HomeMy WebLinkAboutItem #05 Approval of Ocoee Speed Enforcement Program Grant
Meeting Date: June 16, 2009
Item #
5
Contact Name:
Contact Number:
Reviewed By:
Department Director: Chief Charles J. Brown
City Manager: Robert Fra~
, ---
Grant: Florida Department of Transportation
Subject: Ocoee Speed Enforcement Program
Project # SC-09-13-22
Background Summary:
$40,000.00 has been awarded to the Ocoee Police Department through a Grant from the Florida Department of
Transportation. This money has been awarded to purchase speed measurement devices such as radars, speed
lasers, and a speed trailer. The money will be reimbursed to the city after the purchase of the speed measuring
devices.
Issue:
Should the Honorable Mayor and Board of City Commissioners authorize the Ocoee Police Department to
purchase the speed measuring devices such as radars, speed lasers, and a speed trailer?
Recommendations
It is recommended that the Honorable Mayor and Board of City Commissioners authorize the Ocoee Police
Department to allocate funds to purchase speed measuring devices up to $40,000.00 according to the
guidelines set forth in Ocoee Speed Enforcement Program Grant, Florida Department of Transportation Project
# SC-09-13-22.
Attachments:
Ocoee Speed Enforcement Grant approval.
Financial Impact:
$40,000.00 available to the Ocoee Police Department through the Florida Department of Transportation, Ocoee
Speed Enforcement Program Grant. $40,000.00 must be spent between May 11, 2009 and October 01, 2009,
to be eligible for reimbursement.
Type of Item: (please mark wifh an "x'J
Public Hearing
Ordinance First Reading
Ordinance Second Reading
Resolution
Commission Approval
Discussion & Direction
For Clerk's Deaf Use:
Consent Agenda
_ Public Hearing
_ Regular Agenda
Original Document/Contract Attached for Execution by City Clerk
== Original Document/Contract Held by Department for Execution
Reviewed by City Attorney
Reviewed by Finance Dept.
Reviewed by 0
c--:ft.6 If-
N/A
N/A
N/A
Citv Manager
Robert Frank
Commissioners
Garv Hood. District 1
Rosemarv Wilsen. District 2
Rustv Johnson. District 3
Joel Keller. District 4
Mavor
S. Scott Vandergrift
STAFF REPORT
DATE:
Charles
, Chief of Police
TO:
FROM:
RE:
Ocoee Speed Enforcement Program Grant
Florida Department of Transportation # SC-09-13-22
ISSUE
Should the Honorable Mayor and Board of City Commissioners authorize the Ocoee Police Department to
purchase the speed measuring devices such as radars, speed lasers, and a speed trailer?
BACKGROUND/DISCUSSION
$40,000.00 has been awarded to the Ocoee Police Department through a Grant from the Florida Department of
Transportation. This money has been awarded to purchase speed measurement devices such as radars, speed
lasers, and a speed trailer. The money will be reimbursed to the city after the purchase of the speed measuring
devices.
With the purchase of this Speed Enforcement equipment, the Ocoee Police Department will equip more police
cars with Speed Measurement Devices allowing officers to respond to speeding complaints in a timelier manner.
With the purchase of a Speed Trailer the Police Department will have another educational and informational tool
for the citizens of Ocoee.
City Manager
Robert Frank
Commissioners
Gary Hood. District 1
Rosemarv Wilsen. District 2
Rustv Johnson. District 3
Joel Keller. District 4
Mayor
S. Scott Vandergrift
STAFF REPORT
DATE:
The Honorable Mayor and City Commissioners
charl~wn, Chief of Police
June 16, 2009
TO:
FROM:
RE:
Ocoee Speed Enforcement Program Grant
Florida Department of Transportation # SC-09-13-22
ISSUE
Should the Honorable Mayor and Board of City Commissioners authorize the Ocoee Police Department to
except this grant for $40,000.00 that has been made available for the Ocoee Police Department from the Florida
Department of Transportation?
BACKGROUND/DISCUSSION
$40,000.00 has been awarded to the Ocoee Police Department through a Grant from the Florida Department of
Transportation. This money has been awarded to purchase Speed Measurement Devices such as Radars, Speed
Lasers, and a Speed Trailer. Staff recommends the acceptance of this grant for the purchase of Radars, Speed
Lasers and a Speed Trailer.
With the purchase of this Speed Enforcement equipment, the Ocoee Police Department will equip more police
cars with Speed Measurement Devices allowing officers to responds to speeding complaints in a much timelier
manner. With the purchase of a Speed Trailer the Police Department will have another educational tool for the
citizens of Ocoee.
\ I
~
Florida Department of Transportation
CHARLIE CRIST
GOVERNOR
605 Suwannee Street
Tallahassee, FL 32399-0450
STEPHANIE C. KOPELOUSOS
SECRETARY
May 12,2009
City Manager Robert Frank
City of Ocoee
150 N Lakeshore Drive
Ocoee, FL 34761
RE: Ocoee Speed Enforcement Program
Project Number: SC-09-13-22
DOT Contract Number: APH50
Dear Mr. Frank:
Your application to the Florida Department of Transportation for highway safety funds has been approved. We are pleased to make
this award in the amount of $40,000.00 for the purpose of implementing the Ocoee Speed Enforcement Program. A copy of the
approved subgrant agreement referenced above is enclosed for your file. All correspondence with the Department should always refer
to the project number and the Department's contract number.
The effective date of the subgrant agreement is May 11, 2009, and only those costs incurred on or after that date and before October 1,
2009 are eligible for reimbursement. Part V of the sub grant requires that reimbursement requests be submitted at least once each
quarter as costs are incurred.
If your subgrant includes equipment costing more than $500 per item, the Head of the Implementing Agency must send a letter
certifying that none of the equipment replaces existing items. If you are purchasing a piece of equipment that costs more than $5,000,
you must submit a Non-Expendable Property Accountability Record for the item with your reimbursement request. If your sub grant
includes funding for public awareness materials, you must send samples of the materials for approval prior to purchase,
Please review Part V of the subgrant agreement entitled "Acceptance and Agreement." This section contains the legal conditions of
your sub grant.
