Loading...
HomeMy WebLinkAboutR-22-21 FDOT PTGA Rehabilitation of Runway 05-23RESOLUTION NO. R-22-21 A RESOLUTION OF THE CITY OF SEBASTIAN, INDIAN RIVER COUNTY, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE A PUBLIC TRANSPORTATION GRANT AGREEMENT (PTGA) WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION FOR FUNDING THE DESIGN COST OF FM450930-1-94-01 "DESIGN RUNWAY 05-23 REHABILITATION" AT THE SEBASTIAN MUNICIPAL AIRPORT; PROVIDING FOR CONFLICT; PROVIDING FOR SEVERABHdTY; PROVIDING FOR SCRIVENER'S ERRORS; AND PROVIDING FOR AN EFFECTIVE DATE. Whereas, the Sebastian Municipal Airport current Runway Pavement Condition Index average is below a "Fair" rating and is forecasted to continue to deteriorate; Whereas, the Federal Airport Authority (FAA) and Florida Department of Transportation (FDOT) Maintenance Policies recommend a Major Rehabilitation that will bring the Runway surface condition back up to a 100 rating; Whereas, the FDOT has extended an Public Transportation Grant Agreement (PTGA) FM450930-1-94-01 in the amount of $10,945, for their 5% portion of the FAA grant Airport hnprovement Grant (AIP) Project No. 3-12.0145-020-2022 totaling $218,900.00 for the Design of the Rehabilitation of Runway 05-23 with Lighting Improvements at Sebastian Municipal Airport, providing for 90% of the actual project cost, said project cost for the City of Sebastian is estimated to be $10,945 and Whereas, the City of Sebastian desires to improve the current runways and agrees to the conditions of such funding. NOW THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF SEBASTIAN, as follows: Section 1. AUTHORIZATION. The City Manager is hereby authorized to execute said Public Transportation Grant Agreement #FM450930.1-94-01 on behalf of the City. Section 2. CONFLICTS. All resolutions or parts of resolutions in conflict are hereby repealed. Section 3. SEVERABILIM The provisions of this Resolution are intended to be severable. If any provision of this Resolution is determined to be void or is declared illegal, invalid, or unconstitutional by a Court of competent jurisdiction, the remainder of this Resolution shall remain in full force and effect. Section 4. SCRIVENER'S ERRORS. Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager, or the City Manager's designee, without need of further action of City Council by filing a corrected copy of same with the City Clerk. Section 5. EFFECTIVE DATE. This resolution shall take effect immediately upon its adoption. The foregoing Resolution was moved for adoption by Council Member Dodd The motion was seconded by Council Member Nunn and, upon put to a vote, the vote was as follows: Mayor Jim Hill aye Vice Mayor Fred Jones aye Council Member Bob McPartlan aye Council Member Chris Nunn aye Council Member Ed Dodd aye The Mayor thereupon declared this resolution duly passed and adopted this 24th day of August,2022. ATTEST: 4etteaXfliams, City Clerk CITY OF SEBASTIAN. FLORIDA Mayor Jim Hill Approved as to form and legality for reliance by the City of Sebastian only: %ianrfy An , Jr.VCty rney Docuttign Envelope ID: 7 ElB4lBEJ52E4A9C-9169.A1624C615076 sr m or nanvu cerurrvnn mnux... nsaooar PUBLIC TRANSPORTATION oevrcorraxr GRANT AGREEMENT Financial Project Numbar(sk Fund(s): DPfO FLAIR Category: 088719 1 450930-1-94-07 Work Activity Cotlrl275 Object Federal Num adeaAwerO de: 5SD420 7D429 c2am Identification Number (FAIN)— Transit only: WA Vendor Number. VF59SO00927006 Contract Number. Federal Award Date: WA CFDA Number. WA Agency SAMIUEI Number. CFDA TWO:WA CSFA Number. WA CSFA Title! WA THIS PUQIYR/2;FMS19F5"TAQ TGRANT AGREEMENT ('Agreement') Is entered Into iiryry and between the State of Florida, Depadment of Transportation, ('Department), and City of Sebastian, ('Agency). The Department and the Agency are sometimes referred to In this Agreement as a'Party' and collectively as ths'Parfin.' NOW, THEREFORE, In consideration of the mutual benefits to be derived from joint participallon on the Project, the Parties agree to the following: 1. Authority. The Agency, by Resolution or other form of official authorization, a copy of which Is attached as Exhibit "D", Agency Resolution and made a part of this Agreement, has authorized Its officers to execute this Agreement on Its behalf. The Department has the authority pursuant to Sections) 332.007, Florida Statutes, to enter Into this Agreement. 2. Purpose of Agreement. The purpose of this Agreement is to provide for the Department's participation In Deal ar���Rupp,w�vaav 05-23 Rehab/ Mallon, as further described In Exhibit 'A", Project Description and Responaibll(llea, agecha end �ncerporated Into this Agreement ('Project'), to provide Department financial assistance to the Agency, state the terms and conditions upon which Department funds will be provided, and to set forth the manner In which the Project will be undertaken and completed. 3. Program Area. For Identification purposes only, this Agreement is Implemented as part of the Department program area selected below (select all programs that apply): Aviation Seaports Transit Intennocial Rail Crossing Closure Match to Direct Federal Funding (Aviation or Transit) (Note: Section 15 and Exhibit G do not apply to federally matched funding) Other 4. Exhibits. The following Exhibits are attached and Incorporated Into this Agreement: x Fxhlbit A: Project Description and Responsibilities ii Exhibit B: Schedule of Financial Assistance 'Exhibit B1: Defamed Reimbursement Financial Provisions 'Exhibit B2: Advance Payment Financial Provisions }j 'Exhibit C: Terms and Conditions of Construction x Exhibit D: Agency Resolution $ Exhibit E Program Specific Terms and Conditions x Exhibit F: Contract Payment Requirements 'Exhibit G: Audit Requirements for Awards of State Financial Assistance 'Exhibit H: Audit Requirements for Awards of Federal Financial Assistance 'Additional Exhlbit(s): Page 1 of 35 DocuSlgn Envelope ID: 1 E1B41BE-352E-4A9C-9169-A1624C615a76 mar wuuao•�,xrvexror nunsvomsnax r�nsmom PUBLIC TRANSPORTATION muwc Demme cart GRANT AGREEMENT 0iC01m 'Indicates that the Exhibit Is only attached and Irim poreled If applicable box is selected. 6. Time. Unless specified otherwise, all references to 'days" within this Agreement refer to calendar days. 6. Term of Agreement. This Agreement shag commence upon full execution by both Parties ('Effective Date') and continue through December 31, 2024. If the Agency does not complete the Project within this time period, this Agreement will expire unless an extension of the time period Is requested by the Agency and granted In writing by the Department prior to the expiration of this Agreement. Expiration of this Agreement will be considered termination of the Project. The cost of any work performed prior to the Effective Date or agar the expiration dale of this Agreement will not be reimbursed by the Department a. _ If this box Is checked the following provision applies: Unless terminated earlier, work on the Project shall commence no later than the _ day of _, or within _ days of the Issuance of the Nolic , to Proceed for the construction phase of the Project (If the Project Involves construction), whichever dale Is earlier. The Department shall have the option to Immediately terminate this Agreement should the Agency fall to meet the above qulred dates. 7. Amendments, Extensions, and Assignment. This Agreement may be amended or extended upon mutual written agreement of the Parties. This Agreement shall not be renewed. This Agreement shall not be assigned, transferred, or otherwise encumbered by the Agency under any circomstonces without the prior written consent of the Department. 8. Termination or Suspension of Project. The Department may, by written notice to the Agency, suspend any or all of the Department's obligations under this Agreement for the Agencys fagure to comply with applicable law or the terms of this Agreement until such time as the event or condition resulting in such suspension has ceased or been connected. a. Notwithstanding any other provision of this Agreement, If the Department intends to terminate the Agreemen4 the Department shall notify the Agency of such lamination In willing at least thirty (30) days prior to the termination of the Agreement, with Instructions to the effective dale of termination or specify the stage of work at which the Agreement Is to be terminated. It. The Parties to this Agreement may terminate this Agreement when its continuation would not produce benegdal resulls commensurate with the further expenditure of funds. In this event, the Parties shall agree upon the termination conditions. c. If the Agreement Is terminated before performance Is completed, the Agency shall be paid only for that work satisfactodly performed for which costs can be substantiated. Such payment, however, may not exceed the equivalent percentage of the Department's maximum financial assistance. If any potion of the Project is located on the Department's dghtof-way, then all work In progress on the Department dghtof-way will become the property of the Department and will be turned over promptly by the Agency. d. In the event the Agency falls to perform or honor the requirements and provisions of this Agreement, the Agency shall promptly refund In full to the Department within thirty (30) days of the termination of the Agreement any funds that were determined by the Department to have been expended In violation of the Agreement e. The Department reserves the night to unilaterally cancel this Agreement for failure by the Agency to comply with the Public Records provisions of Chapter 119, Florida Statutes. 9. Project Cost: Page 2 of 35 RRTEWflpRIWOFPNrraFMOF�RTATXW ram]]51 i PUBLIC TRANSPORTATION oemaaoswT GRANT AGREEMENT occom a. The estimated total cost of the Project Is $218,900. This amount Is based upon Exhibit "B", Schedule of Financial Assistance. The fimeline for deliverables and distribution of estimated amounts between deliverables within a grant phase, as outlined in Exhibit "B", Schedule of Financial Assistance, may be modified by mutual written agreement of the Parties and does not require execution of an Amendment to the Public Transportation Grant Agreement. The timeline for deliverables and distributton of estimated amounts between grant phases requires an amendment executed by both Parties In the same form as this Agreement. b. The Department agrees to participate In the Project cost up to the maximum amount of 110,945 and, the Department's participation in the Project shall not exceed 5_00% of the total eligible cost of the Project, and as more fully described In Exhibit "B", Schedule of Financial Assistance. The Agency agrees to bear all expenses In excess of the amount of the Department's participation and any cost overruns or deficits Involved. 10. Compensation and Payment: a. Eligible Cost. The Department shall reimburse the Agency for allowable costs incurred as described in Exhibit "A", Project Description and Responsibilities, and as set forth in Exhibit "S", Schedule of Financial Assistance. b. Deliverables. The Agency shall provide quantifiable, measurable, and verifiable units of deliverables. Each deliverable must specify the required minimum level of service to be performed and the criteria for evaluating successful completion. The Project and the quantifiable, measurable, and vedfiable units of deliverables are described more fully in Exhibit "A", Project Description and Responsibilities. Modifications to the deliverables In Exhibit "A", Project Description and Responsibilities requires a formal written amendment. c. Invoicing. Invoices shall be submitted no more often than monthly by the Agency In detail sufficient for a proper pre -audit and post -audit, based on the quantifiable, measurable, and verifiable deliverables as established in Exhibit "A", Project Description and Responsibilities. Deliverables and costs Inured must be received and approved by the Department prior to reimbursement Requests for reimbursement by the Agency shall Include an invoice, progress report, and supporting documentation for the deliverables being billed that are acceptable to the Department The Agency shall use the format for the invoice and progress report that Is approved by the Department. d. Supporting Documentation. Supporting documentation must establish that the deliverables were recelved and accepted in writing by the Agency and must also establish that the required minimum standards or level of service to be performed based on the criteria for evaluating successful completion as specified In Exhibit "A", Project Description and Responsibilities has been met. Ali costs invoiced shall be supported by property executed payrolls, time records, invoices, contacts, or vouchers evidencing In proper detail the nature and propriety of charges as described In Exhibft "F", Contract Payment Requirements. e. Travel Expenses. The selected provision below Is controlling regarding travel expenses: x Travel expenses are NOT eligible for reimbursement under this Agreement. Travel expenses ARE eligible for reimbursement under this Agreement. Bllls for travel expenses specifically authorized In this Agreement shall be submitted on the Department's Contractor Travel Forth No. 300-000-00 and will be paid In accordance with Section 112.061. Florida Statutes, and the most cumenl version of the Department's Disbursement Handbook for Employees and Managers. Page 3 of 35 STATE OF FLOFJM DEFMWY OF TPI FFATON fY01r} 41 PUBLIC TRANSPORTATION smnreac oeveLwFre rr GRANTAGREEMENT 0Q DUM Financial Consequences. Payment shall be made only after recelpl and approval of deliverables and costs Incurred unless advance payments are authorized by the Chief Financial Officer of the State of Florida under Chapters215 and 216, Florida Statutes, or the Department's Comptroller under Section 334.044(29), Florida Statutes. If the Department determines that the performance of the Agency Is unsatisfactory, the Department shall notify the Agency of the deficiency to be corrected, which correction shall be made within a time - frame to be specified by the Department The Agency shall, within thirty (30) days after notice from the Department, provide