Agenda 12/09/2025 Item #16B11 (Resolution - Authorizing the execution of an Amendment to the Public Transit Grant Agreements)12/9/2025
Item # 16.B.11
ID# 2025-4522
Executive Summary
Recommendation to adopt a Resolution approving and authorizing the execution of an Amendment to the Public Transit
Grant Agreements (PTGA) FPN 439255-1-94-23 (G2W58), FPN 448810-1-94-23 (G2Y33), FPN 451147-(1,2,3)-94-22
(G2Y74), and FPN 448810-1-94-02 (G2Y32) with the Florida Department of Transportation to extend the end date to
June 30, 2026.
OBJECTIVE: To leverage federal and state grant funds for the purchase of replacement vehicles and additional
associated hardware to support fixed-route and paratransit 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.
PTGA G2W58
On December 13, 2022 (Agenda Item 16.A.25), the Board authorized staff to submit grant applications to purchase a
replacement fixed route bus for service in the rural areas of Collier County.
On April 9, 2024 (Agenda Item 16.B.5), the Board approved PTGA Contract Number G2W58 with FDOT to purchase
the replacement bus for $715,027. This total project cost, which is fully grant funded, remained unchanged after the
Board approved an amendment on May 27, 2025 (Agenda Item 16.B.6), which expanded the project scope to include
additional hardware components. The agreement was executed on April 16, 2024, and the amendment was executed on
May 29, 2025. Amendment 1 specifically expanded the project scope to include additional hardware for the buses.
The County ordered the vehicle specified in the agreement in May 2024, and it was delivered in April 2025. However,
the equipment included in the amendment has not yet been procured. An extension is necessary to procure the
equipment for the vehicles, allow Staff to fully expend the grant funding and will provide sufficient time to close out the
grant.
PTGA G2Y33
On December 13, 2022 (Agenda Item 16.A.25), the Board approved the submittal of a FY23 FTA Section 5310 grant
application for the purchase of four replacement paratransit cutaway vehicles, along with a radio and tablet for each
vehicle.
The Board approved PTGA Contract Number G2Y33 with FDOT on May 14, 2024, (Agenda Item 16.B.4) for the
purchase of four paratransit cutaway vehicles, four radios, and four tablets in the amount of $721,687. The agreement
was executed on May 29, 2024.
The County ordered four vehicles in October 2024 and the estimated delivery is in December 2025. Given this delivery
timeline and the need to purchase additional equipment for the vehicles, an extension is necessary. This extension will
provide sufficient time for delivery of the vehicles, procurement of equipment for the vehicles, fully expend grant
funding and time to close out the grant. Should the funding not be extended, there is a possibility that the additional
equipment will not be purchased, which would delay the vehicles going into service.
PTGA G2Y74
On January 25, 2022 (Agenda Item 16.A.25), the Board of County Commissioners Board (Board) approved the
submittal of a FY22 FTA Section 5310 grant application for the purchase of three additional replacement paratransit
cutaway vehicles, along with three radios and three tablets for each vehicle.
On June 11, 2024, (Agenda Item 16.B.14), the Board approved a PTGA with FDOT for the purchase of three paratransit
cutaway vehicles, three radios, and three tablets in the amount of $567,488. The agreement was executed on June 14,
2024.
The County ordered three vehicles in October 2024 and the estimated delivery is in December 2025. Given this delivery
Page 3794 of 9661
12/9/2025
Item # 16.B.11
ID# 2025-4522
timeline and the need to purchase additional equipment for the vehicles, an extension is necessary. This extension will
provide sufficient time for delivery of the vehicles, procurement of equipment for the vehicles, fully expend grant
funding and time to close out the grant. Should the funding not be extended, there is a possibility that the additional
equipment will not be purchased, which would delay the vehicles going into service.
PTGA G2Y32
On December 8, 2020 (Item 16.D.15), the Board approved the submittal of a FY21 FTA Section 5310 grant application
for the purchase of three replacement paratransit cutaway vehicles, along with three radios and three tablets for each
vehicle.
On June 11, 2024 (Agenda Item 16.B.14), the Board approved a PTGA with FDOT for the purchase of three paratransit
cutaway vehicles, three radios, and three tablets in the amount of $405,932. The agreement was executed on June 14,
2024.
The County ordered three vehicles in September 2024 and received them by February 2025. The County is now in the
process of purchasing additional equipment for these vehicles. An extension is necessary to procure the equipment and
exhaust the remaining funds. Should the funding not be extended, there is a possibility that the additional equipment will
not be purchased, which would delay the vehicles going into service.
On September 30, 2025, Transportation Management Services Department staff submitted the requests to FDOT to
extend the PTGAs (G2W58, G2Y33, G2Y74 & G2Y32) above, set to expire December 31, 2025, to June 30, 2026, to
provide time to receive the vehicles, procure the equipment, fully expend grant funding and close out the grants. Staff
received the four Amendments for Extension on October 1st, 2025, for final signature and submittal to FDOT.
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: There is no additional fiscal impact associated with this item. Funding was previously appropriated
within CAT Grants Fund 4031, Project 33896 and Fund 4034, Projects 33899, 33898 and 33791.
GROWTH MANAGEMENT IMPACT: Transit capital and operations support goals and objectives of the
Transportation Element of the Growth Management Plan.
LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney, is approved as to form and
legality and requires a majority vote for approval. -JAK
RECOMMENDATION(S): To adopt a Resolution approving and authorizing the execution of an Amendment to the
Public Transit Grant Agreements (PTGA) FPN 439255-1-94-23 (G2W58), FPN 448810-1-94-23 (G2Y33), FPN
451147-(1,2,3)-94-22 (G2Y74), and FPN 448810-1-94-02 (G2Y32) with the Florida Department of Transportation to
extend the end date to June 30, 2026.
PREPARED BY: Omar De Leon, Transit Manager, Public Transit & Neighborhood Enhancement Division
ATTACHMENTS:
1. G2W58 - AMEND 2025 05-30 FTA 5339 RURAL SFY25
2. G2W58 - AGRMT 2024 04-16 FTA 5339 RURAL SFY25
3. G2Y33 - AGRMT 2024 05-29 FTA 5310 448810-1-94-23
4. G2Y74 - AGRMT 2024 06-14 FDOT FTA 5310 451147-(1,2,3)-94-22
5. G2Y32 - AGMT 2024 06-14 FTA 5310 (PTE FDOT) 448810-1-94-02 G2Y32
6. G2W58 - Amend 2 Resolution FTA 5339 Rural
7. G2W58 - Amend 2 FTA 5339 RURAL
8. G2Y33 - Amend 1 Resolution FTA 5310
9. G2Y33 - Amend 1 FTA 5310
Page 3795 of 9661
12/9/2025
Item # 16.B.11
ID# 2025-4522
10. G2Y74 - Amend 1 Resolution FTA 5310
11. G2Y74 - Amend 1 FTA 5310
12. G2Y32 - Amend 1 Resolution FTA 5310
13. G2Y32 - Amend 1 FTA 5310
Page 3796 of 9661
Page 3797 of 9661
Page 3798 of 9661
Page 3799 of 9661
Page 3800 of 9661
Page 3801 of 9661
Page 3802 of 9661
Florida Department of Transportation
RON DESANTIS
GOVERNOR 801 N. Broadway Avenue
Bartow, FL 33830
JARED W. PERDUE, P.E.
SECRETARY
Improve Safety, Enhance Mobility, Inspire Innovation
www.fdot.gov
May 29, 2025
Mr. Brian Wells
Collier County Board of County Commissioners
8300 Radio Road
Naples, Florida 34104
RE: Amendment to Public Transportation Grant Agreement (PTGA) for: Section 5339,
Bus and Bus Facilities Formula Program
Financial Project Number: 439255-1-94-023
Contract Number: G2W58
Dear Mr. Wells:
Enclosed please find the fully-executed, Amendment 1 which amends Exhibits A and B
of the executed PTGA contract G2W58 executed on April 16, 2024. Please always
reference the Financial Project Number and Contract Number identified above when
calling or writing about this project.
We look forward to working with you to carry out the terms of this Agreement. If you
have any questions, please contact Victoria Upthegrove, Transit Projects Coordinator,
at 863-519-2484 or at Victoria.Upthegrove@dot.state.fl.us.
Sincerely,
Victoria Upthegrove
Transit Projects Coordinator
Enclosures:
cc: Michelle S. Peronto, Florida Department of Transportation
Caroline Soto, Collier County
Omar DeLeon, Collier County
Therese Stanley, Collier County
Brandy Otero, Collier County
Yousi Cardeso, Collier County
Corene Sanger, Collier County
Page 3803 of 9661
G2W58
Page 3804 of 9661
Page 3805 of 9661
Page 3806 of 9661
Page 3807 of 9661
Page 3808 of 9661
Page 3809 of 9661
Page 3810 of 9661
Page 3811 of 9661
Page 3812 of 9661
Page 3813 of 9661
Page 3814 of 9661
Page 3815 of 9661
Page 3816 of 9661
Page 3817 of 9661
Page 3818 of 9661
Page 3819 of 9661
Page 3820 of 9661
Page 3821 of 9661
Page 3822 of 9661
Page 3823 of 9661
Page 3824 of 9661
Page 3825 of 9661
Page 3826 of 9661
Page 3827 of 9661
Page 3828 of 9661
168 4
DocuSign Envelope ID : D9C0C581-BADE-40EA-BAE0-D7604F12B75B
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-01
STRATEGIC
DEVELOPMENT
OGC 7/22
Financial Project Number(s): Fund{s): DPTO,DU FLAIR Category : 088774
(item-segment -phase -sequence) ____________ _ ____ _
_ 4_48_8_1_0_-1_-9_4_-2_3 ______ Work Activity Code/Function : 215 Obj ect Code: _7_8_00_0_0 __ _
Federal Number/Federal Award Org . Code : 55301000943
Identification Number (FAIN) -Transit only: 2~2~~11 Vendor Number: F596000558030
Contract Number: ____ Federal Award Date :
CFDA Number: 20 .513 Agency SAM/UEI Number: JWKJKYRPLLU6
CFDA Title : Enhanced Mobility of Seniors and Individuals with Disabilities
CSFA Number : N/A CSFA Title : _N_/_A _________________________________ _
THIS PUBLIC TRANSPORTATION GRANT AGREEMENT ("Agreement") is entered into
_____________ , by and between the State of Florida, Department of Transportation,
("Department"), and Collier County Board of County 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 cons ideration 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 other form of official authorization , a copy of which is attached
as Exhibit "0", 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 th is Agreement is to provide for the Department's participation
in using Federal Transit Administration (FTA) Section 5310, "Enhanced Mobil ity of Seniors and
Individuals with Disabilities" Program funds to provide capital equipment for public transit services , 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 cond itions 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 ident ification purposes only, this Agreement is implemented as part of the Department
program area se lected below (select all programs that apply):
Aviation
Seaports
2S. Transit
lntermodal
Rall Crossing _Closure
Match to Direct Federal Funding (Aviat ion or Transit)
(Note : Section 15 and Exh ibit G do not apply to federally matched funding)
Other
4. Exhibits. The following Exhibits are attached and inco rporated into this Agreement:
2S. Exhibit A: Project Descript ion and Responsibi lit ies
2S. Exhibit B: Schedule of Financial Assistance
*Exhibit B 1: Deferred Reimbursement Financia l Provisions
*Exhibit B2 : Advance Payment Financial Provisions
*Exh ibit B3 : Alternative Advanced Pay (Transit Bus Program)
*Exhibit C: Terms and Conditions of Construction
2S. Exh ibit D: Agency Resolution
2S. Exhib it E: Program Specific Terms and Cond itions
Paae 1 of 2
G2Y33
DocuSign Envelope ID: 709ECB1F-259D-419D-9AB2-0AD5EDD439BE
May 29, 2024
Page 3829 of 9661
DocuSign Envelope ID : D9C0C581-BADE-40EA-BAE0-D7604F12B75B
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
~ Exhibit F: Contract Payment Requ irements
*Exhibit G: Audit Requ irements for Awards of State Financ ial Assistance
~ *Exh ibit H: Audit Requirements for Awards of Federal Financial Assistance
168
Form 725-000-01
STRATEGIC
DEVELOPMENT
OGC 7/22
*Exhibit I: Certificat ion of Disbursement of Payment to Vehicle and/or Equipment Vendor
*Additional Exh ibit(s):
*Indicates that the Exhibit is only attached and incorporated if applicable box is selected .
5. Time. Unless specified otherwise , all references to "days" w ithin this Agreement refer to calendar days.
6. Term of Agreement. This Agreement shall commence upon full execution by both Parties ("Effect ive
Date") and continue through December 31, 2025. If 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 t he Agency
and granted in writing by the Depa rtment prior to the expiration of this Agreement. Expiration of this
Agreement will be considered terminat ion of the Proj ect. The cost of any work performed prior to the
Effective Date or after the expiration date of this Agreement w ill not be re imbursed by the Department.
a. _ If th is box is checked the following provision applies :
Unless term inated 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), wh ichever date is earlier . The Department shall
have the option to immed iately terminate this Agreement should the Agency fail to meet the
above-requ ired dates.
7. Amendments, Extensions, and Assignment. T his 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 c ircumstances 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
appl icable law or the terms of this Agreement until such time as the event or condition resulting in such
suspens ion has ceased or been corrected .
a. Notwithstand ing 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 term inate this Agreement when its continuation would not
produce beneficial results commensurate w ith the further expenditure of funds . In this event,
the Parties shall agree upon the terminat ion conditions.
c. If 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 . If 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 w il l become the property of the Department
and will be turned over promptly by the Agency .
d. In 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
of the termination of the Agreement any funds that were determ ined by the Department to
have been expended in violation of the Agreement.
4
e
Paae 2 of 2
DocuSign Envelope ID: 709ECB1F-259D-419D-9AB2-0AD5EDD439BE
Page 3830 of 9661
DocuSign Envelope ID: O9C0C581-BAOE-40EA-BAE0-D7604F12875B 168 4
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-01
STRATEGIC
DEVELOPMENT
OGC 7/22
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 $721,687 . This amount is based upon Exhibit "B",
Schedule of Financial Assistance. 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
$649,517 and, the Department's participation in the Project shall not exceed 90 .00% of the
total eligible cost of the ProjectL and as more fully described in Exhibit "8", 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. Invoicing. Invoices 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:
~ Travel expenses are NOT eligible for reimbursement under this Agreement.