We look forward to working with you on this project. If you have any questions or need assistance, please contact Jason T, Colson at
(850) 245-1540, who will be coordinating this activity.
RGS/jc
Enclosures
cc: FDOT Contract Payment Section
Kaylene Snow
Wanda Horton, CFO
Lt. Brad Dreasher, Project Director
Chief Charlie Brown
www.dot.state.fl.us
@ RECYQEO PAPER
King, Danielle
From:
Sent:
To:
Subject:
The job FI989RPR
Friday, May 01, 2009 3:39 PM
King, Danielle
FUNDS APPROVAL/REVIEWED FOR CONTRACT APH50
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
FUNDS APPROVAL
Contract #APH50 Contract Type: AJ Method of Procurement: G
Vendor Name: CITY OF OCOEE
Vendor ID: VF596019764002
Beginning date of this Agmt: 05/01/09
Ending date of this Agmt: 09/30/09
Contract Total/Budgetary Ceiling: ct = $40)000.00
************************************************************************
Description:
City of Ocoee/ Ocoee Police Dept/ SC-09-13-22 Ocoee Speed En forcement Program
************************************************************************
ORG-CODE *EO *OBJECT *AMOUNT *FIN PROJECT *FCT *CFDA
(FISCAL YEAR) *BUDGET ENTITY *CATEGORY/CAT YEAR
AMENDMENT ID *SEQ. *USER ASSIGNED ID *ENC LINE(6S)/STATUS
************************************************************************
Action: ORIGINAL
Funds have been: APPROVED
55 671000961 *OM
20139
01301
*790087 *
*551502130
*1313 *
4130130.00 *190245184131
*088796/139
*1313131/134
*174
*20.61313
TOTAL AMOUNT:
*$
40)13013.00 *
FUNDS APPROVED/REVIEWED FOR ROBIN M. NAITOVE) CPA) COMPTROLLER
DATE: 05/01/2009
5
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
SUBGRANT APPLICATION FOR HIGHWAY SAFETY FUNDS
500-065-01
SAFETY
09108
For D. O. T Use Only
Project Number: SC-09-13-22 DOT Contract Number: APH50
Federal Funds Allocated: $40,000.00 Date Approved: 5/11/2009
Subgrant Period: 5/11/2009-9/30/2009 Date Revised:
Subgrant History: (1 ) (2) (3)
Part I: GENERAL ADMINISTRATIVE INFORMATION
(See Instructions for Highway Safety Subgrant Applications)
1 . Project Title: Ocoee Speed Enforcement Program
2. Type of Application: [gJ Initial o Continuation
3. Requested Subgrant Period: 10/1/2008 to 9/30/2009
4. Support Matching Total
Sought: $40,000.00 Share: $0.00 Budget: $40,000.00
5. Applicant Agency (Subgrantee): 6. Implementing Agency:
City of Ocoee Ocaee Police Department
150 N. Lakeshore Drive 175 N. Bluford Avenue
Ocoee, FL. 34761 Ocaee, FL. 34761
Telephone: (407 ) 905 - 3100 Telephone: (407 ) 905 - 3160
7, FederallD Number: 8. State FLAIR Number(State Agencies)
59-6019764 00 ~
9. Chief Financial Officer: 10. Project Director:
Wanda Horton Lieutenant Brad Dreasher
City of Ocoee Ocoee Police Department
150 N. Lakeshore Drive 175 N. Bluford Avenue
Ocoee, FL. 34761 Ocoee, FL. 34761
Telephone Number: (407 ) 905 - 3100 Telephone Number: (407 ) 905 - 3160
Fax Number: (407 ) 656 - 3501 Fax Number: (407 ) 656 - 0218
E-Mail Address: whorton@cLocoee.f1.us E-Mail Address: bdreasher@cLocoee.f1.us
Subgrant funds provided by the U.S. Department of Transportation, National Highway Traffic Safety Administration,
Catalog of Federal Domestic Assistance Number - 20.600, State and Community Highway Safety Program, through
the Florida Department of Transportation. The Dun and Bradstreet Data Universal Numbering System (DUNS)
Number for the Florida Department of Transportation is 80-939-7102.
1
! '
500-065-01
SAFETY
09/08
Part II: PROJECT PLAN AND SUPPORTING DATA
State clearly and in detail the aims of the project, precisely what will be done, who will be involved, and what is expected
to result. Use the following major headings:
1 . Statement of the Problem
2. Proposed Solution
3. Objectives
4. Evaluation
5. Milestones (Use form provided)
Start below and use additional a es as necessar .
Statement of the Problem:
The Ocoee Police Department currently has seventy eight (78) sworn police officers in which fifty (50) are assigned to
uniform patrol and are subject to traffic enforcement activities during their normal duties. There is a serious need to
reduce the amount of speeding. The City of Ocoee is effected by the tourism industry and has a high volume of traffic on a
daily basis which comes from State Road 429, State Road 50, State Road 408, and the Florida Turnpike. The Police
Department currently has seventeen (17) Radars and six (6) Lasers that are being utilized by patrol officers.
City Crash Data for 2008
Total: 1037
Injuries: 119
Fatalities: 5
Speeding Citations
Total: 1712
City Crash Data for 2007
Total: 1191
Injuries: 222
Fatalities: 3
Speeding Citations
Total: 3142
City Crash Data for 2006
Total: 1361
Fatalities: 6
Speeding Citations
Total: 2477
City Crash Data for 2005
Total: 1250
Injuries: 353
Fatalities: 3
Speeding Citations
Total: 1270
Proposed Solution:
The Ocoee Police Department's goal is to reduce the number of speeding infractions and reduce the number of crashes
that occur in the city. By equipping more marked patrol cars with a speed measuring devices and utilizing a "zero
tolorance" philosophy, this goal can be obtained.
