Loading...
Agenda 12/12/2017 Item #16D1112/12/2017 EXECUTIVE SUMMARY Recommendation to approve Resolutions authorizing submittal of Federal Transit Administration (FTA) Sections 5310, 5311, and 5339 Rural FY2018/2019 grant applications and applicable documents to the Florida Department of Transportation (FDOT) to support transit operations and system capital improvements . (Total anticipated fiscal impact of $2,115,848 with a Federal share of $1,314,678.40, State share of $145,584.80, and Local match of $655,584.80.) OBJECTIVE: To support transit operations and capital improvements using grant funds. CONSIDERATIONS: FTA Section 5310 Grant Request Pursuant to 49 U.S.C. § 5310, Collier County is a designated Community Transportation Coordinator and provider of mass transportation to the elderly and individuals with disabilities. Each year, through an application process administered by FDOT, the Collier Area Paratransit program has obtained funds that are used for the purchase of vehicles and the provision of transportation services to the elderly and disabled residents of Collier County. The 5310 capital grant application request is for $255,848 to purchase three expansion vehicles and two- way radios for these vehicles. This capital grant requires a 10% local match. If the grant is approved for the full amount requested, the funding allocation will be $204,678.40 of Federal funds, matched by $25,584.80 of State funding and $25,584.80 of Local funding. Due to a change of the pass through agency requirements to retire buses, the County will face a higher replacement demand in future years that will exceed the customary number of annual replacements. In order to manage the change over the next few fiscal years, this application requests a temporary expansion in order to meet future replacement demands. FTA Section 5311 Grant Request Pursuant to 49 U.S.C. § 5311, Collier County provides mass transportation to residents in non-urbanized areas of the County through Collier Area Transit (CAT). Each year, through an application process administered by FDOT, Collier County has obtained funds that are used for the operation of transportation services to residents in rural communities of Collier County. The 5311 operating grant application request is for $1,260,000 and will be utilized to provide transit services in the non-urbanized areas of Collier County. This operations grant requires a 50% local match. If the grant is approved for the full amount requested, the funding allocation will be $630,000 of Federal funds and $630,000 of Local funds. Section 5311 funding for operating assistance is essential to continue the existing level of service being provided for the non-urbanized areas of the County. The 5311 grant helps fund six non-urbanized/rural routes: Routes 19 and 28 (providing transportation to and from th e Immokalee area to the Intermodal Transfer Station), Route 121 (providing early morning and late evening express service between Immokalee and Marco Island), Route 22 and Route 23 (providing a circulator within the rural Immokalee community), and Route 24 (providing transportation to and from the Charlee Estates area to the Intermodal Transfer Station). This service will continue to provide access to employment for rural area residents. FTA Section 5339 Grant Request Section 5339 is a grant program administered by FDOT authorized by 49 U.S.C. § Section 5339 Bus and 12/12/2017 Bus Facilities Program. It provides capital funding to replace, rehabilitate, and purchase buses, vans, and related equipment, and to construct bus-related facilities in the non-urbanized areas. This capital grant requires an 80% Federal share with a 20% State share. The 5339 capital grant application request is for $600,000 for the design and construction of a Superstop in the Immokalee area consisting of a sheltered transfer station for passen gers. The site would also be secured with fencing and space to store vehicles and provide overnight bus storage. If the grant is approved for the full amount requested, the funding allocation will be $480,000 of Federal funds and $120,000 of State funds. FISCAL IMPACT: The 5310 capital grant application is estimated to be $255,848 for three expansion vehicles. The capital grant requires an 80% Federal share in the amount of $204,678.40, a 10% State share in the amount of $25,584.80, and a 10% Local match in the amount of $25,584.80. The local share will be funded by available auction proceeds as required by FTA and any remaining balance within Transportation Disadvantaged Fund (427) or Collier Area