Agenda 05/27/2025 Item #16B 6 (Resolutions - Approve a Work Order for CSA Ocean Sciences, Inc., to continue the required post-construction hardbottom monitoring)5/27/2025
Item # 16.B.6
ID# 2025-1416
Executive Summary
Recommendation to approve the Resolutions authorizing the Chairman to execute the revised Public Transit Grant
Agreement (PTGA) Section 5310 FPN# 448810-1-94-24, and Amendment No. 1 to the Public Transit Grant Agreement
Section 5339 FPN# 439255-1-94-23, with the Florida Department of Transportation (FDOT), to accept Federal Transit
Administration (FTA) grant funding modifications, and to authorize the necessary Budget Amendments.
OBJECTIVE: To leverage federal and state grant funds for the purchase of replacement vehicles and additional
associated hardware to support paratransit and fixed-route services.
CONSIDERATIONS: The Federal Transit Administration (FTA) provides funding through various programs
administered by the Florida Department of Transportation (FDOT) to support public transportation. Collier Area Transit
(CAT) utilizes these funds to maintain its fleet and enhance services.
A Public Transit Grant Agreement (PTGA), utilizing FTA Section 5310 funds (Enhanced Mobility of Seniors and
Individuals with Disabilities), was previously approved on March 11, 2025 (Agenda Item 16.B.4), for the procurement
of four paratransit cutaway vehicles and associated equipment. However, this agreement was not entered into by FDOT,
as it has since submitted a revised agreement. This revision formally incorporates additional hardware components into
the project scope, adding five (5) radios and ten (10) router/WiFi units. These items are in addition to the originally
approved scope, which included four (4) buses, four (4) radios, four (4) ADP hardware units, four (4) router/WiFi units,
and four (4) onboard tablets. The total revised project cost is $690,038.
A separate Public Transit Grant Agreement, funded through FTA Section 5339 (Buses and Bus Facilities Program), was
originally executed on April 16, 2024, to support the purchase of one replacement bus exceeding 30 feet in length.
FDOT has now submitted Amendment 1 to this agreement. The amendment expands the project scope to include
additional hardware components: two (2) radios, five (5) vehicle wraps, five (5) routers, five (5) Automated Vehicle
Locator (AVL) systems with wiring, and one (1) camera system comprising of eight (8) cameras. The total project cost
remains at $715,027, fully funded, with the required local match satisfied through the use of Toll Revenue Credits
(TRCs).
FDOT has recently submitted the revised 5310 Public Transit Grant Agreement (PTGA) providing for an additional
award of $49,723, which is comprised of 80% Federal, 10% State, and 10% local match. The FTA Section 5310 Grant
requires a ten (10%) percent local match. The amendment to the Section 5339 agreement solely modifies the scope of
work and does not affect the total award amount.
The attached resolutions authorize the Chairman to execute the revised PTGA and Amendment No. 1, as well as any
required certifications and assurances associated therewith.
This item is consistent with the Collier County strategic plan objective to design and maintain an effective transportation
system to reduce traffic congestion and improve the mobility of our residents and visitors.
FISCAL IMPACT: The revised total FTA Section 5310 award passed through FDOT amounts to $690,038, while the
FTA Section 5339 will remain the same with an award total of $715,027. Details of the difference between the original
grant agreement and revised are detailed below:
FPN # Description Award Total Federal Share State Share Local Match
Share
448810-1-94-24
(5310) Original
Original Agreement: (4)
Paratransit Vehicles, (4)
Radios, (4) ADP Hardware,
(4) Routers/WiFi, (4) Tablets
$640,315 $512,247 $64,033 $64,035
448810-1-94-24 Revised Agreement: $690,038 $552,027 $69,005 $69,006
Page 2359 of 7924
5/27/2025
Item # 16.B.6
ID# 2025-1416
(5310) (4) Paratransit Vehicles, (9)
Radios, (4) ADP Hardware,
(14) Routers/WiFi, (4)
Tablets
Difference $49,723 $39,780 $4,972 $4,971
Budget amendments are required to recognize the additional grant revenue in the amount of $44,752 within the
Transportation Disadvantaged Grant Fund (4034), Project No. 33889, and to allocate the matching funds in the amount
of $4,966 within the Transportation Disadvantaged Match Fund (4035), Project No. 33889. An existing fund balance of
$5 within the Transportation Disadvantaged Match Fund 4035, Project No. 33889, is available to satisfy the difference
in this matching obligation. The local matching funds are available within the CAT Operating Fund (4030), supported
by the annual operating transfer from the General Fund (0001).
GROWTH MANAGEMENT IMPACT: This item is consistent with Objective 12 of the Transportation Element of
the Growth Management Plan.
LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires a majority vote for Board
approval. –DDP
RECOMMENDATIONS: To approve the Resolutions authorizing the Chairman to execute the revised Public Transit
Grant Agreement (PTGA) Section 5310 FPN# 448810-1-94-24, and Amendment No. 1 to the Public Transit Grant
Agreement Section 5339 FPN# 439255-1-94-23, with the Florida Department of Transportation (FDOT), to accept
Federal Transit Administration (FTA) grant funding modifications, and to authorize the necessary Budget Amendments.
PREPARED BY: Omar De Leon, Transit Manager, Public Transit & Neighborhood Enhancement Division
ATTACHMENTS:
1. 448810-1-94-24_CAT_5310_Capital_Revised04182025-144735 (CAO)
2. 439255-1-94-23_G2W58_Amendment_1 (CAO)
3. Resolution - 448810-1-94-24_CAT_5310_Capital_Revised04182025-164503
4. Resolution - Amendment No 1 - 5339 PTGA 439255-1-94-23
5. Budget Amendment for Fund 4034 (Add'l Funding)
6. Budget Amendment for Fund 4035 (Add'l Match)
7. Budget Amendment for Fund 4030
Page 2360 of 7924
Docusign Envelope lD: DFI9E48S-ADCF-4CB'l-B973-783544FA6 15F
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Fom 725-000-01
STRATEGIC
DEVELOPMENT
oGc 03/25
Financial Project Numbe(s)
(item-seg ment-phase-sequen€)
448810-1-94-24
Fund(s)DPTO,DU FLAIR Category:
Object Code:
Org. Code:
Vendor Number:
088774
780000Work Activity Code/Function:215
Federal Award
ldentification Number (FAIN) - Transit onV: ;::;_23
55301000943
F596000s58030
Contract Number:
CFDA Number:
CFDA Title:
CSFA Number:
CSFA Title:
20 513
Federal Award Date:
Agenry UEI Number:JWKJfiRPLLU6
Enhanced Mobility of Seniors and lndividuals with Disabilities
N/A
N/A
THIS PUBLIC TRANSPORTATION GRANT AGREEMENT ("Agreement") is entered into
by and between the State of Florida, Department of Transportation,
("Department"), and Collier Countv Board of Countv Commissioners, ("Agency"). The Department and the
Agency are sometimes referred to in this Agreement as a "Party" and collectively as the "Parties."
NOW, THEREFORE, in consideration of the mutual benefits to be derived from joint participation on the
Project, the Parties agree to the following:
1. Authority. The Agency, by Resolution or otherform of officialauthorization, a copy of which is attached
as Exhibit "D", Agency Resolution and made a part of this Agreement, has authorized its officers to
execute this Agreement on its behalf. The Department has the authority pursuant to Section(s) 341.051,
Florida Statutes, to enter into this Agreement.
2. Purpose of Agreement. The purpose of this Agreement is to provide for the Department's participation
in
,AS
further described in Exhibit "A", Project Description and Responsibilities, attached and incorporated
into this Agreement ("Project"), to provide Department financial assistance to the Agency, state the terms
and conditions upon which Department funds will be provided, and to set forth the manner in which the
Project will be undertaken and completed.
3. Program Area. For identification purposes only, this Agreement is implemented as part of the Department
program area selected below (select all programs that apply):
Aviation
Seaports
Transit
!ntermodal
RailCrossing Closure
Match to Direct Federal Funding (Aviation or Transit)
(Note: Section 15 and Exhibit G do not apply to federally matched funding)
Other
4. Exhibits. The following Exhibits are attached and incorporated into this Agreement:
Exhibit A: Project Description and Responsibilities
Exhibit B: Schedule of FinancialAssistance
*Exhibit B1 : Deferred Reimbursement Financial Provisions
*Exhibit 82: Advance Payment Financial Provisions*Exhibit 83: Alternative Advanced Pay (Transit Bus Program)*Exhibit C: Terms and Conditions of Construction
Exhibit D: Agency Resolution
Exhibit E: Program Specific Terms and Conditions
X
X
x
X
x
cAo
Page 1 of30
Page 2361 of 7924
Docusign Envelope lD: DF1 9E485-ADCF-4C81 -8973-783544FA6 1 5F
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Fom 725-000-01
STRATEGIC
DEVELOPMENT
oGc 03/25
Exhibit E1: Prohibition Based on Health Care Choices
Exhibit E2: Exterior Vehicle Wrap, Tinting, Paint, Marketing and Advertising (Transit)
Exhibit F: Contract Payment Requirements*Exhibit G: Audit Requirements for Awards of State Financial Assistance
"Exhibit H: Audit Requirements for Awards of Federal Financial Assistance*Exhibit l: Certification of Disbursement of Payment to Vehicle and/or Equipment Vendor*Additional Exhibit(s):
"lndicates that the Exhibit is only attached and incorporated if applicable box is selected.
5. Time. Unless specified otherwise, all references to "days" within this Agreement refer to calendar days.
6. Term of Agreement. This Agreement shall commence upon full execution by both Parties ("Effective
Date") and continue through December 3'l , 2027. lf the Agency does not complete the Project within this
time period, this Agreement will expire unless an extension of the time period is requested by the Agency
and granted in writing by the Department prior to the expiration of this Agreement. Expiration of this
Agreement will be considered termination of the Project. The cost of any work performed prior to the
Effective Date or after the expiration date of this Agreement will not be reimbursed by the Department.
a. lf this box is checked the following provision applies:
Unless terminated earlier, work on the Project shall commence no later than the _ day of _,
or within _ days of the issuance of the Notice to Proceed for the construction phase of the
Project (if the Project involves construction), whichever date is earlier The Department shall
have the option to immediately terminate this Agreement should the Agency fail to meet the
above-required dates.
7. Amendments, Extensions, and Assignment. This Agreement may be amended or extended upon
mutual written agreement of the Parties. This Agreement shall not be renewed. This Agreement shall not
be assigned, transferred, or otherwise encumbered by the Agency under any circumstances without the
prior written consent of the Department.
8. Termination or Suspension of Project. The Department may, by written notice to the Agency, suspend
any or all of the Department's obligations under this Agreement for the Agency's failure to comply with
applicable law or the terms of this Agreement until such time as the event or condition resulting in such
suspension has ceased or been corrected.
a. Notwithstanding any other provision of this Agreement, if the Department intends to terminate
the Agreement, the Department shall notify the Agency of such termination in writing at least
thirty (30) days prior to the termination of the Agreement, with instructions to the effective date
of termination or specify the stage of work at which the Agreement is to be terminated.
b. The Parties to this Agreement may terminate this Agreement when its continuation would not
produce beneficial results commensurate with the further expenditure of funds. ln this event,
the Parties shall agree upon the termination conditions.
c. lf the Agreement is terminated before performance is completed, the Agency shall be paid
only for that work satisfactorily performed for which costs can be substantiated. Such payment,
however, may not exceed the equivalent percentage of the Department's maximum financial
assistance. lf any portion of the Project is located on the Department's right-of-way, then all
work in progress on the Department right-of-way will become the property of the Department
and will be turned over promptly by the Agency.
d. ln the event the Agency fails to perform or honor the requirements and provisions of this
Agreement, the Agency shall promptly refund in full to the Department within thirty (30) days
X
X
X
X
%s
Page 2 of 30Page 2362 of 7924
Docusign Envelope lD: DF19E485-ADCF-4C81-8973-7B3544F461 5F
Fom 725-000-01
STRATEGIC
DEVELOPMENT
oGc 03/25
of the termination of the Agreement any funds that were determined by the Department to
have been expended in violation of the Agreement
e. The Department reserves the right to unilaterally cancel this Agreement for failure by the
Agency to comply with the Public Records provisions of Chapter 119, Florida Statutes.