The Ocoee Police Department will also be working with the local Community Traffic Safety Team to assist with county
wide, traffic enforcement issues.
The current traffic unit is made up of six (6) officers. Their objectives include all traffic enforcement areas. They are
currently unable to address all of the citizen complaints for speeding because they simply do not have enough staffing to
handle all of the complaints. By placing Radars and Lasers in other patrol cars the Ocoee Police Department would be
more than able to answer every speeding complaint by assigning a zone officer to handle speeding complaints in their
assi ned zones. E ui in the atrol officers with seed enforcement devices is the solution to this roblem.
2
500-065-01
SAFETY
09108
State clearly and in detail the aims of the project, precisely what will be done, who will be involved, and what is expected
to result. Use the following major headings:
1 . Statement of the Problem
2. Proposed Solution
3. Objectives
4. Evaluation
5. Milestones (Use form provided)
Start below and use additional paqes as necessary.
The Ocoee Police Department will train all officers assigned to uniform patrol in speed measurement enforcement. We
have certified instructors in-house on staff with the local academy. The City of Ocoee will pay for the extra court time that
will occur from this type of enforcement activity,
Objectives:
The objectives of The Ocoee Speed Enforcement Program are as follows:
a. To equip more marked patrol cars with speed measuring devices.
b. To conduct speed enforcement training to all uniformed personnel.
c. To recalibrate every speed measurement device per Florida Statues.
d. To use the following standard language in all press release materials: "Funding for this program was provided by a
grant obtained from the Florida Department of Transportation."
e. Education to the public thru continued use of the Speed Trailer for active complaints and community events.
f. To use the "zero tolerance" philosophy to speeding violations.
e, To conduct at least four (4) Speed Enforcement details on a monthly basis.
Evaluation:
The traffic unit supervisor will conduct quarterly reports annually throughout the life of the reporting period. The
accomplishments and sucesses of the Speed Enforcement Program will be evaluated with the following criteria:
a. Our immediate goal would be to reduce city wide crashes by ten (10%) percent.
b. To reduce the total number of crash injuries and fatalities.
c. To increase the number of speeding citations issued by twenty five (25%) percent.
d. To increase the tolal number of public service announcements about speeding and aggressive driving.
e. All evaluation data will be used to enhance performance and efficiency of the program for future needs.
3
500-065-01
SAFETY
09/08
Timetable for Milestones
Milestones 1st Quarter 2nd Quarter 3rd Quarter 4th Quarter
OCT NOV DEe JAN FEB MAR APR MAY JUN JUL AUG SEP
Purchase equipment 0 0 0 0 0 0 0 [gJ 0 0 0 0
Issue equipment to officers already
certified in speed measurement 0 0 0 0 0 0 0 [gJ 0 0 0 0
enforcement
Train and certify uniform patrol officers in 0 0 0 0 0 0 0 0 ~ ~ ~ 0
speed measurement devices
Evaluate Program and make appropriate
adjustments ensuring efficiency of the 0 0 0 0 0 0 0 0 0 ~ r8J [gJ
program
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0 D 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
4
500.065-01
SAFETY
09/08
Part III: PROJECT DETAIL BUDGET
Project Title: Ocoee Speed Enforcement Program
Project Number: SC-09-13-22
Contract Number: APH50
BUDGET CATEGORY TOTAL FEDERAL NON-FEDERAL
FUNDING STATE LOCAL
A. Personnel Services
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
Subtotal $ 0 $ 0 $ 0 $ 0
B. Contractual Services
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
Subtotal $ 0 $ 0 $ 0 $ 0
C. Expenses
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
Subtotal $ 0 $ 0 $ 0 $ 0
Budget Modification Number: _
Effective Date:
5
500-065-01
SAFETY
09/08
Part III: PROJECT DETAIL BUDGET
Project Title: Ocoee Speed Enforcement Program
Project Number: SC-09-13-22
Contract Number: APH50
BUDGET CATEGORY TOTAL FEDERAL NON-FEDERAL
FUNDING STATE LOCAL
D. Operating Capital Outlay
Radar Speed Measurement Devices $19,860 $19,860 $0 $0
Laser Speed Measurement Devices $12,140 $12,140 $0 $0
Radar Speed Trailer . $8,000 $8,000 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
. $. 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
Subtotal $40,000 $40,000 $ 0 $ 0
E. Indirect Cost
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
$ 0 $0 $0 $0
Subtotal $ 0 $ 0 $ 0 $ 0
Total Cost of Project $40,000 $40,000 $ 0 $ 0
6
Budget Modification Number: _
Effective Date:
--
500-065-01
SAFETY
09/08
BUDGET NARRATIVE
Project Title: Ocoee Speed Enforcement Program
Project Number: SC-09-13-22
Contract Number: APH50
The following is a narrative description of the project budget by line item by category, detailing the item and anticipated
cost. Each category must be sufficiently defined to show cost relationship to project objectives. Attach additional sheets as
needed.
Budget:
Radar Speed Measuring Devices: Includes antennas, power supply, wiring harnesses, mounting hardware, control
boxes, security boxes. Total: $19,860
Laser Speed Measuring Devices: Includes speed measuring devices, power supply, batteries, security boxes.
Total: $12,140
Speed Trailer
Total: $8,000
Total cost of equipment: $39,210
*AII costs include shipping, handling, and installation.*
*FDOT Safety Office will not be responsible for: extended warranties, insurance, maintenance, registration.*
Budget Modification Number:_
Effective Date:
7
500.065-01
SAFETY
09/08
Part IV: REPORTS
Quarterly Progress Report Narrative for the quarter.
Project Title: Dcoee Speed Enforcement Program .
Project Number: SC-09-13-22
Implementing Agency: Dcoee Police Department
Project Director: Lt. Brad Dreasher
Describe the subgrant activities that took place during the quarter. Attach newspaper clippings, press releases, photos
and other items that document activities. Use additional sheets if necessary. The Quarterly Progress Report of
Performance Indicators should be sent to the DOT Safety Office along with the narrative within 30 days of the end of each
quarter.
