Loading...
Agenda 01/13/2026 Item #16B 4 (Public Transportation Grant Agreement (PTGA) with the Florida Department of Transportation (FDOT), FPN# 452749-1-84-04)1/13/2026 Item # 16.B.4 ID# 2025-4953 Executive Summary Recommendation to approve a Resolution authorizing the Chair to execute a Public Transportation Grant Agreement (PTGA) with the Florida Department of Transportation (FDOT), FPN# 452749-1-84-04, in the amount of $565,316, providing for State funding for eligible Collier County fixed-route transit administrative, management, and operational expenses on the US 41 corridor, and approve the necessary Budget Amendment. 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 Transit Corridor Development Program. Transit Corridor funds are discretionary and are distributed based on documented need. The PTGA will provide funding for eligible administrative, management, and operational expenses on the US 41 Corridor incurred as a result of Collier County providing fixed-route transportation services. The State has made $565,316 available through FPN# 452749-1-84-04 until December 31, 2027. This grant is fully funded and does not require a matching contribution. The funds will be used to cover existing operating costs. 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. Additionally, the item is consistent with the objective to support accessing health, wellness, and human services. FISCAL IMPACT: A Budget Amendment is required to recognize grant funding in the amount of $565,316 in the Collier Area Transit (CAT) Grant Fund (4031) Project No. 33972. There is no match requirement for the grant. 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 authorizing the Chair to execute a Public Transportation Grant Agreement (PTGA) with the Florida Department of Transportation (FDOT), FPN# 452749-1-84-04, in the amount of $565,316, providing for State funding for eligible Collier County fixed-route transit administrative, management, and operational expenses on the US 41 corridor, and approve the necessary Budget Amendment. PREPARED BY: Omar De Leon, Transit Manager, PTNE Division ATTACHMENTS: 1. PTGA Resolution 2. PTGA 3. BA for FUND 4031_ Page 6241 of 14062 RESOLUTION NO. 2026- A RESOLUTION BY THE BOARD OF COUNTY COMMISSIONERS, COLLIER COUNTY. FLORIDA, APPROVING AND AUTHORIZING ITS CHAIRMAN 'IO EX[CUTE A PUBLIC 'TRANSPORTA'TION GRANT AGREEMENT 452749-1.84-04 FROM THE FLORIDA DEPARTMENT OF TRANSPORTATION FOR GRANT FUNDING IN THf, AMOUNT OF $565,3I6 FOR THE ADMINISTRATIVE, MANAGEMENT AND OPERATIONAL EXPENSES OF PROVIDING PUBLIC TRANSPORTATION ALONG THE US .I1 CORRIDOR THROUGH THE TRANSIT CORRIDOR DEVELOPMENT PROGRAM. WHEREAS. the State of Florida Departmenl of Transportation (FDOT) is willing to enter into a I ransit Corridor Developrnent Progmm, Public Transportation Crant Agreement (the "Agreement") with Collier County, wherein FDOT will reimburse Collier County up to the sum of $565,3 l6 (Five Hundred Sixty- Five Thousand Three Hundred Sixteen Dollals) for the administrative. management and operational expenses ofproviding public transportation along the US 4l Con'idor (FPN 452749- 1-84-04)l and WHEREAS, the Collier County Board of Cornmissioners finds that the Agreement is in the public interest and benefits the citizens of Collier Countv. NOW THEREFORE. BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, thAt: I . The Board approves and authorizes its Chairman to sign the Agreement pertaining to FPN 452749- l-84-04. as well as any required ceftifications and assurances related therein. 2. The Collier County Clerk is directed to forward a certified copy ofthis Resolution along with the Agreement for execution by FDOT. 3, This Resolution shall take effect immediately upon execution ATTEST: CRYS'lAL K. KINZEL. Clerk B1 . Deputy Clelk Approved as to form and legalitl CLD BOARD OF COUNTY COMMISSIONERS COLLI ER COUNTY. FLORIDA ul Dan Kowal, Chairman Courtnev t,. DaSilva Assistant Count! Atlonrev \Lt\olL6 This Resolution Adopted after motion, second. and majority vote favoring same, this _ day of 2026. ov:) Page 6242 of 14062 Docusign Envelope lD E8865000-1336-4A13-BBAA-F046868A3405 SIATE OF FLORIDA OEPARIMENT OF IRANSPORIAIION PUBLIC TRANSPORTATION GRANT AGREEMENT STRAiEGIC OEVELOPMENT occ 10/26 Financial Project Numbe(s) 1 l€m s69me.r phase.sequ6nce) 4527 49-1 -84-04 Fund(s )DDR,DPTO FLAIR Category. 088774 Work Activity Code/Functlon: Federa Award ldentification Number (FAIN) - Transit only Federal Award Date: Aqency UEI Number: Oblect Code: Org. Codel Vendor Number 751000 55012024129 F596000558030 Contract Number CFDA Numberl CFDA Title CSFA Number: CSFA Title N/A N/A 55 013 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." '1. Authority. The Agency, by Resolution orotherform of official authorization, a copy of which is attached as Exhibit "D", Agency Resolution and made a part of this Agreement, has authorized its offlcers 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 ln the Aoencv's elioible administrati VE mana o ement and ooerational exoenses of orovidino oublic transDortation alono the US 41 corr id o r throu h the Transit Corridor Develooment Proqram , 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 rdentification purposes only this Agreement is implemented as part of the Department program area selected below (select all programs that apply): 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 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: Deferred Reimbursement Financial Provisions 'Exhibit 82: Advance Payment Financial Provisions-Exhibit B3: Alternative Advanced Pay (Transit Bus Program) 'Exhibit Cr Terms and Conditions of Construction Exhibit Dr Agency Resolution Exhibit E: Program Specific Terms and Conditions Exhibit El r Prohibition Based on Health Care Choices x X -x xx OVf, Page 1 ol 27 -lwxxvRpLuuo NOW, THEREFORE, in consideration of the mutual benefits to be derived from joint participation on the Project, the Parties agree to the following: x Page 6243 of 14062 Docusrgn Envelope lDr E8865000-1 336-4,A13-B8AA-F046868A3405 STATE OF FLORIOA OEPARTMENT OF TRANSPORTAI]ON PUBLIC TRANSPORTATION GRANT AGREEMENT STRATECIC DEVELOPMENI Exhibit E2r Exterior Vehicle Wrap, Tinting, Paint, Marketing and Advertising (Transit) Exhibit E3: Geoengineering and Weather l\4odification Reporting (Aviation) Exhibit E4: Energy Policy Goals Reporting Exhibit F: Contract Payment Requirements.Exhibit G: Audit Requirements for Awards of State Financial Assistance-Exhibit Hr Audit Requirements for Awards of Federal Financial Assistance-Exhibit l: Certification of Disbursement of Payment to Vehicle and/or Equipment Vendor 'Additional Exhibit(s): -lndicates that the Exhibit is only attached and incorporated if applicable box is selected. 