registration for Attendance, No activities funded under this subgrant agreement shall charge a registration fee for
attendance.
70. Responsibility of Su��ip,ient.The Submdpient shall establish fiscal control and fund accounting procedures
that assure proper disbursement and accounting of subgrant funds and required non-feclera/ expenditures, All monies
spent on tNs project shail be disbursed in 2CCOrdance with provisions of the Project Deta0 Budget as approved by the
FDOT State Safety Office. All expenditures and cost accounting of funds shall conform to 2 CFR, Part 200, Uniform
Administrative Requirements, Cost Principles, and Audit Requirements For Federal Awards, herein incorporated by
reference, (hereinafter referred toaaApplicable Federal Law).
REQUIREMENTS
71. Child Safety Seats. Any agency that receives child safety seats must have aUleast one staff member who isa
current Certified Child Passenger Safety Technician.
72. Enforcement.
$0Automated Traffic Enforcement. NosUbgrant funds will baawarded or expended to carry out aprogram to
purchase, operate, or maintain an automated traffic enforcement system. (23 U.S.C. 402(c)(4)). The term
"automated traffic enforcement system" includes any camera that captures an image of a vehicle for the
purposes only of red light and speed enforcement, and does not include hand held radar and other devices
openatedby[a*enforcamentofficamtommkewnou4he-ooanetrafficstopisnueacitation.nrotheren(onmment
auUousUthobmeofvio|ubon.Gubgnsntfundlng«iUnotbeuNizedurneimbursedforconUouinQphorlyinihated
investigations, court or Administrative Hearings, and enforcement from aircraft.
(b)Data Driven, Selection of enforcement activity locations should be based on current data that identifies
high -risk areas with the greatest number of crashes, serious injuries, fatalities, and/or traffic violations (citations).
Data should be reviewed periodically to ensure that the most current high -risk areas are continU211y addressed
throughout this aubgnantagreement period.
(c) High Visibility Enforcement. All law enforcement agencies shall conduct High Visibility Enforcement while
conducting enforcement under this aubgrant agreement.
High Visibility Enforcement is defined as:
Intense: Enforcement activities are over and above what normally takes place.
Frequent: Enforcement occurs often enough Uzcreate general deterrence.
Vi*ib|e� Amajority ofthe public sees orhears about the enforcement,
8trateQia Enforcement targets high -risk locations during high -risk times,
(d) Impaired Driving Enfnrmnmnt.
i Hours ofEmphasis. Astrong emphasis ofenforcement operations should heduring the hours ofO:OO
pmk,6:OOam. Explansion of enforcement operation hours can be adjusted based on supporting data
and prior approval bythe FDOTState Safety Office. Agencies should ensure that enforcement
aotmnatiunhvo|fpaok/rnvingpatrols are conducted inperiods ofnofewer than Jconsecutive hours. The
SUB'2021-CJtYoMMian-100301 Page 28u|3u
Amendment Number: Original
500-w5-01
SAFETY
9f2U
Project Title�speediAggresvive Driving Enforcement Saturation Patrol Project
Project Number: uo-2ox1-00on1
FOOT Contract Number: oIoo2
FD0State Safety Office reserves the right to request acopy ofany aubDrant funded checkpo&t After
Action Report.
ii. Mobilization Participation. X|law enforcement agandoothat receive impaired driving oubgfant
funding should participate in aH NHTSA impaired driving moUizations for the following holidays and
events: New Year's Day, NFL Super Bowl, St. Patrick's Day, Cinco de Mayo, Independence Day, Labor
Day, Halloween, and the end ofyear hoMdmyseason.
fli. Required Credentials for Impaired Driving Enforcement. Any law enforcement officer who takes
enforcement action and receives compensation under an impaired driving subgrant must have
successfully completed at least one of the foflowing within the |asf five years:
u NHTSA/IACP 24 hour DWI Detection and Standardized Field Sobriety Testing (SFST) course
b. NHT8MACP4hour DWI Detection and Standardized Field Sobriety Testing (SFST)mfreeher
course
c. NHTSA/|ACPDVN Detection and Standardized Field Sobriety Testing (GFST)|netnuotor
Development course
d, MHTSA/|ACP8'hnurDWI Detection and Standardized Field Sobriety Testing (GF8T) Instructor
Update course
n. NUTSA/|ACPAdvanced Roadside Impaired Driving Enforcement (AR[DE)course
f. Be an active certified Drug Recognition Expert (DRE)
(e) Motorcycle Enforcement. Nooubgrant funds will be used for programs to check helmet usage or to create
checkpoints that specifically target motorcyclists.
(f} Occupant Protection Enforcement. All law enforcement agencies that receive occupant pmteoUonsubgnant
funding should participate in all NHTSA occupant protection mobilizations for Click It or Ticketand are
encouraged to participate in Child Passenger Safety Week and National Seat Check Saturday.
