HomeMy WebLinkAboutExhibitsDocusign Envelope ID: ED746C9F-1AFA-4818-BD45-116767F8E1 BF
Letter of Agreement and Contract
In this contract between the City of Miami ("Vendor") and University of North Florida Training and Services
Institute, Inc., d/b/a Institute of Police Technology and Management ("IPTM"), a direct support organization of the
University of North Florida ("University"), the Vendor shall perform the services as outlined in the scope of services
(Exhibits A & B). The contract period will begin upon execution and will end on May 8, 2026.
Total contract amount will not exceed $140,910.71
The parties to this contract shall be bound by all applicable state and federal requirements as outlined in Florida
Department of Transportation (FDOT) Project # 433144-1-8404, FDOT Contract # G3E95. All services must be
completed by May 8, 2026. The final invoice must be received by June 5, 2026 or payment will be forfeited.
It is expressly understood that the Vendor is an independent contractor, and not an agent of the FDOT or the
University of North Florida. The FDOT and the University's ("State Agencies" or individually "State Agency") respective
total liability in negligence or indemnity for acts of its employees or officers shall not exceed the limits of their waiver of
sovereign immunity provided under Section 768.28, Florida Statutes. The FDOT, the University, and the Vendor shall
each be responsible for its own attorney fees in the event of a dispute.
To the fullest extent permitted by law, the vendor shall indemnify and hold harmless IPTM and the State of Florida,
Department of Transportation, 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 contractor/consultant and persons employed or utilized by the
contractor/consultant in the performance of this Agreement.
This indemnification shall survive the termination of this Agreement. Nothing contained in this paragraph is intended to
nor shall it constitute a waiver of the State of Florida and IPTM's sovereign immunity.
Vendor is a subdivision, as defined in Section 768.28, Florida Statutes, and Vendor agrees to be fully responsible only
to the extent provided by Section 768.28, Florida Statutes, for the negligent or wrongful acts or omission of any
employee of the Vendor while the employee is acting within the course and scope of the employee's employment, and
for any damages proximately caused by said acts or omissions or torts.
Nothing herein shall be construed as consent by a State Agency or political subdivision of the State of Florida to be
sued by third parties in any matter arising out of this contract. No State Agency or subdivision indemnifies any other
party or person beyond the extent permitted under the law, no matter what the circumstances. Nothing herein shall be
construed as a waiver by the FDOT, the University, and the Vendor of any rights or limits to liability existing under
Section 768.28, Florida Statutes.
In accordance with the contract, the Vendor is authorized to perform the tasks detailed in the scope of services
(Exhibits A & B) and is fully responsible for satisfactory completion of all services. Services performed prior to receiving
an executed contract from the University will not be eligible for reimbursement. This contract does not involve the
purchase of Tangible Personal Property, as defined in Chapter 273, Florida Statutes.
This is a cost reimbursable contract. To be eligible for reimbursement, all costs must be allowable pursuant to state
and federal expenditure laws, rules and regulations and must be essential to the successful completion of the tasks
identified in this contract for services.
If a cost benefits more than one project, a determination must be made and documentation provided to support that
the cost is distributed in a reasonable and consistent manner across all benefiting projects.
CANCELLATION: This contract may be unilaterally cancelled by FDOT or the University for refusal by the Vendor to
allow public access to all documents, papers, letters, or other material made or received by the Vendor in conjunction
with this contract, unless Florida law provides that the records are confidential and/or exempt from the disclosure
requirements of section 24(1) of Article 1 of the state constitution and section 119.07(1), Florida Statutes.
1
City of Miami
Docusign Envelope ID: ED746C9F-1AFA-4818-BD45-116767F8E1BF
EXHIBIT "A"
SCOPE OF SERVICES
PEDESTRIAN AND BICYCLE SAFETY
HIGH VISIBILITY EDUCATION AND ENFORCEMENT CAMPAIGN
OBJECTIVE:
The Florida Department of Transportation ("FDOT"), through a subgrant with University of North Florida
("University"), will utilize law enforcement support to reinforce safe pedestrian, bicyclist, and driver
behaviors in priority counties in Florida. The goal of this effort is to reduce traffic crashes resulting in
serious and fatal injuries to pedestrians and bicyclists using high visibility education and enforcement
details.
II. PURPOSE:
In 2023, 3,375 people lost their lives in traffic crashes on Florida's roadways. More than 23% of them were
pedestrians (791) and more than 6% were bicyclists (234).
The Purpose of this funding opportunity is to develop and implement effective community level High
Visibility education and enforcement details in areas with the highest representation of traffic crashes
resulting in serious and fatal injuries to pedestrians and bicyclists.
The project Goal is to mitigate crashes by increasing awareness of and compliance with traffic laws that
protect the safety of pedestrians and bicyclists on Florida's roads.
Pedestrians and bicyclists are more vulnerable than all other road users. Traffic crashes involving
pedestrians and bicyclists are more likely to result in fatal or serious injuries than any other types of traffic
crashes.
Speed, impairment, and distractions contribute to unsafe conditions for pedestrians and bicyclists and may
be included in enforcement operations where there is data to support the need for these interventions to
improve the safety of pedestrians and bicyclists.
Pedestrian decoys may only be included in enforcement operations to improve driver yield rates at mid -
block crossing locations to improve the safety of pedestrians and bicyclists.
This campaign is a component of Florida's Bicycle/Pedestrian Focused Initiative and is implemented by
the Institute of Police Technology and Management (IPTM) under the direction of the Florida Department
of Transportation (FDOT). This campaign supports the goals established in Florida's Pedestrian and
Bicycle Strategic Safety Plan. High Visibility Enforcement activities are being implemented to mitigate
crashes by educating pedestrians, bicyclists, and motorists on traffic laws pertaining to pedestrian and
bicycle safety and increasing compliance with those laws.