9. Project Cost:
a. The estimated total cost of the Project is $690.038. This amount is based upon Exhibit "B",
Schedule of FinancialAssistance. The timeline for deliverables and distribution of estimated
amounts between deliverables within a grant phase, as outlined in Exhibit "B", Schedule of
Financial Assistance, may be modified by mutual written agreement of the Parties and does
not require execution of an Amendment to the Public Transportation Grant Agreement.
The timeline for deliverables and distribution of estimated amounts between grant phases
requires an amendment executed by both Parties in the same form as this Agreement.
b. The Department agrees to participate in the Project cost up to the maximum amount of
$621.032 and, the Department's participation in the Project shall not exceed 90.00% of the
total eligible cost of the Project, and as more fully described in Exhibit "B", Schedule of
Financial Assistance. The Agency agrees to bear all expenses in excess of the amount of
the Department's participation and any cost overruns or deficits involved.
10. Compensation and Payment:
a. Eligible Cost. The Department shall reimburse the Agency for allowable costs incurred as
described in Exhibit "A", Project Description and Responsibilities, and as set forth in
Exhibit "B", Schedule of Financial Assistance.
b. Deliverables. The Agency shall provide quantifiable, measurable, and verifiable units of
deliverables Each deliverable must specify the required minimum level of service to be
performed and the criteria for evaluating successful completion. The Project and the
quantifiable, measurable, and verifiable units of deliverables are described more fully in
Exhibit "A", Project Description and Responsibilities. Modifications to the deliverables in
Exhibit "A", Project Description and Responsibilities requires a formal written
amendment.
c. lnvoicing. lnvoices shall be submitted no more often than monthly by the Agency in detail
sufficient for a proper pre-audit and post-audit, based on the quantifiable, measurable, and
verifiable deliverables as established in Exhibit "A", Project Description and
Responsibilities. Deliverables and costs incurred must be received and approved by the
Department prior to reimbursement. Requests for reimbursement by the Agency shall include
an invoice, progress report, and supporting documentation for the deliverables being billed
that are acceptable to the Department The Agency shall use the format for the invoice and
progress report that is approved by the Department.
d. Supporting Documentation. Supporting documentation must establish that the deliverables
were received and accepted in writing by the Agency and must also establish that the required
minimum standards or level of service to be performed based on the criteria for evaluating
successful completion as specified in Exhibit "A", Project Description and
Responsibilities has been met. All costs invoiced shall be supported by properly executed
payrolls, time records, invoices, contracts, or vouchers evidencing in proper detail the nature
and propriety of charges as described in Exhibit "F", Contract Payment Requirements.
e. Travel Expenses. The selected provision below is controlling regarding travel expenses:
qo
Page 3 of 30
X Travel expenses are NOT eligible for reimbursement under this Agreement.
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Page 2363 of 7924
Docusign Envelope lD: DFl 9E485-ADCF-4CBl -8973-783544FA61 5F
STATE OF FLORIOA OEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Fom 725-000-0'l
STRATEGIC
DEVELOPMENT
occ 03/25
Travel expenses ARE eligible for reimbursement under this Agreement. Bills for travel
expenses specifically authorized in this Agreement shall be submitted on the Department's
Contractor Travel Form No. 300-000-06 and will be paid in accordance with Section 112.061,
Florida Statutes, and the most current version of the Department's Disbursement Handbook
for Employees and Managers.
f. Financial Consequences. Payment shall be made only after receipt and approval of
deliverables and costs incurred unless advance payments are authorized by the Chief
Financial Officer of the State of Florida under Chapters 215 and 216, Florida Statutes, or the
Department's Comptroller under Section 334.044(29), Florida Statutes. lf the Department
determines that the performance of the Agency is unsatisfactory, the Department shall notify
the Agency of the deficiency to be corrected, which correction shall be made within a time-
frame to be specified by the Department. The Agency shall, within thirty (30) days after notice
from the Department, provide the Department with a corrective action plan describing how the
Agency will address all issues of contract non-performance, unacceptable performance,
failure to meet the minimum performance levels, deliverable deficiencies, or contract non-
compliance. lf the corrective action plan is unacceptable to the Department, the Agency will
not be reimbursed. lf the deficiency is subsequently resolved, the Agency may bill the
Department for the amount that was previously not reimbursed during the next billing period lf
the Agency is unable to resolve the deficiency, the funds shall be forfeited at the end of the
Agreement's term.
g. Invoice Processing. An Agency receiving financial assistance from the Department should
be aware of the following time frames. lnspection or verification and approval of deliverables
shall take no longer than 20 days from the Department's receipt of the invoice. The
Department has 20 days to deliver a request for payment (voucher) to the Department of
Financial Services. The 20 days are measured from the latter of the date the invoice is
received or the deliverables are received, inspected or verified, and approved.
lf a payment is not available within 40 days, a separate interest penalty at a rate as established
pursuant to Section 55 03(1), Florida Statutes, will be due and payable, in addition to the
invoice amount, to the Agency. lnterest penalties of less than one (1) dollar will not be
enforced unless the Agency requests payment. lnvoices that have to be returned to an Agency
because of Agency preparation errors will result in a delay in the payment. The invoice
payment requirements do not start until a properly completed invoice is provided to the
Department
A Vendor Ombudsman has been established within the Department of Financial Services.
The duties of this individual include acting as an advocate for Agency who may be
experiencing problems in obtaining timely payment(s) from a state agency. The Vendor
Ombudsman may be contacted at (850)413-5516.
h. Records Retention. The Agency shall maintain an accounting system or separate accounts
to ensure funds and projects are tracked separately. Records of costs incurred under the terms
of this Agreement shall be maintained and made available upon request to the Department at
all times during the period of this Agreement and for five years after final payment is made
Copies of these records shall be furnished to the Department upon request. Records of costs
incurred include the Agency's general accounting records and the Project records, together
with supporting documents and records, of the Contractor and all subcontractors performing
work on the Project, and all other records of the Contractor and subcontractors considered
necessary by the Department for a proper audlt of costs.
i. Progress Reports. Upon request, the Agency agrees to provide progress reports to the
Department in the standard format used by the Department and at intervals established by the
oYo
Page 4 of 30Page 2364 of 7924
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Fom 725.000.01
STRATEGIC
DEVELOPMENT
occ 03/25
Department. The Department will be entitled at all times to be advised, at its request, as to the
status of the Project and of details thereof.
Submission of Other Documents. The Agency shall submit to the Department such data,
reports, records, contracts, and other documents relating to the Project as the Department
may require as listed in Exhibit "E", Program Specific Terms and Conditions attached to
and incorporated into this Agreement.
k. Offsets for Claims. lf, after Project completion, any claim is made by the Department resulting
from an audit or for work or services performed pursuant to this Agreement, the Department
may offset such amount from payments due for work or services done under any agreement
that it has with the Agency owing such amount if, upon written demand, payment of the amount
is not made within 60 days to the Department Offsetting any amount pursuant to this
paragraph shall not be considered a breach of contract by the Department.
l. Final lnvoice. The Agency must submit the final invoice on the Project to the Department
withinl20daysafterthecompletionoftheProject. lnvoicessubmittedafterthel20-daytime
period may not be paid.
m. Department's Performance and Payment Contingent Upon AnnualAppropriation by the
Legislature. The Depaftment's performance and obligation to pay under this Agreement is
contingent upon an annual appropriation by the Legislature. lf the Department's funding for
this Project is in multiple fiscal years, a notice of availability of funds from the Department's
project manager must be received prior to costs being incurred by the Agency. See Exhibit
"B", Schedule of Financial Assistance for funding levels by fiscal year. Project costs
utilizing any fiscal year funds are not eligible for reimbursement if incurred prior to funds
approval being received. The Department will notify the Agency, in writing, when funds are
available.
n. Limits on Contracts Exceeding $25,000 and Term more than 1 Year. ln the event this
Agreement is in excess of $25,000 and has a term for a period of more than one year, the
provisions of Section 339.135(6)(a), Florida Statutes, are hereby incorporated:
"The Department, during any fiscal year, shall not expend money, incur any
liability, or enter into any contract which, by its terms, involves the expenditure
of money in excess of the amounts budgeted as available for expenditure
during such fiscal year. Any contract, verbal or written, made in violation of
this subsection is null and void, and no money may be paid on such contract.
The Department shall require a statement from the comptroller of the
Department that funds are available prior to entering into any such contract
or other binding commitment of funds. Nothing herein contained shall prevent
the making of contracts for periods exceeding 1 year, but any contract so
made shall be executory only for the value of the services to be rendered or
agreed to be paid for in succeeding fiscal years; and this paragraph shall be
incorporated verbatim in all contracts of the Department which are for an
amount in excess of $25,000 and which have a term for a period of more than
1 year."
o.Agency Obligation to Refund Department. Any Project funds made available by the
Department pursuant to this Agreement that are determined by the Department to have been
expended by the Agency in violation of this Agreement or any other applicable law or
regulation shall be promptly refunded in full to the Department. Acceptance by the Department
of any documentation or certifications, mandatory or otherwise permitted, that the Agency files
shall not constitute a waiver of the Department's rights as the funding agency to verify all
information at a later date by audit or investigation.
o
Yo
Page 5 of 30
Docusign Envelope lD: DF19E48S-ADCF-4C81-8973-7B3544FA61 5F
Page 2365 of 7924
Docusign Envelope lD: DF1 9E485-ADCF-4CB l -8973-7B3544FA61 5F
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Fom 725-000.01
STRATEGIC
DEVELOPMENT
occ 03/25
p. Non-Eligible Costs. ln determining the amount of the payment, the Department will exclude
all Project costs incurred by the Agency prior to the execution of this Agreement, costs incurred
after the expiration of the Agreement, costs that are not provided for in Exhibit "A", Project
Description and Responsibilities, and as set forth in Exhibit "8", Schedule of Financial
Assistance, costs agreed to be borne by the Agency or its contractors and subcontractors for
not meeting the Project commencement and final invoice time lines, and costs attributable to
goods or services received under a contract or other arrangement that has not been approved
in writing by the Department Specific unallowable costs may be listed in Exhibit "A", Project
Description and Responsibilities.
11. General Requirements. The Agency shall complete the Project with all practical dispatch in a sound,
economical, and efficient manner, and in accordance with the provisions in this Agreement and all
applicable laws.
