Agenda 01/27/2026 Item #16B 3 (Resolution - Grant Agreement with the Florida Department of Transportation ("FDOT") for the “Pine Street from Becca Ave to US 41” LAP project)1/27/2026
Item # 16.B.3
ID# 2025-4905
Executive Summary
Recommendation to approve and authorize the Chair to execute a Local Agency Program ("LAP") Grant Agreement with
the Florida Department of Transportation ("FDOT") for the “Pine Street from Becca Ave to US 41” LAP project,
reimbursing the County up to $265,511.00 for the construction of a five-foot sidewalk on Pine Street; execute a
Resolution memorializing the Board’s action; and authorize the necessary Budget Amendments (Project 33976, Fund
1841), FPN 448128-2-58-01.
OBJECTIVE: To construct a five-foot-wide sidewalk on the west side of Pine Street from Becca Ave. to US 41 that
will enhance pedestrian safety with funding assistance from the FDOT LAP Agreement.
CONSIDERATIONS: The Pine Street Sidewalks project was prioritized at the June 12, 2020, Collier Metropolitan
Planning Organization ("MPO") board meeting, confirming its inclusion in MPO-tracked pedestrian improvements. The
project was included in the Work Program for design in 2023.
The design phase is nearing completion for this project, and it moves into the bid phase next. Once the bid phase
concludes and a contractor is selected, the project will move into the construction phase. FDOT programmed
$265,511.00 in construction funding in its Work Program, with construction scheduled for FY 2026.
Under state legislative authority, FDOT may contract with local government agencies to develop, design, acquire right-
of-way, and construct transportation facilities, and to reimburse those agencies for work performed on behalf of the
traveling public. The FDOT Local Agency Program, administered at the district level, serves as the mechanism for
implementing prioritized projects from FDOT’s Five-Year Work Program.
Collier County is LAP-certified, and the Transportation Management Services staff will oversee administration of the
project’s construction phase.
This item is consistent with the Collier County Strategic Plan’s objective of designing and maintaining 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 revenue for $265,511.00 in Transportation
Grant Fund 1841, Project 33976 for construction. The funding source is Federal Highway Administration, whereby
these grant dollars are passed through FDOT via the LAP agreement. This grant does not require a match.
GROWTH MANAGEMENT IMPACT: These improvements are consistent with the Growth Management Plan
Transportation Element, specifically Section B – Intermodal & Multi-modal Transportation, (1) Non-Motorized Travel,
Objective 4, Policy 4.2, Policy 4.4, Policy 4.5, Policy 4.6, and Policy 4.8.
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 and authorize the Chair to execute a Local Agency Program Grant Agreement
with the Florida Department of Transportation for the “Pine Street from Becca Ave to US 41” LAP project, reimbursing
the County up to $265,511.00 for the construction of a five-foot sidewalk on Pine Street; execute a Resolution
memorializing the Board’s action; and authorize the necessary Budget Amendments (Project 33976, Fund 1841), FPN
448128-2-58-01.
PREPARED BY: Katherine Chachere, RLA, Project Manager III (Licensed); Transportation Engineering
ATTACHMENTS:
1. 448128 LAP Agreement
2. 448128 LAP Agreement Resolution
Page 1080 of 5261
1/27/2026
Item # 16.B.3
ID# 2025-4905
3. 448128 Pine St Map
4. BA_448128-2-58-01 Pine Street Sidewalk
Page 1081 of 5261
Docusign Envelope lDr BD6BD00D-8ED8-49A9-9A03-F12BgFC5A871
STATE OF FLORIOA OEPARTMENT OF TRANSPORTATION
LOCAL AGENCY PROGRAM AGREEMENT
52101G40
occr'ooc- 0325
FPN 448128-2-5A-01
D126-013-B
Federal Award Date
Federal No (FAIN)
FPN
Federal No (FAIN)
Federal Award Date
Fund:
Federal Award Date
Fund:Fund ACSU
org Code: 55014010'106 Org Code
FLAIR Approp FLAIR Approp
FLA|R Obj
County No
780000 FLA|R Obj FLA|R Obj
Contract No
Recip ient Vendor Nor F596000558102 Recipient Unique Entity lD (UEl) No: JWKJKYRPLLU6
Assistance Listing Number (ALN): 20.205 Highway Planning and Construction
THIS LOCAL AGENCY PROGRAI/ AGREEMENT ("Agreement"), is entered into on
by and between the State of Florida Department of Transportation, an agency
NOW, THEREFORE, in consideration of the mutual benefits to be derived from joint participation on the ProJect, the Parties
agree to the following:
1. Authority: The Department is authorized to enter into this Agreement pursuant to Section 339.'12, Florida
Statutes. The Recipient by Resolution or other form of official authorization, a copy of which is attached as
Exhibit "D" and made a part of this Agreement, has authorized its officers to execute this Agreement on its
behalf.
2. Purpose of Agreement: The purpose of this Agreement is to provide for the Department's participatioli!
foot-wide sidewalk on Pine Street Rd from Becca Ave to US4'l , as further described in
Exhibit "A", Project Description and Responsibililies attached to and incorporated in this Agreement ("Project"),
to provide Department financial assistance to the Recipient; state the terms and conditions upon which
Department funds will be providedt and to set forth the manner in which the Project will be undertaken and
completed.
3. Term of Agreement: The Recipient agrees to complete the Project on ot betore 12!!!l@. lf the Recipient
does not complete the Project within this time period, this Agreement will expire on the last day of the scheduled
completion as provided in this paragraph unless an extension of the time period is requested by the Reciplent
and granled in writing by the Department prior to the expiration of this Agreement. Expiration of this Agreement
will be considered termination of the Prolect. The cost of any work performed after the term of this Agreement
will not be reimbursed by the Department.
4. Poect Cost:
The estimated cost of the Project is $ 265.51 1 .00 (Two Hundred Sixtv-Five Thousand Five Hundred Eleven
Dollars) . This amount is based upon the Schedule of Financial Assistance in Exhibit "B", attached to and
incorporated in this Agreement. Exhibit "B" may be modified by mutual execution of an amendment as
provided for in paragraph 5.i.
b. The Department agrees to participate in the Project cost up to the maximum amount of $265.51 1 .00 (Two
Hundred Sixtv-Five Thousand Five Hundred Eleven Dollars) and as more ful ly described in Exhibit "8"
This amount includes Federal-aid funds which are limited to the actual amount of Federal-aid participation.
The Department's participation may be increased or reduced upon determination of the actual bid amounts
of the Project by the mutual execution of an amendment. The Recipient agrees to bear all expenses in
excess of the total cost of the Pro.iect and any deficits incurred in connection with the completion of the
POect.
a
c40
FPN:
Federal No (FAIN):
Org Code:
FLAIR Approp:
(This date to be enlered by DOT only)
of the State of Florida ("Department"), and Collier Countv ("Recipient").
Page 1082 of 5261
e
STATE OF FLOR DA DEPARTMENT OF TRANSPORTATION
LOCAL AGENCY PROGRAM AGREEMENT
Project costs eligible for Department participation will be allowed only from the date of this Agreement. lt
is understood that Department participation in eligible Project costs is subject to:
i. Legislative approval of the Department's appropriation request in the work program year that the
Project is scheduled to be committed;
Availability of funds as stated in paragraphs 5.1. and 5.m. of this Agreement;
iii. Approval ofall plans, specifications, contracts or other obligating docu ments and a ll otherterms of
this Agreement, and
iv. Department approval of the Project scope and budget at the time appropriation authority becomes
available.
5. Requisitions and Payments
b. lnvoices shall be submitted by the Recipient in detail sufficient for a proper pre-audit and poslaudit based
on the quantifiable, measurable and verifiable units of deliverables as established in Exhibit "A".
Deliverables must be received and accepted in writing by the Department's Project Manager prior to
payments. Requests for reimbursement by the Recipient shall include an invoice, progress report and
supporting documentation for the period of services being billed that are acceptable to the Department.
The Recipient shall use the format for the invoice and progress report that is approved by the
Department.
c. The Recipient shall charge to the Project account all eligible costs ofthe Project except costs agreed to be
borne by the Recipient or its contractors and subcontractors. Costs in excess of the programmed funding
or attributable to actions which have not received the required approval of the Department shall not be
considered eligible costs. All costs charged to the Project, including any approved services contributed by
the Recipient or others, shall be supported by properly executed payrolls, time records, invoices, contracts
or vouchers evidencing in proper detail the nature and propriety of the charges.
d. lf the Recipient is considered a rural communily or rural area of opportunity, as these terms are defined by
Section 288.0656(2), Florida Statutes, Recipient may submit payment requests for eligible performance
completed/costs incurred under this agreement pursuant to Exhibit "H", Alternative Advance Payment
Financial Provisions.