III. IPTM RESPONSIBILITIES:
IPTM will provide the required training/training materials, a copy of Florida's Pedestrian and Bicycle
Strategic Safety Plan, and educational materials to the Vendor for distribution during enforcement
operations upon contract execution. Additional educational materials, bicycle lights, and electronic media
may be requested by the Vendor but are subject to availability. IPTM reserves the right to review and audit
the Vendor's compliance with the terms of this Letter of Agreement and Contract. IPTM also reserves the
right to reduce the amount of funding allocated under this Letter of Agreement and Contract when it is
determined that the Vendor will be unable to properly utilize the full funding amount as outlined herein.
IV. VENDOR SERVICES AND RESPONSIBILITIES:
Vendor will provide high visibility education and enforcement of all road users, including pedestrians,
bicyclists, and motorists, to change behaviors and improve the safety of pedestrians and bicyclists. Vendor
will conduct on -street education and enforcement details at pre -approved locations within pre -approved
times and distribute educational materials with each contact. Education is the preferred method of
behavior correction. Warnings and/or citations to pedestrians, bicyclists, and motorists will be guided by
2
City of Miami
Docusign Envelope ID: ED746C9F-1AFA-4818-BD45-116767F8E1 BF
the Vendor's policies and procedures and must comply with Florida law. These operations are designed to
reach more than just the individuals who are stopped or contacted, they should also be highly visible to
anyone driving, walking, or biking in the area in a way that associates the enforcement activity with the
safety awareness campaign. The Vendor shall record all detail activity that documents the education and
enforcement outputs for each detail conducted during the contract period using the provided online
platform.
To be reimbursable, activities conducted by the Vendor must meet the requirements listed in this Letter of
Agreement and Contract to include the following:
• Operations must begin within 60 days of the contract execution date. Exceptions require the approval
of IPTM.
• Only overtime hours for sworn law enforcement officers are eligible for reimbursement (non -sworn
civilian personnel are not eligible unless explicitly approved in writing by IPTM).
• Operations must be highly visible to anyone driving, walking, or biking in the area. It is strongly
suggested that operations include a combination of high visibility elements with a coordinated media
awareness campaign similar to those used in sobriety checkpoints or other enforcement mobilizations.
• Funds may not to be used to supplant the Vendor's enforcement and educational efforts funded by
other local, state, or federal sources. Duplicated efforts are not eligible for reimbursement.
• Vendor will not be reimbursed for education and enforcement details that take place at locations
outside of those pre -approved by the FDOT and outlined in Exhibit C of this agreement.
• Vendor will not be reimbursed for education and enforcement details that take place outside of the
day(s) and times of day pre -approved by the FDOT and outlined in Exhibit C of this agreement (each
detail location may have different pre -approved days and times of day).
Minimum Level of Service
Vendor shall conduct highly visible education and enforcement operations at each of the identified
locations outlined in Exhibit C of this agreement, prioritizing efforts towards higher ranked (Tier 1)
locations.
®Both Tier 1 and Tier 2 locations: Tier 1 locations shall be worked from contract execution through
May 8, 2026. Tier 2 locations can be worked in addition to Tier 1 locations from February 1, 2026
through May 8, 2026.
❑Only Tier 2 locations shall be worked from contract execution through May 8, 2026.
A minimum of two (2) media engagements should be conducted in conjunction with these high visibility
enforcement operations during the contract period.
Vendor performance will be evaluated based on their prioritization of enforcement details to areas with the
highest representation of traffic crashes resulting in serious and fatal injuries to pedestrians and bicyclists
and on the visibility of the mobilization.
• Vendor will not be reimbursed for administrative time, travel time, meal breaks or other hours that are
not for participation in the education and enforcement overtime details aimed at reducing traffic
crashes resulting in serious or fatal injuries to pedestrians or bicyclists, or attendance at required
training outside of the training requirement listed within this contractual service agreement.
• Each officer is limited to a maximum of eight (8) hours of reimbursable overtime in any single day
(defined as 12:00 a.m. to 11:59 p.m.), unless there are extenuating circumstances at the end of a shift
3
City of Miami
Docusign Envelope ID: ED746C9F-1AFA-4818-BD45-116767F8E1BF
that causes the hours to exceed this limit. Extenuating circumstances must be documented in the
activity report. There is no pay period limit.
• Officer training is mandatory. For their overtime hours to be reimbursable, officers working the
education and enforcement details must first complete the required four-hour training course titled
"Pedestrian and Bicycle Law Enforcement: Laws, Procedures and Best Practices." To remain eligible,
officer "refresher training" is required for any officer who completed the four-hour training course titled
"Pedestrian and Bicycle Law Enforcement: Laws, Procedures and Best Practices" prior to June 30,
2024. The refresher training class titled "Pedestrian & Bicycle Safety: A Law Enforcement Review" is
not a substitute for the 4-hour classroom course for initial eligibility into this program.
• Vendor may be reimbursed for a limited number of sworn law enforcement officers to attend the
required four-hour training course titled "Pedestrian and Bicycle Law Enforcement: Laws, Procedures
and Best Practices" or the two (2) hour online refresher training course titled "Pedestrian & Bicycle
Safety: A Law Enforcement Review". For their overtime hours to be reimbursable, attendance at the
training must be within the contract period and must be on overtime status. Although every sworn law
enforcement officer may attend the training, overtime reimbursement is limited to those officers who
will actually take part in education and enforcement details.
• Public awareness is a key element of the high visibility enforcement model. The Vendor is strongly
encouraged to distribute a minimum of two (2) media releases during the contract period. The first
media release announcing that operations are beginning should be distributed a minimum of seven (7)
days in advance of the first education/enforcement detail. The second media release should include a
reminder that details are ongoing. This second media release should be distributed approximately
halfway through the contract period. Additional media engagement is also encouraged throughout the
contract period. Media releases may include social or digital media but must also be distributed
through local media outlets. Proof of media engagement should be provided within 30 days of the
press release or news report.