Transit Fund (426) Reserves funded by the annual support transfer from the General Fund (001). No additional budget will be requested in FY19. The 5311 operating grant application is estimated to be $1,260,000 and it will be utilized to provide transit services in the non-urbanized areas of Collier County. This operations grant requires a 50% Federal share in the amount of $630,000 and a 50% Local match in the amount of $630,000. The local share will be funded from CAT Transit Enhancement Fund (426) which supports fixed route transit operations predominantly funded through an annual transfer of General Fund Revenue. The match is included in the annual budget process and will not require a separate budget amendment. The application and acceptance of these grants will stay within budget guidance as done in prior years and will not require additional budget. The 5339-Rural capital grant application is estimated to be $600,000 for the design and construction of a Superstop in the Immokalee area. This capital grant requires an 80% Federal share in the amount of $480,000 with a 20% State share in the amount of $120,000. No Local match is required for this grant. The table below reflects the fiscal impact of each jurisdiction: Grant Federal Funding State Match Local Match Total 5310 $204,678.40 $25,584.80 $25,584.80 $255,848.00 5311 $630,000.00 $0.00 $630,000.00 $1,260,000.00 5339 Rural $480,000.00 $120,000.00 $0.00 $600,000.00 Total $1,314,678.40 $145,584.80 $655,584.80 $2,115,848.00 GROWTH MANAGEMENT IMPACT: This item has no Growth Management impact. LEGAL CONSIDERATIONS: This item is approved for form and legality and requires a majority vote for Board action. - JAB RECOMMENDATION: To approve Resolutions authorizing the execution, submittal, and revision of any and all documents necessary to apply for the FTA Section 5310, 5311, and 5339 rural grants, including authorizing the Chairman to execute all required documents including the Certification and Assurance to FDOT. Prepared by: Joshua Thomas, Grants Support Specialist, Public Transit & Neighborhood Enhancement Division 12/12/2017 ATTACHMENT(S) 1. [Linked] FY18 5310 Application and RESO (PDF) 2. FY18 Section 5311 Application and RESO (PDF) 3. [Linked] FY18 Section 5339 Application and RESO (PDF) 12/12/2017 COLLIER COUNTY Board of County Commissioners Item Number: 16.D.11 Doc ID: 4227 Item Summary: Recommendation to approve Resolutions authorizing submittal of Federal Transit Administration (FTA) Sections 5310, 5311, and 5339 Rural FY2018/2019 grant applications and applicable documents to the Florida Department of Transportation (FDOT) to support transit operations and system capital improvements . (Total anticipated fiscal impact of $2,115,848 with a Federal share of $1,314,678.40, State share of $145,584.80, and Local match of $655,584.80.) Meeting Date: 12/12/2017 Prepared by: Title: Grants Support Specialist – Grants Name: Joshua Thomas 11/16/2017 3:55 PM Submitted by: Title: Division Director - Pub Tran & Nbrhd Enh – Public Transit & Neighborhood Enhancement Name: Michelle Arnold 11/16/2017 3:55 PM Approved By: Review: Public Transit & Neighborhood Enhancement Caroline Soto Additional Reviewer Completed 11/16/2017 4:00 PM Public Transit & Neighborhood Enhancement Michelle Arnold Additional Reviewer Completed 11/16/2017 5:33 PM Public Transit & Neighborhood Enhancement Matthew Liveringhouse Additional Reviewer Completed 11/17/2017 10:48 AM Public Services Department Joshua Hammond Level 1 Division Reviewer Completed 11/20/2017 7:29 AM Operations & Veteran Services Sean Callahan Additional Reviewer Completed 11/20/2017 9:20 AM County Attorney's Office Jennifer Belpedio Level 2 Attorney of Record Review Completed 11/20/2017 3:16 PM Public Services Department Steve Carnell Level 2 Division Administrator Review Completed 11/24/2017 9:12 AM Grants Kimberly Lingar Level 2 Grants Review Completed 11/27/2017 11:05 AM County Attorney's Office Scott Teach Level 3 County Attorney's Office Review Completed 11/27/2017 11:13 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 11/27/2017 11:58 AM Grants Therese Stanley Additional Reviewer Completed 12/05/2017 10:40 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 12/05/2017 11:10 AM Board of County Commissioners MaryJo Brock Meeting Pending 12/12/2017 9:00 AM Florida Drpm l n iral or i mpoi lalinii—r;, nApphca Lion—FFY19 Put ple-All Red -Capital Blue-Opel"atlrlg Florida Department of Transportation FDOT� �l 49 U.S.C. Section 5310 Capital & Operating Assistance — FFY 2018 Formula Grants for the Enhanced Mobility of Seniors