5. Time. Unless specified otherwise, all references to "days" within this Agreement refer to calendar days 6. Term of Agreement. This Agreement shall commence upon full execution by both Parties ("Effective Date") and continue through December 31, 2027.lt lhe Agency does not complete the Project within this time period, this Agreement will expire unless an extension of the time period is requested by the Agency and granted in writing by the Department prior to the expiration of this Agreement. Expiration of this Agreement will be considered termination of the Project. The cost of any work performed prior to the Effective Date or afler the expiration date of this Agreement will not be reimbursed by the Depa(ment. a. _ lf this box is checked the following provision applies: Unless terminated earlier, work on the Project shall commence no later than the _ day of _, or within _ days of the issuance of the Notice to Proceed for the construction phase of the Project (if the Project involves construction), whichever date is earlier. The Department shall have the option to immediately terminate this Agreement should the Agency fail to meet the above-required dates. 7. Amendments, Extensions, and Assignment. This Agreement may be amended or extended upon mutual written agreement of the Parties. This Agreement shall not be renewed. This Agreement shall not be assigned, transferred, or otheMise 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 Padies shall agree upon the termination conditions. lf the Agreement is terminated before performance is completed, the Agency shall be paid only for that work satisfactorily performed for which costs can be substantiated. Such payment, however, may not exceed the equivalent percentage of the Department's maximum financial assistance lf any portion of the Prolect is located on the Department's right-otway, then all work in progress on the Department right-of-way will become the property of the Department and wlll be turned over promptly by the Agency. x x X _ a c CAO Page 2 of 27 Page 6244 of 14062 Docusign Envelope lD E8865000-1336-4413-B8AA-F046868A3405 SIAIE OF FIORIDA OEPARTMENT OF IRANSPORIATION PUBLIC TRANSPORTATION GRANT AGREEMENT STRATEGIC OEVELOPMENT oGc'!0/25 d. ln the event the Agency fails to perform or honor the requirements and provisions of this Agreement, the Agency shall promptly refund in full to the Department within thirty (30) days 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 reseTves the right to unilaterally cancel this Agreement for failure by the Agency to comply with the Pubiic Records provisions of Chapter 1 19, Florida Statutes. The estimated total cost of the Project is $565.3'16. 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 $565,316 and, the Oepartment's participation in the Project shall not exceed 100.00% of the total eligible cost of the Prolect, and as more fully described in Exhibit "B", Schedule of Financial Assistance. The Agency agrees to bear all expenses in excess of the amount of the Department's participation and any cost overruns or deficits involved. '10. Compensation and Payment: Eligible Cost. The Department shall reimburse the Agency for allowable costs incurred as described in Exhibit "A", Prolect Description and Responsibilities, and as set forth in Exhibit "8", 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 Pro.iect 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 Exhlblt "A", Project Oescription and Responsibilities requires a formal written amendment. lnvoicing. lnvoices shall be submitted no more often than monthly by the Agency in detail sufficient for a proper pre-audit and poslaudit, based on the quantifiable, measurable, and verifiable deliverables as established in Exhibit "A", Project Description and Responsibilities. Oeliverables 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. Supportjng 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 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. Taavel Expenses. The selected provision below is controlling regarding travel expenses: a a c CAO Page 3 of 27 9. Project Cost: Page 6245 of 14062 STAIE OF FLORIDA OEPAR'IMENT OF IRANSPORTATIOiI PUBLIC TRANSPORTATION GRANT AGREEMENT _ Travel expenses are NOT eligible for reimbursement under this Agreement. f, 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 Officer of the State of Florida under Chapters 215 and 216, Florida Statutes, or the Department's Comptroller under Section 334.044(29), Florida Statutes. lf the Department determines that the performance of the Agency is unsatisfactory, the Department shall notify the Agency of the deficiency to be corrected, which correction shall be made within a time- frame to be specified by lhe Department. The Agency shall, within thirty (30) days after notice from the Department, provide the Department with a corrective action plan describing how the Agency will address all issues of contract non-performance, unacceptable performance, failure to meet the minimum performance levels, deliverable deficiencies, or contract non- compliance. lf the corrective action plan is unacceptable to the Department, the Agency will not be reimbursed lf the deficiency is subsequently resolved, the Agency may bill the Department for the amount that was previously not reimbursed during the next billing period lf the Agency is unable to resolve the deficiency, the funds shall be forfeited at the end of the Agreement's term. g. 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 (voucher) to the Depadment of Financial Services. The 20 days are measured from the latter of the date the invoice is received or the deliverables are received, inspected or verified, and approved lf a payment is not available within 40 days, a separate interest penalty at a rate as established pursuant to Section 55.03(1), Florida Statutes, will be due and payable, in addition to the invoice amount, to the Agency. lnterest penalties of less than one (1) dollar will not be enforced unless the Agency requests payment. lnvoices that have to be returned to an Agency because of Agency preparation errors will result in a delay in the payment. The invoice payment requirements do not start until a properly completed invoice is provided to the Department A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this individual include acting as an advocate for Agency who may be experiencing problems in obtaining timely payment(s) from a state agency. The Vendor Ombudsman may be contacted at (850) 413-5516. h. Records Retention. The Agency shall maintain an accounting system or separate accounts to ensure funds and projects are tracked separately. Records of costs incurred under the terms of this Agreement shall be maintained and made available upon request to the Department at all times during the period of this Agreement and for five years after final payment is made. Copies of these records shall be furnished to the Department upon request. Records ofcosts 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 af 27 Doc!sign Envelope lD: E88650D0-1 336-4A13-B8AA-F046868A3405 SIR-AIEGIC OEVELOPMENT occ 10125 CAO Page 6246 of 14062 Docusign Envelope lD: E88650D0-13364A13-B8AA-F046868A3405 STATE OF FLORIDA OEPARTMEN-I OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT SIRAIEGIC occ 1o/25 Progress Reports. Upon request, the Agency agrees to provide progress reports to the Department in the standard format used by the Department and al 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. Submission of Other Documents. The Agency shall submit to the Department such data, reports, records, contracts, and other documents relating to the Project as the Department may require as listed in Exhibit "E", Program