the Department with a corrective action plan describing how the Agency will address all issues of contract non-performance, unacceptable performance, failure to meet the minimum performance levels, deliverable deficiencies, or contract non- compliance. If the corrective action plan is unacceptable to the Department, the Agency will not be reimbursed. If the deficiency is subsequently resolved, the Agency may bill the Department for the amount that was previously not reimbursed during the next biting period. If the Agency Is unable to resolve the deficiency, the funds shall be forfeited at the end of the Agreement's term. g. Invoice Processing. An Agency receiving financial assistance from the Department should be aware of the following time frames. Inspection or verification and approval of deliverables shall take no longer then 20 days from the Department's receipt of the Invoice. The Department has 20 days to deliver a request for payment (voucher) to the Department of Financial Services. The 20 days are measured from the latter of the date the Invoice is received or the deliverables are received, inspected or verified, and approved. If a payment is not available within 40 days, a separate interest penalty at a rate as established pursuant to Section 55.03(1), Florida Statutes, will be due and payable, In addition to the Invoice amount, to the Agency. Interest penalties of less then one (1) dollar will not be enforced unless the Agency requests payment. Invoices that have to be returned to an Agency because of Agency preparation errors will result In a delay In the payment. The Invoice payment requirements do not start unlit a properly completed invoice Is provided to the Department A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this Individual Include acting as an advocate for Agency who may be experiencing problems In obtaining timely payments) from a state agency. The Vendor Ombudsman maybe contacted at (850) 4135516. h. Records Retention. The Agency shall maintain an accounting system or separate accounts to ensure funds and projects are backed separately. Records of coals incurred under the terms of this Agreement shall be maintained and made available upon request to the Department at all times during the period of this Agreement and for live years after final payment is made. Copies of these records shall be furnished to the Department upon request. Records of costs Incurred Include the Agencys general accounting records and the Project records, together with supporting documents and records, of the Contractor and all subcontractors performing work on the Project, and all other records of the Contractor and subcontractors considered necessary by the Department for a proper audit of costs. I. Progress Reports. Upon request, the Agency agrees to provide progress reports to the Department In the standard format used by the Department and at Intervals established by the Department The Department will be entitled at all times to be advised, at Its request, as to the statue of the Project and of details thereof. J. Submission of Other Documents. The Agency shall submit to the Department such data, reports, records, contracts, and other documents relating to the Project as the Department may require as listed In Exhibit "E", Program Specific Terms and Conditions attached to and Incorporated Into this Agreement. Page 4 of 35 M OF FWO A.°EVMI OF TMM9P° Alrpl rATRboAM PUBLIC TRANSPORTATION smxreac °EVEiwr¢xr GRANT AGREEMENT 04C °YII k. Offsets for Claims. If, after Project completion, any claim Is made by the Department resulting from an audit or for work or services performed pursuant to this Agreement, the Department may offset such amount from payments due for work or services done under any agreement that It has with the Agency owing such amount ff, upon written demand, payment of the amount Is not made within 50 days to the Department. Offsetting any amount pursuant to this paragraph shall not be considered a breach of contract by the Department I. Final Invoice. The Agency must submit the final Invoice on the Project to the Department within 120 days after the completion of the Project. Invoices submitted after the 120-0ay time period may not be paid. m. Department's Performance and Payment Contingent Upon Annual Appropriation by the Legislature. The Department's performance and obligation to pay under this Agreement Is contingent upon an annual appropriation by the Legislature. If the Departmenrs funding for this Project Is in multiple fiscal years, a notice of availability of funds from the Department's project manager must be received prior to costs being Incurred by the Agency. See Exhibit "B", Schedule of Financial Assistance for funding levels by fiscal year. Project costs utilizing any fiscal year funds are not eligible for reimbursement ff Incurred prior to funds approval being received. The Department will notify the Agency, In writing, when funds are available. n. Limits on Contracts Exceeding $25,000 and Term more than 1 Year. In the event this Agreement Is In excess of $25,000 and has a term for a period of more than one year, the provisions of Section 339.135fta), Florida Statutes, are hereby incorporated: 'The Department Outing any fiscal year, shall not expend money, Incur any liability, or enter Into any contract which, by its terms, Involves the expenditure of money In excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal or written, made In violation of this subsection Is null and vold, and no money may be paid on such contract The Department shall require a statement from the comptroller of the Department that funds are available prior to entering Into any such contract or other binding cemmHment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding 1 year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for In succeeding fiscal years: and this paragraph shall be Incorporated verbatim In all contracts of the Department which are for an amount In excess of $25,000 and which have a term for a period of more than 1 year." o. Agency Obligation to Refund Department. Any Project funds made available by the Department pursuant to this Agreement that are determined by the Department to have bean expanded by the Agency in violation of this Agreement or any other applicable law or regulation shall be promptly refunded in full N 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 rights as the funding agency to verify all Information at a later date by audit or Investigation. p. Non -Eligible Costs. In determining the amount of the payment, the Department will exclude all Project costs incurred by the Agency pdor to the execution of this Agreement, costs Incurred after the expiration of the Agreement costs that are not provided for In Exhibit "A", Project Description and Responsib110ies, and as set forth In Exhibit "B", Schedule of Financial Assistance, costs agreed to be home by the Agency or Its contractors and subcontractors for not meeting the Project commencement and final Involoe time lines, and costs attributable to goods or services received under a contract or other arrangement that has not been approved Page 5 of 35 STATE OF FLOMM DEPARTMENT OF Tf SPOPTAnON Fo,m Tl6CWLl PUBLIC TRANSPORTATION OF �sLmArewc OPMEMr GRANT AGREEMENT ooc omr in writing by the Department. Specific unallowable costs may be listed in Exhibit "A", Project Description and Responsibilities. 11. General Requirements. The Agency shall complete the Project with all practical dispatch In a sound, economical, and efficient manner, and In accordance with the provisions in this Agreement and all applicable laws. a. Necessary Permits Certification. The Agency shall cartify to the Department that the Agency's design consultant and/or construction contractor has secured the necessary permits. b. Rightcf-Way Certification. If the Project Involves construction, then the Agency shall provide to the Department certification and a copy of appropriate documentation substantiating that all required right-of-way necessary for the Project has been obtained. Certification Is required prior to authorization for advertisement for or solicitation of bids for cansbuction of the Project, even If no right-of-way Is required. c. Notification Requirements When Performing Construction on Department's Rlghtof- Way. In the event the cast of the Project Is greater than $250.000.00. and the Project Involves construction on the Department's rightof-way, the Agency shall provide the Department with written notification of either Its Intent to: I. Require the construction work of the Project that Is on the Department's right-of-way to be performed by a Department prequaliged contractor, or H. Construct the Project utilizing existing Agency employees, if the Agency can complete said Project within the lime frame set forth in this Agreement. d. If this box Is checked, then the Agency Is permitted to utilize its own forces and the following provision applies: Use of Agency Workforce. In the event the Agency proceeds with any phase of the Project utilizing Its own forces, the Agency will only be reimbursed for direct costs (this excludes general overhead). e. If this box Is checked, then the 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 Indirect expenses (no rate). IL _Agency has selected to apply a de minimus rate of 10% to modified total direct costs. Note: The de minimus rate is avallable only to entities that have never had a negotiated Indirect cost rate. When selected, the de minimus rate must be used consistently for all federal awards until such time the agency chooses to negotiate a rate. A cast policy statement and de minmmis certification form must be submitted to the Department for review and approval. III. _ Agency has selected to apply a state or federally approved Indirect cost rate. A federally approved rate agreement or Indirect cast allocation plan (ICAP) must be submitted annually. f. Agency Compliance with Laws,Rules, and Regulations, Guidelines, and Standards. The Agency shall comply and require Its contractors and subcontractors to comply with all terms and conditions of this Agreement and all federal, state, and lacal laws and regulations applicable to this Project. g. Claims and Requests for Additional Work. The Agency shall have the sole responsibility for resolving claims and requests for additional work for the Project. The Agency will make Page 6 of 35 6TPTE OF FLOPIOAOEPA9TYEMOF TPAV WORTATIOR Pvm T[SOiLI PUBLIC TRANSPORTATION 81""1tOe oeve w mn GRANT AGREEMENT O°°01m best efforts to obtain the Department's input In Its decisions. The Department is not obligated to reimburse for claims or requests for additional work. 12. Contracts of the Agency: a. Approval of Third Party Contracts. The Department specifically reserves the right to review and approve any and all third party contracts with respect to the Project before the Agency executes or obligates Itself In any manner requiring the disbursement of Department funds, Including consultant and purchase of commodities contracts, or amendments thereto. If the Department chooses to review and approve third party contracts for this Project and the Agency fails to obtain such approval, that shall be sufficient cause for nonpayment by the Department The Department specifically reserves unto Itself the right to review the qualifications of any consultant or contractor and to approve or disapprove the employment of the same. If Federal Transit Administration (FTA) funds are used in the Project, the Department must exercise the right to third party contract review. b. Procurement of Commodities or Contractual Services. It is understood and agreed by the Parties hereto that participation by the Department in a project with the Agency, where said project Involves the purchase of commodities or contractual services where purchases or costs exceed the Threshold Amount for CATEGORY TWO per Section 287.017, Florida Statutes, is Contingent on the Agency complying In full with the provisions of Section 287.057, Florida Statutes. The Agency's Authorized Official shall certify to the Department that the Agency's purchase of Commodities or Contractual services has been accomplished In compliance with Section 287.067, Florida Statutes. It shall be the sole responsibility of the Agency to ensure that any obligations made in accordance with this Section Comply with the current threshold limits. Contracts, purchase orders, task orders, construction change orders, or any other agreement that would result In exceeding the Current budget Contained in Exhibit "B", Schedule of Financial Assistance, or that Is not Consistent with the Project description and scope of servces Contained in Exhibit "A", Project Description and Responsibilities must be approved by the Department prior to Agency execution. Failure to obtain such approval, and subsequent execution of an amendment to the Agreement if required, shall be sufficient cause for nonpayment by the Department, in accordance with this Agreement. c. Consultants' Competitive Negotiation Act. It Is understood and agreed by the Parties to this Agreement that participation by the Department in a project with the Agency, where said project Involves a Consultant contact for professional servicas, Is Contingent on the Agency's full Compliance with provisions of Section 287.055. Florida Statutes, Consultants' CompetHlve Negotiation Act. In all cases, the Agency's Authorized Official shall Certify to the Department that selection has been accomplished in compliance with the Consultants' Competitive Negotiation Act. d. Disadvantaged Business Enterprise (DBE) Policy and Obligation. It Is the policy of the Department that OBEs, as defined In 49 C.F.R. Part 26, as amended, shall have the opportunity to participate In the performance of Contracts financed in whole or In part with Department funds under this Agreement. The DBE requirements of applicable federal and stale laws and regulations apply to this Agreement. The Agency and Its Contractors agree to ensure that DBEs have the opportunity to participate In the performance of this Agreement. In this regard, all recipients and Contractors shall take all necessary and reasonable steps In accordance with applicable federal and state laws and regulations to ensure that the DBEs have the opportunity to compete for and perform Contracts. The Agency and Its Contractors and subcontractors shall not discriminate on the basis of race, Color, national origin or sex In the award and performance of Contracts, entered pursuant to this Agreement. 