and Individuals with Disabilities CFDA 20.513 Legal Applicant Name: Collier County Board of County Commissioners ❑ First Time Applicant ® Previous Applicant Project Type and Service Area of this Application (check all that apply): ® Large Urban Service Area ❑ Small urban Service Area ❑ Rural Service Area Page i of 32 I-nnrloDrhaihnanInITi,my.,„it,r„n—S;joAly Iico6on—FFYAR Purple -All Red -Capital Blue -Operating Applicant Information 49 U.S.C. Section 5330, Formula Grants for the Enhanced Mobility of FDOT Seniors and Individuals with Disabilities: �- GRANT APPLICATION Agency (Applicant) Legal Name: Collier County Board of County Conunissioners Physical Address (No P.O. Box): 3299 Tamiami Trail East, Suite 303 Applicant's County: Collier If Applicant has offices in more than one county, list county where main office is located City: NaplesState: FL Zip + 4 Congressional District:14 Code:343z2- 5746 Federal Taxpayer ID Number:59-6000558 Applicant Fiscal period start and end dates: October z, 2oi8 September 30, 2029 State Fiscal period from. Julys, 2028 to June30, 2019 Applicant's DUNS Number: 076997790 Unique 9 -Digit number issued by Dun & Bradstreet. Maybe obtained free of charge at: http://f`edgov.dnb.comlwebform Project's Service Area: Collier County List the county or counties that will be served by the proposed project. Executive Director: Michelle Arnold Grant Contact Person (if different than Executive Director): Joshua Thomas Telephone:239-252-5841 Telephone:239-252-8989 Fax: Fax:239-252-6425 E-mail Address: Email Address: JoshuaThomas@colliergov.net MicheIleArnold@coiliergov.net Current Vehicle Inventory: Vans Vans/Lifts 10 Sedans or Minivans Enter Number in Fleet 2&24 Buses/Cutaways Other N/A Authorizing Representative certifying to the information contained in this application is true and accurate. Signature (Authorizing Representative) [blue ink]: Printed Name: Penny Taylor Title: Chairman Email Address: Penn Ta for collier ov.net ATTI�ST. DWIGHT E. BROCK, Clerk By - Approved as to form and legality Page 2 of 32 Assistant County Attorney ,,A u FloildaDeparImenIofTiaw,poir,rmn-,poApphuIioirrFvrs Purple -All Red -Capital Blue -Operating *Must attach a Resolution of Authority from your Board (original document) for the person signing all documents on behalf of your agency. See Exhibit B Preliminary Application Checklist Each of the below items must be included with your Section 5310 Grant Application submittal in the same order as the checklist. M Cover Page (page i) ® Applicant Information PART I - APPLICANT ELIGIBILITY ® Preliminary Application Checklist (this form) ® Eligibility Questionnaire ® Exhibit A: Cover Letter ® Exhibit B: Governing Board's Resolution ® Exhibit C: Coordinated Public Transit -Human Service Transportation Plan ® Exhibit D: CTC Agreement or Certification ❑ Exhibit E: Certification of Incorporation N/A ❑ Exhibit F: Proof of Non -Profit Status N/A ❑ Exhibit G: Local Clearinghouse Agency/RPC Cover Letter (only required forfacilities) N/A Date received: ® Exhibit H: Public Hearing Notice PART II - FUNDING REQUEST ® Form A -s: Current System Description ® Form A -z: Fact Sheet ® Organization Chart ® Form B -i: Proposed Project Description ❑ Form B -z: Financial Capacity— Proposed Budget for Transportation Program N/A ❑ Proof of Local Match ❑ Form B-3: Breakdown of Transportation Costs N/A ® Form C -i: Financial Capacity—Proposed Budget for Transportation Program ® Proof of Local Match ® Form C -z: Capital Request Page 3 of 32 FI"Iida I WI aIlIII nl uI nansporlahwi-y}m Application—FFY18 ® Completed Sample Order Form(s) Purple -All Red- Capital Blue -Operating ® Form C-3: Current Vehicle and Transportation Equipment Inventory PART I -APPLICANT ELIGIBILITY Eligibility Questionnaire If you are a current grant sub -recipient and are not compliant with all FDOT and FTA Section 5310 requirements, then you will not be eligible to receive grant funds until compliance has been determined. You must be in compliance at time of grant award executionijoint participation agreement execution. If you are a current grant sub -recipient and have undergone a triennial review, complete the questions below: Note: This questionnaire does not apply to new sub -recipients and sub -recipients that have not yet been required by their respective FDOT District Office to complete a triennial review. For more information see FDOT's Triennial Review Process as part of the State Management Plan. Does your agency have active vehicles purchased with a 5310 grant? M Yes ❑ No Has your agency completed a Triennial Oversight