Supporting documentation must establish that the deliverables were received and accepted in writing by
the Recipient and must also establish that the required minimum level of service to be performed based on
the criteria for evaluating successful completion as specified in Exhibit "A" was 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.
52t01tr2t0
occ/ooc- 0325
c
f. 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 Disbursement Handbook for Employees and Managers.
g. Payment shall only be made after receipt and approval of goods and services unless the payment is made
under Exhibit "H" or advance payments are authorized by the Chief Financial Officer ofthe State of Florida
under Chapters 2'1 5 and 216, Florida Statutes or the Department's Comptroller under Section 334.044(29),
Florida Statutes.
CAO
Docusign Envelope lD: BD6BD00D-8ED8-49A9-9A03-F12BgFC5A871
a. The Recipient 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".
Page 1083 of 5261
Docusign Envelope lD: BD6BD00D-8ED8-49A9-9A03-F12BgFC5A871
SIAIE OF FLORIDA DEPARTM E NT OF TRANSPORTATION
LOCAL AGENCY PROGRAM AGREEMENT
lf the Department determines that the performance of the Recipient is unsatisfactory, the Department shall
notify the Recipient of the deflciency to be corrected, which correction shall be made within a time-frame to
be specified by the Department. The Recipient shall, within thirty (30) days afrer notice from the Department,
provide the Department with a corrective action plan describing how the Recipient will address all issues of
contract non-performance, unacceptable performance, failure lo meet the minimum performance levels,
deliverable deficaencies, or contract non-compliance. lf the corrective action plan ls unacceptable to the
Department, the Recipient will not be reimbursed or paid under Exhibit "H", to the extent of the non-
performance. The Recipient will not be reimbursed or paid until the Recipient resolves the deficiency. lf the
deficiency is subsequently resolved, the Recipient may bill the Department for any unpaid performance
completed by the Recipient during the next billing period or as provided by Exhibit "H", Alternative
Advance Payment Financial Provisions. lf the Recipient is unable to resolve the deficiency, the funds
shall be forfeited at the end of the Agreement's term.
h. Agencies providing goods and services to the Department should be aware of the following time frames.
lnspection and approval of goods or services shall take no longer than 20 days from the Department's
receipt of the invoice. The Department has 20 days to deliver a request for payment (voucher) to the
Department of Financial Services. The 20 days are measured from the latter of the date the invoice is
received or the goods or services are received, inspected, 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), F.5., will be due and payable, in addition to the invoice amount, to the Recjpient.
lnterest penalties of less than one (1) dollar will not be enforced unless the Recipient requests payment.
lnvoices that have to be returned to an Recipient because of Recipient 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 Agencies who may be experiencing problems in obtaining
timely payment(s) from a state agency. The Vendor Ombudsman may be contacted at (850) 413-5516.
i. The Recipient shall maintain an accounting system or separate accounts to ensure funds and projects are
tracked separately. Records of costs incurred underthe 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 documents and records shall be furnished to the
Department upon request. Records of costs incurred include the Recipient's general accounting records
and the project records, together with supporting documents and records, of the contractor and all
subcontractors performing work on the poect, and all other records of the Contractor and subcontractors
considered necessary by the Department for a proper audit of costs.
Prior to the execution of this Agreement, a Project schedule of funding shall be prepared by the Recipient
and approved by the Department. The Recipient shall maintain said schedule of funding, carry out the
Project, and shall incur obligations against and make disbursements of Project funds only in conformity with
the latest approved schedule of funding for the ProJect. The schedule of funding may be revised by
execution of a Local Agency Program ("LAP") Supplemental Agreement between the Department and the
Recipient. The Recipient acknowledges and agrees that funding for this prolect may be reduced upon
determination of the Recipient's contract award amount.
k. 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 which it has with the Recipient owing such amount if,
upon demand, payment ofthe 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. The Recipient 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-day time period may notbe paid.
m. 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 Pro.iect is in multiple fiscal years, funds
52t01G2t0
occ/ooc- 03,?s
CAO
Page 1084 of 5261
Docusign Envelope lD: BD6BD00D-8ED8-49A9-9A03-F12BgFC5A871
STATE OF FLOR OAOEPARTMENT OF TRANSPORTATION
LOCAL AGENCY PROGRAM AGREEMENT
approval from the Department's Comptroller must be received each fiscal year prior to costs being incurred.
See Exhibit "8" for funding levels by fiscal year. Project costs utilizing these fiscal year funds are not
eligible for reimbursement if incurred priortofunds approval being received. The Department will notify the
Recipient, in writing, when funds are available.
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 written, made in violation of this subsection is null and void, and no money may
be paid on such contract. The Department shall require a statement from the comptroller
of the Department that funds are available prior to entering into any such contract or other
binding commitment of funds. Nothing herein contained shall prevent the making of
conlracts for periods exceeding 1 year, but any contract so made shall be executory only
for the value of the services to be rendered or agreed to be paid for in succeeding fiscal
years, and this paragraph shall be incorporated verbatim in all contracts of the Department
which are for an amount in excess of $25,000 and which have a term for a period of more
than 1 year."
6. Department Payment Obligations
Subject to other provisions of this Agreement, the Department will honor requests for reimbursement to the Recipient
pursuant to this Agreement. However, notwithstanding any other provision of this Agreement, the Department may elect
by notice in writing not to make a payment if:
a. The Recipient shall have made misrepresentation of a material nature in its application, or any supplement or
amendment to its application, or with respect to any document or data furnished with its application or pursuant to
this Agreement;
b. There is any pending litigation with respect to the performance by the Recipient of any of its duties or obligations
which may jeopardize or adversely affect the Project, the Agreement or payments to the Project;
c. The Recipient shall have taken any action pertaining to the Project which, under this Agreement, requires the
approval of the Department or has made a related expenditure or incurred related obligations without having been
advised by the Oepartment that same are approved;
d. There has been any violation ofthe conflict of interest provisions contained in paragraph 14.f.; or
e. The Recipient has been determined by the Department to be in default under any of the provisions of the Agreement.
The Department may suspend or terminate payment for that portion of the Project which the Federal Highway Administration
('FHWA'), or the Department acting in lieu of FHWA, may designate as ineligible for Federal-aid.
ln determining the amount of the payment, the Department will exclude all Prolect costs incurred by the Recipient prior to
the Department's issuance of a Notice to Proceed ("NTP"), costs incurred after the expiration of the Agreement, costs which
are not provided for in the latest approved schedule of funding in Exhibit "8" for the Project, costs agreed to be borne by
the Recipient 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 arrangements which have not been approved
in writing by the Department.
7. GeneralRequirements
The Recipient 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. The Prolect will be performed in accordance with
all applicable Department procedures, guidelines, manuals, standards, and directives as described in the Department's
52t01G40
occ/ooc- 0325
n
c4()
Page 1085 of 5261
Docusign Envelope lD: BD6BD00D-8ED8-49A9-9A03-F12BgFC5A871
STATE OF FLOR OA DE PARTM E NT OF TRANS PORTAT ON
LOCAL AGENCY PROGRAM AGREEMENT
LocalAoencv Proqram Manual (FDOT Topic No. 525-010-300), which by this reference is made a part of this Agreement
Time is of the essence as to each and every obligation under this Agreement.
A full time employee of the Recipient, qualified to ensure that the work being pursued is complete, accurate,
and consistent with the terms, conditions, and specifications of this Agreement shall be in responsible
charge of the Project, which employee should be able to perform the following duties and functions:
i. Administers inherently governmental project activities, including those dealing with cost, time,
adherence to contract requirements, construction quality and scope of Federal-aid projects;
ii. lvlaintains familiarity of day to day Project operations, including Project safety issues;
iii. Makes or participates in decisions about changed conditions or scope changes that require
change orders or supplemental agreements;
iv. Visits and reviews the Project on a frequency that is commensurate with the magnitude and
complexity of the Project;
v. Reviews financial processes, transactions and documentation to ensure that safeguards are in
place to minimize fraud, waste, and abuse;
b.
vi. Directs Project staff, agency or consultant, to carry out Project administration and contract
oversight, including proper documentation;
vii. ls aware of the qualifications, assignments and on{he-job performance of the Recipient and
consultant staff at all stages of the Project.