13. Maintenance Obligations. In the event the Project includes Construction or the acquisition of Commodities then the following provisions are Incorporated Into this Agreement: Page 7 of 35 eEeFFWR OEV ENTOFTMMbPMAnO rNNRSW}% PUBUC TRANSPORTATION ° TEGX otxrnFr®e GRANT AGREEMENT a. The Agency agrees to accept all future maintenance and other attendant costs occurring after completion of the Project for all Improvements constructed or commodities acquired as part of the Project. The terms of this provision shall survive the termination of this Agreement 14. Sale, Transfer, or Disposal of Department -funded Property: a. The Agency will not sell or otherwise transfer or dispose of any part of Its title or other Interests In real property, facilities, or equipment funded in any part by the Department under this Agreement without prior written approval by the Department. It. If a sale, transfer, or disposal by the Agency of all or a portion of Department -funded real property, facilities, or equipment is approved by the Department. the following previsions will apply: 1. The Agency shall reimburse the Department a proportional amount of the proceeds of the sale of any Department -funded property. If. The proportional amount shall be delennlned on the basis of the ratio of the Department funding of the development or aoqulsltion of the property multiplied against the sale amount, and shall be remitted to the Department within ninety (90) days of closing of sale. gl. Sale of property developed or acquired with Department funds shall be at market value as determined by appraisal or public bidding process, and the contract and process for sale must be approved In advance by the Department Iv, If any portion of the proceeds from the sale to the Agency are non -cash considerations, reimbursement to the Department shall Include a proportional amount based on the value of the non -cash considerations. c. The terms of provisions °a' and W above shall survive the termination of this Agreement. 1. The terms shall remain in full force and effect throughout the useful life of facilities developed, equipment acquired, or Project Items Installed within a facility, but shall not exceed twenty (20) years from the effective date of this Agreement. Ii. There shall be no limit on the duration of the terms with respect to real property acquired with Department funds. 15. Single Audit. The administration of Federal or Slate resources awarded through the Department to the Agency by this Agreement may be subject to audits and/or monitoring by the Department The following requirements do not limit the authority of the Department to conduct or arrange for the conductof additional audits or evaluations of Federal awards or State financial assistance or limit the authority of any state agency Inspector general, the State of Florida Auditor General, or any other state official. The Agency shall comply with all audit and audit reporting requirements as specified below. Federal Funded: a. In addition to reviews of audits conducted In accordance with 2 CFR Part 200, Subpart F — Audil Requirements, monitoring procedures may Include but not be limited to on-slte visits by Department stag and/or other procedures, Including reviewing any required performance and financlat reports, following up, ensuring corrective action, and Issuing management decisions on weaknesses found through audits when those findings pertain to Federal awards provided through the Department by this Agreement. By entering Into this Agreement, the Agency agrees to comply and cooperate fully with any monitoring procedures/processes deemed appropriate by the Department. The Agency further agrees to comply and cooperate with any Page 8 or 35 STATF OF FLONOA DEPPRNENT OF TMNSPORTATI hm,TlM14 , PUBLIC TRANSPORTATION '"1d1 oEVELOVYE C GRANTAGREEMENT MMM inspections, reviews, investigations, or audits deemed necessary by the Department, Slate of Florida Chief Financial Officer (CFO), or State of Florida Auditor General. b. The Agency, a non -Federal entity as defined by 2 CFR Part 200, Subpart F — Audit Requirements, as a subrecipient of a Federal award awarded by the Department through this Agreement, Is subject to the following requirements: 1. In the event the Agency expends a total amount of Federal awards equal to or in excess of the threshold established by 2 CFR Part 200, Subpart F — Audit Requirements, the Agency must have a Federal single or program -specific audit conducted for such fiscal year in accordance with the provisions of 2 CFR Part 2D0, Subpart F —Audit Requirements. Exhibit "H", Audit Requirements for Awards of Federal Financial Assistance, to this Agreement provides the required Federal award Identification information needed by the Agency to further comply with the requirements of 2 CFR Part 200, Subpart F — Audit Requirements. In determining Federal awards expended in a fiscal year, the Agency must consider all sources of Federal awards based on when the activity related to the Federal award occurs, including the Federal award provided through the Department by this Agreement. The determination of amounts of Federal awards expended should be In accordance with the guidelines established by 2 CFR Part 200, Subpart F — Audit Requirements. An audit conducted by the State of Florida Auditor General in accordance with the provisions of 2 CFR Part 200, Subpart F — Audit Requirements, will meet the requirements of this part. If. In connection with the audit requirements, the Agency shall fulfill the requirements relative to the auditee responsibilities as provided In 2 CFR Part 200, Subpart F — Audit Requirements. ill. In the event the Agency expends less than the threshold established by 2 CFR Part 200, Subpart F — Audit Requirements, in Federal awards, the Agency Is exempt from Federal audit requirements for that fiscal year. However, the Agency must provide a single audit exemption statement to the Department at FDOTSinaleAudit? dot.srate.fl.us no later than nine months after the end of the Agency's audit penod for each applicable audit year. In the event the Agency expends less than the threshold established by 2 CFR Part 200, Subpart F — Audit Requirements, in Federal awards in a fiscal year and elects to have an audit conducted in accordance with the provisions of 2 CFR Part 000, Subpart F — Audit Requirements, the cost of the audit must be paid from non -Federal resources (i.e., the cost of such an audit must be paid from the Agency's resources obtained from other than Federal entities). Iv. The Agency must electronically submit to the Federal Audit Clearinghouse (FAC) at Xh ://hervesier.census ovHacweb/ the audit reporting package as required by 2 CFR Part 200, Subpart F — Audit Requirements, within the earlier of 30 calendar days after receipt of the auditors report(s) or nine months after the end of the audit period. The FAC Is the repository of record for audits required by 2 CFR Part 200. Subpart F —Audit Requirements. However, the Department requires a copy of the audit reporting package also be submitted to FDDTSinaleAudit®doisrate.0.us within the earlier of 30 calendar days after receipt of the auditors report(s) or nine months after the and of the audit period as required by 2 CFR Part 200. Subpart F —Audit Requirements. v. Within six months of acceptance of the audit report by the FAC, the Department will review the Agency's audit reporting package, Including corrective action plans and management letters, to the extent necessary to determine whether timely and appropriate action on all deficiencies has been taken pertaining to the Federal award provided through the Department by this Agreement. If the Agency falls to have an Page 9 of 35 .111 ufM Oil HANSPDX I R1 I.. F.7] 41 s AI' PUBLIC TRANSPORTATION srMTeGlc Gevuoreear GRANT AGREEMENT 00c MM audit conducted in accordance with 2 CFR Part 200, Subpart F—Audit Requirements, the Department may Impose additional condltions to remedy noncompliance. If the Department determines that noncompliance cannot be remedied by Imposing additional conditions, the Department may take appropriate actions to enforce compliance, which actions may Include but not be limited to the following: Temporarily withhold cash payments pending correction of the deficiency by the Agency or more severe enforcement action by the Department; Disallow (deny both use of funds and any applicable matching credit for) all or part of the cost of the activity or action not In compliance; Wholly or partly suspend or terminate the Federal award; Initiate suspension or debarment proceedings as authorized under 2 C.F.R. Part 180 and Federal awarding agency regulations (or In the was of the Department, recommend such a proceeding be initiated by the Federal awarding agency); Withhold further Federal awards for the Project or program; Take other remedies that may be legally available. A. As a condition of receiving this Federal award, the Agency shall permit the Department or its designee, the CFO, or Slate of Florida Auditor General access to the Agency's records, including financial statements, the Independent auditor's working papers, and project records as necessary. Records related to unresolved audit findings, appeals, or litigation shall be retained until the action is complete or the dispute is resolved. vil. The Department's contact information for requfrements under this part is as follows: Office of Comptroller, MS 24 605 Suwannee Street Tallahassee, Florida 32399-0450 FDOTSinoleAudIt0dol.slale.fi.us State Funded: In addition to reviews of audits conducted in accordance with Section 215.97, Florida Statutes, monitoring procedures to monitor the Agency's use of state financial assistance may Include but not be limited to on -site visits by Department stag and/or other procedures, Including reviewing any required performance and financial reports, following up, ensuring corrective action, and issuing management decisions on weaknesses found through audits when those findings pertain to slate financial assistance awarded through the Department by this Agreement. By entering into this Agreement, the Agency agrees to comply and cooperate fully with any monitoring procedures/processes deemed appropriate by the Department The Agency further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Department, the Department of Financial Services (DFS), or Stale of Florida Auditor General. b. The Agency, a "nonstate enfity' as defined by Section 215.97, Florida Statutes, as a recipient of state financial assistance awarded by the Department through this Agreement, is subject to the following requirements: In the event the Agency meals the audit threshold requirements established by Section 215.97, Florida Statutes, the Agency must have a State single or project - specific audit conducted for such fiscal year in accordance with Section 215.97, Florida Statutes; applicable rules of the Department of Financial Services; and Chapters 10.550 (local governmental entities) or 10.850 (nonprofit and for-pmfit organizations), Rules of the Auditor General. Exhibit "G", Audit Requirements for Awards of State Financial Assistance, to this Agreement Indicates slate financial Page 10 of 35 STATE Of FUMM o¢v 0rr MTR $MTAnoN Fe,mnELWEt PUBLIC TRANSPORTATION ETEr'TEWE OEVELO m GRANT AGREEMENT Wscwru assistance awarded through the Department by this Agreement needed by the Agency to further comply with the requirements of Section 215.97, Florida Statutes. In determining the state financial assistance expended in a fiscal year, the Agency shall consider all sources of slate financial assistance, including state financial assistance received from the Department by this Agreement, other state agencies, and other nonstate entitles. State financial assistance does not Include Federal direct or pass -through awards and resources received by a nonslate entity for Federal program matching requirements. H. In connection with the audit requirements, the Agency shall ensure that the audit complies with the requirements of Section 215.97(6), Florida Statutes. This includes submission of a financial reporting package as defined by Section 215.97(2Xe), Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for -profit organizations), Rules of the Auditor General. Ili. In the event the Agency does not meet the audit threshold requirements established by Section 215.97, Florida Statutes, the Agency is exempt for such fiscal year from the state single audit requirements of Section 215.97, Florida Statutes. However, the Agency must provide a single audit exemption statement to the Department at FDOTSinaleAuditQdot.state.fi.us no later than nine months after the end of the Agency's audit period for each applicable audit year. In the event the Agency does not meet the audit threshold requirements established by Section 215.97, Florida Statutes, In a fiscal year and elects to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the Agency's resources (i.e., the cost of such an audit must be paid from the Agency's resources obtained from other than State entities). Iv. In accordance with Chapters 10.650 (local governmental entities) or 10.650 (nonprofit and for -profit organizations), Rules of the Auditor General, copies of financial reporting packages required by this Agreement shall be submitted to: Florida Department of Transportation Office of Comptroller. MS 24 605 Suwannee Street Tallahassee, Florida 32399-0405 FDOTSinaleAvi il/ddot.state.0.us And Stale of Florida Auditor General Local Government Audils(342 111 West Madison Street. Room 401 Tallahassee, FL 32399-1450 Email: Oaudoen localaovtralaudstate.11us V. Any copies of financial reporting packages, reports, or other information required to be submitted to the Department shall be submitted timely in accordance with Section 