Review? ®Yes No Ifyes, is your agency currently in compliance? ® Yes ❑ No If no, does your agency have a corrective action plan in place to come ❑ Yes ❑ No into compliance? Date of corrective action closeout Signature [blue ink] Penny Taylor, Chairman Typed Name and Title December12, 2017 Date Aii7ST: D'AIGHT E. e3ROCK, Clark lay: Approved as to form and legality Page y of 32 Assistant County Attorney RESOLUTION NO. 2017 A RESOLUTION BY THE BOARD OF COUNTY COMMISSIONERS, COLLIER COUNTY, FLORIDA, AUTHORIZING ITS CHAIRMAN TO SIGN AND SUBMIT A SECTION 3310 GRANT APPLICATION, INCLUDING ALL RELATED DOCUMENTS AND ASSURANCES, TO THE FLORIDA DEPARTMENT OF TRANSPORTATION, REVISE AND EXECUTE ANY REQUIRED DOCUMENTATION, AND TO ACCEPT, ON BEHALF OF THE COUNTY, ANY SUCH GRANT AWARDED. WHEREAS, 49 U.S.C.§ 5310 authorizes the Secretary of Transportation to make grants and loans to local government authorities such as Collier County to help provide mass transportation services to meet the special needs of elderly individuals and individuals with disabilities; and WHEREAS, each year, through an application process administered by the Florida Department of Transportation, the Collier County Transportation Disadvantaged program has obtained funds that are used for the purchase of vehicles and for the provision of transportation services to the elderly and disabled residents of Collier County; and WHEREAS, the Collier County Local Coordinating Board (LCB) has requested that the Collier County Board of County Commissioners apply this year for FTA 49 U.S.C.§ 5310 funds in order to purchase vehicles to transport the elderly and disabled residents of Collier County; and WHEREAS, the Board of County Commissioners of Collier County, Florida, has authority to apply for and accept grants from the Florida Department of Transportation as authorized by Chapter 341, Florida Statutes, and by the Federal Transit Administration Act of 1964, as amended. NOW THEREFORE, BE IT RESOLVED by the Board of County Commissioners, Collier County, Florida, that: 1. The County Manager, or his designee, is hereby authorized to revise and execute any and all documents necessary to apply for the Federal Transit Administration Section 5310 Grant, including executing the Certification and Assurance to FDOT document, a copy of which documents are attached hereto, to approve any budget amendments necessary to receive these funds, and to accept these funds on behalf of the County. 2. Any decision to terminate or otherwise not accept the Grant shall fust require approval by the Board of County Commissioners as an agenda item. 1 c?. ��� 1 3. This Resolution shall be effective immediately upon signature by the Chairman. THIS RESOLUTION ADOPTED after motion, second and majority vote this 12' day of December 2017. ATTEST: DWIGHT E. BROCK, CLERK a Jeffrey A. County A , Deputy Clerk m and legality: 2 BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: PENNY TAYLOR, CHAIRMAN no„d,Dei,aiInt•ndof7ia„�i,c„Iarrnr;3ioAppli(atloo-trv1s Purple -All Red -Capital Blue -Operating Exhibit C: Coordinated Public Transit -Human Service Transportation Plan The projects selected for funding under the Section 5310 program must be included in a locally developed, coordinated public transit -human services transportation plan (Coordinated Plan) that was "developed through a process that includes representatives of public, private, and non-profit transportation and human services providers and participation by members of the public." Reference: FTA C 9070.16, Enhanced Mobility of Seniors and Individuals with Disabilities Program Guidance and Application Instructions - Chapter V, Coordinated Planning Certification Collier County Board of County Commissioners certifies and assures to the Florida Department of Transportation regarding its application for assistance under 49 U.S.C. 5310 thatthis grant request is included in a coordinated plan compliant with Federal Transit Administration Circular FTA C 9070.1G. (a) The name of this coordinated plan: Collier County Transit Development Plan (TDP) (b) The agency that adopted this coordinated plan: Collier County Board of County Commissioners, Collier Area Transit (c) The date the coordinated plan was adopted: Decemberl� 2o16 (d) Section and page in the coordinated plan that identifies the project or need your agency is fulfilling: Page 127 Under Section 9: Capita lllnfrastructure Alternatives Signature [blue ink] Typed Name and Title of Authorized Representative December 12, 2017 Date D,,L" OHT r, aROCK, O vrlk Page 6 of 32 Approved as to form and