• The Vendor shall distribute the provided safety educational materials during all education and
enforcement details. Materials will be provided to Vendor free of charge for this purpose.
• Vendor may elect to participate in bicycle light distribution to improve nighttime visibility and
compliance with F.S. 316.2065(7). A Bicycle Light Distribution Assurance Form provided by IPTM is
required for each bicycle light set that is distributed. The required documentation must be signed by
the officer and submitted to IPTM or through the provided online platform along with the detail report
for the period in which the lights were distributed.
• Invoice submissions must document that each officer was on overtime status while working the
education and enforcement details in order to be eligible for reimbursement.
HIGH VISIBILITY ENFORCEMENT (HVE)
All law enforcement agencies shall conduct High Visibility Enforcement while conducting enforcement
under this contractual service agreement.
High Visibility Enforcement is defined as:
Intense: Enforcement activities are over and above what normally takes place.
Frequent: Enforcement occurs often enough to create general deterrence.
Visible: A majority of the public sees or hears about the enforcement.
Strategic: Enforcement targets high -risk locations during high -risk times.
4
City of Miami
Docusign Envelope ID: ED746C9F-1AFA-4818-BD45-116767F8E1BF
APPROVED PERSONNEL LIST
Prior to commencing the services outlined under this contract, Vendor must submit a list of personnel
authorized to participate in overtime details under this agreement through the provided online platform.
The name and fully loaded hourly overtime rates to be used for each officer must be submitted. The
overtime rates may include the costs of hourly overtime plus associated fringe benefits paid upon the
overtime. Only hours from officers listed shown on the authorized personnel list are eligible for
reimbursement under this agreement. The authorized personnel list shall be updated as needed to add
officers and update overtime pay rates.
METHOD OF COMPENSATION/PAYMENT SCHEDULE
Invoices must be submitted at least monthly (every 30 days), beginning within 90 days of the contract
execution date. Invoices must contain the following:
• Invoice to include summary of hours charged and total due.
• Payroll documentation: Vendor must submit payroll documentation to accompany each invoice. This
payroll documentation should clearly indicate that the detail hours worked under this contract were on
overtime status along with the overtime rates that were paid. As this is a cost -reimbursable contract,
IPTM can only reimburse the Vendor for an amount up to the total costs incurred for the overtime
worked; therefore, Vendor must include either a pay stub or payroll ledger documenting payment to
each officer for which reimbursement is requested. It is the responsibility of the Vendor to redact any
personally identifiable information such as Social Security numbers prior to submission.
The overtime pay rate for personnel shall be based on the actual cost per employee in accordance
with the agency's payroll policy. Each agency shall comply with Fair Labor Standards Act (FLSA)
requirements and thresholds for overtime accrual and payment and its own policies and procedures,
insofar as those policies apply uniformly to both federally financed and other activities of the agency,
as required by 2 CFR 200.403(c). Additional hours may be called overtime, call -out, off duty, extra,
additional, etc.
As part of the "fully burdened" overtime costs, the agency can be reimbursed for the additional benefit
costs paid on the overtime worked. These benefit costs must be additional costs incurred specifically
as a result of the overtime being reimbursed. These benefits may include associated portions of FICA
(Social Security and Medicare), Worker's Compensation, Retirement benefits, and fixed shift
differential costs. Prorated portions of leave accrual, health/life insurance, uniform allowance, vehicle
usage, salary incentive, and other standard benefits cannot be reimbursed as they are not additional
costs incurred specifically as a result of the overtime worked.
• Detail Activity: Vendor shall record detail activity that documents the education and enforcement
outputs for each detail conducted through the provided online platform. The activity will document that
each detail conducted meets the minimum level of service as outlined in this agreement and show the
officers assigned, date, days and/or times, location, contacts made, number of materials distributed,
and the numbers of educational contacts, warnings and citations issued to motorists, pedestrians, and
bicyclists for each statute. Detail Activity submissions shall be consistent with the corresponding
invoices and payroll documentation.
All invoices must be submitted through the provided online platform. In case the provided online platform is
unavailable, invoice documentation can be sent electronically to ped.bike.safety(c�iptm.orq.
All requests for reimbursement shall be signed by an Authorized Representative of the Vendor, or their
delegate.
The University has 40-days to review and process invoices for services. This process begins on the date
the Vendor invoice is received, inspected, and approved. Invoices may be returned if not completed
properly. If a payment is not available within 40 days from the University approval, a separate interest
5
City of Miami
Docusign Envelope ID: ED746C9F-1AFA-4818-BD45-116767F8E1BF
penalty at a rate as established pursuant to Section 55.03(1), F.S., will be due and payable, in addition to
the invoice amount, to the Vendor. Interest penalties of less than one (1) dollar will not be enforced unless
the Vendor requests payment. Invoices that have to be returned to a Vendor because of Vendor
preparation errors will result in a delay in the payment and is not subject to the interest penalty. The
Vendor payment requirements do not start until a properly completed financial reimbursement request is
provided to the University.
FINANCIAL CONSEQUENCES
Payment shall be made only after receipt and approval of services provided. If the University determines
that the performance of the Vendor does not comply with the contract requirements, the University shall
notify the Vendor of the deficiency to be corrected, and the correction shall be made within a timeframe to
be specified by the University. If the deficiency is subsequently resolved, the University agrees to pay the
invoice(s) for the unpaid amount(s) during the next billing period. If the Vendor is unable to resolve the
deficiency, the funds shall be forfeited at the end of this contractual service agreement.