215.97, Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for -profit organizations), Rules of the Auditor General, as applicable. vi. The Agency, when submitting financial reporting packages to the Department for audits done in accordance with Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for -profit organizations), Rules of the Auditor General, should indicate the date the reporting package was delivered to the Agency in correspondence accompanying the reporting package. Page 11 of 35 NTAR W f`XMDA OEPMWB OF WOFTAnoN I—.., PUBLIC TRANSPORTATION H1P"1£"` UENaUWKWr GRANT AGREEMENT pC01Q2 vii. Upon receipt, and within six months, the Department will review the Agency's financial reporting package, Including corrective action plans and management letters, to the extent necessary to determine whether timely and appropriate corrective action on all deficiencies has been taken pertaining to the state financial assistance provided through the Department by this Agreement. If the Agency fails to have an audit conducted consistent with Section 215.97, Florida Statutes, the Department may take appropriate corrective action to enforce compliance. Ali. As a condition of receiving state financial assistance, the Agency shall permit the Department or Its designee, DFS, or the Auditor General access to the Agency's records, Including financial statements, the Independent auditors working papers, and project records as necessary. Records related to unresolved audit findings, appeals, or litigation shall be retained until the action Is complete or the dispute is resolved. c. The Agency shall retain sufficient records demonstrating Its compliance with the terms of this Agreement for a period of five years from the date the audit report Is Issued and shall allow the Department or Its designee, DFS, or State of Florida Auditor General access to such records upon request The Agency shall ensure that the audit working papers are made available to the Department or Its designee, DFS, or State of Florida Auditor General upon request for a period of five years from the data the audit report Is Issued, unless extended in writing by the Department 16. Notices and Approvals. Notices and approvals referenced in this Agreement must be obtained in writing from the Partles' respective Administrators or their designees. 17. Restrictions, Prohibitions, Controls and Labor Provisions: a. Convicted Vendor List. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity; may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided In Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 38 months from the date of being placed on the convicted vendor list. b. Discriminatory Vendor LIsL In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed on the Discriminatory Vendor Let, kept by the Florida Department of Management Services, may not submit a bid on a contract to provide goods or services to a public entity; may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids on leases of real property to a public entity; may not be awarded or perform work as a contactor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity. c. Non -Responsible Contractors. An entity or affiliate who has had Its Certificate of Qualification suspended, revoked, denied, or have further been determined by the Department to be a non -responsible contractor, may not submit a bid or perform work for the construction or repair of a public building or public work on a contract with the Agency. d. Prohibition on Using Funds for Lobbying. No funds received pursuant to this Agreement may be expended for lobbying the Florida Legislature, judicial branch, or any stale agency, in accordance with Section 216.347, Florida Statutes. Page 12 of 35 WAVWrtdOb,ovARNFMM1MNBie Anon Pmmn6YWA1 PUBLIC TRANSPORTATION 81P WVGW oewiormn GRANT AGREEMENT OWHIM e. Unauthorized Aliens. The Department shall consider the employment by any contractor of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Acl. If the mritmctor knowingly employs unauthorized aliens, such violation will be cause for unilateral cancellation of this Agreement. I. Procurement of Construction Services. If the Project Is procured pursuant to Chapter 255. Florida Statutes, for construction services and at the time of the competitive solicitation for the Project, 50 percent or more of the cost of the Project is to be paid from state -appropriated funds, then the Agency must comply with the requirements of Section 255.0991, Florida Statutes. g. E•Verify. The Agency shall: i. Utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Agency during the term of the contract; and li. Expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's E- Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract tem. h. Executive Order 2044. Pursuant to Govemors 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 the Department must form a sole -source, publlc-private agreement; or through contract or other agreement with the State, annually receives 50% or more of Its budget from the Slate or from a combination of State and Federal funds, Recipient shall submit an Annual Report to the Department, Including the most recant IRS Form 990, detailing the total compensation for each member of the Agency executive leadership team. Total compensation shall Include salary, bonuses, cashed -in leave, cash equivalents, severance pay, retirement benefits, deferred compensation, real -property gifts, and any other payout. The Agency shell 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 taking effect. All compensation reports shall detall the percentage of executive leadership compensation received directly from all State and/or Federal allocations to the Agency. Annual Reports shall be In the form approved by the Department and shall be submitted to the Department at fdotsingleaudit@dot.stale.fi.us within 180 days following the end of each tax year of the Agency receiving Department funding. I. Design Services and Construction Engineering and Inspection Services. If the Project Is wholly or partially funded by the Department and administered by a local governmental entity, except for a seaport nsted In Section 311.09. Florida Statutes, or an airport as defined In Section 332.004, Florida Statutes, the entry performing design and construction engineering and inspection services may not be the same entity. 16. Indemnification and Insurance: It is specifically agreed between the Parties executing this Agreement that It is not Intended by any of the provislons of any part of this Agreement to create in the public or any member thereof, a third party beneficiary under this Agreement, or to authorize anyone not a parry to this Agreement to maintain a suit for personal Injuries or property damage pursuent to the terms or provisions of this Agreement. The Agency guarantees the payment of all just claims for materials, supplies, tools, or labor and other just claims against the Agency or any subcontractor, In connection with this Agreement. Addiflonally, to the extent permitted bylaw 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, Department of Page 13 of 35 TEOF FlAN0A0EPMlYFM OFIMN8PO0.TRl10N F-TtSW}41 PUBLIC TRANSPORTATION STRAWMC DFVFLOFI GRANTAGREEMENT OWWO Transportation, Including the Department's officers and employees, from liabilities, damages, losses, and costs, Including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the Agency and persons employed or utilized by the Agency in the performance of this Agreement Nothing contained in this paragraph is Intended to nor shall it constitute a waiver of the Department's or the Agency's sovereign Immunity. This Indemnigcagon shall survive the termination of this Agreement. Additionally, the Agency agrees to Include the following indemnification In all contracts with contractors/subcontractors and consuitants/subconsultants who perform work In connection with this Agreement "To the fullest extent permitted by law, the Agency's contractor/consultant shall Indemnify, defend, and hold harmless the Agency and the State of Florida, Department of Transporlatlon, Including the Department's officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the contractor/consultant and persons employed or utilized by the contractor/consultant In the performance of this Agreement. This Indemnification shall survive the termination of this Agreement" Is. The Agency shall provide Workers' Compensation Insurance in accordance with Florida's Workers' Compensation law for all employees. If subletting any of the work, ensure that the subcontractor(s) and subconsultent(s) have Workers' Compensation Insurance for their employees in accordance with Florida's Workers' Compensation law. If using "leased employees' or employees obtained through professional employer organizations ('PEO's'), ensure that such employees are covered by Workers' Compensation Insurance through the PEO's or other leasing entities. Ensure that any equipment rental agreements that Include operators or other personnel who are employees of Independent contractors, sole proprietorships, or partners are covered by Insurance required under Florida's Workers' Compensation law. c. If the Agency elects to self -perform the Project, then theAgency may self -Insure. If the Agency elects to hire a contractor or consultant to perform the Project, then the Agency shall carry, or cause Its contractor or consultant to carry, Commercial General Liability Insurance providing continuous coverage for all work or operations performed under this Agreement. Such Insurance shall be no more restrictive than that provided by the latest occurrence form edition of the standard Commercial General Liability Coverage Form (ISO Form CG 00 01) as filed for use in the State of Florida. The Agency shall cause, or cause Its contractor or consultant to muse, the Department to be made an Additional Insured as to such Insurance. Such coverage shall be on an'occurence' basis and shall Include Products/Completed Operations coverage. The coverage afforded to the Department as an Additional Insured shall be primary as to any other available Insurance and shall not be more restrictive than the coverage afforded to the Named Insured. The limits of coverage shall not be less than $1,000,000 for each occurrence and not less than a $5,000,000 annual general aggregate, inclusive of amounts provided by an umbrella or excess policy. The limits of coverage described herein shall apply fully to the work or operations performed under the Agreement, and may not be shared with or diminished by claims unrelated to the Agreement. The policyAes and coverage described herein may be subject to a deductible and such deductibles shall be paid by the Named Insured. No policyAes or coverage described herein may contain or be subject to a Retention or a Self -Insured Retention unless the Agency Is a state agency or subdivision of the State of Florida that elects to self -perform the Project. Prior to the execution of the Agreement, and at all renewal periods which occur pdor to Mal acceptance of the work, the Department shall be provided with an ACORD Certificate of Liability Insurance reflecting the coverage described herein. The Department shall be notified In writing within ten days of any cancellation, notice of cancellation, lapse, renewal, or proposed change to any policy or coverage described herein. The Department's approval or failure to disapprove any policy/es, Page 14 of 35 DocuSlgn Envelope ID: 1E1B41BE-352E4A9C-9169-A1626C615076 eureorrLorw.avunaortor nuxsvart�non re,,,nsvneh PUBLIC TRANSPORTATION erw.reac oevnavhmrr GRANT AGREEMENT OG01°' coverage, or ACORD Certificates shall not relieve or excuse any obligation to procure and maintain the Insurance required herein, nor serve as a waiver of any rights or defenses the Department may have. d. When the Agreement Includes the construction of a railroad grade crossing, railroad overpass or underpass structure, or any other work or operations within the limits of the railroad righl- of-way. Including any encroachments thereon from work or operations in the vicinity of the railroad righWI-way, the Agency shall, or cause Its contractor to, In addition to the Insurance coverage required above, procure and maintain Railroad Protective Uablllty Coverage (ISO Foml CG 00 35) where the railroad is the Named Insured and where the limits are not less than S2,000,000 combined single limit for bodily Injury and/or property damage per Occurrence, and with an annual aggregate Grail of not less than $6,000,000. The railroad shall also be added along with the Department as an Additional Insured an the policyles procured pursuant to the paragraph above. Prior to the execution of the Agreement, and at all renewal periods which occur prior to final acceptance of the work, both the Department and the railroad shall be provided with an ACORD Certificate of Liability Insurance reflecting the coverage described herein. The insurance described herein shall be maintained through final acceptance of the work. Bath the Department and the railroad shall be notified In writing within ten days of any cancellation, notice of cancellation, renewal, or proposed change to any policy or coverage described herein. The Department's approval or failure to disapprove any pollcyfies, coverage, or ACORD Certificates shell not relieve or excuse any obligation to procure and maintain the Insurance required herein, nor some as a waiver of any rights the Department may have. e. When the Agreement Involves work on or in the vicinity of utlityowned property or facilities, the u0iity shall be added along with the Department as an Additional Insured on the Commercial General Uabllity pollcyries procured above. 