Once the Department issues the NTP for the Project, the Recipient shall be obligated to submit an invoice
or other request for reimbursement to the Oepartment no less than once every 90 days (quarterly),
beginning from the day the NTP is issued. lf the Recipient fails to submit quarterly invoices to the
Department, and in the event the failure to timely submit invoices to the Department results in the FHWA
removing any unbilled funding or the loss of state appropriatlon authority (which may include the loss of
state and federal funds, ifthere are state funds programmed to the Project), then the Recipient will be solely
responsible to provide all funds necessary to complete the Project and the Department will not be obligated
to provide any additional funding for the Project. The Recipient waives the righl lo contest such removal of
funds by the Department, if the removal is related to FHWA'S withdrawal of funds or if the removal is related
to the loss of state appropriation authority. ln addition to the loss offunding forthe Project, the Department
will also consider the de-certification of the Recipient for future LAP Projects. No cost may be incurred
under this Agreement until after the Recipient has received a written NTP from the Department. The
Recipient agrees to advertise or put the Project out to bid thirty (30) days from the date the Department
issues the NTP to advertise the Pro.iect. lf the Recipient is not able to meet the scheduled advertisement,
the Department District LAP Administrator should be notified as soon as possible.
c. lf all funds are removed from the Project, including amounts previously billed to the Department and
reimbursed to the Recipient, and the Project is off the State Highway System, then the Department will
have to request repayment for the previously billed amounts from the Recipient. No state funds can be
used on off-system projects, unless authorized pursuant to Exhibit "1", State Funds Addendum, which will
be attached to and incorporated in this Agreement in the event state funds are used on the Project.
d. In the event that any election, referendum, approval, permit, notice or other proceeding or authorization is
required under applicable law to enable the Recipient to enter into this Agreement or to undertake the
Project or to observe, assume or carry out any of the provisions of the Agreement, the Recipient will initiate
and consummate, as provided by law, all actions necessary with respect to any such matters.
e. The Recipient shall initiate and prosecute to completion all proceedings necessary, including Federal-aid
requirements, to enable the Recipient to provide the necessary funds for completion of the Project.
52t01G40
occr'ooc- 03,25
a
CAO
Page 1086 of 5261
Docusign Envelope lD: BDOBD00D-8ED8-49A9-9A03-F12BgFC5A871
STATE OF FLORIOA OEPARTME NT OFTRANSPORTATON
LOCAL AGENCY PROGRAM AGREEMENT
f. The Recipient shall submit to the Department such data, reports, records, contracts, and other documents
relating to the Project as the Department and FHWA may require. The Recipient shall make such
submissions using Department-designated information systems.
g. Federal-aid funds shall not participate in any cost which is not incurred in conformity with applicable federal
and state laws, the regulations in 23 Code of Federal Regulations (C.F.R.) and 49 C.F.R., and policies and
procedures prescribed by the Oivision Administrator of FHWA. Federal funds shall not be paid on account
of any cost incurred prior to authorization by FHWA to the Department to proceed with the Project or part
thereof involving such cost (23 C.F.R. 1.9 (a)). lf FHWA or the Department determines that any amount
claimed is not eligible, federal participation may be approved in the amount determined to be adequately
supported and the Department shall notify the Recipient in writing citing the reasons why items and amounts
are not eligible for federal participation. Where correctable non-compliance with provisions of law or FHWA
requirements exists federal funds may be withheld until compliance is obtained. Where non-compliance is
not correctable, FHWA or the Department may deny participation in parcel or Project costs in part or in
total. For any amounts determined to be ineligible for federal reimbursement for which the Department has
advanced payment, the Recipient shall promptly reimburse the Department for all such amounts within 90
days of written notice.
h. For any project requiring additional right-of-way, the Recipient must submit to the Oepartment an annual
report of its real property acquisition and relocation assistance activities on the project. Activities shall be
reported on a federal fiscal year basis, from October 1 through September 30. The report must be prepared
using the format prescribed in 49 C.F.R. Part 24, Appendix B, and be submitted to the Department no later
than October 15 of each year.
8. Audit Reports
The adminiskation of resources awarded through the Department to the Recipient 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 limit the authority of any state
agency inspector general, the State of Florida Auditor General, or any other state official. The Recipient shall comply with
all audit and audit reporting requirements as specitled below.
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 Recipient agrees to
comply and cooperate fully with any monitoring procedures/processes deemed appropriate by the Department. The
Recipient 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.
525,01q0
oc,cJooc- 0325
b. The Recipient, a non-federal entity as defined by 2 CFR Part 200, 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 Recipient 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 Recipient must have a federal single or
program-specific audit for such fiscal year conducted in accordance with the provisions of 2 CFR Part 200,
Subpart F - Audit Requirements. Exhibit "E" to this Agreement provides the required federal award
identification information needed by the Recipient to further comply with the requirements of 2 CFR Part 200,
Subpart F - Audit Requirements. ln determining federal awards expended in a Jiscal year, the Recipient must
consider all sources offederal 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 offederal
awards expended should be in iccordance with the guidelines established by 2 CFR Part 200, Subpart F -
Audit Requirements. An audit conducted by the State of Florida Auditor General in accordance with the
provisions of 2 CFR Part 200, Subpart F - Audit Requirements, will meet the requirements of this part
ii. ln connection with the audit requirements, the Recipient shall fulfill the requirements relative to the auditee
responsibilities as provided in 2 CFR Part 200, Subpart F - Audit Requirements'
a
cAO
Page 1087 of 5261
STATE OF FLORIOA OEPARTM ENT OF TRANSPORTATION
LOCAL AGENCY PROGRAM AGREEMENT
ln the event the Recipient expends less than the threshold established by 2 CFR Part 200, Subpart F - Audit
Requirements, in federal awards, the Reclpient is exempt from federal audit requirements for that fiscal year.
However, the Recipient must provide a single audit exemption statement to the Department at
F
52t01G10
occ/ooc- 0325
DOTSin o leAudit@dot.state.fl .us no later than nine months afrer the end of the Recipient's audit period for
each applicable audit year. ln the event the Recipient expends less than the threshold established by 2 CFR
Part 200, Subpart F - Audit Requirements, in federal awards in a fiscal year and glg9lg to have an audit
conducted in accordance with the provisions of 2 CFR Part 200, Subpart F - Audit Requirements, the cost of
the audit must be paid from non-federal resources (1.e., the cost of such an audit must be paid from the
Recipient's resources obtained from other than federal entities).
The Recipient must electronically submit to the Federal Audit Clearinghouse ("FAC") at
httos;//harvester.census qov/facweb/the audit reporting package as required by 2 CFR Part 200, Subpart F -
Audit Requirements, within the eadier of 30 calendar days afrer receipt of the auditor's report(s) or nine months
after the end of the audit period. The FAC is the repository of record for audits required by 2 CFR Part 200,
Subpart F - Audit Requirements, and this Agreement. 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 - Audit Requirements.
Within six months of acceplance of the audit report by the FAC, the Department will review the Recipient'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 Recipient fails to have an audit conducted in
accordance with 2 CFR Part 200, Subpart F - Audit Requirements, the Oepartment may impose additional
conditions to remedy noncompliance. lf the Department determines that noncompliance cannot be remedied
by imposing additional conditions, the Department may take appropriate actions to enforce compliance, which
actions may include but not be limited to the following:
'1. Temporarily withhold cash payments pending correction of the deficiency by the Recipient
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. Vvholly or partly suspend or terminate the federal award;4. lnitiate suspension or debarment proceedings as authorized under 2 C.F.R. Part 180 and
federal awarding agency regulations (or in the case of the Department, recommend such a
proceeding be initiated by the federal awarding agency);
5. Withhold further federal awards for the ProJect or program;
6. Take other remedies that may be legally available.
As a condition of receiving this federal award, the Recipient shall permit the Department or its designee, the
CFO, or State of Florida Auditor General access to the Recipient'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.
The Department's contact information for requirements under this part is as follows:
c
Office of Comptroller, MS 24
605 Suwannee Street
Tallahassee, Florida 32399-0450
FDOTSinqleAudit@dot.state.fl . us
The Recipient 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, the CFO, or State
of Florida Auditor General access to such records upon request. The Recipient shall ensure that the audit working
papers are made available to the Department or its designee, the CFO, 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.
CAO
Docusign Envelope lD: BD6BD00D-8ED8-49A9-9A03-F12BgFC5A871
iii.
Page 1088 of 5261
Docusign Envelope lD: BD6BD00D-8ED8-49A9-9A03-F12BSFC5A871
STATE OF FLORIOA DEPARTMENT OF TRANSPORTATION
LOCAL AGENCY PROGRAM AGREEMENT
9. Termination or Suspension of Projoct:
The Department may, by written notice to the Recipient, suspend any or all of the Department's obligations under this
Agreement for the Recipient's failure to comply with applicable law or the terms of this Agreement until such time as the
event or condition resulting in such suspension has ceased or been corrected.
a. lf the Department intends to terminate the Agreement, the Department shall notify the Recipient 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
benelicial results commensurate with the further expenditure of funds. ln this event, the Parties shall agree
upon the termination conditions.
lf the Agreement is terminated before performance is completed, the Recipient 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 Recipient.
d. ln the event the Recipient fails to perform or honor the requirements and provisions of this Agreement, the
Recipient 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 reserves the right to unilaterally cancel this Agreement for failure by the Recipient to
comply with the Public Records provisions of Chapter 1 19, Florida Statutes.