PRE -APPROVED HVE LOCATIONS
Education and enforcement overtime details are only authorized at locations (specific intersections,
corridors, and/or regions) that have been pre -approved by the FDOT. Vendor may not be reimbursed for
efforts conducted at locations that have not been pre -approved, that take place prior to the date of the
approval of this agreement, or that do not comply with the minimum level of service as outlined in this
agreement.
Maximum number of officers permitted at pre -approved locations:
• 0.5 mile or less - 3 officers permitted
• 0.51 miles to 0.75 miles — 5 officers permitted
• 0.76 miles or more — 8 officers permitted
The Vendor will not be eligible for reimbursement for officers that exceed the maximum number permitted.
Each pre -approved location will have clearly defined boundaries; day(s) and times of day in which the
overtime details can be worked and will be outlined in Exhibit C.
REQUESTS FOR ADDITIONAL FUNDING
The Vendor may request an increase to the total funding amount of this contract during the contract
period. If the funding is available, the increased funding request may be considered if the Vendor has:
• satisfied all of the provision listed within this contract
• submitted timely invoices and record of detail activity submissions
• conducted HVE overtime detail efforts in a manner that supports the stated goal
• expended 80% or more of the current contract funding amount
• pedestrian and bicyclist crash circumstances within the Vendor's jurisdiction support the increased
funding amount
Increased funding will be based upon availability and must be approved by the FDOT.
Increased funding will be accomplished through an amendment to this contract which must be signed by
the FDOT, Vendor, and IPTM.
Requests for increased funding must be submitted to IPTM and received on or before February 27, 2026.
6
City of Miami
Docusign Envelope ID: ED746C9F-1AFA-4818-BD45-116767F8E1BF
NON-DISCRIMINATION AND ETHICAL STANDARDS
No person shall, on the ground of race, color, religion, sex, handicap, or national origin, be subjected to
discrimination under any program or activity supported by this contract. The agency agrees to comply with
the Florida Civil Rights Act (F.S. 760)
http://www.leq.state.fl.us/statutes/index.cfm?App mode=Display Statute&URL=0700-
0799/0760/0760.html
All officers participating in High Visibility Enforcement activities are required to comply with the Law
Enforcement Officer Ethical Standards of Conduct as established by the Florida Department of Law
Enforcement. https://www.fdle.state.fl.us/Content/CJST/Menu/Officer-Requirements-Main-Page/LE-
Ethical-Standards-of-Conduct.aspx
CORE ACTIVITY PERFORMANCE MEASURES / MINIMUM LEVEL OF SERVICE TO BE PERFORMED
AND CRITERIA FOR EVALUATING SUCCESSFUL COMPLETION.
Each law enforcement agency is encouraged to complete all of the tasks as outlined within this contract.
All agencies are required to complete a minimum of (80%) eighty percent of contracted efforts within the
contract period to be eligible for "agency of the year award" consideration. Each successive fiscal year,
agencies will be prioritized for funding based on percentage of performance expectations that were met.
CONSEQUENCES FOR NON-PERFORMANCE
If the Vendor is unable to properly utilize the full funding amount as outlined herein, the amount of funding
for subsequent periods may be reduced. In the event that the required services are in dispute, the invoice
may be pro -rated, reduced, or payment withheld until adequate documentation is provided to support the
completion of such services and the dispute is resolved. If requirements are not met, the invoice will be
pro -rated and payment will only be made for services that were completed as outlined in this agreement.
Failure to submit invoices, detail activity reports, or other deliverables as outlined in this contract may
result in termination of the agreement.
7
City of Miami
Docusign Envelope ID: ED746C9F-1AFA-4818-BD45-116767F8E1BF
EXHIBIT "B"
EFFORT SUMMARY
FLORIDA'S PEDESTRIAN AND BICYCLE FOCUSED INTITIATIVE
HIGH VISIBILITY ENFORCEMENT CAMPAIGN
QUANTIFIABLE, MEASURABLE, AND VERIFIABLE DELIVERABLES
• A minimum of two (2) media engagements should be conducted in conjunction with these high visibility
enforcement operations during the contract period.
• Detail Activity Reports shall be submitted for each education and enforcement detail worked.
• Bicycle Light Distribution Assurance Forms shall be submitted for each bicycle light kit distributed.
• Invoices shall be submitted for each month or payroll period in which overtime details were performed
beginning the month following contract execution.
PERFORMANCE MEASURES
Proof of performance documentation shall be submitted. This includes, but is not limited to, the following:
• Detail Activity Submissions
• Proof of media engagements
• Proof of overtime hours worked
BUDGET/COST ANALYSIS
• The name and fully loaded hourly overtime rates to be used for each officer must be submitted.
• The overtime rates may include the costs of hourly overtime plus associated fringe benefits paid upon the
overtime.
• Only hours from officers listed and shown on the authorized personnel list are eligible for reimbursement under
this agreement.
• Only overtime hours for sworn law enforcement officers are eligible for reimbursement (non -sworn civilian
personnel are not eligible unless explicitly approved in writing by IPTM).
• Each officer is limited to a maximum of eight (8) hours of reimbursable overtime in any single day (defined as
12:00 a.m. to 11:59 p.m.).
• Only maximum number of officers permitted at pre -approved locations are eligible for reimbursement under this
agreement.
• Payroll documentation should clearly indicate that the detail hours worked under this contract were on overtime
status along with the overtime rates that were paid.
• Both Tier 1 and Tier 2 locations: Tier 1 locations shall be worked from contract execution through May 8,
2026. Tier 2 locations can be worked in addition to Tier 1 locations from February 1, 2026 through May 8,
2026.
❑Only Tier 2 locations shall be worked from contract execution through May 8, 2026.
• Payment shall be made only after receipt and approval of services provided.