19. Miscellaneous: a. Environmental Regulations. The Agency will be solely responsible for compliance with all applicable environmental regulations and for any liability arising from non-compliance with these regulations, and will reimburse the Department for any loss Incurred In connection therewith. b. Non -Admission of Liability. In no event shall the making by the Department of any payment to the Agency constitute or be construed as a waiver by the Department of any breach of covenant or any default which may then exist on the pan of the Agency and the making of such payment by the Department, while any such breach or default shall exist, shall in no way Impair or prejudice any right or remedy available to the Department with respect to such breach ordefault. c. Severablllty. If any provision of this Agreement Is held invalid, the remainder of this Agreement shall not be affected. In such an Instance, the remainder would then continue to conform to the terms and requirements of applicable law. d. Agency not an agent of Department. The Agency and the Department agree that the Agency. Its employees, contactors, subcontractors, consultants, and subconsultanls are not agents of the Department as a result of this Agreement. e. Bonus or Commission. By execution of the Agreement. the Agency represents that It has not peld and, also agrees not to pay, any bonus or commission for the purpose of obtaining an approval of Its application for the financing hereunder. f. Non -Contravention of State Law. Nothing In the Agreement shall require the Agency to observe or enforce compliance with any provision or perform any act or do any other thing In Page 15 of 35 D=Sign Envelope ID: 1E1B41BE-352E.4A9C.9169.A1624C615D76 rnannm.asrxxrvooamrxvaarer� Faanamai PUBLIC TRANSPORTATION °fn"601 oeworma GRANT AGREEMENT contravention of any applicable stale law. If any or the provisions of the Agreement violate any applicable state law, the Agency will at once notify the Department In writing so that appropriate changes and modifications may be made by the Department and the Agency to the and that the Agency may proceed as soon as possible with the Project g. Execution of Agreement. This Agreement may be executed In one or more counterparts, each of which shall be deemed an original, but all or which shall constitute the same Agreement A facsimile orelectronlc transmission of thlsAgreementwith a signature on behalf of a party will be legal and binding on such party. h. Federal Award Identification Number (FAIN). If the FAIN Is not available prior to execution of the AgreemenL the Department may unilaterally add the FAIN to the Agreement without approval of the Agency and without an amendment to the Agreement If this occurs, an updated Agreement that Includes the FAIN will be provided to the Agency and uploaded to the Department of Financial Services' Florida Accountability Contract Traddng System (FACTS). I. Inspector General Cooperation. The Agency agrees to comply with Section 20.055(5), Florida Statutes, and to Incorporate in all subcontracts the obligation to comply with Secgon 20.055(5), Florida Statutes. J. Low, Forum, and Venue. This Agreement shall be governed by and construed In accordance with the laws of the State of Florida. In the event of a conflict between any potion of the contract and Florida law, the laws of Florida shall prevail. The Agency agrees to waive return and venue and that the Department shall determine the forum and venue in which any dispute under this Agreement Is decided. IN WITNESS WHEREOF, the Pardes have executed this Agreement on the day and year written above. AGENCY STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION exue y: 09 ISteven CSrs 1u�6� tier e: Paul E. Carlisle Name: Steven C Braun, P.E. Title: Citv manaae Us: Dlrectorof Transoonation Development STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION Legal Review: reueus,i I Fvawit,u. Shtl�wau. �,]aleB1W0F�L Page 16 of 35 DocuSign Envelope ID: lElB4lBEJ52E4A9C-9169-A1624C615076 s+�reorruawovum,wr ormu,¢rom�nox ro-mnsmwr PUBLIC TRANSPORTATION oev¢owexr GRANT AGREEMENT EXHIBITS EXHIBIT A Project Description and Responsibilities A. Project Description (description of Agency's pmjecl to provide context, description of project components funded via this Agreement (if not the entire project)): Design Runway 05-23 Rehabilitation B. Project Location (limits, city, county, map): Sebastian Municipal AlrpoNSebastian, FLllndlen River C. Project Scope (allowable costs: describe project components, Improvement typelservlcs type, approxlmate timeline, project schedule, project size): Design Runway 05-23 Rehabilitation: As required by 215.971. F.S., this scope of work Includes but Is not limited to consultant and design fees, programming, agency coordination, permitting, plans preparation and bid documents, Including all materials, equipment, labor, and incidentals required to complete the design of the Runway 05-23 Rehabllllation project. The Sponsor will comply with Aviation Program Assurances. D. Doliverable(s): The project scope Identifles the ultimate project deliverables. Deliverables for requisition, payment and Invoice purposes will be the Incremental progress made toward completion of project scope elements. Supporting documentation will be quantifiable, measurable, and verifiable, to allow for a determination of the amount of Incremental progress that has been made, and provide evidence that the payment requested Is commensurate with the accomplished Incremental progress and costs Incurred by the Agency. E. Unallowable Coats (Including but not limited to): F. Transit Operating Grant Requirements (Transit Only): Transit Operating Grants billed as an operational subsidy will require an expenditure detail report from the Agency that matches the invoice period. The expenditure detail, along with the progress report, Wit be the required deliverables for Transit Operating Gants. Operating grants maybe Issued for a tern not to exceed three years from execution. The original grant agreement will Include funding for year one. Funding for years two and three will be added by amendment as long as the grantee has submitted all Invoices on schedule and the project deliverables for the year have been met Page 17 of 35 D=Slgn Envelope ID: IE1B41BE-352E.4A9C.9169.A1624C6lW76 SME OF FWMA DEPARTMENT 0"RUIVO /.90N Fq Ra*0042 PUBLIC TRANSPORTATION aTwueos osmopMFNT GRANT AGREEMENT EXHIBITS One can EXHIBIT B Schedule of Financial Assistance FUNDS AWARDED TO THE AGENCY AND REQUIRED MATCHING FUNDS PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: A. Fund Type and Fiscal Year: Financial Fund FLAIR Slate Object CSFAI CSFAICFDA Title or Funding g Management Type Category Fiscal C Code CFOA Funding Source Amount Number Year Number Descrl�dan 450930.1-94.0 DPTO 088719 2023 740100 NIA N 510,945.00 4509304-94-01 FAA 088719 2023 740100 NIA NIA 5197,010.00 450930.1-94-01 LF 088719 2023 740100 NIA N/A 510.945.00 Total Financial Assistance $218,900.00 B. Estimate of Project Costs by Grant Phase: Phases' State I Local Federal I Totals I Slate Local Federal Land AcquiSilion 50.00 50.00 50.00 5900 0.00 0.00 0.00I Planning $0.00 $0.00 50.00 50.00 0.00 0.00 0.00 Environmenlal/DesigedConstroction $0.00 $0.00 50.00 $0.00 0.00 0.00 0.00 Capital Equipment/ Preventative $0.00 $0.00 $0.00 50.00 0.00 0.00 0.00 Maintenance Match to Direct Federal Funding $10.945.00 $10,946.00 $197,010.D0 5218.900.00 5.00 5.00 90.00 Mobility Management $0.00 Soon 50.00 50.00 0.00 0.00 0.00 Vransh Onlvl TOMS 510.945.00 510.945.00 5197.D10.00 5218.900.00 'Shilling items between these grant phases requires execution of an Amendment to the Public Transportation Grant Agreement. BUDGETICOST ANALYSIS CERTIFICATION AS REQUIRED BY SECTION 216.3475, FLORIDA STATUTES: I cenily that the cost for each line item budget category (grant phase) has been evaluated and determined to be allowable, reasonable, and necessary as required by Section 216.3475, Florida Slatutes. Documentation is on file evidencing the methodology used and the conclusions reached. Laurie McDermott Department Grr ar�Manager Name .ig-yam, 8/29/2022 1 2:47 PM EDT SignUT3 .81IMNEe.. Date Page 18 of 35 Hare or roawnrnurncer orrnwsramanox F�Z PUBLIC TRANSPORTATION srnamcic oe LOMMT GRANT AGREEMENT EXHIBITS OOC 01II EXHIBIT C TERMS AND CONDITIONS OF CONSTRUCTION 1. Design and Construction Standards and Required Approvals. a. The Agency understands that It is responsible for the preparation and certification of all design plans for the Project. The Agency shall hire a qualified consultant for the design phase of the Project or, if applicable, the Agency shall require their design -build wntractor or construction management contractor to hire a qualified consultant for the design phase of the Project. b. Execution of this Agreement by both Parties shall be deemed a Notice to Proceed to the Agency for the design phase or other non -construction phases of the Project If the Project Involves a construction phase, the Agency shall not begin the construction phase of the Pmject 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, Lailde Mroarmoh (email: Iaurj,e.=ennoftiJfloLstryte.fl.usl or from an appointatl designee. Anv rrrstruM �hpyr work oe Orin a or to he execution of this mouined Notice to Proceeds not sub act to reimbursement c. The Agency will provide one (1) copy of the final design plans and specifications and final bid documents to the Department's Project Manager prior to bidding or commencing construction of the Project. d. The Agency shall require the Agency's wntractor to post a payment and performance bond In accordance with applicable law(s). e. The Agency shall be responsible to ensure that the construction work under this Agreement Is performed in accordance with the approved construction documents, and that the wnshuction work will meet all applicable Agency and Department standards. f. Upon completion of the work authorized by this Agreement, the Agency shall notify the Department In writing of the completion of construction of the Project; and for all design work that originally required certification by a Professional Engineer, this notification shall contain an Englneer's Certification of Compliance, signed and sealed by a Professional Engineer, the form of which Is attached to this Exhibit. The certification shall state that work has been completed In compliance with the Project construction plans and specifications. If any deviations are found from the approved plans or specifications, the certification shall Include a list of all deviations along with an explanation that justifies the reason to accept each deviation. 2. Construction on the Department's Right of Way. If the Project Involves construction on the Department's right-of-way, then the following provisions apply to any and all portions of the Project that are constructed on the Department's fight of -way. a. The Agency shall hire a qualified contractor using the Agency's normal bid procedures to perform the construction work for the Project. The Agency must certify that the Installation of the Project Is completed by a Contractor prequalified by the Department as required by Section 2 of the Standard Specifications for Road and Bridge Construction (2016), as amended, unless otherwise approved by the Department in writing or the Contractor exhibits past project experience in the last Me years that are comparable in scale, composition, and overall quality to the site characterized within the scope of services of this Project. Page 1e of 35 snre Or ttowoaovax,rexr orilVNWRlRn0.Y rwmrf6YWOr PUBLIC TRANSPORTATION ar""T60n oevanrrmxr GRANT AGREEMENT EXHIBITS b. Construction Engineering Inspection (CEI) services will be provided by the Agency by hiring a Department prequallfled consultant firm Including one Individual that has completed the Advanced Maintenance of Traffic Level Training, unless otherwise approved by the Department In writing. The CEI staff sha0 be present on the Project at all times that the contractor Is working. Administration of the CEI staff shall be under the responsible charge of a State of Florida Licensed Professional Engineer who shall provide the certification that all design and construction for the Project meets the minimum construction standards established by Department The Department shall approve all CEI personnel. The CEI firm shall not be the same flan as that of the Engineer of Record for the Project. The Department shall have the right, but not the obllgaflon, to perform Independent assurance testing during the course of construction of the Project. Notwithstanding the foregoing, the Department may issue a written waiver of the CEI requirementfor portions of Projects Involving the construction of bus shelters, slops, or pads. c. The Project shall be designed and constructed in accordance with the latest edition of the Department's Standard Specifications for Road and Bridge Construction, the Department Design Standards, and the Manual of Uniform Traffic Control Devices (MUTCD). The following guidelines shall apply as deemed appropriate by the Department, the Department Structures Design Manual, AASHTO Guide Specifications forthe Design of Pedestrian Bridges, AASHTO LRFD Bridge Design Specifications, Florida Design Manual, Manual for Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways (the "Florida Green Book"), and the Department Traffic Engineering Manual. The Agency will be required to submit any construction plans required by the Department for review and approval prior to any work being commenced. Should any changes to the plans be required during construcllon of the Project, the Agency shall be required to notify the Department of the changes and receive approval from the Department prior to the changes being constructed. The Agency shall maintain the area of the Project at all times and coordinate any work needs of the Department during construction of the Project d. The Agency shall notify the Department a minimum of 48 hours before beginning construction within Department dghW- way. The Agency shall notify the Department should construction be suspended for more than 5 working days. The Department contact person for construction Is . e. The Agency shall be responsible for monitoring construction operations and the maintenance of traffic (MOT) throughout the course of the Project In accordance with the latest edition of the Department Standard Specifications, section 102. The Agency is responsible for the development of a MOT plan and making any changes to that plan as necessary. The MOT plan shall be In accordance with the latest version of the Department Design Standards, Index 600 series. Any MOT plan