(0) Speed and Aggressive Driving Enforcement All law enforcement agencies that receive speed and'
aggressive driving subgr2nt funding should participate in the NHTSA Regional speed and aggressive driving
mph|izmtionfor Operation Southern Shield.
i Required Credentials for Speed Enforcement. Any law enforcement officer who is using oradar or
lasar speed detection system, must be certified in the use of that piece of equipment.
73. Public Service Announcements, Marketing, and Advertisements.
(a) Closed Caption Requirement. All public service announcements produced with Federal highway safety funds
shall be closed captioned for the hearing impaired.
(b) Media Plan. All paid media reimbursed with oubgnantfunds shall contain atraffic safety message, inorder to
maximize the effectiveness of the paid media, when marketing or advertising is included in subgrant activities, it
shall bodone only inconjunction with proven, effective countermeasures, and when the message ofthe media is
designed to caV attention to those countermeasures. Before incurring costs related to the paid media, a final
draft ofthe media and media plan shall bmsubmitted tothe FDDTState Safety Office for review.
Media plans should inc�ude the following:
i What program/policy the paid media is supporting
ii How the paid media wiUboimplemented tosupport onoperational enforcement program whether itboa
periodic crackdown/mobilization or an on -going saturation or roving patrol
ii[ The amount allocated for paid media
8UB-2021~CityofKom-00301 Page znnf33
Amendment Number: Original
500-Q65-m
SAFETY
9/20
Project Title: oneeummynmslvmDriving Enforcement Saturation patm/Project
Project wunbecmo-2n21-0o30,
FoorContract Number; omo
(c)
v. The measures that will beused 10assess message recognition and penetration wfthe target audience.
Tagging, All nubUnantfunded public service ennounoements, murkednO, and advert�esmnntoshall be tagged
"Funding provided bythe Florida Department ofTransportation, mrFunded byFDOT^ "Brought toyou by" or
"Provided by" may also be used for this requirement. The name of the Subrecipient and its logo can appear on
the paid media but the names of individuals connected with the SUbrecipient shall not appear when paid for with
Federal highway safety funds, unless otherwise approved bythe FDOTState Safety Office.
(d) Prohibition ofGifts. Contractual agreements for marketing and advertising which include communications,
public information, and paid media expenditures shall not include gifts as defined by Section 112.312^ F,O.,
which includes items such as tickets, seats, food, travel, apparel, memorabilia, etc., tuany representative of
this subgrant agreement or any of their traffic safety partners unless the item or service is regularly made
available tothe general public utnncost.
74. Public Information and Education Items. Public Information and Education Items are defined as materials whose
purpose is to convey substantive information about highway safety, Paper, pamphlets, flash drives, CD-ROMa, and
similar media that contain educational materials are all @Wwable because their purpose is to, contain and convey
educational information. in order to be considered educational, distributed material must provide substantial informational
and educational content to the public (not merely a slogan) and have the sole purpose of conveying that information. If a
Subreciplent chooses to provide educational content on a flash drive, CD-ROM, or similar device, that device must be an
economical method ofconveying the infonnabom.
Before printing or ordering any public information and education items, a final draft or drawing of the items shall be
submitted to the FDOT State Safety Office for review and approval.
Requests should include the ho|mwinQ�
(m) What public information oreducational item isbeing requested
(b) What proAnam/p�olirymthe item supporting
(c) Who the target audience ia
(1) How the item will bedlstributed
(e) Estimated unit cost(s) for the item
The FDDTState Safety Office shall provide written approval for reimbursement ifthe items are appropriate for purchase
under this subgrant agreement, Copies and/or images of all public information and education items purchased with
highway safety funds shall be attached to the forms requesting reimbursement for the items,
Printed materials (tip oarda, brochures. safety pledges, numeyo, aohvitybnoke booklets, guides, etc.) can befreely
distributed, however tangible items (heknet ^ DVDo.CD-ROMo. flash orthumb drives, reflective tape, otc.) require the
person receiving the item to interact with the Subrecipient in some manner related to the goal of the project in order to
receive the item. Interaction includes attending a presentation, having a discussion with a program representative,
signing a pledge sheet, filling out a survey form, answering a traffic safety question, etc, The results ofthis interaction
Must bereported inthe performance report.
Where feasible, either the Florida Department of Transportation logo or the words "Funding provided by the Florida
Department ofTransportation orFunded byFDQT Shall appear onorinall items . "Brought toyou by" nr"Provided by"
muyaisobeuaedfzrthianequiremeot.Thenmmenf1hnOobecipiontandha|og000noppearonenyofthepubUo
information and education items. The names of individuals connected with the Subrecipient shall not appear on any
printed materials, arid advertisements paid for with highway safety funds.
Per CFR2OOand NHTSAMemo "Use nfNHTOAHighway Safety Grant Funds for Certain Purchases" (dated May 18,
2016), Use of NHTSA grant funds to purchase promotional items or memorabilia (backpacks, cups, flashlights, key
Amendment Number: Original
SUB-2021-ChyoMMiam-00301 Page 3Dofan
Project Title: Speed/Aggressive Driving Enforcement Saturation Patrol Project
Project Number: SC-2021-00301
poorContract Number: s,neo
chains, magnets, shirts, stickers, sunglasses, umbrellas, etc.) is prohibited and therefore unallowable under this
subgrant agreement.
