Loading...
660-FL DOT-Safety FundsIdOIJ,YJ,MOJSMYMJ, JO J, Mgld~LliVd~!OVOlllOq~ ]'; o. jer'l ,~,'umher: a/-9'I-'1.3-2~--01 ~ Sill)gl'allt Application ......................................................... i for DOT Doe.mere Nmnber: ~ Higl Air679 ~ nvay Safety Funds Suhp. nmt Period: !...J'hy...l_9, .t.~..7.. t:~ ..~.e. ptcmhe.r_ Federal FroHis .%ll, oc:l/ed: [ Date Approved: $~7.500 , ~ .. O.5/l.rJ/91 i S.hgrant (1) '_ _ ....... ', Ilistory: ....................................... State ol' Florida ! (z~ ...................., ...........................:I)epartment of Transportation , (3~ State Safety Office l ..... · ...............................................· 'Part h GENERAL ADMINISTRATIVE INFORMATION (See lnsuructions for Highway Safety Subgrant Applications) 1. Project Title: S~NFORD DUI ENFORCEMENT PROGRAM 2. Type of Application: ( X ) Initial ( ) Continuation 3. Requested subgrant Period: ~AY i ~ 1997 to SEPTEMBER 30, 1997 4. Support Matching Total Sought: 27,500 Share: Budget: 27,500 5. Applicant Agency (Subgrantee): 6. Implementing Agency: CITY OF SANFORD SANFORD POLICE DEPARTMENT PO BOX 1788 815 S, FRENCH AVENUE SANFORD , FLORIDA 32772 SANFORD , FLORIDA 32771 Telephone:407-330-5610 Telephone:407-323-3030 322-4082 7. Federal ID Nmmber: 8. State SAMAS Number: (State Agencies Only) 59-6000425 - ~9_~. N/A 9. Chief Financial Officer: 10. Project Director: CAROLYN SMALL COMMANDER DOUG BISHOP CiTY OF SANFORD SANFORD POLICE DEPARTMENT PO BOX 1788 815 S. FRENCH AVENUE SANFORD , FLORIDA 32772 SANFORD , FLORIDA 32771 Telephone: 407-330-5610 'Telephone: 407-323-3030 322-4082 Catalog of Federal Domestic Assistance Number - 20.600 1 I. Project Sunmm~: Briefly describe the problem and the proposed solution. PROSECUTION AND CONVICTION OF DUI OFFENDERS. USE OF VIDEO IN CAR FOR ON SCENE ACTIONS OF SUSPECTS AND AID fN LROSECUTION OF SAME ~ B ~DHO~ H~ZO 0 ~P~ O~DH~Z O ~m 0 ~ o 8.~ o o Timetable for Milestones Milestones ,.,~.~ ~.~; ~;~; ~,~ OCT NOV DEC JAN FEB MAR APR MAY IUN JUL AUG SEP 1.PURCHASE, INSTALL EQUIPMENT TRAIN EMPLOYEE ' S INVOLVED X 2.CONCENTRATE EFFORTS ON DUI ARREST, X~X X 3 · PROGRAM EVALUATION X Part III: PROJECT DETAIL BUDGET Attach detailed narrative defining cost for each category. Refer to instructions. BUDGET CATEGORY TOTAL FEDERAL NON-FEDERAL (402 funding) STATE LOCAL A. Salaries and Benefits 0 0 Sub-total B. Other Personal Services 0 0 Sub-total C. Expenses VIDEO TAPES Sub-total 200 200 D. Operating Capital Outlay IN-CAR-VIDEO SYSTEMS Sub-total 27,300 27,300 E. Dam Processing Services Sub-total 0 0 F. Indirect Cost Sub-total 0 0 Total Cost of ProjeCt 27,500 27,500 Budget Narrative 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. EXPENSES: COSTS TO BEREIMBURSED UNDER THIS CATEGORY INCLUDE BLANK VIDEO TAPES. 200 OPERATING CAPITAL'OUTLAY: COSTS TO BE REIMBURSED UNDER THIS CATEGORY INCLUDE A MINIMUM OF FIVE IN-CAR-VIDEO SYSTEMS. 27,300 6 Part IV: REPORTS Quarterly Progress Report Narrative for the quarter. Project Title: SANFORD DUT RNFORCEMENT PROGRAM Project Number: J7-97-13-27-0I Implementing Agency: SANFORD POLICE DEPARTMENT Project Director: COMMANDER DOUG BISHOP Briefly describe the subgrant activities that took place during the quarter. Attach additional sheets if necessary. The Quarterly Progress Report of performance Indicators should be sent to the DOT Safety Office along with this narrative at the end of each quarter. FOR~ S~6S'O~ OGF- 09194 Quarterly Progress Report of Performance Indicators for the quarter. Project Title: Sanford DUI Enforcement Program Implementing Agency: Sanford Police Department Project Number: J7-97-13-27-01 Project Director: COMi,,Ib~i'~DER DOUG BISHOP Performance Milestones Accomplished Indicators Quarter Ending Quarter Ending Six-Month Quarter Ending Quarter Ending Project December 31 March 31 Totals June 30 September 30 Totals Number of DUI arrests recorded by officers using cars equipped with in-car video systems. ) Number of DUI convictions resulting from arrests that had been videotaped. Number of hazardous movihg violation stops recorded by officers using cars with in-car video systems, Number of alcohol-related crashes reported in Cocoa. -) Final Narrative Report Project Title: SANFORD DUI ENFORCEMENT PROGRAM Project Number: J7-97-] 3-27-0] Implementing Agency: SANFORD POLICE DEPARTMENT Project Director: COMMANDER DOUG BISHOP 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. It is and accurate accounting of the project performance and accomplishments. (Attach additional sheets as needed.) S?ATE OF FLORIDA DEPARTMENT OF TRANSPORTATION STATE SAFETY OFFICE Part V: ACCEPTANCE AND AGREEMENT Conditions of Agreement. Upon approval of this subgrant, the approved application and the following terms and conditions shall become binding. Noncompliance may result in loss of, or delays in cost reimbursement. 