Necessary Permits Certification. The Agency shall certify to the Department that the
Agency's design consultant and/or construction contractor has secured the necessary permits.
b. Right-of-Way Certification. lf the Project involves construction, then the Agency shall provide
to the Department certification and a copy of appropriate documentation substantiating that all
required right-of-way necessary for the Project has been obtained. Certification is required
prior to authorization for advertisement for or solicitation of bids for construction of the Project,
even if no right-of-way is required.
c. Notification Requirements When Performing Construction on Department's Right-of-
Way. ln the event the cost of the Project is greater than $250,000.00, and the Project involves
construction on the Depaftment's right-of-way, the Agency shall provide the Department with
written notification of either its intent to:
Require the construction work of the Project that is on the Department's right-of-way
to be performed by a Department prequalified contractor, or
Construct the Project utilizing existing Agency employees, if the Agency can
complete said Project within the time frame set forth in this Agreement.
d. _ lf this box is checked, then the Agency is permitted to utilize its own forces and the following
provision applies: Use of Agency Workforce. ln the event the Agency proceeds with any
phase of the Project utilizing its own forces, the Agency will only be reimbursed for direct costs
(this excludes general overhead).
e. X lf this box is checked, then the Agency is permitted to utilize lndirect Costs:
Reimbursement for lndirect Program Expenses (select one):
i. X Agency has selected to seek reimbursement from the Department for actual indirect
expenses (no rate).
ii. _ Agency has selected to apply a de minimus rate of 15o/o lo modified total direct
costs. Note: The de minimus rate is available only to entities that have never had a
negotiated indirect cost rate. \y'y'hen selected, the de minimus rate must be used
consistently for all federal awards until such time the agency chooses to negotiate a
rate. A cost policy statement and de minimis certification form must be submitted to
the Department for review and approval
iii. _ Agency has selected to apply a state or federally approved indirect cost rate. A
federally approved rate agreement or indirect cost allocation plan (ICAP) must be
submitted annually.
o
-.\
Page 6 of 30
I
il
Page 2366 of 7924
Docusign Envelope lD: DF19E485-ADCF4CB'1-8973-783544FA6 1 5F
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Fom 725-000-0'l
STRATEGIC
DEVELOPMENT
occ 03/25
f. Agency Compliance with Laws, Rules, and Regulations, Guidelines, and Standards. The
Agency shall comply and require its contractors and subcontractors to comply with all terms
and conditions of this Agreement and all federal, state, and local laws and regulations
applicable to this Project.
g. Claims and Requests for Additional Work. The Agency shall have the sole responsibility
for resolving claims and requests for additional work for the Project. The Agency will make
best efforts to obtain the Department's input in its decisions. The Department is not obligated
to reimburse for claims or requests for additional work
12. Contracts of the Agency
a. Approval of Third Party Contracts. The Department specifically reserves the right to review
and approve any and all third party contracts with respect to the Project before the Agency
executes or obligates itself in any manner requiring the disbursement of Department funds,
including consultant and purchase of commodities contracts, or amendments thereto. lf the
Department chooses to review and approve third party contracts for this Project and the
Agency fails to obtain such approval, that shall be sufficient cause for nonpayment by the
Department. The Department specifically reserves unto itself the right to review the
qualifications of any consultant or contractor and to approve or disapprove the employment of
the same. lf Federal Transit Administration (FTA) funds are used in the Project, the
Department must exercise the right to third party contract review.
b. Procurement of Commodities or Contractual Services. lt is understood and agreed by the
Parties hereto that participation by the Department in a project with the Agency, where said
project involves the purchase of commodities or contractual services where purchases or
costs exceed the Threshold Amount for CATEGORY TWO per Section 287.017, Florida
Statutes, is contingent on the Agency complying in full with the provisions of Section 287.057,
Florida Statutes. The Agency's Authorized Official shall certify to the Department that the
Agency's purchase of commodities or contractual services has been accomplished in
compliance with Section 287.057, Florida Statutes. lt shall be the sole responsibility of the
Agency to ensure that any obligations made in accordance with this Section comply with the
current threshold Iimits. Contracts, purchase orders, task orders, construction change orders,
or any other agreement that would result in exceeding the current budget contained in Exhibit
"B", Schedule of Financial Assistance, or that is not consistent with the Project description
and scope of services contained in Exhibit "A", Project Description and Responsibilities
must be approved by the Department prior to Agency execution. Failure to obtain such
approval, and subsequent execution of an amendment to the Agreement if required, shall be
sufficient cause for nonpayment by the Department, in accordance with this Agreement.
c. Consultants' Competitive Negotiation Act. lt is understood and agreed by the Parties to
this Agreement that participation by the Department in a project with the Agency, where said
project involves a consultant contract for professional services, is contingent on the Agency's
full compliance with provisions of Section 287.055, Florida Statutes, Consultants' Competitive
Negotiation Act. ln all cases, the Agency's Authorized Official shall certify to the Department
that selection has been accomplished in compliance with the Consultants' Competitive
Negotiation Act.
d. Disadvantaged Business Enterprise (DBE) Policy and Obligation. lt is the policy of the
Department that DBEs, as defined in 49 C.F.R. Parl 26, as amended, shall have the
opportunity to participate in the performance of contracts financed in whole or in part with
Department funds under this Agreement. The DBE requirements of applicable federal and
state laws and regulations apply to this Agreement. The Agency and its contractors agree to
ensure that DBEs have the opportunity to participate in the performance of this Agreement.
ln this regard, all recipients and contractors shall take all necessary and reasonable steps in
accordance with applicable federal and state laws and regulations to ensure that the DBEs
o
o
Page 7 of 30
Page 2367 of 7924
Docusign Envelope lD: DF1 9E485-ADCF-4C81 -8973-783544FA6 1 5F
STATE OF FLORIDA OEPARTMENT OF TRANSPORTATION
PUBL!C TRANSPORTATION
GRANT AGREEMENT
Fom 725-000-0 1
STRATEGIC
OEVELOPMENT
oGc 03/25
have the opportunity to compete for and perform contracts. The Agency and its contractors
and subcontractors shall not discriminate on the basis of race, color, national origin or sex in
the award and performance of contracts, entered pursuant to this Agreement.
13. Maintenance Obligations. ln the eventthe Project includes construction orthe acquisition of commodities
then the following provisions are incorporated into this Agreement:
a. The Agency agrees to accept all future maintenance and other attendant costs occurring after
completion of the Project for all improvements constructed or commodities acquired as part of
the Project. The terms of this provision shall survive the termination of this Agreement.
14. Sale, Transfer, or Disposal of Department-funded Propefi:
a. The Agency will not sell or othenruise transfer or dispose of any part of its title or other
interests in real property, facilities, or equipment funded in any part by the Department under
this Agreement without prior written approval by the Department.
b. lf a sale, transfer, or disposal by the Agency of all or a portion of Department-funded real
property, facilities, or equipment is approved by the Department, the following provisions will
apply:
i. The Agency shall reimburse the Department a proportional amount of the proceeds
of the sale of any Department-funded property.
ii. The proportional amount shall be determined on the basis of the ratio of the
Department funding of the development or acquisition of the property multiplied
against the sale amount, and shall be remitted to the Department within ninety (90)
days of closing of sale.
iii. Sale of property developed or acquired with Department funds shall be at market
value as determined by appraisal or public bidding process, and the contract and
process for sale must be approved in advance by the Department.
iv. lf any portion of the proceeds from the sale to the Agency are non-cash
considerations, reimbursement to the Department shall include a proportional
amount based on the value of the non-cash considerations
c The terms of provisions "a" and "b" above shall survive the termination of this Agreement
The terms shall remain in full force and effect throughout the useful life of facilities
developed, equipment acquired, or Project items installed within a facility, but shall
not exceed twenty (20) years from the effective date of this Agreement
ii. There shall be no limit on the duration of the terms with respect to real property
acquired with Department funds.
15. Single Audit. The administration of Federal or State resources awarded through the Departmentto the
Agency by this Agreement may be subject to audits and/or monitoring by the Department. The following
requirements do not limit the authority of the Department to conduct or arrange for the conduct of additional
audits or evaluations of Federal awards or State financial assistance or limit the authority of any state
agency inspector general, the State of Florida Auditor General, or any other state official. The Agency shall
comply with all audit and audit reporting requirements as specified below
6,!
Page 8 of 30
Federal Funded
Page 2368 of 7924
Docusign Envelope lD: DF19E485-ADCF-4CB'1-8973-783544FA6'15F
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Fom 725-000-01
STRATEGIC
DEVELOPMENT
occ 03/25
a. ln addition to reviews of audits conducted in accordance with 2 CFR Part 200, Subpart F -
Audit Requirements, monitoring procedures may include but not be limited to on-site visits by
Department staff and/or other procedures, including reviewing any required performance and
financial reports, following up, ensuring corrective action, and issuing management decisions
on weaknesses found through audits when those findings pertain to Federal awards provided
through the Department by this Agreement. By entering into this Agreement, the Agency
agrees to comply and cooperate fully with any monitoring procedures/processes deemed
appropriate by the Department The Agency further agrees to comply and cooperate with any
inspections, reviews, investigations, or audits deemed necessary by the Department, State of
Florida Chief Financial Officer (CFO), or State of Florida Auditor General
b. The Agency, a non-Federal entity as defined by 2 CFR Part 200, Subpart F - Audit
Requirements, as a subrecipient of a Federal award awarded by the Department through this
Agreement, is subject to the following requirements:
i. ln the event the Agency expends a total amount of Federal awards equal to or in
excess of the threshold established by 2 CFR Part 200, Subpart F - Audit
Requirements, the Agency must have a Federal single or program-specific audit
conducted for such fiscal year in accordance with the provisions of 2 CFR Part 200,
Subpart F - Audit Requirements. Exhibit "H", Audit Requirements for Awards of
Federal Financial Assistance, to this Agreement provides the required Federal
award identification information needed by the Agency to further comply with the
requirements of 2 CFR Part 200, Subpart F - Audit Requirements. ln determining
Federal awards expended in a fiscal year, the Agency must consider all sources of
Federal awards based on when the activity related to the Federal award occurs,
including the Federal award provided through the Department by this Agreement. The
determination of amounts of Federal awards expended should be in accordance with
the guidelines established by 2 CFR Part 200, Subpart F - Audit Requirements. An
audit conducted by the State of Florida Auditor General in accordance with the
provisions of 2 CFR Part 200, Subpart F - Audit Requirements, will meet the
requirements of this part.
ii. ln connection with the audit requirements, the Agency shall fulfill the requirements
relative to the auditee responsibilities as provided in 2 CFR Part 200, Subpart F -
Audit Requirements.
iii. ln the event the Agency expends less than the threshold established by 2 CFR Part
200, Subpart F - Audit Requirements, in Federal awards, the Agency is exempt from
Federal audit requirements for that fiscal year. However, the Agency must provide asingle audit exemption statement to the Department at
no later than nine months after the end of the
Agency's audit period for each applicable audit year. ln the event the Agency expends
less than the threshold established by 2 CFR Part 200, Subpart F - Audit
Requirements, in Federal awards in a fiscal year and elects to have an audit
conducted in accordance with the provisions of 2 CFR Part 200, Subpart F - Audit
Requirements, the cost of the audit must be paid from non-Federal resources (t. e., the
cost of such an audit must be paid from the Agency's resources obtained from other
than Federal entities).
iv. The Agency must electronically submit to the Federal Audit Clearinghouse (FAC) at
the audit reporting package as required by 2
CFR Part 200, Subpart F - Audit Requirements, within the earlier of 30 calendar days
after receipt of the auditor's report(s) or nine months after the end of the audit period.
The FAC is the repository of record for audits required by 2 CFR Part 200, Subpart F
-Audit Requirements. However, the Department requires a copy of the audit reporting
package also be submitted to within the earlier of
^po
Page 9 of 30
Page 2369 of 7924
Docusign Envelope lD: DF1 9E485-ADCF-4C81-8973-7B3544FA6 1 5F
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Fom 725-000-01
STRATEGIC
DEVELOPMENT
oGc 03/25
30 calendar days after receipt of the auditor's report(s) or nine months after the end
of the audit period as required by 2 CFR Part 200, Subpart F - Audit Requirements.
v. Within six months of acceptance of the audit report by the FAC, the Department will
review the Agency's audit reporting package, including corrective action plans and
management letters, to the extent necessary to determine whether timely and
appropriate action on all deficiencies has been taken pertaining to the Federal award
provided through the Department by this Agreement. lf the Agency fails to have an
audit conducted in accordance with 2 CFR Part 200, Subpart F - Audit Requirements,
the Department may impose additional conditions to remedy noncompliance lf the
Department determines that noncompliance cannot be remedied by imposing
additional conditions, the Department may take appropriate actions to enforce
compliance, which actions may include but not be limited to the following:
1. Temporarily withhold cash payments pending correction of the deficiency by
the Agency or more severe enforcement action by the Department;
2. Disallow (deny both use of funds and any applicable matching credit for) all
or part of the cost of the activity or action not in compliance;
3. Wholly or partly suspend or terminate the Federal award;
4. lnitiate suspension or debarment proceedings as authorized under 2 C.F.R.