8
500-065.01
SAFETY
09/08
QUARTERLY PROGRESS REPORT OF PERFORMANCE INDICATORS
for the quarter.
Project Title: Ocoee Speed Enforcement Program
Project Number: SC-09-13-22
Implementing Agency: Ocoee Police Department
Project Director: Lt. Brad Dreasher
Performance Milestones Accomplished
Indicators Quarter Quarter Quarter Quarter
Ending Ending March Six-Month Ending June Ending Project Totals
December 31 31 T olals 30 September 30
Number of speeding citations issued by
agency 0 0
Number of seatbelt citations issued by
agency 0 0
Number of citations issued by agency with
aggressive driving box checked 0 0
Number of traffic related public awareness
messages conducted by agency 0 0
Number of specialized traffic operations ' ,
conducted by agency 0 0
Number of DUI operations
conducted/participated by agency 0 0
."
0 0
0 0
0 0
9
500-065-01
SAFETY
09/08
Final Narrative Report
Project Title: Ocoee Speed Enforcement Program
Project Number: SC-09-13-22
Implementing Agency: Ocoee Police Department
Project Director: Lt. Brad Dreasher
The following is a chronological narrative history of the above listed project in accordance with Part V: Acceptance and
Agreement, Conditions of Agreement, 1. Reports. This report is an accurate accounting of the project performance and
accomplishments. Attach additional sheets as needed.
10
500-065-01
SAFETY
09/08
Part V: Acceptance and Agreement
Conditions of Agreement. Upon approval of this Subgrant Application for Highway Safety Funds, the following terms
and conditions shall become binding. Noncompliance will result in loss of, or delays in, reimbursement of costs as set
forth herein.
1. Reports. The subgrant year quarters are October 1 - December 31, January 1 - March 31, April 1 - June 3D, and July
1 - September 30. The implementing agency shall submit the Quarterly Progress Report Narrative and Quarterly
Progress Report of Performance Indicators forms to the State Safety Office by the last day of the month following the
end of each quarter (January 31 , April 3D, July 31, and October 31) if the subgrant was effective during any part of the
quarter. Quarterly reports postmarked after the respective submission dates listed above shall be considered past due.
The implementing agency shall submit a Final Narrative Report, giving a chronological history of the subgrant activities,
problems encountered, and major accomplishments by October 31. Requests for reimbursement will be returned to the
subgrantee or implementing agency unpaid if the required reports are past due, following notification.
2. Responsibility of Subgrantee. The subgrantee and its implementing agency shall establish fiscal control and fund
accounting procedures that assure proper disbursement and accounting of subgrant funds and required non-federal
expenditures. All monies spent on this project shall be disbursed in accordance with provisions of the Project Detail
Budget as approved by the State Safety Office. All expenditures and cost accounting of funds shall conform to 49 CFR,
Part 18, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local
Governments; 49 CFR, Part 19, Uniform Administrative Requirements for Grants and Agreements with Institutions
of Higher Education, Hospitals, and Other Non-Profit Organizations; OMS Circular A-1 02, Grants and Cooperative
Agreements with State and Local Governments; OMS Circular A-110, Uniform Administrative Requirements for
Grants and Agreements with Institutions of Higher Education, Hospitals, and Other Non-Profit Organizations;
OMS Circular A-21, Cost Principles for Educational Institutions; OMS Circular A-8?, Cost Principles for State,
Local, and Indian Tribal Governments; and/or OMS Circular A-122, Cost Principles for Non-Profit Organizations,
(hereinafter referred to as Applicable Federal Law).
3. Compliance with Chapter 287, Florida Statutes. The subgrantee and implementing agency agree to comply with
all applicable provisions of Chapter 287, Florida Statutes. The following provisions are stated in this agreement pursuant
to sections 287.133(3)(a) and 287.134(3)(a), Florida Statutes.
(a) Section 287.133 (2)(a), F.S.
A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime
may not submit a bid, proposal, or reply on a contract to provide goods or services to a public entity; may not submit a
bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work;
may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform
work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not
transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY
TWO for a period of 36 months following the date of being placed on the convicted vendor list.
(b) Section 287.134 (2)(a), F.S.
An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on
a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract
with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or
replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier,
subcontractor, or consultant under a contract with any public entity; and may not transact business with any public
entity.
4. Approval of Consultant and Contractor Agreements. The State Safety Office shall review and approve in writing
all consultant and contractor agreements prior to the actual employment of the consultant or the contractor by the
subgrantee or implementing agency. Approval of the subgrant does not constitute approval of a consultant or contractor
agreement.
11
500-065-01
SAFETY
09/0B
All consultant agreements will contain the following statement:
The parties to this contract shall be bound by all applicable sections of Part V: Acceptance and Agreement of
Project # (insert project number), DOT Contract # (insert contract number). A final invoice must be received by
(insert date) or payment will be forfeited.
5. Allowable Costs. The allowability of costs incurred under any subgrant shall be determined in accordance with the
general principles of allowability and standards for selected cost items set forth in the Applicable Federal Law and state
law, to be eligible for reimbursement. All funds not spent in accordance with the Applicable Federal Law will be subject to
repayment by the subgrantee.
