Loading...
Agenda 12/09/2025 Item #16B15 (Resolution the Chair to execute the FY26 Public Transportation Grant Agreement)12/9/2025 Item # 16.B.15 ID# 2025-4709 Executive Summary Recommendation to approve a Resolution approving and authorizing the Chair to execute the FY26 Public Transportation Grant Agreement (PTGA) 410139-1-84-09 with the Florida Department of Transportation (FDOT) State Block Grant Program in the amount of $2,556,190 providing for State funding for eligible Collier County fixed-route transit administrative, management, and operational expenses in the amount of $1,278,095, approve a local match in the amount of $1,278,095, and authorize the necessary Budget Amendments. OBJECTIVE: To provide efficient, safe, and timely public transportation for the residents of Collier County. CONSIDERATIONS: State funding is made available each year through a process administered by the Florida Department of Transportation (FDOT) under the State Block Grant Program. State Block Grant funding is allocated and made available to multiple counties across the state through an allocation in the FDOT work plan. The Public Transportation Grant Agreement (PTGA) will provide funding for eligible administrative, management, and operational expenses incurred as a result of Collier County providing fixed-route transportation services for its residents. The amount of State dollars available to Collier County for FY26 totals $1,278,095 and requires a local match of $1,278,095. Staff received the final agreement on November 7, 2025, and it is attached to this item for the Board's consideration. The Resolution also authorizes the Chairman or their designee to modify or terminate the agreement, as well as execute any pertinent documents affiliated with the agreement. 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. 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: A Budget Amendment is required to recognize grant funding in the amount of $1,278,095 within the Collier Area Transit (CAT) Grant Fund (4031) Project 33968. A Budget Amendment is also required in the amount of $1,278,095 within CAT Grant Match Fund (4032), Project 33968. Matching funds are available within the Collier Area Transit Enhancement Fund (4030) supported by the annual transfer of General Fund (0001) revenue. GROWTH MANAGEMENT IMPACT: This item is consistent with the Transportation Element Objectives 10 and 12 of the Growth Management Plan. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires a majority vote of the Board for approval. – CLD RECOMMENDATION(S): To approve a Resolution approving and authorizing the Chairman to execute the FY 26-27 Public Transportation Grant Agreement (PTGA) 410139-1-84-09 with the Florida Department of Transportation (FDOT) State Block Grant Program in the amount of $2,556,190 providing for State funding for eligible Collier County fixed-route transit administrative, management, and operational expenses in the amount of $1,278,095, approve a local match in the amount of $1,278,095, and authorize the necessary Budget Amendments. PREPARED BY: Omar De Leon, Transit Manager, PTNE Division ATTACHMENTS: 1. Resolution 2. Grant Agreement 3. BA for Fund 4030 Page 4181 of 9661 12/9/2025 Item # 16.B.15 ID# 2025-4709 4. BA for Fund 4031 5. BA for Fund 4032 Page 4182 of 9661 RIISOLL]]-IoN \O. 2025. A RESOLLITIOT\- OF THE BOARD OF COUNTY COMMISSIONERS, OF COLLIER COUNTY, FLORIDA, APPROVING AND AUTHORIZING THE CHAIRMAS TO EXECUTE PUBLIC TRANSPORTION GRANT AGREEMENT 4IOIJ9-I.94-09 WITH THE FLORIDA I)EPARTMENT OF TRANSPORTATION (FDOT) TO PROVIDE STATE TRANSIT BLOCK GRANT FUNDS FOR PTJBLIC TRANSPORTATION SERVICES IN COLLIER COUNTY. WHEREAS. on December 9. 2025, The Board of County Commissioners of Collier County Florida ("Boald") approvcd a Public Transpotation Grant Agreement (the "Agreement") with FDOT to provide Public Transit Block Grant funds to assist Collier County, and authorized its Chairrnan to sign and enter into that Agreement; and WHEREAS, FDOT required the Board to provide a resolution rrernorializing and confirr.ning the Board's affirrnative vote to approve the Agrccment and authorizing its Chairman to execute the Agreement. NOW THEREFORE. BE IT RtrSOLVED BY THE BOARD OF COUNTY COMMISSIOI\\;ERS OF COLLIER COUNTY, FLORIDA, that: l. l'he Board olCounty Commissioners approves, and authorizes its Chairman to sign, the Public Transpoftation Grant Agreement (Financial Project 4 I 0l 39- I -84-09). 2.-fheChairmanortheirdesigneeisauthorizedtoenterinto-modiforterminatetheAgreement, as well as other pertinent documents affiliated with the AgreemeDr. with the Florida Department of Transportatiotl, unless specifi cally rescinded. 3. This Resolution memorializes and confirms the Board's approval ofthe Agreement. 4. A certified copy of this Resolution shall be forwarded by the Collier County Clerk to FDOT along with the executed Agreement. of This Resolution adopted after motion, second and majority vote favoring same this _ day ,202s. A'I..I'EST: CRYSI'AI- K. KINZEL. Clerk Ilv': . Deputy Clerk Approv and legality: BOARD OF COLTNTY COMMISSIONERS COLLI ER COI.JNTY. FLORIDA llr Burt L. Saunders. Chairman KJeffrey kow- Countv Attornev @Page 4183 of 9661 Docusign Envelope lD: CAB2A1D3-A785-4AF1-9044-F1DE46A20A98 STATE OF FLORIOA DEPARIMENTOF IRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT STSATEGIC DEVELOPMENI occ 10/25 Flnancial Project Numbe(s) (il6m se9menr.p'rae*equBoc6) 410139-1-84-09 Fund(s)DDR FLAIR Category: 088774 Work Activity Code/Function FederalAward ldentification Number (FAIN)- Transit only Federal Award Date: Agency UEI Number: 215 Obiect Code; Org. Code: Vendor Number 751000 55012020129 F596000558030 Contract Number CFDA Number: CFDA Title CSFA Number: CSFA TitIE: TBD N/A N/A 55 010 Public Transit Block Grant Prooram THIS PUBLIC TRANSPORTATION GRANT AGREEMENT ("Agreement") is entered into by and between the State of Florida, Department of Transportation, ("Department"), and Collier Countv Board of Countv Commissioners, ("Agency"). The Department and the Agency are sometimes referred to in this Agreement as a "Party" and collectively as the "Parties." NOW, THEREFORE, in consideration of the mutual beneflts to be derived from joint participation on the Project, the Parties agree to the following: 1. Authority. The Agency, by Resolution or otherform 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) 341.052, Florida Statutes, to enter into this Agreement. 2. Purpose of Agreement. The purpose of this Agreement is to provide for the Department's participation rc Transit R k Grant P ram fundi ^^ f^r rh6 A^a6^,,'.inistrationn manaoement and oDerational exDenses incurred rouoh orcvidino oublic transDortation services in Collier Countv, as further described in Exhibit "A", Prorect 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): 4. Exhibits. The following Exhibits are attached and incorporated into this Agreement Exhibit A: Project Description and Responsibilities Exhibit B: Schedule of Financial Assistance 'Exhibit B1: Defened Reimbursement Financial Provisions 'Exhibit 82: Advance Payment Financial Provisions-Exhibit B3: Alternative Advanced Pay (Transit Bus Program)-Exhibit C: Terms and Conditions of Construction Exhibit D: Agency Resolution Exhibit E: Program Specific Terms and Conditions Exhibit E1: Prohibition Based on Health Care Choices I X X -X x x Page 1 ol 27 -IWkJRVR-pu-uo Aviation Seaports 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 Page 4184 of 9661 Docusign Envelope lOr CAB2A1DIA785-4AF1-9044-F1D846A20A98 STATE OF FLOFIDA OEPARTMENI O' IRANSFORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT STRATEGIq OEVEI.OPMENT occ 10/26 Exhibit E2: Exterior Vehicle Wrap, Tinting, Paint, Marketing and Advertising (Transit) Exhibit E3: Geoengineering and Weather Modification Reporting (Aviation) Exhibit E4r Energy Policy Goals Reporting Exhibit Fr Contract Payment Requirements 'Exhibit G: Audit Requirements for Awards of State Financial Assistance -Exhibit H: Audit Requirements for Awards of Federal Financial Assistance.Exhibit l: Certification of Disbursement of Payment to Vehicle and/or Equipment Vendor 'Additional Exhibit(s): -lndicates that the Exhibit is only attached and incorporated if applicable box is selected 5. Time. Unless specified othen ise, all references to "days" within this Agreement refer to calendar days. 6. Term of Agreement. This Agreement shall commence upon full execution by both Parties ("Effective Date") and continue through December 3'1, 2026. lf the Agency does not complete the Project within this time period, lhis Agreement will expire unless an extension of the time period is requested by the Agency and granted in writing by the Department prior to the expiration of this Agreement. Expiration of this Agreement will be considered termination of the ProJect. The cost of any work performed prior to the Effective Date or after the expiration date of this Agreement will not be reimbursed by the Department. a. _ lf this box is checked the following provision appliesi Unless terminated earlier, work on the Project shall commence no later than the _ day of _, or within _ days of the issuance of the Notice to Proceed for the construction phase of the Prolect (if the Project involves construction), whichever date is earlier. The Department shall have the option to immediately terminate this Agreement should the Agency fail to meet the above-required dates. 