1. Reports. The subgrantee shall submit Quarterly Progress Reports (See Instructions for Submitting Quarterly Progress Reports) including Performance Indicators and a Narrative Statement detailing project status, to the State Safety Office by January 31, April 30, July 31,.and October 3t covering the subgrant activity for the previous quarter. The subgrantee shall submit a Final Narrative Report, giving a full chronological history of the subgrant, problems encountered, and major accomplishments in addition to specifically addressing the subgrant objectives and performance indicators and the current and future planned activities of the program within 30 days after the termination of the project as well as other reports in a form as may be prescribed and may be reasonably required by the Department. A final financial request for reimbursement must be submitted to the Department within 30 days of the subgrant termination period. Such request must be distinctly identified as Final. Failure to comply will be grounds for forfeiture of reimbursement. 2. Responsibility of Subgrantee. The subgrantee must establish fiscal control and fund accounting procedures which assure proper disbursement and accounting of subgrant funds and required non-federal expenditures. All monies spent on this project will be disbursed in accordance with provisions of the project budget as said budget was approved by the Department. All expenditures and cost accounting of funds shall conform to 49 CFR 18, Uniform Administrative Requirements for Grants and Cooperative Agreements with State and Local Governments (Revised A-102) and A-87, or OMB Circulars A-110 and A-21, in the entirety. All funds not spent in accordance with this agreement Will be subject to repayment by the subgrantee. 3. Compliance with Section 287.055, Florida Statutes. The subgrantee, when applicable, agrees to satisfy all requirements provided .in Section 287.055, Florida Statutes, known as the Consaltant's Competitive Negotiation Act. 4. Approval of Consalt, ant Agreements. The Department of Transportation shall review and approve in writing all consultant agreements prior to the actual employment of the consulting firm. Approval of the subgrant agreement does not constitute approval of a consultant agreement. 5. Allowable Costs. The allowability of costs incurred under any subgrant shall be determined in accordance with the general principles of allowability and standards for selected cost items set forth in National Highway Traffic Safety Administration Order 462-13A, Principles for Determining Costs Applicable to Grants and Contracts with State and Local Governments, Office of Management and Budget Circular No. A-87, Cost Principles Appiicabie to Grants and Contracts with State and Local Governments, Office of Management and Budget Circular No. A-21, Cost Principles for Educational Institutions or OMB Circular A-122, Cost Principles for Non-Profit Organization. All procedures employed in the.use of Federal funds for the procurement of services, supplies, or equipment, must be in accordance with Section 18.32 (Procurement) of 49 CFR 18 (Revised A-102), or Attachment O of OMB Circular No. A-110 and Florida law to be eligible for reimbursement. 6. Travel. All travel for out of state or out-of-grant-spedfied work area shall require written approval of the Detm, ttuent prior to commencement of actual travel. Travel costs for approve, c[ travel will be reimbursed in accordance with regulations applicable to the subgrantee, but not in excess of provisions in Section 112.061, Florida Statutes. 7. Written Approval of Changes. Subgrantees must obtain prior written approval from the Department for changes. For example: (a) Changes in project activities, designs, or research plans set forth in the approved application. (b) Changes in budget items and amounts set forth in the approved application. 