Except as otherwise authorized in writing by the Department, the Recipient shall not execute any contract
or obligate itself in any manner requiring the disbursement of Department funds, including consultant or
construction contracts or amendments thereto, with any third party with respect to the Project without the
written approval of the Department. Failure to obtain such approval shall be sufficient cause for
nonpayment by the Department. The Department specifically reserves the right to review the qualifications
of any consultant or contractor and to approve or disapprove the employment of such consultant or
contractor.
525-01040
o@looc- 0325
c
a
c
b. lt is understood and agreed by the parties to this Agreement that participation by the Department in a project
with the Recipient, where said project involves a consultant contract for engineering, architecture or
surveying services, is contingent on the Recipient's complying in full with provisions of Section 287.055,
Florida Statutes, Consultants' Competitive Negotiation Act, the federal Brooks Act, 23 C.F. R. 172, and 23
U.S.C. 112. Atthe discretion of the Department, the Recipient will involve the Department in the consultant
selection process for all projects funded under this Agreement. ln all cases, the Recipient shall certify to
the Department that selection has been accomplished in compliance with the Consultants' Competitive
Negotiation Act and the federal Brooks Act.
The Recipient shall comply with, and require its consultants and contractors to comply with applicable
federal law pertaining to the use of Federal-aid funds. The Recipient shall comply with the provisions in the
FHWA-I273 form as set forth in Exhibit "G", FHWA 1273 attached to and incorporated in this Agreement.
The Recipient shall include FHWA-1273 in all contracts with contractors performing work on the Project.
d. The Recipient shall require its consultants and contractors to take emergency steps to close any public
road whenever there is a risk to llfe, health and safety of the travelling public. The safety of the travelling
public is the Department's first priority for the Recipient. lf lane or road closures are required by the LA to
ensure the life, health, and safety of the travelling public, the LA must notify the District Construction
Engineer and District Traffic Operations Engineer immediately once the travelling public are not at imminent
risk. The Department expects professional engineering judgment be applied in all aspects of locally
CAO
10. Contracts of the Recipient:
Page 1089 of 5261
Docusign Envelope lD: BD6BD00D-8ED8-49A9-9A03-F12BgFC5A871
52101G40
occ/ooc- 03,25
delivered projects. Defect management and supervision of LAP project structures components must be
proactively managed, monitored, and inspected by department prequalified structures enginee(s). The
District Construction Engineer must be notilled immediately of defect monitoring that occurs in LAP project
construction, whether or not the defects are considered an imminent risk to life, health, or safety of the
travelling public. When defects, including but not limited to, structural cracks, are initially detected during
bridge construction, the engineer of record, construction engineering inspector, design-build firm, or local
agency that owns or is responsible for the bridge construction has the authority to immediately close the
bridge to construction personnel and close the road underneath. The LA shall also ensure compliance with
the CPAlil, Section 9.1 .8 regarding actions for maintenance of traffic and safety concerns.
'11. Disadvantaged Business Enterprise (DBE) Policy and Obligation:
It is the policy of the Department that DBE'S, as defined in 49 C.F.R. Part 26, as amended, shall have the opportunity to
participate in the performance of contracts financed in whole or in part with Department funds under this Agreement. The
DBE requirements of applicable federal and state laws and regulations apply to this Agreement.
The Recipient and its contractors agree to ensure that DBE'S have the opportunity to participate in the performance of this
Agreement. ln this regard, all recipients and contractors shall take all necessary and reasonable sleps in accordance with
applicable federal and state laws and regulations to ensure that the DBE'S have the opportunity to compete for and perform
contracts. The Recipient 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 lo this Agreement.
12. Compliance with Conditions and Laws:
The Recipient 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. Execution of this Agreement
constitutes a certification that the Recipient is in compliance with, and will require its contractors and subcontractors to
comply with, all requirements imposed by applicable federal, state, and local laws and regulations, including the
"Certification Regarding Debarment, Suspension, lneligibility and Voluntary Exclusion - Lower Tier Covered Transactions,"
in 49 C.F.R. Pad29, and2 C.F.R. Part 200 when applicable.
't3. PerformanceEvaluations:
Recipients are evaluated on a project-by-project basis. The evaluations provide information about oversight needs and
provide input for the recertification process. Evaluations are submitted to the Recipient's person in responsible charge or
designee as part of the Project closeout process. The Department provides the evaluation to the Recipient no more than
30 days afrer final acceptance.
a. Each evaluation will result in one of three ratings. A rating of Unsatisfactory Performance means the
Recipient failed to develop the Prolect in accordance with applicable federal and state regulations,
standards and procedures, required excessive Oistrict involvemenuoversight, or the Project was brought
in-house by the Department. A rating of Satisfactory Performance means the Recipient developed the
Project in accordance with applicable federal and state regulations, standards and procedures, with minimal
District involvemenvoversight. A rating of Above Satisfactory Performance means the Recipient developed
the Project in accordance with applicable federal and state regulations, standards and procedures, and the
Department did not have to exceed the minimum oversight and monitoring requirements identified for the
proiect.
b. The District will determine which functions can be further delegated to Recipients that continuously earn
Satisfactory and Above Satisfactory evaluations.
14. Restrictions, Prohibitions, Controls, and Labor Provisions
During the performance of this Agreement, the Recipient agrees as follows, and agrees to require its contractors and
subcontractors to include in each subcontract the following provisions:
a.The Recipient will comply with all the requirements imposed by Title Vl of the Civil Rights Act of 1964, the
regulations of the U.S. Department of Transportation issued thereunder, and the assurance by the Recipient
puisuant thereto. The Recipient shall include the attached Exhibit "C", Title Vl Assurances in all contracts
CAO
STATE OF FLOR DA DEPARTMENI OF IRANSPORTATION
LOCAL AGENCY PROGRAM AGREEMENT
Page 1090 of 5261
Docusign Envelope lD: BD6BD00D-8ED8-49A9-9A03-F1289FC5A871
STATE OF FLORIDA DEPARTMENT OF TRANSPORTAT ON
LOCAL AGENCY PROGRAM AGREEMENT
with consultants and contractors performing work on the Project that ensure compliance with Title Vl of the
Civil Rights Act of '1964, 49 C.F.R. Pat121 , and related statutes and regulations.
b. The Recipient will comply with all the requirements as imposed by the ADA, the regulations of the Federal
Government issued thereunder, and assurance by the Recipient pursuant thereto.
d. ln accordance with Section 287.134, Flotida Statutes, an entity or affiliate who has been placed on the
Discriminatory Vendor List, kept by the Florida Department of Nilanagement Services, may not submit a bid
on a contract to provide goods or services to a public entity; may not submit a bid on a contract with a public
entity for the construction or repair of a public building or public work; may not submit bids on leases of real
property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor or
consultant under a contract with any public entity; and may not transact business with any public entity.
e. 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 Recipient.
f. Neither the Recipient nor any of its contractors or their subcontractors shall enter into any contract,
subcontract or arrangement in connection with the Project or any property included or planned to be
included in the Project in which any member, officer or employee of the Recipient or the locality during
tenure or for 2 years thereafter has any interest, direct or indirect. lf any such present or former member,
officer or employee involuntarily acquires or had acquired prior to the beginning of tenure any such interest,
and if such interest is immediately disclosed to the Recipient, the Recipient, with prior approval of the
Department, may waive the prohibition contained in this paragraph provided that any such present member,
officer or employee shall not participate in any action by the Recipient or the locality relating to such
contract, subcontract or arrangement. The Recipient shall insert in all contracts entered into in connection
with the Project or any property included or planned to be included in any Project, and shall require its
contractors to insert in each of their subcontracts, the following provisron:
"No member, officer or employee of the Recipient or of the locality during his tenure or for 2 years
thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof."
The provisions of this paragraph shall not be applicable to any agreement between the Recipient and its
fiscal depositories or to any agreement for utility services the rates for which are fixed or controlled by a
governmental agency.
g. No member or delegate to the Congress of the United States shall be admitted to any share or part of this
Agreement or any benefit arising therefrom.
h. ln accordance with Section 787.06(13), Florida Statutes, the Recipient must verify its contractors or
subcontractors are not engaged in coercion for labor or services.
52101G40
occooc- 0325
lndemnifi cation and lnsurance:
a. lt is specifically agreed between the parties executing this Agreement that it is not intended by any of the
provisions of any part of this Agreement to create in the public or any member thereof, a third-party
beneficiary under this Agreement, or to authorize anyone not a party to this Agreement to maintain a suit
for personal injuries or property damage pursuant to the terms or provisions of this Agreement. The
't 5.
CAO
c. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public
entity crime may not submit a bid on a contract to provide any goods or services to a public entity; may not
submit a bid on a contract with a public entity for the construction or repair of a public building or public
work; may not submit bids on leases of real property to a public entity; may not be awarded or perform work
as a contractor, supplier, subcontractor or consultant under a contract with any public entity; and may not
transact business with any public entity in excess of the threshold amount provided in Section 287.017,
Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the
convicted vendor list.