7. Amendments, Extensions, and Assignment. This Agreement may be amended or extended upon mutualwritten agreement of the Parties. This Agreement shall not be renewed. This Agreement shall not be assigned, transferred, or otherwise encumbered by the Agency under any circumstances without the prior written consent of the Department. 8. Termination or Suspension of Project. The Department may, by written notice to the Agency, suspend any or all of the Department's obligations under this Agreement for the Agency's failure to comply with applicable law or the terms of this Agreement until such time as the event or condition resulting in such suspension has ceased or been corrected. Notwithstanding any other provision of this Agreement, if the Department intends to terminate the Agreement, the Department shall notify the Agency of such termination in writing at least thirty (30) days prior to the termination of the Agreement, with instructions to the effective date of termination or specify the stage of work at which the Agreement is to be terminated. b. The Parties to this Agreement may terminate this Agreement when its continuation would not produce beneficial results commensurate with the further expenditure of funds. ln this event, the Parties shall agree upon the termination conditions. lf the Agreement ls terminated before performance is completed, the Agency shall be paid only for that work satisfactorily performed for which costs can be substantiated. Such payment, however, may not exceed the equivalent percentage of the Department's maximum financial assistance. lf any portion of the Project is located on the Department's right-of-way, then all work in progress on the Department right-of-way will become the property of the Department and will be turned over promptly by the Agency. I x x 1 a c Page 2 af 27 @ Page 4185 of 9661 Docusign Envelope lD CAB2A1D3-A7B54AF1-9044-F10E46A20A98 SIAIE OF FLORIOA OEPARTMENT OF IRANSPORIATION PUBLIC TRANSPORTATION GRANT AGREEMENT STRATEGIC oGc 10,23 d. ln the event the Agency fails to perform or honor lhe requirements and provisions of this Agreement, the Agency shall promptly refund in full to the Oepartment within thirty (30) days of the termination of the Agreement any funds that were determined by the Department to have been expended in violation of the Agreement. e. The Department reserves the right to unilaterally cancel this Agreement for failure by the Agency to comply with the Public Records provisions of Chapter 1 19, Florida Statutes. 9. Project Cost: The estimated total cost of the Project is $2.556,190. This amount is based upon Exhibit "8", 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 writlen agreement of the Parties and does not require execution of an Amendment to the Public Transportation Grant Agreement. The timeline for deliverables and diskibution of estimated amounts between grant phases requires an amendment executed by both Parties in the same form as this Agreement. b. The Oepartment agrees to participate in the Project cost up to the maximum amount of $1.278.095 and, the Department s participation in the Project shall not exceed:lEq9% of the total eligible cost of the Project, 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: Eligible Cost. The Oepartment 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 Oescription and Responsibilities. Modifications to the deliverables in Exhibit "A", Project Description and Responsibilities requires a formal written amendment. c. lnvoicing. lnvoices shall be submitted no more often than monthly by the Agency in detail sufficient for a proper pre-audit and post-audit, based on the quantifiable. measurable, and verifiable deliverables as established in Exhibit "A", Project Description and Responsibilities. Deliverables and costs incurred must be received and approved by the Department prior to reimbursement. Requests for reimbursement by the Agency shall lnclude an rnvoice. progress reporl, and supportjng 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 documentataon 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 seNice 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 supporled 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: a a Page 3 ol 27 @ Page 4186 of 9661 Docusign Envelope lDi CA82A1D3-A785-4AF 1-9044-F l DE46A20A98 STAIE OF FTORIOA OEPARTMENT OF IRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT SIFATEGIC DEVETOPMENT oGc 1o/25 Travel expenses are NOT eligible for reimbursement under this Agreement. X Travel expenses ARE eligible for reimbursement under this Agreement. Bills for travel expenses specifically authorized in this Agreement shall be submitted on the Department's Contractor Travel Form No. 300-000-06 and will be paid in accordance with Section 1 12.061 , 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 Offlcer of the State of Florada under Chapters 215 and 216. Florida Statutes, or the Department's Comptroller under Section 334.044(29), Florida Statutes. lf the Department determines that the performance of the Agency is unsatisfactory, the Department shall notify the Agency of the deficiency to be corrected, which correction shall be made within a time- frame to be specified by the Department. The Agency shall, within thirty (30) days after notice from the Oepartment, provide the Department with a corrective action plan describing how the Agency will address all issues of contract non-performance, unacceptable performance, failure to meet the minimum performance levels, deliverable deficiencies. or contract non- compliance. lf the corrective action plan is unacceptable to the Department, the Agency will not be reimbursed. lf the deficiency is subsequently resolved, the Agency may bill the Department for the amount that was previously not reimbursed during the next billing period. lf the Agency is unable to resolve the deficiency, the funds shall be forfeited at the end of the Agreement's term. g. lnvoice Processing. An Agency receiving financial assistance from the Department should be aware of the following time frames lnspection or verification and approval of deliverables shall take no longer than 20 days from the Department's receipt of the invoice. The Department has 20 days to deliver a request for payment (vouche0 to the Department of Financial Services. The 20 days are measured from the latter of the date the invoice is received or the deliverables are received, inspected or verified, and approved. lf a payment is not available within 40 days, a separate interest penalty at a rate as established pursuant to Section 55.03(1), Florida Statutes, will be due and payabte, in addition to the invoice amount, to the Agency. lnterest penalties of less than one ('l) dollar wjll not be enforced unless the Agency requests payment. lnvoices that have to be returned to an Agency because of Agency preparation errors will result in a delay in the payment. The invoice payment requirements do not start until a properly completed invoice is provided to the Department. A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this individual include acting as an advocate for Agency who may be experiencing problems in obtaining timely payment(s) from a state agency. The Vendor Ombudsman may be contacted at (850) 413-5516. h. Records Retsntion. 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 finat 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. @ Page 4 of 27 Page 4187 of 9661 Docusign Envelope lD: CAB2A1D3-A785-4AF 1-9044-F 1 DE46A20A98 SIATE OT FLORIOA O'PARTMENI OF TRAXSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT STRATEGIC OEVE!OPMENT oGc 10/26 Progress Reportg. 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 Oepartment. 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. j. Submission of Othor 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. Offsots for Claims. lf, after Project completion, any claim is made by the Department resulting from an audit or for work or services performed pursuant to this Agreement, the Department may offset such amount from payments due for work or services done under any agreement that it has with the Agency owing such amount if, upon written demand, payment of the amount is not made within 60 days to the Department. Offsetting any amount pursuant to this paragraph shall not be considered a breach of contract by the Department. l. Final lnvoice. The Agency musl submit the final invoice on the Project to the Department within 120 days after the completion of the Project. lnvoices submitted after the 120-day time period may not be paid. m. Department's Performance and Payment Contingent Upon An nual Appropriation by the Legislature. The Department's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legaslature. lf the Department's funding for this Project is in multiple fiscal years, a notice of availability of funds from the Department s project manager must be received prior to costs being incurred by the Agency. See Exhibit "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 avaalable. Limits on Contracts Exceeding $25,000 and Term more than 1 Year. ln the event this Agreement is in excess of $25,000 and has a term for a period of more than one year, the provisions of Section 339.135(6Xa), 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 wratten, 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 fu nds. 