8. Rehnbursement Obligation. The State of Florida's performance and obligation to reimburse subgrantees will be subject to the availability to the availability of Federal Highway Safety funds and an'annual appropriation by the Legislature. As approved in 49 CFR, Part 29, subgrantees shall not be reimbursed for the cost of goods or services received from contractors, vendors, or individuals suspended or debarred form doing business with the Federal government. 9. Commencement of Projects. If a project has not commenced within 30 days after the acceptance of the subgrant award, subgrantees will 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 to the Department of Transportation. Upon receipt of the 60-day letter, the Department may cancel the project and reobligate the funds to other program areas. The Department, where warranted by excusable delay, may extend the implementation date of the project past the 60 day period, but only by formal written amendment to the agreement. 10. Excusable Delays. (a) Except with respect to the defaults of consultants, the subgrantee 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 0f'negligence of the subgrantee. Such causes may include, but are not restricted to, 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 ever 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 a consultant to perform or make progress, and if such failure arises out of causes beyond the control of the subgrantee and consultant, and without the fault or negligence of either of them, the subgrantee shall not be deemed to be in default, unless (1) the supplies or services to be furnished by the consultant were obtainable from other sources, (2) the State Safety Office shall have ordered the subgrantee in writing to procure such supplies or services from other sources, and (3) the subgrantee shall have failed to comply reasonably with such order. Co) Upon request of the subgrantee, 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 oecasioned by any one or more of the said causes, the delivery schedule shall be revised accordingly. 11.. Obligation of Subgrant Funds. Subgrant funds may not under any circumstances 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 subgrantee's employee or consultant performs the service required, or when goods axe received by the subgrantee, not-withstanding the date of order. 12. Peffonnance. In the event of default, noncompliance, or violation of any provision of this agreement by the subgrantee, the subgrantee's consultant(s) and supplier(s), or both, the Department of Transportation shall impose such sanctions as it deems appropriate. 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 of such decision 30 days in advance of the effective date of such sanction. The subgrantee shall be paid only for those services satisfactorily performed prior to the effective date of such sanction. FO~ O~C. I3. Access to Records. The Department, NHTSA, FHWA, and the 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 to relevant books and records of subgrantees and contractors, as provided under Section 402(1) of the Highway Safety Act of 1966, Public Law 89-564, as amended. The Department shall unilaterally cancel this subgrant if the subgrantee refuses to allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119, F.S., and made received by the subgrantee in conjunction with the subgrant. 14. Audit. Acceptance of this agreement constitutes subgrantee assurance that all provisions of OMB Circular NO. A-128, Audits of State and Local Governments, OMB Circular A-133, Audits of Institutions of Higher Education and other Nonprofit Organizations, or OMB Circular No. A-110, Attachment F, will be met as they pertain to audit requirements. In addition, the Federal Highway Safety subgrant funds are to be clearly identified in the audit report. As a minimum, a schedule comparing budgeted and actual subgrant cost is required. Failure to furnish an acceptable audit as determined by the State or cognizant Federal audit agency may be a basis for denial and refund, or both, of Federal funds. Federal funds determined to be misspent are subject to refund or other resolution regardless of disclosure in the audit report. 