_ 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
Paae 3 of 2
DocuSign Envelope ID: 709ECB1F-259D-419D-9AB2-0AD5EDD439BE
Page 3831 of 9661
DocuSign Envelope ID: D9C0C581-BADE-40EA-BAE0-D7604F12B75B
STATE OF FLORIOA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
168
Form 725 -000 -01
STRATEG IC
DEVELOPMENT
OGC 7/22
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 . If 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 not ice
from the Department, provide the Department with a corrective action plan describing how the
Agency wi ll address all issues of contract non-performance , unacceptable performance,
failure to meet the minimum performance levels , deliverable deficiencies, or contract non-
compliance . If the corrective action plan is unacceptable to the Department, the Agency will
not be reimbursed . If the deficiency is subsequently resolved, the Agency may bill the
Department for the amount that was previously not reimbursed during the next billing period . If
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 follow ing time frames . Inspection 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 del iverables are received, inspected or verified, and approved .
If 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
invo ice amount, to the Agency . Interest penalties of less than one (1) dollar will not be
enforced unless the Agency requests payment. Invoices that have to be returned to an Agency
because of Agency preparation errors will result in a delay in the payment. The invo ice
payment requ irements 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 audit 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
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.
4
Paae 4 of 2
DocuSign Envelope ID: 709ECB1F-259D-419D-9AB2-0AD5EDD439BE
Page 3832 of 9661
168 4
DocuSign Envelope ID : O9C0C581-BADE-40EA-BAE0-O7604F12B75B
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-01
STRATEGIC
DEVELOPMENT
OGC 7/22
j. 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. If, after Project completion, any cla im is made by the Department resu lt ing
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 serv ices 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.
I. Final Invoice. The Agency must submit the final invoice on the Project to the Department
within 120 days after the completion of the Project. Invoices submitted after the 120-day time
period may not be paid .
m. Department's Performance and Payment Contingent Upon Annual Appropriation by the
Legislature. The Department's performance and obligation to pay under this Agreement is
contingent upo n an annual appropriation by the Legislature . If the Department's funding fo r
th is Project is in multip le 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
uti li zing any fiscal year funds are not eligible for reimbursement if incurred prior to funds
approval be ing 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. In 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 sha ll be prompt ly refunded in full to the Department. Acceptance by the Department
of any documentation or certifications, mandatory or otherwise perm itted, that the Agency files
shall not constitute a waiver of the Department's rights as the fund ing agency to verify all
information at a later date by audit or investigation .
p. Non-Eligible Costs. In 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 ~
~
Paae 5 of 2
DocuSign Envelope ID: 709ECB1F-259D-419D-9AB2-0AD5EDD439BE
Page 3833 of 9661
168 4
DocuSign Envelope ID: D9C0C581-8ADE-40EA-8AE0-D7604F128758
STATE OF FLORIDA OEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-01
STRATEGIC
DEVELOPMENT
OGC 7/22
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.
a. 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. If 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 requ ired.
c. Notification Requirements When Performing Construction on Department's Right-of-
Way. In the event the cost of the Project is greater than $250,000.00, and the Project involves
construction on the Department's right-of-way, the Agency shall provide the Department with
written notification of either its intent to :
i. 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
ii. Construct the Project utilizing existing Agency employees, if the Agency can
complete said Project within the time frame set forth in this Agreement.
d. _ If this box is checked , then the Agency is permitted to utilize its own forces and the following
provision applies: Use of Agency Workforce. In 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. _ If this box is checked, then the Agency is permitted to utilize Indirect Costs:
Reimbursement for Indirect Program Expenses (select one):
i. _ Agency has selected to seek reimbursement from the Department for actual indirect
expenses (no rate).
ii. _ Agency has selected to apply a de mini mus rate of 10% to modified total direct
costs . Note: The de minimus rate is available only to entities that have never had a
negotiated indirect cost rate. When 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.
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
Paae 6 of 2
DocuSign Envelope ID: 709ECB1F-259D-419D-9AB2-0AD5EDD439BE
Page 3834 of 9661
DocuSign Envelope ID : D9C0C581-BADE-40EA-BAE0-D7604F12B75B
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
168
Form 725-000-01
STRATEGIC
DEVELOPMENT
OGC 7/22
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 . If the
Department chooses to review and approve third party contracts for this Project and the
Agency fails to obta in 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 . If 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. It 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. It shall be the sole responsibility of the
Agency to ensure that any obligations made in accordance with this Section comply with the
current threshold limits . 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 ameridment to the Agreement if required, shall be
sufficient cause for nonpayment by the Department, in accordance with this Agreement.
c. Consultants' Competitive Negotiation Act. It 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. In all cases, the Agency's Authorized Official shall certify to the Department
that select ion has been accompl ished in compliance with the Consultants' Competitive
Negotiation Act.
d. Disadvantaged Business Enterprise (DBE) Polley and Obligation. It is the policy of the
Department that DBEs, as defined in 49 C.F.R. Part 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.
In 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
have the opportunity to compete for and perform contracts. The Agency and its contractors
4
8
Paae 7 of 2
DocuSign Envelope ID: 709ECB1F-259D-419D-9AB2-0AD5EDD439BE
Page 3835 of 9661
DocuSign Envelope ID: D9C0C581-BADE-40EA-BAE0-D7604F12B75B
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
168
Form 725-000-01
STRATEGIC
DEVELOPMENT
OGC 7/22
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 . In the event the Project includes construction or the 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 commod ities 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 Property:
a. The Agency will not sell or otherwise 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. If 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. If 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.
i. 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 w ith Department funds .
15. Single Audit. The administration of Federal or State resources awarded through the Department to 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 report ing requirements as specified below .
Federal Funded:
a. In 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
4
~
Paae 8 of 2
DocuSign Envelope ID: 709ECB1F-259D-419D-9AB2-0AD5EDD439BE
Page 3836 of 9661
16B 4
DocuSign Envelope ID: D9C0C581-BADE-40EA-BAE0-D7604F12B75B
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-01
STRATEGIC
DEVELOPMENT
OGC 7/22
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 subreciplent of a Federal award awarded by the Department through this
Agreement, is subject to the following requirements:
i. In 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. In 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. In 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.
ill. In 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 a
single audit exemption statement to the Department at
FDOTSingleAudit@dot.state.fl.us no later than nine months after the end of the
Agency's audit period for each applicable audit year. In 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 (i.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
https://harvester.census.govffacweb/ 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 FDOTSinqleAudit@dot.state.fl.us 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 as required by 2 CFR Part 200, Subpart F -Audit Requirements.
CS)
Paoe 9 of2
DocuSign Envelope ID: 709ECB1F-259D-419D-9AB2-0AD5EDD439BE
Page 3837 of 9661
168 4
DocuSign Envelope ID : D9COC581-8ADE-40EA-8AEO-D7604F128758
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-01
STRATEGIC
DEVELOPMENT
OGC 7/22
v. Within six months of acceptance of the audit report by the FAG, the Department will
review the Agency's aud it 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. If 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. If the
Department determines that noncomp liance cannot be remedied by imposing
additional conditions, the Department may take appropriate actions to enforce
compl iance, 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. Initiate 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:
State Funded:
Office of Comptroller, MS 24
605 Suwannee Street
Tallahassee, Florida 32399-0450
FDOTSingleAudit@dot. state. fl. us
a. In 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-s ite 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:
8
Paae 10 of 2
DocuSign Envelope ID: 709ECB1F-259D-419D-9AB2-0AD5EDD439BE
Page 3838 of 9661
16B 4
DocuSign Envelope ID : D9C0C581-BADE-40EA-BAE0-D7604F12B75B
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-01
STRATEGIC
DEVELOPMENT
OGC 7/22
i. In 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 Financial 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.
In 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 matching requirements .
ii. In 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-profit organizations), Rules of the Auditor General.
iii. In 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
FDOTSinqleAudit@dot.state.fl.us no later than nine months after the end of the
Agency's audit period for each applicable audit year. In the event the Agency does
not meet the aud it 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 (i .e., the cost of such an audit must be paid from the
Agency's resources obtained from other than State entities).
iv. In accordance with Chapters 10.550 (local governmental entities) or 10.650
(nonprofit and for-profit organizations), Rules of the Auditor General, copies of
financial reporting packages required by this Agreement shall be submitted to :
v.
Florida Department of Transportation
Office of Comptroller, MS 24
605 Suwannee Street
Tallahassee, Florida 32399-0405
FDOTSinqleAudit@dot.state .fl.us
And
State of Florida Auditor General
Local Government Audits/342
111 West Madison Street , Room 401
Tallahassee , FL 32399-1450
Email : flaudgen localgovt@aud .state .fl.us
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
10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, as
Paae 11 of 2
DocuSign Envelope ID: 709ECB1F-259D-419D-9AB2-0AD5EDD439BE
Page 3839 of 9661
168 4
DocuSign Envelope ID : O9C0C581-BADE-40EA-BAE0-O7604F12B75B
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
applicable .
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-01
STRATEGIC
DEVELOPMENT
OGC 7/22
vi. 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
correspondence accompanying the reporting package .
vii. 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. If 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.
viii. 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 prov ided 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. In 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 prov ide goods or
services to a publ ic 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.
Paae 12 of 2
DocuSign Envelope ID: 709ECB1F-259D-419D-9AB2-0AD5EDD439BE
Page 3840 of 9661
DocuSign Envelope ID: O9C0C581-BADE-40EA-BAE0-D7604F12B75B
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
168 4
Form 725-000-01
STRATEGIC
DEVELOPMENT
OGC 7/22
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-responsib le 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 conside r the employment by any contractor of
unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If
the contractor knowingly employs unauthorized aliens, such violat ion will be cause for
unilateral cancellation of th is Agreement.
f. Procurement of Construction Services. If the Project is procured pursuant to Chapter 255 ,
Florida Statutes, for construction serv ices and at the time of the competit ive 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 . •
g. E-Verify. The Agency shall :
i. Util ize 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 requ ire any subcontractors performing work or providing services pursuant
to the state contract to likew ise utilize the U.S. Department of Homeland Security's E-
Ver ify system to verify the employment eligibility of all new employees hired by the
subcontractor dur ing the contract term .
h. Executive Order 20-44. Pursuant to Governor's Executive Order 20 -44, if the Agency is
requ ired by the Internal Revenue Code to file IRS Form 990 and is named in statute with which
the Department must form a sole-source, public-private agreement; or through contract or
other agreement w ith the State , annually receives 50% or more of its budget from the State or
from a combination of State and Federal funds, Rec ipient shall submit an Annual Report to
the Department , including the most recent IRS Form 990, detailing the total compensation for
each member of the Agency executive leadership team . Total compensation shall include
salary, bonuses, cashed-in leave, cash equivalents , severance pay, retirement benefits ,
deferred compensation , real-property gifts , and any other payout. The Agency shall inform the
Department of any changes in total execut ive compensation during the period between the
filing of Annual Reports within 60 days of any change taking effect. All compensation reports
shall detail the percentage of execut ive leadership compensation received directly from all
State and/or Federal allocations to the Agency . Annual Reports shall be in the form approved
by the Depa rtment and shall be subm itted to the Department at fdotsing leaudit@dot.state.fl.us
within 180 days following the end of each tax year of the Agency receiving Department funding .
i. Design Services and Construction Engineering and Inspection Services. If the Project
is wholly or part ially funded by the Department and administered by a local governmental
entity, except for a seaport listed in Sect ion 311 .09 , Florida Statutes , or an airport as defined
in Section 332 .004 , Florida Statutes, the entity perform ing des ign and construction
eng ineering and inspection services may not be the same entity .
18. Indemnification and Insurance:
Paae 13 of 2
DocuSign Envelope ID: 709ECB1F-259D-419D-9AB2-0AD5EDD439BE
Page 3841 of 9661
DocuSlgn Envelope ID: D9C0C581-BADE-40EA-BAE0-D7604F12B75B
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
168 4
Form 725.000-01
STRATEGIC
DEVELOPMENT
OGC 7122
a. It 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 Insurance in accordance with Florida's
Workers' Compensation law for all employees. If subletting any of the work, ensure that the
subcontractor(s) and subconsultant(s) have Workers' Compensation Insurance for their
employees in accordance with Florida's Workers' Compensation law. If using "leased
employees" or employees obtained through professional employer organizations ("PEO's"),
ensure that such employees are covered by Workers' Compensation Insurance through the
PEO's or other leasing entities. Ensure that any equipment rental agreements that include
operators 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. If the Agency elects to self-perform the Project, then the Agency may self-insure. If 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 (ISO Form CG 00 01) as filed
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 Insured 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 Insured shall be primary
as to any other available insurance and shall not be more restrictive than the coverage
afforded to the Named Insured. 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 Insured. No policy/ies or coverage described herein may contain or be subject to a
Retention or a Self-Insured Retention unless the Agency is a state agency or subdivision of
Paae 14 of 2
DocuSign Envelope ID: 709ECB1F-259D-419D-9AB2-0AD5EDD439BE
Page 3842 of 9661
DocuSlgn Envelope ID : D9C0C581-BADE-40EA-BAE0-D7604F12B75B
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
168 4
Form 725 -000-01
STRATEGIC
DEVELOPMENT
OGC 7/22
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 Insurance 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 inc ludes the construction of a railroad grade crossing, railroad overpass
or underpass structure, or any other work or operations within the lim its 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 . Rail road Protective Liability Coverage (ISO
Form CG 00 35) where the railroad is the Named Insured and where the lim its are not less
than $2,000,000 combined single limit for bodily injury and/or property damage pe r
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 Insured 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 Insurance reflecting the coverage
described here in. The insurance described here in shall be maintained through final
acceptance of the work. Both the Department and the railroad shall be notified in writing with in
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 ma intain the insurance requ ired here in, nor serve as a waiver of any rights the
Department may have .
e. When the Agreement involves work on or in the vicinity of utility -owned property or facilities,
the utility shall be added along with the Depa rtment as an Additional Insured on the
Commercial General Liability policy/ies procured above .