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 Oepartment which are for an amount in excess of S25,000 and which have a term for a period of more than 1year." Agency Obligation to Refund Oepartment. 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 vrolation 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 n o Page 5 ol 27 @ Page 4188 of 9661 Docusign Envelope lD: CA82A1D3-A785-4AF 1-9044-F 1 0E46A20A98 STATE OF fLORIDA OEPARTMENT OF TRANSPORTAIION PUBLIC TRANSPORTATION GRANT AGREEMENT STRATEGIC DEVELOPMENI occ l0/25 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. ln determining the amount of the payment, the Department will exclude all Project costs incurred by the Agency prior to the execution of this Agreement, costs incurred after the expiration of the Agreement. costs that are not provided for in Exhibit "A", Project Descriplion 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 Prolect 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 Respo ns ibilities. '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. lf the Project involves construction, then the Agency shall provide to the Department certification and a copy of appropriate documentation substantiating that all required right-of-way necessary for the Project has been obtained. Certification is required prior to authorization for advertisement for or solicitation of bids for construction of the Pro.,ect, even if no righlof-way is required. c. Notification Requirements When Performing Construction on Department's Right-of- Way. ln the event the cost of the Prolect is greater than $250,000.00, and the Project involves construction on the Department's rightof-way, the Agency shall provide the Department with wntten notification of either its intent to: , Require the construction work of the Project that is on the Department's right-of-way to be perlormed by a Department prequalified contractor. or Construct the Project utilizing existing Agency employees, if the Agency can complete said Project within the time frame set forth in this Agreement. d. _ lf this box is checked, then the Agency is permitted to utilize its own forces and the following provision applies: Use of Agency Workforce. ln the event the Agency proceeds with any phase of the Project utilizing its own forces, the Agency will only be reimbursed for direct costs (this excludes general overhead). e. X lf this box is checked, then the Agency is permitted to utilize lndirect Costs: Reimbursement for lndirect Program Expenses (select one): i. X Agency has selected to seek reimbursement from the Department for actual indirect expenses (no rate). ii. ._ Agency has selected to apply a de minimus rale ot 15o/o to modified total direct costs. Note: The de minimus rate is available only to entaties that have never had a negotiated indirect cost rate When selected, the de minimus rate musl 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. Page 6 of 27 L @ Page 4189 of 9661 Docusign Envelope l0 CAB2A1D3-A785-4AF1-9044-F1DE46A20A98 STATE OF F!ORIOA DEPARTMENI OF IRANSPORIATION PUBLIC TRANSPORTATION GRANT AGREEMENT STRATEGIC OEVELOPMENT ooc !0/26 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 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 effo(s 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: Approval of Third Party Contracts. The Department specifically reserves the right to review and approve any and all third party contracts with respect to the Project before the Agency executes or obligates itself in any manner requiring the disbursement of Department funds, including consultant and purchase of commodities contracts. or amendments thereto. lf the Department chooses to review and approve third party contracts for this Project and the Agency fails to obtain such approval. that shall be sufflcient cause for nonpayment by lhe Department. The Department speciflcally reserves unto itself the right to review the qualifications of any consultant or contractor and to approve or disapprove the employment of the same. lf Federal Transit Administration (FTA) funds are used in the Project, the Department must exercise the right to third party contract review. b. Procurement of Commodities or Contractual Services. lt is understood and agreed by the Parties hereto that participation by the Department in a project with the Agency, where said project involves the purchase of commodities or contractual services where purchases or costs exceed the Threshold Amount for CATEGORY TWO per Section 287.017, Ftorida Statutes, is contingent on the Agency complying in full with the provisions of Section 287.0S7, Florjda Statutes. The Agency's Authorized Official shall certify to the Department that the Agency's purchase of commodities or contractual services has been accomplished in compliance with Section 287.057, Florida Statutes. lt shatl be the sole responsibility of the Agency to ensure that any obligations made in accordance with this Section comply with the currenl 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 "8", Schedule of Financial Assistance, or that is not conststent 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. Consultants' Competitive Negotiation Act. lt is understood and agreed by the Parties to this Agreement that participation by the Department in a project with the Agency, where said project involves a consultant contract for professional services, is contingent on the Agency's full compliance with provisions of Section 287.055, Florida Statutes, Consultants Competitive Negotiation Act ln all cases, the Agency's Authorized Official shall certify to the Department that selection has been accomplished in compliance with the Consultants' Competitive Negotiation Act. d. Disadvantaged Business Enterprise (DBE) Policy and Obligation. tt 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 wjth Department funds under this Agreement. The DBE requirements of applicable federal and c @ Page 7 ol 27 Page 4190 of 9661 Docusign Envelope lD: CAB2A1D3-A785-4AF1-9044-F1DE46A20A98 srS tEGtc oGc 10/25 The Agency agrees to accept all future maintenance and other attendant costs occurring after completion of the Project for all improvements constructed or commodities acquired as part of the Project. The terms of this provision shall survive the termination of this Agreement. a. The Agency will not sell or otherwise kansfer or dispose of any part of its title or other interests in real property, facilities, or equipment funded in any part by the Department under this Agreement without prior written approval by the Department. b. lf a sale, transfer, or disposal by the Agency of all or a portion of Department-funded real property, facilities, or equipment is approved by the Department, the following provisions will apply: i. The Agency shall reimburse the Department a proportional amount of the proceeds of the sale of any Departmenlfunded property. ii. The proportional amount shall be determined on the basis of the ratio of the Department funding of the development or acquisition of the property multiplied against the sale amount, and shall be remitted to the Department within ninety (90) days of closing of sale. iii. Sale of property developed or acquired with Department funds shall be at market value as determined by appraisal or public bidding process, and the contract and process for sale must be approved in advance by the Department. iv. lf any portion of the proceeds from the sale to the Agency are non-cash considerations, reimbursement to the Department shall include a proportional amount based on the value of the non-cash considerations. c The terms of provisions "a" and "b' above shall survive the termination of this Agreement 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 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 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 sha I comply with all audat and audit reporting requirements as specified below. a @ Page I of 27 S-TATE OF FLORIOA DEPARTMENT OF TAANSPOSIATION PUBLIC TRANSPORTATION GRANT AGREEMENT state laws and regulations apply to lhis Agreement. The Agency and its contractors agree to ensure that DBES have the opportunity to participate in the performance of this Agreement. ln this regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with applicable federal and state laws and regulations to ensure that the DBEs have the opporlunity to compete for and perform contracts. The Agency and rts contractors and subcontractors shall not discriminate on the basis of race, color, national origin or sex in the award and performance of contracts, entered pursuant lo this Agreement. 