Part 180 and Federal awarding agency regulations (or in the case of the
Department, recommend such a proceeding be initiated by the Federal
awarding agency);5. Withhold further Federal awards for the Project or program;
6. Take other remedies that may be legally available.
vi. As a condition of receiving this Federal award, the Agency shall permit the Department
or its designee, the CFO, or State of Florida Auditor General access to the Agency's
records, including financial statements, the independent auditor's working papers, and
project records as necessary. Records related to unresolved audit findings, appeals,
or litigation shall be retained until the action is complete or the dispute is resolved.
vii. The Department's contact information for requirements under this part is as follows:
Office of Comptroller, MS 24
605 Suwannee Street
Tallahassee, Florida 32399-0450
State Funded:
a. ln addition to reviews of audits conducted in accordance with Section 215.97 , Florida Statutes,
monitoring procedures to monitor the Agency's use of state financial assistance may include
but not be limited to on-site visits by Department staff and/or other procedures, including
reviewing any required performance and financial reports, following up, ensuring corrective
action, and issuing management decisions on weaknesses found through audits when those
findings pertain to state financial assistance awarded through the Department by this
Agreement. By entering into this Agreement, the Agency agrees to comply and cooperate fully
with any monitoring procedures/processes deemed appropriate by the Department. The
Agency further agrees to comply and cooperate with any inspections, reviews, investigations,
or audits deemed necessary by the Department, the Department of Financial Services (DFS),
or State of Florida Auditor General.
b. The Agency, a "nonstate entity" as defined by Section 215.97, Florida Statutes, as a recipient
of state financial assistance awarded by the Department through this Agreement, is subject to
the following requirements:
s
Page 10 of 30Page 2370 of 7924
Docusign Envelope lD: DF19E485-ADCF-4C81-8973-7B3544FA61 5F
STATE OF FLORIDA OEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Fom 725-000-0 1
STRATEGIC
DEVELOPMENT
oGc 03/25
I ln the event the Agency meets the audit threshold requirements established by
Section 215.97, Florida Statutes, the Agency must have a State single or project-
specific audit conducted for such fiscal year in accordance with Section 215.97,
Florida Statutes, applicable rules of the Department of Financial Services; and
Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit
organizations), Rules of the Auditor General. Exhibit "G", Audit Requirements for
Awards of State Financia! Assistance, to this Agreement indicates state financial
assistance awarded through the Department by this Agreement needed by the
Agency to further comply with the requirements of Section 215.97, Florida Statutes.
ln determining the state financial assistance expended in a fiscal year, the Agency
shall consider all sources of state financial assistance, including state financial
assistance received from the Department by this Agreement, other state agencies,
and other nonstate entities. State financial assistance does not include Federal direct
or pass-through awards and resources received by a nonstate entity for Federal
program match ing requirements.
ln connection with the audit requirements, the Agency shall ensure that the audit
complies with the requirements of Section 215.97(8), Florida Statutes This includes
submission of a financial reporting package as defined by Section 215.97(2)(e),
Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650
(nonprofit and for-proflt organizations), Rules of the Auditor General.
ln the event the Agency does not meet the audit threshold requirements established
by Section 215.97, Florida Statutes, the Agency is exempt for such fiscal year from
the state single audit requirements of Section 215.97, Florida Statutes. However, the
Agency must provide a single audit exemption statement to the Department at
no later than nine months after the end of the
Agency's audit period for each applicable audit year. ln the event the Agency does
not meet the audit threshold requirements established by Section 215.97, Florida
Statutes, in a fiscal year and elects to have an audit conducted in accordance with
the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid
from the Agency's resources (r.e., the cost of such an audit must be paid from the
Agency's resources obtained from other than State entities).
ln accordance with Chapters 10.550 (local governmental entities) or 10.650
(nonprofit and for-profit organizations), Rules of the Auditor General, copies of
flnancial reporting packages required by this Agreement shall be submitted to:
Florida Department of Transportation
Office of Comptroller, MS 24
605 Suwannee Street
Tallahassee, Florida 32399-0405
And
State of Florida Auditor General
Local Government Audits/342
111 West Madison Street, Room 401
Tallahassee, FL 32399-1450
Email:
Any copies of financial reporting packages, reports, or other information required to
be submitted to the Department shall be submitted timely in accordance with Section
215.97, Florida Statutes, and chapters 10.550 (local governmental entities) or
I
tv
"^{p
v
Page11of30
Iil
Page 2371 of 7924
Docusi gn Envelope I D: DF1 9E485-ADCF-4CB 1 -897 3-7 83544F A61 5F
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLlC TRANSPORTATION
GRANT AGREEMENT
Fom 725-000-01
STRATEGIC
OEVELOPMENT
occ 03/25
10650 (nonprofit and for-profit organizations), Rules of the Auditor General, as
applicable
vt The Agency, when submitting financial reporting packages to the Department for
audits done in accordance with Chapters 10.550 (local governmental entities) or
10 650 (nonprofit and for-profit organizations), Rules of the Auditor General, should
indicate the date the reporting package was delivered to the Agency in
corresponde nce accompanyin g the reporti n g package
vil.Upon receipt, and within six months, the Department will review the Agency's
financial reporting package, including corrective action plans and management
letters, to the extent necessary to determine whether timely and appropriate
corrective action on all deficiencies has been taken pertaining to the state financial
assistance provided through the Department by this Agreement. lf the Agency fails
to have an audit conducted consistent with Section 215.97, Florida Statutes, the
Department may take appropriate corrective action to enforce compliance.
vilt.As a condition of receiving state financial assistance, the Agency shall permit the
Department or its designee, DFS, or the Auditor General access to the Agency's
records, including financial statements, the independent auditor's working papers,
and project records as necessary. Records related to unresolved audit findings,
appeals, or litigation shall be retained until the action is complete or the dispute is
resolved.
c. The Agency 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, DFS, or State of Florida Auditor General access to such
records upon request. The Agency shall ensure that the audit working papers are made
available to the Department or its designee, DFS, or State of Florida Auditor General upon
request for a period of five years from the date the audit report is issued, unless extended in
writing by the Department.
16. Notices and Approvals. Notices and approvals referenced in this Agreement must be obtained in writing
from the Parties' respective Administrators or their designees.
17. Restrictions, Prohibitions, Controls and Labor Provisions:
a. Convicted Vendor List. 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 on a contract to provide
any goods or services to a public entity; may not submit a bid on a contract with a public entity
for the construction or repair of a public building or public work; may not submit bids 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 Section
287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of
being placed on the convicted vendor list.
b. Discriminatory Vendor List. ln accordance with Section 287.134, Florida Statutes, an entity
or affiliate who has been placed on the Discriminatory Vendor List, kept by the Florida
Department of Management Services, may not submit a bid on a contract to provide goods or
services to a public entity; may not submit a bid on a contract with a public entity for the
construction or repair of a public building or public work; may not submit bids on leases of real
property to a public entity; may not be awarded or perform work as a contractor, supplier,
o^{p
Page 12 of30
Page 2372 of 7924
Docusign Envelope lD: DF19E485-ADCF-4CB1-8973-783544FA6 15F
STATE OF FLORIDA OEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Fom 725-000-01
STRATEGIC
DEVELOPMENT
occ 03/25
subcontractor, or consultant under a contract with any public entity; and may not transact
business with any public entity
c. Non-Responsible Contractors. An entity or affiliate who has had its Certificate of
Qualification suspended, revoked, denied, or have further been determined by the Department
to be a non-responsible contractor, may not submit a bid or perform work for the construction
or repair of a public building or public work on a contract with the Agency
d. Prohibition on Using Funds for Lobbying. No funds received pursuant to this Agreement
may be expended for lobbying the Florida Legislature, judicial branch, or any state agency, in
accordance with Section 216.347, Florida Statutes.
e. Unauthorized Aliens. The Department shall consider the employment by any contractor of
unauthorized aliens a violation of Section 274A(e) of the lmmigration and Nationality Act. lf
the contractor knowingly employs unauthorized aliens, such violation will be cause for
unilateral cancellation of this Agreement.
g. E-Verify. The Agency shall
i. Utilize the U.S. Department of Homeland Security's E-Verify system to verify the
employment eligibility of all new employees hired by the Agency during the term of the
contract; and
ii. Expressly require any subcontractors performing work or providing services pursuant
to the state contract to likewise utilize the U.S. Department of Homeland Security's E-
Verify system to verify the employment eligibility of all new employees hired by the
subcontractor during the contract term.
h. Projects with Non-profit Organizations. Pursuant to Section 216.1366. Florida Statutes, if
the Agency is a nonprofit organization as defined in Section 215.97(2)(m), Florida Statutes,
the Agency shall provide documentation to indicate the amount of state funds:
i. Allocated to be used during the full term of this Agreement for remuneration to any
member of the board of directors or an officer of the Agency
ii. Allocated under each payment by the Department to be used for remuneration of any
member of the board of directors or an officer of the Agency The documentation
must indicate the amounts and recipients of the remuneration.
Such information will be posted by the Department to the Florida Accountability Contract
Tracking System maintained pursuant to Section 215.985, F.S., and must additionally be
posted to the Agency's website, if the Agency is a non-profit organization and maintains a
website. The Agency shall utilize the Department's Form 350-090-19, Compensation to Non-
Profits Using State Funds, for purposes of documenting the compensation. The subject Form
is required for every contract for services executed, amended, or extended on or after July 1,
2023, with non-profit organizations.
o'{c
Pursuant to Section 216.1366, F.S., the term
Page 13 of 30
f. Procurement of Construction Services. lf the Project is procured pursuant to Chapter 255,
Florida Statutes, for construction services and at the time of the competitive solicitation for the
Project, 50 percent or more of the cost of the Project is to be paid from state-appropriated
funds, then the Agency must comply with the requirements of Section 255.0991, Florida
Statutes.
Page 2373 of 7924
Docusign Envelope lD: DF19E485-ADCF-4C81-8973-783544FA615F
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Fom 725-000-01
STRATEGIC
DEVELOPMENT
occ 03/25
i. "Officer" means a chief executive officer, chief financial officer, chief operating officer,
or any other position performing and equivalent function.ii. "Remuneration" means all compensation earned by or awarded to personnel, whether
paid or accrued, regardless of contingency, including bonuses, accrued paid time off,
severance payments, incentive payments, contributions to a retirement plan or in-kind
payments, reimbursements, or allowances for moving expenses, vehicles and other
transportation, telephone services, medical services, housing and meals.iii. "State Funds" means funds paid from the General Revenue Fund or any state trust
fund, funds allocated by the Federal Government and distributed by the state, or funds
appropriated by the Federal Government and distributed by the state, or funds
appropriated by the state fo distribution through any grant program. The term does
not include funds used for the Medicaid program.
b. Design Services and Construction Engineering and tnspection Services. lf the Project
is wholly or partially funded by the Department and administered by a local governmental
entity, except for a seaport listed in Section 311.09, Florida Statutes, or an airport as defined
in Section 332.004, Florida Statutes, the entity performing design and construction
engineering and inspection services may not be the same entity.