19. Miscellaneous:
a. Environmental Regulations . The Agency w ill be solely responsible for compliance w ith all
applicable environmental regulations and for any liability arising from non-compliance w ith
these regulations , and will reimburse the Department fo r any loss incurred in connection
therewith .
b. Non-Admission of Liability. In no event shall the making by the Department of any payment
to the Agency constitute or be construed as a wa iver by the Department of any breach of
covenant or any default wh ich 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. If any provision of this Agreement is held invalid, the remainder of this
Ag reement shall not be affected . In 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 , consultan ts, and subconsultants are not
agents of the Department as a result of this Agreement.
e
Paae 15 of 2
DocuSign Envelope ID: 709ECB1F-259D-419D-9AB2-0AD5EDD439BE
Page 3843 of 9661
168
DocuSign Envelope ID: D9C0C581-BADE-40EA-BAE0-D7604F12B75B
STATE OF FLORIOA OEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725 -000-01
STRATEGIC
DEVELOPMENT
OGC 7122
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 . If 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 orig inal, but all of wh ich shall constitute the same
Agreement. A facsimile or electronic transmission of this Agreement with a signature on behalf
of a party will be legal and binding on such party .
h. Federal Award Identification Number (FAIN). If 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. If this occurs, an
updated Agreement that includes the FAIN will be provided to the Agency and uploaded to the
Department of Financial Services' Florida Accountability Contract Tracking System (FACTS).
i. Inspector 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 . In 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 dec ided .
IN WITNESS WHEREOF, the Parties have executed this Agreement on the day and year written above.
C hris H a ll , C hairm a n
-···-··----~'"
,...,, ... ·\ 1 '-~. • ~ ~. - • • , ', • ~ ,. . .. ,o. Q{) '•,
~ J•~ _,-'\ }J ~•h h., 0
STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
By : ------------------
Name: Nicole E. Mills, P.E.
Title : Director of Transportation Development
STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
Legal Review : ·., :,'' ,., ..... _.,.·· ••... (' • .. '
A:TTES'n / ,•-... , '· ~ • '
C ..
,,B
A
t .n;s.,$/.,,.~tti~· f:G:Yi~ :i,
Approved • d legality
Don Conway
4 H4
Paae 16 of 2
DocuSign Envelope ID: 709ECB1F-259D-419D-9AB2-0AD5EDD439BE
Page 3844 of 9661
DocuSign Envelope ID: D9C0C581-BADE-40EA-BAE0-D7604F12B75B
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
EXHIBIT A
Project Description and Responsibilities
168 4
Form 725-000-02
STRATEGIC
DEVELOPMENT
OGC 7/22
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): Bonita Springs Urbanized 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 capital assistance related to
purchasing capital equipment listed below in the amount not to exceed that identified in Exhibit B of this agreement or
as amended .
VEHICLE/S -Four (4) Busses -Replacement Under 30 FT
EQUIPMENT -Four (4) Radios
EQUIPMENT -Four (4) ADP Hardware
If applicable, the Agency will also prov ide 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.
If 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 FOOT
Transit Capital Invoice Form . The Agency will provide appropriate documentation to support all costs being submitted
for reimbursement.
The Agency must subm it a Progress Report with each invoice submitted utilizing the FOOT Project Monitoring Status
Report. If invoicing is delayed , a quarterly report must still be provided .
The project scope identifies the ultimate project deliverables. De liverables 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 requ ired 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 invo ices on schedule and the project deliverables for the year
have been met.
e
Pace 17 of 2
DocuSign Envelope ID: 709ECB1F-259D-419D-9AB2-0AD5EDD439BE
Page 3845 of 9661
168 4
DocuSlgn Envelope ID: D9C0C581-BADE-40EA-BAE0-D7604F12B75B
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
EXHIBIT B
Schedule of Financial Assistance
Form 725-000·02
STRATEGIC
DEVELOPMENT
OGC 7/22
FUNDS AWARDED TO THE AGENCY AND REQUIRED MATCHING FUNDS PURSUANT TO THIS AGREEMENT
CONSIST OF THE FOLLOWING :
A. Fund Type and Fiscal Year:
Financial Fund FLAIR State Object CSFA/ CSFA/CFDA Title or Funding Management Category Fiscal Code CFDA Funding Source
Number Type Year Number Descrlotion Amount
Enhanced Mobility of Seniors
and Individuals with
448810-1-94-23 DU 088774 2024 780000 20.513 Disabilities $577,348 .00
448810-1-94-23 DPTO 088774 2024 780000 20.513 Enhanced Mobility of Seniors $72,169.00
and Individuals with
Disabilities
Total Financial Assistance $649,517.00
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 $72,169 .00 $72,170.00 $577,348.00 $721,687.00 10.00 10.00 80 .00
Maintenance
Match to Direct Federal Funding $0 .00 $0 .00 $0 .00 $0 .00 0.00 0 .00 0.00
Mobility Management $0 .00 $0 .00 $0.00 $0.00 0 .00 0 .00 0.00
(Transit Onlv)
Totals $72169.00 $72,170 .00 $577,348 .00 $721,687.00
*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 Onl 11.12.04, 11.62 .03, 11.42.07
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 .
Todd Engala, MURP
Department Grant Manager Name
Signature
~DocuSlgned by:
'ToeU 6.-.,"'"'
5CEEDF59FF4D4B6 ...
03/06/2024 I 12:42 PM EST
Date
Paae 18 of 2
DocuSign Envelope ID: 709ECB1F-259D-419D-9AB2-0AD5EDD439BE
Page 3846 of 9661
DocuSign Envelope ID: D9C0C581-BADE-40EA-BAE0-D7604F12B75B
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
EXHIBIT D
AGENCY RESOLUTION
PLEASE SEE ATTACHED
Form 725-000-02
STRATEGIC
DEVELOPMENT
OGC 7/22
e
Paae 19 of 2
DocuSign Envelope ID: 709ECB1F-259D-419D-9AB2-0AD5EDD439BE
Page 3847 of 9661
168 4
RESOLUTION NO. 2024 -80
A RESOLUTION BY THE BOARD OF COUNTY 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
FUNDING TO PURCHASE FOUR REPLACEMENT BUSES, RADIOS
AND TABLETS TO SUPPORT THE PARA TRANSIT SERVICE. (FPN
448810-1-94-23)
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 $721,687 (Seven
Hundred and Twenty-one Thousand and Six Hundred and Eighty-Seven Dollars) to purchase
four replacement buses , radios and tablets to support the Paratransit service (FPN 448810-1-94-
23); 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 pe1taining to FPN 448810-
1-94-23, as well as any required ce1tifications and assmances related therewith.
2. The Collier County Clerk is directed to forward a ce1tified 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,
same , this ~ qay. of , f?p._f , 2024.
second and majority vote favoring
I
ATT
CR
By: _,' _,.· ~fls.::Jo~=-::...v-~-+t:-:---:---:t1'-----
Attes t as to 'etrfi,r rm~o '.s. ·; •
sigrrnt "r:; <,f •. il' -~.,;)~"-'
Approved as to form and le
l
eanne Sanseverino C§ u.\\1\11--\
Assistant County Attorney
BOARD OF COUNTY COMMISSIONERS
OF COLLIER COUNTY, FLORIDA
By :~ ~all,Chairman'-
Page 1 of 1
DocuSign Envelope ID: 709ECB1F-259D-419D-9AB2-0AD5EDD439BE
Page 3848 of 9661
DocuSign Envelope ID : D9C0C581-8ADE-40EA-8AE0-D7604F128758
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
EXHIBIT E
PROGRAM SPECIFIC TERMS AND CONDITIONS -TRANSIT
(Section 5310: Enhanced Mobility of Seniors & Individuals with Disabilities)
168
Form 725 -000-02
STRATEGIC
DEVELOPMENT
OGC 7/22
1. Conformance with Enabling Legislation. Th is Agreement is i n conformance with Section 5310 of the
Federal Trans it Act of 1991, 49 U.S .C. 5310, as amended , and Section 341 .051(1)(a), F.S.
2. Prevention Programs. T he Section 5310 subrecipient shall estab lish 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 Section 5310 subrecipient 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 Section 5310 subrecipient shall at all times comply with all appl icable FTA regulations,
polic ies, procedures and directives, includ ing w ithout limitation those listed directly or by reference in the
Master Agreement between the FOOT and FT A , 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 Section 5310 subrec ipient 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 facil it ies operated in connect ion
with the project.
6. Charter Operation. The Section 5310 subrecipient agrees to comply with 49 U.S.C . 5323(d) and 49 CFR 604 ,
which provide that recip ients and subrecip ients of FTA assistance are prohibited from prov iding charter service
using federally funded equipment or facil ities if the re is at least one pr ivate 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 .
7. Exclusive Operation. Pursuant to 69 U.S .C . 5323(f) and 49 CFR 605 , the Section 5310 subrecipient may not
engage in school bus operat ions exclus ive ly 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 serv ice under an allowable exemption, subrecipients may not use federally funded
equipment, vehicles , or fac ilit ies .
8. Buy America. The Sect ion 5310 subrecipient agrees to comply with Buy America requirements outlined in 49
U.S .C. 53230) and 49 CFR 661 , if using the funds granted under this agreement for rolling stock purchases.
The recip ient also agrees to comply with the pre-award and post-delivery requirements outlined in 49 CFR
661.12 .
9. Water Pollution Control. The Section 5310 subrecipient agrees to comply with all applicable standards,
orders or regulat ions issued pursuant to the Federal Water Pollut ion Control Act, codified at 33 U.S.C. 1251 et
seq ., as amended , if the agreement exceeds $100,000 .
10. Anti-Lobbying. The Section 5310 subrecipient 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. e
Paae 20 of 2
DocuSign Envelope ID: 709ECB1F-259D-419D-9AB2-0AD5EDD439BE
Page 3849 of 9661
DocuSign Envelope ID : D9C0C581-BADE-40EA-BAE0-D7604F12B75B
STATE OF FLORIDA OEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
16 8
Form 726-000-02
STRATEGIC
DEVELOPMENT
OGC 7122
11. Bonding Requirements. If this agreement is for a construction project over $150,000, the recipient must
adhere to FTA's bonding requirements as outlined in the Best Practices Procurement Manual.
12. Clean Air Act. The 5310 subrecipient agrees to comply with applicable standards, orders or regulations
issued pursuant to the Clean Air Act, 42 U.S .C. 7401 et seq ., as amended, if this agreement exceeds
$150,000.
13. Resource Conservation and Recovery Act (RCRA). The 5310 subrecipient agrees to comply with all the
requirement of Section 6002 of the Resource Conservation and Recovery Act (RCRA), 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.
14. Davis-Bacon and Copeland Anti-kickback. The 5310 subrecipient agrees to comply with the Davis-Bacon
and Copeland Anti-kickback Acts as codified at 40 U.S .C. 3141 et seq . and 18 U.S.C. 874 for any agreement
exceeding $2,000.
15. Contract Work Hours and Safety Standards. For any contract over $2,000 the 5310 subrecipient agrees to
comply with the Contract Work Hours and Safety Standards Act, codified at 40 U.S .C . 3701 et seq.
16. Transit Employee Protective Agreements. The 5310 subrecipient agrees to comply with the Transit
Employee Protective Agreements, as codified in 49 U.S.C. 5310 and 29 CFR 215 .
17. Compliance with FTA Terms and Conditions The 5310 subrecipient shall not perform any act, fail to
perform any act, or refuse to comply with any FOOT requests which would cause the 531 O subrecipient to be
in violation of the FTA terms and conditions.
18. Public Body Non-CTC Recipients. An Agency may receive 5310 funds when the Community Transportation
Coordinator in the county is a private-for-profit entity . When the Agency accepts the 5310 funding, enters into
a contract/PTGA with the Department, and then contracts with the Community Transportation Coordinator to
provide enhanced mobility of seniors and individuals with disabilities in the same service area in which the
Community Transportation Coordinator is provid ing non-sponsored trips for the Commission for the
Transportation Disadvantaged, then the non-sponsored human service transportation grant funds will be
considered as eligible match for the 5310 funds . The Agency will be responsible for ensuring that the
Community Transportation Coordinator 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.
19. 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 5310 supported vehicles and services as a result of
traditional Section 5310 projects implemented in the current reporting year.
20. Transit Vehicle Inventory Management. The agency will follow the Department's Transit Vehicle Inventory
Management Procedure (725-030-025i), which outlines the requirements for continuing management control, 8
CAO -
Paae 21 of 2
DocuSign Envelope ID: 709ECB1F-259D-419D-9AB2-0AD5EDD439BE
Page 3850 of 9661
DocuSign Envelope ID: D9C0C581 -BADE-40EA-BAE0-O7604F12B75B
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
168 4
Form 725-000·02
STRATEGIC
DEVELOPMENT
OGC 7/22
inventory transfer and disposal actions . This procedure pertains ONLY to capital procurements of rolling stock
using the FTA Section 5310, Section 5311, Section 5316, and Section 5317 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 Department programs.
--End of Exhibit E --
e
Paae 22 of 2
DocuSign Envelope ID: 709ECB1F-259D-419D-9AB2-0AD5EDD439BE
Page 3851 of 9661
DocuSign Envelope ID : D9C0C581-BADE-40EA-BAE0-D7604F 12B75B
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
EXHIBIT F
Contract Payment Requirements
Florida Department of Financial Services, Reference Guide for State Expenditures
Cost Reimbursement Contracts
168 4
Form 725-000-02
STRATEGIC
DEVELOPMENT
OGC 7/22
Invoices for cost reimbursement contracts must be supported by an item ized 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 ind icate 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 subm itted . The payroll register should show
gross salary charges, fringe benefits, other deductions and net pay . If an individual for whom reimbursement is
be ing 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
emp loyee (e.g ., insurance premiums paid). If 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 cop ies of checks for fringe
benefits.
(3) Travel : Reimbursement for travel must be in acco rdance with Section 112. 061 , Florida Statutes, which
includes submission of the claim on the approved State trave l voucher or electronic means .
(4) Other direct costs : Reimbursement will be made based on paid invoices/receipts . If 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 60A-1 .017, Florida Adm i nistrative Code, regarding the requ irements 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) In-house charges: Charges which may be of an internal nature (e.g., 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) Indirect costs : If the contract specifies that ind irect costs will be paid based on a specified rate , then the
calculation should be shown .
Contracts between state agencies, and/or contracts between univers ities may submit alternative documentation
to substantiate the re imbursement request that may be in the form of FLAIR reports or other detailed reports .
The Flo rida Department of Financ ial Serv ices, online Reference Guide for State Expend itures can be found at this web
address https ://www.myfloridacfo.com/Div ision/AA/M anuals/docume nts/Refere nceGuideforStateExpenditures .pdf.
f "
Paae 23 of 2
DocuSign Envelope ID: 709ECB1F-259D-419D-9AB2-0AD5EDD439BE
Page 3852 of 9661
DocuSign Envelope ID: D9C0C581-BADE-40EA-BAE0-D7604F12B75B
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
EXHIBITH
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 Individuals with Disabilities
*Award Amount: $577,348
Awarding Agency: Florida Department of Transportation
Indirect Cost Rate: N/A
**Award is for R&D: No
*The federal award amount may change with amendments
**Research and Development as defined at 2 CFR §200 .87
168 4
Form 725-000-02
STRATEGIC
DEVELOPMENT
OGC 7/22
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.gov
FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT MAY ALSO BE SUBJECT TO THE
FOLLOWING:
Title 23 -Highways, United States Code
http://uscode .house.gov/browse .xhtml
Title 49 -Transportation, United States Code
http ://uscode .house .gov/browse.xhtml
Infrastructure Investment and Jobs Act (IIJA) (Public Law 117-58, also known as the "Bipartisan Infrastructure Law")
https://www.congress.gov/117/bills/hr3684/BILLS-117hr3684enr.pdf
Federal Highway Administration -Flor ida Division
www .fhwa .dot.gov/fldiv
Federal Funding Accountability and Transparency Act (FFATA) Sub-award Reporting System (FSRS)
www.fsrs.gov
e
Paae 24 of 2
DocuSign Envelope ID: 709ECB1F-259D-419D-9AB2-0AD5EDD439BE
Page 3853 of 9661
G2Y74
DocuSign Envelope ID: 9AEAA408-F4E4-41C2-B9E6-0099D509BA65
June 14, 2024
Page 3854 of 9661
DocuSign Envelope ID: 9AEAA408-F4E4-41C2-B9E6-0099D509BA65
Page 3855 of 9661
DocuSign Envelope ID: 9AEAA408-F4E4-41C2-B9E6-0099D509BA65
Page 3856 of 9661
DocuSign Envelope ID: 9AEAA408-F4E4-41C2-B9E6-0099D509BA65
Page 3857 of 9661
DocuSign Envelope ID: 9AEAA408-F4E4-41C2-B9E6-0099D509BA65
Page 3858 of 9661
DocuSign Envelope ID: 9AEAA408-F4E4-41C2-B9E6-0099D509BA65
Page 3859 of 9661
DocuSign Envelope ID: 9AEAA408-F4E4-41C2-B9E6-0099D509BA65
Page 3860 of 9661
DocuSign Envelope ID: 9AEAA408-F4E4-41C2-B9E6-0099D509BA65
Page 3861 of 9661
DocuSign Envelope ID: 9AEAA408-F4E4-41C2-B9E6-0099D509BA65
Page 3862 of 9661
DocuSign Envelope ID: 9AEAA408-F4E4-41C2-B9E6-0099D509BA65
Page 3863 of 9661
DocuSign Envelope ID: 9AEAA408-F4E4-41C2-B9E6-0099D509BA65
Page 3864 of 9661
DocuSign Envelope ID: 9AEAA408-F4E4-41C2-B9E6-0099D509BA65
Page 3865 of 9661
DocuSign Envelope ID: 9AEAA408-F4E4-41C2-B9E6-0099D509BA65
Page 3866 of 9661
DocuSign Envelope ID: 9AEAA408-F4E4-41C2-B9E6-0099D509BA65
Page 3867 of 9661
DocuSign Envelope ID: 9AEAA408-F4E4-41C2-B9E6-0099D509BA65
Page 3868 of 9661
DocuSign Envelope ID: 9AEAA408-F4E4-41C2-B9E6-0099D509BA65
Page 3869 of 9661
DocuSign Envelope ID: 9AEAA408-F4E4-41C2-B9E6-0099D509BA65
Page 3870 of 9661
DocuSign Envelope ID: 9AEAA408-F4E4-41C2-B9E6-0099D509BA65
Page 3871 of 9661
DocuSign Envelope ID: 9AEAA408-F4E4-41C2-B9E6-0099D509BA65
Page 3872 of 9661
DocuSign Envelope ID: 9AEAA408-F4E4-41C2-B9E6-0099D509BA65
Page 3873 of 9661
DocuSign Envelope ID: 9AEAA408-F4E4-41C2-B9E6-0099D509BA65
Page 3874 of 9661
DocuSign Envelope ID: 9AEAA408-F4E4-41C2-B9E6-0099D509BA65
Page 3875 of 9661
DocuSign Envelope ID: 9AEAA408-F4E4-41C2-B9E6-0099D509BA65
Page 3876 of 9661
DocuSign Envelope ID: 9AEAA408-F4E4-41C2-B9E6-0099D509BA65
Page 3877 of 9661
DocuSign Envelope ID: 9AEAA408-F4E4-41C2-B9E6-0099D509BA65
Page 3878 of 9661
DocuSign Envelope ID: 9AEAA408-F4E4-41C2-B9E6-0099D509BA65
Page 3879 of 9661
DocuSlgn Envelope ID : C1 B2AF37-68E9-4BE5-8323-2DCDEBB4D4DA
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000 -01
STRATEGIC
DEVELOPMENT
OGC 7/22
Financial Project Number(s): Fund(s):
(item -segm ent-phase-s equence) DPTO,DU FLAIR Category: 088774 ------------_44_8:...;:8..c1..:.0--'-1-'-9'-'4--0=-=2;________ Work Activity Code/Function : ...;::2:...c.1.;:_5 ___ Object Code : 780000
-----------Federal Number/Federal Award
Identification Number (FAIN) -Transit only : 26~~~11
-C-on-t-ra_c_t N_u_m_b_e_r_: -=._-=._-_-_-_-_-_ -_ Federal Award Date :
Org. Code:
Vendor Number:
55301000943
F596000558030
CFDA Number: 20 .513 Agency SAMIUEI Number: JWKJKYRPLLU6
CFDA Title : Enhanced Mobility of Seniors and Individuals with Disabilities
CSFA Number: NIA
CSFA Title : NIA
THIS PUBLIC TRANSPORTATION GRANT AGREEMENT ("Agreement") is entered into
______________ , by and between the State of Florida, Department of Transportation,
("Department"), and Collier County Board of County 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 partic ipation on the
Project, the Parties agree to the following :
1. Authority. The Agency, by Resolution or other form of official authorization, 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 using Federal Transit Administration (FTA) Section 5310, "Enhanced Mobility of Seniors and
Individuals with Disabilities" Program funds to provide capital equipment for public transit services, 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
X Transit
lntermodal
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
4. Exhibits. The following Exhibits are attached and incorporated into this Agreement:
X Exhibit A: Project Description and Responsibilities
X Exhib it B: Schedule of Financial Assistance
*Exhibit B 1: 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
X Exhibit D: Agency Resolution
X Exhibit E: Program Specific Terms and Conditions
Paae 1 of 2
G2Y32
DocuSign Envelope ID: 56143BEF-C3B9-447A-8487-3C77A4128D1C
June 14, 2024
Page 3880 of 9661
DocuSign Envelope ID : C1 B2AF37-68E9-4BE5-8323-2DCDEBB4D4DA
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
~ Exhibit F: Contract Payment Requirements
*Exhibit G: Audit Requ irements for Awards of State Financial Assistance
~ *Exhibit H: Audit Requirements for Awards of Federal Financial Assistance
Form 725-000-01
STRATEGIC
DEVELOPMENT
OGC 7/22
*Exhibit I: Certification of Disbursement of Payment to Vehicle and/or Equipment Vendor
* Additional Exhib it(s):
*Indicates that the Exhibit is only attached and incorporated if appl icable 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 31 , 2025 . If the Agency does not complete the Project within this
time period, this Agreement w ill 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 cons idered terminat ion 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 re imbursed by the Department.
a. _ If this box is checked the following provision applies :
Un less terminated earl ier, work on the Project shall commence no later than the _ day of_,
or with in _ 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 term inate 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 otherw ise encumbered by the Agency under any circumstances without the
pr ior wr itten 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 th is Agreement until such time as the event or cond ition 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 te rmination 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 Pa rties to th is Agreement may terminate this Agreement when its continuation would not
produce beneficial results commensurate w ith the further expenditure of funds . In this event,
the Parties shall agree upon the term ination conditions.
c. If the Agreement is terminated before performance is completed, the Agency shall be paid
on ly for that work satisfacto rily performed for which costs can be substantiated . Such payment,
however, may not exceed the equ ivalent percentage of the Department's maximum financial
assistance . If 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. In the event the Agency fails to perfo rm or honor the requirements and provisions of th is
Agreement, the Agency shall promptly refund in full to the Department within thirty (30) days
of the term ination of the Agreement any funds that were determined by the Department to
have been expended in violation of the Agreement.
Paae 2 of 2
DocuSign Envelope ID: 56143BEF-C3B9-447A-8487-3C77A4128D1C
Page 3881 of 9661
DocuSign Envelope ID : C1 B2AF37-68E9-4BE5-8323-2DCDEBB4D4DA
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-01
STRATEGIC
DEVELOPMENT
OGC 7/22
e. The Department reserves the right to unilaterally cancel this Agreement for failure by the
Agency to comply with the Public Records prov isions of Chapter 119, Florida Statutes .
9. Project Cost:
a. The estimated total cost of the Project is $405,932 . Th is amount is based upon Exhibit "B",
Schedule of Financial Assistance. The timeline for deliverables and d istribution 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
requ ires 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
$365,339 and, the Department's part icipation in the Project shall not exceed 90.00% of the
total elig ible 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 defic its 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
deliverab les . Each de li verable must specify the requ ired minimum level of serv ice to be
performed and the criteria for eva luating successful complet ion . The Project and the
quantifiable , measurab le, and ver ifiable un its 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. Invoicing. Invo ices shall be submitted no more often than monthly by the Agency in detail
sufficient for a proper pre-aud it 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 support ing documentati on for the deliverables being bi lled
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 del iverables
were received and accepted in writing by the Agency and must also establ ish that the required
minimum standards or level of service to be performed based on the criteria for evaluat ing
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, invo ices, contracts , or vouchers ev idenc ing 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 :
~ Travel expenses are NOT eligible for re imbursement under this Agreement.
_ Trave l expenses ARE elig ible for reimbursement under this Agreement. Bills for travel
expenses specifically authorized in this Agreement shall be submitted on the Department's
&
Paoe 3 of 2
DocuSign Envelope ID: 56143BEF-C3B9-447A-8487-3C77A4128D1C
Page 3882 of 9661
DocuSlgn Envelope ID : C1 B2AF37-68E9-4BE5-8323-2DCDEBB404DA
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-01
STRATEGIC
DEVELOPMENT
OGC7/22
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
del iverables and costs incurred unless advance payments are authorized by the Chief
Financ ial 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 . If the Department
determines that the performance of the Agency is unsatisfactory, the Department shall notify
the Agency of the deficiency to be corrected , wh ich correction shall be made within a time-
frame to be specified by the Depa rtment. 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 a ll issues of contract non-performance, unacceptable performance,
failure to meet the minimum performance levels, delive rable deficiencies, or contract non-
compliance . If the correct ive act ion plan is unacceptable to the Department , the Agency will
not be reimbursed . If the deficiency is subsequently resolved , the Agency may bill the
Department for the amount that was previously not reimbursed during the next billing period . If
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 financia l assistance from the Department shou ld
be aware of the following time frames . Inspection 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 de li verables are received , inspected or verified , and approved .
If a payment is not available w ithin 40 days , a separate interest penalty at a rate as establ ished
pursuant to Section 55 .03(1 ), Florida Statutes, will be due and payable , in addition to the
invoice amount, to the Agency . Interest pena lties of less than one (1) dol lar will not be
enforced unless the Agency requests payment. Invoices 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 invo ice is provided to the
Department.
A Vendor Ombudsman has been established w ithin the Department of Financial Services .
The duties of th is ind ividual include acting as an advocate for Agency who may be
experiencing prob lems 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 mainta in an accounting system or separate accounts
to ensure funds and projects are tracked separate ly. Records of costs incurred under the terms
of th is Agreement shall be mainta ined and made available upon request to the Department at
all times du ring the period of this Agreement and for five years after final payment is made .
Copies of these reco rds 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 support ing documents and records, of the Contractor and all subcontractors performing
work on the Project , and all other records of the Cont ractor and subcontractors considered
necessary by the Department for a proper aud it of costs .
i. Progress Reports. Upon request , the Agency agrees to provide progress reports to the
Departmen t in the sta ndard format used by the Department and at intervals established by the
Department. The Department will be entitled at all times to be adv ised, at its request, as to the
status of the Project and of deta ils thereof.
e
Paae 4 of 2
DocuSign Envelope ID: 56143BEF-C3B9-447A-8487-3C77A4128D1C
Page 3883 of 9661
DocuSlgn Envelope ID: C1 B2AF37-68E9-4BE5-8323-2DCDEBB4D4DA
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000.01
STRATEGIC
DEVELOPMENT
OGC7/22
j. 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 th is Agreement.
k. Offsets for Claims. If, after Project completion, any claim is made by the Department resulting
from an aud it 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
tha t 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 th is
paragraph shall not be considered a breach of contract by the Department.
I. Final Invoice. The Agency must submit the final invoice on the Project to the Department
within 120 days after the completion of the Project. Invoices submitted after the 120 -day time
period may not be paid .
m. Department 's Performance and Payment Contingent Upon Annual Appropriation by the
Legislature . The Department's performance and obl igation to pay under this Agreement is
contingent upon an annual appropriation by the Legislature . If 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
"8", 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
availab le.
n. Limits on Contracts Exceeding $25,000 and Term more than 1 Year. In the event th is
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 vo id, and no money may be pa id 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 . No t hing herein contained shall prevent
the mak ing of contracts fo r periods exceed ing 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.
p. Non-Eligible Costs. In determining the amount of the payment, the Department will exclude
all Project costs incurred by the Agency prior to the execution of th is Agreement, costs incurred
after the expiration of the Agreement, costs that are not provided for in Exhibit "A", Project
~ "-...::
Paae 5 of2
DocuSign Envelope ID: 56143BEF-C3B9-447A-8487-3C77A4128D1C
Page 3884 of 9661
DocuSign Envelope ID : C1B2AF37-68E9-4BE5-8323-2DCDEBB404DA
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725 -000-01
STRATEGIC
DEVELOPMENT
OGC 7/22
Description and Responsibilities, and as set forth in Exhibit "B", 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 effic ient manner, and in accordance w ith the prov isions in th is Agreement and all
applicable laws .
a. 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. If 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. In the event the cost of the Project is greater than $250 ,000 .00, and the Project involves
construction on the Department's right-of-way , the Agency shall prov ide the Department with
written notification of either its intent to:
i. Require the construction work of the Project that is on the Department's right-of-way
to be performed by a Department prequali fi ed contracto r, or
ii. Construct the Project utilizing existing Agency employees, if the Agency can
complete said Project w ithin the time frame set forth in this Agreement.
d. _ If th is box is checked, then the Agency is permitted to uti lize its own forces and the following
provision applies : Use of Agency Workforce. In the event the Agency proceeds with any
phase of the Project util izing its own forces, the Agency will only be re imbursed for direct costs
(th is excludes general overhead).
e. _ If this box is checked, then the Agency is permitted to utilize Indirect Costs:
Reimbursement for Indirect Program Expenses (select one):
i. _ Agency has selected to seek reimbursement from the Department for actual indirect
expenses (no rate).
ii. _ Agency has selected to app ly a de mini mus rate of 10% to modified total direct
costs . Note : The de minimus rate is available only to entities that have never had a
negotiated indirect cost rate . When 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 .
f. Agency Compliance with Laws, Rules, and Regulations, Guidelines, and Standards. The
Agency shall comply and require its contractors and subcontractors to comp ly with all terms
(9
Paae 6 of 2
DocuSign Envelope ID: 56143BEF-C3B9-447A-8487-3C77A4128D1C
Page 3885 of 9661
DocuSlgn Envelope ID : C1 B2AF37-68E9-4BE5-8323-2DCDEBB4D4DA
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-01
STRATEGIC
DEVELOPMENT
OGC 7122
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 ob ligated
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. If 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 . If Federal Transit Admin istration (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. It 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 serv ices 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 w ith Section 287 .057 , Florida Statutes . It shall be the sole responsibility of the
Agency to ensure that any obligations made in accordance with this Section comply with the
current threshold lim its . Contracts , purchase orders, task orders, construction change orders,
or any other agreement that would result in exceeding the current budget conta ined 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. It is understood and agreed by the Parties to
this Agreement that part icipation 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 prov isions of Section 287 .055, Florida Statutes , Consultants' Competitive
Negotiation Act. In all cases , the Agency's Authorized Official shall certify to the Department
that selection has been accomplished in compliance with the Consultants' Competitive
Negotiat ion Act.
d . Disadvantaged Business Enterprise (DBE) Policy and Obligation. It is the policy of the
Department that DBEs , as defined in 49 C.F.R. Part 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 opportun ity to participate in the performance of this Agreement.
In 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
have the opportunity to compete for and perform contracts . The Agency and its contractors
Paae 7 of 2
DocuSign Envelope ID: 56143BEF-C3B9-447A-8487-3C77A4128D1C
Page 3886 of 9661
DocuSign Envelope ID : C1 B2AF37-68E9-4BE5-8323-2DCDEBB4D4DA
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-01
STRATEGIC
DEVELOPMENT
OGC 7/22
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. In the event the Project includes construction or the acquis it ion of commodities
then the following prov isions 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 th is provision shall surv ive the term ination of this Agreement.
14. Sale, Transfer, or Disposal of Department-funded Property:
a. The Agency will not sell or otherwise transfe r 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 w ithout prior written approval by the Department.
b. If a sale, transfer, or disposa l by the Agency of all or a portion of Department-funded real
property, fac il ities, or equipment is approved by the Department , the follow ing provisions will
apply :
I. The Agency sha ll reimburse the Department a proportional amount of the proceeds
of the sale of any Department-funded property.
ii. The proporti onal 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 rem itted to the Department within ninety (90)
days of clos ing of sale.
iii. Sa le of property developed or acquired with Department funds shall be at market
value as determined by appra isal or public bidd ing process, and the contract and
process for sale must be approved in advance by the Department.
Iv. If any port ion of the proceeds from the sale to the Agency are non-cash
considerations, re i mbursement 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 terminat ion of this Agreement.
i. The terms shall rema in in full force and effect throughout the useful l ife of facilities
developed , equ ipment acqu ired, 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 Department to the
Agency by this Agreement may be subject to aud its and/or monitoring by the Department. The follow ing
requirements do not limit the authority of the Department to conduct or arrange for the conduct of additional
audits or evaluat ions of Federal awards or State financial assistance or limit the authority of any state
agency inspector general , the State of Florida Audi tor General , or any othe r state official. The Agency shall
comply with all audit and audit reporting requ irements as spec ified below.
Federal Funded:
a. In addition to reviews of audits conducted in accordance with 2 CFR Part 200 , Subpart F -
Aud it Requirements , monitoring procedures may include but not be limited to on-site visits by
@
Paae 8 of2
DocuSign Envelope ID: 56143BEF-C3B9-447A-8487-3C77A4128D1C
Page 3887 of 9661
DocuSign Envelope ID : C1 B2AF37-68E9-4BE5-8323-2DCDEBB404DA
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-01
STRATEGIC
DEVELOPMENT
OGC 7122
Department staff and/or other procedures, including rev iewing any required performance and
financ ial 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 Ag reement, 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 aud its deemed necessary by the Department , State of
Florida Chief Financ ial 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. In 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 sing le or program-specific audit
conducted for such fiscal year in accordance with the prov isions of 2 CFR Part 200,
Subpa rt 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. In determining
Federal awards expended in a fiscal year, the Agency must consider all sources of
Federal awards based on when the activity re lated to the Federal award occurs ,
including the Federal award provided through the Department by this Agreement. The
determ ination of amounts of Federal awards expended should be in accordance with
the guide li nes 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 Requ irements , will meet the
requirements of this part .
ii. In connection with the audit requirements, the Agency shall fulfill the requirements
relative to the aud itee respons ibilities as provided in 2 CFR Part 200 , Subpart F -
Aud it Requirements .
iii. In 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 a
single audit exemption statement to the Department at
FDOTS ingleAud it@dot.sta te.fl.us no later than nine months after the end of the
Agency's aud it per iod for each applicable audit year. In 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 t he audit must be paid from non-Federal resources (i.e., the
cost of such an audit must be paid from the Agency's resources obtained from other
than Federal ent ities).
iv. The Agency must electronically subm it to the Federal Audit Clearinghouse (FAC) at
https ://harvester.census .gov/facweb/ the audit reporting package as required by 2
CFR Part 200 , Subpart F -Aud it Requirements , within the earl ier of 30 calendar days
after receipt of the aud itor's report(s) or nine months after the end of the audit period.
The FAC is the repos itory of record for audits required by 2 CFR Part 200 , Subpart F
-Aud it Requirements . Howeve r, the Department requires a copy of the audit reporting
package also be submitted to FDOTSing leAud it@dot.state .fl.us within the earlier of
30 calendar days after receipt of the auditor's report(s) or nine months after the end
of the aud it period as required by 2 CFR Part 200 , Subpart F -Audit Requirements .
6)
Paae 9 of 2
DocuSign Envelope ID: 56143BEF-C3B9-447A-8487-3C77A4128D1C
Page 3888 of 9661
DocuSign Envelope ID: C1 B2AF37-68E9-4BE5-8323-2DCDEBB4D4DA
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-01
STRATEGIC
DEVELOPMENT
OGC 7/22
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
prov ided through the Department by this Agreement. If 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. If the
Department determines that noncompliance cannot be remedied by imposing
additional conditions, the Department • may take appropriate actions to enforce
compliance, wh ich 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. Initiate 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 des ignee, the CFO , or State of Florida Auditor General access to the Agency's
records, including financ ial statements, the independent auditor's work ing papers, and
project records as necessary . Records related to unresolved audit findings, appeals,
or litigation shall be retained until the act ion is complete or the dispute is resolved .
vii. The Department's contact information for requirements under this part is as follows :
State Funded:
Office of Comptroller, MS 24
605 Suwannee Street
Tallahassee, Flor ida 32399-0450
FDOTSingleAudit@dot.state. fl . us
a. In 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
rev iewing 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 w ith 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 :
Paae 10 of 2
DocuSign Envelope ID: 56143BEF-C3B9-447A-8487-3C77A4128D1C
Page 3889 of 9661
DocuSign Envelope ID : C182AF37-68E9-4BE5-8323-2DCDEBB4D4DA
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-01
STRATEGIC
DEVELOPMENT
OGC 7/22
i. In 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 Financial 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.
In determin ing the state financial assistance expended in a fiscal year, the Agency
shall consider all sources of state financ ial 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 matching requirements .
ii. In connect ion w ith the audit requirements , the Agency shall ensure that the audit
complies with the requ irements of Section 215 .97(8), Florida Statutes . This includes
submission of a financial report i ng package as defined by Section 215 .97(2)(e),
Florida Statutes , and Chapters 10 .550 (local governmental entities) or 10.650
(nonprofit and for-profit organizations), Rules of the Auditor Genera l.
iii. In 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
FDOTSi ngleAudit@dot.state.fl.us no later than nine months after the end of the
Agency 's audit period for each appl icable audit year . In 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 (i .e., the cost of such an audit must be pa id from the
Agency 's resources obtained from other than State entities).
iv. In accordance with Chapters 10 .550 (local governmental entities) or 10.650
(nonprofit and for-profit organizations), Rules of the Auditor General, copies of
financial report ing packages required by this Agreement shall be submitted to :
Flor ida Department of Transportation
Office of Comptroller, MS 24
605 Suwannee Street
Tallahassee , Florida 32399-0405
FDOTSi ng leA udit@ dot.state .fl.us
And
State of Flor ida Audito r General
Local Government Audits/342
111 West Madison Street, Room 401
Tallahassee, FL 32399-1450
Email : fla udgen loca lgo vt @aud .state .fl.us
v. Any copies of financial reporting packages, reports , or other information required to
be submitted to the Department shall be submitted timely in accordance with Sect ion
215 .97 , Florida Statutes , and Chapters 10 .550 (local governmental entities) or
10 .650 (nonprofit and for-profit organ izat ions), Rules of the Auditor General , as
Paae 11 of 2
DocuSign Envelope ID: 56143BEF-C3B9-447A-8487-3C77A4128D1C
Page 3890 of 9661
DocuSign Envelope ID : C1 B2AF37-68E9-4BE5-8323 -2DCDEBB404DA
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
applicable.
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-01
STRATEGIC
DEVELOPMENT
OGC 7/22
vi. 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
correspondence accompanying the reporting package .
vii. 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. If 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.
viii. As a cond ition 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 , includ ing 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 reta in sufficient records demonstrating its compl iance 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 des ignee , 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 cr ime may not submit a bid on a contract to provide
any goods or serv ices 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,
supp lier, subcontractor , or consultant under a contract w ith 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. In accordance with Section 287.134, Florida Statutes, an entity
or affiliate who has been placed on the Discr iminatory 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 subm it a bid on a contract with a public entity for the
construction or repair of a public build ing or public work ; may not submit bids on leases of real
property to a public en t ity ; 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.
e
Paae 12 of 2
DocuSign Envelope ID: 56143BEF-C3B9-447A-8487-3C77A4128D1C
Page 3891 of 9661
DocuSign Envelope ID: C1 B2AF37-68E9-4BE5-8323-2DCDEBB404DA
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-01
STRATEGIC
DEVELOPMENT
OGC 7/22
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 build ing 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 v iolation of Section 274A(e) of the Immigration and Nationality Act. If
the contractor knowing ly employs unauthorized aliens , such violation will be cause for
unilateral cancellation of this Agreement.
f. Procurement of Construction Services. If the Project is procured pursuant to Chapter 255,
Florida Statutes, for construction services and at the time of the competitive so li citation for the
Project, 50 percent or more of the cost of the Project is to be pa id from state-appropriated
funds , then the Agency must comply with the requirements of Section 255 .0991, Florida
Statutes .
g. E-Verify. The Agency shall :
i. Utilize the U.S . Department of Homeland Security 's E-Verify system to verify the
employment elig ibil ity of all new employees hired by the Agency during the term of the
contract ; and
ii. Expressly requ ire any subcontractors performing work or providing services pursuant
to the state contract to likewise util ize the U.S. Department of Homeland Security's E-
Verify system to verify the employment el igibility of all new employees hired by the
subcontractor du ring the contract te rm.
h. Executive Order 20-44. Pursuant to Governor's Executive Order 20-44, if the Agency is
required by the Internal Revenue Code to file IRS Form 990 and is named in statute with which
the Department must form a sole-source, public-private agreement; or through contract or
other agreement with the State , annually receives 50% or more of its budget from the State or
from a combination of State and Fede ral funds , Recipient shall submit an Annual Report to
the Department, including the most recent IRS Form 990 , detail ing the total compensation for
each member of the Agency executive leadership team . Total compensation shall include
salary , bonuses, cashed -in leave, cash equ ivalents , severance pay, retirement benefits,
deferred compensation , real -property gifts , and any other payout. The Agency shall inform the
Department of any changes in total execut ive compensation during the period between the
filing of Annual Reports within 60 days of any change taking effect. All compensation reports
shall detail the percentage of executive leadership compensation received directly from all
State and/or Federal allocations to the Agency . Annual Reports shall be in the form approved
by the Department and shall be submitted to the Department at fdotsingleaudit@dot.state .fl.us
within 180 days following the end of each tax year of the Agency receiving Department funding .
i. Design Services and Construction Engineering and Inspection Services. If the Project
is wholly or partially funded by the Department and administered by a local governmenta l
entity, except for a seaport listed in Section 3 11.09, Florida Statutes, or an airport as defined
in Section 332 .004, Florida Statutes , the ent ity performing design and construction
eng ineer ing and inspection services may not be the same entity .
