Backup Documents 01/27/2026 Item #16B10 16E310
ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP
TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO
THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE
Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office
at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later
than Monday preceding the Board meeting.
**NEW** ROUTING SLIP
Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the
exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office.
Route to Addressee(s)(List in routing order) Office Initials Date
1. County Attorney Office CAO /'�1) I /2 7 ,Z6
2. Board of County Commissioners Office BOCC C
t/vKi
3. Minutes and Records Clerk of Court's Office
/144/94#
4. Send via email to:
Caroline.Soto(u collier.gov
PRIMARY CONTACT INFORMATION
Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees
above,may need to contact staff for additional or missing information.
Name of Primary Staff Caroline Soto,Grants Coordinator 2885 S. Horseshoe Dr 252-6932
Contact/ Department
Agenda Date Item was 1/27/26 Agenda Item Number 16.B.10
Approved by the BCC
Type of Document (2) Resolutions & (2) Agreements Number of Original 1 each
Attached Documents Attached
PO number or account nn�^ U
number if document is NO-A( N/A Aato-bcs
to be recorded g4—ai5) ( —0)
INSTRUCTIONS & CHECKLIST
Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not
appropriate. (Initial) Applicable)
1. Does the document require the chairman's original signature STAMP OK CS
2. Does the document need to be sent to another agency for additional signatures? If yes, N/A
provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet.
3. Original document has been signed/initialed for legal sufficiency. (All documents to be CS
signed by the Chairman,with the exception of most letters,must be reviewed and signed
by the Office of the County Attorney.
4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A
Office and all other parties except the BCC Chairman and the Clerk to the Board
5. The Chairman's signature line date has been entered as the date of BCC approval of the CS
document or the final negotiated contract date whichever is applicable.
6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's CS
signature and initials are required.
7. In most cases(some contracts are an exception),the original document and this routing slip
should be provided to the County Attorney Office at the time the item is input into SIRE. CS
Some documents are time sensitive and require forwarding to Tallahassee within a certain
time frame or the BCC's actions are nullified. Be aware of your deadlines!
8. The document was approved by the BCC on 1i27i26 and all changes made during the N/A is not an
meeting have been incorporated in the attached document. The County Attorney's option for this
Office has reviewed the changes,if applicable. C GD line.
9. Initials of attorney verifying that the attached document is the version approved by the N/A is not an
BCC,all changes directed by the BCC have been made,and the document is ready for the ap option for this
Chairman's signature. line.
I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8 O
STATE OF FLORIoA NCPARIMENNT OF TRANSPORTATION FormT2S•000.0I
PUBLIC TRANSPORTATION STRATEGIC
GRANT AGREEMENT DEVELOPMENT
OOC t0126
Financial Project Number(s): Fund(s): DPTO,DU FLAIR Category: 088774
teM.aatFlwM-pMf•waw+al
4488.10-1414-25 Work Activity Code/Function: 215 Object Code: 780000
Federal Award Org.Code: 55301000'.i i3
Identification Number(FAIN)—Transit only 1001- Vendor Number: F596000558030
2025-10
—
Contract Number, �3o36 Federal Award Date:
CFDA Number: 20.513 _ Agency UEI Number. JWKJKYRPLLU6
CFDA Title: Enhanced Mobility of Seniors and Individuals with Disabilities
CSFA Number: N/A
CSFA Title: N/A
THIS tUc march 116, TRANSPORTATIONGRANT AGREEMENT ("Agreement") is entered into
by and between the State of Florida, Department of Transportation,
("Department"), and Collier County Board of County Commissioners, ("Agency"). The Department and the
Agency are sometimes referred to in this Agreement as a"Party"and collectively as the"Parties."
NOW, THEREFORE, in consideration of the mutual benefits to be derived from joint participation on the
Project. the Parties agree to the following:
1. Authority. The Agency, by Resolution or other form of official authorization, a copy of which is attached
as Exhibit "D", Agency Resolution and made a part of this Agreement, has authorized its officers to
execute this Agreement on its behalf, The Department has the authority pursuant to Section(s)341.051,
Florida Statutes, to enter into this Agreement.
2. Purpose of Agreement. The purpose of this Agreement is to provide for the Department's participation
in using Federal Transit Administration-WFTA) Section 5310,"Enhanced Mobility of Seniors and
Individuals with Disabilities"Program funds to provide capital eauipment for public Ira,_s_sef vi:_es, as
further described in Exhibit"A", Project Description and Responsibilities, attached and incorporated
into this Agreement("Project"),to provide Department financial assistance to the Agency,state the terms
and conditions upon which Department funds will be provided,and to set forth the manner in which the
Project will be undertaken and completed
3. Program Area.For identification purposes only,this Agreement is implemented as part of the Department
program area selected below(select all programs that apply):
_ Aviation
Seaports
X Transit
Intermodal
Rail Crossing Closure
Match to Direct Federal Funding (Aviation or Transit)
(Note: Section 15 and Exhort 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
X 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 C: Terms and Conditions of Construction
X Exhibit D:Agency Resolution
X Exhibit E: Program Specific Terms and Conditions
Page 1 of 33
16B10
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8
SLATE OF FLONN?A UEPnHTMENT Oi TRANSPORTATION rain TES.000.0 I
PUBLIC TRANSPORTATION STRATEGIC
ummopmeNT
GRANT AGREEMENT °GC tare
Exhibit El: Prohibition Based on Health Care Choices
Exhibit E2: Exterior Vehicle Wrap, Tinting, Paint, Marketing and Advertising(Transit)
_ Exhibit ET Geoengineering and Weather Modification Reporting(Aviation)
Exhibit E4: Energy Policy Goals Reporting
Exhibit F:Contract Payment Requirements
'Exhibit G:Audit Requirements for Awards of State Financial Assistance
'Exhibit H:Audit Requirements for Awards of Federal Financial Assistance
"Exhibit I: Certification of Disbursement of Payment to Vehicle and/or Equipment Vendor
"Additional Exhibit(s): UEI Confirmation
Indicates 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 If the Agency does not complete the Project within this
time period,this Agreement will expire unless an extension of the time period is requested by the Agency
and granted in writing by the Department prior to the expiration of this Agreement. Expiration of this
Agreement will be considered termination of the Project The cost of any work performed prior to the
Effective Date or after the expiration date of this Agreement will not be reimbursed by the Department.
a. _ If this box is checked the following provision applies
Unless terminated earlier, work on the Project shall commence no later than the _ day of
or within days of the issuance of the Notice to Proceed for the construction phase of the
Project(if the Project involves construction), whichever date is earlier. The Department shall
have the option to immediately terminate this Agreement should the Agency fail to meet the
above-required dates.
7. Amendments, Extensions, and Assignment. This Agreement may be amended or extended upon
mutual written agreement of the Parties. This Agreement shall not be renewed. This Agreement shall not
be assigned, transferred, or otherwise encumbered by the Agency under any circumstances without the
prior written consent of the Department.
8. Termination or Suspension of Project. The Department may, by written notice to the Agency,suspend
any or all of the Department's obligations under this Agreement for the Agency's failure to comply with
applicable law or the terms of this Agreement until such time as the event or condition resulting in such
suspension has ceased or been corrected.
a. Notwithstanding any other provision of this Agreement,if the Department intends to terminate
the Agreement,the Department shall notify the Agency of such termination in writing at least
thirty(30)days prior to the termination of the Agreement,with instructions to the effective date
of termination or specify the stage of work at which the Agreement is to be terminated.
b. The Parties to this Agreement may terminate this Agreement when its continuation would not
produce beneficial results commensurate with the further expenditure of funds. In this event,
the Parties shall agree upon the termination conditions.
c. If the Agreement is terminated before performance is completed the Agency shall be paid
only for that work satisfactorily performed for which costs can be substantiated.Such payment,
however, may not exceed the equivalent percentage of the Department's maximum financial
assistance. If any portion of the Project is located on the Department's right-of-way, then all
work in progress on the Department right-of-way will become the property of the Department
and will be turned over promptly by the Agency.
Page 2 of 33
16010
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8
S1At C OF fLANtUA t PANTMENT OF 1AANSI'OH7AtION POfttt Ti5.000.01
PUBLIC TRANSPORTATION STRATEGIC
GRANT AGREEMENT nEVELOP 00CtMIS
d. In the event the Agency fails to perform or honor the requirements and provisions of this
Agreement, the Agency shall promptly refund in full to the Department within thirty(30)days
of the termination of the Agreement any funds that were determined by the Department to
have been expended in violation of the Agreement.
e. The Department reserves the right to unilaterally cancel this Agreement for failure by the
Agency to comply with the Public Records provisions of Chapter 119, Florida Statutes.
9. Project Cost:
a. The estimated total cost of ;he Project is$782,204. 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
$703,983 and, the Department's participation in the Project shall not exceed 90.00% of the
total eligible cost of the Project, and as more fully described in Exhibit "B", Schedule of
Financial Assistance. The Agency agrees to bear all expenses in excess of the amount of
the Department's participation and any cost overruns or deficits involved.
10. Compensation and Payment:
a. Eligible Cost. The Department shall reimburse the Agency for allowable costs incurred as
described in Exhibit "A", Project Description and Responsibilities, and as set forth in
Exhibit "B", Schedule of Financial Assistance.
b. Deliverables. The Agency shall provide quantifiable, measurable, and verifiable units of
deliverables. Each deliverable must specify the required minimum level of service to be
performed and the criteria for evaluating successful completion. The Project and the
quantifiable, measurable, and verifiable units of deliverables are described more fully in
Exhibit"A", Project Description and Responsibilities. Modifications to the deliverables in
Exhibit "A", Project Description and Responsibilities requires a formal written
amendment
c. Invoicing. Invoices shall be submitted no more often than monthly by the Agency in detail
sufficient for a proper pre-audit and post-audit, based on the quantifiable, measurable, and
verifiable deliverables as established in Exhibit "A", Project Description and
Responsibilities. Deliverables and costs incurred must be received and approved by the
Department prior to reimbursement. Requests for reimbursement by the Agency shall include
an invoice, progress report, and supporting documentation for the deliverables being billed
that are acceptable to the Department. The Agency shall use the format for the invoice and
progress report that is approved by the Department.
d, Supporting Documentation. Supporting documentation must establish that the deliverables
were received and accepted in writing by the Agency and must also establish that the required
minimum standards or level of service to be performed based on the criteria for evaluating
successful completion as specified in Exhibit "A", Project Description and
Responsibilities has been met. All costs invoiced shall be supported by properly executed
payrolls, time records, invoices,contracts,or vouchers evidencing in proper detail the nature
and propriety of charges as described in Exhibit"F",Contract Payment Requirements.
e. Travel Expenses.The selected provision below is controlling regarding travel expenses:
Page 3 of 33
16B1 0
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8
STATE OF FLORIDA DEPARTMENT OF 1NANSpORTATiON Form MEMO
PUBLIC TRANSPORTATION STRATEGIC
GRANT AGREEMENT DEVELOPMENT
Travel expenses are NOT eligible for reimbursement under this Agreement
_ Travel expenses ARE eligible for reimbursement under this Agreement.Bills for travel
expenses specifically authorized in this Agreement shall be submitted on the Department's
Contractor Travel Form No. 300-000-06 and will be paid in accordance with Section 112.061,
Florida Statutes, and the most current version of the Department's Disbursement Handbook
for Employees and Managers.
f. Financial Consequences. Payment shall be made only after receipt and approval of
deliverables and costs incurred unless advance payments are authorized by the Chief
Financial Officer of the State of Florida under Chapters 215 and 216, Florida Statutes,or the
Department's Comptroller under Section 334.044(29), Florida Statutes. If the Department
determines that the performance of the Agency is unsatisfactory, the Department shall notify
the Agency of the deficiency to be corrected, which correction shall be made within a time-
frame to be specified by the Department,The Agency shall,within thirty(30)days after 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. If the corrective action plan is unacceptable to the Department, the Agency will
not be reimbursed. If the deficiency is subsequently resolved, the Agency may bill the
Department for the amount that was previously not reimbursed during the next billing period. If
the Agency is unable to resolve the deficiency, the funds shall be forfeited at the end of the
Agreement's term.
g. Invoice Processing. An Agency receiving financial assistance from the Department should
be aware of the following time frames. Inspection or verification and approval of deliverables
shall take no longer than 20 days from the Department's receipt of the invoice. The
Department has 20 days to deliver a request for payment (voucher) to the Department of
Financial Services. The 20 days are measured from the latter of the date the invoice is
received or the deliverables are received, inspected or verified,and approved.
If a payment is not available within 40 days,a separate interest penalty at a rate as established
pursuant to Section 55 03(1), Florida Statutes. will be due and payable, in addition to the
invoice amount, to the Agency. Interest penalties of less than one (1) dollar will not be
enforced unless the Agency requests payment. Invoices that have to be returned to an Agency
because of Agency preparation errors will result in a delay in the payment. The invoice
payment requirements do not start until a properly completed invoice is provided to the
Department.
A Vendor Ombudsman has been established within the Department of Financial Services.
The duties of this individual include acting as an advocate for Agency who may be
experiencing problems in obtaining timely payment(s) from a state agency. The Vendor
Ombudsman may be contacted at(850)413-5516.
h. Records Retention. The Agency shall maintain an accounting system or separate accounts
to ensure funds and projects are tracked separately.Records of costs incurred under the terms
of this Agreement shall be maintained and made available upon request to the Department at
all times during the period of this Agreement and for five years after final payment is made.
Copies of these records shall be furnished to the Department upon request. Records of costs
incurred include the Agency's general accounting records and the Project records, together
with supporting documents and records, of the Contractor and all subcontractors performing
work on the Project, and all other records of the Contractor and subcontractors considered
necessary by the Department for a proper audit of costs.
Page 4 of 33
16B10
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8
S IA it OF FLORIDA DEPARTMENT OF TRANEPOR TA TION Faro 221.00041
PUBLIC TRANSPORTATION STRATEGIC
GRANT AGREEMENT Dtvt000 ago
I. Progress Reports. Upon request, the Agency agrees to provide progress reports to the
Department in the standard format used by the Department and at intervals established by the
Department.The Department will be entitled at all times to be advised, at its request,as to the
status of the Project and of details thereof.
j. Submission of Other Documents. The Agency shall submit to the Department such data,
reports, records, contracts, and other documents relating to the Project as the Department
may require as listed in Exhibit"E", Program Specific Terms and Conditions attached to
and incorporated into this Agreement.
k. Offsets for Claims.If,after Project completion,any claim is made by the Department resulting
from an audit or for work or services performed pursuant to this Agreement, the Department
may offset such amount from payments due for work or services done under any agreement
that it has with the Agency owing such amount if,upon written demand,payment of the amount
is not made within 60 days to the Department. Offsetting any amount pursuant to this
paragraph shall not be considered a breach of contract by the Department.
I. Final Invoice. The Agency must submit the final invoice on the Project to the Department
within 120 days after the completion of the Project. Invoices submitted after the 120-day time
period may not be paid
m. Department's Performance and Payment Contingent Upon Annual Appropriation by the
Legislature. The Department's performance and obligation to pay under this Agreement is
contingent upon an annual appropriation by the Legislature. If the Department's funding for
this Project is in multiple fiscal years, a notice of availability of funds from the Department's
project manager must be received prior to costs being incurred by the Agency. See Exhibit
"B", Schedule of Financial Assistance for funding levels by fiscal year. Project costs
utilizing any fiscal year funds are not eligible for reimbursement if incurred prior to funds
approval being received. The Department will notify the Agency, in writing, when funds are
available.
n. Limits on Contracts Exceeding $25,000 and Term more than 1 Year. In the event this
Agreement is in excess of$25,000 and has a term for a period of more than one year, the
provisions of Section 339 135(6)(a), Florida Statutes,are hereby incorporated:
"The Department, during any fiscal year, shall not expend money, incur any
liability,or enter into any contract which,by its terms,involves the expenditure
of money in excess of the amounts budgeted as available for expenditure
during such fiscal year. Any contract, verbal or written, made in violation of
this subsection is null and void, and no money may be paid on such contract.
The Department shall require a statement from the comptroller of the
Department that funds are available prior to entering into any such contract
or other binding commitment of funds. Nothing herein contained shall prevent
the making of contracts for periods exceeding 1 year, but any contract so
made shall be executory only for the value of the services to be rendered or
agreed to be paid for in succeeding fiscal years; and this paragraph shall be
incorporated verbatim in all contracts of the Department which are for an
amount in excess of$25,000 and which have a term for a period of more than
1 year."
o. Agency Obligation to Refund Department. Any Project funds made available by the
Department pursuant to this Agreement that are determined by the Department to have been
expended by the Agency in violation of this Agreement or any other applicable law or
regulation shall be promptly refunded in full to the Department.Acceptance by the Department
of any documentation or certifications,mandatory or otherwise permitted,that the Agency files
Page 5 of 33
1 6 B 1
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8
S1AIE OF FLORIDA rLPA41MLNT OF 1RANSPORTATION Fmrn 71140041
PUBLIC TRANSPORTATION srreaTEora
GRANT AGREEMENT DEVELOPMENTooclo,:a
shall not constitute a waiver of the Department's rights as the funding agency to verify all
information at a later date by audit or investigation.
p. Non-Eligible Costs. In determining the amount of the payment, the Department will exclude
all Project costs incurred by the Agency prior to the execution of this Agreement,costs incurred
after the expiration of the Agreement,costs that are not provided for in Exhibit"A", Project
Description and Responsibilities, and as set forth in Exhibit"8", Schedule of Financial
Assistance,costs agreed to be borne by the Agency or its contractors and subcontractors for
not meeting the Project commencement and final invoice time lines, and costs attributable to
goods or services received under a contract or other arrangement that has not been approved
in writing by the Department. Specific unallowable costs may be listed in Exhibit"A",Project
Description and Responsibilities.
11. General Requirements. The Agency shall complete the Project with all practical dispatch in a sound,
economical, and efficient manner, and in accordance with the provisions in this Agreement and all
applicable laws.
a. Necessary Permits Certification. The Agency shall certify to the Department that the
Agency's design consultant and/or construction contractor has secured the necessary permits.
b. Right-of-Way Certification.If the Project involves construction,then the Agency shall provide
to the Department certification and a copy of appropriate documentation substantiating that all
required right-of-way necessary for the Project has been obtained. Certification is required
prior to authorization for advertisement for or solicitation of bids for construction of the Project,
even if no right-of-way is required.
c. Notification Requirements When Performing Construction on Department's Right-of-
Way. In the event the cost of the Project is greater than$250,000.00,and the Project involves
construction on the Department's right-of-way,the Agency shall provide the Department with
written notification of either its intent to
i. Require the construction work of the Project that is on the Department's right-of-way
to be performed by a Department prequalified contractor,or
ii. Construct the Project utilizing existing Agency employees, if the Agency can
complete said Project within the time frame set forth in this Agreement.
d. If this box is checked,then the Agency is permitted to utilize its own forces and the following
provision applies: Use of Agency Workforce. In the event the Agency proceeds with any
phase of the Project utilizing its own forces,the Agency will only be reimbursed for direct costs
(this excludes general overhead).
e. X if this box is checked, then the Agency is permitted to utilize Indirect Costs:
Reimbursement for Indirect Program Expenses(select one).
i. X Agency has selected to seek reimbursement from the Department for actual indirect
expenses(no rate)
Agency has selected to apply a de minimus rate of 15% to modified total direct
costs. Note: The de minimus rate is available only to entities that have never had a
negotiated indirect cost rate. When selected, the de minimus rate must he used
consistently for all federal awards until such time the agency chooses to negotiate a
rate. A cost policy statement arid de minimis certification form must be submitted to
the Department for review and approval.
Page 6,of33
16B10
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8
STATE OF FLORIDA DEPARTMENT OF 1RANSPoRTATION Form flS.DOO.Ot
PUBLIC TRANSPORTATION STRATEGIC
LON
GRANT AGREEMENT D Eoaac+orrai
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:
a. Approval of Third Party Contracts.The Department specifically reserves the right to review
and approve any and all third party contracts with respect to the Project before the Agency
executes or obligates itself in any manner requiring the disbursement of Department funds,
including consultant and purchase of commodities contracts, or amendments thereto, If the
Department chooses to review and approve third party contracts for this Project and the
Agency fails to obtain such approval, that shall be sufficient cause for nonpayment by the
Department. The Department specifically reserves unto itself the right to review the
qualifications of any consultant or contractor and to approve or disapprove the employment of
the same. If Federal Transit Administration (FTA) funds are used in the Project, the
Department must exercise the right to third party contract review.
b. Procurement of Commodities or Contractual Services. It is understood and agreed by the
Parties hereto that participation by the Department in a project with the Agency, where said
project involves the purchase of commodities or contractual services where purchases or
costs exceed the Threshold Amount for CATEGORY TWO per Section 287.017, Florida
Statutes,is contingent on the Agency complying in full with the provisions of Section 287.057,
Florida Statutes. The Agency's Authorized Official shall certify to the Department that the
Agency's purchase of commodities or contractual services has been accomplished in
compliance with Section 287.057, Florida Statutes. It shall be the sole responsibility of the
Agency to ensure that any obligations made in accordance with this Section comply with the
current threshold limits. Contracts, purchase orders,task orders,construction change orders,
or any other agreement that would result in exceeding the current budget contained in Exhibit
"B",Schedule of Financial Assistance,or that is not consistent with the Project description
and scope of services contained in Exhibit"A", Project Description and Responsibilities
must be approved by the Department prior to Agency execution. Failure to obtain such
approval, and subsequent execution of an amendment to the Agreement if required, shall be
sufficient cause for nonpayment by the Department, in accordance with this Agreement.
c. Consultants' Competitive Negotiation Act. It is understood and agreed by the Parties to
this Agreement that participation by the Department in a project with the Agency, where said
project involves a consultant contract for professional services, is contingent on the Agency's
full compliance with provisions of Section 287.055, Florida Statutes,Consultants'Competitive
Negotiation Act. In all cases, the Agency's Authorized Official shall certify to the Department
that selection has been accomplished in compliance with the Consultants' Competitive
Negotiation Act
d. Disadvantaged Business Enterprise (DBE) Policy and Obligation. It is the policy of the
Department that DBEs, as defined in 49 C.F.R. Part 26, as amended, shall have the
opportunity to participate in the performance of contracts financed in whole or in part with
Department funds under this Agreement. The DBE requirements of applicable federal and
Page 7 of 33
1 6 B 1 0
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8
STATE or FI.CIN A DEPARTMENT OF TRANSPORTATION Iona 728.0004I
PUBLIC TRANSPORTATION STRATEGIC
ONVILOPMENr
GRANT AGREEMENT OOC10IIS
state laws and regulations apply to this Agreement. The Agency and its contractors agree to
ensure that DBEs have the opportunity to participate in the performance of this Agreement.
In this regard, all recipients and contractors shall take all necessary and reasonable steps in
accordance with applicable federal and state laws and regulations to ensure that the DBEs
have the opportunity to compete for and perform contracts, The Agency and its contractors
and subcontractors shall not discriminate on the basis of race,color, national origin or sex in
the award and performance of contracts, entered pursuant to this Agreement.
13. Maintenance Obligations.In the event the Project includes construction or the acquisition of commodities
then the following provisions are incorporated into this Agreement:
a. The Agency agrees to accept all future maintenance and other attendant costs occurring after
completion of the Project for all improvements constructed or commodities acquired as part of
the Project. The terms of this provision shall survive the termination of this Agreement.
14. Sale, Transfer,or Disposal of Department-funded Property:
a. The Agency will not sell or otherwise transfer or dispose of any part of its title or other
interests in real property,facilities,or equipment funded in any part by the Department under
this Agreement without prior written approval by the Department
b. If a sale,transfer,or disposal by the Agency of all or a portion of Department-funded real
property, facilities,or equipment is approved by the Department,the following provisions will
apply:
I. The Agency shall reimburse the Department a proportional amount of the proceeds
of the sale of any Department-funded property.
II. The proportional amount shall be determined on the basis of the ratio of the
Department funding of the development or acquisition of the property multiplied
against the sale amount,and shall be remitted to the Department within ninety(90)
days of closing of sale.
Ili. Sale of property developed or acquired with Department funds shall be at market
value as determined by appraisal or public bidding process,and the contract and
process for sale must be approved in advance by the Department.
iv. If any portion of the proceeds from the sale to the Agency are non-cash
considerations, reimbursement to the Department shall include a proportional
amount based on the value of the non-cash considerations.
c. The terms of provisions"a"and"b"above shall survive the termination of this Agreement.
i. The terms shall remain in full force and effect throughout the useful life of facilities
developed,equipment acquired, or Project items installed within a facility,but shall
not exceed twenty(20)years from the effective date of this Agreement.
ii. There shall be no limit on the duration of the terms with respect to real property
acquired 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.
Page 8 of 33
16B10
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8
STATE OP PLONIut U:.I•ult I MINT OF INANSPON tA1K7N Path t2t•000.0)
PUBLIC TRANSPORTATION STRATEOca
DEVELOPMENT
GRANT AGREEMENT oaclatt
Federal Funded;
a. In addition to reviews of audits conducted in accordance with 2 CFR Part 200, Subpart F —
Audit Requirements, monitoring procedures may include but not be limited to on-site visits by
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. In the event the Agency expends a total amount of Federal awards equal to or in
excess of the threshold established by 2 CFR Part 200, Subpart F — Audit
Requirements, the Agency must have a Federal single or program-specific audit
conducted for such fiscal year in accordance with the provisions of 2 CFR Part 200,
Subpart F—Audit Requirements. Exhibit"H",Audit Requirements for Awards of
Federal Financial Assistance, to this Agreement provides the required Federal
award identification information needed by the Agency to further comply with the
requirements of 2 CFR Part 200, Subpart F —Audit Requirements. In determining
Federal awards expended in a fiscal year. the Agency must consider all sources of
Federal awards based on when the activity related to the Federal award occurs,
including the Federal award provided through the Department by this Agreement.The
determination of amounts of Federal awards expended should be in accordance with
the guidelines established by 2 CFR Part 200, Subpart F —Audit Requirements. An
audit conducted by the State of Florida Auditor General in accordance with the
provisions of 2 CFR Part 200, Subpart F — Audit Requirements, will meet the
requirements of this part.
ii. In connection with the audit requirements, the Agency shall fulfill the requirements
relative to the auditee responsibilities as provided in 2 CFR Part 200, Subpart F —
Audit Requirements.
Ill. In the event the Agency expends less than the threshold established by 2 CFR Part
200, Subpart F—Audit Requirements, in Federal awards, the Agency is exempt from
Federal audit requirements for that fiscal year. However, the Agency must provide a
single audit exemption statement to the Department at
FDOTSinaleAuditedot.state,fl.us no later than nine months after the end of the
Agency's audit period for each applicable audit year.In the event the Agency expends
less than the threshold established by 2 CFR Part 200, Subpart F — Audit
Requirements, in Federal awards in a fiscal year and elects to have an audit
conducted in accordance with the provisions of 2 CFR Part 200, Subpart F — Audit
Requirements,the cost of the audit must be paid from non-Federal resources(I.e.,the
cost of such an audit must be paid from the Agency's resources obtained from other
than Federal entities).
iv. The Agency must electronically submit to the Federal Audit Clearinghouse(FAC)at
https://harvester.census.aov/facweb/ the audit reporting package as required by 2
CFR Part 200, Subpart F—Audit Requirements,within the earlier of 30 calendar days
after receipt of the auditor's report(s)or nine months after the end of the audit period.
Page 9 of 33
16B10
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8
STATE or FLORIDA DCI;..::ilaiv;1,1 ;,;A•;,,.•:.,,.;,,•,,:,•, Fexntrts.aaoot
PUBLIC TRANSPORTATION s7u,reote
GRANT AGREEMENT oev DOC107i6
The FAC is the repository of record for audits required by CFR Part 200, Subpart F
—Audit Requirements. However,the Department requires a copy of the audit reporting
package also be submitted to FDOTSinnleAudjtedot.state tl 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.
v. Within six months of acceptance of the audit report by the FAC, the Department will
review the Agency's audit reporting package, including corrective action plans and
management letters, to the extent necessary to determine whether timely and
appropriate action on all deficiencies has been taken pertaining to the Federal award
provided through the Department by this Agreement. If the Agency fails to have an
audit conducted in accordance with 2 CFR Part 200,Subpart F—Audit Requirements,
the Department may impose additional conditions to remedy noncompliance. If the
Department determines that noncompliance cannot be remedied by imposing
additional conditions, the Department may take appropriate actions to enforce
compliance,which actions may include but not be limited to the following:
1. Temporarily withhold cash payments pending correction of the deficiency by
the Agency or more severe enforcement action by the Department;
2. Disallow(deny both use of funds and any applicable matching credit for)all
or part of the cost of the activity or action not in compliance;
3. Wholly or partly suspend or terminate the Federal award;
4. Initiate suspension or debarment proceedings as authorized under 2 G.F.R.
Part 180 and Federal awarding agency regulations (or in the case of the
Department, recommend such a proceeding be initiated by the Federal
awarding agency);
5. Withhold further Federal awards for the Project or program:
6. Take other remedies that may be legally available.
vi. As a condition of receiving this Federal award,the Agency shall permit the Department
or its designee,the CFO, or State of Florida Auditor General access to the Agency's
records,including financial statements,the independent auditor's working papers,and
project records as necessary. Records related to unresolved audit findings, appeals,
or litigation shall be retained until the action is complete or the dispute is resolved.
vii. The Department's contact information for requirements under this part is as follows:
Office of Comptroller, MS 24
605 Suwannee Street
Tallahassee, Florida 32399-0450
FDOTSineleAudit a(�dot.state.fl.us
State Funded:
a. In addition to reviews of audits conducted in accordance with Section 215.97,Florida Statutes,
monitoring procedures to monitor the Agency's use of state financial assistance may include
but not be limited to on-site visits by Department staff and/or other procedures, including
reviewing any required performance and financial reports, following up, ensuring corrective
action, and issuing management decisions on weaknesses found through audits when those
findings pertain to state financial assistance awarded through the Department by this
Agreement.By entering into this Agreement,the Agency agrees to comply and cooperate fully
with any monitoring procedures/processes deemed appropriate by the Department. The
Agency further agrees to comply and cooperate with any inspections,reviews, investigations,
or audits deemed necessary by the Department,the Department of Financial Services(DES),
or State of Florida Auditor General.
Page 10 of 33
161310
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8
STATE Of f.ORIDA DLPARIMCNT(rr 1RANSPORTA710N Fotni f6.6tl6-01
PUBLIC TRANSPORTATION DEVELOPMENT
GRANT AGREEMENT ODc16r26
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:
In the event the Agency meets the audit threshold requirements established by
Section 215.97, Florida Statutes, the Agency must have a State single or project-
specific audit conducted for such fiscal year in accordance with Section 215 97,
Florida Statutes; applicable rules of the Department of Financial Services; and
Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit
organizations), Rules of the Auditor General. Exhibit"G",Audit Requirements for
Awards of State Financial Assistance,to this Agreement indicates state financial
assistance awarded through the Department by this Agreement needed by the
Agency to further comply with the requirements of Section 215.97, Florida Statutes.
In determining the state financial assistance expended in a fiscal year, the Agency
shall consider all sources of state financial assistance, including state financial
assistance received from the Department by this Agreement, other state agencies,
and other nonstate entities.State financial assistance does not include Federal direct
or pass-through awards and resources received by a nonstate entity for Federal
program matching requirements.
ii. In connection with the audit requirements, the Agency shall ensure that the audit
complies with the requirements of Section 215.97(8), Florida Statutes, This includes
submission of a financial reporting package as defined by Section 215.97(2)(e),
Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650
(nonprofit and for-profit organizations), Rules of the Auditor General.
iii. In the event the Agency does not meet the audit threshold requirements established
by Section 215 97, Florida Statutes, the Agency is exempt for such fiscal year from
the state single audit requirements of Section 215.97,Florida Statutes. However,the
Agency must provide a single audit exemption statement to the Department at
FDOTSinoleAuditedot.stete.fl.us no later than nine months after the end of the
Agency's audit period for each applicable audit year. In the event the Agency does
not meet the audit threshold requirements established by Section 215.97, Florida
Statutes, in a fiscal year and elects to have an audit conducted in accordance with
the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid
from the Agency's resources(i.e., the cost of such an audit must be paid from the
Agency's resources obtained from other than State entities).
iv. In accordance with Chapters 10.550 (local governmental entities) or 10.650
(nonprofit and for-profit organizations), Rules of the Auditor General, copies of
financial reporting packages required by this Agreement shall be submitted to:
Florida Department of Transportation
Office of Comptroller, MS 24
605 Suwannee Street
Tallahassee, Florida 32399-0405
FDOTSineleAuditadot.state.fl us
And
State of Florida Auditor General
Local Government Audits/342
111 West Madison Street, Room 401
Tallahassee, FL 32399-1450
Email. flaudeen localgovtaaud.state.fl.us
Page 11 of 33
16B10
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8
STAYS OP FLORIDA DEPARTMENT OF TRANSPORTATION rom,12S•000.01
PUBLIC TRANSPORTATION STRATEGIC
GRANT AGREEMENT DEv OOCMaS6
V. Any copies of financial reporting packages, reports, or other information required to
be submitted to the Department shall be submitted timely in accordance with 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,
vi. The Agency, when submitting financial reporting packages to the Department for
audits done in accordance with Chapters 10.550 (local governmental entities) or
10.850(nonprofit and for-profit organizations), Rules of the Auditor General, should
indicate the date the reporting package was delivered to the Agency in
correspondence accompanying the reporting package.
vii. Upon receipt, and within six months, the Department will review the Agency's
financial reporting package, including corrective action plans and management
letters, to the extent necessary to determine whether timely and appropriate
corrective action on all deficiencies has been taken pertaining to the state financial
assistance provided through the Department by this Agreement. If the Agency fails
to have an audit conducted consistent with Section 215.97, Florida Statutes, the
Department may take appropriate corrective action to enforce compliance.
viii. As a condition of receiving state financial assistance. the Agency shall permit the
Department or its designee, DFS, or the Auditor General access to the Agency's
records, including financial statements, the independent auditor's working papers,
and project records as necessary. Records related to unresolved audit findings,
appeals, or litigation shall be retained until the action is complete or the dispute is
resolved
c. The Agency shall retain sufficient records demonstrating its compliance with the terms of this
Agreement for a period of five years from the date the audit report is issued and shall allow
the Department or its designee, DFS, or State of Florida Auditor General access to such
records upon request. The Agency shall ensure that the audit working papers are made
available to the Department or its designee, DFS, or State of Florida Auditor General upon
request for a period of five years from the date the audit report is issued, unless extended in
writing by the Department.
16. Notices and Approvals.Notices and approvals referenced in this Agreement must be obtained in writing
from the Parties'respective Administrators or their designees.
17. Restrictions,Prohibitions,Controls and Labor Provisions:
a. Convicted Vendor List.A person or affiliate who has been placed on the convicted vendor
list following a conviction for a public entity crime may not submit a bid on a contract to provide
any goods or services to a public entity;may not submit a bid on a contract with a public entity
for the construction or repair of a public building or public work; may not submit bids on leases
of real property to a public entity; may not be awarded or perform work as a contractor,
supplier, subcontractor, or consultant under a contract with any public entity; and may not
transact business with any public entity in excess of the threshold amount provided in Section
287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of
being placed on the convicted vendor list.
b. Discriminatory Vendor List. In accordance with Section 287.134, Florida Statutes, an entity
or affiliate who has been placed on the Discriminatory Vendor List, kept by the Florida
Department of Management Services, may not submit a bid on a contract to provide goods or
services to a public entity. may not submit a bid on a contract with a public entity for the
Page 12 of 33
1 6 B 1 0
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8
STATE OF FLORIDA DEPARTMENT or TRANSPORTATION Form 715.000.01
PUBLIC TRANSPORTATION STRATEOILOPMT
GRANT AGREEMENT DEVE00CTO
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
e. Unauthorized Aliens. The Department shall consider the employment by any contractor of
unauthorized aliens a violation of Section 274A(e)of the Immigration and Nationality Act. If
the contractor knowingly employs unauthorized aliens, such violation will be cause for
unilateral cancellation of this Agreement.
f. Procurement of Construction Services. If the Project is procured pursuant to Chapter 255,
Florida Statutes, for construction services and at the time of the competitive solicitation for the
Project, 50 percent or more of the cost of the Project is to be paid from state-appropriated
funds, then the Agency must comply with the requirements of Section 255.0991, Florida
Statutes.
g. E-Verify.The Agency shall:
I. 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.
Page 13 of 33
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8 " v O
STAtt Of FLORIDA O&f'r,RtMENT Or tNANSPORTAliON Pam T26.000.0!
PUBLIC TRANSPORTATION STHATPOIC
IOPFNT
GRANT AGREEMENT DEV occ1M
0/26
Pursuant to Section 216.1366, F.S,, the term:
i. "Officer"means a chief executive officer, chief financial officer,chief operating officer,
or any other position performing and equivalent function.
ii. "Remuneration"means all compensation earned by or awarded to personnel,whether
paid or accrued, regardless of contingency, including bonuses, accrued paid time off,
severance payments,incentive payments,contributions to a retirement plan or in-kind
payments, reimbursements, or allowances for moving expenses, vehicles and other
transportation, telephone services, medical services, housing and meals.
III. "State Funds"means funds paid from the General Revenue Fund or any state trust
fund, funds allocated by the Federal Government and distributed by the state, or
funds appropriated by the Federal Government and distributed by the state,or funds
appropriated by the state for distribution through any grant program, The term does
not include funds used for the Medicaid program.
i. Design Services and Construction Engineering and Inspection Services, If the Project is
wholly or partially funded by the Department and administered by a local governmental
entity,except for a seaport listed in Section 311,09, Florida Statutes,or an airport as defined
in Section 332.004, Florida Statutes, the entity performing design and construction
engineering and inspection services may not be the same entity.
18. Indemnification and Insurance:
a. It is specifically agreed between the Parties executing this Agreement that it is not intended
by any of the provisions of any part of this Agreement to create in the public or any member
thereof, a third party beneficiary under this Agreement, or to authorize anyone not a party to
this Agreement to maintain a suit for personal injuries or property damage pursuant to the
terms or provisions of this Agreement. The Agency guarantees the payment of all just claims
for materials, supplies, tools, or labor and other just claims against the Agency or any
subcontractor, in connection with this Agreement. Additionally, the Agency shall indemnify,
defend, and hold harmless the State of Florida, Department of Transportation, including the
Department's officers and employees,from liabilities, damages, losses, and costs, including,
but not limited to, reasonable attorney's fees, to the extent caused by the negligence,
recklessness, or intentional wrongful misconduct of the Agency and persons employed or
utilized by the Agency in the performance of this Agreement. This indemnification shalt
survive the termination of this Agreement. Additionally, the Agency agrees to include the
following indemnification in all contracts with contractors/subcontractors and
consultants/subconsultents who perform work in connection with this Agreement:
"To the fullest extent permitted by law, the Agency's contractor/consultant shall indemnify,
defend,and hold harmless the Agency and the State of Florida,Department of Transportation,
including the Department's officers and employees, from liabilities, damages, losses and
costs, including, but not limited to, reasonable attomey's fees, to the extent caused by the
negligence, recklessness or intentional wrongful misconduct of the contractor/consultant and
persons employed or utilized by the contractor/consultant in the performance of this
Agreement
This indemnification shall survive the termination of this Agreement."
b. The Agency shall provide Workers' Compensation Insurance in accordance with Florida's
Workers' Compensation law for all employees. If subletting any of the work, ensure that the
subcontractor(s) and subconsultant(s) have Workers' Compensation Insurance for their
employees in accordance with Florida's Workers' Compensation law. If using "leased
employees" or employees obtained through professional employer organizations ("PEO's"),
ensure that such employees are covered by Workers' Compensation Insurance through the
Page 14 of 33
16810
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8
srA1t 01-r.Oki0A OLPARTMENT OF 1NANSPORTAYION Farm7f.O0Da1
PUBLIC TRANSPORTATION ETaATeaic
GRANT AGREEMENT DEVELOPMENTOec loe&
PEO's or other leasing entities. Ensure that any equipment rental agreements that Include
operators or other personnel who are employees of independent contractors, sole
proprietorships, or partners are covered by insurance required under Florida's Workers'
Compensation law.
c. If the Agency elects to self-perform the Project,then the Agency may self-insure. If the Agency
elects to hire a contractor or consultant to perform the Project,then the Agency shall carry,or
cause its contractor or consultant to carry,Commercial General Liability insurance providing
continuous coverage for all work or operations performed under this Agreement, Such
insurance shall be no more restrictive than that provided by the latest occurrence form edition
of the standard Commercial General Liability Coverage Form (ISO Form CG 00 01) as filed
for use in the State of Florida. The Agency shall cause, or cause its contractor or consultant
to cause, the Department to be made an Additional Insured as to such insurance. Such
coverage shall be on an"occurrence"basis and shall include Products/Completed Operations
coverage.The coverage afforded to the Department as an Additional Insured shall be primary
as to any other available insurance and shall not be more restrictive than the coverage
afforded to the Named Insured. The limits of coverage shall not be less than$1,000,000 for
each occurrence and not less than a $5,000,000 annual general aggregate, inclusive of
amounts provided by an umbrella or excess policy. The limits of coverage described herein
shall apply fully to the work or operations performed under the Agreement, and may not be
shared with or diminished by claims unrelated to the Agreement. The policylies and coverage
described herein may be subject to a deductible and such deductibles shall be paid by the
Named Insured. No policy/ies or coverage described herein may contain or be subject to a
Retention or a Self-Insured Retention unless the Agency is a state agency or subdivision of
the State of Florida that elects to self-perform the Project. Prior to the execution of the
Agreement, and at all renewal periods which occur prior to final acceptance of the work,the
Department shall be provided with an ACORD Certificate of Liability Insurance reflecting the
coverage described herein. The Department shall be notified in writing within ten days of any
cancellation, notice of cancellation, lapse, renewal, or proposed change to any policy or
coverage described herein.The Department's approval or failure to disapprove any policylies,
coverage, or ACORD Certificates shall not relieve or excuse any obligation to procure and
maintain the insurance required herein, nor serve as a waiver of any rights or defenses the
Department may have.
d. When the Agreement includes the construction of a railroad grade crossing,railroad overpass
or underpass structure, or any other work or operations within the limits of the railroad right-
of-way, including any encroachments thereon from work or operations in the vicinity of the
railroad right-of-way, the Agency shall,or cause its contractor to, in addition to the insurance
coverage required above, procure and maintain Railroad Protective Liability Coverage (ISO
Form CG 00 35) where the railroad is the Named Insured and where the limits are not less
than $2,000,000 combined single limit for bodily injury and/or property damage per
occurrence,and with an annual aggregate limit of not less than$6,000,000.The railroad shall
also be added along with the Department as an Additional Insured on the policy/ies procured
pursuant to the paragraph above. Prior to the execution of the Agreement, and at all renewal
periods which occur prior to final acceptance of the work,both the Department and the railroad
shall be provided with an ACORD Certificate of Liability Insurance reflecting the coverage
described herein. The insurance described herein shall be maintained through final
acceptance of the work. Both the Department and the railroad shall be notified in writing within
ten days of any cancellation, notice of cancellation,renewal,or proposed change to any policy
or coverage described herein. The Department's approval or failure to disapprove any
policy/ies, coverage, or ACORD Certificates shall not relieve or excuse any obligation to
procure and maintain the insurance required herein, nor serve as a waiver of any rights the
Department may have
e. 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 Insured on the
Commercial General Liability policy/ies procured above.
Page 15 of 33
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8 1 6 v 1 0
.A It LUNIUA OEPARIAIII!T OF TRANSPOIl1A1ION NMI?M000.0I
PUBLIC TRANSPORTATION STRATEGIC
SNT
GRANT AGREEMENT DBV nGd�1026
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. In no event shall the making by the Department of any payment
to the Agency constitute or be construed as a waiver by the Department of any breach of
covenant or any default which may then exist on the part of the Agency and the making of
such payment by the Department,while any such breach or default shall exist,shall in no way
impair or prejudice any right or remedy available to the Department with respect to such breach
or default.
c. Severability. If any provision of this Agreement is held invalid, the remainder of this
Agreement shall not be affected. In such an instance, the remainder would then continue to
conform to the terms and requirements of applicable law.
d. Agency not an agent of Department, The Agency and the Department agree that the
Agency, its employees, contractors, subcontractors, consultants,and subconsultants are not
agents of the Department as a result of this Agreement.
o. Bonus or Commission. By execution of the Agreement, the Agency represents that it has
not paid and, also agrees not to pay, any bonus or commission for the purpose of obtaining
an approval of its application for the financing hereunder.
f. Non-Contravention of State Law. Nothing in the Agreement shall require the Agency to
observe or enforce compliance with any provision or perform any act or do any other thing in
contravention of any applicable state law.If any of the provisions of the Agreement violate any
applicable state law, the Agency will at once notify the Department in writing so that
appropriate changes and modifications may be made by the Department and the Agency to
the end that the Agency may proceed as soon as possible with the Project.
g. Execution of Agreement, This Agreement may be executed in one or more counterparts,
each of which shall be deemed an original, but all of which shall constitute the same
Agreement. A facsimile or electronic transmission of this Agreement with a signature on behalf
of a party will be legal and binding on such party.
h. Federal Award Identification Number(FAIN). If the FAIN is not available prior to execution
of the Agreement, the Department may unilaterally add the FAIN to the Agreement without
approval of the Agency and without an amendment to the Agreement. If this occurs, an
updated Agreement that includes the FAIN will be provided to the Agency and uploaded to the
Department of Financial Services' Florida Accountability Contract Tracking System(FACTS).
i. Inspector General Cooperation. The Agency agrees to comply with Section 20.055(5),
Florida Statutes, and to incorporate in all subcontracts the obligation to comply with Section
20.055(5), Florida Statutes.
j. Law,Forum,and Venue.This Agreement shall be governed by and construed in accordance
with the laws of the State of Florida. In the event of a conflict between any portion of the
contract and Florida law,the laws of Florida shall prevail. The Agency agrees to waive forum
Page 16 of 33
16610
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8
STATE OF FLORIDA DEPARTMENT of TRANSPORTATION Form 115 000.01
PUBLIC TRANSPORTATION STRATEGIC
OPGRANT AGREEMENT DEv EL
wos
and venue and that the Department shall determine the forum and venue in which any dispute
under this Agreement is decided,
IN WITNESS WHEREOF, the Parties have executed this Agreement on the day and year written above.
AGENCY Collier County Board of Coursy STA cFLIC W)A. DEPARTMENT OF-t RANSPORTATION
:71)19 - 4er ert37.wKe.,4-14-2-7-
Name. Nicole E fvliiis, 1' L
Dan Kowa', Chairman Title. Director of Transportation Development
STATE OF FLORIDA,DEPARTMENT OF TRANSPORTATION
Legal Review. ,--OS
1.66 DocuSlg�ned by+:�+�
ATE 4P9_
rR ((:(2t.),) .
Don t onway, ,-oniar Attorney
J` . •
Attest as to,chairns
so9n.tture 000 c,
• Page 11 of 33
16B10
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8
Al Alt ONIOA OFPARtMf N t OF TNANSPORTATtON Pat,773,000.02
PUBLIC TRANSPORTATION s"'"IIoIC
OEVELOPM@NT
GRANT AGREEMENT EXHIBITS ooc Tags
EXHIBIT A
Project Description and Responsibilities
A.Project Description(description of Agency's project to provide context, description of project components funded
via this Agreement(if not the entire project))' This agreement provides FTA Section 5310 capital funds for the capital
purchase as identified in the Agency's application on file with the Department.
B.Project Location(limits, city,county, map): Urbanized Area of Collier County, Florida
C. Project Scope(allowable costs. describe project components, improvement type/service type,approximate
timeline, project schedule, project size): This agreement provides FTA Section 5310 capital assistance related to
purchasing capital equipment listed below in the amount not to exceed that identified in Exhibit B of this agreement or
as amended.
Five(5)Buses-Replacement Under 30 FT
Five(5)Radios
Five(5)ADP Hardware
Five(5)Routers/Wifi Equipment
If applicable,the Agency will also provide procurement documentation prior to the purchase of project equipment and
will submit to the Department documentation of purchase,delivery,and/or installation for all items.
If the actual costs are less than the estimated total cost,the difference will remain in the Department's general program
fund and will be used to advance any remaining grant requests.
D. Deliverable(s): When submitting an invoice for reimbursement the Agency must submit the invoice using the FDOT
Transit Capital Invoice Form. The Agency will provide appropriate documentation to support all costs being submitted
for reimbursement.
The Agency must submit a Progress Report with each invoice submitted utilizing the FDOT Project Monitoring Status
Report. If invoicing is delayed, a quarterly report must still he provided
The project scope identifies the ultimate project deliverables. Deliverables for requisition, payment and invoice
purposes will be the incremental progress made toward completion of project scope elements. Supporting
documentation will be quantifiable, measurable,and verifiable,to allow for a determination of the amount of
incremental progress that has been made, and provide evidence that the payment requested is commensurate with
the accomplished incremental progress and costs incurred by the Agency.
E. Unallowable Costs(including but not limited to): Expenses created from third party contracts which were not
approved by the Florida Department of Transportation in accordance with Article 12 of this document.
F.Transit Operating Grant Requirements(Transit Only):
Transit Operating Grants billed as an operational subsidy will require an expenditure detail report from the Agency that
matches the invoice period. The expenditure detail, along with the progress report, will be the required deliverables for
Transit Operating Grants. Operating grants may be issued for a term not to exceed three years from execution.The
original grant agreement will include funding for year one. Funding for years two and three will be added by
amendment as long as the grantee has submitted all invoices on schedule and the project deliverables for the year
have been met.
Page 18 of 33
16Bi0
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8
srA1E OF FLORIDA DEPARTMENT OF TRANSPORTATION FormT26.000.02
PUBLIC TRANSPORTATION STRATEGIC
DEVELOPMENT
GRANT AGREEMENT EXHIBITS 00CTOR6
EXHIBIT B
Schedule of Financial Assistance
FUNDS AWARDED TO THE AGENCY AND REQUIRED MATCHING FUNDS PURSUANT TO THIS AGREEMENT
CONSIST OF THE FOLLOWING:
A. Fund Type and Fiscal Year:
Financial Fund FLAIR State Object CSFA! CSFA/CFDA Title or Funding
Management Ty� Category Fiscal Code CFDA Funding Source Amount
Number Year Number Description
Enhanced Mobility of Seniors
and Individuals with
448810.1-94.25 DU 088774 2028 780000 20.513 Disabilities $625,764.00
448810.1-94-25 DPTO 088774 2026 780000 20.513 Enhanced Mobility of Seniors $78,219.00
and Individuals with
Disabilities
Total Financial Assistance $703,983.00
B. Estimate of Project Costs by Grant Phase:
Phases' State Local Federal Totals Stab Local Federal
Land Acquisition $0.00 $0.00 $0.00 $0.00 0.00 0.00 0.00
Planning $0.00 $0.00 $0.00 $0.00 0,00 0.00 0.00
Environmental/Design! $0.00 $0.00 $0.00 $0.00 0,00 0.00 0.00
Construction
Capital Equipment/ $78,219.00 $78,221.00 $625,764.00 $782,204.00 10.00 10.00 80.00
Preventative Maintenance
Match to Direct Federal $0.00 $0.00 $0.00 $0.00 0.00 0.00 0.00
Funding
Mobility Management $0.00 $0.00 $0.00 $0.00 0.00 0.00 0.00
(Transit Only)
Totals $78,219.00 $78,221.00 $825,764.00 $782,204.00 _
'Shifting items between these grant phases requires execution of an Amendment to the Public Transportation Grant
Agreement.
Scope Code and/or Activity 11 12 04 11.42.07, 11.62.03, 11.42.20
Line Item(ALI) (Transit Only)
Common NamerUZA Name Urbanized Area of Bonita Springs
(Transit Only)
BUDGET/COST ANALYSIS CERTIFICATION AS REQUIRED BY SECTION 216.3475, FLORIDA STATUTES:
I certify that the cost for each line item budget category (grant phase)has been evaluated and determined to be
allowable, reasonable, and necessary as required by Section 216.3475. Florida Statutes. Documentation is on file
evidencing the methodology used and the conclusions reached.
Victoria Upthegrove
Department Grant Manager Name
Page 19 of 33
1661 0
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8
STATE OF FLORIDA DEPART/4MT OF TRANSPORTATION rum 726.000.02
PUBLIC TRANSPORTATION STRATEGIC
DocuSigned by: DEVELOPMENT
GRANT AGREEMENT EXHIBITS Oec 1003
Cu to tlf>flu'ltin(It 03/12/2026 1 1:46 PM EDT
--,-1-40C100BECAA6413.. -
Signature
__ Date
Page 20 of 33
16B10
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8
STATE OF Ft ORIDA DEPARTMENT OF TRANSPORTATION Form 728.000.01
PUBLIC TRANSPORTATION STRATEGIC
DEVELOPMENT
GRANT AGREEMENT EXHIBITS 00C 10I2S
EXHIBIT D
AGENCY RESOLUTION
PLEASE SEE ATTACHED
Page 21 of 33
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8 •
RESOLUTION NO, 2026- 29
A RESOLUTION BY THE BOARD OF COUNTY COMMISSIONERS,
COLLIER COUNTY, FLORIDA, APPROVING AND AUTHORIZING ITS
CHAIRMAN TO EXECUTE A SECTION 5310 PUBLIC TRANSPORTATION
GRANT AGREEMENT WITH THE STATE OF FLORIDA DEPARTMENT
OF TRANSPORTATION FOR GRANT FUNDING TO PURCHASE FIVE
REPLACEMENT BUSES, RADIOS AND TABLETS TO SUPPORT THE
PARATRANSIT SERVICE, (FPN 448810-1-94-25)
WHEREAS, the State of Florida Department of Transportation (FDOT) is willing to enter
into a Section 5310 Public Transportation Grant Agreement (the"Agreement") with Collier County,
wherein FOOT will reimburse Collier County up to the sum of$703,983 (Seven Hundred Three
Thousand Nine Hundred Eighty-Three Dollars), which is comprised of 80% Federal award and 10%
State match, with a 10% local match from Collier County in the amount of$78,221 (Seventy-Eight
Thousand Two Hundred Twenty-Two Dollars) resulting in a total amount of $782,204 (Seven
Hundred Eighty-Two Thousand Two Hundred Four Dollars) to purchase five replacement buses,
radios and tablets to support the Paratransit service(FPN 448810-1-94-25); and
WHEREAS, the Collier County Board of County Commissioners finds that the Agreement
is in the public interest and benefits the citizens of Collier County.
NOW THEREFORE, BE IT RESOLVED by the Board of County Commissioners of
Collier County, Florida, that:
1. The Board approves and authorizes its Chairman to sign the Agreement pertaining to FPN 448810-1-
94-25,as well as any required certification and assurances related therewith.
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 2.7 ' day of -I,ny ,2026.
ATTEST;1''-````7sc.'+ BOARD OF COUNTY COMMISSIONERS
CRYStAL K. KINZEL Clerk OF COLLIER COUNTY, FLORIDA
_ r
By: -~ By:
Attest aster hairrrian.s Deputy Clerk Dan Kowal, iairman
signat'7ME.griJY. _ •'
Approved as to form and legality:
Cid° \1k(110
Courtney L. DaSilva, Assistant County Attorney
Page I of 1
CA1 )
16B10
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8
STATE OF FLORIDA DEPARTMENT OF IHANSPORTATUTI' Form Tt oomii
PUBLIC TRANSPORTATION STRATEGIC
OUVSLOPMENT
GRANT AGREEMENT EXHIBITS oocTon11
EXHIBIT E
PROGRAM SPECIFIC TERMS AND CONDITIONS -TRANSIT
(Section 5310: Enhanced Mobility of Seniors& Individuals with Disabilities)
This exhibit forms an integral part of the Agreement between the Department and the Agency.
The Agency, as the"subrecipient", shall comply with all applicable federal laws, regulations,and requirements, and
should follow applicable federal guidance as outlined in the current FTA Master Agreement and 2 CFR Part 200,
including but not limited to:
1. Conformance with Enabling Legislation. This Agreement is in conformance with Section 5310 of the
Federal Transit Act of 1991, 49 U.S.0 5310, as amended, and Section 341,051(1)(a), F.S.
2. Alcohol Misuse and Prohibited Drug Use.The Agency shall establish and implement anti-drug and alcohol
misuse prevention programs in accordance with the terms of 49 CFR 655,49 U.S.C.5331,and 49 CFR 40.
3. Adherence to Certifications and Assurances. The Agency shall ensure adherence with all federally
required certifications and assurances made in its application to the Department for Section 5310 funds,
4. FTA Compliance.The Agency shall at all times comply with all applicable FTA regulations, policies,
procedures and directives, including without limitation those listed directly or by reference in the Master
Agreement between the FDOT and FTA,as they may be amended or promulgated from time to time during
the term of this contract. Failure to comply shall constitute a material breach of this contract.
5. Nondiscrimination.The Agency assures the project will be completed in accordance with all applicable
requirements imposed by or issued pursuant to 49 U.S.C. 5332,42 U.S.C. 2000(d),and 49 CFR 21, and
understands that this assurance extends to its entire facility and to facilities operated in connection with the
project.
6. Seat Belt Use.The Agency agrees to implement Executive Order No. 13043, 'Increasing Seat Belt Use In the
l,in4t. States,"23 U.S.C.§402.
7. Distracted Driving.The Agency agrees to comply with Executive Order No. 13513,"Federal Leadership on
Reducing Text Messaging While Driving,"23 U.S.C. §402 note and U.S. DOT Order 902.10,'Text Messaging
While Driving and the U.S. DOT Special Provision pertaining to Distracted Driving.
8. Charter Service.The Agency agrees to comply with 49 U.S.C.5323(d)(g)and(r)and 49 CFR 604, and any
other federal Charter Service regulations,which provide that recipients and subrecipients of FTA assistance
are prohibited from providing charter service using federally funded equipment or facilities if there is at least
one private charter operator willing and able to provide the service,except under one of the exceptions at 49
CFR 604.9. Any charter service provided under one of the exceptions must be"incidental,"i.e., it must not
interfere with or detract from the provision of mass transportation.
9. School Bus Operations. Pursuant to 69 U.S.C. 5323(f)and 49 CFR 605,the Agency may not engage in
school bus operations exclusively for the transportation of students and school personnel in competition with
private school bus operators, unless qualified under specified exemptions, When operating exclusive school
bus service under an allowable exemption, subrecipients may not use federally funded equipment, vehicles,or
facilities.
10. Disadvantaged Business Enterprises(DBE).This grant is subject to the requirements of Title 49, Code of
Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of
Page 22 of 33
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8 v
STATE Of FLORIDA in I':RC.7rNT in' TRANSPORTATION O'un ta.000.02
PUBLIC TRANSPORTATION STRATEGIC
nIVELOPMENT
GRANT AGREEMENT EXHIBITS onc torn
Transportation Financial Assistance Programs. The Agency must complete biannual DBE reports and submit
them to the Department by May 1 and November 1 annually.
11. Buy America.The Agency agrees to comply with Buy America requirements outlined in 49 U.S.C.5323(j)and
49 CFR 661, if using the funds granted under this agreement for rolling stock purchases.The recipient also
agrees to comply with the pre-award and post-delivery requirements outlined In 49 CFR 661.12.
12, Clean Air Act and Water Acts. The Agency agrees to comply with all applicable standards,orders or
regulations issued pursuant to the Clean Air Act(42 U.S.C. 7401-7671q)and the Federal Water Pollution
Control Act, (33 U.S.C. §§ 1251 — 1388), as amended, if the agreement exceeds$150,000,
13. Anti-Lobbying.The Agency agrees to comply with the requirements pursuant to Byrd Anti-lobbying
Amendment, 31 U.S.C. 1352(b)(5)and 49 CFR 20,Appendix A. U.S. DOT regulations, "New Restrictions on
Lobbying,'49 CFR Part 20, to the extent consistent with 31 U.S.C.§ 1352, as amended and other applicable
federal laws, regulations, requirements,and guidance prohibiting the use of federal assistance for any activity
concerning legislation or appropriations designed to influence the U.S, Congress or a state legislature,
14. Bonding Requirements. If this agreement is for a construction project over$250,000, the recipient must
adhere to FTA's bonding requirements 2 CFR 200.326 as outlined in the Best Practices Procurement Manual.
15. Solid Wastes.Where the purchase price of the item exceeds$10,000 or the value of the quantity acquired
during the preceding fiscal year exceeded$10,000, the Agency agrees to comply with all the requirement of
Section 6002 of the Solid Waste Disposal Act,as amended by the Resource Conservation and Recovery Act,
49 U.S.C. 6962, as amended, including but not limited to the regulatory provisions of 40 CFR 247, and
Executive Order 12873,as they apply to the procurement of the items designated in Subpart B of 40 CFR 247.
Sample language can be found in the Department's Procurement Guidance for Transit Agencies."
16. Employee Relations(Davis-Bacon Act and Copeland Anti-Kickback Act). The Agency agrees to comply
with the Davis-Bacon Act and Copeland Anti-kickback Acts as codified at 40 U.S.C. 3141 et seq. and 18
U.S.C. 874 for any agreement exceeding$100,000. Sample language can be found in the Department's
"Procurement Guidance for Transit Agencies."
17. Employee Relations(Contract Work Hours and Safety Standards). For any contract over$100,000 the
Agency agrees to comply with the Contract Work Hours and Safety Standards Act, codified at 40 U.S.C.3701
et seq
18. Breaches and Dispute Resolution. The Agency agrees to include"Breaches and Dispute Resolution"
language in all third-party agreements in compliance with 2 CFR 200 and FTA Circular 4220.1E or subsequent
revisions
19. Transit Employee Protective Agreements.The Agency agrees to comply with the Transit Employee
Protective Agreements, as codified in 49 U.S.C. 5310 and 29 CFR 215.
20. Compliance with FTA Terms and Conditions.The Agency shall not perform any act, fail to perform any act,
or refuse to campy with any FDOT requests which would cause the Agency to be in violation of the FTA terms
and conditions.
21. Public Body Non-CTC Recipients.An Agency may receive 5310 funds when the Community Transportation
Coordinator(CTC) in the county is a private-for-profit entity. When the Agency accepts the 5310 funding,
enters into a contract/PTGA with the Department, and then contracts with the CTC to provide enhanced
mobility of seniors and individuals with disabilities in the same service area in which the CTC is providing non-
sponsored trips for the Commission for the Transportation Disadvantaged (CTD), then the non-sponsored
Page 23 of 33
16B10
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8
StATE OF FLORIDA D¢PAR1 Mt NT or Tl AN5r'ORTATI J.'+ Formlt1A00.Ot
PUBLIC TRANSPORTATION STRATlOR:
OVIELOPMENt
GRANT AGREEMENT EXHIBITS MC um
human service transportation grant funds will be considered as eligible match for the 5310 funds.The Agency
will be responsible for ensuring that the CTC meets all tho requirements associated with the federal funds.The
Agency will be responsible for ensuring that all dollars provided as match were for public transportation eligible
trips. The public body must keep financial records that substantiate the eligibility of the match being provided
and make that documentation available to the Department on request.
22. Annual Performance Measures Report, The Agency will submit an Annual Performance Measures Report,
The Annual Performance Measures Report is due by January 31 of each year, The annual report will include
both quantitative and qualitative information as available on each of the following measures:
a) Gaps in Service Filled: Provision of transportation options that would not otherwise be available for
seniors and individuals with disabilities,measured in numbers of seniors and individuals with disabilities
afforded mobility they would not have without program support as a result of traditional Section 5310
projects implemented in the current reporting year.
b) Ridership: Actual or estimated number of rides (as measured by one-way trips) provided annually for
seniors or individuals with disabilities on Section 5310 supported vehicles and services as a result of
traditional Section 5310 projects implemented in the current reporting year.
23. Transit Vehicle Inventory Management.The Agency will follow the Department's Transit Vehicle Inventory
Management Procedure(725-030-025),which outlines the requirements for continuing management control,
inventory transfer and disposal actions. This procedure pertains ONLY to capital procurements of rolling stock
using the FTA Section 5310, Section 5311 Section 5339 programs as the funding source,or where the
Department participates in 50%or more of the public transit vehicle's purchase price. This may include
vehicles purchased under the State Transit Block Grant Program, State Transit Corridor Program,State
Transit Service Development Program, or other applicable Departmental programs.
Item 24 below is applicable to Sub-recipients that receive both,Section 5310 and 5311 funds.
24. Annual Safety Certification.When the Agency receives Section 5310 and Section 5311 funds, in
accordance with Section 341.061, F.S., and Rule 14-90, Florida Administrative Code,the Agency shall submit,
and the Department shall have on file, an annual safety certification stating that the Agency has adopted and
is complying with its adopted System Safety and Security Program Plan and has performed annual safety
inspections of all buses operated.
Item 26 below Is applicable to Sub-recipients that receive Section 5310 funds ONLY
26. Delivery of Service Performance Requirements.The Agency shall maintain a Transportation Operating
Procedure(TOP)consistent with the template provided by the Department. The TOP must address minimum
performance requirements related to service delivery for the following:
a) Vehicle maintenance
b) Minimum qualifications and training for drivers
c) Safety standards
d) Accident notification, and
e) Substance abuse management.
Failure to comply with the TOP will result in a requirement by the Department that the Agency develop a
corrective action plan,to be approved by the Department. Failure by the Agency to achieve and maintain
compliance may require the Department funded transportation services to cease operations. If the Department
finds that a threat to public safety exists, the Department shall require all Department funded transportation
services to cease operations.
26. Reporting of Complaints,Grievances,and Resolutions. The Agency must have an identified complaint and
grievance process on file and must report to the Department on a quarterly basis all reported complaints,
grievances,and resolutions.
Page 24 of 33
16B10
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8
STATE OF FLORIDA D[PAR1MGN1Or iNANsrortrAnnr, Form11E.000-0t
PUBLIC TRANSPORTATION STRATEGIC
DEVELOPMENT
GRANT AGREEMENT EXHIBITS Doctono
27. Agreements with contractors or subcontractors, Pursuant to Section 341,041, F.S.,the above Delivery of
Service Performance Requirement and Reporting of Complaints,Grievances, and Resolutions,must be
included in any agreement between the Agency and such entity's contractors or subcontractors that provide
paratransit services,
•-End of Exhibit E—
Page 25 of 33
16B10
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8
I.1+t 0)FLORIDA DEPARTMENT OF TRANSPORTATION Fmro 718.000.07
PUBLIC TRANSPORTATION STRATEGIC
DEVELOPMENT
GRANT AGREEMENT EXHIBITS 000'a:e
Exhibit El
PROGRAM SPECIFIC TERMS AND CONDITIONS
(Prohibition un Discrimination Based on Health Care Choices)
This exhibit forms an integral part of the Agreement between the Department and the Agency.
1. Statutory Reference. Section 339.08, F.S. and Section 381.00316, F.S.
2. Statutory Compliance. Pursuant to Section 339.08, F.S,, the Department may not expend state funds
to support a project or program of certain entities if the entity is found to be in violation of Section
381.00316, F.S. The Department shall withhold state funds until the entity is found to be in compliance with
Section 381,00316, F.S. This shall apply to any of the following entities:
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 in s. 311.09(1), F.S.
- End of Exhibit El -
Page 26 of 33
16B10
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8
STATE OF Fl ORIDA DFPAAIMLNT OF TRANSPORTATION {"cult 725-000.07
PUBLIC TRANSPORTATION STRATLOIC
OLVELOPtAVNT
GRANT AGREEMENT EXHIBITS ;'/nlzs
Exhibit E2
PROGRAM SPECIFIC TERMS AND CONDITIONS - TRANSIT
(Exterior Vehicle Wrap, Tinting, Paint, Marketing, and Advertising)
This exhibit forms an integral part of the Agreement between the Department and the Agency.
1. Statutory Reference, Section 341,051(8), F.S. and Section 316.2954, F.S.
2. Statutory Compliance. In accordance with Section 341.051(8), F.S., as a condition of receiving funds
from the Department, a public transit provider may not expend Department funds for marketing or
advertising activities, including any wrap, tinting, paint, or other medium displayed, attached, or affixed on
a motor vehicle owned, leased, or operated by the public transit provider. Such vehicles on which
department funds are expended are limited to exterior vehicle wrap, tinting, paint, marketing, and
advertising displaying:
a. a brand or logo of the public transit provider,
b. the official seal of the jurisdictional 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 vehicle used by a public transit provider may not be darker than the legally allowed
tinting requirements provided in Section 316.2954, F.S.
- End of Exhibit E2-
Page 27 of 33
16B10
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8
STATE OF FLORIDA DEPARTM041 OF 1 RANSPOR TATION FOtm 121.000.02
PUBLIC TRANSPORTATION STRATEGIC
OEVSLOPMIENI
GRANT AGREEMENT EXHIBITS OGC tab
EXHIBIT E4
PROGRAM SPECIFIC TERMS AND CONDITIONS
(Energy Policy Goals Reporting)
This exhibit forms an integral part of the Agreement between the Department and the Agency.
z. Statutory Reference. Section 339.135(2)(c)4,F.S.and Section 377.601(3),F.S,
2. Statutory Compliance. Pursuant to Section 339.135(2)(c)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 in s. 311 09(1),F.S.
3. Agency Reporting Requirements.As a condition of receiving state funds from the Department,the Agency
shall attest in the section below whether the Agency has adopted or promoted energy policy goals
inconsistent with the State of Florida energy policy set forth in Section 377.601(3), F.S.:
The Agency HAS C]/HAS NO I adopted or promoted energy policy g o
Is inconsistent with the energy
policy of the State of Florida set forth in Section 377.601(3), F.S" l
a/d
-End of Exhibit E4-
Page 28 of 33
16B10
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8
STATr Or rr.(RInA nr.PAR mina Or IRANSPORtAT10N Ferm724.000 02
PUBLIC TRANSPORTATION BTRAT r.GIG
riFVFIpPMFNT
GRANT AGREEMENT EXHIBITS 41
Cif-'0.1
15
EXHIBIT F
Contract Payment Requirements
Florida Department of Financial Services,Reference Guide for State Expenditures
Cost Reimbursement Contracts
Invoices for cost reimbursement contracts must be supported by an itemized listing of expenditures by category(salary,
travel,expenses,etc.). Supporting documentation shall be submitted for each amount for which reimbursement is being
claimed indicating that the item has been paid. Documentation for each amount for which reimbursement is being
claimed must indicate that the item has been paid. Check numbers may be provided in lieu of copies of actual checks.
Each piece of documentation should clearly reflect the dates of service.Only expenditures for categories in the approved
agreement budget may be 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. If an individual for whom reimbursement is
being claimed is paid by the hour, a document reflecting the hours worked times the rate of pay will be
acceptable.
(2) Fringe Benefits: Fringe Benefits should be supported by invoices showing the amount paid on behalf of the
employee(e.g., insurance premiums paid). If the contract specifically states that fringe benefits will be based
on a specified percentage rather than the actual cost of fringe benefits,then the calculation for the fringe benefits
amount must be shown.
Exception:Governmental entities are not required to provide check numbers or 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. If nonexpendable property
is purchased using State funds, the contract should include a provision for the transfer of the property to the
State when services are terminated. Documentation must be provided to show compliance with Department of
Management Services Rule 60A-1.017, Florida 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) In-house charges: Charges which may be of an internal nature (e.g., postage, copies, etc.) may be
reimbursed on a usage log which shows the units times the rate being charged.The rates must be reasonable.
(6) Indirect costs If the contract specifies that indirect costs will be paid based on a specified rate, then the
calculation should be shown.
Contracts between state agencies,and/or contracts between universities may submit alternative documentation
to substantiate the reimbursement request that may be in the form of FLAIR reports or other detailed reports.
The Florida Department of Financial Services,online Reference Guide for State Expenditures can be found at
this web address: https://myfloridacfo com/dots-sf/accounting-and-auditina-
libraries/manuals/agencies/reference-guide-for-state-expenditures.pdf?sfvrsn=b4cc3337 6
Page 29 of 33
16B10
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8
STAtE Of FLORIOA OEPANI rar,'1 r OF TRANSPORTATION Form/16.000.02
PUBLIC TRANSPORTATION DE ST PLT►GNT
GRANT AGREEMENT EXHIBITS oos1on6
EXHIBIT H
AUDIT REQUIREMENTS FOR AWARDS OF FEDERAL FINANCIAL ASSISTANCE
FEDERAL_RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE AS FOLLOWS:
CFDA No.: 20.513
CFDA Title: Enhanced Mobility of Seniors and Individuals with Disabilities
"Award Amount: S625,/64
Awarding Agency: Florida Department of Transportation
Indirect Cost Rate: N/A
"'Award is for R&D: No
"The federal award amount may change with amendments
""Research and Development as defined at 2 CFR§200.87
FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE SUBJECT TO THE FOLLOWING
AUDIT REQUIREMENTS:
2 CFR Part 200—Uniform Administrative Requirements, Cost Principles&Audit Requirements for Federal Awards
www ecir.gov
FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT MAY ALSO BE SUBJECT TO THE
FOLLOWING:
Title 23—Highways,United States Code
http://u scode.hou se.gov/browse.xhtml
Title 49—Transportation, United States Code
htto://uscode.house.gov/browse.xhtml
Infrastructure Investment and Jobs Act(IIJA)(Public Law 117-58)
httpsa/www.congress.gov/117/bills/hr3684/BILLS-117hr3684enr pdf
Federal Highway Administration—Florida Division
www.fhwa.dot.gov/fIdiv
Federal Funding Accountability and Transparency Act(FFATA)Sub-award Reporting System(FSRS)
www.fsrs.gov
Page 30 of 33
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8 1 6 "' 1 0
•TATC Of f I.UftIDA OCI'Alt 1 RENT Of 110 NISFORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
UEI Confirmation
Page 31 of 33
16010
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8
/d.r,yxbrrsl as Jul it,10,l5M 12;05PM cowry Uf'<:rl IJr:k
£LSAMoov
COUNTY OF COLLIER
Unique Entity Ill CAGE/NCAGE Purpose of Registration
JWKJKYRPLLUB 3JFC7 All Awards
Registration Status Expkslon Date
Active Registration Jul 21;2024
Physical Address Mailing Address
3299 Tamiamr TRI.F 3299 Tamiami Trail E
STE 700 Suite 202
Naples,Florida 34112.5749 Naples,Florida 34112-5746
United States United States
Doing Business as Division Name Division Number
(blank) (blank) (blank)
Congressional District State!Country of Incorporation URL
Florida 19 (blank)I(blank) httpa:llwww,cofliercounlyfl.govl
Registration Dates
Activation Date Submission Date Initial Registration Date
Jul 23,2025 Jul 21,2025 Sep 23,2003
Entity Dates
Entity Start Date Fiscal Year Erd Close Date
May 8,1923 Sep 30
Immediate Owner
CAGE Legal Business Name
(blank) (blank)
Highest Level Owner
CAGE Legal Business Name
(blank) (blank)
Executive Compensation
Registrants in the System for Award Management(SAM)respond to the Executive Compensation questions in accordance with Section 6202 of
P.L.110.252,amending the Federal Funding Accountability and Transparency Act(P.L.109.282).This information is not displayed in SAM.It is
sent to USAsponding.gov for display in association with an eligible award.Maintaining an active registration in SAM demonstrates the registrant
responded to the questions.
Proceedings Questions
Registrants in the System for Award Management(SAM.gov)respond to proceedings questions in accordance with FAR 52.209.7,FAR 52.209-9,
or 2.C.F.R.200 Appendix XII.Their responses are displayed in the responsibility/qualification section of SAM.gov.Maintaining an active
registration in SAM.gov demonstrates the registrant responded to the proceedings questions.
lExofuslon Summary
Active Exclusions Records?
No
PM Search Authorization I
I authorize my entity's non-sensitive information to be displayed in SAM public search results
Yes
Business Types
Entity Structure Entity Type Organization Factors
U.S.Government Entity US Local Government (blank)
Profit Structure
(blank)
Jul Jo,2023 02:43rlJ PAI GAIT Page 32 of 3
hnpsa/saxn n9noiq•/JIMIXPRM.1.t/NrarrlMM?s,M ,,.+u +al! , , i
16B10
Docusign Envelope ID:78DF2BB6-E7F0-4235-AD43-6A7216C775B8
Lnrr ra,6a,r1 by/*Serer*&a fep an Ad 21,2023 at 11.011 PA!
OnuNIYOP ern 11,a
Soclo•Economic Types
Check the registrant's Reps&Corts,if present,under FAR 52,212.3 or FAR 52.219-1 to determine if the entity is an SBA•certified HUBTone small
business concern.Additional small business Information may bo found in the SBA's Dynamic Small Business Search If the entity completed the
SBA supplemental pages during registration
Government Types U.S,Local Government
County
Other Government Entities
Planning Commission
Accepts Credit Card Payments Debt Subject To Offset
No No
EFT Indicator CAGE Code
0000 3JFC7
111111111
Electronic Business
P. 3299 Tamianu Trail East
THERESE STANLEY,OMB GRANTS Sulto 201
COMPLIANCE MANAGER Naples,Florida 34112
United States
Christopher Johnson,OMB DIRECTOR 3299 tenuami Trail East
Suite 201
Naples,F iorida 34112
United Stales
Government Business
A 3299 Tamiaml Trail East
THERESE STANLEY,OMB GRANTS Suite 201
COMPLIANCE MANAGER Naples,Florida 34112
United States
Christopher Johnson,OMB DIRECTOR 3299 lamlarni Trait East
Suits 201
Naples,Florida 34 112
United States
NAICS Codes
Primary NAICS Codes NAICS Title
Yes 921190 Other General Government Support
This entity does not appear in the disaster response registry
Jul UT 2023 02:45.13 PMGMT
hilprit nn.1,rorkenrry9JwwKJKYRYILUekvnvfk,rohtr ur null p �21?,figo 33 of 3
16E310
ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP
TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO
THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE
Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office
at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later
than Monday preceding the Board meeting.
**NEW** ROUTING SLIP
Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the
exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office.
Route to Addressee(s)(List in routing order) Office Initials Date
1. County Attorney Office CAO /'�1) I /2 7 ,Z6
2. Board of County Commissioners Office BOCC C
t/vKi
3. Minutes and Records Clerk of Court's Office
/144/94#
4. Send via email to:
Caroline.Soto(u collier.gov
PRIMARY CONTACT INFORMATION
Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees
above,may need to contact staff for additional or missing information.
Name of Primary Staff Caroline Soto,Grants Coordinator 2885 S. Horseshoe Dr 252-6932
Contact/ Department
Agenda Date Item was 1/27/26 Agenda Item Number 16.B.10
Approved by the BCC
Type of Document (2) Resolutions & (2) Agreements Number of Original 1 each
Attached Documents Attached
PO number or account nn�^ U
number if document is NO-A( N/A Aato-bcs
to be recorded g4—ai5) ( —0)
INSTRUCTIONS & CHECKLIST
Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not
appropriate. (Initial) Applicable)
1. Does the document require the chairman's original signature STAMP OK CS
2. Does the document need to be sent to another agency for additional signatures? If yes, N/A
provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet.
3. Original document has been signed/initialed for legal sufficiency. (All documents to be CS
signed by the Chairman,with the exception of most letters,must be reviewed and signed
by the Office of the County Attorney.
4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A
Office and all other parties except the BCC Chairman and the Clerk to the Board
5. The Chairman's signature line date has been entered as the date of BCC approval of the CS
document or the final negotiated contract date whichever is applicable.
6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's CS
signature and initials are required.
7. In most cases(some contracts are an exception),the original document and this routing slip
should be provided to the County Attorney Office at the time the item is input into SIRE. CS
Some documents are time sensitive and require forwarding to Tallahassee within a certain
time frame or the BCC's actions are nullified. Be aware of your deadlines!
8. The document was approved by the BCC on 1i27i26 and all changes made during the N/A is not an
meeting have been incorporated in the attached document. The County Attorney's option for this
Office has reviewed the changes,if applicable. C GD line.
9. Initials of attorney verifying that the attached document is the version approved by the N/A is not an
BCC,all changes directed by the BCC have been made,and the document is ready for the ap option for this
Chairman's signature. line.
I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12
Docusign Envelope ID: 13B461DA-B41C-471A-A635-01870F4E0D29 16 B 10
Docuslgn Envelope ID:AFtetlDE83.72CC•43e5•AAE8•59AC407AtA04
STATE Of FLORIDA['CPA it Intl p r or 112ANSPOU TA ON Form 726-U00.01
PUBLIC TRANSPORTATION STRATEGIC
DEVELOPMENT
GRANT AGREEMENT oar,tare
Financial Project Number(s): Fund(s): DU FLAIR Category: 088774
(Om x.gmw+t-Pna+.,aN co) eg ry;
448810-2-84-23 Work Activity Code/Function; 215 Object Code: 780000
Federal Award Org.Code: SSW-tow:943
FL-2025-
Identification Number(FAIN).-Transit only 062 Vendor Number: F5960005580.9
Contract Number: b3037 _ Federal Award Date: 6/23/2025
CFDA Number: 20.513 Agency UEI Number: JWKJKYRPLLUC
CFDA Title: Enhanced Mobility of Seniors end Individuals with Disabilities
CSFA Number: N/A
CSFA Title: N/A ,.,___.
THIS PUBLIC TRANSPORTATION GRANT AGREEMENT ("Agreement.) is entered into
March 16, 2 , by and between the State of Florida, Department of Transportation,
("Department"), and Collier County Board of county Commissioners. ("Agency"). The Department and the
Agency are sometimes referred to in this Agreement as a"Party"and collectively as the"Parties."
NOW, THEREFORE, in consideration of the mutual benefits to be derived from joint participation on the
Project,the Parties agree to the following:
1. Authority. The Agency, by Resolution or other form of official authorization, a copy of which is attached
as Exhibit "D", Agency Resolution and made a part of this Agreement, has authorized its officers to
execute this Agreement on its behalf. The Department has the authority pursuant to Section(s)341,051,
Florida Statutes,to enter into this Agreement.
2. Purpose of Agreement. The purpose of this Agreement is to provide for the Department's participation
in using Federal Transit Administration(FTA) Section 5310,"Enhanced Mobility of Seniors and
Individuals with Disabilities"Program funds,which provides operating assistance LID to 50%, as further
described in Exhibit"A", Project Description and Responsibilities, attached and incorporated into
this Agreement("Project"), to provide Department financial assistance to the Agency, state the terms and
conditions upon which Department funds will be provided, and to set forth the manner in which the
Project will be undertaken and completed.
3. Program Area.For identification purposes only,this Agreement is implemented as part of the Department
program area selected below(select all programs that apply)•
_ Aviation
Seaports
X Transit
_ Intermodal
- Rail Crossing Closure
Match to Direct Federal Funding (Aviation or Transit)
(Note: Section 15 and Exhibit G do not apply to federally matched funding)
Other
4. Exhibits.The following Exhibits are attached and incorporated into this Agreement:
X Exhibit A: Project Description and Responsibilities
X Exhibit B: Schedule of Financial Assistarce
"Exhibit 81: Deferred Reimbursement Financial Provisions
'Exhibit 82:Advance Payment Financial Provisions
"Exhibit B3:Alternative Advanced Pay (Transit Bus Program)
`Exhibit C.Terms and Conditions of Construction
X Exhibit D: Agency Resolution
X Exhibit E: Program Specific Terms and Conditions
Page 1 of 32
16B10
Docusign Envelope ID: 13B461 DA-B41 C-471A-A635-D1870F4E0D29
Docuslgn Envelope ID'A1360DF83-72CC-43a5-AAE8.59AC407A1AD4
STATE OF FLORIDA DEPANTMENI 01 tRANSPORTAtiON FONIi Tt6.000.01
PUBLIC TRANSPORTATION 9TRATEOIC
DEVELOPMENT
GRANT AGREEMENT Dec rats
Exhibit El: Prohibition Based on Health Care Choices
Exhibit E2: Exterior Vehicle Wrap,Tinting, Paint, Marketing and Advertising(Transit)
_ Exhibit E3: Geoengineering and Weather Modification Reporting(Aviation)
Exhibit E4: Energy Policy Goals Reporting
X Exhibit F:Contract Payment Requirements
_ *Exhibit G:Audit Requirements for Awards of State Financial Assistance
'Exhibit H:Audit Requirements for Awards of Federal Financial Assistance
_ *Exhibit I: Certification of Disbursement of Payment to Vehicle and/or Equipment Vendor
"Additional Exhibit(s): UEI Confirmation
'Indicates 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. If the Agency does not complete the Project within this
time period,this Agreement will expire unless an extension of the time period is requested by the Agency
and granted in writing by the Department prior to the expiration of this Agreement. Expiration of this
Agreement will be considered termination of the Project. The cost of any work performed prior to the
Effective Date or after the expiration date of this Agreement will not be reimbursed by the Department.
a. _ If this box is checked the following provision applies:
Unless terminated earlier, work on the Project shall commence no later than the __.day of
or within days of the issuance of the Notice to Proceed for the construction phase of the
Project (if the Project involves construction), whichever date is earlier. The Department shall
have the option to immediately terminate this Agreement should the Agency fail to meet the
above-required dates.
7. Amendments, Extensions, and Assignment. This Agreement may be amended or extended upon
mutual written agreement of the Parties. This Agreement shall not be renewed. This Agreement shall not
be assigned. transferred, or otherwise encumbered by the Agency under any circumstances without the
prior written consent of the Department
8. Termination or Suspension of Project. The Department may, by written notice to the Agency, suspend
any or all of the Department's obligations under this Agreement for the Agency's failure to comply with
applicable law or the terms of this Agreement until such time as the event or condition resulting in such
suspension has ceased or been corrected.
a. Notwithstanding any other provision of this Agreement, if the Department intends to terminate
the Agreement, the Department shall notify the Agency of such termination in writing at least
thirty(30)days prior to the termination of the Agreement,with instructions to the effective date
of termination or specify the stage of work at which the Agreement is to be terminated.
b. The Parties to this Agreement may terminate this Agreement when its continuation would not
produce beneficial results commensurate with the further expenditure of funds. In this event,
the Parties shall agree upon the termination conditions.
c. If the Agreement is terminated before performance is completed, the Agency shall be paid
only for that work satisfactorily performed for which costs can be substantiated. Such payment,
however, may not exceed the equivalent percentage of the Department's maximum financial
assistance. If any portion of the Project is located on the Department's right-of-way, then all
work in progress on the Department right-of-way will become the property of the Department
and will be turned over promptly by the Agency
Page 2 of 32
Docusign Envelope ID: 13B461DA-B41C-471A-A635-D1870F4E0D29 �+ Ld
Ikxuslgn Envelope ID:A880DE83-72CC-43654AE8•59A0107A1AD4
STAFF Of TtOR10A DFP,ViT VENT OF TRA6sPONuATION ftm 726000.01
PUBLIC TRANSPORTATION STRATEGIC
GRANT AGREEMENT oEv SLOP OGCMwis
d. In the event the Agency fails to perform or honor the requirements and provisions of this
Agreement,the Agency shall promptly refund In full to the Department within thirty(30)days
of the termination of the Agreement any funds that were determined by the Department to
have been expended in violation of the Agreement.
e. The Department reserves the right to unilaterally cancel this Agreement for failure by the
Agency to comply with the Public Records provisions of Chapter 119, Florida Statutes.
9. Project Cost:
a. The estimated total cost of the Project is$250,00Q. 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 wntten 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
$125.000 and, the Department's participation in the Project shall not exceed 50.00% of the
total eligible cost of the Project, and as more fully described in Exhibit "B", Schedule of
Financial Assistance. The Agency agrees to bear all expenses in excess of the amount of
the Department's participation and any cost overruns or deficits involved,
10. Compensation and Payment:
a. Eligible Cost. The Department shall reimburse the Agency for allowable costs incurred as
described in Exhibit "A", Project Description and Responsibilities, and as set forth in
Exhibit"B",Schedule of Financial Assistance.
b. Deliverables. The Agency shall provide quantifiable, measurable, and verifiable units of
deliverables Each deliverable must specify the required minimum level of service to be
performed and the criteria for evaluating successful completion The Project and the
quantifiable, measurable, and verifiable units of deliverables are described more fully in
Exhibit"A", Project Description and Responsibilities. Modifications to the deliverables in
Exhibit "A", Project Description and Responsibilities requires a formal written
amendment
c. Invoicing. Invoices shall be submitted no more often than monthly by the Agency in detail
sufficient for a proper pre-audit and post-audit, based on the quantifiable, measurable, and
verifiable deliverables as established in Exhibit "A", Project Description and
Responsibilities. Deliverables and costs incurred must be received and approved by the
Department prior to reimbursement. Requests for reimbursement by the Agency shall include
an invoice, progress report, and supporting documentation for the deliverables being billed
that are acceptable to the Department. The Agency shall use the format for the invoice and
progress report that is approved by the Department.
d. Supporting Documentation.Supporting documentation must establish that the deliverables
were received and accepted in writing by the Agency and must also establish that the required
minimum standards or level of service to be performed based on the criteria for evaluating
successful completion as specified in Exhibit "A", Project Description and
Responsibilities has been met. All costs invoiced shall be supported by properly executed
payrolls, time records. invoices, contracts, or vouchers evidencing in proper detail the nature
and propriety of charges as described in Exhibit"F",Contract Payment Requirements.
e. Travel Expenses.The selected provision below is controlling regarding travel expenses'
Page 3 of 32
16B10
Docusign Envelope ID: 13B461DA-B41C-471A-A635-D1870F4E0D29
Docuslgn[nvelnpo ID AR600E83-72CC•4385-AAre-59AC407A1Ata4
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form i'111,000,01
PUBLIC TRANSPORTATION STRATEGIC
NT
GRANT AGREEMENT CEVELO auc ices
X Travel expenses are NOT eligible for reimbursement under this Agreement.
Travel expenses ARE eligible for reimbursement under this Agreement.Bills for travel
expenses specifically authorized in this Agreement shall be submitted on the Department's
Contractor Travel Form No. 300-000-06 and will be paid in accordance with Section 112.061,
Florida Statutes. and the most current version of the Department's Disbursement Handbook
for Employees and Managers.
f. Financial Consequences. Payment shall be made only after receipt and approval of
deliverables and costs incurred unless advance payments are authorized by the Chief
Financial Officer of the State of Florida under Chapters 215 and 216, Florida Statutes, or the
Department's Comptroller under Section 334.044(29), Florida Statutes. If the Department
determines that the performance of the Agency is unsatisfactory, the Department shall notify
the Agency of the deficiency to be corrected, which correction shall be made within a time-
frame to be specified by the Department.The Agency shall,within thirty(30)days after 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 If the corrective action plan is unacceptable to the Department, the Agency will
not be reimbursed. If the deficiency is subsequently resolved, the Agency may bill the
Department for the amount that was previously not reimbursed during the next billing period. If
the Agency is unable to resolve the deficiency, the funds shall be forfeited at the end of the
Agreement's term.
g. Invoice Processing. An Agency receiving financial assistance from the Department should
be aware of the following time frames Inspection or verification and approval of deliverables
shall take no longer than 20 days from the Department's receipt of the invoice. The
Department has 20 days to deliver a request for payment (voucher) to the Department of
Financial Services. The 20 days are measured from the latter of the date the invoice is
received or the deliverables are received, inspected or verified,and approved.
If a payment is not available within 40 days,a separate interest penalty at a rate as established
pursuant to Section 55.03(1), Florida Statutes, will be due and payable, in addition to the
invoice amount, to the Agency Interest penalties of less than one (1) dollar will not be
enforced unless the Agency requests payment. Invoices that have to be returned to an Agency
because of Agency preparation errors will result in a delay in the payment. The invoice
payment requirements do not start until a properly completed invoice is provided to the
Department.
A Vendor Ombudsman has been established within the Department of Financial Services.
The duties of this individual include acting as an advocate for Agency who may be
experiencing problems in obtaining timely payment(s) from a state agency. The Vendor
Ombudsman may be contacted at(850)413-5516.
h. Records Retention.The Agency shall maintain an accounting system or separate accounts
to ensure funds and projects are tracked separately.Records of costs incurred under the terms
of this Agreement shall be maintained and made available upon request to the Department at
all times during the period of this Agreement and for five years after final payment is made.
Copies of these records shall be furnished to the Department upon request. Records of costs
incurred include the Agency's general accounting records and the Project records, together
with supporting documents and records, of the Contractor and all subcontractors performing
work on the Project, and all other records of the Contractor and subcontractors considered
necessary by the Department for a proper audit of costs.
Page 4 of 32
16B10
Docusign Envelope ID: 13B461 DA-B41 C-471 A-A635-D 1870F4E0D29
Docusign Envelope ID:AHSODE83-72CC•4365•AAE8-59AC407A1AD4
STATE OF FL ORIDA nr#'ARTMr,r or TRANSPOR1AT1on Fonts 726.000•01
PUBLIC TRANSPORTATION STRATEGIC
OPMENT
GRANT AGREEMENT oEv EL
10n6
I. Progress Reports. Upon request, the Agency agrees to provide progress reports to the
Department in the standard format used by the Department and at intervals established by the
Department.The Department will be entitled at all times to be advised,at its request,as to the
status of the Project and of details thereof.
J. Submission of Other Documents. The Agency shall submit to the Department such data,
reports, records, contracts, and other documents relating to the Project as the Department
may require as listed in Exhibit"E", Program Specific Terms and Conditions attached to
and incorporated into this Agreement.
k, Offsets for Claims.If,after Project completion,any claim is made by the Department resulting
from an audit or for work or services performed pursuant to this Agreement, the Department
may offset such amount from payments due for work or services done under any agreement
that it has with the Agency owing such amount if, upon written demand,payment of the amount
is not made within 60 days to the Department. Offsetting any amount pursuant to this
paragraph shall not be considered a breach of contract by the Department.
I. Final Invoice. The Agency must submit the final invoice on the Project to the Department
within 120 days after the completion of the Project Invoices submitted after the 120-day time
period may not be paid.
m. Department's Performance and Payment Contingent Upon Annual Appropriation by the
Legislature, The Department's performance and obligation to pay under this Agreement is
contingent upon an annual appropriation by the Legislature. If the Department's funding for
this Project is in multiple fiscal years, a notice of availability of funds from the Department's
project manager must be received prior to costs being incurred by the Agency. See Exhibit
"B", Schedule of Financial Assistance for funding levels by fiscal year. Project costs
utilizing any fiscal year funds are not eligible for reimbursement if incurred prior to funds
approval being received The Department will notify the Agency, in writing, when funds are
available.
n. Limits on Contracts Exceeding $25,000 and Term more than 1 Year. In the event this
Agreement is in excess of$25,000 and has a term for a period of more than one year, the
provisions of Section 339.135(6)(a), Florida Statutes, are hereby incorporated:
"The Department, during any fiscal year, shall not expend money, incur any
liability,or enter into any contract which,by its terms,involves the expenditure
of money in excess of the amounts budgeted as available for expenditure
during such fiscal year. Any contract, verbal or written, made in violation of
this subsection is null and void, and no money may be paid on such contract.
The Department shall require a statement from the comptroller of the
Department that funds are available prior to entering into any such contract
or other binding commitment of funds. Nothing herein contained shall prevent
the making of contracts for periods exceeding 1 year, but any contract so
made shall be executory only for the value of the services to be rendered or
agreed to be paid for in succeeding fiscal years: and this paragraph shall be
incorporated verbatim in all contracts of the Department which are for an
amount in excess of$25,000 and which have a term for a period of more than
1 year."
o. Agency Obligation to Refund Department. Any Project funds made available by the
Department pursuant to this Agreement that are determined by the Department to have been
expended by the Agency in violation of this Agreement or any other applicable law or
regulation shall be promptly refunded in full to the Department.Acceptance by the Department
of any documentation or certifications,mandatory or otherwise permitted,that the Agency files
Page 5 of 32
16610
Docusign Envelope ID: 13B461 DA-B41 C-471A-A635-D1870F4E0D29
Uocusign Envelope ID:AB88DE83-72CC-1985-AAE8-59AC407A1AW
!TAT!OFPLORIOAOErni TurNrOF tR.NSPONto110N Form 726.000Ot
PUBLIC TRANSPORTATION STRATEGIC
GRANT AGREEMENT otvOGCte MPN s
shall not constitute a waiver of the Department's rights as the funding agency to verify all
information at a later date by audit or investigation.
p. Non-Eligible Costs. In determining the amount of the payment, the Department will exclude
all Project costs incurred by the Agency prior to the execution of 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 Responsibilities,
11. General Requirements. The Agency shall complete the Project with all practical dispatch in a sound,
economical, and efficient manner, and in accordance with the provisions in this Agreement and all
applicable laws.
a. Necessary Permits Certification. The Agency shall certify to the Department that the
Agency design consultant and/or construction contractor has secured the necessary permits.
b. Right-of-Way Certification.If the Project involves construction,then the Agency shall provide
to the Department certification and a copy of appropriate documentation substantiating that all
required right-of-way necessary for the Project has been obtained. Certification is required
prior to authorization for advertisement for or solicitation of bids for construction of the Project,
even if no right-of-way is required
c. Notification Requirements When Performing Construction on Department's Right-of-
Way. In the event the cost of the Project is greater than$250,000.00,and the Project involves
construction on the Department's right-of-way, the Agency shall provide the Department with
written notification of either its intent to'
i. Require the construction work of the Project that is on the Department's right-of-way
to be performed by a Department prequalified contractor,or
ii. Construct the Project utilizing existing Agency employees, if the Agency can
complete said Project within the time frame set forth in this Agreement.
d. _ If this box is checked,then the Agency is permitted to utilize its own forces and the following
provision applies: Use of Agency Workforce. In the event the Agency proceeds with any
phase of the Project utilizing its own forces,the Agency will only be reimbursed for direct costs
(this excludes general overhead)
e. X If this box is checked, then the Agency is permitted to utilize Indirect Costs:
Reimbursement for Indirect Program Expenses(select one):
i. X Agency has selected to seek reimbursement from the Department for actual indirect
expenses(no rate).
ii. _Agency has selected to apply a de minimus rate of 15% to modified total direct
costs. Note: The de minimus rate is available only to entities that have never had a
negotiated indirect cost rate. When selected, the de minimus rate must be used
consistently for all federal awards until such time the agency chooses to negotiate a
rate. A cost policy statement and de minimis certification form must be submitted to
the Department for review and approval.
Page e of 32
16B10
Docusign Envelope ID: 13B461DA-B41C-471A-A635-D1870F4E0D29
Docuelgn Envelope ID:A880(11:1.l2CC-4385-AAE8.59AC407A1Ap4
STATE Or rLORIOA DEPART'ACV OF 1ItANSPORTATION Carp 726.000.01
PUBLIC TRANSPORTATION STRATtorc
GRANT AGREEMENT ory ouc aM
. 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:
a. Approval of Third Party Contracts.The Department specifically reserves the right to review
and approve any and all third party contracts with respect to the Project before the Agency
executes or obligates itself in any manner requiring the disbursement of Department funds,
including consultant and purchase of commodities contracts, or amendments thereto. If the
Department chooses to review and approve third party contracts for this Project and the
Agency fails to obtain such approval, that shall be sufficient cause for nonpayment by the
Department. The Department specifically reserves unto itself the right to review the
qualifications of any consultant or contractor and to approve or disapprove the employment of
the same. If Federal Transit 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.II is understood and agreed by the
Parties hereto that participation by the Department in a project with the Agency, where said
project involves the purchase of commodities or contractual services where purchases or
costs exceed the Threshold Amount for CATEGORY TWO per Section 287.017, Florida
Statutes,is contingent on the Agency complying in full with the provisions of Section 287.057,
Florida Statutes. The Agency's Authorized Official shall certify to the Department that the
Agency's purchase of commodities or contractual services has been accomplished in
compliance with Section 287.057, Florida Statutes. It shall be the sole responsibility of the
Agency to ensure that any obligations made in accordance with this Section comply with the
current threshold limits. Contracts, purchase orders,task orders,construction change orders,
or any other agreement that would result in exceeding the current budget contained in Exhibit
"B", Schedule of Financial Assistance,or that is not consistent with the Project description
and scope of services contained in Exhibit"A", Project Description and Responsibilities
must be approved by the Department prior to Agency execution. Failure to obtain such
approval, and subsequent execution of an amendment to the Agreement if required, shall be
sufficient cause for nonpayment by the Department, in accordance with this Agreement.
c. Consultants' Competitive Negotiation Act. It is understood and agreed by the Parties to
this Agreement that participation by the Department in a project with the Agency,where said
project involves a consultant contract for professional services, is contingent on the Agency's
full compliance with provisions of Section 287.055,Florida Statutes,Consultants'Competitive
Negotiation Act. In all cases, the Agency's Authorized Official shall certify to the Department
that selection has been accomplished in compliance with the Consultants' Competitive
Negotiation Act.
d. Disadvantaged Business Enterprise (DBE) Policy and Obligation. It is the policy of the
Department that DBEs, as defined in 49 C.F.R. Part 26, as amended, shall have the
opportunity to participate in the performance of contracts financed in whole or in part with
Department funds under this Agreement. The DBE requirements of applicable federal and
Page 7 of 32
Docusign Envelope ID: 13B461DA-B41C-471A-A635-D1870F4E0D29 v�-+ O
t)ocusign Envelope ID:AB80DE83-72CC-4385•AAE8-59AC407A1A04
fTATi of FLORIDA DEPARTMENT OR TRANSPORTATION rnrnn 78 .000.01
PUBLIC TRANSPORTATION sTRATiac
er
GRANT AGREEMENT DrvELop 000Ions
state laws and regulations apply to this Agreement. The Agency and Its contractors agree to
ensure that DBEs have the opportunity to participate in the performance of this Agreement.
In this regard, all recipients and contractors shall take all necessary and reasonable steps in
accordance with applicable federal and state laws and regulations to ensure that the DBEs
have the opportunity to compete for and perform contracts. The Agency and its contractors
and subcontractors shall not discriminate on the basis of race, color, national origin or sex in
the award and performance of contracts,entered pursuant to this Agreement.
13. Maintenance Obligations.In the event the Project includes construction or the acquisition of commodities
then the following provisions are incorporated into this Agreement:
a. The Agency agrees to accept all future maintenance and other attendant costs occurring after
completion of the Project for all improvements constructed or commodities acquired as part of
the Project. The terms of this provision shall survive the termination of this Agreement.
14. Sale,Transfer,or Disposal of Department-funded Property:
a. The Agency will not sell or otherwise transfer or dispose of any part of its title or other
interests in real property,facilities,or equipment funded in any part by the Department under
this Agreement without prior written approval by the Department.
b. If a sale,transfer,or disposal by the Agency of all or a portion of Department-funded real
property, facilities, or equipment is approved by the Department, the following provisions will
apply.
i. The Agency shall reimburse the Department a proportional amount of the proceeds
of the sale of any Department-funded property.
ii. The proportional amount shall be determined on the basis of the ratio of the
Department funding of the development or acquisition of the property multiplied
against the sale amount, and shall be remitted to the Department within ninety(90)
days of closing of sale.
iii. Sale of property developed or acquired with Department funds shall be at market
value as determined by appraisal or public bidding process,and the contract and
process for sale must be approved in advance by the Department.
iv. If any portion of the proceeds from the sale to the Agency are non-cash
considerations, reimbursement to the Department shall include a proportional
amount based on the value of the non-cash considerations.
c. The terms of provisions"a"and"b"above shall survive the termination of this Agreement.
i. The terms shall remain in full force and effect throughout the useful life of facilities
developed,equipment acquired, or Project items installed within a facility, but shall
not exceed twenty(20)years from the effective date of this Agreement.
ii. There shall be no limit on the duration of the terms with respect to real property
acquired 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.
•
Page 8 of 32
16B10
Docusign Envelope ID: 13B461 DA-B41 C-471 A-A635-D 1870F4E0D29
n:!t!i! !wn!•:,.;II) ,^,,A;t1iik83.12CC.4885-AAE8-59AC407AIA04
STATE OF FLORIDA DIPAR!Mr NT OF►iIANSPOr rATION form 721.0000
PUBLIC TRANSPORTATION STRATEti!i:
GRANT AGREEMENT 0e1 oacions
Federal Funded:
a. In addition to reviews of audits conducted in accordance with 2 CFR Part 200, Subpart F —
Audit Requirements, monitoring procedures may include but not be limited to on-site visits by
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. In the event the Agency expends a total amount of Federal awards equal to or in
excess of the threshold established by 2 CFR Part 200, Subpart F — Audit
Requirements, the Agency must have a Federal single or program-specific audit
conducted for such fiscal year in accordance with the provisions of 2 CFR Part 200,
Subpart F—Audit Requirements. Exhibit "H", Audit Requirements for Awards of
Federal Financial Assistance, to this Agreement provides the required Federal
award identification information needed by the Agency to further comply with the
requirements of 2 CFR Part 200, Subpart F —Audit Requirements. In determining
Federal awards expended in a fiscal year, the Agency must consider all sources of
Federal awards based on when the activity related to the Federal award occurs,
including the Federal award provided through the Department by this Agreement.The
determination of amounts of Federal awards expended should be in accordance with
the guidelines established by 2 CFR Part 200, Subpart F —Audit Requirements. An
audit conducted by the State of Florida Auditor General in accordance with the
provisions of 2 CFR Part 200, Subpart F — Audit Requirements, will meet the
requirements of this part.
ii. In connection with the audit requirements, the Agency shall fulfill the requirements
relative to the auditee responsibilities as provided in 2 CFR Part 200, Subpart F —
Audit Requirements.
iii. In the event the Agency expends less than the threshold established by 2 CFR Part
200, Subpart F—Audit Requirements, in Federal awards, the Agency is exempt from
Federal audit requirements for that fiscal year However, the Agency must provide a
single audit exemption statement to the Department at
FDOTSineleAuditf dot.state.fl.us no later than nine months after the end of the
Agency's audit period for each applicable audit year.In the event the Agency expends
less than the threshold established by 2 CFR Part 200, Subpart F — Audit
Requirements, in Federal awards in a fiscal year and elects to have an audit
conducted in accordance with the provisions of 2 CFR Part 200, Subpart F —Audit
Requirements,the cost of the audit must be paid from non-Federal resources(i.e.,the
cost of such an audit must be paid from the Agency's resources obtained from other
than Federal entities).
iv. The Agency must electronically submit to the Federal Audit Clearinghouse (FAC) at
https://harvester.census gov/facweb/ the audit reporting package as required by 2
CFR Part 200, Subpart F—Audit Requirements,within the earlier of 30 calendar days
after receipt of the auditor's report(s)or nine months after the end of the audit period.
Page 9 of 32
1 6 B 1 0
Docusign Envelope ID: 13B461DA-B41C-471A-A635-D1870F4E0D29
UoCUstgn t:nvetope ID:Ai kJ,)t413-72CC-4365-AAE8•59AC407A1A04
STam hf fl oiiOA DEPARTMENT Of TRANSPORTATION krm 7Y8 GOEt
PUBLIC TRANSPORTATION STRATEGIC
GRANT AGREEMENT DEVEoacaiRIS
The FAC is the repository of record for audits required by 2 CFR Part 200, Subpart F
—Audit Requirements. However,the Department requires a copy of the audit reporting
package also be submitted to FDOTSinaleAudittfa4dot.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.
v. Within six months of acceptance of the audit report by the FAC, the Department will
review the Agency's audit reporting package, including corrective action plans and
management letters, to the extent necessary to determine whether timely and
appropriate action on all deficiencies has been taken pertaining to the Federal award
provided through the Department by this Agreement. If the Agency falls to have an
audit conducted in accordance with 2 CFR Part 200,Subpart F—Audit Requirements,
the Department may impose additional conditions to remedy noncompliance. If the
Department determines that noncompliance cannot be remedied by imposing
additional conditions, the Department may take appropriate actions to enforce
compliance,which actions may include but not be limited to the following:
1. Temporarily withhold cash payments pending correction of the deficiency by
the Agency or more severe enforcement action by the Department;
2. Disallow(deny both use of funds and any applicable matching credit for) all
or part of the cost of the activity or action not in compliance;
3. Wholly or partly suspend or terminate the Federal award;
4. Initiate suspension or debarment proceedings as authorized under 2 C.F.R.
Part 180 and Federal awarding agency regulations (or in the case of the
Department, recommend such a proceeding be initiated by the Federal
awarding agency);
5. Withhold further Federal awards for the Project or program;
6. Take other remedies that may be legally available
vi. As a condition of receiving this Federal award,the Agency shall permit the Department
or its designee, the CFO, or State of Florida Auditor General access to the Agency's
records,including financial statements,the independent auditor's working papers,and
project records as necessary. Records related to unresolved audit findings, appeals,
or litigation shall be retained until the action is complete or the dispute is resolved,
vii. The Department's contact information for requirements under this part is as follows:
Office of Comptroller, MS 24
605 Suwannee Street
Tallahassee, Florida 32399-0450
FDOTSingleAuditc dot.state.ft.us
State Funded:
a. In addition to reviews of audits conducted in accordance with Section 215.97,Florida Statutes,
monitoring procedures to monitor the Agency's use of state financial assistance may include
but not be limited to on-site visits by Department staff and/or other procedures, including
reviewing any required performance and financial reports, following up, ensuring corrective
action, and issuing management decisions on weaknesses found through audits when those
findings pertain to state financial assistance awarded through the Department by this
Agreement By entering into this Agreement,the Agency agrees to comply and cooperate fully
with any monitoring procedures/processes deemed appropriate by the Department. The
Agency further agrees to comply and cooperate with any inspections, reviews, investigations,
or audits deemed necessary by the Department, the Department of Financial Services(DFS),
or State of Florida Auditor General,
Page 10 of 32
16B10
Docusign Envelope ID: 13B461 DA-B41 C-471A-A635-D1870F4E0D29
I J.;,„,;I;I nvelope ID:At35OOE83-72CC-4385-AAF8511AC407A1AD4
STATE Of FLORIDA DEPA;TMFn r or T i;n•,si'ORTATION Korm 710.000.01
PUBLIC TRANSPORTATION STRATEGIC
GRANT AGREEMENT DEVE0°D�an
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:
In the event the Agency meets the audit threshold requirements established by
Section 215.97, Florida Statutes, the Agency must have a State single or project-
specific audit conducted for such fiscal year in accordance with Section 215,97,
Florida Statutes; applicable rules of the Department of Financial Services; and
Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit
organizations),Rules of the Auditor General. Exhibit"G",Audit Requirements for
Awards of State Financial Assistance,to this Agreement indicates state financial
assistance awarded through the Department by this Agreement needed by the
Agency to further comply with the requirements of Section 215,97, Florida Statutes.
In determining the state financial assistance expended in a fiscal year, the Agency
shall consider all sources of state financial assistance, including state financial
assistance received from the Department by this Agreement, other state agencies,
and other nonstate entities. State financial assistance does not include Federal direct
or pass-through awards and resources received by a nonstate entity for Federal
program matching requirements
In connection with the audit requirements, the Agency shall ensure that the audit
complies with the requirements of Section 215.97(8), Florida Statutes.This includes
submission of a financial reporting package as defined by Section 215.97(2)(e),
Florida Statutes, and Chapters 10.550 (local governmental entities) or 10 650
(nonprofit and for-profit organizations), Rules of the Auditor General.
ill. In the event the Agency does not meet the audit threshold requirements established
by Section 215.97, Florida Statutes, the Agency is exempt for such fiscal year from
the state single audit requirements of Section 215.97,Florida Statutes, However,the
Agency must provide a single audit exemption statement to the Department at
FDOTSineleAuditOldot.slatell.us no later than nine months after the end of the
Agency's audit period for each applicable audit year. In the event the Agency does
not meet the audit threshold requirements established by Section 215,97, Florida
Statutes, in a fiscal year and elects to have an audit conducted in accordance with
the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid
from the Agency's resources(i.e., the cost of such an audit must be paid from the
Agency's resources obtained from other than State entities).
iv. In accordance with Chapters 10.550 (local governmental entities) or 10.650
(nonprofit and for-profit organizations), Rules of the Auditor General, copies of
financial reporting packages required by this Agreement shall be submitted to:
Florida Department of Transportation
Office of Comptroller, MS 24
605 Suwannee Street
Tallahassee, Florida 32399-0405
FDOTSineleAuditc dot.state.fl.us
And
State of Florida Auditor General
Local Government Audits/342
111 West Madison Street, Room 401
Tallahassee, FL 32399-1450
Email flaudgen localgovt@a aud.state.fl.us
Page 11 of 32
16B10
Docusign Envelope ID: 13B461 DA-B41 C-471A-A635-D1870F4E0D29
florusigliEnvelope ID A13600E83.72CC•4385-AAE8-59AC407AtAD4
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 726400.01
PUBLIC TRANSPORTATION STRATEGIC
DEVELOPMENT
GRANT AGREEMENT nne ions
v. Any copies of financial reporting packages, reports, or other information required to
be submitted to the Department shall be submitted timely in accordance with 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.
vi. The Agency, when submitting financial reporting packages to the Department for
audits done in accordance with Chapters 10.550 (local governmental entities) or
10.850(nonprofit and for-profit organizations), Rules of the Auditor General, should
indicate the date the reporting package was delivered to the Agency in
correspondence accompanying the reporting package
vii. Upon receipt, and within six months, the Department will review the Agency's
financial reporting package, Including corrective action plans and management
letters, to the extent necessary to determine whether timely and appropriate
corrective action on all deficiencies has been taken pertaining to the state financial
assistance provided through the Department by this Agreement. If the Agency fails
to have an audit conducted consistent with Section 215.97, Florida Statutes, the
Department may take appropriate corrective action to enforce compliance.
viii. As a condition of receiving state financial assistance, the Agency shall permit the
Department or its designee, DES, or the Auditor General access to the Agency's
records, Including financial statements, the independent auditor's working papers,
and project records as necessary Records related to unresolved audit findings,
appeals, or litigation shall be retained until the action is complete or the dispute Is
resolved.
c. The Agency shall retain sufficient records demonstrating its compliance with the terms of this
Agreement for a period of five years from the date the audit report is issued and shall allow
the Department or its designee, DFS, or State of Florida Auditor General access to such
records upon request The Agency shall ensure that the audit working papers are made
available to the Department or its designee, DFS, or State of Florida Auditor General upon
request for a period of five years from the date the audit report is issued, unless extended in
writing by the Department.
16. Notices and Approvals.Notices and approvals referenced in this Agreement must be obtained in writing
from the Parties'respective Administrators or their designees
17. Restrictions, Prohibitions, Controls and Labor Provisions:
a. Convicted Vendor List.A person or affiliate who has been placed on the convicted vendor
list following a conviction for a public entity crime may not submit a bid on a contract to provide
any goods or services to a public entity; may not submit a bid on a contract with a public entity
for the construction or repair of a public building or public work;may not submit bids on leases
of real property to a public entity; may not be awarded or perform work as a contractor,
supplier, subcontractor, or consultant under a contract with any public entity; and may not
transact business with any public entity in excess of the threshold amount provided in Section
287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of
being placed on the convicted vendor list.
b. Discriminatory Vendor List. In accordance with Section 287.134, Florida Statutes,an entity
or affiliate who has been placed on the Discriminatory Vendor List, kept by the Florida
Department of Management Services, may not submit a bid on a contract to provide goods or
services to a public entity; may not submit a bid on a contract with a public entity for the
Page 12 of 32
16B1O
Docusign Envelope ID: 13B461DA-B41C-471A-A635-D1870F4E0D29
DocusIpn Envelope ID:ABe0DE83.72CC•4385-AAE8-59AC407AMAD4
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form T2S.0OD QI
PUBLIC TRANSPORTATION STRATEGIC
DEVELOPMENT
GRANT AGREEMENT ow:Tons
construction or repair of a public building or public work;may not submit bids on leases of real
properly 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.
e. Unauthorized Aliens. The Department shall consider the employment by any contractor of
unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If
the contractor knowingly employs unauthorized aliens, such violation will be cause for
unilateral cancellation of this Agreement.
f. Procurement of Construction Services. If the Project is procured pursuant to Chapter 255,
Florida Statutes,for construction services and at the time of the competitive solicitation for the
Project, 50 percent or more of the cost of the Project is to be paid from state-appropriated
funds, then the Agency must comply with the requirements of Section 255.0991, Florida
Statutes
g. E-Verify. The Agency shall:
i. 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.
Page 13 of 32
16B10
Docusign Envelope ID: 13B461 DA-B41 C-471A-A635-D1870F4E0D29
Docusign Envelope HD:AB60DE83.72CC•4365.AAE8-59AC407A1AD4
STATE OF Ft.ORItA OkPARtMHNTOF TRANSPORTATION Form7lb-000At
PUBLIC TRANSPORTATION sTRATcoic
GRANT AGREEMENT aeveoacMoni
Pursuant to Section 216.1366, F.S.,the term:
I. "Officer'means a chief executive officer,chief financial officer,chief operating officer,
or any other position performing and equivalent function.
ii. "Remuneration"means all compensation earned by or awarded to personnel,whether
paid or accrued, regardless of contingency,including bonuses, accrued paid time off,
severance payments,incentive payments,contributions to a retirement plan or in-kind
payments, reimbursements, or allowances for moving expenses, vehicles and other
transportation,telephone services, medical services,housing and meals,
III. "State Funds"means funds paid from the General Revenue Fund or any state trust
fund,funds allocated by the Federal Government and distributed by the state, or
funds appropriated by the Federal Government and distributed by the state,or funds
appropriated by the state for distribution through any grant program. The term does
not include funds used for the Medicaid program.
I. Design Services and Construction Engineering and Inspection Services, If the Project is
wholly or partially funded by the Department and administered by a local governmental
entity, except for a seaport listed in Section 311.09, Florida Statutes,or an airport as defined
in Section 332.004, Florida Statutes,the entity performing design and construction
engineering and inspection services may not be the same entity.
18. Indemnification and Insurance:
a. It is specifically agreed between the Parties executing this Agreement that it is not intended
by any of the provisions of any part of this Agreement to create in the public or any member
thereof, a third party beneficiary under this Agreement, or to authorize anyone not a party to
this Agreement to maintain a suit for personal injuries or property damage pursuant to the
terms or provisions of this Agreement, The Agency guarantees the payment of all just claims
for materials, supplies, tools, or labor and other just claims against the Agency or any
subcontractor, in connection with this Agreement Additionally, the Agency shall indemnify,
defend, and hold harmless the State of Florida, Department of Transportation, including the
Department's officers and employees, from liabilities,damages, losses,and costs, including,
but not limited to, reasonable attorney's fees, to the extent caused by the negligence,
recklessness, or intentional wrongful misconduct of the Agency and persons employed or
utilized by the Agency in the performance of this Agreement. This indemnification shall
survive the termination of this Agreement. Additionally, the Agency agrees to include the
following indemnification in all contracts with contractors/subcontractors and
consultants/subconsultants who perform work in connection with this Agreement:
'To the fullest extent permitted by law, the Agency's contractor/consultant shall indemnify,
defend,and hold harmless the Agency and the State of Florida,Department of Transportation,
including the Department's officers and employees, from liabilities, damages, losses and
costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the
negligence, recklessness or intentional wrongful misconduct of the contractor/consultant and
persons employed or utilized by the contractor/consultant in the performance of this
Agreement.
This indemnification shall survive the termination of this Agreement."
b. The Agency shall provide Workers' Compensation Insurance in accordance with Florida's
Workers' Compensation law for all employees. If subletting any of the work, ensure that the
subcontractor(s) and subconsultant(s) have Workers' Compensation Insurance for their
employees in accordance with Florida's Workers' Compensation law. If using leased
employees" or employees obtained through professional employer organizations ("PEO's`),
ensure that such employees are covered by Workers' Compensation Insurance through the
Page 14 of 32
16B10
Docusign Envelope ID: 13B461DA-B41C-471A-A635-D1870F4E0D29
Docusign Envelopa it);AB60DE83-72CC-4385-AAE8.59AC407AIAD4
STATE Of PIORIDA DEPARTA1rNt Or TRANSPORTATION I nrnl 12$.OO,oi
PUBLIC TRANSPORTATION STRATEGIC
DEVELOPMENT
GRANT AGREEMENT OCIC 10+r6
PEO's or other leasing entities. Ensure that any equipment rental agreements that include
operators or other personnel who are employees of independent contractors, sole
proprietorships, or partners are covered by insurance required under Florida's Workers'
Compensation law.
c. If the Agency elects to self-perform the Project,then the Agency may self-insure. If the Agency
elects to hire a contractor or consultant to perform the Project,then the Agency shall carry,or
cause its contractor or consultant to carry, Commercial General Liability insurance providing
continuous coverage for all work or operations performed under this Agreement. Such
insurance shall be no more restrictive than that provided by the latest occurrence form edition
of the standard Commercial General Liability Coverage Form(ISO Form CG 00 01) as filed
for use in the State of Florida. The Agency shall cause,or cause its contractor or consultant
to cause, the Department to be made an Additional Insured as to such insurance. Such
coverage shall be on an"occurrence"basis and shall include Products/Completed Operations
coverage The coverage afforded to the Department as an Additional Insured shall be primary
as to any other available insurance and shall not be more restrictive than the coverage
afforded to the Named Insured. The limits of coverage shall not be less than $1,000,000 for
each occurrence and not less than a $5,000,000 annual general aggregate, inclusive of
amounts provided by an umbrella or excess policy. The limits of coverage described herein
shall apply fully to the work or operations performed under the Agreement, and may not be
shared with or diminished by claims unrelated to the Agreement.The policy/ies and coverage
described herein may be subject to a deductible and such deductibles shall be paid by the
Named Insured. No policylies or coverage described herein may contain or be subject to a
Retention or a Self-Insured Retention unless the Agency is a state agency or subdivision of
the State of Florida that elects to self-perform the Project. Prior to the execution of the
Agreement, and at all renewal periods which occur prior to final acceptance of the work, the
Department shall be provided with an ACORD Certificate of Liability Insurance reflecting the
coverage described herein. The Department shall be notified in writing within ten days of any
cancellation, notice of cancellation, lapse, renewal, or proposed change to any policy or
coverage described herein. The Department's approval or failure to disapprove any policy/ies,
coverage, or ACORD Certificates shall not relieve or excuse any obligation to procure and
maintain the insurance required herein, nor serve as a waiver of any rights or defenses the
Department may have.
d, When the Agreement includes the construction of a railroad grade crossing,railroad overpass
or underpass structure, or any other work or operations within the limits of the railroad right-
of-way, including any encroachments thereon from work or operations in the vicinity of the
railroad right-of-way, the Agency shall, or cause its contractor to. in addition to the insurance
coverage required above, procure and maintain Railroad Protective Liability Coverage(ISO
Form CG 00 35)where the railroad is the Named Insured and where the limits are not less
than $2,000,000 combined single limit for bodily injury and/or property damage per
occurrence,and with an annual aggregate limit of not less than$6,000,000. The railroad shall
also be added along with the Department as an Additional Insured on the policy/ies procured
pursuant to the paragraph above. Prior to the execution of the Agreement, and at all renewal
periods which occur prior to final acceptance of the work,both the Department and the railroad
shall be provided with an ACORD Certificate of Liability Insurance reflecting the coverage
described herein. The insurance described herein shall be maintained through final
acceptance of the work. Both the Department and the railroad shall be notified in writing within
ten days of any cancellation, notice of cancellation,renewal,or proposed change to any policy
or coverage described herein. The Department's approval or failure to disapprove any
policy/ies, coverage, or ACORD Certificates shall not relieve or excuse any obligation to
procure and maintain the insurance required herein, nor serve as a waiver of any rights the
Department may have.
e. 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 Insured on the
Commercial General Liability policy/ies procured above.
Page 15 of 32
Docusign Envelope ID: 13B461DA-B41C-471A-A635-D1870F4E0D29 ! B O
Uocusign Envelope ID:AB6OUE83-72CC-4365-AAE8-58AC407A1A04
STATE OF FLORIDA DEPARTMENT OF 1RANSPONTA11tlN Form 116.000.01
PUBLIC TRANSPORTATION aTRAreoic
lFVFI OPAIFNT
GRANT AGREEMENT oc:+wa
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. In no event shall the making by the Department of any payment
to the Agency constitute or be construed as a waiver by the Department of any breach of
covenant or any default which may then exist on the part of the Agency and the making of
such payment by the Department,while any such breach or default shall exist,shall in no way
impair or prejudice any right or remedy available to the Department with respect to such breach
or default.
c. Severability. If any provision of this Agreement is held invalid, the remainder of this
Agreement shall not be affected. In such an instance, the remainder would then continue to
conform to the terms and requirements of applicable law.
d. Agency not an agent of Department. The Agency and the Department agree that the
Agency, its employees, contractors, subcontractors, consultants,and subconsultants are not
agents of the Department as a result of this Agreement.
e. Bonus or Commission. By execution of the Agreement, the Agency represents that it has
not paid and, also agrees not to pay, any bonus or commission for the purpose of obtaining
an approval of its application for the financing hereunder.
f. Non-Contravention of State Law. Nothing in the Agreement shall require the Agency to
observe or enforce compliance with any provision or perform any act or do any other thing in
contravention of any applicable state law. If any of the provisions of the Agreement violate any
applicable state law, the Agency will at once notify the Department in writing so that
appropriate changes and modifications may be made by the Department and the Agency to
the end that the Agency may proceed as soon as possible with the Project.
g. Execution of Agreement. This Agreement may be executed in one or more counterparts,
each of which shall be deemed an original, but all of which shall constitute the same
Agreement. A facsimile or electronic transmission of this Agreement with a signature on behalf
of a party will be legal and binding on such party.
h. Federal Award Identification Number(FAIN). If the FAIN is not available prior to execution
of the Agreement, the Department may unilaterally add the FAIN to the Agreement without
approval of the Agency and without an amendment to the Agreement. If this occurs, an
updated Agreement that includes the FAIN will be provided to the Agency and uploaded to the
Department of Financial Services' Florida Accountability Contract Tracking System(FACTS).
i. Inspector General Cooperation. The Agency agrees to comply with Section 20.055(5),
Florida Statutes, and to incorporate in all subcontracts the obligation to comply with Section
20.055(5), Florida Statutes
j. Law,Forum,and Venue.This Agreement shall be governed by and construed in accordance
with the laws of the Stale of Florida. In the event of a conflict between any portion of the
contract and Florida law, the laws of Florida shall prevail. The Agency agrees to waive forum
Page 16 of 32
16B10
Docusign Envelope ID:13B461DA-B41C-471A-A635-D1870F4E0D29
Docusign Envelope ID:AB60DE83-72CC-4385 AAE6-59AC407A1AD4
STATE OF FLORIDA DEPARTMENT DE TRANSPORTATION Form i21.000.01
PUBLIC TRANSPORTATION STRATIOIC
GRANT AGREEMENT Dsv OGCMO ie
and venue and that the Department shalt determine the forum and venue in which any dispute
under this Agreement is decided.
IN WITNESS WHEREOF, the Parties have executed this Agreement on the day and year written above,
AGENCY Collier County Board of County STA—X4:11.01014rORNDA,DEPARTMENT OF TRANSPORTATION
Commiss Aptrs—
By:
t—E4FD-you qQ 7...
Name. Nicole E. Mills, P.E.
Dan Kowa!, Chairman Title: Director of Transportation Development
•
STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
• o Legal Review:
o �DocuSIgned by:
DC.
CLERK
•/ t t $37Bi-08120 84D8.. '
)`^ o; Clerk Don Conway, Senior Attorney
Attest . • Chal ti '
,re'only ` •
signc24 '..:.'.•'• M1
►t IN)
.-
Page Page'I/of 32
Docusign Envelope ID: 13B461DA-B41C-471A-A635-D1870F4E0D29 • o
Docusign Envelope In:ABBODE83.72CC-4385-AAE8-69A0107AtAD4
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION P ml18000.02
PUBLIC TRANSPORTATION STRATEGIC
DEVELOPMENT
GRANT AGREEMENT EXHIBITS 10/:6
EXHIBIT A
Project Description and Responsibilities
A.Project Description(description of Agency's project to provide context,description of project components funded
via this Agreement(if not the entire project)): This project will use Federal Transit Administration(FTA)Section 5310,
"Enhanced Mobility of Seniors and Individuals with Disabilities"program funds for the Agency's eligible operating
expenses associated with the Agency's provision of transit service(s), transit service(s)that exceed(s)the
requirements of the Americans with Disabilities Act of 1990,project activity(ies)under this Agreement that improve
access to fixed-route public transit service(s),services(s)that decrease individuals with disabilities'reliance on
complementary paratransit service(s), and/or provision of alternative service(s)to public transportation service(s)that
assist seniors and individuals with disabilities to fulfill their transportation needs in the Large Urban Area of Collier
County, Florida as identified in the Agency's annual grant application(s)on file with the Department.The list of eligible
activities above is per the most current and as amended FTA 5310 Circular,which is intended to be illustrative, not
exhaustive. The FTA encourages recipients to develop innovative solutions to meet the needs of the seniors and
individuals with disabilities in their communities.
B. Project Location (limits,city,county, map)'. Urbanized Area of Collier County, Florida
C.Project Scope(allowable costs:describe project components, improvement type/service type,approximate
timeline, project schedule,project size): Operating assistance provides origin to destination(door-to-door)paratransit
service to enhance the mobility of seniors and persons with disabilities. This service will provide users with paratransit
services within the urbanized area of Collier County, allowing users to reach employment opportunities, healthcare
services, and other essential destinations.
D.Deliverable(s) When submitting an invoice for reimbursement the Agency must submit the invoice using the FDOT
Transit Operating Invoice Form.The Agency will provide appropriate documentation to support all costs being
submitted for reimbursement.
The Agency must submit a Progress Report with each invoice submitted utilizing the FDOT Project Monitoring Status
Report. If invoicing is delayed,a quarterly report must still be provided.
The project scope identifies the ultimate project deliverables. Deliverables for requisition, payment and invoice
purposes will be the incremental progress made toward completion of project scope elements. Supporting
documentation will be quantifiable,measurable,and verifiable,to allow for a determination of the amount of
incremental progress that has been made, and provide evidence that the payment requested is commensurate with
the accomplished incremental progress and costs incurred by the Agency.
E. Unallowable Costs(including but not limited to): Expenses created from third party contracts which were not
approved by the Florida Department of Transportation in accordance with Article 12 of this document.
F.Transit Operating Grant Requirements (Transit Only):
Transit Operating Grants billed as an operational subsidy will require an expenditure detail report from the Agency that
matches the invoice period. The expenditure detail, along with the progress report,will be the required deliverables for
Transit Operating Grants. Operating grants may be issued for a term not to exceed three years from execution.The
original grant agreement will include funding for year one. Funding for years two and three will be added by
amendment as long as the grantee has submitted all invoices on schedule and the project deliverables for the year
have been met.
Page 18 of 32
16B10
Docusign Envelope ID: 13B461DA-B41C-471A-A635-D1870F4E0D29
newt sign Envelope ID:AB60DE83-72CC-4365•AAE8.59AC407AIAD4
Olnu :.0 III IIH'I!F l'Aft1R:I:N7 7F II::J.>11.;T:.71.rt:
f 01'11 725.000'0:
PUBLIC TRANSPORTATION sranlfcll:
OLVlLOP.Ii-N
GRANT AGREEMENT EXHIBITS occ 10
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:
Financial FLAIR State Object CSFA/
Project Fund Category Fiscal Code CFDA CSFAICFDA Title or Funding
Number Type Year Number Funding Source Description Amount
448810-2.84-23 DU 088774 2026 780000 ( 20.513 Enhanced Mobility of Seniors and Individuals $125 000 00
with Disabilities
Total Financial Assistance $125,000,00
B. Operations Phase -Estimate of Project Costs by Budget Category:
Budget Categories
State Local Federal Total
Operations (Transit Orrly)
Sa!arles _ $0 $0 S0 $0
Fringe Benefits $0 $0 30 $0
Contractual Services $0 $125,000 $125,000 $250,000
Travel $0 $0 $0 $0
Other Direct Costs $0 $0 $0 $0
Indirect Costs $0 $0 $0 $0
Totals S0 $125,000 $125,000 $250,000
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
�( Quarterly
Other:
basis upon the approval of the deliverables including the expenditure detail provided by the Agency.
Scope Code and/or Activity 80 09 01
Line Item(ALI)(Transit Only)
Common Name/UZA Name Urbanized Area of Bonita Springs
(Transit On_y)
BUDGET/COST ANALYSIS CERTIFICATION AS REQUIRED BY SECTION 216.3475, FLORIDA STATUTES:
t 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 file
evidencing the methodology used and the conclusions reached.
Victoria U thegrove
Depaartmennt Grant Manager Name
theLvtitt,Uplltcty>tmte. 11/24/2025 12:05 PM EST
Date
Page 19 of 32
16B10
Docusign Envelope ID: 13B461DA-B41C-471A-A635-D1870F4E0D29
0ocuslgn Envelope ID:ArR800E83-72C0-4385-AAE8.59AC407A1AD4
STATE or Ft ORIOA DEPARTMENT OF TRANSPORTA uMN Form 720.000.01
PUBLIC TRANSPORTATION sTRATBow
ORVOLOPMENT
GRANT AGREEMENT EXHIBITS oaCT0r1c
EXHIBIT D
AGENCY RESOLUTION
PLEASE SEE ATTACHED
Page 20 of 32
16B10
Docusign Envelope ID: 13B461DA-B41C-471A-A635-D1870F4E0D29
RESOLUTION NO. 2026-30
A RESOLUTION BY THE BOARD OF COUNTY COMMISSIONERS,
COLLIER COUNTY, FLORIDA, APPROVING AND AUTHORIZING: ITS
CHAIRMAN TO EXECUTE A SECTION 5310 PUBLIC
TRANSPORTATION GRANT AGREEMENT WITH THE STATE OF
FLORIDA DEPARTMENT OF TRANSPORTATION FOR GRANT
FUNDING FOR PARATRANSIT OPERATING ASSISTANCE. (FPN
448810-2-84-23)
WHEREAS, the State of Florida Department of Transportation (FDOT) is willing to
enter into a Section 5310 Public Transportation Grant Agreement (the"Agreement")with Collier
County, wherein FDOT will reimburse Collier County up to the sum of$125,000 (One Hundred
Twenty-Five Thousand Dollars), with a 50% local match from Collier County in the amount of
$125,000 resulting in a total amount of$250,000.00 (Two Hundred Fifty Thousand Dollars) for
Paratransit operating assistance(FPN 448810-2-84-23);and
WHEREAS, the Collier County Board of County Commissioners finds that the
Agreement is in the public interest and benefits the citizens of Collier County.
NOW THEREFORE, BE IT RESOLVED by the Board of County Commissioners of
Collier County, Florida, that:
1. The Board approves and authorizes its Chairman to sign the Agreement pertaining to 1'I'N 448810-
2-84-23,as well as any required certification and assurances related therewith.
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 27 day of 7A„1,41 ,2026,
ATTEST• 2r4 c. BOARD OF COUNTY COMMISSIONERS
CRYSTA K..K INZ,L Clerk OF COLLIER COUNTY, FLORIDA
By: (/(1&/LA By: ~-'r
Attest. ;4a cr.r:,ems Deputy Clerk Dan Kowal, airman
sign roly. . .
Approved as.ttPfb'l h and legality:
Courtney L. DaSilva, Assistant County Attorney CO
11411.4
Page 1 of 1
16B10
Docusign Envelope ID: 13B461DA-B41C-471A-A635-D1870F4E0D29
0ocusign Cnvetnpn I0 Ar3800E83.72CC-4385-AAE8-59AC407A1 A04
STATE OF F LORIOA OF PANTMLN T tlF TRANSPOR TAM/4 Form TEI000412
PUBLIC TRANSPORTATION STRATEGIC
OEVELGAMUNT
GRANT AGREEMENT EXHIBITS par Iaas
EXHIBIT E
PROGRAM SPECIFIC TERMS AND CONDITIONS— TRANSIT
(Section 5310: Enhanced Mobility of Seniors 8, Individuals with Disabilities)
This exhibit forms an integral part of the Agreement between the Department and the Agency,
The Agency,as the"subreci ient",shall comply with all applicable federal laws,regulations,and requirements,and
p PY pP 9 � q ,
should follow applicable federal guidance as outlined in the current FTA Master Agreement and 2 CFR Part 200,
including but not limited to:
1. Conformance with Enabling Legislation.This Agreement is in conformance with Section 5310 of the
Federal Transit Act of 1991, 49 U.S.0 5310,as amended, and Section 341.051(1)(a), F.S.
2. Alcohol Misuse and Prohibited Drug Use. The Agency shall establish and implement anti-drug and alcohol
misuse prevention programs in accordance with the terms of 49 CFR 655,49 U.S.C, 5331,and 49 CFR 40.
3. Adherence to Certifications and Assurances. The Agency shall ensure adherence with all federally
required certifications and assurances made in its application to the Department for Section 5310 funds.
4. FTA Compliance. The Agency shall at all times comply with all applicable FTA regulations, policies,
procedures and directives, including without limitation those listed directly or by reference in the Master
Agreement between the FDOT and FTA, as they may be amended or promulgated from time to time during
the term of this contract. Failure to comply shall constitute a material breach of this contract.
5. Nondiscrimination. The Agency assures the project will be completed in accordance with all applicable
requirements imposed by or issued pursuant to 49 U.S.C. 5332,42 U.S.C. 2000(d),and 49 CFR 21, and
understands that this assurance extends to its entire facility and to facilities operated in connection with the
project.
6. Seat Belt Use.The Agency agrees to implement Executive Order No. 13043,"Increasing Seat Belt Use in the
United States,"23 U.S.C. §402.
7. Distracted Driving.The Agency agrees to comply with Executive Order No. 13513,"Federal Leadership on
Reducing Text Messaging While Driving,"23 U.S.C. §402 note and U.S. DOT Order 902 10,"Text Messaging
While Driving and the U.S. DOT Special Provision pertaining to Distracted Driving.
8. Charter Service.The Agency agrees to comply with 49 U.S.0 5323(d) (g)and(r)and 49 CFR 604, and any
other federal Charter Service regulations,which provide that recipients and subrecipients of FTA assistance
are prohibited from providing charter service using federally funded equipment or facilities if there is at least
one private charter operator willing and able to provide the service, except under one of the exceptions at 49
CFR 604.9 Any charter service provided under one of the exceptions must be"incidental," i.e., it must not
interfere with or detract from the provision of mass transportation.
9. School Bus Operations.Pursuant to 69 U.S.C. 5323(f)and 49 CFR 605, the Agency may not engage in
school bus operations exclusively for the transportation of students and school personnel in competition with
private school bus operators, unless qualified under specified exemptions. When operating exclusive school
bus service under an allowable exemption, subrecipients may not use federally funded equipment,vehicles,or
facilities.
10. Disadvantaged Business Enterprises(DBE).This grant is subject to the requirements of Title 49, Code of
Federal Regulations, Part 26,Participation by Disadvantaged Business Enterprises in Department of
Page 21 of 32
16B10
Docusign Envelope ID: 13B461 DA-B41 C-471A-A635-D1870F4E0D29
Docusign Envelope ID:Ab6ODC83-72CC-438s.AAEA-59AC407A1 A114
StA II I LORIDA IMPARTMENT OF TRANSPORTATION Form/4400041
PUBLIC TRANSPORTATION STRATEGIC
OiVSLOPMENT
GRANT AGREEMENT EXHIBITS 00C104$
Transportation Financial Assistance Proyrarns, The Agency must complete biannual DBE reports and submit
them to the Department by May 1 and November 1 annually.
11, Buy America.The Agency agrees to comply with Buy America requirements outlined in 49 U.S.C. 5323(j)and
49 CFR 661,if using the funds granted under this agreement for rolling stock purchases.The recipient also
agrees to comply with the pre-award and post-delivery requirements outlined In 49 CFR 661.12,
12. Clean Air Act and Water Acts.The Agency agrees to comply with all applicable standards, orders or
regulations issued pursuant to the Clean Air Act(42 U.S.C.7401-7671q)and the Federal Water Pollution
Control Act, (33 U.S.C. §§ 1251 —1388), as amended, if the agreement exceeds$150,000.
13. Anti-Lobbying.The Agency agrees to comply with the requirements pursuant to Byrd Anti-lobbying
Amendment,31 U.S.C. 1352(b)(5)and 49 CFR 20,Appendix A. U.S. DOT regulations,"New Restrictions on
Lobbying,"49 CFR Part 20, to the extent consistent with 31 U.S.C.§1352,as amended and other applicable
federal laws, regulations,requirements,and guidance prohibiting the use of federal assistance for any activity
concerning legislation or appropriations designed to influence the U.S.Congress or a state legislature.
14. Bonding Requirements.If this agreement is for a construction project over$250,000,the recipient must
adhere to FTA's bonding requirements 2 CFR 200.326 as outlined in the Best Practices Procurement Manual,
15. Solid Wastes. Where the purchase price of the item exceeds$10.000 or the value of the quantity acquired
during the preceding fiscal year exceeded $10,000,the Agency agrees to comply with all the requirement of
Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act,
49 U.S.C. 6962, as amended, including but not limited to the regulatory provisions of 40 CFR 247,and
Executive Order 12873,as they apply to the procurement of the items designated in Subpart B of 40 CFR 247.
Sample language can be found in the Department's"Procurement Guidance for Transit Agencies."
16. Employee Relations (Davis-Bacon Act and Copeland Anti-Kickback Act).The Agency agrees to comply
with the Davis-Bacon Act and Copeland Anti-kickback Acts as codified at 40 U.S.C. 3141 et seq. and 18
U.S.C.874 for any agreement exceeding$100,000. Sample language can be found in the Department's
"Procurement Guidance for Transit Agencies."
17. Employee Relations (Contract Work Hours and Safety Standards).For any contract over$100,000 the
Agency agrees to comply with the Contract Work Hours and Safety Standards Act, codified at 40 U,S.C.3701
et seq
18. Breaches and Dispute Resolution.The Agency agrees to include"Breaches and Dispute Resolution"
language in all third-party agreements in compliance with 2 CFR 200 and FTA Circular 4220,1E or subsequent
revisions
19. Transit Employee Protective Agreements.The Agency agrees to comply with the Transit Employee
Protective Agreements, as codified in 49 U.S.C. 5310 and 29 CFR 215.
20. Compliance with FTA Terms and Conditions.The Agency shall not perform any act,fail to perform any act,
or refuse to comply with any FDOT requests which would cause the Agency to be in violation of the FTA terms
and conditions.
21. Public Body Non-CTC Recipients.An Agency may receive 5310 funds when the Community Transportation
Coordinator(CTC) in the county is a private-for-profit entity. When the Agency accepts the 5310 funding,
enters into a contract/PTGA with the Department, and then contracts with the CTC to provide enhanced
mobility of seniors and individuals with disabilities in the same service area in which the CTG is providing non-
sponsored trips for the Commission for the Transportation Disadvantaged (CTD),then the non-sponsored
Page 22 of 32
16B1 0
Docusign Envelope ID: 13B461 DA-B41 C-471A-A635-D1870F4E0D29
Docusign rnvelnpn ID:At3HQDE:83•72CC-4385•AAff•59AC4n1 iAr1•s
STATE OF Ft Ca A niwoomrNtOFIRAN.r.'rtTAr:::N ram726.000.02
PUBLIC TRANSPORTATION STRATF010
OEVELOPMINT
GRANT AGREEMENT EXHIBITS oCc1a76
human service transportation grant funds will be considered as eligible match for the 5310 funds.The Agency
will be responsible for ensuring that the CTC meets all the requirements associated with the federal funds.The
Agency will be responsible for ensuring that all dollars provided as match were for public transportation eligible
trips. The public body must keep financial records that substantiate the eligibility of the match being provided
and make that documentation available to the Department on request.
22, Annual Performance Measures Report. The Agency will submit an Annual Performance Measures Report.
The Annual Performance Measures Report is due by January 31 of each year. The annual report will include
both quantitative and qualitative information as available on each of the following measures:
a) Gaps in Service Filled: Provision of transportation options that would not otherwise be available for
seniors and individuals with disabilities,measured in numbers of seniors and individuals with disabilities
afforded mobility they would not have without program support as a result of traditional Section 5310
projects implemented in the current reporting year.
b) Ridership: Actual or estimated number of rides (as measured by one-way trips) provided annually for
seniors or individuals with disabilities on Section 5310 supported vehicles and services as a result of
traditional Section 5310 projects implemented in the current reporting year.
23. Transit Vehicle Inventory Management. The Agency will follow the Department's Transit Vehicle Inventory
Management Procedure(725-030-025),which outlines the requirements for continuing management control,
inventory transfer and disposal actions. This procedure pertains ONLY to capital procurements of rolling stock
using the FTA Section 5310,Section 5311 Section 5339 programs as the funding source,or where the
Department participates in 50%or more of the public transit vehicle's purchase price. This may include
vehicles purchased under the State Transit Block Grant Program, State Transit Corridor Program, State
Transit Service Development Program,or other applicable Departmental programs.
Item 24 below is applicable to Sub-recipients that receive both,Section 5310 and 5311 funds.
24. Annual Safety Certification,When the Agency receives Section 5310 and Section 5311 funds, in
accordance with Section 341.061, F.S.,and Rule 14-90, Florida Administrative Code,the Agency shall submit,
and the Department shall have on file,an annual safety certification stating that the Agency has adopted and
is complying with its adopted System Safety and Security Program Plan and has performed annual safety
inspections of all buses operated.
Item 25 below is applicable to Sub-recipients that receive Section 5310 funds ONLY
25. Delivery of Service Performance Requirements.The Agency shall maintain a Transportation Operating
Procedure(TOP)consistent with the template provided by the Department. The TOP must address minimum
performance requirements related to service delivery for the following:
a) Vehicle maintenance
b) Minimum qualifications and training for drivers
c) Safety standards
d) Accident notification,and
e► Substance abuse management.
Failure to comply with the TOP will result in a requirement by the Department that the Agency develop a
corrective action plan, to be approved by the Department. Failure by the Agency to achieve and maintain
compliance may require the Department funded transportation services to cease operations. If the Department
finds that a threat to public safety exists, the Department shall require all Department funded transportation
services to cease operations.
26. Reporting of Complaints,Grievances,and Resolutions. The Agency must have an identified complaint and
grievance process on file and must report to the Department on a quarterly basis all reported complaints,
grievances, and resolutions.
Page 23 of 32
16B10
Docusign Envelope ID: 13B461 DA-B41 C-471A-A635-D1870F4E0D29
Docusign Envelope ID At3600E83-72CC-4365•AA[8-59AC407A1A04
STATE OF FLORIDA OEPARIMFNI Or TRANSPORTATPON FOm1726.000.02
PUBLIC TRANSPORTATION STRATEGIC
OSVELOPMSNT
GRANT AGREEMENT EXHIBITS ooc ions
27. Agreements with contractors or subcontractors. Pursuant to Section 341.041, F.S.,the above Delivery of
Service Performance Requirement and Reporting of Complaints, Grievances, and Resolutions, must be
included in any agreement between the Agency and such entity's contractors or subcontractors that provide
paratransit services.
--End of Exhibit E—
Page 24 of 32
16B10
Docusign Envelope ID: 13B461 DA-B41 C-471 A-A635-D 1870F4E0D29
Docualgn Enveelopa ID:ABR0DE83-72CC•4385-AAE8.59AC407A1AD4
STATE Of FLOP,'n 1, r;,It'anNI of 1RANSPORTATION ForeT21.000•02
PUBLIC TRANSPORTATION STRATEGIC
DEVELOPMENT
GRANT AGREEMENT EXHIBITS COc 1w2�
Exhibit El
PROGRAM SPECIFIC TERMS AND CONDITIONS
(Prohibition on Discrimination Based on Health Care Choices)
This exhibit forms an integral part of the Agreement between the Department and the Agency.
1. Statutory Reference. Section 339.08, F.S. and Section 381.00316, F.S.
2. Statutory Compliance. Pursuant to Section 339.08, F.S., the Department may not expend state funds
to support a project or program of certain entities if the entity is found to be in violation of Section
381.00316, F.S. The Department shall withhold state funds until the entity is found to be in compliance with
Section 381.00316, F.S. This shall apply to any of the following entities:
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 in s. 311.09(1), F.S.
- End of Exhibit El -
Page 25 of 32
16B10
Docusign Envelope ID: 13B461DA-B41C-471A-A635-D1870F4E0D29
Onrusign Fnvnlopet In:AB80DE83-72CC•4365-AAE8-59AC407AIAD4
STATE OF FLORIDA DEPARTMEN I rOrm H2a-000,02
PUBLIC TRANSPORTATION STRATEGIC
DEYSLOPMINT
GRANT AGREEMENT EXHIBITS ooc+wia
Exhibit E2
PROGRAM SPECIFIC TERMS AND CONDITIONS -TRANSIT
(Exterior Vehicle Wrap, Tinting, Paint, Marketing, and Advertising)
This exhibit forms an integral part of the Agreement between the Department and the Agency.
1. Statutory Reference. Section 341.051(8), F.S. and Section 316.2954, F.S.
2, Statutory Compliance. In accordance with Section 341.051(8), F.S., as a condition of receiving funds
from the Department, a public transit provider may not expend Department funds for marketing or
advertising activities, including any wrap, tinting, paint, or other medium displayed, attached,or affixed on
a motor vehicle owned, leased, or operated by the public transit provider. Such vehicles on which
department funds are expended are limited to exterior vehicle wrap, tinting, paint, marketing, and
advertising displaying:
a. a brand or logo of the public transit provider,
b. the official seal of the jurisdictional 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 vehicle used by a public transit provider may not be darker than the legally allowed
tinting requirements provided in Section 316.2954, F.S.
- End of Exhibit E2-
Page 26 of 32
16B10
Docusign Envelope ID: 13B461 DA-B41 C-471 A-A635-D 1870F4E0D29
Doeusipn Envelope ID:At180DE83.72CC•4385•AAE8.59AC407A1At)4
STATE OF Ft.OR'A 1,1 4;Ut t n•!'.I OF TRANSPORTATION FOnn 71S,000.O1
PUBLIC TRANSPORTATION STRATEGIC
OEVEIOPMENt
GRANT AGREEMENT EXHIBITS oscla76
EXHIBIT E4
PROGRAM SPECIFIC TERMS AND CONDITIONS
(Energy Policy Goals Reporting)
This exhibit forms an integral part of the Agreement between the Department and the Agency.
i. Statutory Reference.Section 339.135(2X04,F.S.and Section 377.601(3),F.S.
2. Statutory Compliance.Pursuant to Section 339.135(2)(c)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 in s. 311.09(1),F.S.
3. Agency Reporting Requirements.As a condition of receiving state funds from the Department,the Agency
shall attest in the section below whether the Agency has adopted or promoted energy policy goals
inconsistent with the State of Florida energy policy set forth in Section 377.601(3), F.S.:
The Agency HAS E7/HAS NOT, adopted or promoted energy po c goals inconsistent with the energy
policy of the State of Florida set forth in Section 377.601(3).-F . j I oR L.(
—End of Exhibit E4—
Page 27 of 32
16B10
Docusign Envelope ID: 13B461DA-B41C-471A-A635-D1870F4E0D29
I)oc►'sign Envelope ID•AF160)E83•72CC-4365-AAE8-59Ac407AIAl 1
STATE OP%ORINA OFr'ARrMtNT ur IRANSPOR1A IION Form 7214:100.01
PUBLIC TRANSPORTATION STRATEGIC
OEVELOPMINT
GRANT AGREEMENT EXHIBITS ooctorn
EXHIBIT F
Contract Payment Requirements
Florida Department of Financial Services, Reference Guide for State Expenditures
Cost Reimbursement Contracts
Invoices for cost reimbursement contracts must be supported by an itemized listing of expenditures by category(salary,
travel,expenses,etc.). Supporting documentation shall be submitted for each amount for which reimbursement is being
claimed indicating that the item has been paid. Documentation for each amount for which reimbursement is being
claimed must indicate that the item has been paid, Check numbers may be provided in lieu of copies of actual checks.
Each piece of documentation should clearly reflect the dates of service.Only expenditures for categories in the approved
agreement budget may be 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. If an individual for whom reimbursement is
being claimed is paid by the hour, a document reflecting the hours worked times the rate of pay will be
acceptable.
(2) Fringe Benefits: Fringe Benefits should be supported by invoices showing the amount paid on behalf of the
employee (e.g., insurance premiums paid). If the contract specifically states that fringe benefits will be based
on a specified percentage rather than the actual cost of fringe benefits,then the calculation for the fringe benefits
amount must be shown
Exception: Governmental entities are not required to provide check numbers or 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.If nonexpendable property
is purchased using State funds, the contract should include a provision for the transfer of the property to the
State when services are terminated. Documentation must be provided to show compliance with Department of
Management Services Rule 60A-1.017, Florida 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) In-house charges: Charges which may be of an internal nature (e.g., postage, copies, etc) may be
reimbursed on a usage log which shows the units times the rate being charged.The rates must be reasonable
(6) Indirect costs If the contract specifies that indirect costs will be paid based on a specified rate, then the
calculation should be shown.
Contracts between state agencies, and/or contracts between universities may submit alternative documentation
to substantiate the reimbursement request that may be in the form of FLAIR reports or other detailed reports.
The Florida Department of Financial Services,online Reference Guide for State Expenditures can be found at
this web address: https://myfloridacfo.corn/docs-sf/accountinq-and-auditinq-
libraries/manuals/agencies/reference•quide-for-state-expenditures.pdf?sfvrsn=b4cc3337 6
Page 28 of 32
16B10
Docusign Envelope ID: 13B461 DA-B41 C-471A-A635-D1870F4E0D29
Docusign Envelope la A880DE83-72CC-4385-AAE8-59AC4O7AlA04
STATE Or r t ORIOA DEPARTMENT Or 1RANSVORhV IUN fowl T96.000.02
PUBLIC TRANSPORTATION STRATEGIC
OEVE60VMONT
GRANT AGREEMENT EXHIBITS ooc Boras
EXHIBIT H
AUDIT REQUIREMENTS FOR AWARDS OF FEDERAL FINANCIAL ASSISTANCE
FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENJ ARE AS FOLLOWS:.
CFDA No.: 20,513
CFDA Title: Enhanced Mc:'•Ii:y of Seniors and Individuals with Disabilities
"Award Amount: $125,000
Awarding Agency: Florida Department of Transportation
Indirect Cost Rate: N/A
"Award is for R&D: No
'The federal award amount may change with amendments
"Research and Development as defined at 2 CFR§200.87
FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE SUBJECT TO THE FOLLOWING
AUDIT REQUIREMENTS:
2 CFR Part 200—Uniform Arirrn'istiFlt ye Requirements, Cost Principles& Audit Requirements for Federal Awards
www.ecfr qov
FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT MAY ALSO BE SUBJECT TO THE
FOLLOWING:
title 23—Highways, United States Code
http://uscode.house.gov/browse.xhtml
Title 49—Transportation, United States Code
http://uscode house.aov/browse.xhtml
Infrastructure Investment and Jobs Act(IIJA)(Public Law 117-58)
https://www.conq ress.qov/117/bills/h r3684/BILLS-117 h r3684en r.pdf
Federal Highway Administration—Florida Division
www.fhwadot.gov/Ildiv
Federal Funding Accountability and Transparency Act(FFATA)Sub-award Reporting System(FSRS)
www.fsrs.gov
Page 29 of 32
16B10
Docusign Envelope ID: 13B461 DA-B41C-471A-A635-D1870F4E0D29
Docusign Envelope ID:A880DE83.72CC-4385•AAEB•59AC407A1 AD4
STATE OF FtORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
UEI Confirmation
Pogo 30 of 32
Docusign Envelope ID:13B461DA-B41C-471A-A635-D1870F4E0D29 1 6 B 1 0
tnr i.n Gerd M.Tker.orSr,rnln on Julll JtJ)al ItfM Ail CY)UNIY Oh'COL/M?
tloctisign Envelope ID:AB80DE83.72CC-4365 AAi i1 mlAt:it l'/,11AU4
NISAM,00r
COUNTY OF COLLIER
Unique Entity ID c;AC,_i NCAGE Purpose of Registration
JWKJKYRPLLUB 3JFC7 All Awards
Registration Status Expiration Date
Active Registration Jul 21,2026
Physical Address Mailing Address
3299 Tamiaml TRL E 3299 Tamiami Trail E
STE 700 Suite 202
Naples,Florida 34112.5749 Naples,Florida 34112.5746
United States United States
'-
Doing Business as Division Name Division Nut num
(blank) (blank) (blank)
Congressional District State I Country of incorporation URI
Florida 19 (blank)I(blank) hops:llwww.coliiercountyfl.govr
Registration Dates
Activation Date Submission Date Inginl Registration Date
Jul 23,2025 Jul 21,2025 Sep 23,2003
Entity Dates
Entity Start Date Fiscal Year End Close Date
May 8,1923 Sep 30
Immediate Owner
CAGE Legal Business Name
(blank) (blank)
Highest Level Owner
CAGE Legal Business Name
(blank) (blank)
Executive Compensation
Registrants in the System for Award Management(SAM)respond to the Executive Compensation questions in accordance with Section 6202 of
P.L.110.252,amending the Federal Funding Accountability and Transparency Act(P.L.109-282).This information is not displayed in SAM.It is
sent to USAspending.gov for display in association with an eligible award.Maintaining an active registration in SAM demonstrates the registrant
responded to the questions.
Proceedings Questions
Registrants in the System for Award Management(SAM gov)respond to proceedings questions in accordance with FAR 52.209.7,FAR 52.209-9,
or 2.C.F.R.200 Appendix XII.Their responses are displayed in the responsibility/qualification section of SAM.gov.Maintaining an active
registration In SAM.gov demonstrates the registrant responded to the proceedings questions.
Active Exclusions Records?
No
I authorize my entity's non sensitive information to be displayed in SAM p.rblic search results:
Yes
Business Types
Entity Structure Entity Type Organization Factors
U.S.Government Entity US Local Government (blank)
Profit Structure
(blank)
(ki 29.201512:15:14I'lIGAI1'Arlps;!/snm.g ./entirt/J1rKJKrR1'I.I.UM.,rlhanhfntru•nn11 !L r IP oage 31 of 3
16BIO
Docusign Envelope ID: 13B461DA-B41C-471A-A635-D1870F4E0D29
Lncr...:,,i db :I:...•it'Jaerle,OK AI J1.gals*11:06PA1
Docusign Enveloptl ID:ABGD0!_83-72CC-4365-AAE8-50AC407A1AD4 GVUhtY(r r»altdk
Socio•EconomIc Types
Check the registrant's Reps g Certs,if present,under FAR 52,212.3 or FAR 52.219.1 to determine If the entity Is an SBA•certified HUBZone small
business concern,Additional small business Information may be found In the SRA's Dynamic Small Business Search if the entity completed the
SBA supplemental pages during registration.
Government Types
U,S,Local Government
County
Other Government Entities
Planning Commission
IPP�aliiia `n .
Accepts Credit Curd Payments Debt Subtect To Offset
No No
EFT Indicator
CAGE Code '--�-----0000
3JEC7
1Points of Contac
Electronic business
3299 Tamiarni Trail East
THERESE STANLEY,OMB GRANTS Suite 201
COMPLIANCE MANAGER
Naples,Florida 34112
United States
Christopher Johnson,OMB DIRECTOR 3299 Tamisrni tral East
Sults 201
Naples,Florida 34112
United Sales
Government Business
THERESE STANLEY,OMB GRANTS 3299 Tamiaini Trail East
Suite 201
COMPLIANCE MANAGER
Naples,Florida 34112
United States
Christopher Johnson,OMB DIRECTOR an..) :"semi lra!East
wn'201
Naples,Florida 34112
limMd Stales
Service Classifications
NAICS Codes
Primary NAICS Codes NAICS Title
Yea 921190 Other General Government Support
This entity does not appear in the disaster response registry
Oct 19.101511::13:l1 l'A0 GAIT
32 of 3
drips://mrn K)R
.gorktuit/lIVK P1J.UMkorrpmr?smnrt wrrdt
l;,Kt. F?pge