developed by the Agency thaldeviates from the Department Design Standards must be signed and sealed by a professional engineer. MOT plans will require approval by the Department prior to implementation. f. The Agency shall be responsible for locating all existing utilities, both aerial and underground, and for ensuring that all utility locations be accurately documented on the construction plans. All ullllty confllols shall be fully resolved directly with the applicable utility. g. The Agency will be responsible for obtaining all permits that may be required by otheragencies or local governmental entities. h. It Is hereby agreed by the Parties that this Agreement creates a permissive use only and all Improvements located on the Department's right-of-way resulting from this Agreement shall become the property, of the Department. Neither the granting of the permission to use the Department right of way nor the placing of facilities upon the Department property shall 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 acquire any right, titre, Interest or Page 20 of 35 IiRR Oi PLOWMY9PMieeR OPiMXBPo0.TRlpN Fdmr]bM10f PUBLIC TRANSPORTATION oeverormr GRANT AGREEMENT EXHIBITS O1SO11 estate In Department right of way, of any nature or kind whatsoever, by virtue of the execution. operation, effect, or performance of this Agreement Including, but not limited 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 to, grant credit for any future transportation concurrency requirements 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 rightof-way. J. The Agency shall perform all required 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 to perform Its own Independent testing during the course of the Project k. The Agency shall exercise the rights granted herein and shall otherwise perform this Agreement In a good and workmanlike manner, with reasonable care. In accordance with the tens and provisions of this Agreement and all applicable federal, state, local, administrative, regulatory, safety and environmental laws, codes, rules, regulations, policies, procedures, guidelines, standards and permits, as the same may be constituted and amended from time to time, including, but not limited to, those of the Department, applicable Water Management District, Rodda Department of Environmental Protection, the United States Environmental Protection Agency, the United States Army Corps of Engineers, the United States Coast Guard and local governmental entities. I. If the Department determines a condition exists which threatens the publics safety, the Department may, at Its discretion, cause construction operations to cease and Immediately have any potential hazards removed from Its dghtof-way at the sole cost, expense, and effort ofthe Agency. The Agency shall bearall construction delay costs Incurred by the Department. m. The Agency shall be responsible to maintain and restore all features that might require relocation within the Department right-of-way. n. The Agency will be solely responsible for clean up or restoration required to correct any environmental 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-bullt plans and an engineering certification that construction was completed In accordance to the plans. Submittal of the final as -built 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 Fornat(PDF). Prior to the termination of this Agreement, the Agency shell remove Its presence, Including, but not limited to, all of the Agency's property, machinery, and equipment from Department right-of-way, and shall restore those portions of Department right of way disturbed or otherwise altered by the Project to substantially the same condition that existed Immediately prior to the commencement of the Project p. If the Department determines that the Project Is not completed In accordance with the provisions of this Agreement, the Department shall deliver written notification of such to the Agency. The Agency shall have thirty (30) days from the date of receipt of the Department's written notice, or such other dme as the Agency and the Department mutually agree to in writing, to complete the Project and provide the Department with written notice of the same (the "Notice of Completion"). If the Agency fails to timely deliver the Notice of Completion, or If It Is determined that the Project Is not property completed after receipt of the Notice of Completion, the Department, within Its discretion may: 1) provide the Agency with written authorization granting such additional time as the Department deems appropriate to correct the deficiency(les); or 2) correct the deficiency(les) at the Agency's sole cost and expense. Page 21 of 35 rrRRaPeDR�aFPPRIYPNreF1RW8PamRNM Fmm]}6W6N PUBLIC TRANSPORTATION 81"A101 oe ewwrex GRANT AGREEMENT EXHIBITS 01x01Qf without Department ][ability to the Agency for any resulting loss or damage to property, including, but not limited to, machinery and equipment. If the Department elects to correct the deficiency(les), 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 shall Implement best management practices for erosion and pollution 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 result from the construction of the Project. r. Portable Traffic Monitoring Site (PTMS) or a Telemetry Traffic Monitoring Site (TTMS) may exist within the vicinity of your proposed work. It Is the responsibility of the Agency to locate and avoid damage to these sites. If a PTMS or TTMS Is encountered during construction, the Department must be contacted immediately. s. During construction, highest priority must be given to pedestrian safety. If permission Is granted to temporarily close a sidewalk, It should be done with the express condition that an alternate route will be provided, and shall cenfinuously maintain pedestrian features to meet Americans Disability Act (ADA) standards. t. Restricted hours of operation will be as follows, unless otherwise approved by the Department's District Constmotlon Engineer or designee (Insert hours and days of the week for restricted operation): u. Lane closures an the state road system must be coordinated with the Public Information Office at least two weeks prior to the closure. The contact Information for the Department's Public Information Office Is: Insert District PIO contact Info: Note: (Highlighted sections indicate need to confirm Information with District Office or appropriate DOT person managing the Agreement) 3. Engineer's Certification of Compliance. The Agency shall complete and submit and If applicable Engineer's Certification of Compliance to the Department upon completion of the construction phase of the Project. Page 22 of 35 nnreoPpto�WJvVY¢HrorrWMWAaaN farm R60 . PUBLIC TRANSPORTATION eMSMAMOC LM GRANT AGREEMENT EXHIBITS ox max ENGINEER'S CERTIFICATION OF COMPLIANCE PUBLIC TRANSPORTATION GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION and PROJECT DESCRIPTION: DEPARTMENT CONTRACT NO.: FINANCIAL MANAGEMENT NO.: In accordance with the Terms and Conditions of the Public Transportation Grant Agreement, the undersigned cerdfies that all work which originally required certification by a Professlonal Engineer has been completed in compllance with the Project construction plans and specficallons. If any deviations have been made from the approved plans, a Ilst of all deviations, along with an explanation that justifies the reason to accept each deviation, will be attached to this Certification. Also, with submittal of this ceNfication, the Agency shell fumish the Department a set of'as-built' plans for construction on the Department's Right of Way certified by the Englneer of Record/CEI. By: P.E. SEAL: Name: Date: Page 23 of 35 STATE OF FLONOA 0F➢ASTYENT OF TMN$METAMON Fo=l]Sd 2 PUBLIC TRANSPORTATION snwre01O DEVELOWEM GRANT AGREEMENT EXHIBITS OOC 01QE EXHIBIT D AGENCY RESOLUTION PLEASE SEE ATTACHED Page 24 of 35 Wfl. OF FW WDA OEPMMFFM OF rW SFOFTAMN FMnT1 4O PUBLIC TRANSPORTATION murecrc DEFEIfIPlallr GRANT AGREEMENT EXHIBITS OGp O'Q' EXHIBIT E PROGRAM SPECIFIC TERMS AND CONDITIONS - AVIATION AVIATION PROGRAM ASSURANCES A. General. 1. The assurances herein shall form an integral part of the Agreement between the Department and the Agency. 2. These assurances delineate the obligations of the Parties to this Agreement to ensure their commitment and compliance with specific provisions of Exhibit "A", Project Description and Responsibilities, and Exhibit "B", Schedule of Financial Assistance, as well as serving to protect public Investment in public -use airports and the continued viability of the Florida Aviation System. 3. The Agency shall comply with the assurances as specified in this Agreement 4. The terms and assurances of this Agreement shall remain in full force and effect throughout the useful life of a facility developed; equipment acquired; or Project Items Installed within a facility for an airport development or noise compatibility program project, but shall not exceed 20 years from the effective date of this Agreement. S. There shall be no limit on the duration of the tens and assurances of this Agreement regarding Exclusive Rights and Airport Revenue so long as the property Is used as a public airport 9. There shall be no limit on the duration of the terms and assurances of this Agreement with respect to real property acquired with funds provided by this Agreement. 7. Subject to appropriations, the Department shall continue to comply with Its financial commitment to this Project under the terms of this 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 determined by the Department to have failed to comply with 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 the non-compliance and any cofrective action by the Agency to remedy the fallure. 9. Failure 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 further state funding of airport projects by the Department. B. Agency Compliance Certification. 1. General Certification. The Agency hereby certifies, with respect to this Project, it will comply, within Its authority, with all applicable, curent laws and rules of the State of Florida and applicable local governments, as well as Department policies, guidelines, and requirements, Including but not limited to, the following (latest version of each document): a. Florida Statutes (F.S.) • Chapter 163, F.S., Intergovernmental Programs • Chapter 329. F.S., Aircraft: Title; Liens; Registration; Lane • Chapter 330, F.S., Regulation of Aircraft. Pilots, and Airports • Chapter 331, F.S., Aviation and Aerospace Facilities and Commerce • Chapter 332, F.S., Airports and Other Air Navigation Facilities • Chapter 333. F.S.. Airport Zoning Page 25 of 35 srATffW W D PMTMFMOFIRMISMUAn0N w ...2 PUBLIC TRANSPORTATION ncv LwRoii GRANT AGREEMENT EXHIBITS ooc om b. Florida Administrative Code (FAC) • Chapter 73C41, FAC, Community Planning; Governing the Procedure for the Submittal and Review of Local Government Comprehensive Plans and Amendments • Chapter 14-60, FAC, Airport Licensing, Registration, and Airspace Protection • Section 62-256.300, FAC, Open Burning, Prohibitions • Section 62-701.320(13), FAC, Solid Waste Management Facility Permit Requirements, General, Airport Safety c. Local Government Requirements • AtrportZoning Ordinance • Local Comprehensive Plan d. Department Requirements • Eight Steps of Building a New Airport • Florida Airport Revenue Use Guide • Florida Aviation Project Handbook • Guidebook for Airport Master Planning • Airport Compatible Land Use Guidebook 2. Construction Certification. The Agency hereby certifies, with respect to a construction -related project, that all design plans and specifications will comply with applicable federal, state, local, and professional standards, as well as Federal Aviation Administration (FAA) Advisory Circulars (AC's) and FAA Issued waivers thereto, Including but not limited to, the following: a. Federal Requirements • FAA AC 70I7460-1, Obstruction Marking and Lighting • FAA AC 16W6300-13, Airport Design • FAA AC 15015370-2, Operational Safety on Airports During Construction • FAA AC 15015370-10, Standards for Specifying Construction of Airports b. Local Government Requirements • Local Building Codes • Local Zoning Codes c. Department Requirements • Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways (Commonly Referred to as the "Florida Green Book') • Manual on Uniform Traffic Control Devices • Section 14-60.007, FAC, Airfield Standards for Licensed Airports • Standard Speacations for Construction of General Aviation Airports • Design Guidelines & Minimum Standard Requirements for T-Hangar Projects 3. Land Acquisition Certification. The Agency hereby certifies, regarding land acquisition, that it will comply with applicable federal and/or state policies. regulations, and laws, Including but not limited to the following: a. Federal Requirements • Uniform Relocation Assistance and Real Property Acquisition Policies Am of 1970 • National Environmental Policy of 1989 • FAA Order 5050A, National Environmental Policy Act Implementing Instructions for Airport Projects • FAA Order 5100.37B, Land Acquisition and Relocation Assistance for Airport Projects b. Florida Requirements • Chapter 73, F.S., Eminent Domain (re: Property Acquired Through Condemnation) • Chapter 74, F.S., Proceedings Supplemental to Eminent Domain (re: Condemnation) • Section 288.23, F.S., Public Business: Miscellaneous Provisions Page 26 of 35 STATE OF FLONOA OEFMR F OF rMNMUATON F.-T.W U PUBLIC TRANSPORTATION ..YEOIO OE LWW GRANT AGREEMENT EXHIBITS OW0= C. Agency Authority. 1. Legal Authority. The Agency hereby certifies, with respect to this Agreement, that It has the legal authority to enter Into this Agreement and commit to this Project; that a resolution, motion, or similar action has been duly adopted or passed as an official act of the airport sponsors governing body authorizing this Agreement, Including assurances contained therein, and directing and authorizing the person Identified as the official representative of the goveming body to act on Its behalfwlth respect to this Agreement and to provide any additional Information as may be required. 