13. Maintenance Obligations. ln theeventthe Project includes construction or the acq uisition of commodities then the following provisions are incorporated into this Agreement: 14. Sale, Transfer, or Disposal of Department-funded Property: Page 4191 of 9661 Docusign Envelope lD: CABzAID3-A785-4AF1'9044-F1DE46A20A98 STATE OF FLORIOA DEPABTMENT OF TFANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT STRATEGIC OEVELOPMENT occ 10/25 Federal Funded: a. ln addition to reviews of audits conducted in accordance with 2 CFR Part 200, Subpan F - Audit Requirements, monitoring procedures may include but not be limited to on-site visits by Department staff and/or other procedures, including reviewing any required performance and financial reports. following up, ensuring corrective action, and issuing management decisions on weaknesses found through audits when those findings pertain to Federal awards provided through the Department by this Agreement. By entering into this Agreement, the Agency agrees to comply and cooperate fully with any monitoring procedures/processes deemed appropriate by the Department. The Agency further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Department, State of Florida Chief Financial Officer (CFO), or State of Florida Auditor General. b. The Agency, a non-Federal entity as defined by 2 CFR Part 200, Subpart F - Audit Requirements, as a subrecipient of a Federal award awarded by the Department through this Agreement. is subJect to the following requirements: ii. ln connection with the audit requirements, the Agency shall fulfill the requirements relative to the auditee responsibilities as provided in 2 CFR Part 200, Subpart F - Audit Requirements. iii. ln the event the Agency expends less than the threshold established by 2 CFR Part 200, Subpart F - Audit Requirements, in Federal awards, the Agency is exempt from Federal audit requirements for that fiscal year. However, the Agency must provide asingle audit exemption statement to the Department at FDOTSinoleAudit@dot.state.fl.us no later than nine months after the end of the Agency's audit period for each applicable audit year. ln the event the Agency expends less than the threshold established by 2 CFR Part 200, Subpart F - Audit Requirements, in Federal awards in a fiscal year and elects to have an audit conducted in accordance with the provisions of 2 CFR Parl 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 lrom other than Federal entities). iv. The Agency must electronically submit to the Federal Audit Clearinghouse (FAC) at httos://harvester nsus.oov/facweb/the audit reporting package as required by 2 CFR Part 200. Subpart F - Audit Requirements, within the eadier of 30 calendar days afler receipt of the auditors report(s) or nine months after the end of the audit period. (9 Page I ol 27 i. ln the event the Agency expends a total amount of Federal awards equal to or in excess of the threshold established by 2 CFR Part 200, Subpart F - Audit Requirements, the Agency must have a Federal single or program-specific audit conducted for such fiscal year in accordance with the provisions of 2 CFR Part 200. Subpart F - Audit Requirements. Exhibit "H", Audit Requirements for Awards of Federal Financial Assistance, to this Agreement provides the required Federal award identification information needed by the Agency to further comply with the requirements of 2 CFR Part 200, Subpart F - Audjt Requirements. In determintng 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. Page 4192 of 9661 Docusign Envelope lD. CAB2A1O3-A785-4AF1-9044-F1DE46A20AS8 STATE OF FLORIOA DEPARTMENT OF TRANSPORTAIION PUBLIC TRANSPORTATION GRANT AGREEMENT STRAIEGIC OEVELOPMENT o6c 10/25 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 FDOTSinoleAudit@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 - Audjt Requirements. Within six months of acceptance of the audit report by the FAC, the Department will review the Agency's audit reporting package, including corrective action plans and management letters, to the extent necessary to determine whether timely and appropriate action on all deficiencies has been taken pertaining to the Federal award provided through the Department by this Agreement. lf the Agency faals to have an audit conducted in accordance with 2 CFR Part 200, Subpart F - Audit Requirements, the Department may impose additional conditions to remedy noncompliance. lf lhe Department determines that noncompliance cannot be remedied by imposing additional conditions, the Department may take appropriate actions to enforce compliance, which actions rnay include but not be limited to the followrng. l. Temporarily withhold cash payments pending correction of the deficiency by the Agency or more severe enforcement action by the Department;2, Disallow (deny both use of funds and any applicable matching credit for) all or part of the cost of the activity or action not in compliance;3. Wholly or partly suspend or terminate the Federal award, 4. lnitiate suspension or debarment proceedings as authorized under 2 C.F.R. Part 180 and Federal awarding agency regulations (or in the case of the Department, recommend such a proceeding be initiated by the Federal awarding agency),5. Wthhold further Federal awards for the Project or programi 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 financ'al 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: a ln addition to reviews of audits conducted in accordance with Section 21 5.97, Florida Statutes, monitoring procedures to monitor the Agency's use of state financial assistance may include but not be limited to on-site visits by Department staff and/or other procedures, including reviewing any required performance and flnancial reports, following up, ensuring corrective action, and rssuing management decisions on weaknesses found through audits when those findings pertain to state financial assistance awarded through the Oepartment 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 Oepartment. 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. a9 Office of Comptroller, MS 24 605 Suwannee Street Tallahassee. Florida 32399-0450 FDOTSinqleAudit@dot.state.f l. us Page '10 of 27 Page 4193 of 9661 Docusign Envelope lD CA82A1D3-A785-4AF1-9044-F1DE46A20A98 STATE OF FLORIDA OEPARIMENI OF TRANSPORIA-TON PUBLIC TRANSPORTATION GRANT AGREEMENT STRATECIC DEVELOPMENI occ 10/25 ln the event the Agency meets the audit threshold requirements established by Section 215.97, Florida Statutes, the Agency must have a State single or project- specific audit conducted for such fiscal year in accordance with Section 215.97, Florida Statutes; applicable rules of the Department of Financial Services, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. Exhibit "G", Audit Raquirements 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. ln determining the state financial assistance expended in a fiscal year, the Agency shall consider all sources of state financial assistance. including state financial assistance received from the Department by thas 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. lt.ln connection with the audit requirements. the Agency shall ensure that the audit complies with the requirements of Section 215 97(8), Florida Statutes. This includes submission of a financial reporting package as defined by Section 215.97l2)(e), Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. ln the event the Agency does not meet the audit threshold requirements established by Section 215.97, Florida Statutes. the Agency is exempt for such fiscal year from the state single audit requirements of Section 215.97, Florida Statutes. However, the Agency must provide a sangle audit exemption statement to the Department at FDoTsinqleAudit@dot.state.fl. us no later than nine mon ths afler the end of the Agency's audit period for each applicable audit year. ln the event the Agency does not meet the audit threshold requiremenls established by Section 215.97, Florida Statutes, in a fiscal year and g!99!q 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 (i6., the cost of such an audit must be paid from the Agency's resources obtained from other than State entities). ln accordance with Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, copies of financial reporting packages required by this Agreement shall be submitted to: Florida Department of Transportation Office of Comptroller, MS 24 605 Suwannee Street Tallahassee. Florida 32399-0405 FDOTSinqleAudit@dot.state.fl. us And State of Florida Auditor General Local Government Auditsi 342 1 1'1 West Madison Street. Room 401 Tallahassee. FL 32399-1450 Email: flaudoen localoovt@aud.state.fl.us lll. ee Page 11 ol 27 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: t, Page 4194 of 9661 Docusign Envelope lD: CAB2AID3-A7B54AF1-9044-F1DE46A20498 STRATEGIC OEVELOPMENT oGc 1o/25 Any copies of financial reporting packages, reports, or other information required to be submitted to the Depadment shall be submitted timely in accordance with Section 21597, Flotida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. as applicable. 