Total contract amount not to exceed: $140,910.71
8
City of Miami
Docusign Envelope ID: ED746C9F-1AFA-4818-BD45-116767F8E1BF
EXHIBIT "C"
Locations for Miami Police Department
Florida's Pedestrian and Bicycle Focused Initiative
High Visibility Enforcement Campaign
Rank
Roadway Name
From
To
Length
(miles)
Tier
Time Range
Day of the Week
From
To
1
NW 12TH AVENUE
SW 1ST STREET
NW 6TH STREET
0.47
1
300
2400
MONDAY, WEDNESDAY, THURSDAY,
FRIDAY, SATURDAY, SUNDAY
2
US 27/NW 36TH
STREET
NW 22ND AVENUE
NW 18TH AVENUE
0.38
1
300
2300
MONDAY, TUESDAY, WEDNESDAY,
THURSDAY, FRIDAY, SATURDAY,
SUNDAY
4
NE 20TH STREET
NW 2ND AVENUE
N MIAMI AVENUE
0.26
1
200
2200
MONDAY, WEDNESDAY, FRIDAY
5
NW 22ND AVENUE
NW 28TH STREET
NW 33RD STREET
0.33
1
300
2400
MONDAY, WEDNESDAY, FRIDAY,
SATURDAY, SUNDAY
8
US 1/S DIXIE
HIGHWAY
SW 28TH TERRACE
SW 27TH AVENUE
0.18
1
600
2300
MONDAY, TUESDAY, WEDNESDAY,
FRIDAY
9
NW 17TH STREET
NW 7TH AVENUE
195 SB RAMP ONTO THE
DOLPIN EXPRESSWAY
0.09
1
900
2300
TUESDAY, WEDNESDAY, FRIDAY,
SATURDAY
13
BISCAYNE BLVD
1-395
NE 15TH TERRACE
0.27
1
900
2300
MONDAY, WEDNESDAY, THURSDAY,
SUNDAY
14
SW 1ST STREET
SW 17TH AVENUE
SW 12TH AVENUE
0.51
1
1100
400
MONDAY, TUESDAY, WEDNESDAY,
THURSDAY, FRIDAY
15
NW 7TH STREET
NW 32ND AVENUE
NW 27TH AVENUE
0.51
1
1000
300
MONDAY, TUESDAY, WEDNESDAY,
FRIDAY, SATURDAY
19
BISCAYNE BLVD
NE 17TH TERRACE
NE 25TH STREET
0.60
1
1100
300
TUESDAY, WEDNESDAY, FRIDAY,
SATURDAY, SUNDAY
21
NW 17TH AVENUE
NW 58TH STREET
NW 71ST STREET
0.76
1
400
2300
MONDAY, TUESDAY, WEDNESDAY,
THURSDAY, FRIDAY, SATURDAY
22
NW 7TH AVENUE
NW 15TH STREET
NW 22ND STREET
0.61
1
900
2400
MONDAY, TUESDAY, WEDNESDAY,
THURSDAY, SATURDAY
25
SW 8TH AVENUE
SW 7TH STREET
W FLAGLER STREET
0.48
1
700
2100
MONDAY, WEDNESDAY, THURSDAY,
SATURDAY, SUNDAY
26
NW 79TH STREET
NW 5TH AVENUE
NE 4TH COURT
1.05
1
100
2400
MONDAY, TUESDAY, WEDNESDAY,
THURSDAY, SATURDAY, SUNDAY
30
NW 27TH AVENUE
NW 33RD STREET
NW 38TH STREET
0.32
1
1500
700
MONDAY, THURSDAY, SATURDAY
31
NW 27TH AVENUE
NW 14TH STREET
NW 17TH STREET
0.26
1
700
2400
WEDNESDAY, THURSDAY, FRIDAY,
SUNDAY
32
NW 36TH STREET
NW 37TH PLACE
NW 36TH AVENUE
0.25
1
500
2400
TUESDAY, FRIDAY
39
NW 2ND AVENUE
SW 2ND STREET
NW 3RD STREET
0.31
1
500
1200
MONDAY, THURSDAY, FRIDAY,
SATURDAY
40
NW 20TH STREET
NW 27TH AVENUE
NW 24TH AVENUE
0.26
1
800
2200
TUESDAY, FRIDAY, SUNDAY
41
N MIAMI AVENUE
NE 54TH STREET
NW 57TH STREET
0.18
1
1800
2300
WEDNESDAY, FRIDAY, SATURDAY,
SUNDAY
42
NE 54TH STREET
NE 1ST COURT
NE 3RD AVENUE
0.20
1
300
2400
WEDNESDAY, THURSDAY, SATURDAY
43
NW 62ND STREET
US 441/ NW 7TH
AVENUE
NW 5TH COURT
0.19
1
1600
2200
TUESDAY, THURSDAY, FRIDAY
51
NW 54TH STREET
NW 19TH AVENUE
NW 10TH AVENUE
1.02
1
1800
200
TUESDAY, THURSDAY, FRIDAY,
SATURDAY
57
SW 7TH STREET
SW 5TH AVENUE
BRICKELL AVENUE
0.75
1
1100
200
MONDAY, WEDNESDAY, THURSDAY,
SATURDAY
62
W FLAGLER STREET
SW S1ST AVENUE
SW 47TH AVENUE
0.37
1
100
2200
MONDAY, THURSDAY
9
City of Miami
Docusign Envelope ID: ED746C9F-1AFA-4818-BD45-116767F8E1BF
63
NW 7TH STREET
NW 57TH AVE/RED
NW 53RD AVENUE
0.39
1
600
2300