18. Indemnification and Insurance:
Paoe 13 of 2
DocuSign Envelope ID: 56143BEF-C3B9-447A-8487-3C77A4128D1C
Page 3892 of 9661
DocuSign Envelope ID : C182AF37-68E9-4BE5-8323-2DCDEBB4D4DA
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000 -01
STRATEGIC
DEVELOPMENT
OGC7/22
a. It is spec ifically 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 benefic iary under th is 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 liab ilities, damages , losses , and costs , Including,
but not lim ited to , reasonable attorney's fees, to the extent caused by the negligence,
recklessness, or intentional wrongful misconduct of the Agency and persons employed or
ut ilized by the Agency in the performance of th is Agreement. This indemnification shall
surv ive the termination of th is Agreement. Add it ionally, the Agency agrees to include the
following indemnificat ion 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 ho ld harmless the Agency and the State of Florida , Department of Transportation,
inc luding the Department's officers and employees , from liab ilities , 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.
Th is indemnification shall survive the termination of this Agreement."
b. The Agency shall provide Workers' Compensat ion Insurance in accordance with Florida 's
Workers ' Compensation law for all employees. If subletting any of the work , ensure that the
subcontractor(s) and subconsultant(s) have Workers' Compensation Insurance for their
employees in acco rdance with Florida's Workers ' Compensation law. If using "leased
employees " or employees obtained through profess ional employer organizations ("PEO 's"),
ensure that such employees are covered by Workers' Compensation Insurance through the
PEO 's or other leasing entities . Ensure that any equipment rental agreements that include
operators or other personnel who are employees of independent contractors , sole
proprietorships , or partners are covered by insurance requ ired under Florida's Workers'
Compensation law.
c. If the Agency elects to self-perform the Proj ect, then the Agency may self-insure. If 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 Liab ility insurance providing
continuous coverage for all work o r operations performed under this Agreement. Such
insu rance shall be no more rest rict ive than that provided by the latest occurrence form edition
of the standard Commerc ial General Liability Coverage Form (ISO Form CG 00 01) as filed
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 Insured 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 Add itional Insured shall be primary
as to any other available insurance and shall · not be more restrictive than the coverage
afforded to the Named Insured . 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, inclus ive 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 w ith or diminished by claims unrelated to the Agreement. The po licy/ies and coverage
described herein may be subject to a deductible and such deductibles shall be paid by the
Named Insu red . No policy/ies or coverage described herein may conta in or be subject to a
Retention or a Self-Insured Retention un less the Agency is a state agency or subdivision of
8
Paae 14 of 2
DocuSign Envelope ID: 56143BEF-C3B9-447A-8487-3C77A4128D1C
Page 3893 of 9661
DocuSign Envelope ID: C1 B2AF37-68E9-4BE5-8323-2DCDEBB404DA
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-01
STRATEGIC
DEVELOPMENT
OGC 7122
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 Insurance reflecting the
coverage described herein . The Department shall be notified in writing w ithin 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 wa iver 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 (ISO
Form CG 00 35) where the railroad is the Named Insured 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 Insured on the policy/ies procured
pursuant to the paragraph above. Pr ior to the execution of the Agreement, and at all renewal
periods wh ich occur pr ior to final acceptance of the work, both the Department and the railroad
shall be prov ided with an ACORD Certificate of Liability Insurance reflecting the coverage
described herein . The insurance described herein shall be maintained through fina l
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 descr ibed 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 ma intain the insurance required herein , nor serve as a waiver of any rights the
Department may have .
e. When the Ag reement 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 Insured on the
Commercial General Liability policy/ies procured above .
19. Miscellaneous:
a. Environmental Regulations. The Agency will be solely responsible for compl iance 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. In 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. If any provision of this Agreement is held invalid, the remainder of this
Agreement shall not be affected. In such an instance, the remainder would then continue to
conform to the terms and requirements of applicable law.
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
Paoe 15 of 2
DocuSign Envelope ID: 56143BEF-C3B9-447A-8487-3C77A4128D1C
Page 3894 of 9661
DocuSign Envelope ID: C1 B2AF37-68E9-4BE5-8323-2DCDEBB4D4DA
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-01
STRATEGIC
DEVELOPMENT
OGC 7/22
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 . If 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. A facsimile or electronic transmission of this Agreement with a signature on behalf
of a party will be legal and binding on such party .
h. Federal Award Identification Number (FAIN). If 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. If this occurs, an
updated Agreement that includes the FAIN will be provided to the Agency and uploaded to the
Department of Financial Services' Florida Accountability Contract Tracking System (FACTS).
i. Inspector 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 . In 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 .
IN WITNESS WHEREOF , the Parties have executed this Agreement on the day and year written above.
Chri s Hall , Chairman
" r'i I'
" • A.i .TES'f'J 1 ,
. ·c R , • '
I
L,CLERK
STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
By :----------------
Name: Nicole E. Mills, P.E.
Title : Director of Transportation Development
STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
Legal Review:
;~: < BY:~~;ili~~~~~ ... lJ an 's
Don Conway
,; ,,,_ . \ .. ~ . .. ,,
(o -····. • ,.,~~pr!> and legality
Attorney G-JS S j1,0
Paae16of2
DocuSign Envelope ID: 56143BEF-C3B9-447A-8487-3C77A4128D1C
Page 3895 of 9661
DocuSlgn Envelope ID : C 1 B2AF37-68E9-4BE5-8323-2DCDEBB404DA
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
EXHIBIT A
Project Description and Responsibilities
Form 725-000-02
STRATEGIC
DEVELOPMENT
OGC 1122
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 capita l
purchase as identified in the Agency's application on file with the Department.
B. Project Location (limits , city, county, map): Bonita Springs Urbanized Area within 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 capital assistance related to
purchasing capital equipment l isted below in the amount not to exceed that identified in Exhibit B of this agreement or
as amended .
VEHICLE/S :
EQUIPMENT:
EQUIPMENT:
Th ree (3) Bus Replacement less then 30 ft
Three (3) Radios
Three (3) Communications System -Tablets
If applicable , the Agency will also provide procurement documentation prior to the purchase of project equipment and
will subm it to the Department documentation of purchase, delivery, and/or installation for all items.
If the actual costs are less than the est imated 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 FOOT
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 FOOT Project Monitoring Status
Report. If invoicing is delayed, a quarterly report must still be prov ided .
The project scope identifies the ultimate project deliverables . Deliverables for requisition , payment and invoice
purposes will be the incremental progress made toward complet ion of project scope elements. Supporting
documentat ion will be quantifiable , measurable , and verifiable, to allow for a determ ination of the amount of
incremental progress that has been made, and provide ev idence that the payment requested is commensurate with
the accomplished incremental progress and costs incurred by the Agency .
E. Unallowable Costs (including but not lim ited to): Expenses created from third party contracts which were not
approved by the Flo rida Department of Transportat ion in accordance with Article 12 of this document.
F. Transit Operating Grant Requirements (Transit Only):
Transit Operating Grants billed as an operational subsidy w ill require an expend iture detail report from the Agency that
matches the invoice period . The expenditure detail , along w ith the progress report , will be the required deliverables fo r
Transit Operating Grants. Operati ng grants may be issued for a term not to exceed three years from execution . The
original grant agreement will inc lude funding for year one. Fund ing 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.
Paae 17 of 2
DocuSign Envelope ID: 56143BEF-C3B9-447A-8487-3C77A4128D1C
Page 3896 of 9661
DocuSigo Envelope I D: C182AF37-68E9-4BE5-8323-2DCDEBB4D4DA
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
EXHIBIT B
Schedule of Financial Assistance
Form 725 •000 ·02
STRATEGIC
DEVELOPMENT
OGC7/22
FUNDS AWARDED TO THE AGENCY AND REQUIRED MATCHING FUNDS PURSUANT TO THIS AGREEMENT
CONSIST OF THE FOLLOWING:
A. Fund Type and Fiscal Year:
Financial Fund FLAIR State Object
Management Type Category Fiscal Code
Number Year
448810-1-94-02 DU 088774 2024 780000
448810-1-94-02 DPTO 088774 2024 780000
B. Estimate of Project Costs by Grant Phase:
Phases* State Local
Land Acquisition $0.00 $0.00
Planning $0 .00 $0 .00
Environmental/Design/Construction $0.00 $0 .00
Capital Equipment/ Preventative $40,593.00 $40 ,593 .00
Maintenance
Match to Direct Federal Funding $0 .00 $0.00
Mobility Management $0.00 $0 .00
<Transit Onlv)
Totals • $40,593 .00 $40 593 .00
CSFA/ CSFA/CFDA Title or
CFDA Funding Source
Number Descri tion
Enhanced Mobility of Seniors
and Individuals with
20 .513 Disabilities
20.513 Enhanced Mobility of Sen iors
and Individuals with
Disabilities
Federal Totals State
%
$0.00 $0 .00 0 .00
$0 .00 $0.00 0 .00
$0.00 $0 .00 0 .00
$324 ,746.00 $405,932.00 10.00
$0.00 $0 .00 0.00
$0 .00 $0.00 0.00
$324,746.00 • .• $405,932.00
Funding
Amount
$324,746 .00
$40,593 .00
Local Federal
% %
0 .00 0.00
0.00 0 .00
0 .00 0.00
10.00 80 .00
0.00 0.00
0 .00 0.00
*Sh ifting 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 Onl 11 .12 .04, 11 .62.03 , 11.62 ,02
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 .
Todd Engala, MURP
Department Grant Manager Name
03/11/2024 I 3:14 PM EDT
Signature
~OoeuSlgned by :
rau~~~
5CEEDF59FF4O4B6 ... Date
@
Paae 18 of 2
DocuSign Envelope ID: 56143BEF-C3B9-447A-8487-3C77A4128D1C
Page 3897 of 9661
DocuSlgn Envelope ID : C1B2AF37-68E9-4BE5-8323-2DCDEBB4D4DA
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
EXHIBITD
AGENCY RESOLUTION
PLEASE SEE ATTACHED
Form 725-000-02
STRATEGIC
DEVELOPMENT
OGC 7122
(9
Paae 19 of 2
DocuSign Envelope ID: 56143BEF-C3B9-447A-8487-3C77A4128D1C
Page 3898 of 9661
RESOLUTION NO. 2024 - 1 04
A RESOLUTION BY THE BOARD OF COUNTY 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
FUNDING TO PURCHASE THREE REPLACEMENT BUSES, RADIOS
AND TABLETS TO SUPPORT THE PARATRANSIT SERVICE. (FPN
448810-1-94-02)
WHEREAS, the State of Florida Department of Transportation (FDOT) is willing to
enter into a Section 5310 Public Transpmtation Grant Agreement (the "Agreement") with Collier
County, wherein FDOT will reimburse Collier County up to the sum of $405,932 (Four Hundred
and Five Thousand and Nine Hundred and Thirty-Two Dollars) to purchase three replacement
buses , radios and tablets to support the Paratransit service (FPN 448810-1-94-02); 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 pe1taining to FPN 448810-
1-94-02, as well as any required ce1tification and assurances related therewith.
2. The Collier County Clerk is directed to forward a ce1tified 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, tl~is _Jj__ day of ::Jua e , 2024.
o c:rs s/io
oun y Attorney
BOARD OF COUNTY COMMISSIONERS
OF COLLIER COUNTY, FLORIDA
By tlJJau si-fau.chairman'
Page I of I
DocuSign Envelope ID: 56143BEF-C3B9-447A-8487-3C77A4128D1C
Page 3899 of 9661
DocuSign Envelope ID : C1B 2A F37-68E9-4BE5-83 23-2DCDEBB404DA
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
EXHIBIT E
PROGRAM SPECIFIC TERMS AND CONDITIONS -TRANSIT
(Section 5310: Enhanced Mobility of Seniors & Individuals with Disabilities)
Form 725 -000-02
STRATEGIC
DEVELOPMENT
OGC 7/22
1. Conformance with Enabling Legislation. This Agreement is in conformance with Section 531 o of the
Federal Transit Act of 1991, 49 U.S.C. 53 10, as amended , and Section 341 .051(1)(a), F.S .
2. Prevention Programs. The Section 5310 subrecip ient 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 Section 5310 subrecipient shall ensure adherence w ith
all federally required certifications and assurances made in its application to t he Department for Section 5310
funds .
4. FTA Compliance. The Secti on 5310 subrec ip ient 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 FOOT and FTA, as they may be amended or promulgated from time to t ime
during the term of this contract. Failure to comp ly shall constitute a material breach of this contract.
5. Nondiscrimination. The Section 5310 subrecipient assures the project w ill 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 th is assurance extends to its entire faci li ty and to facilities operated in connection
with the project.
6. Charter Operation. The Sect ion 5310 subrecipient agrees to comply with 49 U.S.C. 5323(d) and 49 CFR 604,
which provide that recipients and subrecip ients of FT A ass istance are prohibited from provid ing charter service
using federally funded equipment or facil ities 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
transpo rtation .
7 . Exclusive Operation. Pursuant to 69 U.S.C. 5323(f) and 49 CFR 605 , the Section 5310 subrecipient may not
engage in school bus operations exclus ively 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 allowab le exemption, subrecipien t s may not use federally funded
equipment, veh icles , or facilities.
8. Buy America. The Section 5310 subrecipient agrees to comp ly with Buy Amer ica requirements outlined in 49
U.S.C. 53230) and 49 CFR 661 , if using the funds granted under this agreement for rolling stock pu rchases .
The rec ipient also agrees to comply w ith the pre-award and post-delivery requirements outlined in 49 CFR
661 .12 .
9. Water Pollution Control. The Section 5310 subrecipient agrees to comp ly w ith all applicable standards,
orders or regulations issued pursuant to the Federal Water Pollution Control Act, codified at 33 U .S.C . 1251 et
seq., as amended, if the agreement exceeds $100,000.
10. Anti-Lobbying. The Section 5310 subrec ipient agrees to comply with the requirements pursuant to Byrd Ant i-
lobbying Amendment, 31 U.S.C. 1352(b)(5) and 49 CFR 20 , Append ix A.