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. Upon receipt and within six months, the Department will review the Agency s financial reporling package, including corrective action plans and management letters, to the extent necessary to determine whether timely and appropriate corrective action on all deficiencies has been taken pertaining to the state financial assistance provided through the Department by this Agreement. lf the Agency fails to have an audit conducted consistent with Section 2'15.97, Florida Statutes, the Department may take appropriate corrective action to enforce compliance. v t. 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 requesl 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: b. Discriminatory Vendor List. ln accordance with Section 287.134. Florida Statutes, an entity or affiliate who has been placed on the Discriminatory Vendor List, kept by the Florida Department of Management Services, may not submit a bid on a contract to provide goods or services to a public entity; may not submit a bid on a contract with a public entity for the c Page 12 ol 2'l SIATE O' FLORIOA OEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT 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. 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 entaty; 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 entityt may not be awarded or perform work as a contraclor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Section 287 .O17. Flotida Statutes. for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list @ Page 4195 of 9661 Docusrgn Envetope lD CAB2AlD3-A785-4AF1-9044-F1DE46A20498 STATE OF FLORI0A oEPARTMENT OF TRTANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT SIRATEGIC occ 10,25 construction or repair of a public building or public workl may not submit bids on leases of real property to a public entityi 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. 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 pedorm 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 2'16.347, Florida Statutes. Unauthorized Aliens. The Department shall consider the employment by any contractor of unauthorized aliens a violation of Section 274A(e) of the lmmigrataon and Nationality Act lf the contractor knowingly employs unauthorized aljens, such violation will be cause for unilateral cancellation of this Agreement. f- Procurement of Construction Services. lf the Project is procured pursuant to Chapter 255, Florida Statutes, for construction services and at the time of the competitive solicitation for the Prolect, 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 Utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Agency during the term of the contract; and ii. Expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's E- Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. h. Projects with Non-profit Organizations. Pursuant to Section 216.1366. Florida Statutes, if the Agency is a nonprofit organization as defined in Section 215.97(2)(m), Florida Statutes, the Agency shall provide documentation to indicate the amount of state funds: i. Allocated to be used during the full term of this Agreement for remuneration to any member of the board of directors or an otficer of the Agency ii. Allocated under each payment by the Department to be used for remuneration of any member of the board of directors or an officer of the Agency. The documentation must indicate the amounts and recipients of the remuneration. Such information will be posted by the Department to the Florida Accountability Contract Tracking System maintained pursuant to Section 215.985, F.S., and must additionally be posted to the Agency's website. if the Agency is a non-profit organization and maintains a website. The Agency shall utilize the Department's Form 350-090-19, Compensation to Non- Profits Using State Funds, for purposes of documenting the compensation. The subject Form is required for every contract for servlces executed, amended, or extended on or after July 1, 2023, with non-profit organizations. 6D\- ./. Page 13 ol 27 Page 4196 of 9661 Docusign Envelope lDr CAB2A1D3-A785-4AF1-9044-F1DE46420A98 S-TAIE OF FLORIDA DEPARIIVENT OF TRANSPOR-IAIION PUBLIC TRANSPORTATION GRANT AGREEMENT STRATEGIC OE!ELOPMENI 06c lor25 Pursuant to Section 216.1366, F.S. the term i. "Officer" means a chief executive officer, chief financial officer, chief operating officer. or any other position performing and equivalent function.ii. "Remuneration" means all compensation earned by or awarded to personnel, whether paid or accrued, regardless of contingency, including bonuses, accrued paad tjme off, severance payments, incentive payments, conlributions to a retirement plan or in-kand payments, reimbursements, or allowances for moving expenses. vehicles and other transportation, telephone services, medical services, housing and meals.iii. "State Funds" means funds paid from the General Revenue Fund or any state trust fund. funds allocated by the Federal Government and distributed by the state, or funds appropriated by the Federal Government and distributed by the state. or funds appropriated by the state for distribution through any grant program The term does not include funds used for the Medicaid program. i. Design Services and Constructron Engineering and lnspection Services. lf the Project is wholly or partially funded by the Department and administered by a local governmental entity, except for a seaport listed in Section 311.09, Florida Statutes, or an airport as defined in Section 332.004, Florida Statutes. the entity performing design and construction engineering and inspection services may not be the same entity. 18. Indemnification and lnsurance It is specifically agreed between the Parties executing this Agreement that it is not rntended 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 pa(y 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, Oepartment 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 utiltzed by the contractor/consultant in the performance of this Agreement. This indemnification shall survive the terminalion of this Agreement." b. The Agency shall provide Workers' Compensation lnsurance in accordance with Florida s Workers' Compensation law lor all employees. lf subletting any of the work, ensure that the subcontractor(s) and subconsultant(s) have Workers' Compensation lnsurance for their employees in accordance with Florida's Workers' Compensation law. lf using "leased employees" or employees obtained through professional employer organizations ("PEO's'), ensure that such employees are covered by Workers' Compensation lnsurance through the a @ Page 14 ol 27 Page 4197 of 9661 Docnsign Envelope lD: CAB2A1D3-A7B54AF1-9044-F'1OE46A20A98 STATE OF FLORIOA DEPARTIvlEN] OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT STRATEGIC OEVELOPMENI oGc 10/25 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 parlners are covered by insurance required under Florida's Workers' Compensation law. c. lf the Agency elects to self-perform the ProJect. then the Agency may self-insure lf the Agency elects to hire a contractor or consultant to perform the ProJect, then the Agency shall carry, or cause its contractor or consultant to carry, Commercial General Liability insurance providing continuous coverage for all work or operations performed under this Agreement. Such insurance shall be no more restrictive than that provided by the latest occurrence form edition of the standard Commercial General Liability Coverage Form (lSO Form CG 00 01) 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 lnsured as to such insurance. Such coverage shall be on an "occurrence" basis and shall include Products/Completed Operations coverage. The coverage afforded to the Department as an Additional lnsured shall be primary as to any other available insurance and shall nol be more restrictive than the coverage afforded to the Named Insured. The limits of coverage shall not be less than 51.000.000 for each occurrence and not less than a 55,000.000 annual general aggregate. inclusive of amounts provided by an umbrella or excess policy. The limits of coverage described herein shall apply fully to the work or operations performed under the Agreement, and may not be shared with or diminished by claims unrelated to the Agreement. The policy/ies and coverage described herein may be subject to a deductible and such deductibles shall be paid by the Named lnsured. No policy/ies or coverage described herein may contain or be subject to a Retention or a Self-lnsured Retention unless the Agency is a state agency or subdivision of the State of Florida that elects to self-perform the Project. Prior to the execution of the Agreement, and at all renewal periods which occur prior to final acceptance of the work, the Department shall be provided with an ACORD Certificate of Liability lnsurance reflecting the coverage