15. lndemnification and lnsurance:
a. lt is specifically agreed between the Parties executing this Agreement that it is not intended
by any of the provisions of any part of this Agreement to create in the public or any member
thereof, a third party beneficiary under this Agreement, 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. The Agency guarantees the payment of all just claims
for materials, supplies, tools, or labor and other just claims against the Agency or any
subcontractor, in connection with this Agreement. Additionally, the Agency shall indemnify,
defend, and hold harmless 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 Agency and persons employed or
utilized by the Agency in the performance of this Agreement. This indemnification shall
survive the termination of this Agreement Additionally, the Agency agrees to include the
following indemnification in all contracts with contractors/subcontractors and
consultants/subconsultants who perform work in connection with this Agreement:
"To the fullest extent permitted by law, the Agency's contractor/consultant shall indemnify,
defend, and hold harmless the Agency 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."
b. The Agency shall provide Workers' Compensation lnsurance in accordance with Florida's
Workers' Compensation law for all employees. lf subletting any of the work, ensure that the
subcontractor(s) and subconsultant(s) have Workers' Compensation lnsurance for their
employees in accordance with Florida's Workers' Compensation law. lf using "leased
employees" or employees obtained through professional employer organizations ("PEO's"),
ensure that such employees are covered by Workers' Compensation lnsurance through the
PEO's or other leasing entities. Ensure that any equipment rental agreements that include
ov3
Page 14 of 30
Page 2374 of 7924
Docusign Envelope lD: DF19E485-ADCF4CBl-8973-783544FA615F
STATE OF FLORIDA OEPARTMENT OF TRANSPORTATION
PUBL!C TRANSPORTATION
GRANT AGREEMENT
Fom 725-000-01
STRATEGIC
DEVELOPMENT
occ 03/25
operators or other personnel who are employees of independent contractors, sole
proprietorships, or partners are covered by insurance required under Florida's Workers'
Compensation law.
c. lf the Agency elects to self-perform the Project, then the Agency may self-insure. lf the Agency
elects to hire a contractor or consultant to perform the Project, then the Agency shall carry, or
cause its contractor or consultant to carry, Commercial General Liability insurance providing
continuous coverage for all work or operations performed under this Agreement. Such
insurance shall be no more restrictive than that provided by the latest occurrence form edition
of the standard Commercial General Liability Coverage Form (lSO Form CG 00 01) asfiled
for use in the State of Florida. The Agency shall cause, or cause its contractor or consultant
to cause, the Department to be made an Additional lnsured as to such insurance. Such
coverage shall be on an "occurrence" basis and shall include Products/Completed Operations
coverage. The coverage afforded to the Department as an Additional lnsured shall be primary
as to any other available insurance and shall not be more restrictive than the coverage
afforded to the Named lnsured. The limits of coverage shall not be less than $'1,000,000 for
each occurrence and not less than a $5,000,000 annual general aggregate, inclusive of
amounts provided by an umbrella or excess policy. The limits of coverage described herein
shall apply fully to the work or operations performed under the Agreement, and may not be
shared with or diminished by claims unrelated to the Agreement. The policy/ies and coverage
described herein may be subject to a deductible and such deductibles shall be paid by the
Named lnsured. No policy/ies or coverage described herein may contain or be subject to a
Retention or a Self-lnsured Retention unless the Agency is a state agency or subdlvision of
the State of Florida that elects to self-perform the Project. Prior to the execution of the
Agreement, and at all renewal periods which occur prior to final acceptance of the work, the
Department shall be provided with an ACORD Certificate of Liability lnsurance reflecting the
coverage described herein. The Department shall be notified in writing within ten days of any
cancellation, notice of cancellation, lapse, renewal, or proposed change to any policy or
coverage described herein. The Department's approval or failure to disapprove any policy/ies,
coverage, or ACORD Certificates shall not relieve or excuse any obligation to procure and
maintain the insurance required herein, nor serve as a waiver of any rights or defenses the
Department may have
d. When the Agreement includes the construction of a railroad grade crossing, railroad overpass
or underpass structure, or any other work or operations within the limits of the railroad right-
of-way, including any encroachments thereon from work or operations in the vicinity of the
railroad right-of-way, the Agency shall, or cause its contractor to, in addition to the insurance
coverage required above, procure and maintain Railroad Protective Liability Coverage (lSO
Form CG 00 35) where the railroad is the Named lnsured and where the limits are not less
than $2,000,000 combined single limit for bodily injury and/or property damage per
occurrence, and with an annual aggregate limit of not less than $6,000,000. The railroad shall
also be added along with the Department as an Additional lnsured on the policy/ies procured
pursuant to the paragraph above. Prior to the execution of the Agreement, and at all renewal
periods which occur prior to final acceptance of the work, both the Department and the railroad
shall be provided with an ACORD Certificate of Liability lnsurance reflecting the coverage
described herein The insurance described herein shall be maintained through final
acceptance of the work. Both the Department and the railroad shall be notified in writing within
ten days of any cancellation, notice of cancellation, renewal, or proposed change to any policy
or coverage described herein. The Department's approval or failure to disapprove any
policy/ies, coverage, or ACORD Certificates shall not relieve or excuse any obligation to
procure and maintain the insurance required herein, nor serve as a waiver of any rights the
Department may have.
e. \Men the Agreement involves work on or in the vicinity of utility-owned property or facilities,
the utility shall be added along with the Department as an Additional lnsured on the
Commercial General Liability policy/ies procured above.
ovc
Page 15 of30
Page 2375 of 7924
Docusign Envelope lD: DF19E485-ADCF4CB1-8973-783544FA61 5F
STATE OF FLORIOA OEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Fom 725-000-01
STRATEGIC
DEVELOPMENT
occ 03/25
16. Miscellaneous
a Environmental Regulations. The Agency will be solely responsible for compliance with all
applicable environmental regulations and for any liability arising from non-compliance with
these regulations, and will reimburse the Department for any loss incurred in connection
therewith.
b. Non-Admission of Liability. ln no event shall the making by the Department of any payment
to the Agency constitute or be construed as a waiver by the Department of any breach of
covenant or any default which may then exist on the part of the Agency and the making of
such payment by the Department, while any such breach or default shall exist, shall in no way
impair or prejudice any right or remedy available to the Department with respect to such breach
or default.
c. Severability. lf any provision of this Agreement is held invalid, the remainder of this
Agreement shall not be affected. ln such an instance, the remainder would then continue to
conform to the terms and requirements of applicable law.
d. Agency not an agent of Department. The Agency and the Department agree that the
Agency, its employees, contractors, subcontractors, consultants, and subconsultants are not
agents of the Department as a result of this Agreement.
e. Bonus or Commission. By execution of the Agreement, the Agency represents that it has
not paid and, also agrees not to pay, any bonus or commission for the purpose of obtaining
an approval of its application for the financing hereunder.
f. Non-Contravention of State Law. Nothing in the Agreement shall require the Agency to
observe or enforce compliance with any provision or perform any act or do any other thing in
contravention of any applicable state law. lf any of the provisions of the Agreement violate any
applicable state law, the Agency will at once notify the Department in writing so that
appropriate changes and modifications may be made by the Department and the Agency to
the end that the Agency may proceed as soon as possible with the Project.
g. Execution of Agreement. This Agreement may be executed in one or more counterparts,
each of which shall be deemed an original, but all of which shall constitute the same
Agreement. AfacsimileorelectronictransmissionofthisAgreementwithasignatureonbehalf
of a party will be legal and binding on such party.
h. Federal Award Identification Number (FAIN). lf the FAIN is not available prior to execution
of the Agreement, the Department may unilaterally add the FAIN to the Agreement without
approval of the Agency and without an amendment to the Agreement. lf this occurs, an
updated Agreement that includes the FAIN will be provided to the Agency and uploaded to the
Depaftment of Financial Services' Florida Accountability Contract Tracking System (FACTS).
lnspector General Cooperation. The Agency agrees to comply with Section 20.055(5),
Florida Statutes, and to incorporate in all subcontracts the obligation to comply with Section
20.055(5), Florida Statutes.
j. Law, Forum, and Venue. This Agreement shall be governed by and construed in accordance
with the laws of the State of Florida. ln the event of a conflict between any portion of the
contract and Florida law, the laws of Florida shall prevail. The Agency agrees to waive forum
and venue and that the Department shall determine the forum and venue in which any dispute
under this Agreement is decided.
OPJ
Page 16 of 30
Page 2376 of 7924
Docusign Envelope lD: DF.l 9E485-ADCF-4CBl -8973-783544FA6'1 5F
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLlC TRANSPORTATION
GRANT AGREEMENT
Fom 725{00{1
STRATEGIC
OEVELOPMENT
oGc 03/25
BOARD OF COUNTY COMMISSIONERS
COLLIER COUNTY, FLORIDA
By,
lN WITNESS WHEREOF, the Parties have executed this Agreement on the day and year written above
AGENCY STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
By:
Name: Nicole E. Mills, P.E.
Burt L. Saunders, Chairman
STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
Attest:
CRYSTAL K. KINZEL, CLERK
Legal Review:
Don Conway
By:
Deputy Clerk
Approved as to form and legality:
Derek D. Perry
Assistant County Attomey
e
OVJ
Paoe17of30
Title: Director of Transportation Development
Page 2377 of 7924
Docusign Envelope I D: DF1 9E485-ADCF-4C81 -8973-783544FA61 5F
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
Fom 725-000-02
STRATEGIC
DEVELOPMENT
oGc 03/25
EXHIBIT A
Project Description and Responsibilities
A. Project Description (description of Agency's project to provide context, description of project components funded
via this Agreement (if not the entire project)): This agreement provides FTA Section 5310 capital funds for the capital
purchase as identified in the Agency's application on file with the Department.
B. Project Location (limits, city, county, map): Large Urban Area of Collier County, Fl
C. Project Scope (allowable costs: describe project components, improvement type/service type, approximate
timeline, project schedule, project size): This agreement provides FTA Section 5310 capitalassistance related to
purchasing capital equipment listed below in the amount not to exceed that identified in Exhibit B of this agreement or
as amended
Four (4) Buses - Expansion Under 30'
Nine (9) Radios
Four (4)ADP Hardware
Fourteen ('l 4) Router/WiFi Equipment
Four (4) OnBoard Tablets
lf applicable, the Agency will also provide procurement documentation prior to the purchase of project equipment and
will submit to the Department documentation of purchase, delivery, and/or installation for all items.
lf the actual costs are less than the estimated total cost, the difference will remain in the Department's general program
fund and will be used to advance any remaining grant requests.
D. Deliverable(s): When submitting an invoice for reimbursement the Agency must submit the invoice using the FDOT
Transit Capital lnvoice Form. The Agency will provide appropriate documentation to support all costs being submitted
for reimbursement.
The Agency must submit a Progress Report with each invoice submitted utilizing the FDOT Project Monitoring Status
Report. lf invoicing is delayed, a quarterly report must still be provided.
The project scope identifies the ultimate project deliverables. Deliverables for requisition, payment and invoice
purposes will be the incremental progress made toward completion of project scope elements. Supporting
documentation will be quantifiable, measurable, and verifiable, to allow for a determination of the amount of
incremental progress that has been made, and provide evidence that the payment requested is commensurate with
the accomplished incremental progress and costs incurred by the Agency
E. Unallowable Costs (including but not limited to): Expenses created from third party contracts which were not
approved by the Florida Department of Transportation in accordance with Article 12 of this document.