Specific Terms and Conditions attached to and incorporated into this Agreement. k. Offsets for Claims. lf, after Project completion, any claim is made by the Depa(ment resulting from an audit or for work or services performed pursuant to this Agreement, the Department may offset such amount from payments due for work or services done under any agreement that it has with the Agency owing such amount if, upon written demand, payment of the amount is not made within 60 days to the Department. Offsetting any amount pursuant to this paragraph shall not be considered a breach of contract by the Department. l. Final lnvoice. The Agency must submit the final invoice on the Project to the Department within 120 days after the completion of the Project. lnvoices submitted after the 120-daytime period may not be paid. Limits on Contracts Exceedinq S25,000 and Term more than I Year. ln the event this Agreement is in excess of $25,000 and has a term for a period of more than one year, the provisions of Section 339.135(6)(a), Florida Statutes, are hereby incorporated: "The Department, during any fiscal year, shall not expend money, incur any liability, or enter into any contract which, by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal or written, made in violation of this subsection is null and void, and no money may be paid on such contract The Oepartment shall require a statement from the comptroller of the Oepartment that funds are available prior to entering inlo 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 yearsi 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 1year." Agency Obligation to Refund Department. Any Project funds made available by the Depa(ment 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 fullto the Department. Acceptance by the Department of any documentation or certifications, mandatory or otherwise permitted, that the Agency files n o CAO Page 5 of 27 m. Oepartment's Performance and Payment Contingent Upon Annual Appropriation by the Legislature. The Department's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. lf the Department's funding for this Project is in multiple fiscal years, a notice of availability of funds from the Department's project manager must be received prior to costs being incurred by the Agency. See Exhibit "B", Schedule of Financial Assistance for funding levels by fiscal year. Project costs utilizing any fiscal year funds are not eligible for reimbursement if incurred prior to funds approval being received The Oepartment will notify the Agency, in writing, when funds are available. Page 6247 of 14062 Docusign Envelope lD: E88650D0-1336-4A1 3-B8AA-F04686843405 STATE OF FLORIOA OEPARIMENI OF IRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT STRATEGIC OEVELOPMENT oGc 10/25 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 Oepartment will exclude all Project costs incurred by the Agency prior to the execution of this Agreement, costs incurred after the expiration of the Agreement, costs that are not provided for in Exhibit "A" Project Description and Responsibilities, and as set forth in Exhibit "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 Respo ns ib ilities. '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 Project, even if no right.of-way is required. Notification Reguirements When Performing Construction on Department's Righfof- Way. ln the event the cost of the Project is greater than S250,000.00, and the Project involves construction on the Department's righlof-way, the Agency shall provide the Department with written notification of either its intent to: c Require the constructron 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. _ 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 of 1syo to modified total direct costs. Note: The de minimus rate is available only to entities that have never had a negotiated indrrect 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. CAO Page 6 of 27 Page 6248 of 14062 Docusign Envelope lDr E88650D0-1336-4A1}'B8AA-F046868A3405 STRATEGIC DEVELOPMENI occ 10/25 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 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: Approval of Third Party Contracts. The Department specifically reserves the right to review and approve any and all third party contracts with respect to the Project before the Agency executes or obligates itself in any manner requiring the disbursement of Department funds, including consultant and purchase of commodities contracts, or amendments thereto. lf the Department chooses to review and approve third party contracts for this Project and the Agency fails to obtain such approval, that shall be sufficient cause for nonpayment by the Department. The Deparlment specifically reserves unto itself the right to review the qualifications of any consultant or contractor and to approve or disapprove the employment of the same. lf Federal Transit Administration (FTA) funds are used in the Project, the Department must exercise the right to third party contract review. b. Procurement of Commodities or Contractual Services. lt is understood and agreed by the Parties hereto that participation by the Oepartment in a proiect with the Agency, where said prolect 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 Flotida Statutes. lt shall be the sole responsibility of the Agency to ensure that any obligations made in accordance with this Section comply with the current threshold 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 consistent with the Project description and scope of services contained in Exhibit "A", Project Oescription 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 Oepartment 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 (OBE) Policy and Obligation. lt 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 a c CAO Page 7 of 27 STATE OF FLORIDA OEPARTMENI OF TRANSPORIAIION PUBLIC TRANSPORTATION GRANT AGREEMENT Page 6249 of 14062 Docusign Envelope lD: E88650D0-1336-4A13-B8AA-F04686843405 STATE OF FLORIDA OEPARTMENT OF TRANSPOR'TATION PUBLIC TRANSPORTATION GRANT AGREEMENT Fo.m 725-000-01 STRA'TEGIC DEVELOPMENT occ 10/25 state laws and regulations apply to this Agreement. The Agency and its contractors agree to ensure that DBES have the opportunity to participate in the performance of this Agreement. ln this regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with applicable federal and state laws and regulations to ensure that the DBES have the oppo(unity to compete for and perform contracts. The Agency and its contractors and subcontractors shall not discriminate on the basis of race, color, national origin or sex in the award and performance of contracts, entered pursuant to this Agreement. 13. Maintenance Obligations. ln the 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 commodities acquired as part of the Project. The terms of this provision shall survive the termination of this Agreement. 