2. Financial Authority. The Agency hereby certifies, with respect to this Agreement, that it has sufficient funds available for that potion 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 future operation and maintenance of items funded by this Project, which it will control; and that authority has been granted by the airport sponsor governing body to commit those funds to this Project. D. Agency Responslbllldes. The Agency hereby certifies It currently compiles with or will comply with the following responsibilities: 1. Accounting System. a. The Agency shall mate and maintain a separate account to document all of the financial transactions related to the airport as a distinct entity. b. The accounting records shall be kept by the Agency or its authorized representative In accordance with Generally Accepted Accountng Principles and In an accounting system that will facilitate an effective audit in accordance with the 2 CFR Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards and Section 216.97, F.S., Florida Single Audit Act. c. The Department has the right to audit and inspect all financial records of the Agency upon reasonable notice. 2. Good Title. a. The Agency holds good titie,satisfactory to the Department, to the airport or site thereof, or gives assurance, satisfactory to the Department, that good title will be obtained. b. For noise compatibility program projects undertaken on the airport sponsors property, the Agency holds good ti9e, satisfactory to the Department, to that portion of the property upon which state funds will be expended, or gives assurance, satisfactory to the Department, that good fifie will be obtained. 3. Preserving Rights and Powers. a. The Agency shall not take or permit any action which would operate to deprive It of any of the rights and powers necessary to perform any or all of the terms and assurances of this Agreement without the written approval of the Department. Further, the Agency shall act promptly to acquire, extinguish, or modify, In a manner acceptable to the Department any outstanding rights or claims of right of others which would Interfere with such performance by the Agency. b. If an arrangement is made for management and operation of the airport by any entity or person other then the Agency or an employee of the Agency, the Agency shall reserve sufficient rights and authority to ensure that the airport will be operated and maintained in accordance with the terms and assurances of this Agreement. s. Hazard Removal and Mitigation. Page 27 of 35 WI OF FWRI0A0EP WEM OF VPOUAnOM FwmrrlMOCM PUBLIC TRANSPORTATION 61RM'M109 aav4LOPlmm GRANT AGREEMENT EXHIBITS O6C0M°' a. For airport hazards located on airport controlled property, the Agency shall clear and protect terminal airspace required for instrument and visual operations at the airport (Including established minimum flight altitudes) by removing, lowering, relocating, marking, or lighting or otherwise mitigating existing airport hazards and by preventing the establishment or creation of future airport 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 terminal alrepace required for Instrument and visual operations at the airport (including established minimum flight altitudes) by removing, lowering, relocating, marking, or lighting or otherwise mitigating existing airport hazards and by preventing the establishment or creation of future airport hazards. The Agency may enter Into an agreementwilh surrounding property owners or pursue available legal remedies to remove potential hazards to air navigation. 5. Airport Compatible Land Use. a. The Agency assures that appropriate airport zoning ordinances are In place consistent with Section 333.03, F.S., or If not in place, that it will take appropriate action necessary to ensure local government adoption of an airport zoning ordinance or execution of an Interiocal agreement with another local government body having an airport zoning ordinance, consistent with the provisions of Section 333.03. F.S. Is. The Agency assures that it will disapprove 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 regulations that would adversely affect the current or future levels of airport operations by creation or expansion of airport incompatible land use areas. 8. Consistency with Local Government Plans. a. The Agency assures the Project is consistent with the currently existing and planned future land use development plans approved by the local government having jurisdictional 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 shall consider and lake appropriate actions, if deemed warranted by the Agency, to adopt the current, approved Airport Master Plan Into the local government comprehensive plan. 7. Consistency with Airport Master Plan and Airport Layout Plan. 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. Ir. The Agency assures that the Project, covered by the terms and assurances of this Agreement, Is consistent with the most current, approved Airport Layout Plan (ALP), which shows: 11 The boundaries of the airport and all proposed additions thereto, together with the boundaries of all offsile areas owned or controlled by the Agency for airport purposes and proposed additions thereto; 2) The location and nature of all existing and proposed airport facilities and structures (such as runways, taxiways, aprons, terminal buildings, hangars, and roads), including all proposed extensions and reductions of existing airport facilities; and 3) The location of all existing and proposed non -aviation areas on airport property and of all existing improvements thereon. Page 28 of 35 S ATE OF FLOWDA DEPMWEM OF 1 5PO ON Fom RS 2 PUBLIC TRANSPORTATION smATemc p6VF1pFYGM GRANT AGREEMENT EXHIBITS O4C 0"a c. The Agency assures that It will not make or permit any changes or alterations an the alrport 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. Original Airport Master Plans and Airport Layout Plans and each amendment. revision, or modlficallon thereof, will be subject to the approval of the Department 3. Airport Financial Plan. a. The Agency assures that it will develop and maintain a cost -feasible Airport financial plan to accomplish the projects necessary to achieve the proposed airport Improvements Identified in the Airport Master Plan and depicted In the Airport 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 Airport Master Plan. 2) The Airport financial plan will realislIcally assess project phasing considering availability of state and local funding and likelihood of federal funding under the FAA's priority system. 3) The Airport financial plan will not Include Department funding for projects that are inconsistent with the local government comprehensive plan. b. All Project cost estimates contained In the Airport financial plan shall be entered Into and kept current In the Florida Aviation Database (FAD) Joint Automated Capital Improvement Program (JACIP) webslte. 9. Airport Revenue. The Agency assures that all revenue generated by the airport will be expended for capital Improvement or operating costs of the airport; the local airport system; or other local facilities 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 noise mitigation purposes on or off the airport. 10. Fee and Rental Structure. a. The Agency assures that it will maintain a fee and rental structure for lacilldes and services at the airport that It will make the airport as self-sustaining as possible under the circumstances existing at the particular airport. b. If this Agreement results In a facility that will be leased or otherwise produce revenue, the Agency assures that the price charged for that facility will be based on the market value. 11. Publlc-Private Partnership for Aeronautical Uses. a. If the airport owner or operator and a person or entity that owns an aircraft a an airport tenant or potential tenant agree that an aircraft hanger or tenant -specific facility, respectively, is to be constructed on airport property for aircraft storage or tenant use at the expense of the aircraft owner or tenant the airport owner or operator may grant to the aircraft owner or tenant of the facility a lease that Is subject to such terms and conditions on the facility as the airport owner or operator may Impose, subject to approval by the Department b. The price charged for said lease will be based on market value, unless otherwise approved by the Department. 12. Economic Nondiscrimination. a. The Agency assures that it will make the airport available as an airport for public use on reasonable terms without unjust discrimination to all types, kinds and Gasses of aeronautical activities, Including commercial aeronautical activities offering services to the public. 1) The Agency may establish 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. Page 29 of 35 BiPia aF PIANM eFPMIMFM oP taAX6gMp1Nw Fwm 1)60.tlOf PUBLIC TRANSPORTATION ar""1eGC xvanraarr GRANT AGREEMENT EXHIBITS o`C01m 2) The Agency may prohibit or limit 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 some rates, fees, rentals, and other charges as are uniformly applicable to all other FBOs making 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 projects involving airport location, major runway extension, or runway location will be located, designed, constructed, and operated so as to comply with applicable air and water quality standards. 14. Operations and Maintenance. a. The Agency assures that the airport 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 applicable federal and state agencies for maintenance and operation, as well as minimum standards established by the Department for State of Florida licensing as a public -use airport. 1) The Agency assures that It will not cause or permit any activity or action thereon which would Interfere with Its use for airport purposes. 2) Except In emergency situations, any proposal to temporarily close the airport for non -aeronautical purposes must first be approved by the Department 3) The Agency assures that It will have arrangements for promptly notifying airman of any condition affecting aeronautical use of the airport. b. Nothing contained herein shall be construed to require that the airport be operated for aeronautical use during temporary periods when adverse weather conditions Interfere with safe airport operations. 15. Federal Funding Eligibility. a. The Agency assures it will take appropriate actions to maintain federal funding eligibility for the airport and It will avoid any action that renders the airport Ineligible for federal funding. b. If the Agency becomes Ineligible for federal funding of airport projects, such determination will render the Agency ineligible for state funding of airport projects. 16. Project Implementation. a. The Agency assures that it will begin making expenditures or incurring obligations pertaining to this Project within one year after the effective date of this Agreement. b. The Agency may request a one-year extension of this one-year time period, subject to approval by the Department District Secretary or designee. c. Failure of the Agency to make expenditures, Incur obligations or receive an approved extension may allow the Department to terminate this Agreement. 17. Exclusive Rights. The Agency assures that it will not permit any exclusive right for use of the airport by any person providing, or intending to provide, aeronautical services to the public. 18. Airfield Access. a. The Agency assures that It will not grant or allow general easement or public access that opens onto or crosses the airport runways, taxiways, flight line, passenger facilities, or any area used for emergency Page 30 of 35 store OF FWWM DF MnoE OFT SFOMAi F �" N PUBLIC TRANSPORTATION DewWaFmn GRANT AGREEMENT EXHIBITS COCOM3 equipment, fuel, supplies, passengers, mail and freight, radar, communications, utilities, and landing systems, including but not limited to flight operations, ground services, emergency services, terminal facilities, 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 with limited and controlled access. b. The Agency assures that it will not grant or allow general easement or public access to any portion of the airfield from adjacent real property which Is not owned, operated, or otherwise controlled by the Agency without prior Department approval. 19. Retention of Rights and Interests.The Agency will not sell, lease, encumber, or otherwise transfer or dispose of any part of Its title or other Interests in the real property shown as airport owned or controlled on the anent airport layout plan without prior written approval by the Department. It will not sell, lease, encumber, terminate, walve, or otherwise transfer or dispose of any part of Its title, rights, or other Interest in existing noise easements or avigallon easements on any property, airport or non -airport, without prior written approval by the Department. These assurances shall not limit the Agency's right to lease airport property for airport-oompabbie purposes. 20. Consultant, Contractor, Scope, and Costs. a. The Department has the right to disapprove the Agency's employment of consultants, contractors, and subcontractors for all or any pert of this Project if the specific consultants, contractors, or subcontractors have a record of poor project performance with the Department b. Further, the Department maintains the right to disapprove the proposed Project scope and cost of professional services. 21. Planning Projects. For all planning projects or other aviation studies, the Agency assures that it will: a. Execute the project per the approved project narrative orwlth approved modifications. b. Furnish the Department with such periodic project and work activity reports as Indicated In the approved scope of services. c. Make such project materials available for public review, unless exempt from public disclosure. 