F. Transit Operating Grant Requirements (Transit Only):
Transit Operating Grants billed as an operational subsidy will require an expenditure detail report from the Agency that
matches the invoice period. The expenditure detail, along with the progress report, will be the required deliverables for
Transit Operating Grants. Operating grants may be issued for a term not to exceed three years from execution. The
origlnal grant agreement will include funding for year one. Funding for years two and three will be added by
ouo
Page 18 of 30Page 2378 of 7924
Docusign Envelope lD: DF19E48S-ADCF-4CB1-8973-783544FA615F
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
Fom 725-000.02
STRATEGIC
OEVELOPMENT
occ 03/25
amendment as long as the grantee has submitted all invoices on schedule and the project deliverables for the year
have been met.
ooo
Page 19 of 30
Page 2379 of 7924
Docusign Envelope ID: DF19E485-ADCF-4CB l-8973-783544FA615F
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
Fom 725-000-02
STRATEGIC
DEVELOPMENT
occ 03/25
EXHIBIT B
Schedule of Financial Assistance
FUNDS AWARDED TO THE AGENCY AND REQUIRED MATCHING FUNDS PURSUANT TO THIS AGREEMENT
CONSIST OF THE FOLLOWING:
A. Fund Type and Fiscal Year:
Financial
Management
Number
Fund
Type
FLAIR
Category
State
Fiscal
Year
Object
Code
CSFA/
CFDA
Number
CSFA/CFDA Title or
Funding Source
Description
Funding
Amount
448810-1-94-24
448810-1-94-24
DU
DPTO
088774
088774
2025
2025
780000
780000
20.513
20 513
Enhanced Mobility of Seniors
and Individuals with
Disabilities
Enhanced Mobility of Seniors
and lndividuals with
Disabilities
$552 027.00
$69,005 00
Total Financia! Assistance $621,032 00
B. Estimate of Project Costs by Grant Phase:
Phases"State Local Federal Totals State
ol
Local Federal
Land Acquisition $0 00 $0 00 $0 00 $0 00 0.00 000 000
Planning $0 00 $0.00 $0 00 $0 00 0.00 0.00 0.00
Environmental/Design/Construction $0 00 $0.00 $0.00 $0.00 0.00 000 000
Capital EquipmenU Preventative
Maintenance
$69,005 00 $69,006 00 $552,027 00 $690,038 00 10 00 10 00 80 00
Match to Direct Federal Funding $0 00 $0 00 $0 00 $0 00 0.00 0.00 000
Mobility Management
(Transit Onlv)
$0 00 $0 00 $0 00 $0.00 000 000 000
Totals $69,005.00 $69,006 00 $552,027.00 $690,038 00
*Shifting items between these grant phases requires execution of an Amendment to the Public Transportation Grant
Agreement.
Scope Code and/or Activity
Line ltem (ALl) (Transit Onlv)11 13.04, 11 42 07 , 11 42 20, 1 1 62 03, 11 42.07
Common Name/UZA Name
(Transit Only)Large Urban - Bonita Springs - Estero
BUDGET/COST ANALYSIS CERTIFICATION AS REQUIRED BY SECTION 216,3475, FLORIDA STATUTES:
I certify that the cost for each line item budget category (grant phase) has been evaluated and determined to be
allowable, reasonable, and necessary as required by Section 216.3475, Florida Statutes. Documentation is on file
evidencing the methodology used and the conclusions reached
Victoria Upthegrove
Department Grant Manager Name
oa
o
Page 20 of 30
Page 2380 of 7924
Docusign Envelope I D: DF1 9E485-ADCF4CB1 -8973-783544FA6'1 5F
Signature
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
O4/0L/2025 | 2:46 PM EDr
Date
Fom 725-000-02
STRATEGIC
DEVELOPMENT
oGc 03/25by
Uicloriotlpthapot'o
o
O
Page 21 of 30
Page 2381 of 7924
Docusign Envelope I D: DF1 9E485-ADCF-4CB'1 -8973-783544FA61 5F
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
EXHIBIT D
AGENCY RESOLUTION
PLEASE SEE ATTACHED
Fom 725{0042
STRATEGIC
DEVELOPMENT
oGc 03/25
o.g
Page 22 of 30
Page 2382 of 7924
Docusign Envelope lD: DF19E485-ADCF-4CB1-8S73-783544FA61 5F
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBL!C TRANSPORTATION
GRANT AGREEMENT EXH!BITS
Fom 725-000-02
STRATEGIC
DEVELOPMENT
oGc 03/25
EXHIBIT E
PROGRAM SPECIFIC TERMS AND CONDITIONS - TRANSIT
(Section 5310: Enhanced Mobility of Seniors & lndividuals with Disabilities)
This exhibit forms an integral part of the Agreement between the Department and the Agency.
The Agency, as the "subrecipient", shall comply with all applicable federal laws, regulations, and requirements, and
should follow applicable federal guidance as outlined in the current FTA Master Agreement and 2 CFR Part 200
including but not limited to:
1. Conformance with Enabling Legislation. This Agreement is in conformance with Section 5310 of the
FederalTransitAct of 1991, 49 U.S.C. 5310, as amended, and Section 341 051(1)(a), F S.
2. Alcohol Misuse and Prohibited Drug Use. The Agency shall establish and implement anti-drug and alcohol
misuse prevention programs in accordance with the terms of 49 CFR 655, 49 U.S.C. 5331, and 49 CFR 40
3. Adherence to Certifications and Assurances. The Agency shall ensure adherence with all federally
required certifications and assurances made in its application to the Department for Section 5310 funds
4. FTA Compliance. The Agency shall at all times comply with all applicable FTA regulations, policies,
procedures and directives, including without limitation those listed directly or by reference in the Master
Agreement between the FDOT and FTA, as they may be amended or promulgated from time to time during
the term of this contract. Failure to comply shall constitute a material breach of this contract.
5. Nondiscrimination. The Agency assures the project will be completed in accordance with all applicable
requirements imposed by or issued pursuant to 49 U.S.C. 5332, 42 U.S.C 2000(d), and 49 CFR 21, and
understands that this assurance extends to its entire facility and to facilities operated in connection with the
project.
6. Seat Belt Use. The Agency agrees to implement Executive Order No. 13043, "lncreasing Seat Belt Use in the
United States," 23 U.S.C. S 402.
7. Distracted Driving. The Agency agrees to comply with Executive Order No. 13513 "Federal Leadership on
Reducing Text Messaging While Driving," 23 U.S.C. $ 402 note and U.S. DOT Order 902.10, "Text Messaging
\Mile Driving and the U.S. DOT Special Provision pertaining to Distracted Driving
8. Charter Service. The Agency agrees to comply with 49 U.S.C. 5323(d) (g) and (Q and 49 CFR 604, and any
other federal Charter Service regulations, which provide that recipients and subrecipients of FTA assistance
are prohibited from providing charter service using federally funded equipment or facilities if there is at least
one private charter operator willing and able to provide the service, except under one of the exceptions at 49
CFR 604.9. Any charter service provided under one of the exceptions must be "incidental," i.e., it must not
interfere with or detract from the provision of mass transportation.
9. School Bus Operations. Pursuant to 69 U.S.C. 5323(0 and 49 CFR 605, the Agency may not engage in
school bus operations exclusively for the transportation of students and school personnel in competition with
private school bus operators, unless qualified under specified exemptions. When operating exclusive school
bus service under an allowable exemption, subrecipients may not use federally funded equipment, vehicles, or
facilities.
10. Disadvantaged Business Enterprises (DBE). This grant is subject to the requirements of Title 49, Code of
Federal Regulations, Paft26, Pafticipation by Disadvantaged Business Enferyrlses in Depaftment of
orY
Page 23 of 30Page 2383 of 7924
Docusign Envelope lD: DF1 9E485-ADCF-4C81-8973-783544FA61 5F
STATE OF FLORIOA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
Fom 725-000-02
STRATEGIC
DEVELOPMENT
oGc 03/25
Transpoftation Financial Assisfance Programs. The Agency must complete biannual DBE reports and submit
them to the Department by May 1 and November 1 annually.
11. Buy America. The Agency agrees to comply with Buy America requirements outlined in 49 U.S.C 5323O and
49 CFR 661, if using the funds granted under this agreement for rolling stock purchases. The recipient also
agrees to comply with the pre-award and post-delivery requirements outlined in 49 CFR 661.12.
12. Clean Air Act and Water Acts. The Agency agrees to comply with all applicable standards, orders or
regulations issued pursuant to the Clean Air Act (42 U S.C. 7401-7671q) and the Federal Water Pollution
ControlAct, (33 U.S.C. SS 1251 - 1388), as amended, if the agreement exceeds $150,000
13. Anti-Lobbying. The Agency agrees to comply with the requirements pursuant to Byrd Anti-lobbying
Amendment, 31 U.S.C. 1352(b)(5) and 49 CFR 20, Appendix A. U.S. DOT regulations, "New Restrictions on
Lobbying," 49 CFR Part 20, to the extent consistent with 31 U.S.C. S 1352, as amended and other applicable
federal laws, regulations, requirements, and guidance prohibiting the use of federal assistance for any activity
concerning legislation or appropriations designed to influence the U.S. Congress or a state legislature.
14. Bonding Requirements. lf this agreement is for a construction project over $250,000, the recipient must
adhere to FTA's bonding requirements 2 CFR 200.326 as outlined in the Best Practices Procurement Manual
15. Solid Wastes. \y'Uhere the purchase price of the item exceeds $1 0,000 or the value of the quantity acquired
during the preceding fiscal year exceeded $10,000, the Agency agrees to comply with all the requirement of
Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act ,
49 U.S.C. 6962, as amended, including but not limited to the regulatory provisions of 40 CFR 247 , and
Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR 247 .
Sample language can be found in the Department's "Procurement Guidance for Transit Agencies."
16. Employee Relations (Davis-Bacon Act and Copeland Anti-Kickback Act). The Agency agrees to comply
with the Davis-Bacon Act and Copeland Anti-kickback Acts as codified at 40 U.S.C. 3141 et seq. and 18
U.S.C. 874for any agreement exceeding $100,000. Sample language can be found in the Department's
"Procurement Guidance for Transit Agencies."
17. Employee Relations (Contract Work Hours and Safety Standards). For any contract over $100,000 the
Agency agrees to comply with the Contract Work Hours and Safety Standards Act, codified at 40 U.S.C. 3701
et seq
18. Breaches and Dispute Resolution. The Agency agrees to include "Breaches and Dispute Resolution"
language in allthird-party agreements in compliance with 2 CFR 200 and FTA Circular 4220.1E or subsequent
revtsrons
19. Transit Employee Protective Agreements. The Agency agrees to comply with the Transit Employee
Protective Agreements, as codified in 49 U S.C 5310 and 29 CFR 215.
20. Compliance with FTA Terms and Conditions. The Agency shall not perform any act, failto perform any act,
or refuse to comply with any FDOT requests which would cause the Agency to be in violation of the FTA terms
and conditions.
21. Public Body Non-CTC Recipients. An Agency may receive 5310 funds when the Community Transportation
Coordinator (CTC) in the county is a private-for-profit entity When the Agency accepts the 5310 funding,
enters into a contracUPTGA with the Department, and then contracts with the CTC to provide enhanced
mobility of seniors and individuals with disabilities in the same service area in which the CTC is providing non-
sponsored trips for the Commission for the Transportation Disadvantaged (CTD), then the non-sponsored
cP'o
Page 24 of 30
Page 2384 of 7924
Docusign Envelope lD: DF1 9E48S-ADCF4CB1-8973-783544FA6 1 5F
Fom 725-000-02
STRATEGIC
OEVELOPMENT
oGc 03/25
human service transportation grant funds will be considered as eligible match for the 5310 funds. The Agency
will be responsible for ensuring that the CTC meets all the requirements associated with the federal funds. The
Agency will be responsible for ensuring that all dollars provided as match were for public transportation eligible
trips. The public body must keep financial records that substantiate the eligibility of the match being provided
and make that documentation available to the Department on request.