Page 1091 of 5261
Docusign Envelope lD: BD6BD00D-8ED8-49A9-9A03-F12BgFC5A871
16.
STATE OF FLOR OA OEPARTMENT OFTRANSPORTATION
LOCAL AGENCY PROGRAM AGREEMENT
Recipient guarantees the payment of all just claims for materials, supplies, tools, or labor and other just
claims against the Recipient or any subcontractor, in connection with this Agreement.
b. To the extent provided by law, Recipient shall indemnify, defend, and hold harmless the Department against
any actions, claims, or damages arising out of, relating to, or resulting from negligent or wrongful act(s) of
Recipient, or any of its officers, agents, or employees, acting within the scope of their office or employment,
in connection with the rights granted to or exercised by Recipient hereunder, to the extent and within the
limitations of Section 768.28, Florida Statutes. The foregoing indemnification shall not constitute a waiver
of the Department's or Recipient's sovereign immunity beyond the limits set forth in Florida Statutes,
Section 768.28, nor shall the same be construed to constitute agreement by Recipient to indemnify the
Department for the negligent acts or omissions of the Department, its officers, agents, or employees, or for
the acts of third parties. Nothing herein shall be construed as consent by Recipient to be sued by third
parties in any manner arising out of this Agreement. This indemnification shall survive the termination of
this Agreement.
c. Recipient agrees to include the following indemnification in all contracts with contractors, subcontractors,
consultants, or subconsultants (each referred to as "Entity" for the purposes of the below indemnitlcation)
who perform work in connection with this Agreement:
52S01G.10
occrooc- 0325
CAO
"To the extent provided by Iaw, IENTITY] shall indemnify, defend, and hold harmless the
[RECIPIENT] and the State of Florida, Department of Transportation, including the Department's
officers, agents, and employees, against any actions, claims, or damages arising out of, relating
to, or resulting from negligent or wrongful act(s) of [ENTITY], or any of its officers, agents, or
employees, acting within the scope of their office or employment, in connection with the rights
granted to or exercised by IENTITY].
The foregoing indemnification shall not constitute a waiver of the Oepartment's or [RECIPIENT']'s
sovereign immunity beyond the limits set forth in Florida Statutes, Section 768.28. Nor shall the
same be construed to constitute agreement by IENTITY] to indemnify [RECIPIENT] for the
negligent acts or omissions of IRECIPIENT], its officers, agents, oremployees, orthird parties. Nor
shall the same be construed to constitute agreement by [ENTITY] to indemnify the Department for
the negligent acts or omissions of the Department, its officers, agents, or employees, or third
parties. This indemnification shall survive the termination of this Agreement."
d. The Recipient shall, or cause its contractor or consultant to carry and keep in force, during the term of this
Agreement, a general liability insurance policy or policies with a company or companies authorized to do
business in Florida, affording public liability insurance with combined bodily injury limits of at least $200,000
per person and $300,000 each occurrence, and property damage insurance of at least $200,000 each
occurrence, for the services to be rendered in accordance with this Agreement. The Recipient shall also,
or cause its contractor or consultant to carry and keep in force Workers' Compensation lnsurance as
required by the State of Florida under the Workers' Compensation Law. With respect to any general liability
insurance policy required pursuant to this Agreement, all such policies shall be issued by companies
licensed to do business in the State of Florida. The Recipient shall provide to the Department certificates
showing the required coverage to be in effect with endorsements showing the Department to be an
additional insured prior to commencing any work under this Agreement. Policies that include Self lnsured
Retention will not be accepted. The certificates and policies shall provide that in the event of any material
change in or cancellation of the policies reflecting the required coverage, thirty days advance notice shall
be given to the Department or as provided in accordance with Florida law.
Maintenance Obligations: ln the event the Project includes construction then the following provisions are
incorporated into this Agreement:
a. The Recipient agrees to maintain any portion of the Project not located on the State Highway System
constructed under this Agreement for its useful life. lf the Recipient constructs any improvement on
Department right-of-way, the Recipient
E shall
E shall not
Page 1092 of 5261
Docusign Envelope lDr BD6BD00D-8ED8-49A9-9A03-F12BgFC5A871
STATE OF FLOR DA DEPARTMENT OF TRANSPORTATION
LOCAL AGENCY PROGRAM AGREEMENT
E N/A
maintain the improvements located on the Department rightof-way for their useful life. lf the Recipient is
required to maintain Project improvements located on the Department right-of-way beyond final
acceptance, then Recipient shall, prior to any disbursement of the state funding provided under this
Agreement, also execute a lvlaintenance l\/emorandum of Agreement in a form that is acceptable to the
Department. The Recipient has agreed to the foregoing by resolution, and such resolution is attached and
incorporated into this Agreement as Exhibit "D". This provision will survive termination of this Agreement.
17. MiscellaneousProvisions:
a The Recipient will be solely responsible for compliance with all applicable environmental regulations, for
any liability arising from non-compliance with these regulations, and will reimburse the Department for any
loss incurred in connection therewith. The Recipient will be responsible for securing any applicable permits.
The Recipient shall include in all contracts and subcontracts for amounts in excess of$150,000, a provision
requiring compliance with all applicable standards, orders or regulations issued pursuant to the Clean Air
Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-
1387).
e
b. The Department shall not be obligated or liable hereunder to any individual or entity not a party to this
Agreement.
c. ln no event shall the making by the Department of any payment to the Recipient 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 Recipient 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.
d. 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.
By execution of the Agreement, the Recipient 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. Nothing in the Agreement shall require the Recipient 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 Recipient will at once notify the Department in writing
in order that appropriate changes and modifications may be made by the Department and the Recipient to
the end that the Recipient may proceed as soon as possible with the Project.
g. ln the event that this Agreement involves constructing and equipping of facilities, the Recipient shall submit
to the Department for approval all appropriate plans and specifications covering the Project. The
Oepartment will review all plans and specillcations and will issue to the Recipient a written approval with
any approved portions of the Project and comments or recommendations covering any remainder of the
Prolect deemed appropriate. After resolution of these comments and recommendations to the
Department's satisfaction, the Department will issue to the Recipient a written approvalwith said remainder
of the Project. Failure to obtain this written approval shall be sufficient cause of nonpayment by the
Department.
h. Upon completion of righlof-way activities on the Project, the Recipient must certify compliance with all
applicable federal and state requirements. Certification is required prior to authorization for advertisement
for or solicitation of bids for construction of the Prolect, including if no right-of-way is required.
525-01G40
o@/ooc- 032s
CAO
Page 1093 of 5261
STATE OF FLORIDA DEPARTME NT OF TRANS PORTAT ON
52t010.10
occ/ooc- o32s
18.
LOCAL AGENCY PROGRAM AGREEMENT
i. The Recipient will certify in writing, prior to Project closeout that the Project was completed in accordance
with applicable plans and specifications, is in place on the Recipient's facility, adequate title is in the
Recipient's name, and the POect is accepted by the Recipient as suitable for the intended purpose.
The Recipient agrees that no federally-appropriated funds have been paid, or will be paid by or on behalf
of the Recipient, to any person for influencing or attempting to influence any officer or employee of any
federal agency, a Member of Congress, an officer or employee of Congress or an employee of a Member
of Congress in connection with the awarding of any federal contract, the making of any federal grant, the
making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation,
renewal, amendment or modification of any federal contract, grant, loan or cooperative agreement. lf any
funds other than federally-appropriated funds have been paid by the Recipient to any person for influencing
or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer
or employee of Congress or an employee of a Member of Congress in connection with this Agreement, the
undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in
accordance with its instructions. The Recipient shall require that the language of this paragraph be included
in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts
under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose
accordingly. No funds received pursuant to this contract may be expended for lobbying the Legislature, the
judicial branch or a state agency.
k. The Recipient may not permit the Engineer of Record to perform Construction, Engineering and lnspection
services on the Project.
l. The Recipient shall comply with all applicable federal guidelines, procedures, and regulations. lf at any
time a review conducted by Department and or FHWA reveals that the applicable federal guidelines,
procedures, and regulations were not followed by the Recipient and FHWA requires reimbursement of the
funds, the Recipient will be responsible for repayment to the Department of all funds awarded under the
terms of this Agreement.
m. The Recipient shall:
i. utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment
eligibility of all new employees hired by Recipient during the term of the contract, and
expressly require any contractor and 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 conlract term.
n. 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.
o. The Parties agree to comply with s.20.055(5), Florida Statutes, and to incorporate in all subcontracts the
obligation to comply with s.20.055(5), Florida Statutes.
p. lf the Project is procured pursuant to Chapter 255, Florida Statutes, for construction services and the cost
of the Project is to be paid from state-appropriated funds, then the Recipient must comply with the
requirements of Section 255.0991, Florida Statutes.