6. Travel. Travel costs for approved travel shall be reimbursed in accordance with the State of Florida, Department of
Transportation's (Department's) Disbursement Operations Manual, Chapter 3 Travel, but not in excess of provisions in
Section 112.061, Florida Statutes. All out-of-state travel, conference travel, meeting travel which includes a registration
fee, and out-of-grant-specified work area travel shall require written approval of the State Safety Office prior to the
commencement of actual travel as being within the travel budget of the project and relevant to the project. Out-of-state
travel shall not be approved unless the specific trip is in the approved subgrant budget or the head of the Implementing
Agency provides sufficient justification to prove that the travel will have significant benefits to the outcome of the subgrant
activities. In addition, prior written approval shall be obtained from the State Safety Office for hotel rooms with rates
exceeding $100 per day that are to be reimbursed. Rates exceeding $100 per day shall not be approved unless the hotel
is the host facility for an approved conference or the average rate for all hotels in the area exceeds $100,
7. Written Approval of Changes. The subgrantee or implementing agency shall obtain prior written approval from the
State Safety Office for changes to the agreement. Changes to the agreement will be approved which achieve or improve
upon the outcome of the subgrant work, or where factors beyond the control of the subgrantee require the change. For
example:
(a) Changes in project activities, milestones, or performance indicators set forth in the approved application.
(b) Changes in budget items and amounts set forth in the approved application.
(c) Changes to personnel in positions that are being reimbursed by this agreement.
Changes to the subgrant agreement shall only be requested by the Authorized Representative of the Subgrantee or the
Administrator of the Implementing Agency. Requests for changes to the subgrant budget must be postmarked no later
than June 30 of the fiscal year to be considered. Requests for budget changes postmarked after June 30 will be denied.
8. Reimbursement Obligation. The State of Florida's performance and obligation to reimburse the subgrantee shall be
subject to the availability of Federal highway safety funds and an annual appropriation by the Legislature. As detailed in
49 CFR, Part 29, Governmentwide Debarment and Suspension (Non procurement) and Governmentwide
Requirements for Drug-Free Workplace (Grants), the subgrantee shall not be reimbursed for the cost of goods or
services received from contractors, consultants, vendors, or individuals suspended, debarred, or otherwise excluded from
doing business with the Federal government. The subgrantee or its implementing agency shall submit the required
certification by consultants with awards in excess of the small purchase threshold fixed at 10 U.S,C. 2304(g) and
41 U.S.C. 253(g) (currently $25,000).
9. Commencement of Projects. If a project has not commenced within 30 days after the acceptance of the subgrant
award, the subgrantee or its implementing agency shall report by letter the steps taken to initiate the project, the reasons
for delay, and the expected starting date. If, after 60 days from the acceptance of the award, project activity as described
herein has not begun, a further statement of implementation delay will be submitted by the subgrantee or its implementing
agency to the State Safety Office. The subgrantee agrees that if the letter is not received in the 60 days, the State Safety
Office will cancel the project and reobligate the funds to other program areas. The State Safety Office, where warranted
by excusable delay, will extend the implementation date of the project past the 60-day period, but only by formal written
approval from the State Safety Office.
12
500-065-01
SAFETY
09/08
10. Excusable Delays.
(a) Except with respect to the defaults of subgrantee's or implementing agency's consultants and contractors which shall
be attributed to the subgrantee, the subgrantee and its implementing agency shall not be in default by reason of any
failure in performance of this agreement in accordance with its terms if such failure arises out of causes beyond the
control and without the fault or negligence of the subgrantee or its implementing agency. Such causes are acts of God or
of the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics,
quarantine restrictions, strikes, freight embargoes, and unusually severe weather, but in every case the failure to perform
must be beyond the control and without the fault or negligence of the subgrantee. If the failure to perform is caused by
the failure of the subgrantee's or its implementing agency's consultant or contractor to perform or make progress, and if
such failure arises out of causes beyond the control of the subgrantee, its implementing agency and its consultant or
contractor, and without the fault or negligence of any of them, the subgrantee shall not be deemed to be in default, unless
(1) the supplies or services to be furnished by the consultant or contractor were obtainable from other sources, (2) the
State Safety Office shall have ordered the subgrantee or its implementing agency in writing to procure such supplies or
services from other sources, and (3) the subgrantee or its implementing agency shall have failed to comply reasonably
with such order.
(b) Upon request of the subgrantee or its implementing agency, the State Safety Office shall ascertain the facts and
extent of such failure and, if it shall be determined that any failure to perform was occasioned by anyone or more of the
said causes, the delivery schedule shall be revised accordingly.
11. Obligation of Subgrant Funds. Subgrant funds may not be obligated prior to the effective date or subsequent to the
termination date of the subgrant period. Only project costs incurred on or after the effective date and on or prior to the
termination date of the subgrant application are eligible for reimbursement. A cost is incurred when the subgrantee's
employee, its implementing agency, or approved contractor or consultant performs the service required or when goods
are received by the subgrantee or its implementing <;lgency, notwithstanding the date of order.
12. Performance. In the event of default, noncompliance, or violation of any provision of this agreement by the
subgrantee, the implementing agency, the subgrantee's consultant(s) or contractor(s) and supplier(s), the subgrantee
agrees that the Department will impose sanctions. Such sanctions include withholding of payments, cancellation,
termination, or suspension of the agreement in whole or in part. In such an event, the Department shall notify the
subgrantee and its implementing agency of such decision 30 days in advance of the effective date of such sanction. The
sanctions imposed by the Department will be based upon the severity of the violation, the ability to remedy, and the effect
on the project. The subgrantee shall be paid only for those services satisfactorily performed prior to the effective date of
such sanction.
13. Access to Records and Monitoring. The Department, National Highway Traffic Safety Administration (NHTSA),
Federal Highway Administration (FHW A), and the Chief Financial Officer and Auditor General of the State of Florida, or
any of their duly authorized representatives, shall have access for the purpose of audit and examination of books,
documents, papers, and records of the subgrantee and its implementing agency, and to relevant books and records of the
subgrantee, its implementing agency, and its consultants and contractors under this agreement, as provided under
Applicable Federal Law.
In addition to review of audits conducted in accordance with OMS Circular A-133, as revised, monitoring procedures will
include, on-site visits by Department staff, limited scope audits as defined by OMS Circular A-133, as revised, and status
checks of subgrant activity via telephone calls from Safety Office staff to subgrantees. Sy entering into this agreement,
the subgrantee and its implementing agency agree to comply and cooperate with monitoring procedures, In the event that
a limited scope audit of the subgrantee or its implementing agency is performed, the subgrantee agrees to bring the
project into compliance with the subgrant agreement. The subgrantee further agrees to comply and cooperate with any
inspections, reviews, investigations, or audits deemed necessary by the Chief Financial Officer or Auditor General.