22. Annual Performance Measures Report. The Agency will submit an Annual Performance Measures Report.
The Annual Performance Measures Report is due by January 31 of each year. The annual report will include
both quantitative and qualitative information as available on each of the following measures:
a) Gaps in Service Filled: Provision of transportation options that would not otherwise be available for
seniors and individuals with disabilities, measured in numbers of seniors and individuals with disabilities
afforded mobility they would not have without program support as a result of traditional Section 5310
projects implemented in the current reporting year.
b) Ridership: Actual or estimated number of rides (as measured by one-way trips) provided annually for
seniors or individuals with disabilities on Section 53'10 supported vehicles and services as a result of
traditional Section 5310 projects implemented in the current reporting year.
23. Transit Vehicle lnventory Management. The Agency will follow the Depafiment's Transit Vehicle lnventory
Management Procedure (725-030-025), which outlines the requirements for continuing management control,
inventory transfer and disposal actions. This procedure pertains ONLY to capital procurements of rolling stock
using the FTA Section 5310, Section 531 'l Section 5339 programs as the funding source, or where the
Department participates in 50% or more of the public transit vehicle's purchase price. This may include
vehicles purchased under the State Transit Block Grant Program, State Transit Corridor Program, State
Transit Service Development Program, or other applicable Departmental programs.
Item24 below is applicable to Sub-recipients that receive both, Section 5310 and 5311 funds.
24. Annual Safety Certification. \Men the Agency receives Section 5310 and Section 5311 funds, in
accordance with Section 341.061, F.S., and Rule '14-90, Florida Administrative Code, the Agency shall submit,
and the Department shall have on file, an annual safety certification stating that the Agency has adopted and
is complying with its adopted System Safety and Security Program Plan and has performed annual safety
inspections of all buses operated.
Item 25 below is applicable to Sub-recipients that receive Section 5310 funds ONLY
25. Delivery of Service Performance Requirements. The Agency shall maintain a Transportation Operating
Procedure (TOP) consistent with the template provided by the Department. The TOP must address minimum
performance requirements related to service delivery for the following:
a) Vehicle maintenance
b) Minimum qualifications and training for drivers
c) Safety standards
d) Accident notification, and
e) Substance abuse management.
Failure to comply with the TOP will result in a requirement by the Department that the Agency develop a
corrective action plan, to be approved by the Department. Failure by the Agency to achieve and maintain
compliance may require the Department funded transportation services to cease operations. lf the Department
finds that a threat to public safety exists, the Department shall require all Department funded transportation
services to cease operations.
26. Reporting of Complaints, Grievances, and Resolutions. The Agency must have an identified complaint and
grievance process on file and must report to the Department on a quarterly basis all reported complaints,
grievances, and resolutions.
CAO
Page 25 of 30
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
Page 2385 of 7924
Docusign Envelope lD: DF19E485-ADCF4CB1-8973-783544FA61 5F
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
Fom 725-000-02
STRATEGIC
OEVELOPMENT
occ 03/25
27. Agreements with contractons or subcontractons. Pursuant to Section 341 .041, F.S., the above Delivery of
Service Performance Requirement and Reporting of Complaints, Grievances, and Resolutions, must be
included in any agreement between the Agency and such entity's contractors or subcontractors that provide
paratransit services.
-- End of Exhibit E -
CAO
Page 26 of 30Page 2386 of 7924
Docusign Envelope lD: DF19E485-ADCF-4C81-8973-783544FA615F
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
Fom 725-000-02
STRATEGIC
DEVELOPMENT
oGc 03/25
Exhibit E1
PROGRAM SPECIFIC TERIAS AND CONDITIONS
(Prohibition on Discrimination Based on Health Care Choices)
This exhibit forms an integral part of the Agreement between the Department and the Agency.
1. Statutory Reference. Section 339.08, F.S. and Section 381.00316, F.S.
2. Statutory Compliance. Pursuant to Section 339.08, F.S., the Department may not expend state funds
to support a project or program of certain entities if the entity is found to be in violation of Section
381.00316, F.S. The Department shatl withhotd state funds untiI the entity is found to be in compliance with
Section 381.00316, F.S. This shatt appty to any of the fottowing entities:
a. A pubtic transit provider as defined in s. 341.031(1), F.S.;
b. An authority created pursuant to chapter 343, F.S., chapter 348, F.S., or chapter 349, F.S.; c. A
pubtic-use airport as defined in s. 332.004, F.S.; or
d. A port [isted in s. 311.09(1), F.S.
- End of Exhibit El -
CAO
Page27 of30
Page 2387 of 7924
Docusign Envelope lD: DF'1 9E485-ADCF-4C81 -8973-783544F A61 5F
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXH!BITS
Fom 725-000{2
STRATEGIC
DEVELOPMENT
oGc 03/25
Exhibit E2
PROGRAA,i SPECIFIC TERMS AND CONDITIONS - TRANSIT
(Exterior Vehicle Wrap, Tinting, Paint, Marketing, and Advertising)
This exhibit forms an integral part of the Agreement between the Department and the Agency.
1 . Statutory Reference. Section 341 .051(8), F.S. and Section 316.2954, F.S
Z. Statutory Compliance. ln accordance with Section 341.051(8), F.5., as a condition of receiving funds
from the Department, a pubtic transit provider may not expend Department funds for marketing or
advertising activities, inctuding any wrap, tinting, paint, or other medium disptayed, attached, or affixed on
a motor vehicte owned, [eased, or operated by the pubtic transit provider. Such vehictes on which
department funds are expended are limited to exterior vehicte wrap, tinting, paint, marketing, and
advertising disptayi ng :
a. a brand or [ogo of the pubtic transit provider,
b. the official seal of the jurisdictional governmental entity, or
c. a state agency pubtic service announcement.
3. Window Tinting Requirements. Any new wrap, tinting, paint, medium or advertisement on the
passenger windows of a vehicte used by a pubtic transit provider may not be darker than the tegatty atlowed
tinting requirements provided in Section 316.2954, F.S.
- End of Exhibit E2 -
%s
Page 28 of 30
Page 2388 of 7924
Docusign Envelope lD: DF1 9E485-ADCF4CB'1-8973-783544FA615F
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
Fom 725-000-02
STRATEGIC
DEVELOPMENT
oGc 03/25
EXHIBIT F
Contract Payment Requ irements
Florida Department of Financial Services, Reference Guide for State Expenditures
Cost Rei mbursement Contracts
lnvoices for cost reimbursement contracts must be supported by an itemized listing of expenditures by category (salary,
travel, expenses, etc ) Supporting documentation shall be submitted for each amount for which reimbursement is being
claimed indicating that the item has been paid. Documentation for each amount for which reimbursement is being
claimed must indicate that the item has been paid. Check numbers may be provided in lieu of copies of actual checks.
Each piece of documentation should clearly reflect the dates of service. Only expenditures for categories in the approved
agreement budget may be reimbursed. These expenditures must be allowable (pursuant to law) and directly related to
the services being provided.
Listed below are types and examples of supporting documentation for cost reimbursement agreements:
('1) Salaries: A payroll register or similar documentation should be submitted. The payroll register should show
gross salary charges, fringe benefits, other deductions and net pay. lf an individual for whom reimbursement is
being claimed is paid by the hour, a document reflecting the hours worked times the rate of pay will be
acceptable.
(2) Fringe Benefits: Fringe Benefits should be supported by invoices showing the amount paid on behalf of the
employee (e.9., insurance premiums paid). lf the contract specifically states that fringe benefits will be based
on a specified percentage rather than the actual cost of fringe benefits, then the calculation for the fringe benefits
amount must be shown.
Exception: Governmental entities are not required to provide check numbers or copies of checks for fringe
benefits.
(3) Travel: Reimbursement for travel must be in accordance with Section 112.061, Florida Statutes, which
includes submission of the claim on the approved State travel voucher or electronic means.
(4) Other direct costs: Reimbursement will be made based on paid invoices/receipts. lf nonexpendable property
is purchased using State funds, the contract should include a provision for the transfer of the property to the
State when services are terminated. Documentation must be provided to show compliance with Department of
Management Services Rule 604-1.017, Florida Administrative Code, regarding the requirements for contracts
which include services and that provide for the contractor to purchase tangible personal property as defined in
Section 273.02, Florida Statutes, for subsequent transfer to the State.
(5) ln-housecharges: Charges which may be of an internal nature (e.9., postage, copies, etc) may be
reimbursed on a usage log which shows the units times the rate being charged. The rates must be reasonable.
(6) lndirect costs: lf the contract specifies that indirect costs will be paid based on a specified rate, then the
calculation should be shown.
Contracts between state agencies, and/or contracts between universities may submit alternative documentation
to substantiate the reimbursement request that may be in the form of FLAIR reports or other detailed reports.
The Florida Department of Financial Services, online Reference Guide for State Expenditures can be found at
this web address:
c3337 6
qo
Page 29 of 30
Page 2389 of 7924
Docusign Envelope lD: DF1 9E485-ADCF-4CB1 -8973-783544FA6'l 5F
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
Fom 725-000-02
STRATEGIC
OEVELOPMENT
oGc 03/25
EXHIBIT H
AUDIT REQUIREMENTS FOR AWARDS OF FEDERAL FINANCIAL ASSISTANCE
FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE AS FOLLOWS:
CFDA No.: 20.513
CFDA Title: Enhanced Mobility of Seniors and lndividuals with Disabilities
*Award Amount: $552,027
Awarding Agency: Florida Department of Transportation
lndirect Cost Rate: No
*'Award is for R&D: No
*The federal award amount may change with amendments
""Research and Development as defined at 2 CFR 5200.87
FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE SUBJECT TO THE FOLLOWING
AUDIT REQUIREMENTS:
2 CFR Part 200 - Uniform Administrative Requirements, Cost Principles & Audit Requirements for Federal Awards
www.ecfr.qov
FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT MAY ALSO BE SUBJECT TO THE
FOLLOWING:
Title 23 - Highways, United States Code
Title 49 - Transportation, United States Code
lnfrastructure lnvestment and Jobs Act (llJA) (Public Law 1 17-58)
Federal Highway Administration - Florida Division
www.fhwa.dot. qov/fld iv
Federal Funding Accountability and Transparency Act (FFATA) Sub-award Reporting System (FSRS)
www.fsrs.qov
qo
Page 30 of 30Page 2390 of 7924
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
AMENDMENT TO THE PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-03
STRATEGIC
DEVELOPMENT
OGC 03/25
THIS AMENDMENT TO THE PUBLIC TRANSPORTATION GRANT AGREEMENT (“Amendment”) is made and entered
into on , by and between the State of Florida, Department of Transportation
(“Department”), and Collier County Board of County Commissioners , (“Agency”),collectively referred to as the “Parties.”
RECITALS
WHEREAS, the Department and the Agency on 4/16/2024 (date original Agreement entered) entered into a Public
Transportation Grant Agreement (“Agreement”).
WHEREAS, the Parties have agreed to modify the Agreement on the terms and conditions set forth herein.
NOW THEREFORE, in consideration of the mutual covenants in this Amendment, the Agreement is amended as
follows:
1. Amendment Description. The project is amended to include additional equipment listed in exhibit A and
update the ALI codes in Exhibit B of this agreement.