15. Procedures for Reimbursement. All request for reimbursement of subgrant costs must be submitted on forms provided by the Department (DOT 500-065-04 thru 07, which are hereby incorporated by reference under rule 14-98.008). Appropriate documentation supportive of the reported costs must accompany each claim. Requests should be submitted on a regular basis as costs are incurred. All requests for reimbursement for Operatiofx Capital Outlay items having a unit cost of $5,000 or more and a useful life of one year or more must be accompanied by a complete inventory listing for those items. Payment of the claim will not be made before receipt of the applicable inventory listing (Non-Expendable Property Accountability Record, DOT 500- 065-09, which is hereby incorporated by reference). 16. Retention of Records. All records and financial documents must be maintained for minimum period of three years for the date of the final financial statement and be available for audit and public disclosure upon request of duly authorized persons. 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 Section 18.34 (Copyrights) of 49 CFR 18 (Revised A-102) or OMB Circular A-110, Attachment N, Paragraph 8, hereby incorporated by reference. 18. Property Accountability. The subgrantee shall establish and administer a system to control, protect, preserve, use, and maintain and dispose of any property furnished it by the Department, or purchased pursuant to this agreement in accordance with Federal Property Management Standards as set forth in Section 18.32 (Equipment) of 49 CFR 18 (Revised A-102) or OMB Circular A-110, Attachment N. This obligation continues as long as the property is retained by the subgrantee, notwithstanding the expiration of this agreement. 19. Disputes. Any dispute, disagreement, or question of fact arising under the agreement shall be decided by the Department 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, M.S.-57, Tallahassee, Florid~. 32399-0450, whose decision is final. Th~ subgrantee shall proceed diligently with the performance of the agreement and in accordance with Department decision. 20. Conferences, Inspection of Work. Conferences may be held at the request of any party to this agreement. Representatives of the Florida Department of Transportation or the U.S. Department of Transportation, or both, shall be privileged to visit the site for the purpose of inspection and assessment of work being performed at any time. '2 ?. Publication and Printing of 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. Co) Each publication or other printed report covered by Paragraph 21.a. above must 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, creed, color, or national origin, be excluded from participation in, be refused the benefits of, or be otherwise subjected to discrimination under subgrants awarded pursuant to P.L. 89-564, or any project, program, activity, or subgrant supported by such requirements of Title VI of the Civil Rights Act of 1964, and all applicable requirement pursuant to the regulations of the Department of Commerce, Title 15, Code of Federal Regulations, Part 8, which have been adopted by the U.S. Department of Transportation. 23. Responsibility for C]nlrng and Liability. Subject to the limitations of Section 768.28, Florida Statutes, the subgrantee shall be required to defend, hold harmless and indemnify the State of Florida, the Department of Transportation, the National Highway Traffic Safety Administration, the Federal Highway Administration, and the U.S. Department of Transportation, from all claims and liability, or both, due to the negligent acts of subgrantee, subcontractor(s), consultant(s), or subgrantee's agents or employee(s). The subgrantee shall be liable for any loss of, or injury to, any material developed or serviced under this subgrant agreement which is caused by the subgrantee's failure to exercise such care in regard to said material as a reasonable careful owner of similar materials would exercise. 24. Disadvantaged Business Enterprises. The subgrantee agrees to include the following statement in all agreements, and in all contracts which are financed in whole or in part with Federal funds provided under this agreement with the subgrantee: (a) Required DBE Contract Clauses: (1) Policy. It is the policy of the U.S. Department of Transportation that disadvantaged business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts on subcontracts financed in whole or in part with Federal funds provided under this agreement. Consequently, the DBE requirements of 49 CFR Part 23 apply to this agreement, (2) DBE Obligation. The recipient or its contractor agrees to ensure that disadvantaged business enterprises as defmed in 49 CFR Part 23 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. In this regard, all recipients or contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that disadvantage business enterprises have the maximum opportunity to compete for and perform contracts. Recipients and their contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of U.S. DOT-assisted contracts. 