The Department shall unilaterally cancel this subgrant if the subgrantee or its implementing agency refuses to allow public
access to all documents, papers, letters, or other material subject to the provisions of Chapter 119, F.S., and made or
received by the subgrantee or its implementing agency in conjunction with the subgrant.
13
500-065-01
SAFETY
09/08
14. Audit. The administration of resources awarded by the Department to the subgrantee may be subject to audits
and/or monitoring by the Department, as described in this section. For further guidance, see the Executive Office of the
Governor website, which can be found at: www.fsaa.state.f1.us.
Recipients of federal funds (Le. state, or local government, or non-profit organizations as defined in OMS Circular A-133,
as revised) are to have audits done annually using the following criteria:
In the event that the subgrantee expends $500,000 or more in Federal awards in its fiscal year, the subgrantee must have
a single or program-specific audit conducted in accordance with the provisions of OMS Circular A-133, as revised. Page
1 of this agreement indicates the source of Federal funds awarded through the Florida Department of Transportation by
this agreement. In determining the Federal awards expended in its fiscal year, the subgrantee shall consider all sources of
Federal awards, including Federal funds received from the Department of Transportation. The determination of amounts
of Federal awards expended should be in accordance with the guidelines established by OMS Circular A-133, as revised,
An audit of the subgrantee conducted by the Auditor General in accordance with the provisions OMS Circular A-133, as
revised, will meet the requirements of this part.
In connection with the audit requirements addressed above, the subgrantee shall fulfill the requirements relative to auditee
responsibilities as provided in Subpart C of OMS Circular A-133, as revised.
If the subgrantee expends less than $500,000 in Federal awards in its fiscal year, an audit conducted in accordance with
the provisions of OMS Circular A-133, as revised, is not required. In the event that the subgrantee expends less than
$500,000 in Federal awards in its fiscal year and elects to have an audit conducted in accordance with the provisions of
OMS Circular A-133, as revised, the cost of the audit must be paid from non-Federal funds.
Copies of audit reports for audits conducted in accordance with OMS Circular A-133, as revised, and required by this
agreement shall be submitted, when required by Section .320 (d), OMS Circular A-133, as revised, by or on behalf of the
subgrantee directly to each of the following:
(a) Florida Department of Transportation
605 Suwannee Street, MS-17
Tallahassee, FL 32399-0450
(b) Federal Audit Clearinghouse
Sureau of the Census
1201 East 10 Street
Jeffersonville, IN 47132
(c) Other Federal agencies and pass-through entities in accordance with Sections .320 (e) and (f), OMS Circular A-
133, as revised.
In the event that a copy of the reporting package for an audit required by this agreement and conducted in accordance
with OMS Circular A-133, as revised, is not required to be submitted to the Department for reasons pursuant to Section
.320(e)(2), OMS Circular A-133, as revised, the subgrantee shall submit the required written notification pursuant to
Section .320(e)(2) and a copy of the subgrantee's audited schedule of expenditures of Federal awards directly to each of
the following:
Florida Department of Transportation
605 Suwannee Street, MS-17
Tallahassee, FL 32399-0450
In addition, pursuant to Section .320(f), OMS Circular A-133, as revised, the subgrantee shall submit a copy of the
reporting package described in Section .320(c), OMS Circular A-133, as revised, and any management letters issued to
the auditor, to the Department at each of the following addresses:
14
500-065-01
SAFETY
09/08
Florida Department of Transportation
605 Suwannee Street, MS-17
Tallahassee, FL 32399-0450
15. Retention of Records. The subgrantee shall retain sufficient records demonstrating its compliance with the terms of
this agreement for a period of five years from the date the audit report is issued, and shall allow the Department, or its
designee, the state CFO, or Auditor General access to such records upon request. The subgrantee shall ensure that the
independent audit working papers are made available to the Department, or its designee, the state CFO, or Auditor
General upon request for a period of at least five years from the date the audit report is issued, unless extended in writing
by the Department.
Records related to unresolved audit findings, appeals, or litigation shall be retained until the action is completed or the
dispute is resolved. Records shall also be maintained and accessible in accordance with 49 CFR, Section 18.42 or 49
CFR, Section 19.53.
16. Procedures for Reimbursement. All requests for reimbursement of subgrant costs must be submitted on forms
provided by the Department (FDOT Form Numbers 500-065-04 through 07). Appropriate documentation supportive of the
reported costs must accompany each claim.
The subgrantee or its implementing agency shall submit financial reimbursement forms to the Safety Office at least once
each quarter as costs are incurred and payment is made. The only exception is when no costs are incurred during a
quarter. Reimbursement for subgrants with personnel costs shall be made after every two pay periods if paid bi-weekly,
Personnel costs reimbursement shall be requested monthly if payroll is on a monthly basis. Failure to submit
reimbursement requests in a timely manner shall result in the subgrant being terminated.
All requests for reimbursement of Operating Capital Outlay items having a unit cost of $5,000 or more and a useful life of
one year or more shall be accompanied by a Non-Expendable Property Accountability Record (FDOT Form No. 500-
065-09). Payment of the Operating Capital Outlay costs shall not be made before receipt of this form.
A final financial request for reimbursement shall be postmarked no later than October 31 following the end of the subgrant
period. Such request shall be distinctly identified as Final. Failure to submit the invoice in a timely manner shall result in
denial of payment. The subgrantee agrees to forfeit reimbursement of any amount incurred if the final request is not
postmarked by October 31 following the end of the subgrant period.
The Safety Office has a 3D-day review process of financial reimbursement requests from the date of receipt.
Reimbursement requests will be returned if not completed properly.