2. Program Area. For identification purposes only, this Agreement is implemented as part of the Department
program area selected below (select all programs that apply):
Aviation
Seaports
X Transit
Intermodal
Rail Crossing Closure
Match to Direct Federal Funding (Aviation or Transit)
(Note: Section 15 and Exhibit G do not apply to federally matched funding)
Other
3. Exhibits. The following Exhibits are updated, attached, and incorporated into this Agreement:
X Exhibit A: Project Description and Responsibilities
X Exhibit B: Schedule of Financial Assistance
*Exhibit B1: Deferred Reimbursement Financial Provisions
*Exhibit B2: Advance Payment Financial Provisions
*Exhibit C: Terms and Conditions of Construction
Exhibit D: Agency Resolution
Exhibit E: Program Specific Terms and Conditions
Exhibit F: Contract Payment Requirements
*Exhibit G: Financial Assistance (Single Audit Act)
*Exhibit H: Audit Requirements for Awards of Federal Financial Assistance
Financial Project Number(s):
(item-segment-phase-sequence) Fund(s): DU FLAIR Category: 088774
439255-1-94-23 Work Activity Code/Function: 215 Object Code: 780000
Federal Number/Federal Award
Identification Number (FAIN) – Transit only:
1001-
2024-3
Org. Code: 55301000943
Vendor Number: F596000558030
Contract Number: G2W58 Federal Award Date: Amendment No.: 1
CFDA Number: 20.526 SAM/UEI Number: JWKJKYRPLLU6
CFDA Title: Section 5339: Rural Bus & Facilities
CSFA Number: N/A
CSFA Title: N/A
Page 1 of 5Page 2391 of 7924
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
AMENDMENT TO THE PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-03
STRATEGIC
DEVELOPMENT
OGC 03/25
Agency_Sign Invoice_Director_Sign
FDOT_District_Sign
*Exhibit I: Certification of Disbursement of Payment to Vehicle and/or Equipment Vendor
*Additional Exhibit(s):
4. Project Cost.
The estimated total cost of the Project is increased/ decreased by $0 bringing the revised total cost of
the project to $715,027.
The Department’s participation is increased/ decreased by $0. The Department agrees to participate in
the Project cost up to the maximum amount of $715,027, and, additionally the Department’s participation in the
Project shall not exceed 100.00% of the total eligible cost of the Project.
Except as modified, amended, or changed by this Amendment, all of the terms and conditions of the Agreement and any
amendments thereto shall remain in full force and effect.
IN WITNESS WHEREOF, the Parties have executed this Amendment on the day and year written above.
AGENCY Collier County Board of
County Commissioners
STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
By: By:
Name: Name: Nicole E. Mills, P.E.
Title: Title: Director of Transportation Development
STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
Legal Review: Don Conway
Page 2 of 5Page 2392 of 7924
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
Form 725-000-02
STRATEGIC
DEVELOPMENT
OGC 03/25
EXHIBIT A
Project Description and Responsibilities
A. Project Description (description of Agency’s project to provide context, description of project components funded
via this Agreement (if not the entire project)): This agreement provides FTA Section 5339 capital funds for the capital
purchase as identified in the Agency's application on file with the Department.
B. Project Location (limits, city, county, map): Rural areas of Collier County, Florida
C. Project Scope (allowable costs: describe project components, improvement type/service type, approximate
timeline, project schedule, project size): This agreement provides Federal Transit Administration (FTA) Section 5339
Capital Assistance related to purchasing the capital equipment listed below in the amount not to exceed that identified
in Exhibit B of the agreement or as amended.
One (1) Bus Replacement Over 30 Ft
Two (2) Radios
Five (5) Vehicle Wraps
Five (5) Routers
Five (5) AVL Systems with wiring
One (1) Camera System with 8 cameras
The Agency will also provide procurement documentation prior to the purchase of project equipment and will submit to
the Department documentation of purchase, delivery, and/or installation for all items.
The match for this agreement is being covered by Toll Revenue Credits (TRCs). However, if actual costs are greater
than the estimated total cost, it will be the responsibility of the Agency to provide the difference. If actual costs are less
than the estimated total cost, the difference will remain in the Department’s general program fund and will be used to
advance any remaining grant requests.
D. Deliverable(s): When submitting an invoice for reimbursement the Agency must submit the invoice using the FDOT
Transit Capital Invoice Form. The Agency will provide appropriate documentation to support all costs being submitted
for reimbursement.
The Agency must submit a Progress Report with each invoice submitted utilizing the FDOT Project Monitoring Status
Report. If invoicing is delayed, a quarterly report must still be provided.
The project scope identifies the ultimate project deliverables. Deliverables for requisition, payment and invoice
purposes will be the incremental progress made toward completion of project scope elements. Supporting
documentation will be quantifiable, measurable, and verifiable, to allow for a determination of the amount of
incremental progress that has been made, and provide evidence that the payment requested is commensurate with
the accomplished incremental progress and costs incurred by the Agency.
E. Unallowable Costs (including but not limited to): Expenses created from third-party contracts which were not
approved by the Florida Department of Transportation in accordance with Article 12 of this document.
Page 3 of 5Page 2393 of 7924
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
Form 725-000-02
STRATEGIC
DEVELOPMENT
OGC 03/25
F. Transit Operating Grant Requirements (Transit Only):
Transit Operating Grants billed as an operational subsidy will require an expenditure detail report from the Agency that
matches the invoice period. The expenditure detail, along with the progress report, will be the required deliverables for
Transit Operating Grants. Operating grants may be issued for a term not to exceed three years from execution. The
original grant agreement will include funding for year one. Funding for years two and three will be added by
amendment as long as the grantee has submitted all invoices on schedule and the project deliverables for the year
have been met.
Page 4 of 5Page 2394 of 7924
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
Form 725-000-02
STRATEGIC
DEVELOPMENT
OGC 03/25
EXHIBIT B
Schedule of Financial Assistance
FUNDS AWARDED TO THE AGENCY AND REQUIRED MATCHING FUNDS PURSUANT TO THIS AGREEMENT
CONSIST OF THE FOLLOWING:
A. Fund Type and Fiscal Year:
Financial
Management
Number
Fund
Type
FLAIR
Category
State
Fiscal
Year
Object
Code
CSFA/
CFDA
Number
CSFA/CFDA Title or
Funding Source
Description
Funding
Amount
439255-1-94-23 DU 088774 2024 780000 20.526 Buses and Bus Facilities
Formula $715,027.00
Total Financial Assistance $715,027.00
B. Estimate of Project Costs by Grant Phase:
Phases* State Local Federal Totals State
%
Local
%
Federal
%
Land Acquisition $0.00 $0.00 $0.00 $0.00 0.00 0.00 0.00
Planning $0.00 $0.00 $0.00 $0.00 0.00 0.00 0.00
Environmental/Design/Construction $0.00 $0.00 $0.00 $0.00 0.00 0.00 0.00
Capital Equipment/ Preventative
Maintenance
$0.00 $0.00 $715,027.00 $715,027.00 0.00 0.00 100.00
Match to Direct Federal Funding $0.00 $0.00 $0.00 $0.00 0.00 0.00 0.00
Mobility Management
(Transit Only)
$0.00 $0.00 $0.00 $0.00 0.00 0.00 0.00
Totals $0.00 $0.00 $715,027.00 $715,027.00
*Shifting items between these grant phases requires execution of an Amendment to the Public Transportation Grant
Agreement.
Scope Code and/or Activity
Line Item (ALI) (Transit Only) 11.12.02, 11.62.03, 11.42.20
Common Name/UZA Name
(Transit Only)
BUDGET/COST ANALYSIS CERTIFICATION AS REQUIRED BY SECTION 216.3475, FLORIDA STATUTES:
I certify that the cost for each line item budget category (grant phase) has been evaluated and determined to be
allowable, reasonable, and necessary as required by Section 216.3475, Florida Statutes. Documentation is on file
evidencing the methodology used and the conclusions reached.
Victoria Upthegrove
Department Grant Manager Name
Signature Date
Page 5 of 5Page 2395 of 7924
RESOLUTION NO. 2025 -
A RE,SOLUTION BY THE BOARD OF COTINTY COMMISSIONERS,
COLLIER COUNTY, FLORIDA, APPROVING AND AUTHORIZING ITS
CHAIRMAN TO EXECUTE A SECTION 5310 PUBLIC
TRANSPORTATION GRANT AGREEMENT WITH THE STATE OF
FLORIDA DEPARTMENT OF TRANSPORTATION FOR GRANT
FTINDING TO PURCHASE FOUR REPLACEMENT BUSES, RADIOS
ADP HARDWARE, ROUTERS/WI-FI EQUIPMENT AND TABLETS TO
suppoRT THE PARATRANSTT SERVTCE. (FPN 448810-1-94-24)
WHEREAS, the State of Florida Department of Transportation (FDOT) is willing to
enter into a Section 5310 Public Transportation Grant Agreement (the "Agreement") with Collier
County, wherein FDOT will reimburse Collier County up to the sum of $690,038 (Six Hundred
and Ninety Thousand and Thirty-Eight Dollars) to purchase four replacement buses, radios, ADP
hardware, routers/Wi-Fi equipment and tablets to support the Paratransit service (FPN 448810-1-
94-24); and
WHEREAS, the Collier County Board of County Commissioners finds that the
Agreement is in the public interest and benefits the citizens of Collier County.
NOW THEREFORE, BE IT RESOLVED by the Board of County Commissioners of
Collier County, Florida, that:
1. The Board approves and authorizes its Chairman to sign the Agreement pertaining to FPN
448810-1-94-24, as well as any required certification and assurances related therein.
2. The Collier County Clerk is directed to forward a certified copy of this Resolution along with
the Agreement for execution by FDOT.
3. This Resolution shall take effect immediately upon adoption.
THIS RESOLUTION ADOPTED after motion, second and majority vote favoring
same, this _ day of 2025.
By
ATTEST:
CRYSTAL K. KINZEL, Clerk
, Deputy Clerk
Approved as to form and legality:
Derek D. Perry
Assistant County Attomey
BOARD OF COLINTY COMMISSIONERS
OF COLLIER COUNTY, FLORIDA
By
Burt L. Saunders, Chairman
[2s-GRC-o r 600/ I 939808/1 ]Page 1 of 1
CAOPage 2396 of 7924
[24-GRC-01411/1939103/1] Page 1 of 1 RESOLUTION NO. 2025 -_____ A RESOLUTION BY THE BOARD OF COUNTY COMMISSIONERS, COLLIER COUNTY, FLORIDA, APPROVING AND AUTHORIZING ITS CHAIRMAN TO EXECUTE AMENDMENT NO. 1 TO THE SECTION 5339 PUBLIC TRANSPORTATION GRANT AGREEMENT WITH THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION FOR GRANT FUNDING TO PURCHASE A REPLACEMENT BUS FOR THE RURAL SERVICE AREA, TO ADD ADDITIONAL EQUIPMENT. (FPN 439255-1-94-23) WHEREAS, on April 9, 2024, the Board of County Commissioners (“Board”) adopted Resolution No. 2024-52, accepting and authorizing its chairman to execute a Section 5339 Grant Award from the Florida Department of Transportation under Grant Agreement 439255-1-94-23, contract number G2W58, dated April 16, 2024, in the amount of $715,027 (the “Agreement”), relating to the purchase of a replacement bus for the rural service area; and WHEREAS, the Florida Department of Transportation and the Board wish to amend the Agreement to purchase additional equipment with remaining grant funds (“Amendment No. 1”); and WHEREAS, the Board finds that Amendment No. 1 to the Agreement is in the public interest and benefits the citizens of Collier County. NOW THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Collier County, Florida, that: 1. The Board approves and authorizes its Chairman to sign Amendment No. 1 to the Agreement pertaining to FPN 439255-1-94-23, as well as any required certification and assurances related therein. 2. The Collier County Clerk is directed to forward a certified copy of this Resolution along with the Amendment No. 1 to the Agreement for execution by FDOT. 3. This Resolution shall take effect immediately upon adoption. THIS RESOLUTION ADOPTED after motion, second and majority vote favoring same, this _____ day of _______________ 2025. ATTEST: BOARD OF COUNTY COMMISSIONERS CRYSTAL K. KINZEL, Clerk OF COLLIER COUNTY, FLORIDA By: ___________________________ By: ________________________________ , Deputy Clerk Burt L. Saunders, Chairman Approved as to form and legality: ______________________________ Derek D. Perry Assistant County Attorney CAO4/18/2025Page 2397 of 7924