14. Sale, Transfer, or Disposal of Department-fu nded Property: a. The Agency will not sell or otheMise transfer or dispose of any part of its title or other interests in real property, facilities, or equipment funded in any part by the Department under this Agreement without prior written approval by the Department. b. lf a sale, transfer, or disposal by the Agency of all or a portion of Department-funded real propedy, 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 DepartmentJunded 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. The terms of provisions "a" and "b" above shall survive the termination of this Agreementc 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 shall comply with all audit and audit reporting requirements as specified below. CAO Page 8 of 27 Page 6250 of 14062 Docus gn Envelope lD E88650D0- 1 336-4,413-B8AA-F046868A3405 STATE OF fLORIDA OEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT STRATEGIC DEVELOPMEN'T occ 10/25 Federal Funded ln addition to reviews of audits conducted in accordance with 2 CFR Part 200, Subpart F - Audit Requirements, monitoring procedures may include but not be limited to on-site visits by Department staff and/or other procedures, including reviewing any required performance and financial reports, following up, ensuring corrective action. and issuing management decisions on weaknesses found through audits when those findings pertain to Federal awards provided through the Department by this Agreement. By entering into this Agreement. the Agency agrees to comply and cooperate fully with any monitoring procedures/processes deemed appropriate by the Department. The Agency further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Department, State of Florida Chief Financial Officer (CFO), or State of Florida Auditor General. b. The Agency, a non-Federal entity as defined by 2 CFR Part 200, Subpart F - Audit Requirements, as a subrecipient of a Federal award awarded by the Department through this Agreement, is subject to the following requirements: i. ln the event the Agency expends a total amount of Federal awards equal to or in excess of the threshold established by 2 CFR Part 200, Subpart F - Audit Requirements, the Agency must have a Federal single or program-specific audit conducted for such fiscal year in accordance with the provisions of 2 CFR Part 200, Subpart F - Audit Requirements. Exhibit "H", Audit Requirements for Awards of Federal Financial Assistance, to this Agreement provides the required Federal award identification information needed by the Agency to further comply with the requirements of 2 CFR Part 200, Subpart F - Audit Requirements. ln determining Federal awards expended in a fiscal year, the Agency must consider all sources of Federal awards based on when the activity related to the Federal award occurs, including the Federal award provided through the Department by this Agreement. The determination of amounts of Federal awards expended should be in accordance with the guidelines established by 2 CFR Part 200, Subpart F - Audit Requirements. An audit conducted by the State of Florida Auditor General in accordance with the provisions of 2 CFR Pad 200, Subpart F - Audit Requirements, will meet the requirements of this part. ii. ln connection with the audit requirements, the Agency shall fulfill the requirements relative to the auditee responsibilities as provided in 2 CFR Part 200, Subpart F - Audit Requ irements. 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 FDOTSinqleAudit@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 glgglg to have an audit conducted in accordance with the provisions of 2 CFR Part 200, Subpart F - Audit Requirements, the cost ofthe audit must be paid from non-Federal resources (/.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.oov/facweb/ the audit re porting 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. a Page I of 27 CAO Page 6251 of 14062 STA'E OF FLORIDA DEPARIMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT SIRAIEGIC DEVELOPMENT occ 1o/25 The FAC ls the repository of record for audits required by 2 CFR Part 200, Subpart F -Audit Requirements. However, the Department requires a copy ofthe audit reporting package also be submitted to FDOTSinoleAudit@dot. state.fl. us within the earlier of 30 calendar days after receipt of the auditois report(s) or nine months after the end of the audit period as required by 2 CFR Part 200, Subpart F - Audit Requirements. 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 awardl4. 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 award ing 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 permitthe Oepartment 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 nformat on for requ rements under this part s as follows Office of Comptroller, MS 24 605 Suwannee Street Tallahassee. Florida 32399-0450 FDOTSinoleAudit(Adot.state.fl. us State Fu nded: a ln addition to reviews of audits conducted in accordance with Section 215.97, Florida Statutes, monitoring procedures to monitor the Agency's use of state financial assistance may include but not be limited to on-site visits by Department staff and/or other procedures, including reviewing any required performance and financial reports, following up, ensuring corrective action, and issuing management decisions on weaknesses found through audits when those findings pertain to state financial assistance awarded through the Department by this Agreement. By entering into this Agreement, the Agency agrees to comply and cooperate fully with any monitoring procedures/processes deemed appropraate 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. CAO Page 10 af 27 D0cusign Envelope lD: E88650D0-1 336-4413-B8AA-F04686843405 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 appropraate action on all deficiencies has been taken pertaining to the Federal award provided through the Department by this Agreement. lf the Agency fails to have an audit conducted in accordance with 2 CFR Parl 200, Subpart F - Audit Requirements, the Department may impose additional conditions to remedy noncompliance. lf the Department determines that noncompliance cannot be remedied by imposing additional conditions, the Department may take appropriate actions to enforce compliance. which actions may include but not be limited to the following: Page 6252 of 14062 Docus gn Envelope lD E88650D0- 1 336-4413-B8AA-F046868A3405 STAlE OF FLORIOA DEPARTMENT Of TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT STRATEGIC OEVETOPMEIIT oGc 1o/25 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: 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 Servicesi 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. ln determining the state financial assistance expended in a fiscal year, the Agency shall consider all sources of state financial assistance, including state financial assistance received from the Department by this Agreement, other state agencies, and other nonstate entities State financial assistance does not include Federal direct or pass{hrough awards and resources received by a nonstate entity for Federal program matching requirements. t. ln connection with the audit requirements, the Agency shall ensure that the audit complies with the requirements of Section 215.97(8), Florida Statutes. This includes submission of a financial reporting package as defined by Section 215.97 (2)(e\, Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-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 single audit exemption statement to the Department at FIOTSinqleAudil@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 does not meet the audit threshold requirements established by Section 215.97. Flotida Statutes, in a fiscal year and qlpglg to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the aud it must be paid from the Agency's resources (1.e., the cost of such an audit must be paid from the Agency's resources obtained from other than State entities). ln accordance with Chapters 10.550 (local governmental entities) or 10650 (nonprofit and forprofit organizations), Rules of the Auditor General, copies of financiai reportlng packages required by this Agreement shall be submitted to: Florida Department of Transportation Office of Comptroller, lVlS 24 605 Suwannee Street Tallahassee, Florida 32399-0405 FDOTSinoleAudit@dot. state fl us And CAO Page 11 of 27 State of Florida Auditor General Local Government Audits/342 11 1 West Madison Street, Room 401 Tallahassee. FL 32399-1450 Email: flaudqen localoovt@aud.state.fl.us t. Page 6253 of 14062 Oocusign Envelope lDr E88650D0-1336-4A13-88AA-F046868A3405 SiATE OF FLORIOA OEPARTMENI OF TRAIISPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT STRATEGIC DEVELOPMENT occ 1o/25 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 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 forprofit organazations), 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 reporting package, including corrective action plans and management letters, to the extent necessary to determine whether timely and appropriate corrective action on all deficiencies has been taken pertaining to the state financial assistance provided through the Department by this Agreement. lf the Agency fails to have an audit conducted consistent with Section 215.97, Florida Statutes, the Department may take appropriate corrective action to enforce compliance. vI t.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 auditols 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. The Agency shall retain sufficient records demonslrating its compliance with the terms of this Agreement for a peraod 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. Convicted Vendor List. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Section 287 017, Flotida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. b. Discriminatory Vendor List. ln accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed on the Discriminatory Vendor List, kept by the Florida Department of Management Services, may not submit a bid on a contract to provide goods or services to a public entity: may not submit a bid on a contract wath a public entity for the c a CAO Page 12 ol 27 17. Restrictions, Prohibitions, Controls and Labor Provisions: Page 6254 of 14062 STATE OF FLORIOA OEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT STRATEGIC OEVELOPMENT oGc 1o/25 e 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. c. Non-Responsible Contractors. An entity or affiliate who has had its Certificate of Qualification suspended, revoked, denied, or have further been determined by the Department to be a non-responsible contractor, may not submit a bid or perform work for the construction or repair of a public building or public work on a contract with the Agency. d. Prohibition on Using Funds for Lobbying. No funds received pursuant to this Agreement may be expended for lobbying the Florida Legislature, judicial branch, or any state agency, in accordance with Section 216.347. Florida Statutes. Unauthorized Aliens. The Department shall consider the employment by any contractor of unauthorized aliens a violation of Section 2744(e) of the lmmigration and Nationality Act. lf the contractor knowingly employs unauthorized aliens, such violation will be cause for unilateral cancellation of this Agreement. 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 officer of the Agency ii. Allocated under each payment by the Department to be used for remuneration of any member of the board of directors or an officer of the Agency. The documentation must indicate the amounts and recipients of the remuneration. Such information will be posted by the Department to the Florida Accountability Contract Tracking System maintained pursuant to Section 215.985, F.S., and must additionally be posted to the Agency's website if the Agency is a non-profit organization and maintains a website. The Agency shall utilize the Department's Form 350-090-19, Compensation to Non- Profits Using State Funds, for purposes of documenting the compensation. The subject Form is required for every contract for services executed, amended, or extended on or after July 1, 2023, with non-profit organizations. CAO Page '13 ol 27 Docusign Envelope lD E88650D0-1336-441 3-B8AA-F04686843405 Page 6255 of 14062 Docusign Envelope lD: E8865000-1336-4A1 3-BBAA-F04686843405 STATE OF FLORIOA OEPARTMENT OF lRANSPORTAT ON PUBLIC TRANSPORTATION GRANT AGREEMENT STRATEGIC oGc 10/25 Pursuant to Section 216.1366. F.S.. theterm i. 'Ofiicel means achief executive officer, chieffinancial officer, chiefoperatlng officer. or any other position performing and equivalent function.ii. "Remuneration" meansall compensation earned byorawardedto personnel, whether paid or accrued, regardless of contingency, including bonuses, accrued paid time off, severance payments, incentive payments, contributions to a retirement plan or in-kind payments, reimbursements. or allowances for moving expenses, vehicles and other transportation, telephone services, medical services, housing and meals.iii. "State Funds" means funds paid from the General Revenue Fund or any state trust fund, funds allocated by the Federal Government and distrabuted 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 nclude funds used for the Medicaid program. Design Services and Construction Engineering and lnspection Services. lf the Project is wholly or partially funded by the Oepartment and administered by a local governmental entity, except for a seaport listed in Section 31 1.09, 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. lndem n ification and lnsurance: "To the fullest etent 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 etent caused by the negligence, recklessness or intentional wrongful misconduct of the contractor/consultant and persons employed or utilized by the contractor/consultant in the performance of this Agreement This indemnification shall survive the termination of this Agreement." b. The Agency shall provide Workers' Compensation lnsurance in accordance with Florida's Workers' Compensation law for all employees. lf subletting any of the work, ensure that the subcontractor(s) and subconsultant(s) have Workers' Compensation lnsurance for their employees in accordance with Florida's Workers' Compensation law. lf using "leased employees" or employees obtained through professional employer organizations ("PEO's"), ensure that such employees are covered by Workers' Compensation lnsurance through the CAO Page 14 ol 27 a. lt is specifically agreed between the Parties executing this Agreement that it is not intended by any of the provisions of any part of this Agreement to create in the public or any member thereof, a third party beneficaary 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 alljustclaims 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, reckiessness, 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 consulta nts/su bconsu ltants who perform work in connection with this Agreement: Page 6256 of 14062 Docusign Envelope lD 888650D0-1336-4A13-B8AA-F04686843405 STATE OF FLORIOA DEPARTMENI OF TRANSPORTAIION PUBLIC TRANSPORTATION GRANT AGREEMENT STRATEG C DEVELOPIVENT 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 partners are covered by insurance required under Florida's Workers' Compensation law. c. lf the Agency elects to self-perform the Project, then the Agency may self-insure. lf the Agency elects to hlre 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 ceneral 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 Oepartment 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 lnsured shall be primary as to any other available insurance and shall not be more restrictive than the coverage afforded to the Named lnsured. The limits of coverage shall not be less than $1,000,000 for each occurrence and not less than a $5,000,000 annual general aggregate, inclusive of amounts provided by an umbrella or excess policy. The limits of coverage described herein shall apply fully to the work or operations pedormed 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 raiiroad shall also be added along with the Department as an Additional lnsured on the policy/ies procured pursuant to the paragraph above Prior to the execution of the Agreement, and at all renewal periods which occur prior to frnal acceptance of the work, both the Department and the railroad shall be provided with an ACORD Certificate of Liability lnsurance reflecting the coverage described herein. The insurance described herein shall be maintained through final acceptance of thework. Both the Department and the railroad shall be notified in writing within ten days of any cancellation notice of cancellation, renewal, or proposed change to any policy or coverage described herein. The Department's approval or failure to disapprove any policy/ies, coverage, or ACORD Certificates shall not relieve or excuse any obligation to procure and maintain the insurance required herean, nor serye 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. CAO Page 15 of 27 Page 6257 of 14062 Docusign Envelope lD E8865000-1 336-4413,88AA-F046868A3405 SIATE OF FLORIDA DEPARTMENT OF INANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT SIRAIEGIC DEVELOPIVENT occ 10/25 19, Miscellaneous: a Environmental Regulations. The Agency will be solely responsible for compliance with all applicable environmental regulations and for any liability arising from non-compliance with these regulations, and will reimburse the Department for any loss incurred in connection therewith. b. Non-Admission of Liability. ln no event shall the making by the Department of any payment to the Agency constitute or be construed as a waiver by the Department of any breach of covenant or any default which may then exist on the part of the Agency and the making of such payment by the Department, while any such breach or default shall exist, shall in no way impair or prejudice any right or remedy available to the Department with respect to such breach or default. c. Severability. lf any provision of this Agreement is held invalid, the remainder of this Agreement shall not be affected. ln such an instance, the remainder would then continue to conform to the terms and requirements of applicable law. d. Agency not an agent of Department. The Agency and the Department agree that the Agency, its employees, contractors, subcontractors, consultants, and subconsultants are not agents of the Department as a result of this Agreement. e. Bonus or Commission. By execution of the Agreement, the Agency represents that it has not paid and, also agrees not to pay, any bonus or commission for the purpose of obtaining an approval of its application for the financing hereunder. f. Non-Contravention of State Law. Nothing in the Agreement shall require the Agency to observe or enforce compliance with any provislon or perform any act or do any other thing in contravention of any applicable state law. lf any of the provisions of the Agreement violate any applicable state law, the Agency will at once notify the Department in writing so that appropriate changes and modifications may be made by the Department and the Agency to the end that the Agency may proceed as soon as possible with the Project. g. Execution of Agreement. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original, but all of which shall constitute the same Agreement. 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 available prior to execution of the Agreement, the Department may unilaterally add the FAIN to the Agreement without approval of the Agency and without an amendment to the Agreement. lf this occurs, an updated Agreement that includes the FAIN will be provided to the Agency and uploaded to the Oepartment oI 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 rn all subcontracts the obligation to comply with Section 20.055(5), Florida Statutes. i. 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 CAO Page 16 ol 27 Page 6258 of 14062 Docusign En!el0pe ID: E88650D0-1336-4A13-B8AA-F046868A3405 S'TATE OF FLORIDA OEPAR-IMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT STRATEGIC DEVELOPMENT occ lo/25 and venue and that the Department shail determine the forum and venue in which any dispute under this Agreement is decided. lN WTNESS WHEREOF, the Parties have executed this Agreement on the day and year written above AGENCY Collier Countv Board of Countv Commissioners STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION 8y By: Namer Nicole E. lvlills P,E Name: Tltle Ttle: Director of Transportation Development STATE OF FLORIDA, DEPARTI\iIENT OF TRANSPORTATION Legal Review: Don Conway Senior Attorney e CAO Page 17 of 27 Page 6259 of 14062 STATE OF FLORIOA DEPARTIMENI OF IRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS STRATEGIC OEVE!OPMENT occ 10/25 EXHIBIT A Proiect 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 entlre project)): To assist with the Agency's eligible administrative, management and operational expenses of providing public transportation along the US 41 corridor This corridor project shall enhance the regional mobility of all citizens and encourage the use of public transportation. This project shall relieve congestion and improve capacity within the US 41 corridor. Collier Area Transit operates two (2) routes that run in the southbound and northbound directions along the US41 corridor in Naples, Florida from lmmokalee Road to Six L's Farm Road. This project is for the two routes (routes 11 and 24) that provide transit services on the US 41 corridor and may include other routes as determined by the transit agency and approved by the Department's Project Manager. Route 11 connects with LeeTran's system at the Creekside Transfer Center and travels between lmmokalee Road to the Collier County Government Center. Route 24 operates from the Collier County Government Center to Six L's Farm Road. B. Proiect Location (limits, city, county, map): The US 41 Corridor within Collier County, Florida C. Project Scope (allowable costs: describe project components, improvement type/service type, approximate timeline. project schedule, project size): This prolect is for the Department's participation in the routes operated by Collier Area Transit along the US 41 corridor routes: 11, 24 and other routes as determined by the transit agency and approved by the Department's Pro.iect Manager. 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): The Agency shall provide a progress report utilizing the FDOT Project Monitoring Status report with each invoice submittal to reflect passenger trips - rldership, passengers/revenue mile, passengers/revenue hour, average headways farebox revenues, revenue hours, revenue miles, cosvpassenger and if available, the transit travel time - stop to stop travel time including stop tlme to unload/load passengers. lf invoicing is delayed, a quarterly report must still be provided. When submitting an invoice for reimbursement the Agency must submit the invoice using the FOOT Transit Operating lnvoice Form The Agency will provide appropriate documentation to support all costs being submitted for reimbursement. The project scope identifies the ultimate project deliverables. Deliverables for requisition, payment and invoice purposes will be the incremental progress made toward completion of project scope elements. Supporting documentation will be quantifiable, measurable, and verifiable, to allow for a determination of the amount of incremental progress that has been made, and provide evidence that the payment requested is commensurate with lhe 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 the document. F. Transit Operating Grant Requirements (Transit Only): Transit Operating Grants billed as an operational subsidy will require an expenditure detail report from the Agency that matches the invoice period. The expenditure detail, along with the progress report, will be the required deliverables for Transit Operating Grants Operating grants may be issued for a term not to exceed three years from execution. The originai grant agreement will include funding for year one. Funding for years two and three will be added by CAO Page 18 of 27 Docusign Envelope lD: E88650D0-1336-4A1 3-B8AA-F04686843405 Page 6260 of 14062 Oocusign Envelope lD: E88650D0-1336-4A13"BBAA-F04686843405 STATE OF FIORIOA OEPARTMENT OF TRANSPORIATION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS SIRAIEGIC OEVELOPMENI occ 10/25 amendment as long as the grantee has submitted all invoices on schedule and the project deliverables for the year have been met. Page 19 of 27 CAO Page 6261 of 14062 Oocusign Envelope lD E88650D0-1336-4A13-B8AA-F046868A3405 STATE OF FLORIOA DEPARIMENT OF 'RANSPOR1AIIONPUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS STRATEGIC OEV€LOPUENT occ 10/25 EXHIBIT B Schedule of Financial Assistance TRANSIT OPERATING ONLY FUNDS AWARDED TO THE AGENCY PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING A. Fund Type and Fiscal Year: Fin anc ia I Project Number Fund Type FLAIR Category State Fiscal Year Object Code CSFA/ CFDA Number CSFA/CFDA Title or Fu nd ing Source Description 4527 49- 1-84-04 4527 49-1,84-04 DDR DPTO 08877 4 08877 4 2026 2026 7 5'1000 751000 55.0'13 55 013 Transit Corridor Development Program Transit Corridor Develooment Proqram $'1 15 763 00 $449,553.00 Total Financial Assistance $565,316.00 B. Operations Phase - Estimate of Project Costs by Budget Category: Budget Categories Operations (Transit Only) .State Federal Total Salaries s0 $0 SO $0 Frinqe Benefits s0 $0 $0 $0 $565,316 $0 SO $565 316 Travel SO $0 SO $0 Other Direct Costs $0 $0 SO $0 lndirect Costs $0 $0 s0 $0 Totals s56t3r6 $0 $o $565,316 ' 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: _ Monthly .L Quarterly _ 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)N/A Common Name/UZA Name (Transit Only) BUOGET/COST ANALYSIS CERTIFICATION AS REQUIRED BY SECTION 2'16.3475, 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 Section 216.3475, Florida Statutes. Documentation is on flle evidencing the methodology used and the conclusions reached. U egrove Deoartment Grant Manaoer Name'Uirlo,rnr,@fregro{e -11t1At2A25 | 4.25 PN4 EST CAO Page 20 of 27 tgn ure Date Fu nd ing Amount Local Contractual Services Page 6262 of 14062 Docusign Envelope lD: E88650D0-1336{A1 3-B8AA-F04686843405 STATE OF FLORIDA OEPARIIMENT OF IRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS EXHIBIT D AGENCY RESOLUTION PLEASE SEE ATTACHED STRATEOIC DEVELOPIMENT occ 10/25 CAO Page 21 o'127 Page 6263 of 14062 Docuslgn Envelope lD: E8865000-1336-4A1 3-B8AA-F046868A3405 STATE OF FLORIDA DEPARTIVENI OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS STRATEGIC OEVELOPMENI occ 10/25 EXHIBIT E PROGRAM SPECIFIC TERMS AND CONDITIONS - TRANSIT (Transit Corridor Program) 1. Conformance with Enabling Legislation. This Agreement is in conformance with Section 341 .051 , F.S 3. Transit Vehicle lnventory Management. The Agency will follow the Department's Transit Vehicle lnventory lvlanagement Procedure (725-030-025), which outlines the requirements for continuing management control, inventory transfer and disposal actions. This procedure pertains ONLY to capital procurements of rolling stock using the FTA Section 5310, Section 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. 4. Progress Reports. The Agency will submit Semi-Annual Progress Reports on monthly ridership data Reports are due no later than January 30rh for the period ending December 31"tand July 30'h for the period ending June 30th. 5. Project Goals and Service Data. The Agency must report on work efforts and provide a detailed, side-by-side comparison of the project goals and actual service data. 6. Submittal of Proposed Timeline. The Agency will submit a Proposed Timeline for Transit Corridor Activities prior to the commencement of the prolect. 7. Annual Report. The Agency will provide an annual report including the following information: an evaluation of the attainment of the goals and objectives, the reasons any of the goals were not met, and the benefit accrued by the Agency/Community. Should a project not meet its goals and objectives, the District shall determine if it is necessary to terminate the project. This report will accompany the Final lnvoice for reimbursement. - End of Exhibit E - CAO Paga 22 ol 27 2. Bus Transit System - ln accordance wrth Section 341 061, F.S., and Rule Chapter 14-90. Florida Administrative Code, the Agency shall submit, and the Depanment shall have on file, an annual safety certification that the Agency has adopted and is complying with its adopted System Safety Program Plan pursuant to Rule Chapter 14-90, F.A.C., and has performed annual safety inspections of all buses operated. Page 6264 of 14062 Docusign Envelope lD: E88650D0-1336-4413-B8AA-F046868A3405 STATE OF FLORIOA OEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS S'TRATEGIC OEVELOPMENT occ 10/25 Exhibit E1 PROGRAM SPECIFIC TERMS AND CONDITIONS (Prohibition on Discrimination Based on Health Care Choices) This exhibit forms an integrat part of the Agreement between the Department and the Agency. 1. Statutory Reference. Section 319.08, F.S. and Sectjon 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 entitjes if the entity is found to be in vjotation of Section 381.00316, F.S. The Department shatt withhotd state funds untjt the entity js found to be in comptjance with Section 381.00316, F.5. This shatt appty to any of the fottowing entities: a. A pubtic transit provider as defined jn s. 341.031(1), F.S.; b. An authority created pursuant to chapter 343, F.S., chapter 348, F.5., or chapter 349, F.S.; c. A public-use airport as defined jn s. 332.004, F.S.; or d. A port listed in s. 311.09(1), F.S. - End of Exhibit El - CAO Page 23 of 27 Page 6265 of 14062 Docusign Envelope lD E88650D0-1 336-4413-B8AA-F04686843405 STATE OF FLORIOA DEPARTMENI OF IRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS STRATEGIC oGc 10/25 Exhibit E2 PROGRAM SPECIFIC TERMS AND CONDITIONS - TRANSIT (Exterior Vehicle Wrap, Tinting, Paint, Marketing, and Advertising) This exhibjt forms an integral part of the Agreement between the Department and the Agency. 1. Statutory Reference. Section 341 .051(8), F.5. and Section 3'16.2954, F.5. 2. Statutory Compliance. ln accordance with Section 341 .051 (8), F.5., as a conditjon of receivjng funds from the Department, a pubtic transit provider may not expend Department funds for marketing or advertisjng actjvjtjes, inctuding any wrap, tinting, paint, or other medium disptayed, attached, or affixed on a motor vehjcte owned, teased, or operated by the pubtic transit provider. Such vehictes on which department funds are expended are limited to exterior vehicte wrap, tinting, paint, marketing, and advertjsing disptaying : a. a brand or logo of the pubtjc transit provider, b. the officjat seat of the jurisdictionat governmental 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 vehicte used by a pubtic transit provider may not be darker than the tegatly attowed tinting requirements provided in Section 316.2954, F.S. - End of Exhibit E2 - CAO Page 24 of 27 Page 6266 of 14062 Docusign Envelope lD: E88650D0-1336-4A1 3-B8AA-F046868A3405 SIAIE OF FLORIOA DEPARTIVIENi Of TFENSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS STRATEGIC OEVELOPMENT oGc 1o/25 EXHIBIT E4 PROGRAM SPECIFIC TERMS ANO 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(2Xc)4, F.S., the Department 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 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 rn 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 policy of the State of Florida set forth in Section 377.601 (3), F.S. CAO Page 25 ot 27 - End of Exhibit E4 - Page 6267 of 14062 Docusign Envelope lD: E88650D0-1336-4A13-B8AA-F046868A3405 STATE OF FLORIOA OEPARTIMENT Of TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS STRATEGIC OEVEIOPMEIIT oGc 1o/25 EXHIBIT F Contract Payment Requirements Florida Department of Financial Services, Reference Guide for State Expenditures Cost Reimb u rsement Contracts lnvoices for cost reimbursement contracts must be supported by an itemized listing of expenditures by category (salary. travel, expenses, etc.). Supporting documentation shall be submitted for each amount forwhich reimbursement is being claimed indicating that the item has been paid. Documentation for each amount for which reimbursement is being claimed must indicate that the item has been paid. Check numbers may be provided in lieu of copies of actual checks. Each piece of documentation should clearly reflect the dates of service. Only expenditures for categories in the approved agreement budget may be reimbursed. These expenditures must be allowable (pursuant to law) and directly related to the services being provided. Listed below are types and examples of supporting documentation for cost reimbursement agreements (1) Salaries: A payroll register or similar documentation should be submitted. The payroll register should show gross salary charges fringe benefits, other deductions and net pay. lf an individual for whom reimbursement is being claimed is paid by the hour a document reflecting the hours worked times the rate of pay will be acceptable. (2) Fringe Benefits: Fringe Benefits should be supported by invoices showing the amount paid on behalf of the employee (e.9., insurance premiums paid). lf the contract specifically states that fringe benefits will be based on a specified percentage rather than the actual cost of fringe benefits, then the calculation for the fringe benefits amount must be shown. Exception: Governmental entities are not required to provide check numbers or copies of checks for fringe benefits. (3) Travel: Reimbursement for travel must be in accordance with Section 112.061, Florida Statutes. which includes submission of the claim on the approved State travel voucher or electronic means. (4) Other direct costs: Reimbursement will be made based on paid invoices/receipts. lf nonexpendable property is purchased using State funds, the contract should include a provision for the transfer of the property to the State when services are terminated. Documentation must be provided to show compliance with Department of Management Services Rule 604-1 .017, Florida Administrative Code, regarding the requirements for contracts which include services and that provide for the contractor to purchase tangible personal property as defined in Section 273.02, Florida Statutes, for subsequent transfer to the State. (5) ln-house chargesr Charges which may be of an internal nature (e.9., postage, copies, etc ) may be reimbursed on a usage log which shows the units times the rate being charged. The rates must be reasonable. (6) lndirect costs: lf the contract specifies that indirect costs will be paid based on a specified rate, then the calculation should be shown. Contracts between state agencies, and/or contracts between universities may submit alternative documentation to substantiate the reimbursement request that may be in the form of FLAIR reports or other detailed reports. CAO Page 26 ol27 The Florida Department of Financial Services, online Reference Guide for State Expenditures can be found at this web address: https://mvfloridacfo.com/docs-sf/accountino-and-auditino- libraries/manuals/aqencieskeference-ouide-for-state-expenditures.odf?sfursn=b4cc3337 6 Page 6268 of 14062 Docuslgn Envelope lD E88650D0-1 336-4A13-B8AA-F04686843405 STAIE OF FLORIOA DEPARTIMENT OF TRANSPORTATlON PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS STRAIEGIC OEVELOPMENT occ 1o/25 EXHIBIT G AUOIT REQUIREMENTS FOR AWARDS OF STATE FINANCIAL ASSISTANCE THE STATE RESOURCES AWARDED PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: SUBJECT TO SECTION 215.97, FLORIOA STATUTES:- Awarding Agency: State Project Title: CSFA Number: *Award Amount: Florida Department of Transportation Transit Corridor Development Program 55.013 $565,316 The State Projects Compliance Supplement is provided at: https://aops.fldfs com/fsaa/compliance.aspx CAO Page 27 ol27 *The award amount may change with amendments Specific project information for CSFA Number 55.]EI3 is provided at: httos://apps.fldfs.com/fsaaisearchcataloo.asox COMPLIANCE REQUIREMENTS APPLICABLE TO STATE RESOURCES AWARDED PURSUANT TO THIS AGREEMENT: State Project Compliance Requirements for CSFA Number 55.013 arc provided at: https://aops.f ldfs.com/fsaa/searchCompliance.asox Page 6269 of 14062