17. Ownership of Data and Creative Material. The ownership of material, discoveries, inventions and results
developed, produced, or discovered by the agreement are governed by the terms of 49 CFR, Section 18.34, 49 CFR,
Section 19.36, or OMS Circular A-11 O.
In addition to the provisions for 49 CFR, Part 18 and 49 CFR, Part 19, the State Safety Office reserves a royalty-free,
nonexclusive, and irrevocable license to reproduce, publish or otherwise use, and to authorize others to use:
(a) The copyright in any work developed under a subgrant or contract under a subgrant; and
(b) Any rights of copyright to which a subgrantee or a contractor purchases ownership with subgrant support.
18. Property Accountability. The subgrantee or its implementing agency shall establish and administer a system to
control, protect, preserve, use, and maintain and dispose of any property furnished by the Department, or purchased
pursuant to this agreement in accordance with Federal Property Management Standards as set forth in 49 CFR, Section
18.32, 49 CFR 19, Section 19.34, or OMS Circular A-11 O. This obligation continues as long as the property is retained by
the subgrantee or its implementing agency, notwithstanding the expiration of this agreement.
15
500-065-01
SAFETY
09/08
19. Disputes. Any dispute, disagreement, or question of fact arising under the agreement shall be decided by the State
Safety Office in writing and shall be distributed to parties concerned. A written appeal may be made within 30 calendar
days to the Governor's Highway Safety Representative at the Florida Department of Transportation, 605 Suwannee
Street, MS 57, Tallahassee, Florida 32399-0450, whose decision is final. The subgrantee and its implementing agency
shall proceed diligently with the performance of the agreement and in accordance with Department's decision.
20. Conferences, Inspection of Work. Conferences may be held at the request of any party to this agreement.
Representatives of the Department or the U.S. Department of Transportation (USDOT), or both, shall be privileged to visit
the site for the purpose of inspection and assessment of work being performed at any time.
21. Publication and Printing of Observational Surveys and Other Reports.
(a) Before publication or printing, the final draft of any report or reports required under the agreement or pertaining to
the agreement shall be submitted to the State Safety Office for review and concurrence.
(b) Each publication or other printed report covered by Paragraph 21.a. above shall include the following statement
on the cover page:
(1) This report was prepared for the State Safety Office, Department of Transportation, State of Florida, in
cooperation with the National Highway Traffic Safety Administration, U.S. Department of Transportation
and/or Federal Highway Administration, U.S. Department of Transportation.
(2) The conclusions and opinions expressed in these reports are those of the subgrantee and do not necessarily
represent those of the State of Florida, Department of Transportation, State Safety Office, the U.S.
Department of Transportation, or any other agency of the State or Federal Government.
22. Equal Employment Opportunity. No person shall, on the grounds of race, color, religion, sex, handicap, or national
origin, be excluded from participation in, be refused the benefits of, or be otherwise subjected to discrimination under this
subgrant, or any project, program, or activity that receives or benefits from this subgrant award. The subgrantee and its
implementing agency agree to comply with Executive Order (E.O.) 11246, as amended by E.O. 11375, and as
supplemented by 41 CFR, Part 60.
23. Responsibility for Claims and Liability. Subject to the limitations of Section 768.28, Florida Statutes, the
subgrantee and its implementing agency shall be required to defend, hold harmless and indemnify the Department,
NHTSA, FHWA, and USDOT, from all claims and liability, or both, due to negligence, recklessness, or intentional wrongful
misconduct of subgrantee, implementing agency, and its contractor, consultant, agents and employees. The subgrantee
and its implementing agency shall be liable for any loss of, or damage to, any material purchased or developed under this
subgrant agreement which is caused by the subgrantee's or its implementing agency's failure to exercise such care in
regard to said material as a reasonable careful owner of similar materials would exercise.
The parties executing this agreement specifically agree that no provision in this agreement is intended to create in the
public or any member thereof, a third party beneficiary, or to authorize anyone not a party to this agreement to maintain a
suit for personal injuries or property damage pursuant to the terms or provisions of this agreement.
24. Disadvantaged Business Enterprises (DBE).
(a) The subgrantee and its implementing agency agree to the following assurance:
The subgrantee and its implementing agency shall not discriminate on the basis of race, color, national origin, or
sex in the award and performance of any US DOT-assisted contract or in the administration of its DBE program
required by 49 CFR, Part 26. The subgrantee shall take all necessary and reasonable steps under 49 CFR, Part
26 to ensure nondiscrimination in the award and administration of USDOT-assisted contracts. Implementation of
this program is a legal obligation and failure to carry out its terms shall be treated as a violation of this agreement.
Upon notification to the subgrantee of its failure to carry out its approved program, the USDOT may impose
sanctions as provided for under Part 26 and may, in appropriate cases, refer the matter for enforcement under 18
U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S,C. 3801 et seq.).
16
500-065.01
SAFETY
09/08
(b) The subgrantee and its implementing agency agree to include the following assurance in each contract with a
consultant or contractor and to require the consultant or contractor to include this assurance in all subcontract
agreements:
The consultant or contractor and subconsultant or subcontractor shall not discriminate on the basis of race, color,
national origin, or sex in the performance of this contract. The consultant or contractor shall carry out applicable
requirements of 49 CFR, Part 26 in the award and administration of US DOT-assisted contracts. Failure by the
consultant or contractor to carry out these requirements is a material breach of this contract, which may result in
the termination of this contract or such other remedy, as the subgrantee, its implementing agency, or the
Department deems appropriate.
25. Restrictions on Lobbying. The subgrantee and its implementing agency agree to comply and require consultants
and contractors to comply with 49 CFR, Part 20, New Restrictions on Lobbying, for filing of certification and disclosure
forms.
No funds granted hereunder shall be used for the purpose of lobbying the legislature, the judicial branch, or state
agencies. Section 216.347, Florida Statutes.