described herein. The Department shall be notified in writing within ten days of any cancellation, notice of cancellation, lapse, renewal, or proposed change to any policy or coverage described herein. The Department's approval or failure to disapprove any policy/ies, coverage, or ACORD Certificates shall not relieve or excuse any obligation to procure and maintain the insurance required herein. nor serve as a waiver of any rights or defenses the Department may have. d. When the Agreement includes the construction of a railroad grade crossing, railroad overpass or underpass structure, or any other work or operations within the limits of the railroad right- of-way, including any encroachments thereon from work or operations in the vicinity of the railroad righlof-way. the Agency shall, or cause its contractor to, in addition to the insurance coverage required above, procure and maintain Railroad Protective Liability Coverage (lSO Form CG 00 35) where the railroad is the Named lnsured and where the limits are not less than $2,000,000 combined single limit for bodily injury and/or property damage per occurrence, and with an annual aggregate limit of not less than $6 000,000. The railroad shall also be added along with the Department as an Additional lnsured on the policy/ies procured pursuant to the paragraph above. Pflor to the execution of the Agreement, and at all renewal periods which occur prior to final acceptance of the work, both the Department and the railroad shall be provided with an ACORD Certificate of Liability lnsurance reflecting the coverage described herein. The insurance described herein shall be maintained through tinal acceptance of the work. Both the Department and the railroad shall be notified in writing within ten days of any cancellation, notice of cancellation, renewal, or proposed change to any policy or coverage described herein. The Department's approval or failure to disapprove any policy/ies. coverage, or ACORO Certificates shall not relieve or excuse any obligation to procure and maintain the insurance required herein. nor serve as a waiver of any rights the Department may have e. When the Agreement involves work on or in the vicinity of utility-owned property or facilities. the utility shall be added along with the Department as an Additional lnsured on the Commercial General Liability policy/ies procured above. Page 15 ol 27 @ Page 4198 of 9661 Docusrgn Envelope lD CAB2A 1 D3-A7B5-4AF 1-9044-F 1DE46A20ASB STAIE OF FLORIOA D€PARIMENT OF IRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT STRAIEGIC OEVELOPMEN' occ 10/25 19. [Vl iscellan eo us: a Environmental Regulations. The Agency will be solely responsible for compliance with atl applicable environmental regulations and for any liability arising from non-compliance with these regulations, and will reimburse the Department for any loss incurred in connection therewith. b. Non-Admission of Liability. ln no event shall the making by the Department of any payment to the Agency constitute or be construed as a waive. by the Department of any breach of covenant or any default which may then exist on the part of the Agency and the making of such payment by the Department, while any such breach or default shall exist, shall in no way impair or prejudice any right or remedy available to the Department with respect to such breach or default. c. Severability. lf any provision of this Agreement is held invalid, the remainder of this Agreement shall not be affected. ln such an instance, the remainder would then continue to conform to the terms and requirements of applicable law. d. Agency not an agent of Oepadment. The Agency and the Department agree that the Agency, its employees, contractors, subcontractors, consultants, and subconsultants are not agents of the Department as a result of this Agreement. e. Bonus or Commission. By execution of the Agreement. the Agency represents that it has not paid and, also agrees not to pay, any bonus or commission for the purpose of obtaining an approval of its application for the financing hereunder. f. Non-Contravention of State Law. Nothing in the Agreement shall require the Agency to observe or enforce compliance with any provision or perform any act or do any other thing in contravention of any applicable state law. lf any of the provisions of the Agreement violate any applicable state law, the Agency will at once notify the Department in writing so that appropriate changes and modifications may be made by the Department and the Agency to the end that the Agency may proceed as soon as possible with the Prolect. 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 ldentification Number (FAIN). lf the FAIN is not availabte prior to execution of the Agreement, the Department may unilaterally add the FAIN to the Agreement without approval of the Agency and without an amendment to the Agreement. lf this occurs, an updated Agreement that includes the FAIN will be provided to the Agency and uploaded to the Department of Financial Services' Florida Accountability Contract Tracking System (FACTS). i. lnspector General Cooperation. The Agency agrees to comply with Section 20.055(5), Florida Statutes, and to incorporate in all subcontracts the obligation to comply with Section 20.055(5), Florida Statutes. j. Law, Forum, and Venue. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida ln the event of a conflict between any portion of the contract and Florida law, the laws of Florida shall prevail. The Agency agrees to waive forum @ Page 16 af 27 Page 4199 of 9661 Docusign Envelope lD. CAB2A1D3-A785-4AF1-9044-FlDE46A20A98 STATE OF FLORIDA OEPARTIiIENT OF TRANSPORTAIION PUBLIC TRANSPORTATION GRANT AGREEMENT Form 72i-000-01 STRATEGIC OEVELOPME'IT o6c t0/25 and venue and that the Department shall determine the forum and venue in which any dispute under this Agreement is decided. lN WITNESS WHEREOF, the Parties have executed this Agreement on the day and year written above. AGENCY Collier Countv Board of Countv Commrssioners By STATE OF FLORIOA, DEPARTMENT OF TRANSPORTATION By: Name: Nicole E. Mills PE Title: Director of Trans portatlon Deve lopment STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION Legal Review: Name: Tiue e Don Conway, Senior Attorney lnd legslity Jeffrey A.County Attomey Page 17 ol 27 @ Page 4200 of 9661 Docusign Envelope lD CAB2A1 D3-A785-4AF 1-3044-F 1DE46A20A98 SIAIE OF TI ORIDA OEPARTIVENT OF IRANSPORTAT ON PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS Form 726.000.02 STRAIEGIq OEVELOPMENT occ 10125 EXHIBIT A Project Description and Responsibilities A. Project Description (description of Agency s project to provide context, description of project components funded via this Agreement (if not the entire prolect)): The purpose of this project is to provide for the Department s participation, through the use of Public Transit Block Grant Program funds for the Agency's eligible administrative, management. and operational expenses incurred through providing public transportation servjces in Collier County. The Public Transit Block Grant Program was enacted by the Florida Legislature to provide a stable source of funding for public transit. Projects shall be consistent with the applicable approved local government comprehensive plans. B. Project Location (limits. city, county. map): Collier County, Florida C. Project Scope (allowable costsr describe project components, improvement type/service type, approximate timeline. project schedule, project size): This project is for the Department's participation in eligible public transit operating costs which may not exceed fifty (50) percent of such costs or an amount equal to the total revenue, excluding farebox, charter, and advertising revenue and federal funds, received by the provider for operating costs, whichever amount is less. The Department recognizes the necessity of and allows the Agency to provide public transportation services under this Agreement beyond its geographic boundaries for achievement of effective and efficient public transit services, and for public necessity and convenience. D. Deliverable(s): When submitting an invoice for reimbursement the Agency must submit the invoice using the FDOT Transit Operating lnvoice Form The Agency will provide appropriate documentalion to support all costs being submitted for reimbursement. The Agency must submit a Progress Report with each invoice submitted utilizing the FDOT Prolect Monitoring Status Report. If invoicing is delayed, a quarterly report must still be provided. The project scope identifies the ultimate project deliverables Deliverables for requisition, payment and invoice purposes will be the incremental progress made toward completion of pro.,ect 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 agreement. F. Transit Operating Grant Rsquirements (Transit Only): Transit Operating Grants billed as an operational subsidy will require an expenditure detail report from the Agency that matches the invoice period. The expenditure detail, along with the progress report, will be the required deliverables for Transit