Paae 20 of 2
DocuSign Envelope ID: 56143BEF-C3B9-447A-8487-3C77A4128D1C
Page 3900 of 9661
DocuSign Envelope ID : C182AF37-68 E9-4BE5-8 323-2DCDEBB4D4DA
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
Form 725-000-02
STRATEGIC
DEVELOPMENT
OGC7/22
11. Bonding Requirements. If this agreement is for a construction project over $150 ,000, the recipient must
adhere to FTA 's bonding requirements as outlined in the Best Practices Procurement Manual.
12. Clean Air Act. The 5310 subrecipient agrees to comply with applicable standards, orders or regulations
issued pursuant to the Clea n Air Act , 42 U.S.C . 7401 et seq., as amended, if this agreement exceeds
$150,000 .
13. Resource Conservation and Recovery Act (RCRA). The 5310 subrecipient agrees to comply with all the
requ irement of Section 6002 of the Resource Conservat ion and Recovery Act (RCRA), 49 U.S.C . 6962, as
amended , including but not limited to the regulatory provisions of40 CFR 247, and Executive Order 12873, as
they apply to the procurement of the items designated in Subpart B of 40 CFR 247 .
14. Davis-Bacon and Copeland Anti-kickback. The 5310 subrecipient agrees to comply with the Davis-Bacon
and Copeland Anti-kickback Acts as codified at 40 U.S.C . 3141 et seq. and 18 U.S.C. 874 for any agreement
exceeding $2,000.
15. Contract Work Hours and Safety Standards. For any contract over $2 ,000 the 53 10 subrecipient agrees to
comply with the Contract Work Hours and Safety Standards Act , cod ified at 40 U.S .C. 3701 et seq .
16. Transit Employee Protective Agreements. The 5310 subrecipient agrees to comply with the Transit
Employee Protective Agreements , as codified in 49 U.S.C . 5310 and 29 CFR 215.
17. Compliance with FTA Terms and Conditions The 5310 subrecipient shall not perform any act, fail to
pe rform any act, or refuse to comply with any FOOT requests which would cause the 5310 subrecipient to be
in violation of the FTA terms and cond iti ons.
18. Public Body Non-CTC Recipients. An Agency may rece ive 5310 funds when the Commun ity Transportation
Coord inator 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 Community Transportation Coordinator to
provide enhanced mobility of seniors and indiv iduals w ith disabilities in the same service area in which the
Community Transportation Coordinator is providing non-sponsored trips for the Commiss ion for the
Transportat ion Disadvantaged , then the non-sponsored human service transportation grant funds will be
considered as eligible match for the 5310 funds . The Agency will be respons ible for ensuring that the
Community Transportation Coordinator meets all the requ irements assoc iated with the federal funds. The
Agency will be respons ible for ensuring that all dollars prov ided as match were for pub li c transportation eligible
trips . The pub lic body must keep financial records that substantiate the eligibility of the match being prov ided
and make that documentation available to the Department on request.
19. 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 inc lude
both quantitative and qualitative information as available on each of the following measures:
a) Gaps in Service Filled : Provision of transportation opt ions that would not otherwise be available for
seniors and individuals w ith disabi li ties, measured in numbe rs of seniors and indiv iduals with disabilities
afforded mobility they would not have w ithout program support as a result of traditional Sect ion 5310
projects implemented in the current reporting year.
b) Ridersh ip: Actual or estimated number of rides (as measured by one-way trips) provided annually for
seniors or ind ividuals with disabilities on Section 5310 supported vehicles and services as a result of
traditional Section 5310 projects implemented in the current reporting year.
20. Transit Vehicle Inventory Management. The agency will follow the Department's Transit Vehicle Inventory
Management Procedure (725 -030-025i), which outlines the requirements for continuing management contra~ ~
Paae 21 of 2
DocuSign Envelope ID: 56143BEF-C3B9-447A-8487-3C77A4128D1C
Page 3901 of 9661
DocuSign Envelope ID : C1 B2AF37-68E9-4BE5-8323-2DCDEBB404DA
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
Form 725-000-02
STRATEGIC
DEVELOPMENT
OGC 7/22
inventory transfer and disposal actions . This procedure pertains ONLY to capital procurements of rolling stock
using the FTA Section 5310 , Section 5311, Section 5316 , and Section 5317 programs as the funding source,
or where the Department participates in 50% or more of the public trans it 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 Department programs .
--End of Exhibit E --
Paae 22 of 2
DocuSign Envelope ID: 56143BEF-C3B9-447A-8487-3C77A4128D1C
Page 3902 of 9661
DocuSign Envelope ID : C1 B2AF37-68E9-4BE5-8323-2DCDEBB404DA
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
EXHIBIT F
Contract Payment Requirements
Florida Department of Financial Services, Reference Guide for State Expenditures
Cost Reimbursement Contracts
Form 725 -000-02
STRATEGIC
DEVELOPMENT
OGC 7/22
Invoices 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 re imbursed . 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. If 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 .g., insurance prem i ums paid). If 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 w ith Section 112 .061, Florida Statutes, which
includes submission of the claim on the approved State travel voucher or electron ic means .
(4) Other direct costs : Reimbursement will be made based on paid invoices/receipts. If nonexpendable property
is purchased using State funds , the contract should include a provision for the transfer of the property to the
State when serv ices are terminated . Documentation must be provided to show compliance w ith Department of
Management Services Rule 60A-1 .017, Florida Administrative Code, regarding the requirements for contracts
which include services and that prov ide for the contractor to purchase tang i ble personal property as defined i n
Section 273.02, Florida Statutes, for subsequent transfer to the State.
(5) In-house charges : Charges which may be of an internal nature (e.g ., 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) Indirect costs: If the contract spec ifies that ind irect costs will be paid based on a specified rate, then the
calculation should be shown .
Contracts between state agencies, and/or contracts between un iversities 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 https ://www .myflo ridacfo.c om /D ivi sion /AA/Manu als/d ocumen ts/Refe renceG ui de forStateExpendi tures.pdf.
Paae 23 of 2
DocuSign Envelope ID: 56143BEF-C3B9-447A-8487-3C77A4128D1C
Page 3903 of 9661
DocuSign Envelope ID : C1 B2AF37-68E9-4BE5-8323-2DCDEBB404DA
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
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 Sen iors and Ind ividuals w ith Disabilities
*Award Amount: $324 ,746
Awarding Agency: Florida Department of Transportation
Indirect Cost Rate: NIA
**Award is for R&D: No
*The federa l award amount may change with amendments
**Research and Development as defined at 2 CFR §200 .87
Form 725-000 ·02
STRATEGIC
DEVELOPMENT
OGC 7/22
FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE SUBJECT TO THE FOLLOWING
AUDIT REQUIREMENTS:
2 CFR Part 200 -Un iform Adm inistrative Requirements, Cost Principles & Aud it Requirements fo r Federal Awards
www .ecfr.go v
FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT MAY ALSO BE SUBJECT TO THE
FOLLOWING:
Title 23 - Highways, United States Code
http://uscode.house .gov/browse.xhtml
Title 49 -Transportation , Un ited States Code
htt p://u scode .ho use .gov/browse.xhtm l
Infrastructure Investment and Jobs Act (IIJA) (Public Law 117 -58, also known as the "Bipartisan Infrastructure Law ")
https://www .co nqress.g ov/117 /bi ll s/h r3684 /BIL LS-117 hr3684enr.p df
Fede ral Highway Admin istration -Florida Div ision
www. fhw a.do t.qov/fldi v
Federal Fund ing Accountab ility and Transparency Act (FFATA) Sub-award Reporting System (FSRS)
www .fs rs.gov
Paae 24 of 2
DocuSign Envelope ID: 56143BEF-C3B9-447A-8487-3C77A4128D1C
Page 3904 of 9661
RLSOT,UTTO\ NO. 2025 -
A I{E,SOLUTION BY 'I'HT,] BOAITI) OF COUNTY COMNIISSIONERS,
COLLIf,R COUNTY, FLORIDA, APPIIOVING AND AT]THORIZIN(; I1'S
CHAIIIMAN TO EXECUTE AMITNI)MENT NO. 2 TO THE SECTION 5339
PUBLIC TRANSPORTATION GRANT AGREENlEN'I' 439255-I-94.2]
CON'TRACT NUMBER G2W58 SD-t 1'O I.]XPIRE, ON DECEMBER 3I. 2025
TO .IUNE 30, 2026, AND St]I]NIIT AND REVISE ANY ALL SUPPORTINC
DOCUMENTS AND ASSIJRANCES RELATED TO SUCH AWART)
I{ELATING TO THE STATI' OI' T'LORIDA DEPARTNIENT OF
TRANSPORI'A'TION FOR GRANT FUNDING TO PLRCIIASIi A
REPLACEMENT BUS AND EQUIPMI,]NT FOR THE RURAL SERVICE
AREA.
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 lronr the Florida Department of 'fransportation under Grant Agreement 439255-l-94-23,
contract number G2W58. dated April 16, 2024. in the amount of $715.027 (thc "Agreement"),
relating to the purchase of a replacement bus lor the rural service area; and
WHEREAS, the Florida Department of 'l ransportation and the Board r.r,ish to amend the
Agreement to purchase additional equipment with remaining grant funds ("Amendment No. l")l and
WHEREAS, the Board finds the Amendment No. I to the Agreement is in the public interest
and benefits the citizens of Collier County; and
WHEREAS, the Florida Department of Transportation and the Board wish to modif.v the
Agreement to extend the end date ofthe Agrecment to June 30.2026 ("Amendment No. 2").
NOW THEREFORE, tsE IT RESOLVED by the Board of County Commissioners ol
Collier County, Florida, that:
The Board hereby approves the Amendment for Extension of Public Transportation Grant Agreement
G2W58 to extend the term to June 30, 2026, and authorizes its Chairman to execute. submit. and revise
any and all documents required in connection with the Federal Transit Administration Section 5339
Grant Arvard including. but not limited to: (a) executing the amended Public Transportation Grant
Agreement 439255-l-ga-23; (b) accepting and executing any required certifications and assurances and
all supponing documents related to the Section 5339 grant awarded to the County (c) approving all
necessary budget amendments to receive and use grant dollars received above or belor.l the target ar.lard
rcfbrenced in the Section 5339 grant application. and (d) the fixed route public transit operating services
in the Rural Service Area and otheru'ise authorizing the expenditure ofgrant f'unds pursuant to the grant
awarded, unless specifi cally rescinded.
2. 'l'he Collier County Clerk is directed to forward a certified copy of this Resolution along with the
Amendment No. I to the Agreement for execution by FDOT.
3. This Resolution shall take ell'ect inrmediatcly upon adoption
Page 1 of 2
Page 3905 of 9661
THIS RESOLUTION ADOPTED aflter motion, second and majority vote lavoring
same. this _ day ol'_, 2025,
ATTEST:
CRYSTAL K. KINZEL, Clerk
Bv:
, Deputy Clerk
Approv
.le ffrey County Attorney
BOARD OF COUNTY COMMISSIONEI{S
OF COLLIER COUNTY. FLORIDA
Bun L. Saunders, Chairman
Ilv
t)'
II
Pagc 2 of 2
Page 3906 of 9661
Docusign Envelope lD E788A898-80E5-4630-8A78-E096E33F31E8
STATE OF FLORIDA OEPARTMENT OF TRANSPORIATION
AMENDMENT FOR EXTENSION OF PUBLIC
TRANSPORTATION GRANT AGREEMENT
STRATECIC
OEVELOPMENT
occ 0a19
OAIEt 10t112025
TO: Collier Countv Board of County Commissioners
FRO M: Victoria U otheorove.
SUBJECT: Time Extension
CONTRACT NUMBER: G2W58
AMENDMENT NUMBER: 2
FINANCIAL MANAGEMENT NUMBER: 439255-1-94-23
The Public Transportation Grant Agreement ("Agreement") between the Florida Department of
Transportation ("Department") and Collier Countv Board of Countv Commissioners ("Agency'), dated
411612024, is scheduled to expire on the 31 day of December, 2025.
The Agency requests an Amendment of the Agreement, to extend the end date of the Agreement to the :39
day of 06, 2026, for additional time to complete the Project for the following reasons to allow additiona time
to Drocure. order and install the additional ro ment that was added to the PTGA throuoh an amendmenteou
executed on May 29,2025
The Department agrees to the requested extension of the Agreement. All of the terms and conditions of the
Agreement and any amendments thereto shall remain in full force and effect.
lN WITNESS WHEREOF. the Parties have executed this Amendment on
completed by Department).
(to be
AGENCY Collier County Board of County
Commissioners
STATE OF FLORIDA. DEPARTI,IENT OF TRANSPORTATION
By:
Name
Title:
and legality
By:
Name
Title:
Nicole E. Mills, P.E
Oirector of Transportation
Development
STATE OF FLORIDA, DEPART[/ENT OF TRANSPORTATION
e
A
Jeflrey A.; County Attomey
Don Conway, Senior Attorney
Page 'l of 1
Legal Review
1
u
Page 3907 of 9661
RESOLLTTION NO.2025 -
A ITESOLUTION B\' THE BOAITD OT' COUNTY CO]VINIISSIONERS,
COLLIER COUNTY. FLOIIIDA, APPROVING AND AUTTIORIZING ITS
CTIAIIT]IIAN TO EXECUTE AN AMENDMENT TO T]XTEND THE
SECTION 53IO PUBI,IC TILANSPORTAI'ION GIIAN'I AGREEME:\IT
FPN 1488I0.I-94.23 CONTT{-,\CT NUMBER G2Y33 WITH THE STATE
OF FI,ORIDA DEPARTMENT OF TRANSPORTATION FOR GRANT
FUNDING TO PURCHASE, T'OUR REPLACEMENT BT,SES, RADIOS
AND'I'ABI,[,TS TO SUPPORT THtr PARATRANSI'T SERVICE.
WHEREAS, the State of Florida Department of Transportation (FDOT) is u'illing to
enter into a Section 53 10 Public Transportation Grant Agreement (the ''Agreement") u,ith Collier
County. wherein FDOT will reimburse Collier County up to the sum ol $721 .687 (Seven
Hundred and Twenty-one Thousand and Six Hundred and Eighty-Seven Dollars) to purchase
four replacement buses, radios and tablets to support the Paratransit service (FPN 448810-l-94-
23): and
WHEREAS, the Collier County Board of County Commissioners finds that the
Agreement is in the public interest and benefits the citizens ol'Collier County: and
WHEREAS, the Florida Department o l' Transportation and the Board rvish to modil.v the
Agreement to extend the end date ofthc Agreement to June 30,2026.
NOW THEREFORE, BE IT RESOLVED by the Board of County Commissioners ol'
Collier County. Florida. that:
The Board hereby approves the Amendment for Extension of Public 'I'ranspofiation Grant
Agreemenl G2Y33 to extend the term to June 30,2026, and authorizes its Chairman to execute.
submit, and revise any and a.ll documents required in connection with the Fcderal Transit
Administration Section 5310 Crant Award including, but not limited to: (a) executing the amended
Public TransporraLion Grant Agreement 4488I 0-l-94-23'. (b) accepting and executing any required
ceftificalions and assurances and all supporting documents related to the Section 5310 grant
awarded to dre Counr)- (c) approving all necessary budget amendments to receive and usc grant
dollars receivcd above or below the target award referenced in the Section 5310 grant application,
and (d) the Paratransit sen'ices in the Rural Service Area and othernise authorizing the
cxpenditure of grant f,urds pursuant to the grant awarded, unless specifically rescinded.
2. Board approves and authorizes its Chairmiur to sign the Amendment I perraining to FPN 448810-
l-94-23, as well as any required certification and assurances related therewith.
3. The Collier County Clerk is directed to forward a certified mpy of this Resolution along rvith the
Ageement for execution by FDOT.
4. This Resolution shall take effect immediatell, upon adoption.
Page l of2
Page 3908 of 9661
THIS RESOLUTION ADOPTED alicr motion. second and majority vote lavoring
same. this _ day of 2025.
A'I'TEST:
CRYSTAL K. KINZEL. Clerk
B)':
BOARD OF COTJNTY COMMISSIONERS
OF COLLIER COLTNTY. FLORIDA
Burt L Sauders. Chairman
By
. Deputy Clerk
rm and legality:
.letiiey County Attorney
Page 2 of 2
Page 3909 of 9661
Doc!sign Envelope lD: 988680EE-5445-442C-9E82471 14802039E
STRATEGIC
DEVELOPiVENT
oGc 0?J19
The Public Transportation Grant Agreement ("Agreement") between the Florida Department of
Transportation ("Department") and Collier Countv Board of Countv Commissioners ("Agency"), dated
512912024, is scheduled to expire on the 31 day of December. 2025.
The Agency requests an Amendment of the Agreement, to extend the end date of the Agreement to the :Eq
day of June, 2026, for additional time to complete the Project for the following reasons: to allow additional
time to orocure. order. and install the eouioment ne ded to put the four buses deliverino in December of
2025 into service
The Department agrees to the requested extension of the Agreement. All of the terms and conditions of the
Agreement and any amendments thereto shall remain in full force and effect.
lN WTNESS WHEREOF, the Parties have executed this Amendment on
completed by Department).
(to be
AGENCY Collier County Board of County
Commissioners
STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
By:
Name
Title:
form and legality
N cole E l\,4ills P.E
Direclor of Transportation
Development
STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
Legal Review:e
itJcffrcy A.County Attomey
Don Conway, Senior Attorney
Page 1 of 1
SiATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AMENDMENT FOR EXTENSION OF PUBLIC
TRANSPORTATION GRANT AGREEMENT
By:
Name:
Title:
OAf E: 101112025
TO: Collier Countv Board of Countv Commissioners
FROM: Victoria Uotheorove
SUBJECT: Time Extension
CONTRACT NUMBER: G2Y33
AMENDMENT NUMBER: ]
FINANCIAL MANAGEMENT NUMBER: 448810-1 -94-23
1
Page 3910 of 9661
RESOLUTION NO. 2025 -
A RESOLUTION BY THE I}OAIID OF COUNTY COMMISSIONERS,
COLLIF,R COUNTY, T'LORIDA, APPROVING AND AUTHORIZING ITS
CHAIRMAN TO EXECUTE AN ANIENDME:\IT TO EXTEND THE
SECTION 53IO PUBLIC TRANSPORTATION (;RANT AGREEMENT
FPN(s) 151117-l-94-22, 431147-2-94-22 and 451 l,17-3-94-22 CONTRACT
NUMBER G2Y74 WITII TIItr STATE OF FLORIDA DEPARTMENTOF
TRANSPORTATIoN FOR GRAN'I' F'UNDING TO PURCHASE THREE
REPLACEME,NT I]USES, IIADIOS AND TAI]LETS TO SUPPORT THE
PARATRANSIT SERVICE,.
WHEREAS, the State of Florida Department ol 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 $567,488 (Five Hundred
and Sixly-Severi Thor.rsand and l'our Hundred and Eighty-Eight Dollars) to purchase three
replacement buses, radios and tablets to support the Paratransit service (FPN(s) 451147-1-94-22.
4 5 I 1 47 -2-94-22 and 45 1 I 47-3 -94 -22): and
WHEREAS, the Collier County Board of County Commissioners finds that the
Agrcement is in the public interest and benefits thc citizens of Collier County; and.
WHEREAS, the Florida Department of Transportation and the Board wish to modi$ the
Agreemcnt to extend the end datc ofthe Agreement to June 30.2026.
NOW THEREFORE, BE IT RESOLVED by the Board of Countl Commissioners ol
Collier County, Florida, that:
The Board hereby approves the Amendment lbr Extension of Public Transporlation Grant
Agreement G2Y74 to extend the term to June 30. 2026, and authorizes its Chairman to execute.
submit, and revise any and all docunrents required in connection w'ith the Federal Transit
Administration Section 5310 Grant Award including, but not limited to: (a) executing the amended
Public Transportation Grant Agreement 451 147- I -94-22,451147-2-94-22 wtd 451147-3-94-22; (b)
accepting and executing any required certiircations and assuances and all supporting documents
related to thc Section 5310 grant awarded to the County (c) approving all necessary budgct
amendments to receive and use grant dollars received above or below the target award refbrenced
in the Section 5310 grant application. and (d) the Paratransit senices in the Ruml Service Area and
otherwise authorizjng the expenditure o1' grant lunds pursuant to the grant aw,arded" unless
specilically rescinded.
2. Board approves and authorizrs its Chairman to sign the Amendment 1 pertaining to FPN(s)
451147-1-94-22. 451147-2-94-22 and 451147-3-94-22), as well as any required certification and
assurances related therewith.
3. The Collier Coutty Clerk is directed to forward a certified copy of this Resolution along with the
Agrcement fbr execution by FDOT.
Pagc I o1' 2
Page 3911 of 9661
4. 'fhis Resolution shall take eil'ect immediately upon adoption.
THIS ltESOLU'tlON ADOPTIID altcr motion. second and nrajoritl r,ote thvoring
same, this _ day of 2025.
A1''IEST:
CRYSTAI, K, KINZEI,, CICTK
I31 :
, I)eputy Clerk
Appro Iegality:
Jelliey Counly Attorney
BOARD OF COUNTY COMMISSIONERS
OF COLLIER COUNTY, FLORIDA
Bv:
Burt L. Saunders. Chairman
itlIlL
Page 2 ol' 2
Page 3912 of 9661
Docuslgn Envelope lD 1F63618A-5SA5-4481-8874-C64C3AED2C5O
SIATE OF FLORIOA OEPARTMENI OF IRANSPORTAI]ON
AMENDMENT FOR EXTENSION OF PUBLIC
TRANSPORTATION GRANT AGREEMENT
OEVELOPMENT
occ ozr9
The Public Transportation Grant Agreement ("Agreement") between the Florida Department of
Transportation ("Department") and Collier Countv Board of Countv Commissioners ("Agency"), dated
611412024, is scheduled to expire on the 31 day of December, 2025.
The Agency requests an Amendment of the Agreement, to extend the end date of the Agreement to the :30
day of June, !p!Q, for additional time to complete the Project for the following reasons to allow additional
time for the deliverv of three buses and orocure orde r, and receive the necessary eouioment needed to put
the buses in service once th h b n 5
The Department agrees to the requested extension of the Agreement. All of the terms and conditions of the
Agreement and any amendments thereto shall remain in full force and effect.
lN WITNESS WHEREOF, the Parties have executed this Amendment on
completed by Department).
(to be
AGENCY Collier County Board of County
Commissioners
STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
By:
Name
Title:
End lcgality
By:
Name
Title:
Nicole E. Mills P,E
Director of Transportation
Development
STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
Legal Review:e
Don Conway, Senior Attorney
1
t(
Jeffrey A.County Atlomey
Page I oi 1
OAIE:1011120?5
TO: Collier Countv Board of Countv Commissioners
FROM: Victoria Uotheqrove.
SUBJECT: Time Extension
CONTRACT NUMBER: G2Y74
AMENOMENT NUMBER: ]
FINANCIAL MANAGEMENT NUMBER: 451147 -1-94-22, 451147 -2-94-22, 451147 -3-94-22
Page 3913 of 9661
I{ES()t.IrTION NO. 2025 -
A I{I]SOLIITION BY TIIE BOAII.D OF COUNTY COMMISSIONI,]RS,
COLI,IER COUNTY, FT,OITIDA, APPROVING AND AUTHORIZING ITS
CIIAIRMAN TO EXECTiTE AN AMENDMENT TO EXTEND THE
SE,CTION 53IO PUBLIC TRANSPORT,4-I'ION GRANT A(;REEMENT
FPN 44It8IO.I.94-02 CONTRACT NUMBER G2Y32 WITII THE S]'A'I'E
OF FLORIDA DEPARTMENT OF TRANSPORTATIoN FOR GRANT
I'T]NDING TO PURCIIASE THRE,E REPLACEMENT BUSES, RADIOS
AND T,{BI,[,TS TO SUPPORT THE PARATRANSIT SE,RVICE.
WHEREAS, the State of Florida Dcpartment of Transportation (FDOT) is willing to
enter into a Section 5310 Public 'f ransportatiol.l Grant Agrecment (the "Agreement") with Collier
County. wherein FDOT rvill reimburse Collier County up to the sum of$405.932 (Four Hundred
and Five Thousand and Nine Ilundred and 'l'hirty-Tr.r'o Dollars) to purchase thrcc replacement
buses, radios and tablets to support the Paratransit service (FPN 448810- 1-94-02): and
WHEREAS, the Collier County Board of County Comrnissioners llnds that the
Agreement is in the public interest and benefits the citizens of Collier Ciountl,: and
WHEREAS, the Florida Depafiment ol Transportation and the lloard wish to modif_v the
Agreemcnt to extend the end date ol'the Agrecmcnt to June 30.2026.
NOW THEREFORE, BE IT RESOLVED by the Board ol County Comrnissioners ol
Collier County, Florida, that:
1. The Board hereby approves thc Amendment for Extension of Public Transponation Grant
Agreement G2Y32 to extend thc term to June 30.2026, and authorizes its Chairman to execute.
subrnit, and revise any and all documents required in connection with the Federal Transit
Administration Section 5310 Grant Award including, but not limited to: (a) executing the amended
Public 'lrarsportation Grant Agreement 448810-1-94-02; (b) accepting eurd executing any required
ce(ifications and assurances and all supporting documents related to the Section 5310 grant
arvarded to the Counqv (c) approving all neccssary budget amendments lo receive and use grant
dollars received above or belorv the target award referenccd in the Section 5310 grant application,
and (d) the Paratratrsit services in the Rural Service Area and otherw,ise authorizing the
expenditure ofgrant lunds pursuant to the grant awarded, unless specilically rescindcd.
2. Board approves and authorizes its Chairman to sign the Amendment I penaining to |PN 448810-
1-94-02. as well as any requircd certification and assurances related therewith.
3. 'lhe Collier County Clerk is directed to forward a certified copy of this Resolution along with the
Agreement for execution by FDOT.
4. This Resolution shall take eft'ect immediately upon adoption.
Page I of2
Page 3914 of 9661
I'HlS RESOLUTION ADOPTEI) alier motion. sccond and nrajority'volc thvoring same. this
_ da1' of 2025.
AT'I'EST:
CRYS IAL K. KINZEL, Clerk
By:
. Deputy Clerk
Approved ality:
Jeffiey A . Count) Attorncy
BOARD OF COI,]NTY COMMISSIONERS
OF'COLLIER COLIN] Y. FLORIDA
By:
Burt L Sauders. Chairman
a o
Page 2 of 2
ll-1,
Page 3915 of 9661
Docusign Envelope lD: F83F6FEF-0503-4FE0-88A7-0CBC5Ec955A0
STAIE OF fLORIDA OEPARIMENI OF TRANSPORTATION
AMENDMENT FOR EXTENSION OF PUBLIC
TRANSPORTATION GRANT AGREEMENT
STRATEGIC
OEVETOPMENI
occ 0zlr
OATE: 101112025
TO: Collier Countv Board of C ntv Commissioners
FROM: Vrctoria Uptheqrove,
SUBJECT: Time Extension
CONTRACT NUMBER: G2Y32
AMENOMENT NUMBER: 1
FINANCIAL MANAGEMENT NUMBER: 448810-1 -94-02
The Public Transportation Grant Agreement ("Agreement") between the Florida Department of
Transportation ("Department") and Collier Countv Board of Countv Commissioners ("Agency"), dated
611412024, is scheduled to expire on the 31day of Oecember, 2025.
The Agency requests an Amendment of the Agreement. to extend the end date of the Agreement to the :90
day of 06. 2026, for additional time to complete the Project for the following reasons: to allow additional time
to Drocure, order. and install additional eouiDment needed to out the three buses received Februarv 2025
into service..
The Deparlment agrees to the requested edension of the Agreement. All of the terms and conditions of the
Agreement and any amendments thereto shall remain in full force and effect.
lN WTNESS WHEREOF, the Parties have executed this Amendment on
completed by Oepartment).
(to be
AGENCY Collier County Board of County
Commissioners
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
By:
Name
TiUe:
By:
Name
Tifle:Director of Transportation
Development
STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
Legal Review:eand legality
1
lq
Jcffrey County Attomey
Page 1 of 1
Nicole E. l\4ills, P E
Don Conway, Senior Attorney
Page 3916 of 9661