Exhibits:
b. X lf this Project includes Phase 58 (construction) activities, then Exhibit "G", FHWA FORiil 1273, is
attached and incorporated into this Agreement.
CAO
Docusign Envelope lDi 8D6BD00D-8ED8-49A9-9A03-F12BgFC5A871
Page 1094 of 5261
Docusign Envelope lD: BD6BD00D-8ED8-49A9-9A03-F12BgFC5A871
STATE OF FLORIDA DEPARTM E NT OF TRANSPORTAT ON
LOCAL AGENCY PROGRAM AGREEMENT
c. E State tunds are used on this Project. lf state funds are used on this Project, then Exhibit "1", State
Funds Addendum, is attached and incorporated into this Agreement. Exhibit "J", State Financial
Assistance (Florida Single Audit Act), is attached and incorporated into this Agreement.
d. ! This Project utilizes Advance Project Reimbursement. lf this Project utilizes Advance Project
Reimbursement, then Exhibit "K", Advance Project Reimbursement is attached and incorporated into this
Agreement.
e. E This Project includes funding for landscaping. lf this Project includes funding for landscaping, then
Exhibit "L", Landscape Maintenance, is attached and incorporated into this Agreement.
f. E This Project includes funding for a roadway lighting system. lf the Project includes funding for roadway
lighting system, Exhibit "M", Roadway Lighting Maintenance is attached and incorporated into this
Agreement.
g. ! This Project includes funding for traffic signals and/or traffic signal systems. lf this Project includes
funding for traffic signals and/or traffic signals systems, Exhibit "N", Traffic Signal Maintenance is attached
and incorporated into this Agreement.
h. E A portion or all of the Project will utilize Department right-of-way and, therefore, Exhibit "O", Terms and
Conditions of Construction in Department Right-of-Way, is attached and incorporated into this Agreement.
i. E The following Exhibit(s) are attached and incorporated into this Agreement: _
Exhibit and Attachment List
Exhibit A: Project Description and Responsibilities
Exhibit B: Schedule of Financial Assistance
Exhibit C: Title Vl Assurances
Exhibit D: Recipient Resolution
Exhibit E: Federal Financial Assistance (Single Audit Act)
Exhibit F: Contract Payment Requirements- Exhibit G: FHWA Form 1273
Exhibit H: Alternative Advance Payment Financial Provisions. Exhibit l: State Funds Addendum
' Exhibit J: State Financial Assistance (Florida Single Audit Act). Exhibit K: Advance Project Reimbursement
' Exhibit L: Landscape Maintenance
'Exhibit M: Roadway Lighting lvlaintenancet Exhibit N: Traffic Signal Maintenance. Exhibit O: Terms and Conditions of Construction in Department Right-of-Way
. Additional Exhibit(s)
' lndicates that the Exhibit is onlv attached a incomorated if aDDlicable box is selected.
52t010-40
occooc- 03/2s
CAC)
Page 1095 of 5261
Docusagn Envelope lD: BD6BD00O-8ED8-49A9-9A03-F12BgFC5A871
STATE OF FLORIOA OEPARTM ENT OF TRANSPORTATION
LOCAL AGENCY PROGRAM AGREEMENT
lN WTNESS WHEREOF, the parties have executed this Agreement on the day and year written above.
RECIPIENT COLLIER COUNTY STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
By:By:
Name:
Title:
Legal Review:
525{1040
occooc- 03125
Name
Title:
e
CAC
Page 1096 of 5261
Docusign Envelope lD: 8D6BD00D-8ED8-4SA9-SA03-F12BgFC5A871
STATE O€ FLORIDA DEPARIMENTOF TRANSPORTAIION
LOCAL AGENCY PROGRAM AGREEMENT
EXHIBIT A
PROJECT DESCRIPTION ANO RESPONSIBILITIES
FPN: 448128-2-58-01
This exhibit forms an integral part of the Agreement between the State of Florida, Department of Transportation and
Collier Countv (th e Rec ID ten t)
5244114A
45/21
PROJECT LOCATION:
E The pro.iect is on the National Highway System.
! The project is on the State Highway System.
PROJECT LENGTH AND lVllLE POST LIMITS: 0.41 miles
PROJECT DESCRIPTION: The construction of a five-foot-wide sidewalk that runs north to south on Pine St. from Becca
Ave to US41 .
SPECIAL CONSIDERATIONS BY RECIPIENT
The Recipient is required to provide a copy of the design plans for the Department's review and approval to coordinate
permitting with the Department, and notify the Department prior to commencement of any righfof-way activities.
The Recipient shall commence the project's activities subsequent to the execution of this Agreement and shall perform in
accordance with the following schedule:
a) Construction contract to be let by April 31,2026.
b) Construction to be completed by December 31, 2030
lf this schedule cannot be met, the Recipient will notify the Department in writing with a revised schedule or the project is
subject to the withdrawal of funding.
SPECIAL CONSIDERATIONS BY DEPARTMENT:
The Recipient is required to provide a copy of the design plans for the Department's review and approval to coordinate
permitting with the Department, and notiry the Department prior to commencement of any righLof-way activities.
Page 1 ol2
CAO
All work to be conducted outside of the Department Right-of-Way shall adhere to:
1) The current Florida Greenbook standards, as amended
2) At a minimum follow the LAP Specifications
Page 1097 of 5261
Docusign Envelope lD: BD6BD00D-8ED8-49A9-9A03-F1289FC5A871
For all projects the following will apply:
1) Section 287.055, F.S. "Consultants Competitive Negotiation Act," when acquiring a consultant utilizing federal funds
2) FDOT "Project Development and Environmenlal Manual"
3) The Local Agency Program Manual
The Agency will be responsible for providing the Certification Clear Package the following items must be completed and
signed by the authorized Agency representative: Rail Clear Lefter, Permits Clear Letter, Utilities Clear Letter, and
Executed Environmental Certification and Determination
The Agency will be responsible for providing the Construction LAP agreement partially executed with the executed
Resolution by the agency signed through the agency's authorization process.
The Agency will be responsible for providing Bid Documents & Construction Checklist for reviewed, and approved, and
the construction checklist must be signed by the agency and department before the project can be advertised.
For LAP projects that are on-system, the Agency will be responsible for providjng the 30%, 60%, 90%, and 100% (final)
plans submittals. Plan submittals, FDOT specification package, and signed and sealed Engineer's Estimate must be
received with each submittal from the agency and must be reviewed and approved.
For LAP projects that are off-system, the Agency will be responsible for providing the 60%, 907o, and 100% (final) plans
submittals along with a signed Engineer's Estimate is needed.
Wthout the FDOT'S review and approval of these documents the project funding, LAP agreement, and NTP will be
ineligible to be authorized, encumbered, and fully executed. All items must be reviewed, approved with the LAP
agreement fully executed and executed Notice to Proceed issues by the Department prior to any construction related
activities, including project advertisement.
Construction related activities conducted prior to the Notice to Proceed will not be reimbursed and may render the entire
project ineligible for Federal funding.
The Department shall reimburse the Agency, subject to funds availability, in the year programmed, which is currently in
Fiscal Year 2026 for Construction services.
Upon receipt of an invoice, the Department will have twenty, (20) working days to review and approve the goods and
services submitted for payment.
Page 2 ol2
cAo
All work to be conducted within the Department Right-of-Way shall adhere to the following:
1) The FDOT most current standard specification for road and bridge construction, and
2) The FDOT most current roadway and trafiic design standard and design criteria from the PPM, or other FDOT Adopted
criteria.
The Agency will be responsible for acquiring all required and applicable permits for the project for review and approval
prior to construction.