Operating Grants. Operating grants may be issued for a term not to exceed three years from execution. The original grant agreement will include funding for year one. Funding for years two and three will be added by amendment as long as the grantee has submitted all invoices on schedule and the project deliverables for the year have been met. @ Page 18 of 27 Page 4201 of 9661 Docusign Envelope lD: CAB2Ai D3-A7854AF 1-9044-F 1DE46A20A98 SIAiE OF FLORIOA DEPARIMENI OF IRANSPOR-TATION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS form 726-000.02 STRATEGIC OEV€IOPMENT occ 10/25 EXHIBIT B Sch6dule of Financial Assistance TRANSIT OPERATING ONLY FUNDS AWARDED TO THE AGENCY PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWNG A. Fund Type and Fiscal Year: F ina ncial Project Number Fu nd Type FLAIR Category State Fiscal Year Obiect Code CSFA/ CFDA Number CSFA/CFDA Title or Funding Source Description Fu nd ing Amount 410139-1-84-09 DDR 08877 4 2426 751000 55 010 Public Transit Block Grant Program Total Financial Assistance $ 1,278,095.00 $1 278,095 00 B. Operations Phase - Estimate of Proiect Costs by Budget Category: State Local Federal Total Salaries $0 SO $0 F ringe Benefits SO $0 $0 $0 Contractual Servrces $1 278,095 $1,278,095 $0 $2 556 190 Travel $0 SC Other Direct Costs $0 $0 $0 lndirect Costs $0 $0 $0 Totals $1,278,095 $1,278,095 $0 $2,556,190 'Budget category amounts are estimates and can be shifted between items without amendment (because they are all within the Operations Phase). C. Cost Reimbursement The Agency will submit invoices for cost reimbursement on a: _ [ilonthly X Qua(erly - Other: basis upon the approval of the deliverables including the expenditure detail provided by the Agency Scope Code and/or Activity Line ltem (ALl) (Transit Only)NiA Common Nams/UZA Name (Transit Only)N/A BUDGET/COST ANALYSIS CERTIFICATION AS REQUIRED BY SECTION 216.3475, FLORIDA STATUTES: I certify that the cost for each line item budget category has been evaluated and determined to be allowable, reasonable, and necessary as required by Sectron 216 3475, Florida Statutes. Documentation is on file evidencing the methodology used and the conclusions reached. Vict lta rove eoartment' Uid,cda,11tO7 t2025 | 7:52 AM EST Budget Categories Operations (Transit Only)' @ Sign ure lvlanager Name Page 19 of 27 Date Page 4202 of 9661 Doc!sign Envelope lD: CAB2A1D3-A785-4AF 1-9044-F 1 DE46A20A98 STATE OF FLORIOA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS PLEASE SEE A TTACHED Page 20 ol 21 EXHIBIT O AGENCY RESOLUTION STRAIEGIC o6c 10/25 @ Page 4203 of 9661 Docusign Envelope lD. CAB2A'lD3-A785-4AF1-9044-F10E46A20A98 SIAIE OF FLORIOA OEPARTMETII OF TF}NSPONTATION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS SIRATEGIC DEVELOPMENT occ 10/2! 1. Statutory Reference. Section 341.052. F.S 2. Eligibility. The Department shall provide block grant funds for eligible capital and operating costs of public bus transit and local public fixed guideway projects. Eligibility of this Agency to receive grant funding is provided in Section 341.052(1), F.S., and Sections 5307 and 5311 ofthe Federal TransitAct.49 U.S.C. 5307 and 49 U.S.C. 531 1 respectively. a) Eligible transit capital costs means any costs that would be defined as capital costs by the Federal Transit Administration bl Eligible transit operating costs are the total administrative, management, and operation costs directly incident to the provision of public bus transit services, SEgllg any deprecaation or amortization of capital assets. 3. Local Revenue Limits. Block grant funds shall not exceed local revenue during the term of this Agreement. Local revenue is defined as the sum of money received from local government entities to assist in paytng transit operation costs. including tax funds, and revenue earned from fare box receipts, charter service, contract service, express service and non - transportation activities. 4. Supplanting Local Tax Revenue. Block grant funds shall not supplant local tax revenues made available for operations in the year immediately preceding this Agreement. 5. State Participation. State participation in eligible public transit operating costs may not exceed fifly (50) percent of such costs or an amount equal to the total revenue, excluding farebox, charter. and advertising revenue and federal funds, received by the provider for operating costs, whichever amount is less. 6. Required Budget. The Agency shall provide the Department with tlvo (2) copies of its most current adopted budget by March 1. Unless the adopted budget uses a format consistent with the National Transit Database (NTD) report, the copy provided to the Department will indicate how the projections for total local revenue, local lax revenue made available for operations, and depreciation and amorlization costs, as they will appear in the NTD report, can be identified. 7. Required Publication of Productivity and Performance Measures. The Agency shall publish in the local newspaper of its area, in the format prescribed by the Department, the productivity and performance measures established for the transit providers most recenlly completed fiscal year and the prior flscal year. This report shall be approved by the Department prior to its publication. This report shall be submitted to the Department no later than November 15 of each year, and published either by December 31 or no later than twenty-eight (28) calendar days of the Department's written approval of the report. The Agency shall furnish an affidavit of publication to the Department within twenty eight (28) calendar days of publication. 8. Annual Plan or Update. The Agency shall submit a Transit Development Plan (TDP) or annual update to the Department by September 1 of each year. a) As a separate part of the transit development plan or annual repod, the Agency will address potential enhancements to productivity and performance which would have the effect of increasing farebox ratio pursuant to Section 341.071(2). F.S. @ Page 21 al ?-7 EXHIBIT E PROGR,AM SPECIFIC TERMS AND CONDITIONS - TRANSIT (For State Block Grant Only) This exhibit forms an integral part of the Agreement between the Department and the Agency. Page 4204 of 9661 Docusign Envelope lD: CAB2A1D3-A785-4AF1-9044-F1DE46A20A98 STATE OF F(ORIDA DEPARTIIIEl\ I Of IRANSPORTAIIO\ PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS STRAIECIC D€VELOPMENT occ 10125 b) ATOPshall conform to the requirements in Rule 14-73, available at: htto://fac.dos.state.fl.us/faconline/chapterl 4.odf . 9. Safety Requirements. lvlark the required Safety submittal or provisions for this Agreement if applicable X Bus Transit Svstem - ln accordance with Section 341.061 , F.S., and Rule 14-90, Florida Administrative Code, the Agency shall submit, and the Department shall have on file, an annual safety certjfication that the Agency has adopted and is complying with its adopted System Safety and Security Program Plan pursuant to Rule Chapter 14-90 and has performed annual safety inspections of all buses operated Fixed Guidewav Transoortation Svstem (established) - ln accordance with Section 341.061, F S , the Agency shall submit, and the Department shall have on file, annual certification by the Agency of compliance with rts System Safety and Security Program Plan, pursuant to Rule 14-15.017 and the "Safety and Security Oversight Program Standards lvlanual", DOT Topic Number 725-030-014 Fixed Guidewav Transpodation Svstem - This a pplies to New Starts projects and subsequent major projects to extend, rehabilitate, or modify an existing System, or to replace vehicles and equipment. ln accordance with Section 341.061, F.S., the Agency shall submit a certification attesting to the adoption of a System Safety Program Plan pursuant to Rule 14-15.01 7 and the "Safety and Security Oversight Program Standards lvlanual", DOT Topic Number 725-030-014. Prior to beginning passenger service operations, the Agency shall submit a certification to the Oepartment that the new start system or major modification to an existing system is safe for passenger service. 10. Transit Vehicle lnventory Management. The agency will follow the Department's Transit Vehicle lnventory lvlanagement Procedure (725-030-025i), which outlines the requirements for continuing rnanagement control, 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 Departmental programs. Distribution is accomplished through a multiple step process. 15% of the appropriation is given to the Commission for the Transportation Disadvantaged to be distributed to the Community Transportation Coordinators in accordance with Chaplet 427 , F.S. The remaining 85% is divided into three equal portions. Each eligible transit system gets a percentage of the first portion based on their percentage of total population served: the second portion is allocated based on their percentage of total revenue miles of service provided: and the third portion is allocated based on their percentage of total passengers carried. The total from all three portions is the total available allocation for each eligible transit system in the state. k..Nd - End ot Exhibit E - Page 22 of 27 Not Apolicable '11. Formula lnformation. As authorized in Section 341.052, F.S., the annual appropriation in the program is divided by formula and then distributed to each eligible transit system. The formula described below rs adjusted each year based on data received from the transit systems' federally required National Transit Data (NTD) report. A copy of the NTO report is required to be sent to the Department each year Page 4205 of 9661 Docusrgn Envelope lDr CAB2A1 D3-A785-4AF 1-9044-F 1OE46420A98 STATE OF FLORIOA OEPARIMENI OF IR-ANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS STRATEGIC DEVELOPMENI occ 1o/24 Exhibit E 1 PROGRAT SPECIFIC TER/,,|S AND CONDITIONS (Prohibition on Discrimination Based on Health Care Choices) Thjs exhibit forms an integral part of the Agreement between the Department and the Agency. 1. Statutory Reference. Section 339.08, F.5. and Section 381.00316, F.5. 2. Statutory Compliance. Pursuant to Section 339.08, F.S., the Department may not expend state funds to support a project or program of certain entities if the entjty is found to be in viotation of Section 381.00316, F.5. The Department shatt withhotd state funds untjI the entjty is found to be in comptjance with Section 38'1.003'16, F.S. This shatt appty to any of the fottowing entities: a. A pubtic transit provider as defined in s. 341 .031 (1 ), F.S.; b. An authority created pursuant to chapter 343, F.S., chapter 348, F,S., or chapter 349, F.S.; c. A public-use airport as defined in s. 332.004, F.S.; or d. A port listed in s. 311 .09('1 ), F.S. - End of Exhibit E1 - Page 23 ol 27 a9 Page 4206 of 9661 Docusign Envelope lDr CAB2A1D3-A785-4AF 1-9044-F 1 DE46A20AS8 STAIE OF FLORIDA DEPART]MENT OF IRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS STRATEGIC OEVELOPMENI occ io/26 Exhibit Ez PROGRAI,I SPECIFIC TERIAS ANO CONDITIONS . TRANSIT (Exterior Vehicle Wrap, Tinting, Paint, Marketing, and Advertising) This exhjbit forms an integral part of the Agreement between the Department and the Agency. 1. Statutory Reference. Section 34'1.051(8), F,S. and Section 316.2954, F.5. 2. Statutory Compliance. ln accordance with Section 341 .051(8), F.5., as a condition of receivjng funds from the Department, a pubtic transit provider may not expend Department funds for marketing or advertjsing activjties, jncluding any wrap, tinting, pajnt, or other medlum displayed, attached, or affjxed on a motor vehicte owned, leased, or operated by the pubLjc transit provider. Such vehjctes on which department funds are expended are timited to exterior vehicle wrap, tjnting, paint, marketing, and advertising disptaying: a. a brand or logo of the pubtic transit provider, b, the officiat seal of the jurisdictional governmentaI entity, or c. a state agency public service announcement. 3. Window Tinting Requirements. Any new wrap, tinting, paint, medium or advertisement on the passenger windows of a vehicle used by a pubtic transit provider may not be darker than the tegatly altowed tinting requjrements provided in Section 316.2954, F.S. - End of Exhibit E2 - @ Page 24 ol 27 Page 4207 of 9661 Docusign Envelope lD: CAB2A1D3-A785-4AF1-9044-F1DE46A2CA98 STATE OF FLORIOA DEPART\!ENI OF IRAiISFORTAIION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS Form 725,000-02 STRATEGIC O€VELOPMENT occ 10/25 EXHIBIT E4 PROGRAM SPECIFIC TERMS AND CONDITIONS (Energy Policy Goals Reporting) This exhibit forms an integral part of the Agreement between the Department and the Agency 1. Statutory Reference. Section 339.135(2)(c)4, F.S. and Section 377.601(3), F.S 2. Statutory Compliance. Pursuant to Section 339.135(2)(c)a, F.S., the Oepartment shall submit a report identifying any agencies listed below that have adopted or promoted energy policy goals inconsistent with the State of Florida energy policy set forth in Section 377.601(3), F.S. to the legislative appropriation committees: a. A public kansit provider as deflned in s. 34'l .031(1), F.S.; b, An authority created pursuant to chapter 343, F.S., chapter 348, F,S., or chapter 349, F.S.; c, A public-use airport as defined in s. 332.004, F.S.; or d.A port listed in s. 311.09(1), F.S. 3, Agency Reporting Requirements. As a condition of receiving state funds from the Department. the Agency shall attest in the section below whether the Agency has adopted or promoted energy policy goals inconsistent with the State of Florida energy policy set forth in Section 377.601(3), F.S.: The Agency HAS tr / HAS NOT tr adopted or promoted energy policy goals inconsistent with the energy polrcy of the State of Florida set forth in Section 377.601(3), F.S - End of Exhibit E4 - @ Page 25 al 2i Page 4208 of 9661 Docusign Envelope lO: CA82A1D3-A785-4AF1-9044-F10E46A20A98 5TAlE OF FLORIDA DEPARTIV1ENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS STRATEGIC OEVELOPMENT occ 10,25 EXHIBIT F Contract Payment Req uirements Florida Department of Financial Services, Reference Guide for State Expenditures Cost Rei mbursement Co ntracts lnvoices for cost reimbursement contracts must be supported by an itemized listing of expenditures by category (salary. travel, expenses, etc.). Supporling documentation shall be submitted for each amount for which reambursement is being claimed indicating that the item has been paid. Documentation for each amount for which reimbursement is being claimed must indicate that the item has been paid. Check numbers may be provided in lieu of copies of actual checks Each piece of documentation should clearly reflect the dates of service. Only expenditures for categories in the approved agreement budget may be reimbursed. These expenditures must be allowable (pursuant to law) and directly related to the services being provided. Listed below are types and examples of supporting documentation for cost reimbursement agreements (1) Salaries: A payroll register or similar documentation should be submitted. The payroll register should show gross salary charges, fringe benefits, other deductions and net pay. lf an individual for whom reimbursement is being claimed is paid by the hour, a document reflecting the hours worked times the rate of pay will be acceptable. (2) Fringe Benefits: Fringe Benefits should be supported by invoices showing the amount paid on behalf of the employee (e.9., insurance premiums paid). lf the contract speciflcally 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 musl 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 wath Section 1 12.061, Florida Statutes, which includes submission of the claim on the approved State travel voucher or electronic means. (4) Other direct costs: Reimbursement will be made based on paid invoaces/receipts. lf nonexpendable property is purchased using State funds, the contract should include a provision for the transfer of the property to the State when services are terminated. Documentation must be provided to show compliance with Department of N4anagement Services Rule 604-1.017. Florida Administrative Code, regardang the requirements for contracts which include services and that provide for the contractor to purchase tangible personal property as defined in Section 273.02, Florida Statutes, for subsequent transfer to the State. (5) ln-house charges: Charges which may be of an internal nalure (e.9., postage, copjes. etc.) may be reimbursed on a usage log which shows the units times the rate being charged. The rates must be reasonable. (6) lndirect costs: lf the contract specifies that indirect costs will be paid based on a specified rate, then the calculation should be shown. Contracts between state agencies, and/or contracts between universities may submit alternative documentation to subslantaate the reimbursement request that may be in the form of FLAIR reports or other detailed reports. The Florida Oepartment of Financial Services, onlane Reference Guide for State Expenditures can be found at this web address httos://mvflo ridacfo.com/docs-sf/accountin nd-audrtino- libraries/ma nuals/aoencies/reference-ouid -state-exoenditures.Ddf ?sfv n=b4cc3337 6 Page ol 27 Page 4209 of 9661 Docusign Envelope lDr CAB2A'1D3-A7 B$4AF1-9044-F 1 D E46420A98 SIATE OF FLORIOA OEPARIMENI OF IRANSPORTAIION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS EXHIBIT G AUDIT REOUIREMENTS FOR AWARDS OF STATE FINANCIAL ASSISTANCE SIRATEGIC occ 10125 SUBJECT TO SECTION 215.97, FLORIDA STATUTES:- Awarding Agency: State Project Title: CSFA Number: *Award Amount: Florida Department of Transportation Public Transit Block Grant Program 55.010 $1,278,095 *The award amount may change with amendments Specific project information for CSFA Number 55.0'10 is provided at: httos:i/apos.fldfs.com/fsaa/searchCataloo.aspx COMPLIANCE REQUIREMENTS APPLICABLE TO STATE RESOURCES AWARDED PURSUANT TO THIS AGREEMEN T: The State Projects Compliance Supplement is p rovided at: httpsr//apps fldfs.com/fsaa/compliance.aspx @ Page 27 ol 27 State Project Compliance Requirements for CSFA Number 55.010 arc provided at: httpsi//aops.f ldfs.com/fsaa/searchComoliance.aspx Page 4210 of 9661