TUESDAY, FRIDAY
67
NW 2ND AVENUE
NW 46TH STREET
NW 51ST STREET
0.32
1
1600
2300
FRIDAY, SATURDAY, SUNDAY
76
US 441/ NW 7TH
AVENUE
NW 54TH STREET
NW 62ND STREET
0.50
1
1500
100
THURSDAY, FRIDAY, SATURDAY
78
NW 62ND STREET
NW 17TH AVENUE
NW 12TH AVENUE
0.52
1
100
2300
MONDAY, WEDNESDAY, SATURDAY
85
W FLAGLER STREET
SW 71ST AVENUE
SW 67TH AVENUE
0.40
1
1600
200
WEDNESDAY, THURSDAY, FRIDAY,
SUNDAY
86
SW 8TH STREET
SW 12TH AVENUE
SW 7TH AVENUE
0.54
1
1300
2300
TUESDAY, THURSDAY, FRIDAY
87
NW 7TH AVENUE/
SR-441
NW 28TH STREET
NW 36TH STREET
0.51
1
600
2300
MONDAY, TUESDAY, WEDNESDAY,
FRIDAY
98
TAMIAMI TRAIL/
SW 8TH STREET
TANGIER STREET
SW 43RD AVENUE
0.81
2
1600
2200
TUESDAY, WEDNESDAY, THURSDAY,
SATURDAY
100
NW 20TH STREET
NW 18TH AVENUE
NW 12TH AVENUE
0.64
2
500
2200
MONDAY, TUESDAY, THURSDAY,
SUNDAY
104
SW 8TH STREET
SW 76TH COURT
SW 70TH AVENUE
0.65
2
500
2200
TUESDAY, THURSDAY, FRIDAY,
SATURDAY
106
SW 8TH STREET
SW 29TH COURT
SW 19TH AVENUE
0.96
2
1200
2400
MONDAY, TUESDAY, FRIDAY
107
SW 7TH STREET
SW 18TH AVENUE
SW 12TH AVENUE
0.63
2
1400
100
MONDAY, WEDNESDAY
108
SW 27TH AVENUE
SW 22ND STREET
SW 11TH STREET
0.83
2
1400
100
WEDNESDAY, THURSDAY, FRIDAY,
SATURDAY
115
NW 12TH AVENUE
NW 27TH STREET
NW 30TH STREET
0.23
2
1100
2100
WEDNESDAY, SUNDAY
116
NW 22ND AVENUE
NW 20TH STREET
NW 23RD STREET
0.27
2
2200
2400
TUESDAY, SATURDAY
117
NW 27TH AVENUE
NW 21ST STREET
NW 24TH STREET
0.26
2
800
2400
MONDAY, WEDNESDAY
118
NW 54TH STREET
NW 5TH AVENUE
NW 2ND AVENUE
0.26
2
1600
2300
THURSDAY, FRIDAY, SUNDAY
119
US 1/ BISCAYNE
BLVD
NE 78TH STREET
NE 82ND STREET
0.21
2
1600
2400
TUESDAY, THURSDAY
123
US 27/NW 36TH
STREET
NW 34TH AVENUE
NW 31ST AVENUE
0.32
2
1100
1600
MONDAY, TUESDAY, SATURDAY
127
W FLAGLER STREET
SW 58TH COURT
SW 55TH AVENUE
0.42
2
300
1500
THURSDAY, SATURDAY, SUNDAY
Data Source: Signal 4 Analytics 7/1/2019-6/30/2024 (downloaded March 2025). Table lists roadway segment with high representation of traffic crashes resulting in serious Injuries and fatalities to pedestrians
and bicyclists.
10
City of Miami
Docusign Envelope ID: ED746C9F-1AFA-4818-BD45-116767F8E1BF
EXHIBIT "C"
2025-2026 HIGH VISIBILITY ENFORCEMENT PROGRAM
MIAMI-DADE COUNTY PEDESTRIAN/BICYCLE HIGH CRASH SEGMENTS - TIER 1
Getaen erase• C.-.! •
•
Jr
Pe'mer•'•
Hialeah•
• , Ct •�'vl
Gardens:
111
•
I5w 71,1k a: •
borat
I alwaler
7.
-1kW.Mht11 • :... r . .•
i WaitchealjrII Pi ;University c . , i , • C ml Wax
•
Im ll
Westwood S
Lakes b
4 •
•
4•.
•
,•Hialeah
Lhaml
a.tamahon
Airport
�� I g11'•75he1
onlPlt+n. e.Pr:W:_•
r •
j=, t
kes
e Lekos
Sunset• ;
Kendall
Richmond
Hoiphls
• Pelnietto
• Estates Palmetto Bay
Cutler
...ulh •k�il�'ml
Olenve, ---
,HetqTls
nl •
Ptnecresl
at', Man SI ••
sGe
Lakes by ems
Bey
III
rL,•
oho pew.
BCelt Ltko'
Muml Gard: •�
.13V
I•6 Avenlura
ri kE t4%'U•ar •
olw"
m KC., $unny Isios
North KC.,Boaoh
Bean
c.
pa . . ill . ... .; .
North Mleml
Miami Shores
J
• SW 75B14 St
•
Day Hamer
Islands
•
�•F
Nollh Day
Yllap° c3.3
Vrrp,noa
• I/14 • •• • Ilt.aih S•
J1ead
mi. City se Pelm nr
each
,Prl
Numnto 4�
i Il�rn
•
e,.
h V TLee a.
South Miami -Dade County
LEGEND
• Ped-Bike Selbus INurylFalal Clashes
— Tier 1 HVE Segment
Sy..a•F.)'.\ tr'/.%, p /.Jn.:<r,r,SwtLSnn,a:_ M.,
4 ,tr:n'Sa`+•l. K7'^•'h'^a•`t•?•�.1•0M,t: •. of v>a: oack lt1 t•1y
Sa�X:y.•6rn/ H wsaatwcstttyame
:F'Y:•1a tnsa'.JYu♦aew.•j al.af+v-.. mk:
11
City of Miami
Docusign Envelope ID: ED746C9F-1AFA-4818-BD45-116767F8E1 BF
EXHIBIT "C"
2025-2026 HIGH VISIBILITY ENFORCEMENT PROGRAM
MIAMI-DADE COUNTY PEDESTRIAN/BICYCLE HIGH CRASH SEGMENTS - TIER 2
Country Club r
•
.., o.ei; r.,,.r j Z ▪ • • 'a• - • ere•
I
Miami Lakes
Andover •
fake lucerne I Jvps Esllates ••
saa•+ C.A. Cana: •
• • J. , Ayanlure
. , ...e. Il:arr-:1 + • • • Ne ViTeil "•fr
•
Riceland
• d•:r;a I Bunn
North quill ; Be
. r^ Beep
.e '
r
14E1• Seotl L.ks a '
• IAlaini Aardea • +,
••
a,
rda•e!roo ar...__. ntus, OPo.l44k91op+ i3k,• + BSA.:
, Miami Bay Nlrlwr
' • teifllii Islands
Hialeah• 119.
}.r rsr ff r,' • ! _ t
GPrdena:
. • �. ���"`
-i
• •
•
▪ +, �El� o Y •
• • •Wua} Lnua •• f • a '
{ij/ •
i River
rn•: H;A SI •
Y; Mttt
Dorm
lnY•OaIA Si
•
!! North Bay •J
rY.n • �. };.iV�s:nr ,, .r•e...• •••7. • • �,.� Village
•
a•4ialeah •
•
d • • Br1Jwn'v11o' . t
I• '
feaVy W
Polar•• m.. _..
1F4 Espy �.g ....- nY i - ) • r
•
•
®x .Ar. r Ml+tml
(el
�� Swa alwalor � I ',IL • • • .F �..••'•
A .! t.
• I •
(dale Lakes
Westchester
UnIVersily Park + • Cirri...ay e,+i+abur\+.r
tn
•
Westwood
Lake.
I ,
•r. f
•
Sunset T.
aanl sl. .•, *SW .31, c,
W
e•
9W i011M SA
Ittl
Three Lakes
0
Kendall
Richmond ,
Nolehta
;II Estates
ew•am,.sJ
•
Mlaml ��
BI hla -
Culler Bay •
e j `w'
•
• !
•
•
#• • • .
'•South
- A lopstl.h
P
South M it Coral Gable.
li
Olsnvar • '
s •
•
West Miami -Dade County , E.
•:sr. syi.ffn3ls-.:.-. x.-Ew an. sr, •
Kandale La
•
• Y.4 ag.,rit nW een,S,
• •IIOcks s•.¢ I.-:r.
,eniyn-Tsmfern •
• t <
bile ml p€- ' • : 4
l,eFonul.. .. Ala • •A. '�
_ra A,cal •I .M1 • • •&.scayEno
• r •• Hradd
ml Beuc
nodal,..,.. . •%•.:.
larand •
Vir pier
k+r
my 212nd a:
,Pence
.a
•
1
•' �y�
na Via• d,
.4
I/
• Itec..,.,I
r.
jlotaestead
Florlaa C
4
SW )2a8a Lt
-Ed SEr+I..,Br
South Miaml-Dade County
LEGEND
• Pod•Bike Serious Injury/Felel Crashes
Tier 2 NVE Segment
• .. .., .+iry,r yn.. ;. $,Il•n▪ ..nr.•+t.•. {fa.J. r.*h.a •++n2.,
12
City of Miami
Docusign Envelope ID: ED746C9F-1AFA-4818-BD45-116767F8E1BF
Letter of Agreement and Contract
Execution of Agreement. This Agreement may be 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.
University of North Florida Training and Services Institute, Inc.
d/b/a Institute of Police Technology and Management
George Androuin, Assistant Vice President Date
Cameron Pucci, Director Date
VENDOR ACKNOWLEDGEMENT: By signing below, I certify that I have read the entire document, agree to abide by
the pricing and all terms and conditions of this Letter of Agreement and Contract, and that I am authorized to sign for
the Vendor.
Vendor Name: City of Miami
Address: 400 NW 2nd Avenue, Budget Unit, 4th Floor, Miami, FL 33128
Vendor's Authorized Agent Signature Date
Printed Name Title
—DocuSig��ned by:
''
FD— 7FAVAL
07/09/2025 1 12:31 PM EDT
13
City of Miami
Docusign Envelope ID: ED746C9F-1AFA-4818-BD45-116767F8E1 BF
Exhibit "D"
FY2025 - Subcontract Agreement Required Federal Clauses, Per Part V
The parties to this subcontract shall be bound by all applicable sections of Part V: Acceptance and Agreement
of Project # 433144-1-8404, FDOT Contract # G3E95. A final invoice must be received by June 5, 2026 or
payment will be forfeited.
ii. Buy America Act. The Buy America Act prohibits the use of Federal highway safety grant funds to purchase
any manufactured product or software/information technology systems whose unit purchase price is $5,000 or
more, including motor vehicles, that is not produced in the United States. NHTSA may waive those
requirements if (1) their application would be inconsistent with the public interest; (2) such materials 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 of the overall Project
contract by more than 25 percent.
Certification Regarding Federal Lobbying. The subcontractor certifies, to the best of his or her knowledge
and belief, that:
1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to
any person for influencing or attempting to influence an officer or employee of any agency, a Member
of Congress, an officer or employee of Congress, or an employee of a Member of Congress in
connection with the awarding of any Federal contract, the making of any Federal grant, the making of
any Federal loan, the entering into of any cooperative agreement, and the extension, continuation,
renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.
If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an
officer or employee of Congress, or an employee of a Member of Congress in connection with this
Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit
Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.
3. This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for making or
entering into this transaction imposed by section 31 U.S.0 1352. Any person who fails to file the
required certification shall be subject to a civil penalty of not less than $10,000 and not more than
$100,000 for each such failure.
iv. Cooperation with the Inspector General. It is the duty of every subcontractor to cooperate with the inspector
general in any investigation, audit, inspection, review, or hearing pursuant to this Agreement. Section
20.055(5), F.S.
v. DBE Assurance. The consultant or contractor and subconsultant or subcontractor shall not discriminate on
the basis of race, color, national origin, or sex in the performance of this contract. The consultant or contractor
shall carry out applicable requirements of 49 CFR, Part 26 in the award and administration of USDOT-assisted
contracts. Failure by the consultant or contractor to carry out these requirements is a material breach of this
contract, which may result in the termination of this contract or such other remedy, as the Subrecipient or the
Department deems appropriate.
14
City of Miami
Docusign Envelope ID: ED746C9F-1AFA-4818-BD45-116767F8E1BF
vi. E-Verify. Any subcontractors performing work or providing services pursuant to the subgrant agreement are
required to 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 term of the Agreement.
vii. Nondiscrimination. During the performance of this subcontract, the Subcontractor agrees:
1. To comply with all Federal nondiscrimination laws and regulations, as may be amended from time to
time
2. Not to participate directly or indirectly in the discrimination prohibited by any Federal non-
discrimination law or regulation, as set forth in Appendix B of 49 CFR part 21 and herein
3. 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
4. That, in the event a Subcontractor fails to comply with any nondiscrimination provisions in this
subgrant, the Subrecipient will have the right to impose such subgrant sanctions as it or NHTSA
determines are appropriate, including but not limited to withholding payments to the Subcontractor
under the contract/agreement until the Subcontractor complies; and/or canceling, terminating, or
suspending a contract or funding agreement, in whole or in part.
viii. Clean Air Act and Federal Water Pollution Control Act. Subcontracts for amounts in excess of $150,000
must comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42
U.S.C. 7401-7671q) as amended, and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-
1387) as amended. Violations must be reported to the Federal awarding agency and the Regional Office of the
Environmental Protection Agency (EPA).
ix. Integrity Certification. The Subcontractor certifies that neither it nor its contractors are presently debarred,
suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in this
Agreement by any federal department or agency. This certification is a material representation of fact upon
which the Department is relying in entering this Agreement. If it is later determined that the Subcontractor
knowingly rendered an erroneous certification, 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 Subcontractor shall provide to the Department immediate written
notice if at any time the Subcontractor learns that its certification was erroneous when submitted or has
become erroneous by reason of changed circumstances.
x. Contract Work Hours and Safety Standards Act. All subcontracts 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 supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each
contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard
work week of 40 hours. Work in excess of the standard work week is permissible 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.
xi. Indemnification and Insurance. To the extent permitted by law and as limited by and pursuant to the
provisions of Section 768.28, F.S., the Subcontractor shall indemnify and hold harmless the Subrecipient and
the State of Florida, Department of Transportation, including the Department's officers and employees, from
15
City of Miami
Docusign Envelope ID: ED746C9F-1AFA-4818-BD45-116767F8E1 BF
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 contractor/consultant and
persons employed or utilized by the contractor/consultant in the performance of this Agreement. This
indemnification shall survive the termination of this Agreement. Nothing contained in this paragraph is intended
to nor shall it constitute a waiver of the State of Florida and the Subrecipient's sovereign immunity.
xii. Policy on Banning Text Messaging While Driving Act. In accordance with Executive Order 13513, Federal
Leadership on Reducing Text Messaging While Driving, and DOT Order 3902.10, Text Messaging While
Driving, subcontractors are encouraged to:
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, Government -owned, leased
or rented vehicles, or privately -owned vehicles when on official business or when performing any work on
behalf of the Subrecipient agency and/or the Government.
Conduct workplace safety initiatives in a manner commensurate with the size of the business, such as
establishment of new rules and programs or re-evaluation of existing programs to prohibit text messaging
while driving, and education, awareness, and other outreach to employees about the safety risks associated
with texting and driving.
Insert the substance of this section, including this sentence, in all sub-agreement/subcontracts funded with the
subaward provided under this Agreement that are $15,000 or more.
xiii. Human Trafficking. The Subcontractor agrees that it and its employees that perform any work on the
subcontract shall not, during the term of this Agreement, engage in trafficking in persons, procure a
commercial sex act, or use forced labor in the performance of work on the subcontract.
xiv. Contracting with Small and Minority Businesses, Women's Business Enterprises, and Labor Surplus
Area Firms. The Subcontractor agrees to take the following affirmative steps to assure that minority
businesses, women's business enterprise, and labor surplus are used when possible:
1. Place qualified small and minority businesses and women's business enterprises on solicitation lists;
2. Assure that small and minority businesses, and women's business enterprises are solicited whenever
they are potential sources;
3. Divide total requirements, when economically feasible, into smaller tasks or quantities to permit
maximum participation by small and minority businesses, and women's business enterprises;
4. Establish delivery schedules, where the requirement permits, which encourage participation by small
and minority businesses, and women's business enterprises;
5. Use the services and assistance, as appropriate, of such organizations as the Small Business
Administration and the Minority Business Development Agency of the Department of Commerce; and
6. Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in
paragraphs (b)(1) through (5) of this section.
xv. Termination for Convenience. In accordance with Appendix II to 2 CFR Part 200—Contract Provisions for
Non -Federal Entity Contracts Under Federal Awards, either Party may terminate this Agreement for
convenience upon thirty (30) calendar days' advance written notice to the other Party. Termination of this
Agreement, as such, will not affect payment for services satisfactorily furnished prior to the termination.
16
City of Miami