Page 1098 of 5261
Docusign Envelope lD: BDOBD00D-8ED849A9-9A03-F12BgFC5A871
STATE OF FLORIDA OEPARlM ENT OF TRANS PORTATION
LOCAL AGENCY PROGRAM AGREEMENT
EXHIBIT B
SCHEDULE OF FINANGIAL ASSISTANCE
RECIPIENT NAME & BILLING ADDRESS
Collier County
3299 Tamiami Trail East, Suite 700
Naples, FL 34112-3969
FINANCIAL PROJECT NUMBER
44U2A-2-5A-O1
PHASE OF WORK By Fiscal Year
MAXIMUI\,1 PARTICIPATION
(1)
TOTAL
PROJECT FUNOS
\2)
LOCAL FUNDS
(3)
STATE FUNDS
(4)
FEOERAL FUNDS
DBign- Phase 38FY: (lnsert Prooram Name)FY: (lnsert Prooram Name)FY: (lnserl Proqram Name)
$
$
$
$
$
$
$
$
$
$
5
$
Total Desion Cost $ 0.00 $ 0.00 $ 0.00 $ 0.00
Right-of-Way- Phase,tS;Y: (lnsert Proqram Name);Y: (lnsert Proqram Name);Y: (lnsert Prooram Name)
$
$
$
$
$
$
$
$
$
$
$
$
Total Riqhl of Way Cosl $ 0.00 $ 0.00 $ 0.00 $ 0.00
Construction- Phase 58
FY: 25126 (ACSU)
FY:()FY: (lnsert Prooram Name)
5
s
$
s
s
$
$
$
$
$
$
$
265.511.00
Total Construction Cosl $ 265.511 00 $ 0.00 $ 0.00 $ 265,511.00
:onstruction Engineering and lnspsction (CEl)- Phaso 68FY: (lnsert Prooram Name)
FY: ilnserl Prooram Name)FY: (lnserl Proqram Name)
$
$
$
$
$
$
5
s
$
s
s
$
Total CEI Cost $ 0.00 $ 0.00 $ 0.00 $ 0.00
flnserl Phase)
Y
Y
(lnsert Prooram Name)
(lnsert Prooram Name)
(lnsert Proqram Name)
$
$
$
$
$
$
S
s
s
$
$
Total Phase Costs $ 0.00 $ 0.00 $ 0.00 $ 0.00
TOTAL COST OF THE PROJECT $ 265,s11.00 $ 0.00 $ 0.00 $ 265,511 00
COST ANALYSIS CERTIFICATION AS REQUIRED BY SECTION 2,I6.3475. FLORIDA STATUTES:
I certiry that the cost for each line item budget category has been evaluated and determined to be allowable, reasonable, and necessary as required by
Seclion 216.3475, F.S. Documentation is on file evidencing the methodology used and the conclusions reached.
Aileen Keatinq
District Granl [Ianager Name
525{11{g
an1
tW:1112012025 | 9:'13 AM EST
Signature Dale
cA(
Page 1099 of 5261
Docusign Envelope lD: BD6BD00D-8ED8-49A9-9A03-F12BgFC5A871
A I Fo.m 525-010-40C STATE OF FLOR OA DEPARTM ENT OF IRANSPORTATION
LOCAL AGENGY PROGRAM AGREEMENT
EXHIBIT C
TITLE VI ASSURANCES
(1.) Compliance with REGULATIONS: The contractor shall comply with the Regulations relative to
nondiscrimination in federally-assisted programs of the U.S. Department of Transportation
(hereinafter, ^USDOT") Title 19, Code ol Federal Regulations, Paft 21, as they may be
amended from time to time, (hereinafter referred to as lhe REGULATIOM), which are herein
incorporated by reference and made a part of this contract.
12.l Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, shall
not discriminate on the basis of race, color, national origin, or sex in the selection and retention of sub-
contractors, including procurements of materials and leases of equipment. The contractor shall not
participate either directly or indirectly in the discrimination prohlbited by Section 2r.5 of the
REGULATIONS, including employment practices when the contracl covers a program set forth in
Appendix B ot the REGULATIONS.
(3.)Solicitations for Sub-contractoE, including Procurements of Materials and Equipment: ln all
solicitations either by competitive bidding or negotiation made by the contractor for work to be
performed under sub-contract, including procurements of materials or leases of equipment, each
potential sub-contractor or supplier shall be notified by the contractor of the contraclor's obligations
under this contract and the REGULATIONS relative to nondiscrimination on the basis of race, color,
national origin, or sex.
(4.)lnformation and Reports: The contractor shall provide all information and reports required by
the REGULAITO S or directives issued pursuant thereto, and shall permit access to its books,
records, accounts, other sources of information, and its facilities as may be determined by the
Floida Depaiment of Transpotlation ot lhe Federal Highway Adninistration, Federal Transit
Administration, Federal Aviation Administration, and Federal Motor Carrier Safety Administration
to be pertinent to ascertain compliance with such REGULA frOrVS, orders and instructions.
Where any information required of a contractor is in the exclusive possession of another who
Iails or refuses to furnish this information the contractor shall so certafy to the F/orida Depaimenl
of Transportation, ot lhe Fedenl Highway Administration, Federal Transit Administralion,
Federal Avialion Administralion, or Federal Motor Carrier Safely Administration as appropraate,
and shall set forth what efforts it has made to obtain the information.
(5.)Sanctaons for Noncompliance: ln the event of the contractor's noncompliance with the
nondiscrimination provisions of this contract, the Florida Department of Transportation shall impose
such contract sanctions as it or the Federal Highway Administration, Federal Transit Administration,
Federal Aviation Administration, or
52'.011,0C
o5t21
cAo
During the performance of this contract, the consultant or contractor, for itself, its assignees and successors in
interest (hereinafter collectively referred to as the "contractor") agrees as follows:
Page 1100 of 5261
525{110C
PRO(XAM MANAGEMENT
05121
P3{e 2 o12
Federal Motor Carrier Safety Administration may determine to be appropriate, including, but not limited
to:
withholding of payments lo lhe contractor under the contract until the contractor
complies, and/or
cancellation, termination or suspension of the contract, in whole or in part.
lncorporation ot Provisions: The contractor shall include the provisions of paragraphs (1) through (7) in
every sub-contract, including procurements of materials and leases of equipment, unless exempt by the
REGULATIONS, ot directives issued pursuant thereto. The contractor shall take such aclion with respect
to any sub-contract or procurement as the Florida Depaiment of Trcnsporlation ot lhe Federal Highway
Administration, Federal Transit Administration, Federal Aviation Administrction, or Federal Motor Carier
Safety Adninistration may direct as a means of enforcing such provisions including sanctions for
noncompliance, provided, however, that, in the event a contractor becomes involved in, or is threatened
with, litigation wilh a sub-contractor or supplier as a result of such direction, the contractor may request
lhe Floida Depaiment of Transpoiation lo enter into such litigataon to protect the interests of the F/oda
Depaftment of Transpoiation, and, in addition, the contractor may request the United States to enter into
such litigation to protect the interests ofthe United States.
(7.) Compliance with Nondiscrimination Statutes and Authorities: Title Vl ofthe Civil Rights Act of 196,4
(42 U.S.C. S 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national
origin); and 49 CFR Part 21; The Uniform Relocation Assistance and Real Property Acquisition Policies
Act of 1970, (42 U.S.C. S 4601), (prohibits unfair treatment of persons displaced or whose property has
been acquired because of Federal or Federal-aid programs and prolects); Federal-Aid Highway Act of
1973, (23 U.S.C. S 324 et seq.), (prohibils discrimination on the basis of sex); Section 504 of the
Rehabilitation Act ot 1973, (29 U.S.C. S 794 et seq.), as amended, (prohibits discrimination on the basis
of disability); and 49 CFR Part 27; The Age Discrimination Act oI 1975, as amended, (42 U.S.C. S 6101 et
seq.), (prohibits discrimination on the basis of age); Airport and Airway lmprovement Act of 1982, (49 USC
S 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin,
or sex); The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and
applicability of Title Vl ofthe Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504
of the Rehabilitation Act of 1973, by expanding the definition ofthe terms "proglztms or activities" to include
all of the programs or aclivities of the Federal-aid recipients, sub-recipients and contractors, wilether such
programs or activities are Federally funded or not); Titles ll and lll of the Americans with Disabilities Acl,
which prohibit discrimination on the basis of disability in the operation of public entities, public and private
transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. SS 12131
-- 12189) as implemented by Department of Transportation regulations at 49 C. F. R. parts 37 and 38, The
Federal Aviation Administration's Non-dascrimination statute (49 U.S.C. S 47123) (prohibits discrimanation
on the basis of race, color, national origin, and sex); Executive Order '12898, Federal Actions to Address
Environmental Justice in Minority Populations and Low-lncome Populations, which ensures non-
discrimination against minority populations by discouraging programs, policies, and activities with
disproportionately high and adverse human health or environmental effects on minority and low-income
populationsi Executive Order 13166, lmprovang Access to Services for Persons with Limited English
Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because
of limited English proficiency (LEP). To ensure compliance with TitleVl, you must take reasonable steps
to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74'100);
Title lX of the Education Amendments ol 1972, as amended, which prohibits you from discriminating
because of sex in education programs or activities (20 U.S.C. 1681 et seq).
a
b
(6.)
cAo
Docusign Envelope lD: BD6BD00D-8ED8{9AS-9A03-F12BgFC5A871
Page 1101 of 5261
Docusign Envelope lDr BD6BD00D-8ED8-49A9-9A03-F12BgFC5A871
STATE OF FLORIDA DEPA?TMENI OF TRANSPORTATION
LOCAL AGENCY PROGRAM AGREEMENT
EXHIBIT D
RECIPIENT RESOLUTION
The Recipient's Resolution authorizing entry into this Agreement is attached and incorporated into this
Agreement.