75. Publication and Printing vfObservational Surveys and Other Reports.
(m) Review and Publication. During this eubqractagreement period, but before publication orprinting, the final
draft of any report or reports required under this subgrant agreement or peFtaining to this subgrant agreement
shall be submitted to the FDOT State Safety Office for review and concurrence, After th�s subgrant agreement
period has concluded, Subrecipiontnmay publish after providing the FD0TState Safety Office with atleast a
15'dayprior written notice.
(b) Discussion. Both written and oral releases are considered hzteW�thimthe context ofpublication. However,
there isno�ntentiontolimit discuso�unofthe study with small technical groups nr|eCtunsotuemployees or
students, Lectures that describe plans but discuss neither data nor results may be given to other groups without
advance approval,
(c) Required Language. Each publication or other printed report covered by Paragraph 75(a) above shall include
the following statement on the cover page:
i This report was prepared for the FDOT 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 Fadera|Highway Administration, U.S. Department ofTr nuportedon.
ii. The vonduoionoand opinions expressed in these reports are those ofthe 8ubrecipientand do, not
necessarily represent those of the FDOT State Safety Office, Department of Transportation, State of
F|or�da^and/or the National Highway Traffic Safety Administration, US.Department nfTransportation
and/or Federal Highway Administration, U.S. Department of Transportation, or any other agency of the
State orFederal Government,
76. Safety Belt Policy. Each Subrecipient shall have a written safety belt policy, which is enforced for all employees. A
copy of the policy shall be maintained by the Subrecipient and made available for review if requested.
77. Special Conditions.
SUB-2021-CityoM@iam-00301 Page a1oroa
Amendment Number; Original
m0-065�01
SAFFTY
9120
Project Title: Speed/Aggressive Driving Enforcement Saturation Patrol Project
Project Number: SC,-2021.00301
FDOT Contract Number: G1S22
Part VI: Federal Financial Assistance (Single Audit Act)
Federal resources awarded pursuant to this subgrant are as follows:
CFDA Number and Title:
20.600 - State and Community Highway Traffic Safety Program (NHTSA 402 Funds)
20,611 - Incentive Grant Program to Prohibit Racial Profiling (NHTSA 1906 Funds)
El 20.614 - National Highway Traffic Safety Administration Discretionary Safety Grants (NTHSA
403 funds)
*Federal Funds Awarded:
Awarding Agency:
Indirect Cost Rate:
**Award is for R&D:
20.616 - National Priority Safety Program (NHTSA 405 Funds)
$232,500
FRorida Department of Transportation
No
Federal resources awarded pursuant to this subgrant are subject to the following audit requirements:
(a) 2 CFR Part 200 - Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal
Awards
wow. ecfr.gov
Federal resources awarded pursuant to this subgrant may also be subject to the following:
(a) Federal Funding Accountability and Transparency Act (FFATA) Sub -award Reporting System (FSRS)
www.fsrs.tov
500-065-01
SAFETY
9/20
Federal Award Identification Number (FAIN):
FAIN Award Date:
69A37519300004020FLO
04/17/2019
SUB-2021-CityofMiam-0 01 Page 32 of 33
Amendment Number: Original
Project Title: Speed/Aggressive Driving Enforcement Saturation Patrol Project
Project Number: SC-2021-00301
FDOT Contract Number: G1S22
500-065.01
SAFETY
9i2D
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.
(For FOOT Use Only)
STATE OF FLORIDA
DEPARTMENT OF TRANSPORTATION
By:
SUBRECIPIENT
By:
Signature of Authorized Representative
Name: Arthur Noriega V
Authorized FDOT State Safety Office Representative
Date:
Authorized Representative's Name Printed
Title: City Manager
Date Signed
Authorized Representative's Title Printed
Date:
Date Signed
Reviewed for the Florida Department of Transportation:
By:
IMPLEMENTING AGENCY
By:
Authorized FDOT Attorney
Date:
Signature of Authorized Representative
Name: Jorge R. Colina
Authorized Representative's Name Printed
Title: Chief of Police
Date Signed
Authorized Representative's Title Printed
Date:
Date Signed
NOTE: These signatures are the only recognized au horized representatives for this agreement, unless
delegation is granted in writing.
SUB-2021-CityofMiam-00301
Page 33 of 33
Amendment Number: Original
Florida Department of Transportation
FY 2021 Speed/Aggressive Driving Saturation Patrol Project
CITY OF MIAMI, a Florida Municipal Corporation
By: Date:
Arthur Noriega V, City Manager
Attest:
By: Date:
Todd B. Hannon, City Clerk
Approved as to Form and Correctness:
By: Date:
Victoria Mendez, City Attorney
Approved as to Insurance Requirements:
By: Date:
Ann -Marie Sharpe, Director of
Risk Management