1) Information related to airport security is considered restricted Information and Is exempt from public dissemination per Sections 119.071(3) and 33122 F.S. 2) No materials prepared under this Agreement shall be subject to copyright in the United States or any other country. d. Grant the Department unrestricted authority to publish, disclose, distribute, and otherwise use any of the material prepared In connection with this Agreement. e. If the Project involves developing an Airport Master Plan or an Airport Layout Plan, and any updates thereto. It will be consistent with provisions of the Florida Aviation System Plan, will Identify reasonabte future growth of the airport and the Agency will comply with the Department airport master planning guidebook, Including: 1) Provide copies, In electronic and edltable formal, of final Project materials to the Department, Including computer4ded drafting (CAD) files of the Airport Layout Plan. 2) Develop a cost -feasible financial plan, approved by the Department, to accomplish the projects described In the Airport Master Plan or depicted in the Airport Layout Plan, and any updates thereto. The cost -feasible financial plan shall realistically assess Project phasing considering availability of stale and local funding and federal funding under the FAA's priority system. 3) Enter all projects contained In the cost -feasible plan In the Joint Automated Capital Improvement Program (JACIP). Page 31 of 35 srnre or Ftowon crvuiruexr o F maysFaaram oa Fam nsamnr PUBLIC TRANSPORTATION sremswc orverrerrear GRANT AGREEMENT EXHIBITS 0 OMU f. The Agency understands and agrees that Department approval of this Agreement or any planning material developed as part of this Agreement does not constitute or Imply any assurance or commitment on the part of the Department to approve any pending or future application for state aviation funding. g. The Agency will submit master planning draft and final deliverables for Department and, if required, FAA approval prior to submitting any Invoices to the Department for payment 22. Land Acquisition Projects. For the purchase of real property, the Agency assures that it will: a. Laws. Acquire the land in accordance with federal and/or state laws governing such action. b. Administration. Maintain direct control of Project administration, Including: 1) Maintain responsibility for all related contract letting and administrative procedures related to the purchase of real property. 2) Secure written Department approval to execute each agreement for the purchase of real property with any third party. 3) Ensure a qualified, State -certified general appraiser provides all necessary services and documentation. 4) Furnish the Department with a projected schedule of events and a cash flow projection within 20 calendar days after completion of the review appraisal. 5) Establish a Project amount for the purchase of the land. 6) Collect and disburse federal, state, and local project funds. c. Reimbursable Funds. If funding conveyed by this Agreement is reimbursable for land purchase in accordance with Chapter 332, F.S., the Agency shall comply with the following requirements: 1) The Agency shall apply for a FAA Airport Improvement Program grant for the land purchase within 60 days of executing this Agreement 2) If federal funds are received for the land purchase, the Agency shall notify the Department, In writing, Within 14 calendar days of receiving the federal funds and Is responsible for reimbursing the Department within 30 calendar days to achieve normal project federal, state, and local funding shares per Chapter 332, F.S. 3) If federal funds are not received for the land purchase, the Agency shall reimburse the Department within 30 calendar days after the reimbursable funds am due in order to achieve normal project slate and local funding shares as described In Chapter 332, 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 funds are due, no reimbursement to the Department shall be required. d. New Airport. If this 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 funding to construct a paved runway, associated aircraft parking apron, and connecting taxiway within one year of the date of land purchase. 2) Complete an Airport Master Plan within two years of land purchase. 3) Complete airport construction for basic operation within 10 years of land purchase. e. Use of Land. The Agency assures that It shall use the land for aviation purposes in accordance with the terms and assurances of this Agreement within 10 years of acquisition. f. Disposal ofLand. For the disposal of real property the Agency assures that itwill comply with the following: 1) For land purchased for airport development or noise compatibility purposes, the Agency shall, when the land Is no longer needed for such purposes, dispose of such land at fair market value and/or make available to the Department an amount equal to the state's proportionate share of its market value. Page 32 of 35 UM OF FIOPoOPOEGMIYEM o leNISF°.P Ppmi]bIX6N PUBLIC TRANSPORTATION s Mc oevauwreer GRANT AGREEMENT EXHIBITS 00C 0iII 2) Land will be considered to be needed for airport purposes under this assurance it.. a) It serves aeronautical purposes such as a runway protection zone or as a noise buffer. b) Revenue from uses of such land contributes to airport financial self-sufficiency. 3) Disposition of land under Sections D.2211. or D.22.f.2. of this Exhibit, above, shall be subject to retention or reservation of any Interest or right therein needed to ensure such land will only be used for purposes compatible with noise levels related to airport operations. 4) Revenues from the safe of such land must be accounted for as outlined In Section D.1. of this Exhibit, and expended as outlined in Section D.g. of this Exhibit. 23. Construction Projects. The Agency assures that It will: a. Project Certifications. Certify Project compliances, Including: 1) Consultant and contractor selection comply with all applicable federal, state and local laws, rules, regulations, and policies. 2) All design plans and specifications comply with federal, state, and professional standards and applicable FAA advisory circulars, as well as the minimum standards established by the Department for State of Florida licensing as a public -use airport. 3) Completed construction complies with all applicable local building codes. 4) Completed construction complies with the Project plans and specifications with certification of that fact by the Project Engineer. b. Design Development. For the plans, specifications, construction contract documents, and any and all other engineering, construction, and contractual documents produced by the Engineer, which are hereinafter collectively referred to as "plans", the Engineer will certify that: 1) The plans shall be developed in accordance with sound engineering and design principles, and with generally accepted professional standards. 2) The plans shall be consistent with the intent of the Project as defined in Exhibit A and Exhibit B of this Agreement. 3) The Project Engineer shall perform a review of the certification requirements listed in Section B.2. of this Exhibit, Construction Certification, and make a determination as to their applicability to this Project. 4) Development of the plans shall comply with all applicable laws, ordinances, zoning and permitting requirements, public notice requirements, and other similar regulations. c. Inspection and Approval. The Agency assures that 1) The Agency will provide and maintain competent technical supervision at the construction site throughout the Project to assure that the work conforms to the plans, specifications, and schedules approved by the Department, as applicable, for the Project. 2) The Agency assures that it will allow the Department to Inspect the work and that it will provide any cost and progress reporting, as may be required by the Department. 3) The Agency assures that It will take the appropriate corrective action necessary, as required by the Department for work which does not conform to the Department standards. d. Pavement Preventive Maintenance. The Agency assures that for a project involving replacement or reconstruction of runway or taxiway pavement It has implemented an airport pavement maintenance management program and that it will use such program for the useful life of any pavement constructed, reconstructed, or repaired with state financial assistance at the airport. Page 33 of 35 STATE OF FLOWDA DEPMTM OF TP SMFTAMW Fw 72"W42 PUBLIC TRANSPORTATION DEVELOPxExr GRANT AGREEMENT EXHIBITS 24. Noise Mitigation Projects. The Agency assures that It will: a. Government Agreements. For all noise compatibility projects that are carried out by another unit of local government or are on property owned by a unit of local government other than the Agency, the Agency shall enter Into an agreement with that government body. 1) The local agreement, satisfactory to the Department, shall obligate the unit of local government to the same terms and assurances that apply to the Agency. 2) The Agency assures that it will take steps to enforce the local agreement If there Is substantial non- compliance with the terms of the local agreement. b. Private Agreements. For noise compatibility projects on privately owned property: 1) The Agency shall enter into an agreement with the owner of that property to exclude future actions against the airport. 2) The Agency assures that It will take steps to enforce such agreement if there is substantial non- compliance with the terms of the agreement. End of Exhlbg E- Page 34 of 35 WME OF IwNGA OEPKTXEM of Tn SMRTAiiox Famn1IX0-0x PUBLIC TRANSPORTATION sTaArzoic orvewrwax GRANT AGREEMENT EXHIBITS ooc axnx EXHIBIT F Contract Payment Requirements Florida Department of Financial Services, Reference Guide for State Expenditures Cost Reimbursement Contracts Invoices for cost reimbursement contracts must be supported by an itemized listing of expenditures by category (salary, travel, expenses, etc.). Supporting documentation shall be submitted for each amount forwhich reimbursement Is being claimed indicating that the Item has been paid. Documentation for each amount for which reimbursement is being claimed must Indicate that the Item has been paid. Check numbers may be provided In lieu of copies of actual checks. Each piece of documentation should clearly reflect the dates of service. Only expenditures for categories in the approved agreement budget may be reimbursed. These expenditures must be allowable (pursuant to law) and directly related to the services being provided. Usted below are types and examples of supporting documentation for cost reimbursement agreements (1) Salaries: A payroll register or similar documentation should be submitted. The payroll register should show gross salary charges, fringe benefits, other deductions and net pay. If an individual for whom reimbursement Is being claimed is paid by the hour, a document reflecting the hours worked times the rate of pay will be acceptable. (2) Fringe Benefits: Fringe Benefits should be supported by invoices showing the amount paid on behalf of the employee (e.g.. Insurance premiums paid). If the contract specifically states that fringe benefits will be based on a specified percentage rather than the actual cost of fringe benefits, then the calculation for the fringe benefits amount must be shown. Exception: Governmental entities are not required to provide check numbers or copies of checks for fringe benefits. (3) Travel: Reimbursement for travel must be in accordance with Section 112.061, Florida Statutes, which Includes submission of the claim on the approved State travel voucher or electronic means. (4) Other direct costs: Reimbursement will be made based on paid invoiceslreceipts. If nonexpendable property is purchased using Slate funds, the contract should include a provision for the transfer of the property to the State when services are terminated. Documentation must be provided to show compliance with Department of Management Services Rule 60A-1.017, Florida Administrative Code, regarding the requirements for contracts which Include services and that provide for the contractor to purchase tangible personal property as defined in Section 273.02. Florida Statutes, for subsequent transfer to the State. 15) In-house charges: Charges which may be of an internal nature (e.g., postage, copies, etc.) may be reimbursed on a usage log which shows the units times the rate being charged. The rates must be reasonable. (6) Indirect costs: If the contract specifies that indirect costs will be paid based on a specified rate, then the calculation should be shown. Contracts between stale agencies, and/or contracts between universities may submit alternative documentation to substantiate the reimbursement request that may be in the form of FLAIR reports or other detailed repots. The Florida Department of Financial Services, online Reference Guide for State Expenditures can be found at this web address UQLUM.mv_mv0oridacfo.comiDivislon/AA/Manuatsfdocuments/Referent GuldeforStateExoendilures.odf. Page 35 of 35 Ma SEBIASTI4kN HOME OF PELICAN ISLAND CITY COUNCIL AGENDA TRANSMITTAL Council Meetina Date: August 24, 2022 Aaenda Item Title: FDOT Public Transportation Grant Agreement (PTGA) — Design Runway 05- 23 Rehabilitation Recommendation: Staff recommends approval of Resolution R-22-21, Approve Public Transportation Grant Agreement FM450930-1-94-01 reflecting funds to begin the Design phase for the Rehabilitation of Runway 05-23 with Lighting Improvements at Sebastian Municipal Airport. Authorize the City Manager to execute appropriate documents. Background: The current Runway 05-23 Pavement Condition Index average is below 69, which falls into a "Fair' rating and is forecasted to continue deteriorating. FAA and FDOT Maintenance Policies recommend a Major Rehabilitation that will bring the Runway surface condition back up to a 100 rating. This Resolution will accept the FDOT grant 5% portion to compliment the already approved FAA AIP 90% grant Project No. 3-12-0145-020-2022 in the amount of $197,004. This Design phase will prepare us for the actual Rehabilitation of Runway 05-23 in the next fiscal year. If Agenda Item Reauires Expenditure of Funds: Total Budgeted Amount: $2100 Total Cost: FAA 90% = $197,010 State 5% = $10,945 Local 5% = $10,945 TBD Attachments: 1. PTGA FM450930-1-94-01 2. Resolution # R-22-21 Administrative Services Department City Attorney Review: Procurement Division Review, If applicable: City Manager Authorization: Date: