Agenda 03/24/2026 Item #16G 2 (Resolution - Approving and authorizing the execution of Amendment No. 3 to Public Transportation Grant Agreement (PTGA) 452976-1-94-01,Contract No. G2J23, with the Florida Department of Transportation)3/24/2026
Item # 16.G.2
ID# 2026-402
Executive Summary
Recommendation to adopt a Resolution approving and authorizing the execution of Amendment No. 3 to Public
Transportation Grant Agreement (PTGA) 452976-1-94-01, Contract No. G2J23, with the Florida Department of
Transportation to add twelve (12) months to the current expiration date of June 30, 2026, making the new expiration date
June 30, 2027, for Security Enhancements at the Immokalee Regional Airport.
OBJECTIVE: To purchase and install Security Enhancements (automated vehicle gate and cameras) at the Immokalee
Regional Airport (IMM).
CONSIDERATIONS: On June 13, 2023, Agenda Item 16.G.4, the Board of County Commissioners (the "Board"),
sitting as the Collier County Airport Authority (Authority), accepted a Public Transportation Grant Agreement (PTGA)
452976-1-94-01, Contract No. G2J23, with the Florida Department of Transportation (FDOT) in the amount of
$194,500 for the Purchase and Installation of Security Enhancements at the Immokalee Regional Airport. The original
estimated project budget was $243,125.
On May 27, 2025, Agenda Item 16.G.1, the Board approved Amendment No. 1 to the Agreement to provide for an
additional 12 months of time before expiration. The original expiration date was June 30, 2025, and the revised
expiration date is June 30, 2026.
On December 9, 2025, Agenda Item 16.G.1, the Board approved Amendment 2 to the Agreement to provide additional
FDOT funding in the amount of $52,700, increasing the FDOT share from $194,500 to $247,200. The current budget is
set at $309,000 with 80% contributed from the FDOT PTGA at $247,200 and 20% from budgeted local funds of
$61,800.
The project is currently in procurement to begin the advertisement for the bidding process and it will be difficult to
complete the project before the current expiration date of June 30, 2026. FDOT is willing to authorize an additional
twelve (12) months to complete this project and has provided Amendment No. 3 for Board approval to add this time to
the project. Amendment 3 will add twelve (12) months to the current expiration date of June 30, 2026, making the new
expiration date June 30, 2027.
This item is consistent with the Collier County Strategic Plan under Responsible Governance and safeguarding the
taxpayer money by promoting fiscal stewardship and sound budget oversight. In addition, under Infrastructure and Asset
Management, to develop and utilize partnerships to ensure that government facilities meet public expectation.
FISCAL IMPACT: There is no additional fiscal impact related to the extension of the Grant Agreement. Funding for
this project is budgeted within Airport Grant Fund (4093) and Airport Match Fund (4094), Project 33604. Sources of
funding include the FDOT Grant and transfers from Airport Capital Fund (4091).
GROWTH MANAGEMENT IMPACT: This item is consistent with Section B: Intermodal & Multimodal
Transportation, Subsection 2: Aviation of the Transportation Element of the Growth Management Plan.
LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires a majority vote of the Board
for approval.– CLD
RECOMMENDATION(S): To adopt a Resolution approving and authorizing the execution of Amendment No. 3 to
Public Transportation Grant Agreement (PTGA) 452976-1-94-01, Contract No. G2J23, with the Florida Department of
Transportation to add twelve (12) months to the current expiration date of June 30, 2026, making the new expiration
date June 30, 2027, for Security Enhancements at the Immokalee Regional Airport.
PREPARED BY: Bryant Garrett, AAE - Executive Airports Manager
Page 5978 of 6641
3/24/2026
Item # 16.G.2
ID# 2026-402
ATTACHMENTS:
1. FDOT PTGA AGRMT 2023 06-21 FDOT IMM SECURITY ENHANCEMENTS 452976 G2J23 Original Grant
2. IMM_G2J23_452976-1_Security Enhancements SAFE_PTGA AM1_Time Extension 6.30.26_Fully Executed 5.30.25
3. IMM_G2J23_452976-1_Security Enhancements SAFE_PTGA AMENDMENT 2_Fully Executed 12.11.25
4. IMM_G2J23_452976-1_Security Enhancements SAFE_PTGA AM1_Time Extension FDOT Contract Amendment 3 CAO signed
5. Resolution 3.3.26
Page 5979 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
06/21/2023 | 11:40 AM EDT
DocuSign Envelope ID: 420D04E3 -1 ED6-4C8F-86AC-205DBF9C780C
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
16 G 4 ..
Form 725-000-01
STRATEGIC
DEVELOPMENT
OGC 07/22
Fin an cial Proiect Number(s) Fund (s )·
(1\em-segment-phase-sequence)
SAFE FLAIR Category-088719
-'-45.C...2-'9-'-7-'--6-_1_-9_4_-0'-1 ______ Work Activity Code/Function :
___________ Federal Number/Fede ra l Award
_______ G_
2
_J_
23
__ Identification Number (FAI N)-T ransit only
Contra ct Number Federal Awa rd Date : -----
CFDA Number· _N_/A ___ Agency SAM/UEI Number:
CFDA Ti tle : NIA
CS FA Number 55.004
CSFA Title: Avia tion Grant Program
_2_1_5 ___ Object Code :
Org . Code '
75 1000
550 12020129
NIA Vend or Num ber. VF596000558130
-N...,./A __ _
THIS PUBLIC TRANS PORTATION GRANT AGREEMENT ("Agreement") i s e ntered into
______________ , by and between the State of Florida, Department of Transportation ,
(''Department''), and Collier County Airport Authority , ("Agency"), The Department and the Agency are
sometimes referred to in th is 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
Proj ect, 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 it s behalf The Department has the authority pursuant to Section (s) 332.007,
Florida Statutes, to enter into this Agreement.
2. Purpose of Agreeme nt. The purpose of this Agreement i s to provide for the Department's parti ci pation
in IMMOKALEE REGIONAL AIRPORT SECURITY ENH ANCEMENTS , as further described in Exhibit
"A", Proj ec t Description and Responsibilities, attached a nd in corporated i nto 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 tn which the Proj ect will be
undertaken and completed .
3 . Program Area. For identification purposes only , this Agreement is implemented as part of the Department
program area se lected below (select all programs that apply):
~ Aviation
Seaports
Transit
lntermodal
Rail Crossing Closure
Matc h to Direct Federal Funding (Aviation or Transit)
(Note. Section 15 and Exh ibit G do not app ly to federally matched fund ing)
Other
4. Exhibits. The following Exhibits are attached and incorporated in to th i s Agreement:
X Exhibit A: Project Descrip tlo11 and Responsibilities
~ Exhibit B: Schedule of Fin ancial Assistance
•Exhibit 8 1: Deferred Reimbursement Financial Provision s
•Exhibit 82: Advance Payment F in ancial Provi sions
*Exhibit 83: A lternative Advanced Pay (Transit Bus Program)
~ •Exh ibit C : Terms and Condftions of Construction
~ Exh ibit D: Agency Resolut ion
~ Exhibit E: Program Specific Terms and Conditions
~ Exhibit F: Contract Payment Requ irements
X *Exhib it G: Aud i t Requirements for Awards of State Financial Assistance
0 Page1 of37
Page 5980 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DocuS lgn Envelope ID: 420D04E3-1ED6-4C8F-85AC -205DBF9C780C
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATIO N
GRANT AGREEMENT
•Exhib it H Audit Requ irements for Awards of Fede r al Financial Assistance
Fonn 725-000-01
STRATEGIC
DEVELOPMENT
OGC 07122
'Exhib it I: Certific ation of Disbursement of Payment to Vehicle and/or Equ ipment Vendor
~Additiona l Exh1bit (s):
*Indicates that the Exh 1b1t is on ly attached and incorporated ,f applicable box i s select ed.
5 . Time . Unless specified otherwise. all references to "days" with i n this Agreement re fer to calendar days ,
6 . Term of Agreement. Thrs Agreement shall commence upon full execution by both Parties ("Effective
Date") and contrnue through June 30 , 2025. If the Agency does not complete the Project within this time
period, this Agreement w ill expire unless an extension of the t ime period is requested by the Agency and
granted in writing by the Department prior to the expirat ion of th is Agreement. Expirat ion of th i s Agreement
w ill be considered termination of the Project. The cost of any work performed prior to the Effective Date
or after the exp irat ion date of this Agreement will not be reimbursed by the Department.
a. _ If th,s box i s checked the follow ing provision applies:
Un less terminated earlier, work on the Project shall commence no later than the_ day of _,
or within _ day s of the issuance of the Notice to Proceed for the constructi on 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 Ag reement 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 . T e rmin ation o r Suspensio n of Project. The Department may, by written notice to the Agency , suspend
any or all of the Department's obl igation s under th is Agreement for the Agency's failure to comply w ith
app licable law or the terms of this Agreement until such time as the event or condition resultlng in such
suspension has ceased or been corrected .
a. Notwi thsta ndin g any other provis ion of this Agreement, if the Department intends to terminate
the Agreement, the Department shall notify the Agency of such termination in writing at l east
thirty (30) days prior to the termination of the Agreement, with instructions to the effective date
of term ination or specify the stage of work at wh ich the Agreement is to be terminated .
b . The Parties to this Agreement may terminate th is Agreement when its con tinuation 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 1s terminated before performance is comple ted , the Agency shall be pa id
only for that work satisfactorily performed for wh i ch costs can be substantiated . Such payment,
however, may not exceed the equival ent percentage of the Department's maximum financial
ass istance. If any portio n 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 wil l be turned over promptly by the Agency
d . In the event the Agency fails to perform or honor the requirements and provis ions of th is
Agreement, the Agency shall prompt ly refund i n 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 i n violation of the Agreement
e. The Department reserves the right to un llalerally cancel this Agreement for failure by the
Agency to comply with the Public Records provisions of Chapter 119, Florida Statutes.
@,' Page 2 of 37
Page 5981 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DocuSign Envelope ID; 420O04E3-1 ED6-4C8F-85AC-205DBF9C7 BOC
9. Project Cost:
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form ns-000--01
STRATEGIC
DEVELOPMENT
OGC 07122
a. The estim ated total cost of the Project is $243.125. Th is amount Is based upon Exhibit "B",
Schedule of Financial Assistance. The timeline for deliverables and d istribution of estimated
amounts between deliverables within a grant phase, as outlined in Exhibit "B". Sc hedule of
Financial Assistance , may be modified by mutual written ag reement of the Parties and does
not require execution of an Amendment to the Public Transportati on Grant Agreement.
The tim ellne for deliverables and distri but ion of est imated amounts between grant phases
requires an amendment executed by both Parties in the same form as this Agreemen t
b. The Department agrees lo participate in the Proj ect cost up to the maximum amount of
$194 ,5 00 and , the Department's part icipation in the ProJecl shall not exceed 80.00% of the
total eligible cost of the Project and as more fully described in Exhibit "B ", Schedule of
Financial Assis t ance The Agency agrees to bea r all expenses in excess of the amount of
the Department's partJcipation and a ny cost overruns or deficits involved.
10. Compensation and Payment:
a. Eligible Cost. The Department shall re imburse the Agency for allowable costs in curred as
described In Exhibit "A", Projec t Description and Responsibilities, and as set forth ,n
Ex hibit ''B ", Sc hedule of Financial Assistance .
b . Deliverables. The Agen cy shall provide quantifiable , measurable, and verifiable units of
deliverables . Each deliverable must speci fy the requlred minimum level of service to be
performed and the criteria for evaluatin g successful completion. The Project and the
quantifiable, measurable, and verifiable units of deliverables are describ ed more fully in
Exhibit "A", Project Description and Responsibilities . Mod ifications to the de liverables in
Exhi bit ''A", Projec t Desc ripti o n and Respons ibilities requ i res 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-audlt and post-audit, based on the quantifiab le, measurable , and
ve ri fiable deliverables as establi shed in Exhibit "A". Project Description and
Responsibilities . Deliverables and costs in curred must be rece ived and approved by the
Department prior to re im bursement . Requests for reimbursement by the Agency shall include
an invoice , progress report , and supportin g documentation for the deliverables bein g billed
that a re acceptable to the Department. The Agency shall use the format for the in voice and
progress report that Is approved by the Department
d . Suppo rting Documentat ion. Supporting docum entation must establish that the deliverables
were received and accepted in writing by the Age ncy and mu st also estab lish that the required
minim um standards or level of service to be performed based on the criteria for evaluating
successful completion as specified in Exh i bit "A", Project Description and
Respo nsibilities has been met. A ll costs invoiced shall be supported by properl y executed
payro lls . time records , invoices , contracts . or vou che rs evide ncing in proper detail the nature
and propriety of cha rges as described in Exhibit ''F", Contract Payment Requirements .
e . Travel Expenses. The selected provision below i s controlling regarding travel expenses ·
~ Travel expenses are NOT eligible for reimbursemen t under this Agreement.
_ Travel expenses ARE e li g ible for reimbursement under th is Agreement. Bills for travel
expenses specifically authorized in this Agreement shall be submitted on the Department's
Contractor Trave l Form No. 300-000-06 and w ill be pa id in accordance with Section 112 .061,
0 Page 3 of 37
Page 5982 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DocuSign Envelope ID: 420O04E3-1 ED6-4CBF-85AC-205DBF9C780C
STATE OF FLORIDA DEPARTMENT OF TAANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 72.5-000-01
STRATEGIC
DEVELOPMENT
OGC 07/2.2
Florida Statutes . and the most current version of the Department's Disbursement Handbook
for Employees and Managers.
f . Financ ial Consequences. Payment shall be made only after receipt and approval of
deliverables and costs incurred unless advance payments are authonzed by the Ch i ef
Financial Officer of the Slate of Florida under Chapters 215 and 216, Florida Statutes , or the
Department's Comptroller under Section 334 ,04 4(29), Florlda Statutes . If the Department
determines that the performance of the Agency i s unsatisfactory , the Department shall notify
the Agency of the deficiency to be corrected , which correction shall be made within a time-
fr am e to be specified by the Department. The Agency shall, w ithin thirty (30) days after notice
from the Department , provide the Department with a corrective action plan describing how the
Agency WIii address all issu es of contract non-performance, unacceptable performance,
failure to meet the minimum performance levels , deliverable deficiencies, or contract non-
compliance. If the corrective action p la n is unacceptable to the Department , the Agency wi ll
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 forfe ited at the end of the
Agreement's term .
g . Invoice Processi ng. An Agency receiving financial assistance from the Department should
be aware of the following time frames . Inspection or verifica tion and approval of deliverables
shall take no longer than 20 days from the Department's receipt of the in voice . 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. inspec ted or verified , and appr oved .
If a payment is not available within 40 days , a separate interest penalty at a rat e as established
pursuant lo Sectton 55 .03(1 ), Florida Statutes , will be due and payable , in addition to the
i nvoice amount, to the Agency . Interest penalties of less than one (1) do llar will not be
enforced unless the Age ncy requests payment. Invoices that have to be returned to an Agency
because of Agency preparation errors will result In a delay in the payment. T he invoice
pay ment 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 individu al inclu de acting as an ad vocate for Agency who may pe
experiencing problems in obtaining timely payment(s) from a state agency . The Vendor
Ombudsman may be contacted at (850) 413-5516.
h. Records Ret e ntion. The Agency shall maintain an accounting system or separa te acc ou nts
to ensure funds and projects are tracked separately. Records of costs incurred under the terms
of this Agreement shall be maintained and made ava ilable upon request to the Department at
al l times during the period of this Agreement and for five years after fina l payment is made.
Copies of these records sha ll 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 Projec t. and all other records of the Contractor and subcon tractors considered
necessary by the Department for a proper audit of costs.
I. Progress Reports . Upon request , the Agency agrees to provide progress reports to the
Department in the standard format used by the Department and at intervals established by the
Department. The Department will be entitled at al l limes 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 Depa rt ment suc h data ,
reports , records , contracts , and other documents relating to the Project as the Department
Page 4 of 37
Page 5983 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DocuS1gn Envelope ID: 420 O04E3-1ED6•4C8F-85 AC-205DBF9C780C
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-01
STRATEGIC
DEVELOPMENT
OGC 07/22
may require as listed in Ex h i bit "E", Progra m S pe cific Terms and Conditio ns attached to
and incorporated into this Agreement.
k . Offs ets f o r Clai ms. If, after Project completion , any claim i s made by the Department result in g
from an audit or for work or services performed pu rsuant to this Agreement , the Department
may offset such amount from payments due for work or services done under any agreement
that it has wi th the Agency owing such amount if , upon written demand , payment of the amount
is not made within 60 days to the Departme nt. Offsetting any amount pursuant to this
paragraph shall not be considered a breach of contract by the Department.
I. Fi nal I nvoice. The Agen cy must submit the fi nal Jnvo1c e on the Project to the Department
w ithin 120 days after the complet ion of the Proiect. Invoices submitted after the 120-day time
penod may not be paid .
m, Departm e nt's Performan ce an d Payment Contin gent Upon Annual Appropriation by the
Legislature. The Department's performance and obligation to pay under this Agreement 1s
contingent upon an an nual appropriation by the Leg i slature . If the Department's funding for
this Project i s in multiple fiscal years , a notice of availability of fund s from the Department 's
project manager mu st be received prior to costs being incurred by the Agency See Exhibit
"B'', Sc hedu le o f F i n an cia l A ssi s tance for funding levels by fiscal year. Project costs
ut ilizing any fiscal year funds are not eligible for reimbursement if incurred pri or to funds
approval be ing rec e iv ed The Department will notify the Agency , in writing , when funds are
ava ilable.
n . Limits o n Contracts Ex ceeding $25,000 and Term more than 1 Year. In the event th i s
Agreeme nt i s in excess of $25 ,000 and has a term for a period of more than one year. the
provis ions of Section 339 135(6)(a), Florida Statutes , are hereby incorporated:
"The Department, during any fiscal year, shal l not expend money , i ncur any
liabili ty , or enter into any contract wh ich, by its terms, involves the expenditure
of money in excess of the amou nts budgeted as availabl e for expenditu re
during such f iscal year. Any contract, verbal or written , made in violation of
this subsecti on 1s null and void , and no money may be paid on such contract.
The Department sha ll require a statement from the comptroller of the
Department that funds are available prior to ente rin g in to any such contract
or ot her binding commi tment of funds . Nothing herein contained shall prevent
the making of contracts fo r periods exceeding 1 year, but any contract so
made shall be executory only for the value of the service s to be rendered or
agreed to be pa id fo r i n succeed ing fiscal years, and this paragraph shall be
incorporated verbatim in all contracts of the Department w hich a re for an
amou nt in excess of $25 ,000 and which have a term for a period of more than
1 year.''
o. Ag ency Oblig atio n to Refund De partment. Any Projec t funds made ava ilable by the
Department pursuant to this Agreement that are determined by the Department to have been
expended by the Agency in violation of thi s Ag reem ent or any other applicable law or
regu lation shall be p romptly refunded ,n full to the Department. Acceptance by the Department
of any documentation or certifications, mandatory or otherwise permitted , that the Agency files
shall not constitute a waiver of the Department's ri ghts as the fu nding agency to verify all
information at a later date by audit or investigation,
p . Non-E lig i ble Costs. In determining the amount of the payment, the Department w ill exclude
a ll Project costs incurred by the Agency prior to the execution of th is Agreement, costs incurred
after the expira tion of the Agreeme nt, costs that are no t provided for in Ex hibit "A ", Project
Desc ription and Respons ibilities , and as set forth in Ex hibit "B", Sc h edule of Financial
A ssistanc e. costs agre ed to be borne by the Agency or its contractors and subcontractors for
Page 5 of 37
Page 5984 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DocUSlgn Envelop e I D' 420O04E3-1 ED6-4C8F-85AC-205DBF9C780C
STATE Of FLORIDA DEPARTMENT OF TRAN SPORTA TION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-D00--01
STRATEG IC
DEVE LO PMENT
OGC D7/2 2
not meeting the Project commencement and final invoice time lines , and cost s attributable to
goods or services received under a contract or other arrangement that has not been approved
In writing by the Departmen t. Specific unallowable costs may be listed in Exhibit "A", Project
Desc rip tion and Responsibilities .
11 . General Requirements . The Agency shall complete the Project with all practfcal dispatch in a sound ,
economical, and efficient manner, and in accordance with the provisions in th is Agreement and al l
app licable 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 perm its .
b. Right-of-Way Certification. If the Proj ect invo lves construct ion , then the Agency sha ll provide
to the Department certific at ion and a copy of appropriate documentation substantiating that al l
requ ired ri ght-of-way necessary for the Proj ect has been obtained . Certification is requ ired
prior to authorization for advertisement fo r or solic itat ion of bi ds for construction of the Proj ect,
even if no righ t-of-way is required .
c. Notification Requirements When Performing Construction on Department's Right-of-
Way . In the event the cost of the Pro1ect is greater than S250 ,000 00 , a nd the Proj ect in vo lves
construction on the Department's ri ght-of-way , the Agency sha ll provide the Department with
written notification of either its i ntent to '.
I. Requ ire th e const ruction work of the Proj ect that is on the Department's right-of-way
to be performed by a Department prequalifted contractor, or
i i. Co nstruct the Proj ect ut ihz1n g exist ing Agency employees, if the Agency can
complete sa id Project w ithin the time frame set forth in th is Agreement.
d . _ If this box is checked, then the Agency is permitted to utilize Its own forces and the follow ing
provision applies . Use of Agency Workforce. In the event the Agency proceeds with any
phase of the Project ut ilizi ng its own forces , the Agency will only be reimbursed for d irect costs
(this excludes general overhead )
e. _ If this box is checked , then th e Agency is permitted to utilize Indirect Costs:
Reimbursement for Indirect Program Expenses (select one ):
i. _ Agency has selected to seek reimbursement from the Department for actual in direct
expenses (no rate).
ii. _ Age ncy has selected to apply a de minimus rate of 10% to modified tota l direct
costs. Note: The de minimus rate is availab le only to entities that have never had a
negotiated indirect cos t rate . When selected , the de minimus rate must be used
cons istently for al l federal awards until such time the agency chooses to negotiate a
rate . A cost policy statement and de minimis certification form must be submitted to
the Department for review and approval.
iii. _ Agency has selected to apply a state or federally approved i ndirect cost rate . A
federally approved rate agreement or in direct cost allocati on plan (I CAP) must be
subm itted annually .
f . Agency Compliance with Laws , Rules , and Regulati o ns, Guidelines, a nd Standards. The
Agen cy shall comply and require its contractors a nd subcontractors to comply with all terms
and conditions of thi s Ag reement and all federal , state, and local laws and regulations
applicable to this Project.
0 Page6of37
Page 5985 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DocllSign Envelope ID: 420D04E3-1ED6-4C8F-85AC-205DBF9C780C
r 6 G 4 •
STATE OF FLORIDA DEPARTMENT OF TRANSPORTA,TION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-01
STRATEGIC
DEVELOPMENT
OGC 07122
g. Claims and Reques ts for Additional Work . The Agency shall have the sole responsibil ity
for resolving claims and requests for additional work for the Project, The Agency will make
best efforts to obtain the Department's input 1n its decis ions . The Department is not obligated
to reimburse for claims or requests for additional work.
12. Contracts of the Agenc y:
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 requ iring the d isbursement of Department funds ,
including consu ltant and purchase of commodities contracts , or amendments thereto. If the
Department chooses to review and approve th ird party contracts for this Project and the
Agency fails to obtalh such approval, that shall be sufficient cause for nonpayment by the
Departmeht. The Department specifically reserves unto itself the right to review the
qualifications of any consultant or contractor and to approve or d isapprove the employment of
the same. If Federal Transit Adm inistration (FTA) funds are used in the Project, the
Department must exercise the right to third party contract review.
b. Procureme nt of Commodities o r Contractual Services. It is understood and agreed by the
Parties hereto that participation by the Department in a project with the Agency, where sa [d
project lnvolves the purchase of commod ities 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 ful l 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 resul t i n exceed i ng the curren t budget conta ined in Exhibit
"B", Schedule of Financial Assistance, or that is not consistent with the ProjeGt description
and scope of services contained in Exhibit ''A'', Project Description and Responsi bilities
must be approved by the Department prior to Agency execution . Fa ilure to obtain such
approva l, 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 Agreemen t 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
fu ll compliance w ith 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
Negotiatioh Act.
d . Disadva ntaged Business Enterprise (DBE) Po li cy 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 w ith
Department funds under this Agreement. The DBE requirements of applicable federa l and
state laws and regulations apply to this Agreement. The .Agency and its contractors agree to
ensure that DBEs have the opportunity to participate in the performance of this Agreement.
In this regard, all recipients and contractors shall take all necessary and reasonable steps in
accordance with applicable federa l and state laws and regulations to ensure that the DBEs
have the opportunity to compete for an d perform contracts . The Agency and its contractors
and subcontractors shall not discriminate on the basls of race, color, national or1gin or sex in
the award and performance of contracts, entered pursuant to th is Agreement.
page 7 of 37
Page 5986 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DocuSign Envelope ID: 420D04E3-1ED6-4C8F-85AC-205DBF9C780C
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 726-000-01
STRATEGIC
DEVELOPMENT
OGC 07/22
13. Ma inte nan ce Oblig atio ns. Jn the event the ProJect l ncludes construction or the acqu isition of commod ities
then the fo l lowin g provisi ons are lncorporated into this Agreeme nt
a. The Agency agrees to accept al l future maintenance and other attendant costs occurring after
completion of the Project for all improv ements constructed or commodities acquired as part of
the Project. The terms of this provision shall survive the termination of this Agreement.
14 . Sa le, T ransfe r, o r Dispos al of De partm e nt-fund ed Pro pe rty:
a. The Agency w ill not se ll or otherwise transfer or di spose of any part of its title or other
Interests in real property, faci lities , or equipment funded in an y part by the Department under
th i s Agreement w it hout 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, faci lities , or equ ipment is approved by the Department, the followl ng provTs io ns will
apply:
i . The Agency shall reimburse the Department a proportional amount of the proceeds
of the sale of any Department-funded property.
i i. The proportional amount shall be determ1ned on the basis of the ratio of the
Department fund i ng of the development or acqui sition of the property multiplied
against the sale amount, and shall be rem itted to the Department w ith i n ninety (90 )
days of closing of sale.
iii. Sale of property developed or acqui red with Department funds shall be at market
value as determin ed by appraisal o r public b idding 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 sa le to the Agency are non-cash
considerations , rei mbursement to the Department shall include a proporti onal
amount based on the value of the non-cash considerations.
c . lne terms of provisions "a'' and "b" above shall survive the te rrn1 nation of this Agreement.
i . The terms shall remain in full force and effect throughout the usef ul l ife of facilities
developed , equipment acqu ired , o r Proj ect items 1nstalled within a facility, but shall
not exceed twenty (20) years from the effective date of th is Agreement.
if. There shal l be no limit on the duration of the terms with respect to rea l property
acquired with Department funds.
15 . Si ngle Audit. The administration of Federal o r State resou rces awarded through the Department to the
Agency by this Agreement may be subject to audits and/or monftor1ng by the Department. The following
requ i rements do not 11mit the authority of th e Department to conduct or arrange for the conduct of additional
aud its or eval uations of Federal awards or State fin ancial assistance or l imit the authority of any state
agency inspector general , the State of Florida Auditor General , or any other state official, The Agency shal l
comply with all audit and aud it report ing re quirements as spedf1ed below
Fe de ral Funded :
a. In addition to reviews of audits conducted in accordance w it h 2 CFR Part 200 , Subpart F -
Audit Requirements, monitoring procedures may include but not be l imited to on-site visits by
Department staff and /or other procedures . inc luding reviewing any required performance and
financ ial reports, following up , ensurin g corrective action , and issuing management decisions
on weaknesses found through audits when those find ings pertain to Federal awards provided
Page 8 of 37
Page 5987 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
OocUSign Envel ope ID' 420O04E3-1ED6-4C8F-85AC-205DB F9C780C
STATE OF FlORIOA OEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 7l5-000-01
STRATEGIC
DEVELOPMENT
OGC 07/22
through the Department by this Agreement. By entering into this Agreement, the Agency
agrees to comply and cooperate fully with any mon itoring procedures/processes deemed
appropriate by the Department The Agency fu rther agrees to comply and cooperate with any
inspections, reviews, investigations, or aud its deemed necessary by the Department, State of
Florida Ch ief Financial Officer (CFO ), or Slate of Florida Aud itor General.
b. The Agency , a non-Federa l entity as defined by 2 Cf:R Part 200 , Subpart F -Audit
Requ irements , as a subreci pient of a Federal award awarded by the Department through th is
Agreement , is subject to the fo llowin g requirements :
i. In the event the Agency expends a total amount of Federal awards equa l 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 fisca l year in accordance with the provisions of 2 CFR Part 200,
Subpart F -Aud it Requi rements . Exhibit "H", Audit Requirements for Awards of
Federal Financial Assistance , to this Agreement provides the required Federal
awa rd identification information needed by the Agency to further comply with the
requirements of 2 CFR Part 200 , Subpart F -Audit Requirements . In determ in ing
Federal awards expended in a fiscal year, the Agency must consider all sources of
Federal awards based on when the activ ity rela ted to the Federal award occurs ,
1ncluding the Federal award provided th rough the Department by this Agreement. The
determination of amounts of Federal awards expended should be tn accordance with
the guidelines established by 2 CFR Part 200 , Subpart F -Audit Requ irements. An
aud it conducted by the State of Florid a Aud itor General in accordance with the
provis ions of 2 CFR Part 200, Subpart F -Audit Requ irements , will meet the
requ irements of th1s part.
ii. In connection with the aud it requ irements , the Agency shall fulfill the requirements
relative to the aud itee responsibilities as provided in 2 CFR Part 200 , Subpart F -
Aud it Requirements .
iii. In th e 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 requ i rements for tha t fisca l year. However, the Agency must provide a
single audit exemption statement to the Department at
FDOTSing1eAudit@dot.state.fl.us no later than nine months after the end of the
Agency's aud it period fo r 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 f iscal year and elects to have an aud1t
conducted in accordance with the provis ions of 2 CFR Part 200, Subpart F -Audit
Requirements , the cost of the aud it must be pa id from non-Federal resou rces (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 electronicall y subm it to \he Federal Audit Clearinghouse (FAG) at
https://harvester.census .gov/facweb/ the audit report ing package as requ ired by 2
CFR Part 200 , Subpart F -Audit Requirements, wrt.h i n the earlier of 30 calendar days
after receipt of the auditor's report(s) or nine months after the end of the audit period .
The f:AC is the repository of record for audits required by 2 CFR Part 200, Subpart F
-Audit Requirements. However, the Department requ ires a copy of the aud it report ing
package also be submitted lo FDOTS1ngleAudit@dot.state.fl.us within the earl ier of
30 calendar days after receipt of the aud itor's report(s ) or nine months after the end
of the audit perlod as required by 2 CFR Part 200, Subpart F -Aud it Requ irements .
v. With in six months of acceptance of the aud it report by the FAG . the Department will
rev iew the Agency's aud it reporting package , including-corrective action plans and
t~ Page 9 of 37
Page 5988 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DocuSign Envelope ID' 420D04E3-1 ED6-4C8F-85AC-205 OBF9C780C
STATE OF FLORIDA OEPAIHMENT OF TRANSPORTf\TION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-01
STRATEGIC
DEVELOPMENT
OGC 07122
management letters , to the extent necessary to determine whether timely and
appropriate action on all de.fic iencies has been taken pertaining to the Federal award
provided through the Department by th is Agreement. If the Agency fails to have an
aud it conducted in accordance with 2 CF R Part 200, Subpart F -Audit Requirements ,
the Department may impose add1tlonal conditions to remedy noncompliance. If the
Department determines that noncompli ance cannot be remedied by i mposing
additional conditions , the Department may take appropriate actions to enforce
compliance, wh ich actions tnay include but not be limited to the fo llowing :
1. Temporaril y 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 applfcable matching cred it 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 award in g agency regulations (or in the case of the
Department, recommend such a proceed ing be initiated by the Federal
award ing agency);
5 . Withhold further Federal awards for the Project or program ;
6. Take other remedies that may be legally available.
vi. As a condition of receiving this Federa l award , the Agency shall pertnit the Department
or its designee, the CFO , or State of Florida Auditor Gene ra l access to the Agency's
records , In clud ing financial statements, the independent auditor's working papers , and
project records as necessary. Records related to unreso lved 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 requ fr.ements under this part is as follows :
State Funded :
Office of Comptroller, MS 24
605 Suwannee Street
Tallahassee , Florida 32399-0450
FOO TSingleAudit@dot. state.fl. us
a. In add1t1on to rev iews 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 pertai n to state fi nancia l assi stance awarded through the Department by this
Agreement. By entering i nto thi s Agreement , the Agency agrees to comply and cooperate fully
with any monitoring procedures/processes deemed appropriate by the Department. T he
Agency further agrees to comply and cooperate with any inspections, reviews , investigations ,
or audits deemed necessary by the Department, the Department of Financial Services (DFS),
or State of Florida Auditor General ,
b, The Agency , a "nonstate entity " as defined by Section 215.97 , Florida Statutes, as a rec ipient
of state financial assistance awarded by the Department through this Agreement, is subject to
the following requ irements:
i. In the event the Agency meets the audit threshold requirements established by
Section 215.97 , Florida Statutes, the Agency must have a State single or project-
specific audit conducted for such fiscal year in accordance with Section 215 .97 ,
Florida Statutes; app licable ru les of the Department of Financia l Services; and
~1 Page 1'0 of 37
Page 5989 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DocuSlgn Envelope ID: 420D04E3-1 ED6-4C8F-85AC-205DBF9C 780C
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-01
STRATEGIC
DEVELOPMENT
OGC 07122
Chapters 10.550 (loca l governmental entities) or 10 .650 (non profit and for-profit
organizations), Rules of the Auditor Genera l. Exhibit ''G ", Audit Requirements for
Awards-of State Financ ial Assistance, to this Agreement indicates state financial
assistance awarded through the Depa rtment by this Agreement needed by the
Agency to further comp ly with the requiremen ts of Section 215 .97, Florida Statutes .
In determi ning the state financial assistance expended ln a fiscal year, the Agency
shall consider all sources of state financial assistance , including stale financial
assistance received from the Department by th is Agreement, other state agencies ,
and other nonstate entities. State financial assistance does not Inc lude Federal direct
or pass-through awards and resources received by a nonstate entity for Federal
program matching requirements .
ii. In connection with the aud it requirements , the Agency shall ensure that the audit
compl ies with the requirements of Section 215 .97(8), Florida Sta tutes . This includes
submiss ion 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 Aud itor General.
iii. In the event the Agency does not meet the audit threshold requireme nt s established
by Section 215 .97 , Florida Statutes , the Agency is exempt for such fiscal year from
the state sin gle aud it requirements of Section 2 15.97 , Florida Statutes . However, the
Agency must provide a single audit exemption statement to the Department at
FDOTSi nqleAudit@dot.stateJl.us no later than nine months after the end of the
Agency's audit period for each appllcable audit year. In the event the Agency does
not meet the audit threshold requ irements established by Section 215 .97 , F lorida
Statutes , in a fiscal year and elects to have an audit conducted in accordance w ith
the provislons 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 aud it must be paid fro m the
Agency's resources obtained from other than State entities).
iv. In accordance wllh Chapters 10,550 (local governmental entities) or 10.650
(nonprofit and for-profit organizat ions), Ru les of the Auditor General , copies of
financi al 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
FDOTSingleAud it@dotstate.fl.us
And
State of Florida Auditor General
Local Government Audits/342
111 West Madison Street, Room 401
Tallahassee, FL 32399-1450
Email: flaudgen localgovt@aud.state .fl.us
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 organiza!ions), Rules of the Auditor Genera l, as
applicable.
vi. The Agency , when submitting financia l reporting packages to the Department for
audits done in accordance wlth Chapters 10.550 (local governmental entities) or
Page 11 of 37
Page 5990 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DocuSign Envelope ID: 420D04E3-1 ED6-4C8F-85AC-20508F9C780C
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-01
STRATEGIC
DEVELOPMENT
OGC 07122
10.650 (nonprofit and for-profit organ izations), Ru les of the Auditor General , should
indicate the date the reporting package was delivered to the Agency in
correspondence accompanying the reporti ng package.
vii. Upon receipt and within six months , the Department will review the Agency 's
financial reporting package, including correct1ve 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
ass istance provided th rough the Depa rtment by th ts Agreement. If the Agency fails
to have an audit conducted consistent with Section 215.97 , Florida Statutes, the
Department may take appropriate corrective actron to enforce compliance.
viii. As a condition of rece iving state financial ass fstance , the Agency shall permit the
Department or its deslgnee. DFS , or the Auditor General access to the Agency's
records , inclui::Jing financial statements . the tndependent auditor's working papers ,
and project records as necessary Records related to unresolved alld it findings ,
appeals , or litigation shall be retained until the action is complete or the dispute ls
reso lved .
c. The Agency sha ll retain sufficient records demonstrating its compliance with the terms of this
Agreement for a period of five years from the date the audit report fs issued and shall a ll ow
the Department or its designee, DFS , or State of Florida Auditor General access to such
records upon re quest. 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 audlt 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 Admin1 strators or their designees .
17. Restrictions, Proh ibitions, Controls and Labor Provis ions:
a. Convicted Vendor List. A person or affiliate who has been placed on the convfcted vendor
llstfollowing 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 publ ic entity
for the construction or repa ir of a public bu ilding or publ ic work; may not submit bids on leases
of real property to a pub lic 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 publlc entity in excess of the threshold amount provided fn Section
287.017 , Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of
be1ng placed on the co nvicted vendor list.
b . Discriminatory Vendor List. Iii accordance with Section 287.134, Florida Statutes, an entity
or affi liate 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
servfces to a public entity ; may not submit a bid on a contract with a public entity for the
construction or repair of a public bui ld ing or public work ; may not submit bids on leases of real
property to a pub lic entity ; may not be awarded or perform work as a contractor, supplier,
subcontractor, or consultant under a contract w ith any public entity; and may not transact
business with any pub lic entity.
c. Non-Responsible Contractors. An entity or affiliate who has had its Certificate of
Qualification suspended , revoked , denied , or have further been determi ned 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.
Page 5991 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DoCUSi gn Envelope ID: 420004E3-1 ED6-4CBF-85AC-20508F9C780C
STI>, TE OF FLORIDI>, DEPARTMENT OF TAANSPORT1>, TION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725.000.01
STRATEGIC
DEVELOPMENT
OGC 07/21
d . Prohibition on Using Funds for Lobbying . No fund s rece ived pursuant to this Agreement
may be expended for lobbying the F lo rida Legislature, judicial branch , or any state agency, in
accordance with Section 216.347 . Florida Statutes .
e. Unauthorized Aliens. T he Department shall consid er the employment by any contractor of
unauthorized all ens a v ,olatioh of Section 274A(e) of the Im migration and Nationality Act, lf
the contractor knowingly employs unauthodzed a l1 ens, such vfolation w ill be cause fo r
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 th e t ime of the competitive solicitation for the
Project. 50 percent or more of the cost of the Project is to be pa id from state-appropriated
funds, then the Agency must comp ly with the requirements of Section 255 .0991 , Florida
Statutes.
g. E-Verify. The Agency shall:
i. Utilize the U.S . Department of Homela nd Secur1ty's E -Verlfy system to verify the
employment eligib ility of all new emp loyees hi red 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 utillze the U.S. Department of Homeland Security's E-
Verify system to verify the employment eligibility of a ll new emp loyees hired by the
subcontractor during the contract term
h. Executive Order 20-44 . Pursuant to Governor's Executive Order 20-44 , if the Agency is
required by the Internal Revenue Code to file IRS Form 990 and is named in statute with which
th e Department must form a sole-source, public-pri vate agreement; or through contract or
other agreement w ith the State, annually receives SO% or more of its budget from the State or
from a comb ination of State and Federal funds , Rec ipient shall submit an Annual Report to
the Department , including the most recent IRS Fann 990 , detail ing the total compensation for
each member of the Agency executive leadership team . Total compensation shall in clude
salary , bonuses, cashed-in leave , cash equ ivalents, severance pay, ret irement benefi ts ,
deferred compensation , real-property g ifts , a nd any other payout. The Agency shall inform the
Department of any changes in total executive compensation during the period between the
filing of Annual Reports within 60 days of any change tak[ng effect. All compensation reports
shall detail the percentage of executive leadership compensation received directly from all
State and/or Federal allocations to the Agen cy. Ann ua l Reports sha ll be In the form approved
by the Department and sha ll be submitted to the Department al fdotsingleaudi t@dot.state.fl.us
with in 180 days following the end of each tax year of the Agency receiving Department funding .
i. Design Services and Construction Engineeri ng an d In s pe ction Se rvices. If the Project
is who ll y or partf ally fun ded by the Department and adm inistered by a local governmenta l
entity, except for a seaport lfsted in Section 311 .09 , Florida Statu tes , or an airport as defined
in Section 332.004 , Florida Statutes, the e ntity performlng design and construction
engineerin g and inspectio n servfces may not be the same entity ,
18 . Indemnific ati o n a nd Insura nce:
a. It is specifically agreed between the Partie s executing th is Agreement that it is not intended
by any of the provisions of any part of th is Ag reement to create in the public or any membe r
thereof, a third party beneficiary under this Agreement, or to authorize anyone not a party to
th is Agreement to maintain a suit for personal injuries or property damage pursuant to the
terms or provis ions of th is Agreement. The Agency guarantees the payment of all just cla ims
for materials, supplies , tools, or labor and other just cla ims against the Agency o r any
-~ c:~~age 13 of 37 '-
Page 5992 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
D ocuSign Envelope ID · 420O04E3-1ED6-4C8F-85AC-205OBF9C7 80C
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
Fam, 725-000-01
STRATEGIC
DEVELOPMENT
OGC 07/22
subcontractor, in connection with this Agreement. Add it ional ly, to the ex tent permitted by law
and as limited by and pursuant to the provisions of Section 768.28 , Florida Statutes , the
Agency shall indemnify, defend , and hold harmless the State of Florida , Depa rt ment of
Transportation , including the Department's officers and emp loyees , from liabiltties, damages,
losses, and costs , including, but not limited to , reasonable attorney 's fees , to the extent caused
by the negllgence, recklessness, or intent ional wrongful misconduct of the Agency and
persons employed or utilized by the Agency i n the performance of this Agreement. Nothing
contained in this paragraph is intended to nor shall it constitute a wa1ver of the Department's
or the Agency's sovereign immunity. This indemnification shall survive the termination of th is
Agreement. Additionally, the Agency agrees to 1nclude the following indemnification in all
contracts w ith contractors/subcontractors and consultants/subconsultants who perform work
in connection w ith this Agreement:
"To the ful lest extent perm itted 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 liabiHtles , damages, losses an d
costs , includ ing , but not limited to , reasonable attorney's fees , to the extent caused by the
negligence , reck lessness or i ntentional wrongful mi sconduct of the contractor/consultant and
persons employed or util ized by the contractor/consu ltant in the performance of this
Ag reement.
Th is indemnificatlon shall survive the termination of this Agreement ."
b. The Agency sha ll provide Workers' Compensation Insurance in accordance with Florida's
Workers' Co mpensation law for all employees . If subletting any of the work, ensure that the
subcontractor(s) and subconsultant(s) have Worke rs ' Compensation Insurance for the ir
emp loyees in accordance w ith Florida's Workers' Compensation law. If using "le ased
emp loyees" or employees ob tai ned through profess ional employer organ fzations ("PEO 's"),
ensure that such employees are covered by Workers ' Compensation Insurance through the
PEO's or other leas ing entities . Ensure that any equipment rental agreements that include
operators or other personne l 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-insu re!. 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 , Commercia l General Liabi lity insurance providing
continuous coverage for all work o r operations performed under this Agreement. Such
insurance shal l be no more res trictive than that provided by the latest occurrence form edition
of the standard Commercia l General Liability Coverage Form (ISO Form CG 00 01 )· as fi led
for use in the State of F lorida . 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/Comp leted Operations
coverage. The coverage afforded to the Department as an Additiona l Insured shall be primary
as to any other available insurance and shall not be more res tric tive than the coverage
afforded to the Named Insu red . The limits of coverage shall not be less than $1 ,000,000 for
each occu rrence and not less than a $5 ,000 ,000 annual general aggregate, i nclusive 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 d iminished by claims unrelated to the Agreement. The policy/ies and coverage
described herein may be subject to a deductible and such deductibles shall be pa id 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 Sta te of Florida that elects to se lf-perform the Project. Prior to the execution of the
Ag reement, and at all renewal periods which occur prior to final acceptance of the work1 the
Department shal l be provided with an ACORD Certificate of Liab ility Insurance reflecting the
Page 5993 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DocuS1gn Envelope ID 420D04E3-1ED6-4C8F-85AC-205D8F9C780C
STATE OF FLORIDA DEPARTMENT OF iRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT
I 6 G 4 •
Form 72S -000-01
STRATEGIC
DEVELOPMENT
OGC 07122
coverage described herein . The Department shall be notif ied in w riting within ten days of any
cancell ation , not ice of cancellation , lapse , renewal. or proposed change to any policy or
coverage described he re in. The Department's approval or fa ilu re to di sapprove any policy/ies ,
coverage , or ACORD Cert ificates shall not relieve or excuse any obligation to procure and
mai ntain the insurance require d herein , nor serve as a wal ver of any righ ts or defenses the
Department may have
d . Whe n the Agre ement includes the construction of a ra l lroad grade crossin g, railroad overpass
or underpass structure , or any other work or operations with in the li mi ts of the railroad right-
of-way , including any encroachments thereon from work or opera tions in the vicinity of the
rai lroad right-of-way, the Agency shall, or cause its con tractor to , in add ition to the insurance
coverage requ ired above , procure and maintain Rail road Protective Liability Coverage (ISO
Fo rm CG 00 35) where the railroad is the Na med In s ured and where the limits are not less
tha n 52 ,000,000 combined single limit for bod ily inju ry and/or property damage pe r
occurrence , and with an annual agg rega te limit of not less than $6 ,000 ,000 . The rail road shall
also be added along with the Department as an Add it ional Insured on the policy/ies procured
pursuant to the paragraph above . Prior to the exec ution of the Agreement, and at a ll renewal
periods wh ich occur prior to fin a l acceptance of the work, both the Department and the railroad
shall be prov ided with an ACORD Certificate of Liab ili ty Insurance reflecting the coverage
described herein. The insurance describ ed herein shall be maintained through final
acceptance of the work. Both the Department and the railroad shall be notified in writing w ith in
ten days of any cancellation , notice of cance llation , renewal . or proposed change to any policy
or coverage described herein. The Department's approval or failure to disapprove any
policy/ies , coverage, or ACORD Certificates shall not relieve or excuse any obligation to
procure and maintain the insurance required herein, nor serve as a wa iver of any rights the
Department may have.
e. When the Ag reement involves work on or in the v1c 1ni ty of uti lit y-owned property or fac ilities ,
the uti lity sha ll be add ed along with the Department as an Add itiona l Insured on the
Commercial General Liability policy/ies procured above.
19. Miscell aneous :
a. Enviro nm ental Reg ulatio ns . The Agency will be solely responsible for compliance with all
applicable e nvironmental regulations and for any liab ility a rising from non-compliance with
these regulations , and will reimburse the Department for any loss Incurred in connection
therewith .
b . Non-Adm ission o f Lia bility . In no event shall the making by the Department of a ny payment
to the Agency con stitute or be construed as a waiver by the Department of any breach of
covenant or any default wh ich may then exist on the part of the Agen cy 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 , Sev era bility . If any provl s ion of this Ag reement is he ld Invalid , the remainder of this
Agreement shall not be affected. In suc h a n instance , the remaind er would then continue to
conform to the terms a nd requirements of applicable law.
d . A genc y not an agent of Departme n t. 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. Bo nus o r Co mmission. By execution of the Ag reem ent , the Agency represents that it has
not pa i d and, also agrees not to pay , any bonus or commission for the purpose of obta i ning
an approval of its applicatio n for the financing hereunder.
~
(' ~OJ
P. ge 1Sof37
Page 5994 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D 16 G4
DocuS1gn En velope ID 420D04E3-1 ED6 -4 CBF·85AC-205 DB F9C780C
STATE O F FL ORIDA DEPARTMENT OF TRANSPORTATION
PUBLI C TRANSPORTATION
G RA NT A GREEMENT
Form 726-000.01
STRATEGIC
OEVELOPME/ff
OGC07/22
f . Non-Contrav ent i o n o f St ate Law. Noth ing in the Agreement shall requ ire the Agency to
observe or enforce compliance w ith any provis io n o r pe rform any act or do any other th ing in
contraventi on of an y applicable state law. If any of the provi s ions of the Ag reement v iol ate any
applicable state law, the Agency w ill at once notify the Department in wri ting so that
appropriate changes and modifications may be made by the Department and the Agency to
the end that the Agency m ay proceed as soon as possib le with the ProJect.
g. Exec ution of Agreement. Thi s Agreement may be executed in one or more counterpart s,
each of wh ich sha ll be deemed an original , bu t all of wh ich s hal l cons tit ute the sa me
Agr eement. A facs imile or electron ic transm ission of th i s Agreement w ith a s ignature on behalf
of a party w ill be legal and bind in g on s uc h party .
h . Federa l Award Identi fi ca ti o n Nu m ber (FA IN ). If the FA IN is not avai lable prior to execution
of the Agreeme nt , the Department may un ilaterally add the FAIN to the Agreement without
app rova l of th e Age ncy and w ithout a n amendm ent to the Agreement. If th is occurs, an
updated Agreement that includes the FAIN w ill be provided to the Agency and uploaded to the
Department of Financia l Services' Florid a Accou ntabil ity Con tract Tracking Sy stem (FACTS).
i. Inspector General Cooperation . The Agency agrees to compl y w ith Section 20 .055(5),
Florida Statutes . and to i nco rporate 1n a ll subcont racts the obligation to comply w it h Section
20.055(5), Florida Statutes,
j , Law , Fo rum, and Venue . T hi s Agreement sh all be governed by and construed in accordance
with the laws of the State of Flo rida In the eve nt of a conflict between any portion of the
contract and Flori da law, the laws of Florida sha ll pr evail. The Agency agrees to wa ive forum
and ven ue and that the Department sha ll dete rm ine the forum and venue in which any dispute
under this Agreement is decided.
IN WITNESS WHEREOF, the Parties have executed this Agreeme nt on the day and year written above.
By: __________ _
Name. Ri ck LoCast ro, C hairman
Title :
ATTEST
CRYi5T~,6J.K. ZE(., :
BY: ._.,...._,..... __ tr __ ..,._
Attest a s to Chairman's
la.,_ signature only
STATE OF FLORIDA , DEPARTMENT OF TRANSPORTATION
~
llocvS,inod ""'
By; 3 )r.r:1,,~ITTJofc1.,:-:~
E.4F033AAAE!4 1t 27 ...
Name : John M. Kubler. P .E,
T itle : Director of Transportation Deve lopment
STATE OF FLORIDA , DEPARTMENT OF TRANSPORTATION
Lega l Rev iew: ~DocuS,inod ""'
i>-c.....,,ot 05
03701 0G420AS40 L [ .t)(::
Don Conway , Sen ior Attorney (as to lega lity and form)
-~
and legal i ty
/
C •~age 16 of 37
Page 5995 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
OocuSign Envelope ID. 420O04E3-1 EO6-4C8F-85AC-205DBF9C780C
STATE OF FLORIOA OEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
EXHIBIT A
Project Desc ription and Resp o nsi bilities
Form ns.000.02
STRATEGIC
DEVELOPMENT
OGC04/23
A . Project Descri ption (description of Agency's project to provide context. descri ption of project components funded
via th i s Agreement (if not the e ntire project))· IMMOKALEE REGIONAL AIRPORT SECURITY ENHANCEMENTS
B . Projec t Locatio n (li mits. cl ty , county, map): lmmokalee Regional Airport/l mmokalee, FUCollier
C . Project Scope (allowable costs : describe proJ ect components. improvement type/service type, approximate
timeli ne , project schedule, project size). Access Control Equipment: As required by 215 .971 , F.S., this scope of work
includes but is not limited to consu ltant and design fees , perm itting, constructio n inspectio n cos ts, m obi lization and
demobilization. maintenance of traffic, demolit ion , installation of access control equipment, supporting wiring , and
dedrcated primary and back-up power supplies, in c lu di ng all materials, equipment, labor , and incidentals required to
complete the project. The Sponsor w ill comply w ith Aviation Program Assurances.
Fencing : As required by 215 .971 . F.S .. this scope of work includes but is not limited to consultant and design fees ;
survey costs: permitting : constructi on in spection and materia l testing costs: mobilization and demobilization :
maintenance of traffic: erosion control: demolition; excavation : embankment , ground preparation : i nstallation of
fencing, posts, ra ils, and gates; sodding : seeding , provi si ons for electrical and fiber optic systems; signage: and
pavement repa i rs , including a ll materials , equipment, labor, and incidentals required to comp lete the fencing project In
accordance with FAA Advisory Circu lar (AC ) 150/5370-1 0G , Standards for Specifying Construction of Airports , Part 8
(Fencing). The Sponsor wrll comply w ith Aviation Program Assurances.
D. Del ivera ble(s)· lmmokalee Reg ional A irport Security Enhancements
The project scope identifies th e ul timate project deliverables . Deliverables for requ isition , payment and invoice
purposes will be the incremental progress made towa rd completion of project scope elem ents . Supporting
documentation will be quantifi able, measurable, and verifiable , to allow for a determination of the amount of
in cremental progress that has been made, and provide evidence that the payment requested is commensurate w ith
the accomplished incremental progress and costs incurred by the Agency .
E. Unallowabl e Costs (inclu d ing but not limited to)
F . Tra nsi t Ope rating Gra nt Requ i r ements (Transit Only):
T ransit Operating Grants billed as an operational subsidy will require an expenditure detail report from the Agency that
matches the in voice period. The expenditure deta il, along with the progress report. w ill be the required deliverables for
Transit Operating Grants. Operating grants may be issued for a term not to exceed three years from execution . The
o riginal grant agreement w i ll include funding for year one . Funding for years two and three w i ll be added by
amendment as long as the grant ee has submitted all invoices on schedule and the project deliverables for the year
have been met
r
C ~'page 17 of 37
Page 5996 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
Enhanced Access
and Fencing
16 G4
Page 5997 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DocuSign Envelope ID · 420O04E3-1 ED6-4C8F-85AC-205DBF9C780C
STATE OF FlORIOA OEPARTMENT OF TRANSPOfHATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
EX HIBIT B
Schedu le of Financ ial A ssistan ce
Form 725.000.02
STRATEGIC
DEVELOPMENT
OGC 04/23
FUNDS AWARDED TO THE AGENCY AND REQUIRED MATCH ING FUNDS PURSUANT TO THIS AGREEMENT
CONS IST OF THE FOLLOWING:
A. Fu nd Ty pe and Fiscal Year:
Fi nancial Fund FLAIR State Object CSFA/ CSFA/CFDA T itl e or
Management Category Fiscal Code CFDA Funding Source Fundi ng
Number Ty pe Year Number Desc ription Am ount
452976-1-94-01 LF 088719 2023 751000 55.004 Av iation Grant Program $48,625.00
452976-1-94-01 SAFE 088719 2023 751000 55.004 Av iation Grant Program $194 ,500.00
Total Financial Assistance $243,125.00
8 . Estimat e of Projec t Costs by Grant Phas e:
Ph ases• State Lo ca l Fede ral Tota ls State Local Fede ral
% % %
Land Acquisition $0.00 $0.00 $0 00 $0 .00 0 ,00 0 ,00 0.00
Plann ing $0.00 $0.00 $0.00 $0 .00 0 .00 0.00 0.00
Environ menta l/Design/Construction $0.00 $0.00 $0.00 $0.00 0.00 0 .00 0.00
Capital EquipmenU Preventative $194 ,500.00 $48 ,625.00 $0,00 $243,125.00 80.00 20.00 0.00
Mai ntena nce
Match to Direct Federal Funding $0.00 $0.00 $0,00 $0.00 0 ,00 0.00 0 .00
Moblli ty Management $0.00 $0.00 $0,00 $0.00 0 ,00 0 .00 0 00
/T ransit Onlvl
Totals $194,500.00 $48 ,625.00 $0.00 $243125.00
*Shifti ng items between these grant phases requires execution of an Amendment to the Publ ic Transportation Grant
Agreement.
Scope C ode and/or Acti vity
Line Item ALI Transit Onl
BUDG ET/CO ST ANALYSIS CERTIFI CATI O N A S 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 216.34 75 , Florida Statutes. Documentation is on file
evi dencing the methodology used and the conclusions reached .
Dawn Gallon , CPM , FCCM
Department Grant Manager Name
Oocusag"~d by~
b.,f\, .J.ja..U&.... 04/25/2023 I 11:22 AM EDT
Date
{~
..._ Page 19 of 37
Page 5998 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DocuSign Envelop e ID; 420D04E3-1 ED6-4C8F-85AC-205D8F9C780C
STATE OF FLORI DA DEPARTMENT OF TRANS PO FHA ilON
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
EXHIBITC
TERMS AND CONDITIONS OF C ONSTRUCTION
1. D esign a nd Con structi on Standards and Required Approv als .
Form 725 ,000--02
STRATEG IC
DEVELOPMENT
OGC 04/23
a . T he Agency understands that it 1s respons ib le for the preparation and certification of all design
plans for the Proj ect. The Agency shall hire a qualified consultant for .the design phase of the
Project or, If applicable , the Agency shall require the ir design-bu ild contracto r or construction
management contractor to hire a qualifie d consultant for the des ign phase of the Project.
b. Executi on of t his Agreement by both Partles shall be deemed a Notice to Proceed to the
Agency for the des ign phase or other non -construction phases of the Project. If the Project
involves a construction ph ase, the Agency shall not begin the constructi on phase of the Project
until the Department issues a Notice to Proceed for the construction phase. Prior to
commencing the construction work described in this Agreement, the Agency shall request a
Notice to Proceed from the Department's Project Manager, Dawn Gallon, CPM, FCCM (emai l:
dawn .qallon@dot.st ate.fl.us) or from an appoi nted designee. Any construction phase work
performed prior to the execution of this required Notice to P roceed is not subject to
re imbursement.
c. The Age ncy will prov ide one (1) copy of t he fin al design p lans and specifications and fina l bid
documents to the Department's Project Manager prior t o bidding or commencing construction
of the Proj ect.
d . The Agency shall requ ire the Agency's contractor to post a payment and perfo rmance bond
in accordance with applicable law(s).
e . The Agency shall be responsib le to ensu re that the construction work under this Agreement
is performed in acco rdance with the approved construction doc uments, and that the
construction work w ill meet a ll appl icab le Agency and Department standa rds .
f . Upon comp let ion of the work authorized by this Agreement , the Agency shal l notify the
Department i n writi ng of the completion of construction of the Project; and for a ll des ign work
that origi nally requi red certifica tion by a Profess iona l Eng ineer, th is notification sha ll conta1n
an Eng ineer's Certification o f Compliance, signed and sea led by a Professional E;ng ineer, the
form of whic h i s attached to this Exhibit . The certificat1on shall state that work has been
com pl eted in compliance w ith the Project construct ion plans and specifications. If any
deviations are found from t he approved plans or specifications , the certification shall include
a list of all deviations a lo ng with an explanatio n that j ustifies the reason to accept each
deviation .
2. Constru ction o n the Department's Right of Way . If t he Project involves construction on the
Department 's right-of-way, then the follow ing provisions apply to any and a ll portions of the Project
that are constructed on the Department's rig ht-of-way:
a. The Ager:icy shall hire a qualified contractor using the Agency's normal bid procedures to
perform the constructio n work for the Proj ect. The Agency must certify tha t the i nstal lation of
the Project is completed by a Contractor prequali fied by the De partment as requi red by Sect ion
2 of the Standard Specifi cations fo r Road and Bri dge Const ruction (201 6), as amended , unless
otherwise approved by the Department in writ ing or t he Contractor exhibits past project
experience in the last five years that are compa rable in scale , composition , and overal l qua lity
to the s ite characterized with in the scope of services of this Proj ect.
~ Pag e 20 of37
Page 5999 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DocuS1gn Envelope ID· 420004E3-lE06-4C8F-85AC-205DBF9C780C
STATE OF FLORIDA DEPARTMENT OF TRANSPORTA Ti ON
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
16 G 4
f orm 725-000-02
STRATEGIC
DEVELOPMENT
OGC 04/23
b. Construction Engineering Inspection (CEI) services wil l be provided by the Agency by hiring a
De partment prequalified consultant firm includ ing one indiv idual that has comp leted the
Advanced Maintenance of Traffic Level Tra ining , un les s otherwise approved by the
Department in w riting . The CEI staff sha ll be present on the Project at all t imes that the
contractor is working . Admin istra tion of the CEI staff shall be unde r the responsible charge of
a State of F lorida Licensed Profe ssi onal Eng i neer who shall provide the certifica tion that a l l
des ign and construction for the Proj ect meets the minimum construction stan dards estab lished
by Department . The Department shall approve a ll CEI personnel. The CEI firm shall not be
the same firm as tha t of t he Eng ineer of Record for the Proj ect. The Department sha ll have
the right, but not the obl iga tion , to perform independent assurance testing d uring the course
of construction of the Project. Notwithstanding the fo regoing , the Department may issue a
written wa iver of the CE I requ irement for portfons of Projects involving the construction of bus
shelters , stop s , or pads.
c . The Proj ect shal l be designed an d constructed in accordance with the latest ed ition of the
Department's Standard Specifications for Road and Bri dge Construction, the Department
Design Standards , and the Manual of Uniform Traffic Contro l Dev1ces (MUTCD). The following
gu idelines shall apply as deemed appropriate by th e Department: the Department Struct ures
Design Manual, AASHTO Guide Specifications for the Design of Pedestrian Bridges , AASHTO
LRFD Bridge Design Specifications, Flo ri da Des ign Manual, Manual for Uniform Minimum
Standards fo r Design , Constructi on and Maintenance for Streets and Highways (the "Florida
Green Book"), and the Departme nt Traffic Eng inee ring Manual. The Agency w ill be required
to submit any construction pla ns requ i red by the Department for rev iew and approval prior to
any wo rk being commenced . Shou ld any changes to the plans be requ ired during constructio n
of the Proj ect, the Agency shall be requ ired to notify the Department of the chang,es an9
rece ive app roval from the Department prior to the changes be ing constructed . The Agency
sha ll ma intain the area of the Project at all times and coordinate any work needs of the
Department du ring construction of the Proj ect.
d . The Agency shall notify t he Department a minimum of 48 hours before beginning construction
within Department rig ht-of-way . The Agency sha ll notify the Department should construction
be suspended for more than 5 working days , The Department contact person for construction
is _,
e. The Agency sha ll be responsib le for monitori ng construction operations and the maint enance
of traffic (MOT) throughout the course of the Proj ect in accordance with t he latest ed it ion of
the Department Standard Specifications , section 102. The .Agency is respons1ble for the
development of a MO T p lan and making any changes to that plan as necessary , The MOT
p lan shal l be in accordance with the latest version of the Department Design Standards, Index
600 series . Any MOT plan developed by the Agency that deviates from the Department Design
Standa rds must be signed and sealed by a profess1ona l enginee r. MOT plans will requ ire
approval by the Depqrtment prior to implementation ,
f . The Agency sha ll be respons ible for locatin g all existin g utilities, both aeri a l and underground .
and for ensuring t hat a ll ut ility locations be accurately documented on the construction plans.
All utility conflicts sha ll be f ull y resolved directly w ith the applicab le utility.
g. The Agen cy will be respons ible for obtain ing a ll permits that may be requi red by other agencies
or local governmen ta l entities.
h. It is hereby agreed by the Parties that this Agreement creates a permissive use only an d a ll
improvements located on t he Department's right-of-way resulti ng from th is Agreement sha ll
become the property of the Department. Neit her the granting of the permiss ion to use the
Department ri ght of way n or the placing of fac ilities upon t he Department property shal l
operate to create or vest any property right to or in the Agency , except as may otherwise be
provided in separate agreements . The Agency shall not acqu ire any right, title, interest or
~' \..: _
1
Page 21 of 37
Page 6000 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DocuSlgn Envelope ID: 420D 04E3-1 ED6-4 CBF-85AC -205DBF9C780C
STA.Tf.OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
F orm 725-000-02
STRATEGIC
DEVELOPMENT
OGC 04123
estate in Department righ t of way , of any nature or kind whatsoever, by virtue of the execution,
operation, effect, or performance of this Agreement including , but not lim ited to, the Agency's
use , occupancy or possession of Department right of way. The Parties agree that this
Agreement does not, and shall not be construed lo, grant credit for any future transportation
concurrency requl remen ts pursuant to Chapter 163, F. S.
i. The Agency shall not cause any liens or encumbrances to attach to any portion of the
Department's property , including but not limited to , the Department's right-of-way.
j . The Agency shal l perform all requ1 red testing associated with the design and construction of
the Project. Testing results shall be made available to the Department upon request. The
Department shall have the right lo perform its own independent testing during the course of
the Project.
k. The Agency shall exercise the rights granted here in and sha ll otherwise perform th is
Agreement in a good and workman li ke manner, with reasonable care, in accordance with the
terms and provisions of this Agreement and a ll applicable federal , state , loca l, admin fstrative,
regulato ry , safety and environmenta l laws, codes , rules, regulations , po licies, procedures ,
gu idelines, standards and permits . as the same may be constituted and amended from time
to time, includi ng , bui not lfmited to , those of the Department. appli cable Water Management
District, Florida Department of Env i ro nmenta l Protection , the Un ited States Envlronmental
Protection Agency , the United States Army Corps of Engineers, the United Sta tes Coast
Guard and loca l governmental entities.
I. If the Department determines a condition exists which threatens the public 's safety , the
Department may, at its discretion, cause const ruction operations to cease and immediately
have any potential hazards removed from its right-of-way at the sole cost, expense , and effort
of the Agency. The Agency shall bear a ll construct ion delay costs in curred by the Department.
m . T he Agency shall be responsib le to maintain and restore all feature s that mlght require
re location with in the Department rig ht-of-way .
fl . The Agency w ill be so lely respons fble fo r c lea n up or restoration requ ired to correct any
environmenta l or health hazards that may result from construction operations.
o. The acceptance procedure will include a final "walk-through'' by Agency and Department
personnel. Upon completion of construction , the Agency will be required to submit to the
Department final as-bu il t plans and an engineering certJflca tion that construction was
completed in accordance to the plans . Submittal of the final as-bu il t plans shall include one
complete set of the signed and sealed plans on 11" X 17" plan sheets and an electronic copy
prepared in Portable Document Fo rm at (PDF ). Priorto the termination of this Agreement, the
Agency shall remove its presence , includ ing , but not limited to, all of the Agency's property,
machinery , and equ ip ment from Department right-of-way and shall restore those portfons of
Department right of way d isturbed or otherwise altered by the Project to substantially the same
condition that existed imm ediately prior to the commencement of the Project. •
p. If the Department determines that the ProJect Ts not comp leted in accordance wfth the
provisions of this Agreement, the Department shall deliver written notification of such to the
Agency . The Agency shall have t hi rty (30 ) days from the date of recei pt of the Department's
written notice , or such other time as the Agency and the Department mutually agree to in
writing , to complete the Project and provide the Department w ith written notice of the same
(th e "Notice of Completion''). If the Agency fails to timely deliver the Notice of Completion, or
if It is determined that the Project is not properly completed after receipt of the Notice of
Complet ion, the Department, with in its discretion may: 1) provide the Agency with writ ten
authorlzation granti ng such additional time as th e Department deems appropriate to correct
the deficiency(i es ); or 2) correct the deficiencY (ies ) at the Agency 's sole cost and expense ,
~
~Ct
Page 22 of 37
Page 6001 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DocuSign Envefope ID; 420O04E3-1 ED6-4C8F-85AC-205D8F9C780C
STATE OF FLORIDA DEPARTMENT OF TRANSPORTAT1ON
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
Form 725-000-02
STRATEGIC
DEVELOPMENT
OGC04/23
w fth out Department liabi lity to the Agency for any resultin g loss or damage to property ,
i ncluding , but not llmited to, machinery and equipment. If the Department elects to correct the
deficiency(ies), the Department shall provide the Agency with an invoice for the costs Incurred
by the Department and the Agency shall pay the invoice within thirty (30) days of the date of
the invoice.
q. The Agency shal l im plement best management practices for eroslon and po llution control to
prevent violation of state water quality standards . The Agency shall be responsible for the
correction of any erosion , shoaling , or water quality problems that resu lt from the constructron
of the Proj ect.
r. Portable Traffic Monitoring Site (PTMS ) or a Telemetry Traffic Monitoring Site (TTMS) may
exist within the v ic in ity of your proposed work . It is the responsibility of th e Agency to locate
and avoid damage to these sites . If a PTMS orTTMS is encountered during construction , the
Department must be contacted immediately .
s . Durin g construction, hi ghest priority must be g iven to pedestrian safety. If permiss ion Is
granted to temporarily close a sidewa lk , it should be done w ith the express condition that an
alternate route w ill be provided , and shall continuously maintain pedestrian features to meet
Americ ans D is ab ility Act (ADA) standards .
t. Restricted hours of operation will be as follows , unless otherwise approved by the
Department's District Construction Engineer or designee (insert hours and days of the week
for restricted operation):
u. Lane closures on the stale road system must be coordinated with the Public Informat ion Office.
at least two weeks p rio r to the closure. The contact Informatio n for the Department's Public
Information Office is:
Insert Distric t PIO contact info:
Note: (Highlighted sections indicate need to co nfirm information w it h District Office or
appropriate DOT person managing the Agreement)
3 . Eng ineer's Certmcation of Compliance. The Agency shall complete and submit and if applicable
Eng ineer's Certification of Compliance to the Department upon completion of the construction phase
of the Proj ect.
(..:
"'-Page 23 of 37
Page 6002 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DocuSfgn Envelope ID' 420D04E3-1 ED6-4C8F-85AC-205DBF9C780C
STA TE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
EN G INEE R'S C ERTIFICATIO N OF COMPLIANCE
PUBLIC TRANSPORTATION GRANT AGREEMENT
BETWEEN
THE STATE OF FLORIDA, DEPARTM ENT OF TRANSPORTATION and _________________ _
Form 725,000-02
STRATEGI C
DEVELOPMENT
OGC 04/23
PROJECT DESCRIPTION . _______________________ _
DEPARTMENT CONTRACT NO.: _____________________ _
FINANCIAL MANAGEMENT NO.: ______________________ _
In accordance w ith the Terms and Conditions of the Public Transportation Gran t Agreement , the und ers igned
cert ifies that all work wh ich orig inally requ ired certification by a Professiona l Eng ineer has been completed in
comp liance with the Proj ect constructio n pla ns and specificat ions. If a ny devia t1ons have been made from the
approved plans , a list of a ll deviat ions , alo ng with an explanatio n that j ustifies the reason to acce pt each
deviati on , w il l be attached to this Certification . Also, with s ubmittal of thi s certificat ion , the Agency shal l furn ish
the Department a set of "as-bu ilt" plans for co nstruction on the Department's Right of Way certified by the
Eng ineer of Record /GEi.
By, ------------~~P_.~E.
SEA L: Name: _____________ _
Date:
:~ (C.-... 0
\......: Page 24 o f 37
Page 6003 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DocUSign Envelope ID· 420D04E3-1ED6-4C8F-85AC-205DBF9C780C
STATE Of FLORIO A OEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
EXHIBIT D
AGENCY RESOLUTION
PLEASE SEE ATTACHED
Fonn 125.000.02
STRATEGIC
OEVELOPMENT
OGC04/23
r; .. o C Page 25 of 37
Page 6004 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
Doc uSign Envelope ID ; 420D04E3-1ED6-4C8F-85AC-2 05DBF9C 780C
A. General.
STATE OF FLORIDA DEPARTl\1ENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
EXHIBIT E
PROGRAM SPECIFIC TERMS AND CONDITIONS· AVIATION
AVIATION PROGRAM ASSURANCES
16 G 4
Form 725-000-02
STRATEGIC
DEVELOPMENT
OGC 04/23
1. The assurances herein shall form an integra f part of the Agreement between the Department and the Agency .
2. These assu rances de li neate the obligations of the Parti es to th i s Agreement to ensure thei r commitment and
compliance with specific provisions of Exhibit "A ", Project Description and Responsibil ities, and Exhibit
"8 ", Schedule of Finan cial Assistance, as well as serv1ng to protect public investment in public-use airports
and the continued viability of the Florida Aviation System.
3 . The Agency sha ll comply with the assurances as specified in th is Agreement.
4. The terms and assurances of th is Agreement shall remain in full force and effect throughout the usefu l life of a
facility developed; equipment acquired; or Project items installed within a faci lity for an airport development or
noise compatibility program project, but shall not exceed 20 years from the effective date of this Agreement.
5. There shall be no limlt on the duration of the terms and ass urances of this Agreement regarding Exc lusive R fghts
and Airport Revenue so long as the property is used as a public airport.
6. There shall 'be no li mit on the duration of the te rms and assurances of th is Agreement with respect to rea l
property acqui red with funds provided by this Agreement.
7. Subj ect to appropriations , the Department shall continue to comp ly with its financial commitment to th is Project
under the terms of th is Agreement , until such time as the Department may determine that the Agency has failed
to comply with the terms and assurances of this Agreement.
8. An Agency that has been determi ned by the Department to have failed to comply w ith either the terms of these
Assurances , or the terms of the Agreement, or both , shall be notified , in writing, by the Department, identifying
the specifics of th e non-compliance and any corrective action by the Agency to remedy the failure .
9 , Failu re by the Agency to satisfactorily remedy the non-compliance shall absolve the Department's continued
financial commitment to this Project and immediately require the Agency to repay the Department the full amount
of funds expended by the Department on this Project.
10. Any history of failure to comply with the terms and assurances of an Agreement will jeopardize the Agency's
eligibility for furthe r state funding of ai rport proj ects by the Department ,
8 . Ag enc y Compliance Certification .
1. General Certification. The Agency hereby certifies, wi th respect to this Project, it will comply , with in its
authodty, w ith all applicable , current laws and rules of the State of Florida and applicable local governments , as
wel l as Department policies , guide lines, and requirements , Includ in g but not 11mited to , the fol lowing (latest
vers1on of each document):
a. Florid a Statutes (F.S.)
• Chapter 163, F.S., Intergovernmental Programs
• Chapter 329, F.S., Aircraft: T itle; Liens : Registrati on ; Llens
• Chapter 330, F.S., Regulation of A ircraft, Pi lots , and Airport s
• Chapter 331 , F.S., Aviation and Aerospace Facilities and Commerce
• Chapter 332 , F .S., A irports and Other Air Navigation Facil ities
• Chapter 333, F.S ., Ai rport ZonTng
--~ -:A~ ~ Page 26 of 37
Page 6005 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DocuSign Envelope ID, 420D04E3-1EDB-4C8F-85AC-205D8F9C780C
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
b. Florida Administrative Code (FAC )
16 G 4
F0TTJl 725-000-02
STRATEGIC
OEVELOPMENT
OGC 04/23
• Chapter 73C-41 , FAC , Community Planning ; Governi ng the Procedure for the. Submittal-and Review of
Local Government Comprehensive Plans and Amendments
, Chapter 14-60, FAC , Airport Licensing , Registration , and Ai rspace Protection
• Section 62-256 .300, FAC, Open Burning, Prohibitions
• Section 62-701 .320(13), FAC , Solid Waste Management Facility Permit Requfrements, General, Airport
Safety
c. Lo cal Government Requirements
• Airport Zon ing Ordinance
• Local Comprehensive Plan
d. Department Requirements
• Eight Steps of Bui lding a New Airport
• Florida Airport Revenue Use Gu1de
• Florida Aviation Project Handbook
• Guidebook for Airport Master Planning
• Ai rport Compatible Land Use Guidebook
2 . Construction Certification. The Agency hereby certifies, w1th respect to a construction-related project, that all
design plans and specifications w ill comply w ith applicable federa l , state, loca l, and professional standards, as
well as Federal Aviation Adm i nistration (FAA) Advisory Circulars (AC's) and FAA issued waivers thereto ,
i ncluding but not limited to, the following:
a. Federal Requirements
• FAA AC 70/7 460-1 , Obstruction Marking and Lighting
• FAA AC 150/5300-13, Airport Design
• FM AC 150/5370-2, Operational Safety on Airports Durin g Construction
• FAA AC 150/5370-10, Standards for Specifying Construction of Airports
b. Local Government Requirements
• Local Buildi ng Codes
• Local Zoning Codes
c. Department Requirements
• Manual of Uniform Mi nimum Standards for Des ign , Construction and Maintenance for Streets and
Hi ghways (Common ly Referred to as the ''Florida Green Book")
• Manual on Uniform Traffic Contro l Devices
• Section 14-60.007 , FAC , Airfield Standards for Licensed Ai rports
• Standard Specifications for Construction of General Aviation Ai rports
• Design Gu idelines & Minimum Standard Requirements for T-Hangar Projects
3. Lanq Acquisition Certificatio n . The Agency hereby certifies , regarding land acquisition , that it will comp ly with
applicable federal and/or state policies , regulations, and laws, including but not limited to the following :
a. federal Requirements
• Uniform Relocation Assistance and Rea l Property Acquisition Policies Act of 1970
• National Environmental Po li cy of 1969
• FAA Order 5050.4, National Environmental Policy Act Implementing Instructions for Airport Projects
• FAA Order 5100 ,378, Land Acquisftlon and Relocation Ass istance for Airport Projects
b. Florida Requirements
• Chapter 73 , F.S., Eminent Domain (re: Property Acquired Through Condemnation)
, Chapter 74 , F.S ,, Proceed ings Supplemental lo Eminent Doma i n (re: Condemnation)
• Section 286.23, F .S., Public Busi ness: Misce llaneous Provlsions
0:
... --\
~OJ Page 27 o f 37
Page 6006 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DocuSi9n Envelope ID : 420D04E3-1ED6-4C8F-85AC-205DBF9C780C
C , Age ncy Authority.
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
16 G4
form 726-000-02
STRATEGIC
DEVELOPMENT
OGC:04123
1. Legal Authority . T he Agency hereby certifies , with respect to this Agreement, that it has the legal authority to
enter into th is Agreement an d commi t to this Project; t hat a resolution, mo tion , or similar action has been duly
adopted o r passed as an officia l act of the a irport sponsor's governi ng body authorizing this Agreement, including
assurances contained therei n, and d irecting an d authorfzlng the person identified as the official represen tative
of the governing body-to act on i ts behalf wi th respect to this Agreement and to provide any additiona l inform ation
as may be required .
2. Fi na n cial A uthority. The Agency hereby certlffes, with respect to th is Agreement, that It has sufficient funds
avail able fo r that portion of the Project costs which are not paid by the U.S . Government or the State of Florida ;
that it has sufficient funds available to assure fu ture operation and maintenance of items funded by this Project.
which it will control ; and that authority has been granted by the airpo rt sponsor govern ing body to commit those
funds to this Project.
D. Agency Res pon s ibilities. T he Agency hereby certifies it currently complies with or will comply with the follow ing
responsibilitfes:
1. Ac co unting Syste m .
a. The Agency shall create and mai ntai n a separate account to document all of the financial transactions
rela ted to the a irport as a d isti nct entity.
b . T he accounting records shall be kept by the Agency o r its authorized rep resentative in accordance with
General ly Accepted Accountl ng Pri nciples and in an accounti ng system that will facilitate an effective audit
in accordance with the 2 CFR Part 200 , Uniform Administrative Requi rements , Cost Principles , a nd Audit
Requirements for Federal Awards and Section 215.97 , f .S,, Florida Single Audit Act
c. The Department has the right to aud it and i nspect all financial records of the Agency upon reasonable notice.
2. G ood T itle.
a . The Agency holds good title , satisfactory to the Department, to the ai rport or s ite thereof, or gives assurance ,
sa tisfactory to the Department, that good tltle wil l be obtained .
b. For noise compati bility program proj ects undertaken on the ai rport sponsor's property, the Agency holds
good t1t le, satisfactory to the Department , to that portion of the property upon whi ch state funds w ill be
expended, or gives assurance, sati sfactory to the Department, that good title will be obtained .
3 , Preserving Ri g hts and Powers.
a. The Agency shall not take or permit any action wh ich would operate to deprive i i of any of the rights and
powers necessary to perform any or all of the terms and assurances of th is Agreement w ithout the written
;;ipproval of the Department. Further, the Agency shall act promptly to acquire , extinguish , or modify, in a
manner acceptable to the Department, any outstanding righ ts or claims of right of others which would
interfere with such performance by the Agency.
b. If an arrangement i s made fo r management and operation of the airport by any entlty or person other than
the Agency or an employee of the Agency , the Agency shall reserve sufficient ri ghts and au thority to ensure
that the airport will be operated and mai ntained i n accordance w~h the terms and assu rances of this
Agreement.
4 . Ha z ard Re moval and M itigation.
~
~-v 1'age 28 of 37
Page 6007 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DocuS1gn Envelop e ID : 420O04E3-1 ED6-4C8F-85AC-205DBF9C780C
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
G RANT AGREEMENT EXHIBITS
Form 725-000-02
STRATEGIC
DEVELOPMENT
OGC 04/23
a. For airport hazards located on a i rport controlled property, the Agency shall clear and protect terminal
airspace required for i nstrument and visual operations at the airport (including established minimum fl ight
aftitudes) by removin g, lowering , relocating, marking , or lighti ng or otherwise mitigating existing airport
hazards and by prevent ing the establishment or creation of future a irport hazards.
b . For airport hazards not located on airport controlled property , the Agency shall work in conjunction with the
governing public authority or private land owner of the property to clear and protect termi na l airspace
requ ired for instrument and visual operations at the ai rport (in cluding estab lished minimum flight altitudes)
by remov ing , lowering, relocating , mark in g , or lighting or otherwise mitigating existing airport h azards and
by preventing the estab lishment or creation of future airport hazards. The Agency may enter in to an
agreement with surrounding property owners or pursue available legal remedi es to remove potential hazards
to a ir nav igation.
5. Ai rport C ompatible Land Use.
a. The Agency assures that appropriate airport zoning ordinances are in place consistent with Section 333 .03 ,
F.S., or if not l n place , that it w il l take appropriate action necessary to ensure local government adoption of
an airport zon ing ordinance or execut1on of an interlocal agreement with another loca l government body
having an airport zonl ng ordinance, consistent with the provisions of Section 333.03 , F .8 .
b. The Agency assures that lt w ill d isapprove or oppose any attempted alteration or creation of objects, natural
or man-made, dangerous to navigable airspace or that would adversely affect the current or future levels of
airport operations.
c. The Agency assures that it will disapprove or oppose any attempted change in local land use development
regu lations that would adversely affect the current or future leve ls of a irport operat1ons by creation or
expansion of airport incompattble land use areas.
6. Consistency with Loca l Governme nt Plans.
a. The Agency assures the Project is consistent with the currently existing and planned fu ture land use
development plans approved by the local government havrng judsd ict1onal responsibility for the area
surrounding the airport .
b. The Agency assures that it has given fair consideration to the interest of local communities and has had
reasonable consultation with those parties affected by the Project.
c. The Agency sha ll consider and take appropriate actions , if deemed warranted by the Agency, lo adopt the
current, approved Airport Master Plan into the local government comprehensive p lan.
7, Cons istency wi t h Ai rport Master Plan and Ai rpo rt Layout Pl an.
a. The Agency assures that the project, covered by the terms and assurances of this Agreement, is consistent
with the most current Airport Master Plan.
b. The Agency assures that the Project, covered by the terms and assurances of this Agreement, is consistent
wi th the most current, approved Airport Layout Plan (ALP), which shows :
1) The boundar1es of the a irport and all proposed add itions the reto , together with the boundaries of a ll
offsite areas owned or controlled by the Agency for airport purposes and proposed additions thereto;
2 ) The location and nature of all existing and proposed ai rport facilities and structures (such as
runways , taxiways , aprons , terminal build ings, hangars , and roads), in clud ing all proposed
extensions and reductions of ex isting airport facilities; and
3) The location of all existing and proposed non-aviation areas on airport property and of all existing
im provements thereon .
~' C '·:P age 29 of 37
Page 6008 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DocuSign Envelope ID: 420O04E3-1EO6-4C8F-85AC-205DB F9C780C
STATE Of FLORIDA DEPARTMENT Of TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
form 725-0QOs02
STRATEGI C
DEVELOPMENT
OGC 04/23
c, The Agency assures that it w il l no t make or permit any changes or alterations on the ai rport or any of its
facilities that are not consistent with the Airport Master Plan and the Airport Layout Plan , as approved by the
Department.
d. Orig inal Airport Master P lans and A irport Layout Plans and each amendment , revision , or modification
thereof, will be subject to the approval of the Department.
8. Airport Financial Plan .
a. The Agency assures that It wil l develop and maintain a cost-feas ible Airport financial plan to accomplish
the proj ects necessary to achiev e the proposed airport improvements identified in the A i rport Master Plan
and dep icted in th e Ai rport Layout Plan , and any updates thereto . The Agency 's Airport financial plan must
comply with the following conditions:
1) The Airport financial plan will be a part of the A i rpo rt Master Plan .
2) The Airport fi nancia l plan will realistically assess project phasing considedng availability of state and
local fundi ng and likellhood of federal funding under the FAA's priority system .
3) The Ai rport financia l plan will not in c lude Department funding for proj ects that are lnconsistent With
the local government comprehensive plan.
b. All Project cos t estimates contained in the Airport financial pfan shall be entered into and kept current fn the
Florida Aviation Database (FAD) Joint Automated Capital Improvement Program (JACIP) website.
9. Ai rport Revenue. The Agency assures that all revenue generated by th e airport will be expended for capital
improvement or operat1ng costs of the a irport; the local airport system ; or other Jocal facil it ies which are owned
or operated by the owner or operator of the airport and which are directly and substantially related to the air
transportation of passengers or property , or for environmental or no1se m1 t1gation purposes on or off the airport ,
10 . Fee and Rental Structure.
a. The Agency assures that it wll[ malntaln a fee and rental structure for facllities and services at the a i rport
that it will make the airport as self-sustaining as possib le under the circumstances existing at th e particular
airport .
b. If this Agreemen t results in a facility that will be leased or otherwise produce revenue , the Agency assures
that the price charged for that facility wfll be based on the market valu e.
11 . Public-Private Partnership for Aeronautical Uses.
a . If the airport owner or operator and a person or entity that owns an a irc raft or an ai rport tenant or potenti al
tenant agree that an ai rcraft hangar or tenant-specific facility, respectively , i s to be constructed on airport
property fo r ai rcraft storage or te nant use at the expense of the ai rcraft owner or tenant, the a i rport owner
or operator may grant to the aircraft owner or tenant of the facility a lease that is subj ect to such terms and
conditions on the facility as the a irport owner or operator may impose , subj ect to approva l by the Departme nt.
b. The price charged for said lease will be based on market value , unless otherwi se approved by the
Department.
12. Economic Nondisc rim ination .
a. The Agency assures that ii will make the airport avai la ble as an a i rport for public use on reasonab le terms
without unjust discriminati on to al l types, kinds and classes of aeronauti cal activities , including commercial
aeronautica l activities offeri ng services to the public.
1) The Agency may establis h such reasonable , and not unjustly discriminatory, conditions to be met
by all users of the airport as may be necessary for the safe and efficient operation of the airport.
(c.~
'--Page 30 of 37
Page 6009 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DocuS1gn Envelope ID : 420O04E3-1EO6-4C8F-85AC-205DBF9C780C
STATE Of FLORIOA DEPARTMENT Of TRANSPORTATlON
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXH IBITS
Form 726-000-02
STRATEGIC
DEVELOPMENT
OGC 04123
2) The Agency may prohibit or l imit any given type, kind or class of aeronautical use of the airport if
such action is necessary for the safe operation of the airport or necessary to serve the civil aviation
needs of the public,
b. The Agency assures that each airport Fixed-Based Operator (FBO) shall be subject to the same rates, fees ,
ren tals , and other charges as are uniformly applicable to al l other FBOs makfng the same or similar uses of
such airport and utilizing the same or similar facilities .
13. Air and Water Quality Standards , The Agency assures that all proj ects involvin g airport location , major runway
extension , or runway location will be localed , designed, constructed, and operated so as to comply with
app licable air and water qual fty standards
14. Operations and Maintenance .
a . The Agency assures that the ai rport and all facilities, which are necessary to serve the aeronautical users
of the airport, shall be operated at all times in a safe and serviceable condition and in accordance with the
minimum standards as may be required or prescribed by applicab le federal and state agencies for
maintenance and operation , as well as minimum standards estab lished by the Department for State of
Florida lic enslng as a public-use airport.
1) The Agency assures that lt will not cause or permit any acHv ity or action thereon wh ich would
interfere w ith its use for airport purposes,
2) Except in emergency situations , any proposal to temporarily c lose the a irport for non-aeronautfcal
purposes mu st fi rst be approved by the Department.
3) The Agency assures that ii will have arrangements for promptly notifyi ng airmen of any condition
affecting aeronautic al use of the a irport.
b. Nothing contained here in sha ll be construed to require that the airport be operated for aeronautica l use
durln g temporary per1ods when adverse weather condit ions in terfere w ith safe a irport operations.
15. Federa l Fu nding Eligibility.
a. The Agency assures it w ill take appropriate actions to ma intain federal fund ing eligib il ity for the airport and
1t Will avoid any action that renders the airport ineligible for federal funding .
b. If the Agency becomes ineligible for federal funding of a irport projects, such determination will render the
Agency ineligible for state funding of airport projects .
16. Project Implementation .
a . The Agency assures that it will begi n making expenditures or incurrin g ob ligations pertaining to this Project
within one year after the effective date of this Agreement.
b. The Agency may request a one-year extens ion of this one-year tlme period , subject to approval by the
Department District Secretary or des1gnee.
c. Fai lure of the Agency to make expenditures , incur obl igations or receive an approved extension may allow
the Department to terminate th is Agreemen t.
17. Exclusive Rights. The Agency assures that Tt wil l not permit any exclusive right for use of the airport by any
person provldi ng , or in tending to provide, aeronautical services to the publlc.
18. Airfield Access.
a. The Agency assures that 11 will not grant or a tlow general easement or publ ic access that opens onto or
crosses the a irport runways , taxiways , ftfght line , passenger facilities , or any area used for emergency
Page 6010 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DocuSlgn Envelope ID 42 0O04E3-1ED6·4C8F-85AC-205DBF9C780C
STATE OF FLORIOA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
Form 725-000-02
STRATEGIC
DEVELOPMENT
OGC 04/23
equipment, fuel . supplies, passengers, mail and fre ight , radar, communications , util[ties , and landin g
systems , tncluding but not lrmi ted to flight operations, ground services, emergency servic es , terminal
facil iti es , maintenance , repair, or storage , except for those normal airport providers responsible for standard
airport daily services or during special events at the airport. open to the public w ith limited and controlled
access.
b . The Agency assures that ,t will not grant or allow general easement or public access to any portion of the
airfield from adjacent real property wh i ch is not owned, operated , or otherwise contro lled by the Agency
without prior Department approval
19. Retention of Rights and Interests.The Agency will not sell, lease, encu mb er. or otherwise transfer or d ispose
of any part of Its title or other interests In the real property shown as a irport owned or controlled on the current
airport layout plan without pr,or written approval by the Department. It will not sel l, lease , encumber, terminate,
waive , or otherwise transfer or d ispose of any part of its title, rights , or other interest in existing noise easements
or av1gation easements on any property, airport or non-airport . without prior written approval by the Department.
These assurances shall not limit the Agency's ri ght to lease a irport property for airport-compatible purposes
20. Consultant, Contractor, Scope, and Costs.
a. The Department has th e right to disapprove the Agency's employment of consultants, contractors . and
subcontractors for all or any part of th is Project ,f the specific consultants , contractors, or subcontractors
have a record of poor project performance with the Department .
b. Further, the Department maintains the ngnt to disapprove the proposed Project scope a nd cost of
professional services .
21. Planning Projects For all planning projects or other avi ation stud ies , the Agency assures that it w ill :
a . Execu te the project per the approv ed project narrative or with approved modification s.
b . Furnish the Department with su ch periodic project and work activ ity reports as In dicated m the approved
scope of services
c. Make such project materials ava il able for public review , unless exempt from public disclosure .
1) Information related to a irport security i s considered re stricted information and is exempt from public
dissemination per Sections 119 .071(3) and 331 .22 F.S.
2) No materials prepared under th is Agreement sha ll be subject to copyright in the Un ited States or
any other country.
d . Grant the Department unrestricted authority to publis h , disclose, distribute. a nd otherwise use any of the
material prepared in connection with this Agreement.
e. If the Proj ect involves developing an Ai rport Master Plan or an Ai rp ort Layout Plan, and any updates thereto,
it will be consistent with provision s of the Florida Aviation System Plan . will identify reasonable future growth
of the airport and the Agency will comply with the Department airport master planning gu idebook, including.
1) Provi de copies , in electron ic and editable format , of fina l Project materials to the. Department,
including computer-aided drafting (CAO ) file s of the A irport Layout Plan.
2) Develo p a cost-feasible financial p lan , approved by the Department, to accomplish the proj ects
described in the Airport Master Plan or depicted in the A irport Layout Plan , and any updates thereto.
The cost-feasi ble fin anc ial plan sha ll realist ically assess Project phasing considering availability of
state and local fund ing and federa l funding under the FAA's priority system.
3) Enter all projects contained in the cost-feasible plan in the Join t Automated Capita l Improvement
Prog ram (J AC IP).
rQ ~ '.!page 32 of 37
Page 6011 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DocuSfgn Envelope ID. 420D04 E3-1 ED6'-4CBF-85AC-205 DBF9C780C
STA TE OF FLORIDA DEPARTMENT OF T RANSPORTAT ION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EX.HIB ITS
Form 726-000-02
STRATEGIC
DEVELOPMENT
OGC 04123
f. The Agency understands and agrees that Department approval of this Agreement or any planni ng materi al
developed as part of th is Agreement does not const itute or imply any assurance or commitment on the part
of the Department to approve any pending or future appl ication fo r state aviation fund ing .
g. The Agency wi ll submit master plann ing draft and fina l deliverables for Department and , if requ i red , FAA
approval prior to submitting any i nvoices to the Department for payment.
22. Lan d Acquisition Projects . For the p urchase of real property , the Agency assures that it w ill:
a. Laws. Acquire the land i n accordance w ith federal and /or state laws govern ing such action.
b. Adm inistration . Mai ntain d irect control of Project adm i nistration , including ·
1) Mai ntai n responsi bility for a ll re lated contract letti ng and adm inistrative procedures re lated to the
purchase of real property .
2) Secure written Depa~ment approval to execute each agreement for the purchase of real property
with any th i rd party .
3) Ensure a qual ified , State-certified general appra iser provides all necessary services and
documentation.
4) Furnish the Departmen t with a projected schedu l e of events and a cash flow projection with in 20
ca lendar days after completion of the review appra isal.
5) Establish a Project accou nt for the purchase of the land.
6) Collect and disburse fede ral , state, and local project funds.
c. Rei mbursabl e Funds. If fund ing c onveyed by th is Agreement is reimbursable for land purchase i n
accordance with C hapter 332 , F.S., the Agency shal l comp ly with the foll owi ng requirements ;
1) The Agency sha l l apply fo r a FAA Ai rport Improvement Program grant for the land purchase withi n
60 days of executi ng th is Agreement.
2) If federal fu nds are received for the land p urchase, the Agency s hal l notify the Department, in writing ,
With i n 14 calendar days of rece ivin g the federal f unds and is respons ible fo r re imburs ing the
Department w ithi n 30 calendar days to achieve no rmal proj ect federal , state , and local funding
shares per Chapter 332, F.S.
3) If federal funds a re not rece1ved for the land pu rchase, the Agency shal l re imburse the Department
with i n 30 calendar days after the re imbu rsable funds are due i n order to ach ieve normal proj ect
state and local fund i ng shares as described in Chapter 33.2, F.S ,
4) If federal funds are not received for the land purchase and the state share of the purchase is less
than or equal to normal state and local funding shares per Chapter 332 , F .S., when reimbursable
f unds are due, no reimbursement to the Department sha ll be required.
d , New Airpo rt. If th i s Project involves the purchase of real property for the development of a new airport,
the Agency assures that it will :
1) Apply for federal and state fund ing to const ruc t a paved runway , associated a frcraft parking apron ,
and connecting taxiway within one year of the date of land purchase.
2) Comp lete an A irport Master Plan w lth in two years of land pu rchase.
3) Complete airport construction for basic operatio n wi thin 1 0 years of land purchase.
e. Use of Land . The Agency assures that it shal l use the land for aviation purposes 1n accordance w ith the
terms and assurances of th is Agreement with i n 10 years of acquisition.
f , Di sposal of Land. For t he dl sposal of real property the Agency assu res that 11 will comp ly with the fo l lowing:
1) For l and purchased for ai rport development or noise compatibil ity purposes, the Agency shall, when
the l and is no longer needed for such pu rposes , d ispose of such land at fa1r market value and /or
m ake available to the Department an amount eq ual to the state's proportionate share of its market
val ue.
t ~age 33 of 37
Page 6012 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DocuSlgn Envelope ID 420D04E3-1ED6-4C8F-85AC-205DBF9C780C
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT E XHIB ITS
2) Land will be considered to be needed for airport purposes under this assurance if·
form 726,000,02
STRATEGIC
DEVELOPMENT
OGC 0t/23
a) It serves aeronauti cal purposes such as a runway protectio n zone or as a noise buffer.
b) Revenue from uses of such land contr ibutes to airport financial self.sufficiency .
3) Dispos ition of land under Sections D.22 f.1. or D.22 f .2 of this Exhibit, above, sha ll be subject to
retention or reservation of any in terest or ri g ht therein ne eded to e nsure such land will only be used
for purposes compatible with noise levels related to a irport operations .
4 ) Revenues from the sale of such land must be accounted for as outlined in Section D. 1. of thls
Exhibit. and expended as outlined in Section 0 .9 . of this Exhibit.
23 . Constru ctio n Proje cts . The Agency assures that It w111 ·
a. Proj ect Cert ifi cations. Certify Project compliances , including :
1) Consultant and contractor selection comply wi th all applicable fed eral , state and loca l laws , rules,
regu lations , and po licles.
2) All design plans and specifications comply With federal , state, and professional standards and
apphcable FAA adviso ry circul ar s, as well as the minimum standards establ ished by the Department
for State of Florida licens ing as a public-use a irport .
3) Completed construction complies with all app licable local building codes .
4) Completed construction comp lfes w ith the Project p lans and specifications wi th certification of that
fact by the Project Eng ineer
b. Design Development . For the plans , specifications, construction contract documents , and any and all
other engineering , construction , and contractua l documents p roduced by the Engineer, which are
hereinafter collectively referred to as "plans", the Eng in eer wil l certify that:
1) The plans shall be developed in accordance with sound engineering and design prin ciples , and with
generally accepted professional standards.
2) The plans sha ll be consistent with the intent of the Proj ect as defined i n Exh1 bi t A and Exhib it 8 of
this Agreement.
3) The P roj ect Engineer shall perform a review of the certification requirements listed i n Sect ion B 2
of this Exhibit , Construction Certif ication, and make a determination as to their applicability to th is
Project.
4) Development of the plans shall comply with all applicable laws, ordinances , zoning and permitting
requirements. public notice requ irements, and other si milar regul ations .
c . Ins pectio n a nd Approval. The Agency assures that:
1) The Agency w ill provide and maintain competent technical supervisi on at the constructlon site
throughout the ProJect to assure that the work conforms to the pla ns , specification s , and schedules
approved by the Department , as applic able, for the Project.
2) The Agency assures that it will allow the Department to i nspect the work and that i t w il l provide any
cost and progress report ing , as may be required by the Department.
3) The Agency assures that 11 will take the appropriate corrective action necessary, as required by the
Department, for work Which does not conform to the Department standard s.
d . Pa vemen t Pre venti ve Mainte nan ce . The Agency assures that for a project involv ing replacemen t or
reconstruction of runway or taxiway pavement it h as implemented an airport pavement maintenance
man agement program and that it w ill use such program for the useful life of a ny pavement constructed,
reconstructed , or repaired wi th state financial assistance at the airport
~
Page 34 of 37
Page 6013 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DocuSign Envelope ID: 420O04E3-1 ED6-4C8F-85AC-205DBF9C780G
STATE OF FLORIDA DEPARTMENT OFTRANSPOFHATI ON
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
24 . Noise Mitigation Projects. The Agency assures that it will ·
form 72S-000•02
STRATEGIC
DEVELOPMENT
OGC 04/23
a. Government Agreements. For all noise compatibi lity projects that are carried out by another unit of local
government or are on property owned by a unit of loca l government other than the Agency , the Agency
shall enter in to an agreement wi th that government body.
1) The local agreement, satisfactory to the Department, shall ob li gate the unit of loca l government to
the same terms and assurances that apply lo the Agency.
2) The Agency assures that ii w ill take steps to enforce the local agreement if there is substantial non-
compliance with the terms of the local agreement
b. Private Agreements . For no ise compatibility projects on privately owned property:
1) The Agency shall enter i nto an agreement with the owner of that property to exclude future actions
against the a irport.
2) The Agency assures that it will take steps to enforce such agreement if there ls substantial non-
compliance with the terms of the agreement.
• End of Exhibit E -
(('l~
\:: Page 35 of 37
Page 6014 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DocuSlgn Envelope ID: 420O04E3-1ED6-4C8F-85AC-205OBf9C780C
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
f?UBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
EX HIBIT F
Contract Payme nt Requireme nts
Flo rid a Department of Financial Servi ces, Refe re nce Gu ide fo r State Expenditures
Cost Reimbursement Con tra cts
l 6fit t
Form 725-000-02
STRATEGIC
DEVELOPMENT
OGC 04/23
Invoices for cost reimbursement contracts must be supported by an Itemized lfstIng of expenditures by ca tegory (salary ,
travel, expenses, etc.). Supportfng documentation shall be submitted for each amount for whfch reimbursement is be ing
claimed indicating that the item has been paid , Documentation for each amount for which reimbursement is being
claimed must indicate tha t the item has been pa id . 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 di rectly related to
the services be ing provided .
Listed below are types and examples of supporting documentation for cost reimbursement ag reements :
(1) Sala ries : A payroll register or similar documentation shou ld 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 pa id by the hour, a document reflecting the hours worked times the rate of pay will be
acceptab le .
(2) Fringe Benefits : Fringe Benefits shou ld be supported by invoices showing the amount paid on behalf of the
employee (e.g ., insurance premiums paid). If the contract specifica lly states t),at fr inge benefits will be based
on a specified percentage ra ther than the actual cos t of fringe benefits , then the calculation for the fringe benefits
amoun t must be shown.
Exception: Governmental entities are not requ ired to provide (:heck numbers or copies of checks for fringe
benefits .
(3) Travel : Reimbursement for travel must be in accordance w ith Section 112.061 , Florida Statutes , which
i ncludes subm ission of the claim on the approved State travel voucher or el ectron ic means.
(4 ) Other d irect costs: Reimbursement will be made based on pa1d 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 Ru le 60A-1 .017 , Florida Administrative Code, regarding the requirements for contracts
wh1ch include services and that provide for the contractor to purchase tang ible personal property as defined in
Section 273.02 , Florida Statutes , for subsequent transfer to the State.
(5) In-house charges: Charges wh ich 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) Ind irect cos ts: If the contract specifies that indirect cos ts wi ll be paid based on a specified rate, then the
calculation shou ld be shown .
Contracts between state agenc ies , 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 F lorida Department of Financial Services , online Reference Gulde for State Expend itures can be found at th [s web
address https ://www.myfloridacfo.com/Divislon/M/Manuals/documents/ReferenceGuideforStateExpenditures.pdf .
,,. ""
'C :~age 36 of 37
Page 6015 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DocUSign Envelope ID : 420D04E3-1 ED6-4 C8F-85AC-205 DBF9C780C
STATE Of F LORI DA DEPARTMENT OF TRANSPORTATI ON
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
EXHIBITG
AUDIT REQUIREMENTS FOR AWARDS OF STATE FINANCIAL ASSISTANCE
l 6 G4
For m 725-000-02
STRA TEGIC
DEVELOPMENT
OGC 04123
THE STATE RESOURCES AWARDED PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING:
SUBJECT TO SECTION 215,97 , FLORIDA STATUTES:-
Awarding Agency: F lorida Department of Transportation
State Proj ect Title: Aviati on Grant Program
CSFA Number: 55.004
"Award Am ount: $194,500
*The award amount may c hange with amendments
Spec ific project i nformation for CSFA Number 55 .004 is provi ded at https://apps.fl dfs.com/fsaa/sea rchCataloq.aspx
COMPLIAN C E REQUIREMENTS APPLICABLE TO STATE RESOURCES AWARDED PURSUANT TO THIS
AGREEMENT :
Sta te Pr oject Compl iance Requirements
https://apps J ldfs.com/fs aa/searchComplian ce.aspx
for CSFA Number 55.004 are
The Sta te Proj ects Compliance Supp lement i s provided at: hltps ://apps.fldfs.com/fsaa/comp lia nce.asox
provided a t
,;:-
.... h.lpage 37 o f 37 _,,.
Page 6016 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DocuSign Envelope ID 420D04E3-1ED6-4C8F-85AC-205DBF9C780C
To: Dawn.Ga1Jon@dot.state.tl.Us
FLORIDA DEPARTMENT OF TRANSPORTATION
FUNDS APPROVAL
G2J23
4/24/2023
CONTRACT INFORMATION
Contract: G2J23
Contract Type: GD • G RA NT DISBURSEMENT (GRANT )
Method of Procurement: G -GOVERMENTAL AGENCY (287.057,F.S .)
Vendor Name : COLLIER COUNTY A IRPORT
Vendor ID: F596000558130
Beginning Date of This Agreement: 04/21/2023
Ending Date of This Agreement: 06/30/2025
Contract Total/Budgetary Celling: ct= S194 ,500.00
Description: lmmokalee Reg ional A irport Security Enhancements
FUNDS APPROVAL INFORMATION
FUNDS APPROVED/REVIEWED FOR ROBIN M. NAITOVE , CPA, COMPTROLLER ON 4/24/2023
Action: Original
Reviewed or Approved: APPROVED
Organization Code: 55012020129
Expansion Option: AB
Object Code: 751000
Amount: $194,500.00
Financial Project; 45297619401
Worl\ Activity (FCT): 215
CFDA:
Fi sca l Year 2023
Budget Entity 55100100
Category/Category Yea r. 0887 19/23
Amendment ID· 0001
Sequence' 00
User Assigned ID:
Enc U ne (6s)/Status: 0001/04
Total Amount: $194,500.00
16 G4
Page l of 1
Page 6017 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
DocuSign
Certificate Of Completion
Envelope Id ; 420D04E31 ED64C8F85AC205DBF9C780C Sta tus· Completed
Subject; Complete with DocuSign: I MM_G2J23_ 452976-1 _Security Enhancements SAFE_Origianl PTGA_Draft for IL
Contract N umber (ex . C9A12, optional)· G2J23
Documenl Contains Confidential l nforrna t1on?: No
Fin Proj Nurn (ex, 123456-1-32-01, Optional): 4529 76-1-94-0 1
Office (contact Procurement if add Is needed):
Aviation
HR Acti on?. No
Source Envelope·
Document Pages: 38
Certificale Pages: 2
AutoNav: Enabled
Envelope\d Stamping: Enabled
Signatures· 1
Initials : 1
Ti me Zone· (UTC-05:00) Eastern T ime (US & Canada)
Record Tracking
Status : Original
4/25/2023 11 • 16: 32 A M
Signer Events
Dawn Gallon
dawn.gallon@dot.sta te.fl.us
Florida Department ofTransportat1o n
Security Level: Emai l, Account Authentication
(None)
Electr onic Record a nd Sig nature Disclosure:
Not Offered via DocuSign
Don Conway
don,conway@dot.state.f\.us
Senior Attorney
Florida Department of Tra nsportati on
Security Level' Emal\, Account Authenticati on
(None)
Electronic Record and Signature Dis c losu r e:
Not Offered via DocuSign
In Pe rson Signer Eve nts
Editor Delivery E1tents
Agent Delivery Events
Intermediary Delivery Events
Certified Delivery Events
Ca rbon Copy Events
Witness Events
Holder. Dawn Gallon
dawn.gallon@dot.state.n.us
Signature
Signature Adoption : Pre-sele cted Style
Using IP Address: 156.75.180.190
Signature Adopti on: Pre-selected Style
Using I P Address : 156. 75.252 .6
Si gnature
Statu s
Status
Status
Status
Status
Signature
Envelope O ri ginator:
Dawn Gallon
605 Suwannee Street
MS20
Tallahass ee. FL 32399·0450
dawn ,g aJl on@dol . state. fl . us
IP Address: 156. 75.180.190
Locatl on: DocuSign
Timestamp
Sent: 4/25/2023 11 :22:17 AM
Viewed: 4/25/2023 11 :22 :3 7 AM
Signed: 4/25/2023 11 :22:45 AM
Sent. 4/25/2023 11 :22:47 A M
Viewed: 4/26/2023 7:49:33 AM
Signed : 4/26/2023 7 ;51 :10 AM
Timestarnp
Timestamp
Timestamp
Timestamp
Timestamp
Timestamp
Timestamp
(c~
'-
Page 6018 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
Notary Events
Envelope Summary Events
Envelope Sent
Certified Delivered
Signing Complete
Completed
Payment Events
Signature
Status
HashedfEncrypted
Security Checked
Secunty Checked
Security ChecKed
Status
Timestamp
Timestamps
4/25/2023 11 :22.18 AM
4/26/2023 7"49:33 AM
4/26/2023 7-51 10 AM
4/26/2023 7:51: 10 AM
Timestamps
16 G 4
Page 6019 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
1 6 G IJ •
RE OL UT IO N NO. 2023 -11 2
RES OL TI O OF THli: BOARD OF CO U T Y COMMI SS IO ERS, ACTI G
AS TH E COLLI ER CO U TY A IRPORT A UTHORITY, APPROVING AND
AU THORJ Z I G TH E EXECUTIO N OF TH E ATTACH ED GRANT
AGR EE MEN T G2J2 3 A D A LL SU B EQ UE NT AMEN DM E TS TO TH E
PUBLI C TRA NSPORTA T ION GRANT AGRE EMENT WITH TH E FLORIDA
DEPARTM E T OF TRA NS PORT ATIO UPO BO A RD A PPRO VA L
WH EREA S, the Collier County Airport Authority has the au thorit y to enter int o the attached
agree ment with the Federa l A vi at ion Admin istration to undertake projects as authorized by Chapte r
332 . Florida Stat/lies, and Section 14-60 of the Florida Administrative Code, and Collier County
Ordi nance 2004-03.
OW. THEREFORE. BE IT RESOLVED BY THE Board of Cou nt y Commissioners acting
as the Co llier County Airport Authority. Collier Coun ty. Collier Co un ty, rlorida. that:
I. Public Transportation Grant Agreement (PTO/\) umber 02.123, Financial Management
umber 452976-1-94-0 I for Security Enhanc ement s at the I mmokalee Regional Airport.
attached hereto. is hereby approved.
'J The Chai rman of the Board of County Commissioners. ac ting as the Collier Cou nty Airport
Au thority, is authorized to enter into modify or terminate PTGA Number 02.123 with the
Florida Depaitment ofTranspo11ation unless and until it may be specifically resc inded.
3. Upon Boa rd approva l, the Chairman of the Board of County Commissioners, acting as the
Collier County Airport Authority. is authorized to enter into. modify or terminate a ll
subsequent amendments to PTGA Number 02.123 with the Florida Department of
Transportation unless and unti l it may be specifically rescinded .
4. T his Resolution shall take effect immediately upon adoption.
ADOPTED thi s 13:t\, da y or _Ji--=0 .... 0 .... f.--r __ 2023 after motion. seco nd and majority vote in
favor of' adoption.
ATTEST:
CRYSTAL K. Kl ZEL. CLERK
~/pl,
Affe~TY C LERK
L . signa ture only
Approv
COLLIER COUNTY A I RPORT AUTI IORITY
By: __ ~_/4_· _____ _
RI CK LO CASTRO. C HAIRMA
Page 6020 of 6641
DocuSign Envelope ID: D8B5A624-6078-458C-9E65-9E0BB6DEB33D
Florida D ep artment of Tra nsportation
RO N DESA.t'IITIS
GO VERN OR
801 North Broadway
Bartow , Florida 3383 0
JARED W. PERDU E, P.E.
SECRETAR Y
MEM ORAN DU M
Date: May 24, 2023
To: L.K. Nandam, P.E., District Secretary
From: John M. Kubler, P.E., Director of Transportation Development
Copies: Greg Bowne, Melissa Slater, Nicole Mills, Abra Horne, Kevin Ingle
Subject: Delegation of Authority for John Kubler
Effective February 3, 2023, I will be serving as the Interim District Secretary for
District One. During this period, Nicole Mills, P.E., lntermodal Systems
Development Administrator will serve as the Interim Director of Transportation
Development.
Therefore, I delegate Nicole Mills, P.E., Interim Director of Transportation
Development, to act on behalf of the Director of Transportation Development and
sign all documents except for Human Resources related items such as hire
packages, telework agreements, etc. which I will retain in my court. Signature
should be made "in your name for the Interim Director of Transportation
Development".
This delegation will remain in effect from June 1, 2023 through May 31, 2024
unless rescinded.
Improve Safety, Enhance Mobility, Inspire Innovation
www.fdot.gov
Page 6021 of 6641
Certificate Of Completion
Envelope Id: D8B5A6246078458C9E659E0BB6DEB33D Status: Completed
Subject: Complete with DocuSign: IMM_G2J23_452976-1_Security Enhancements SAFE_Origianl PTGA_Legal & Dir...
Contract Number (ex. C9A12, optional): G2J23
Document Contains Confidential Information?: No
Fin Proj Num (ex.123456-1-32-01, Optional): 452976-1-94-01
Office (contact Procurement if add is needed):
Aviation
HR Action?: No
Source Envelope:
Document Pages: 42 Signatures: 2 Envelope Originator:
Certificate Pages: 2 Initials: 0 Dawn Gallon
AutoNav: Enabled
EnvelopeId Stamping: Enabled
Time Zone: (UTC-05:00) Eastern Time (US & Canada)
605 Suwannee Street
MS 20
Tallahassee, FL 32399-0450
dawn.gallon@dot.state.fl.us
IP Address: 156.75.180.190
Record Tracking
Status: Original
6/20/2023 2:02:17 PM
Holder: Dawn Gallon
dawn.gallon@dot.state.fl.us
Location: DocuSign
Signer Events Signature Timestamp
Don Conway
don.conway@dot.state.fl.us
Senior Attorney
Florida Department of Transportation
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 156.75.252.6
Sent: 6/20/2023 2:05:21 PM
Viewed: 6/21/2023 7:51:05 AM
Signed: 6/21/2023 7:52:01 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Nicole Mills
nicole.mills@dot.state.fl.us
Interim Director of Transportation Development
Florida Department of Transportation
Security Level: Email, Account Authentication
(None)
Signature Adoption: Uploaded Signature Image
Using IP Address: 156.75.252.6
Sent: 6/21/2023 7:52:02 AM
Viewed: 6/21/2023 11:39:50 AM
Signed: 6/21/2023 11:40:00 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
In Person Signer Events Signature Timestamp
Editor Delivery Events Status Timestamp
Agent Delivery Events Status Timestamp
Intermediary Delivery Events Status Timestamp
Certified Delivery Events Status Timestamp
Carbon Copy Events Status Timestamp
Witness Events Signature Timestamp
DocuSign·
~DocuSigned by:
c :D10~
[~=~
E4FD33AAA641427
Page 6022 of 6641
Notary Events Signature Timestamp
Envelope Summary Events Status Timestamps
Envelope Sent Hashed/Encrypted 6/20/2023 2:05:21 PM
Certified Delivered Security Checked 6/21/2023 11:39:50 AM
Signing Complete Security Checked 6/21/2023 11:40:00 AM
Completed Security Checked 6/21/2023 11:40:00 AM
Payment Events Status Timestamps
Page 6023 of 6641
Docusign Envelope ID: F58D48D9-3348-43C7-AA42-DA708CAA9C2B
05/30/2025 | 4:35 PM EDT
Page 6024 of 6641
Docusign Envelope ID: F58D48D9-3348-43C7-AA42-DA708CAA9C2B
Page 6025 of 6641
Docusign Envelope ID: F58D48D9-3348-43C7-AA42-DA708CAA9C2B
Page 6026 of 6641
Certificate Of Completion
Envelope Id: F58D48D9-3348-43C7-AA42-DA708CAA9C2B Status: Completed
Subject: Complete with Docusign: IMM_G2J23_452976-1_Security Enhancements SAFE_PTGA AM1_Time Extension 6...
Contract Number (ex. C9A12, optional): G2J23
Document Contains Confidential Information?: No
Fin Proj Num (ex.123456-1-32-01, Optional): 452976-1-94-01
Office (contact Procurement if add is needed):
Aviation
HR Action?: No
Source Envelope:
Document Pages: 3 Signatures: 2 Envelope Originator:
Certificate Pages: 2 Initials: 0 Dawn Gallon
AutoNav: Enabled
EnvelopeId Stamping: Enabled
Time Zone: (UTC-05:00) Eastern Time (US & Canada)
605 Suwannee Street
MS 20
Tallahassee, FL 32399-0450
dawn.gallon@dot.state.fl.us
IP Address: 156.75.252.6
Record Tracking
Status: Original
5/29/2025 12:13:48 PM
Holder: Dawn Gallon
dawn.gallon@dot.state.fl.us
Location: DocuSign
Signer Events Signature Timestamp
Don Conway
don.conway@dot.state.fl.us
Senior Attorney
Florida Department of Transportation
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 156.75.252.6
Sent: 5/29/2025 12:15:22 PM
Viewed: 5/29/2025 2:11:53 PM
Signed: 5/29/2025 2:12:30 PM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Nicole Mills
nicole.mills@dot.state.fl.us
Director of Transportation Development
Florida Department of Transportation
Security Level: Email, Account Authentication
(None)
Signature Adoption: Uploaded Signature Image
Using IP Address: 156.75.252.6
Sent: 5/29/2025 2:12:31 PM
Viewed: 5/30/2025 4:35:03 PM
Signed: 5/30/2025 4:35:27 PM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
In Person Signer Events Signature Timestamp
Editor Delivery Events Status Timestamp
Agent Delivery Events Status Timestamp
Intermediary Delivery Events Status Timestamp
Certified Delivery Events Status Timestamp
Carbon Copy Events Status Timestamp
Witness Events Signature Timestamp
Page 6027 of 6641
Notary Events Signature Timestamp
Envelope Summary Events Status Timestamps
Envelope Sent Hashed/Encrypted 5/29/2025 12:15:22 PM
Certified Delivered Security Checked 5/30/2025 4:35:03 PM
Signing Complete Security Checked 5/30/2025 4:35:27 PM
Completed Security Checked 5/30/2025 4:35:27 PM
Payment Events Status Timestamps
Page 6028 of 6641
Docusign Envelope ID: 96963856-F3F1-41A7-A188-AFB65AAFD628
12/11/2025 | 10:31 AM EST
Page 6029 of 6641
Docusign Envelope ID: 96963856-F3F1-41A7-A188-AFB65AAFD628
Page 6030 of 6641
Docusign Envelope ID: 96963856-F3F1-41A7-A188-AFB65AAFD628
Page 6031 of 6641
Docusign Envelope ID: 96963856-F3F1-41A7-A188-AFB65AAFD628
Page 6032 of 6641
Docusign Envelope ID: 96963856-F3F1-41A7-A188-AFB65AAFD628
Page 6033 of 6641
Docusign Envelope ID: 96963856-F3F1-41A7-A188-AFB65AAFD628
Page 6034 of 6641
Docusign Envelope ID: 96963856-F3F1-41A7-A188-AFB65AAFD628
Page 6035 of 6641
Docusign Envelope ID: 96963856-F3F1-41A7-A188-AFB65AAFD628
Page 6036 of 6641
Docusign Envelope ID: 96963856-F3F1-41A7-A188-AFB65AAFD628
Page 6037 of 6641
Docusign Envelope ID: 96963856-F3F1-41A7-A188-AFB65AAFD628
Page 6038 of 6641
Certificate Of Completion
Envelope Id: 96963856-F3F1-41A7-A188-AFB65AAFD628 Status: Completed
Subject: Complete with Docusign: IMM_G2J23_452976-1_Security Enhancements SAFE_PTGA AM 2_Legal & Directo...
Contract Number (ex. C9A12, optional): G2J23
Document Contains Confidential Information?: No
Fin Proj Num (ex.123456-1-32-01, Optional): 452976-1-94-01
Office (contact Procurement if add is needed):
Aviation
HR Action?: No
Source Envelope:
Document Pages: 10 Signatures: 2 Envelope Originator:
Certificate Pages: 2 Initials: 0 Dawn Gallon
AutoNav: Enabled
EnvelopeId Stamping: Enabled
Time Zone: (UTC-05:00) Eastern Time (US & Canada)
605 Suwannee Street
MS 20
Tallahassee, FL 32399-0450
dawn.gallon@dot.state.fl.us
IP Address: 156.75.252.6
Record Tracking
Status: Original
12/11/2025 9:10:51 AM
Holder: Dawn Gallon
dawn.gallon@dot.state.fl.us
Location: DocuSign
Signer Events Signature Timestamp
Don Conway
don.conway@dot.state.fl.us
Senior Attorney
Florida Department of Transportation
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 156.75.252.6
Sent: 12/11/2025 9:13:34 AM
Viewed: 12/11/2025 10:10:05 AM
Signed: 12/11/2025 10:11:05 AM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Nicole Mills
nicole.mills@dot.state.fl.us
Director of Transportation Development
Florida Department of Transportation
Security Level: Email, Account Authentication
(None)
Signature Adoption: Uploaded Signature Image
Using IP Address: 47.205.78.59
Signed using mobile
Sent: 12/11/2025 10:11:06 AM
Viewed: 12/11/2025 10:31:23 AM
Signed: 12/11/2025 10:31:50 AM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
In Person Signer Events Signature Timestamp
Editor Delivery Events Status Timestamp
Agent Delivery Events Status Timestamp
Intermediary Delivery Events Status Timestamp
Certified Delivery Events Status Timestamp
Carbon Copy Events Status Timestamp
Witness Events Signature Timestamp
Page 6039 of 6641
Notary Events Signature Timestamp
Envelope Summary Events Status Timestamps
Envelope Sent Hashed/Encrypted 12/11/2025 9:13:34 AM
Certified Delivered Security Checked 12/11/2025 10:31:23 AM
Signing Complete Security Checked 12/11/2025 10:31:50 AM
Completed Security Checked 12/11/2025 10:31:50 AM
Payment Events Status Timestamps
Page 6040 of 6641
Page 6041 of 6641
Page 6042 of 6641
nESOt.tJ'ilON NO.2026-
A RESOLIJTION I]Y THE BOAITD OF COUNTY COMMISSIONERS,
ACTING AS THIi COLLIER COUNTY AIIII'ORT AUTHOITITY,
APPROVING AND AT-ITHORIZING THE E,XECUTION OI' TTIE
ATTACHED AMEND}IENT NO. 3 TO THE PUI]LIC
TRANSPOIITATION (;ITANT AGI{EEMENT 152976-I-91.01.
CONTRACT NO. G2.I23, WII'H THE FLORIDA DEPARTMEN'I'OF
TRANSPOII,TATIoN.
WHEREAS. the Collier County Airport Authority has the authority to enter into the
attached agreement with the Florida Department of Transportation to undertake projects as
authorized by Chapter 332, Floridu Statlttes. and Section l4-60 of the f'lorida Administrative
Code. and Ordinance 2004-03t and
WHEREAS, on May 27. 2025. the Board approved Amendment No. I to the Agreement
to provide an additional twelve (12) months o{'additional time on the Agreement, changing the
expiration date from June 30. 2025, to June 30, 2026, and,
WHEREAS. on December 9^ 2025. the Board approved Amendment No. 2 to the
Agreement to provide additional FDO'f funding in the amount of $52,700, increasing the FDOT
share fiom $194.500 to 5247.200; and
WHER-EAS, FDOT is willing to amend the Agreement to allow an additional twelve (12)
months of time on the Agreement. changing thc expiration date lrom June 30. 2026, to .lune 30,
2027; and
WHEREAS, the Collier County Board of Commissioners finds that the Agreement is in
the public interest and benefits the citizens of Collier County.
NOW, THEREFOR-E, BE IT RESOLVED BY TTIE BOARD OF COUNTY
COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that:
l. The Board ol County Commissioners approves and authorizes ils Chairman to sign
Amendment No. 3 to the Agreement (FPN 452976-1-94-01, Contract No. G2123).
2. The Collier County CIerk is directed to forward a cetilled copy of this Resolulion along
with Amendment No. 3 to lhe Agreement lbr execution by FDOT.
3. This Resolution shall take elTect immediately upon adoption.
ADOPTED this 24th day of March 2026 after motion, second and majority vote in lavor of
adoption.
[26-APA-00602/2005 I 68/l ]20 cA()
WHEREAS, on June 13. 2023. the Board approved a Public Transportation Grant
Agreement (the "Agreement") with the State of Florida Department of Transportation (FDOT).
executed on June 21,2023. wherein l'DO1- will reimburse Collier County up to $194,500 lbr
security enhancements at Immokalee Region Airport (lMM) (FPN 45297 6-l -94-01): and
Page 6043 of 6641
ATTEST:
CRYSTAL K. KINZEL. CLTTRK
COI-LIEI{ COUN fY AII{POR'I' AI.]THORITY
llt
. DUP[I'|Y CLITRK
Approved for form and legality
I)AN KOWAL. CIIAIRMAN
ctoCourtnev L. DaSilva
Assistant County Attorney 3b/la
2
[26-A PA-00602/2005 l68i I l20 CAO
Page 6044 of 6641