525{11{O
o5t21
cAo
Page 1102 of 5261
Docusign Envelope lD: BD6BD00D-8ED8-49A9-9A03-F'1 2BgFC5A871
Alt Fom 525-01040E STATE OF FLORIDA DEPAR]MENT OF TRANSPORTATION
LOCAL AGENCY PROGRAM AGREEMENT
EXHIBIT E
FEDERAL FTNANCTAL ASSTSTANCE (StNGLE AUDTT ACT)
FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE AS FOLLOWS
525-01 1-OE
LOCAL PROGRAMS
o2t25
Page 1 of 1
ALN No.
ALN Title
ALN Program Site:
Award Amount:
Awarding Agency:
Award is for R&D:
lndirect Cost Rate:
20.205
Highway Planning and Construction
Federal-Aid Highway Program, Federal Lands Highway Program
httos ://sam.qovffa Ua 1 22e57ebdd94c6b95d87450afeda 1 aalview
$265,511.00
Florida Department of Transportation
No
N/A
FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE SUBJECT TO THE
FOLLOWING:
2 CFR Part 200 - Uniform Administrative Requirements, Cost Principles & Audit Requirements for Federal
Awards
http://www. ecfr.qov/cqi-bin/text-idx?node=2 : 1 . 1 .2.2. 1
FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT MAY ALSO BE SUBJECT TO THE
FOLLOWING:
Title 23 - Highways, United States Code
http:/iuscode. house.oov/browse/orelim@title23&edition=prelim
Title 49 - Transportation, United States Code
http://uscode.house.oov/browse/orelim@title49&edition=prelim
lnfrastructure lnvestment and Jobs Act (llJA) (Public Law 117-58, also known as the "Bipartisan lnfrastructure Law")
https://www.conqress.oov/1 1 7/bills/h13684/Bl L LS- 1 1 7h 13684enr. pdf
Federal Highway Administration - Florida Division
htto. //www.fh wa. dot. oov/f ld iv/
Federal Funding Accountability and Transparency Act (FFATA) Sub-award Reporting System (FSRS)
https://www.fsrs.qov/
CAO
Page 1103 of 5261
Docusign Envelope lD: BD6BD00D-8ED8-49AS-9A03-F1289FC5A871
STAIE OF FLOR OA OEPARTMENTOF TRANSPORTATION
LOCAL AGENCY PROGRAM AGREEMENT
EXHIBIT F
CONTRACT PAYMENT REQUIREMENTS
Florida Department of Financial Services, Reference Guide for State Expenditures
Cost Rei m b u rsem ent Contr acts
lnvoices for cost reimbursement contracts must be supported by an itemized listing of
expenditures by category (salary, travel, expenses, etc.). Supporting documentation shall
be submitted for each amount for which reimbursement is berng 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:
Salaries: Timesheets that support the hours worked on the project or activity must be
kept. A payroll register, or similar documentation should be maintained. 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.
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 offringe benefits, then the calculation for the fringe benefits amount must be shown.
Exception: Governmental entities are not requtred to provide check numbers or copies of
checks for frrnge benefits.
Travel: Reimbursement for travel must be in accordance with s. 112.061 , F.S., which
includes submission of the claim on the approved state travel voucher along with
supporting receipts and invoices.
Other direct costs: Reimbursement will be made based on paid invoices/receipts and
proof of payment processing (cancelled/processed checks and bank statements). 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 DMS Rule 60A-1.017, F.A.C.,
regarding the requirements for contracts which include services and that provide for the
contractor to purchase tangible personal property as defined in s. 273.02, F.S., for
subsequent transfer to the State.
lndirect costs: lf the contract stipulates that indirect costs will be paid based on a
specified rate, then the calculation should be shown. lndirect costs must be in the
approved agreement budget and the entity must be able to demonstrate that the costs
are not duplicated elsewhere as direct costs. All indirect cost rates must be evaluated for
reasonableness and for allowability and must be allocated consistently.
525-011-OF
ul21
cAo
Page 1104 of 5261
Docusign Envelope lD: BD6BD00D-8ED8-49A9-9A03-F12BgFC5A871
Contracts between state agencies may submit alternative documentation to
substantiate the reimbursement request, which may be in the form of FLAIR reports
or other detailed reports.
The Florida Department of Financial Services, online Reference Guide for State
Expenditures can be found at this web address
https://www. mvfloridacfo. com/docs-sf/accou ntinq-and-auditinq-libraries/state-
aqencies/reference-quide-for-state-expenditu res. pdf.
CAO
Page 1105 of 5261
Docusign Envelope lD: BD6BD00D-8ED849A9-9A03-F12BSFC5A871
Alt Form 525-010-4OG STATE OF FLORIDA DEPARIMENT OF TRANSPORTATION
LOCAL AGENCY PROGRAM AGREEMENT
EXHIBIT G
FHWA FORM 1273
FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE AS FOLLOWS:
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC _ COMPLIANCE
WITH FHWA 1273.
The FHWA-1273 version dated October 23, 2023 is appended in its entirety to this Exhibit. FHWA-1 273 may also be
referenced on the Department's website at the following URL address:
htto:/Am,vnr.fhwa.dot.oov/orooramadmin/contracts/1 27311 273. pdf
Sub-recipients of federal grants awards for Federal-Aid Highway construction shall take responsibility to obtain this
information and comply with all provisions contained in FHWA-1273.
525-01 1-0G
LOCAL PROGRAMS
10123
Paga 1 of 1
CAOPage 1106 of 5261
Docusrgn Envelope lDr BD6BD00D-8ED849A9-9A03-F12BgFC5A871
STATE OF FLORIOA DE PARIM E NT OF TRANSPORTAT ON
LOCAL AGENCY PROGRAM AGREEMENT
EXHIBIT H
ALTERNATIVE ADVANCE PAYMENT FINANCIAL PROVISIONS
525{11{ti
4t24
lf payments are authorized by the Chief Financial Offlcer of the State of Florida under Chapters 21 5 and 216,
Florida Statutes or the Department's Comptroller under Section 334.044(29), Florida Statutes:
The invoiced amount to the Department for contractor(s) and consultant(s) cannot exceed the amount of
the invoice received from the Recipient's contractor(s) or consultant(s).
All of the Recipient's costs must have been incurred and paid prior to the date of the invoice
All invoices received from the Recipient shall clearly separate the cost of the contractor(s) or consultant(s)
from the Recipient's costs billed to the Department.
All invoices submitted to the Department must provide complete documentation, including a copy of the
contractor's or consultant's invoice(s), to substantiate the cost on the invoice.
The Recipient must certify on each invoice that the costs from the contractor(s) or consultant(s) are valid
and have been incurred by the contractor(s) or consultant(s).
Each monthly invoice subsequent to the first invoice from the Recipient must contain a statement from the
Recipient that the previous month's cost incurred by the contractor(s) or consultant(s) has been paid by the
Recipient to the contracto(s) or consultant(s).
2
4
6
CAO
,|
Page 1107 of 5261
RESOLUTION NO. 2026.
A RESOLUTION BY THE BOARD OF COUNTY
COMMISSIONERS, COLLIER COUNTY, FLORIDA,
APPROVING AND AUTHORIZING ITS CHAIRMAN TO
EXECUTE A LOCAL AGENCY PROGRAM AGREEMENT
WITH THE STATE OF FLORIDA DEPARTMENT OF
TRANSPORTATION TO CONSTRUCT A FIVE.FOOT.
WIDE SIDEWALK ON PINE STREET RD FROM BECCA
AVE TO US 41. (FPN 448128-2-58-01)
WHEREAS, the State of Florida Department of Transportation (FDOT) is willing to enter
into a Local Agency Program Agreement (the "Agreement") with Collier County, wherein FDOT
will reimburse Collier County up to the sum of S265,51 1.00 (Two Hundred Sixty-Five Thousand
Five Hundred Eleven Dollars) to construct a five-foot-wide sidewalk on Pine Street Rd from Becca
Ave to US 41 (FPN 448128-2-58-01); and
WHEREAS, the Collier County Board of Commissioners ("Board") finds that the
Agreement is in the public interest and benefits the citizens of Collier County.
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY
COMMISSIONERS OF COLLIER COUNTY, FLOzuDA, thAt:
l. The Board approves and authorizes its Chairman to sign the Agreement pertaining to FPN
448128-2-58-01.
2. The Collier County Clerk is directed to forward a certified copy of this Resolution along
with the Agreement for execution by FDOT.
3. This Resolution shall take effect immediately upon adoption.
THIS RESOLUTION ADOPTED after motion, second, and majority vote favoring
same, this _ day of 2026
ATTEST:
CRYSTAL K. KINZEL. Clerk
By
, Deputy Clerk
Approved as to form and legality
Courtney L. DaSilva
Assistant County Attorney
BOARD OF COUNTY COMMISSIONERS
OF COLLIER COLINTY, FLORIDA
Dan Kowal, Chairman
By
0-DlZltt lzq
Page I of I
clto
Page 1108 of 5261
Page 1109 of 5261