26. How Agreement is Affected by Provisions Being Held Invalid. If any provision of this agreement is held invalid,
the remainder of this agreement shall not be affected. In such an instance the remainder would then continue to conform
to the terms and requirements of applicable law.
27. Federal Requirement for Public Service Announcements. All public service announcements produced with
Federal Highway Safety funds shall be closed captioned for the hearing impaired.
28. Public Awareness Materials and Promotional Items. All public awareness materials and promotional items
reimbursed with subgrant funds shall contain a traffic safety message. Where feasible, either the Florida Department of
Transportation logo or the words "Funding provided by the Florida Department of Transportation." shall appear on all
items.
The name of the subgrantee or implementing agency and its logo can appear on printed materials and promotional items,
The names of individuals connected with the subgrantee shall not appear on printed materials and promotional items paid
for with Federal highway safety funds.
Before printing public awareness materials or ordering promotional items, a final draft or drawing of the items shall be
submitted to the State Safety Office for review. The Office shall provide written approval for reimbursement if the items
are appropriate for purchase under this agreement. Copies of all public awareness materials purchased with Federal
highway safety funds shall be attached to the forms requesting reimbursement for the items.
29. Term of Agreement. Each subgrant shall begin on the date of the last party to sign the agreement and shall end on
September 30, following, unless otherwise stipulated by the State Safety Office on the first page of the respective
agreement. The subgrant period shall not exceed 12 months.
30. Clean Air Act and Federal Water Pollution Control Act. For subgrant awards in excess of $100,000 the
subgrantee and its implementing agency agree to comply with all applicable standards, orders, or regulations issued
pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act (33 U,S.C. 1251 et
seq.). The subgrantee shall include this provision in all subcontract awards in excess of $100,000.
31. Personnel Hired Under Agreement. The head of any implementing agency receiving first year funding for a new
position(s) through a subgrant shall provide written notification within 30 days of the agreement being awarded to the
State Safety Office that a new position(s) has been created in the agency as a result of the subgrant being awarded,
Any and all employees of the subgrantee or implementing agency whose positions are funded, in whole or in part through
a subgrant, shall be the employee of the subgrantee or implementing agency only, and any and all claims that may arise
from said employment relationship shall be the sole obligation and responsibility of the subgrantee or its implementing
agency.
17
500-0S5-01
SAFETY
09/08
32. Repossession of Equipment. Ownership of all equipment purchased with Federal highway safety funds rests with
the subgrantee and its implementing agency; however, the USDOT maintains an interest in the equipment for three fiscal
years following the end of the subgrant period. Any equipment purchased with Federal highway safety funds that is not
being used by the subgrantee or its implementing agency for the purposes described in the subgrant shall be
repossessed by the State Safety Office, on behalf of the USDOT. Items that are repossessed shall be disbursed to
agencies that agree to use the equipment for the activity described in this subgrant.
33. Replacement or Repair of Equipment. The subgrantee and its implementing agency are responsible, at their own
cost, for replacing or repairing any equipment purchased with Federal highway safety funds that is damaged, stolen, or
lost, or that wears out as a result of use. Federal regulations prohibit funding equipment replacement.
34. Ineligibility for Future Funding. The subgrantee and its implementing agency agree that the Department shall find
the subgrantee or its implementing agency ineligible for future funding for any of the following reasons:
(a) Failure to provide the required audits,
(b) Failure to continue funding positions created with highway safety funds after the Federal funding cycle ends,
(c) Failure to provide required quarterly and final reports in the required time frame,
(d) Failure to perform work described in Part II of the subgrant agreement,
(e) Providing fraudulent quarterly reports or reimbursement requests,
(f) Misuse of equipment purchased with Federal highway safety funds.
35. Safety Belt Policy. Each subgrantee and implementing agency shall have a written safety belt policy, which is
enforced for all employees. A copy of the policy shall be submitted with the subgrant application,
36. Safety Belt Enforcement. All law enforcement agencies receiving subgrant funds shall have a standard operating
procedure regarding enforcement of safety belt and child safety seat violations. A copy of the procedure shall be attached
to the subgrant application.
Law enforcement agencies receiving subgrant funds shall participate in the safety belt enforcement waves conducted in
Florida and shall report their participation on the appropriate form by the deadline. Failure to participate shall result in the
subgrant being terminated.
37. Certification for Equipment Costing More than $500 per Item. The head of any implementing agency purchasing
equipment costing more than $500 per item shall send a letter to the Safety Office upon award of the subgrant certifying
that none of the items being purchased with federal highway safety funds is replacing previously purchased equipment,
whether the equipment was purchased with federal, state, or local funds.
38. Checkpoint Reporting. Any law enforcement agency that conducts DUI checkpoints shall attach a copy of the After
Action Report for each checkpoint operation conducted during a quarter to its Quarterly Progress Report of
Performance Indicators.
39. Child Safety Seats. Any implementing agency that receives funds to purchase child safety seats must have at least
one staff member who is a current Certified Child Passenger Safety Technician. Failure to comply with this provision shall
result in the termination of this agreement.
40. Special Conditions.
18
PROJECT NUMBER: SC-09-13-22
500-065-01
SAFETY
09108
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 DOT Use Only)
STATE OF FLORIDA
DEPARTMENT OF TRANSPORTATION
~ /--)
, <::::: /. /.-
By. .cd ~
,.- / - ----
I "
I I,
/Traffic Safety Administrator
Title:
Date:
olre/vcr
Attest:
FEDERAL FUNDS ALLOCATED
$40,000,00
Reviewed for the Department of Transportation:
By:
/~ffd( )1 ~J;M
v Attorney - 0
~;;:/&9
Date:
SUBGRANTEE
City of Ocoee
Name of Applicant Typed
By:
/M/#--
Signature of Authorized Representative
Robert Frank
Authorized Representative's Name Typed
Title: City Manager
By:
Charles J. Brown
Administrator's Name Typed
Title: Chief of Police
NOTE: No whiteout or erasures accepted on this signature page.
19