25. Restrictions on Lobbying. The recipient agrees to comply with Section 319 of Public Law 101-121 as provided for in the Governmentwide Guidance For New Restrictions on Lobbying; Interim Final Guidance published in the December 20, 1989, Federal Register. Each person shall file the most current edition of this certification and disclosure form, if applicable, with each submission that initiates agency consideration of such person for an award of a Federal contract, grant, or cooperative agreement of $100,00 or more; or Federal loan of $150,000 or more. 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 knposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned certifies, to the best of his or her knowledge and belief, that: (a) No 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 Federal 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 renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement· (b) If any non-federal funds have been paid or will be paid to any person for influencing or attempting to influence an officer of 'employee of any Federal 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 Federal Standard Form #LLL, Disclosure of Lobbying Activities, in accordance with its instructions. (c) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers and that all subrecipients shall certify and disclose accordingly. (d) No funds granted hereunder shall be used for the purpose of lobbying the legislature 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. Federa~ Requiretaunt for P-abrtic Service .~nnouncements. All public service announcements produced with Federal Highway Safety funds must be closed captioned for the hearing impaired. 28. Officials Names on Printed Materials and Promotional Items. The name of the Implementing Agency and · the Agency's logo can be used on printed materials 'and promotional items. The names of individuals connected with the Subgrant Agency and the Implementing Agency shall not appear on printed materials and promotional items paid for with Federal Highway Safety funds. 14 Fo~ s0o~s-ot s~,vz-ry · -, oac- '~'~9.~ Term of Agreement. All subgrant agreements shall begin on the date of the last party to sign and shall end on September 30, following. 30. Buy America Act. The subgrantee and its contractors will comply with the provisions of the Buy America Act. The U.S. DOT reference to the Buy America Act is 23 U.S.C. 101 Note and the Federal governmentwide reference is 23 U.S.C. 10a. 31. Special Conditions. /-.5 · -~ ,, 'd'~:oject Num her: J / -9/. 13 - 27 -01 IN WITNESS WHEREOF, the parties affirm that ~ey have each read and agree to ~e conditiom set for~ in Part V of this Agreement, that each have read and understand ~e Agreement in entireW. Now, therefore, in consideration of ~e mutual covenants, promises and represenm~iom here~ have executed t~s Agreement by their undersigned officials on ~e day, mon~, and year set out below. STATE OF FI,ORII)A SUBGI~.~NTI.2E DEPAR'i~IENT OF TRANSPORTATI(}N ....... " '~': ~: :'C',"' ~ ....... "': ';>~"5'/<~:""'"' ..................... ~ .............................{~": 7'~,,~, :~;:~,~'~'~{,;~:..::7"' ! '~ - " : .......... 'Hrlc: St:~!;e Salel.y l:'ngineur :.c 5Z: :". ' '>:: ~ .............. [ .4:choriZ~R~y:rc.~etz~z::ve'.~ .M,:me 7~vpea ,~: ...........~7Z..5¢f2- ..............: .............,-,,~.: ,.~, ...,,... A Z~ , ~ 1. . . .~ ".'~" :1~ ~ " .......~ ....... ~ DaLe: ,.,,'~j;75',,/- ;'.,, ' "'7 .;,. ~,,., ~,,,,:, ~'> ..M:cS:: 'r-, .'. ~.' t',...:.. -~:_~..~& ........ }'Ei)ER,~L 'FUNDS ,,~LLOCA'II'/!) .... S'i~?:a:urc ........... ._.$~./.~,~Zt)(.j) ................................... :M)Z%IINISTRA. T( )R O1' IMI'I,I;MI':NI IN("; AGENCY ~:.: "'.~. _~;:~_ ~L-..-'..~_.~-_--_ ............. ! ! ..... ..-- .,-..:, /." · ./' ~. ,.,>-/'i ...... ' :' i.: .':_,_ '2L: _: ..'~.:" .2 ............... ' ..l;:'r?::n.:.~'::'c:;,~r'$ .",~':!::t': T'.:~:','i ............................... .~ .....~- ...............i .. i J'i'i'.!c: _ :.'_,'~:_:','.._::. :j' ~:.5:' __ ............ NOTE: NO whiteout or erasures accepted on this signature page. RECYCLED PAPER~