legality Assistant County Attorney norido Commhsbn forth¢ Transportation July 9, 2013 Disadvantaged Ms. Michelle Arnold Rick Scott Collier County Board of County Commissioners/Collier Area Transit Governor 3299 EastTamiami Trail, Suite 103 David Dann Naples, FL 34112 Chairperson Mike Willingham Subject: Collier County Community Transportation Coordinator Designation Vice Chairman Memorandum of Agreement (MOA) # TD 1303 Steven Holmes Dear Ms. Arnold: Executive Director Enclosed is the executed MOA for your records. As you know, the Commission for the Transportation Disadvantaged (Commission) approved Collier County Board of County Commissioners/Collier Area Transit, to serve as the Community Transportation Coordinator for Collier County. This designation is effective July 1, 2013 through June 30, 2018. Pursuant to the MOA, a new 2013-18 Transportation Disadvantaged Service Plan (TDSP) shall be submitted to the Commission no later than 120 calendar days from July 1, 2013 (October 28, 2013). This TDSP must be approved by the Local Coordinating Board prior to submission to us for approval. Please coordinate this effort with the Collier County MPO as your Designated Official Planning Organization. As a reference, the Instruction Manual for the MOA and TDSP is located on our website at: http://www dot state tl us/ctd/programinro/pro.gramdevelopmeiitsection. Thank you for your continued support and participation in the coordinated transportation system of Collier County. If you have any questions or need any additional information, please contact me at (850) 410-5712. Sincerely, John Irvine Area 6 Project Manager Enclosure: Executed Memorandum of Agreement cc: Ms. Lucy Ayers, Collier MPO (email only) Suwannee Street, MS49 &3 Tallahassee, FL 32399.0450 Phone: (850) 410.5700 bo Toll Free: (800) 983-2435 w Fax: (850) 410-5752 www.dot.state.fl.usictd Contract # TD1303 Effective: 7/1/13 to 6/30/18 STATE OF FLORIDA COMMISSION FOR THE TRANSPORTATION DISADVANTAGED MEMORANDUM OF AGREEMENT This Memorandum of Agreement is between the COMMISSION FOR THE TRANSPORTATION DISADVANTAGED, hereby referred to as the "Commission," and Collier County Board of County Commissioners/Collier Area Transit 3299 East Tamiami Trail Suite 103 Naples, FL 34112 the COMMUNITY TRANSPORTATION COORDINATOR, designated pursuant to Chapter 427, F.S., to serve the transportation disadvantaged for the community that includes the entire area of Collier county(ies), and hereafter referred to as the "Coordinator." This Agreement is made in consideration of the mutual benefits to both parties; said consideration acknowledged hereto by the parties as good and valuable consideration. The Parties Agree: The Coordinator Shall: A. Become and remain totally apprised of all of the Transportation Disadvantaged resources available or planned in their designated service area. This knowledge will be used to plan, coordinate, and implement the most cost effective transportation disadvantaged transit system possible under the economic and other conditions that exist in the designated service area. B. Plan and work with Community Transportation Coordinators in adjacent and other areas of the state to coordinate the provision of community trips that might be handled at a lower overall cost to the community by another Coordinator. This includes honoring any Commission -approved statewide certification program that allows for intercounty transportation opportunities. C. Arrange for all services in accordance with Chapter 427, Florida Statutes, and Rule 41-2, FAC, and as further required by the Commission and the local Coordinating Board approved Transportation Disadvantaged Service Plan. D. Return any acquired profits or surplus funds originating through the course of business as the Coordinator that are beyond the amounts(s) specifically identified and approved in the accompanying Transportation Disadvantaged Service Plan. Such profits or funds shall be returned to the Coordinator's transportation system or to any subsequent Coordinator, as a total transportation system subsidy, to be applied to the immediate following operational year. The Coordinator will include similar language in all coordination contracts to assure that transportation disadvantaged related revenues are put back into transportation disadvantaged services. Rev. 04/02/2012. E. Accomplish this Project by: 1. Developing a Transportation Disadvantaged Service Plan for approval by the local Coordinating Board and the Commission. Coordinators who are newly designated to a particular service area shall submit a local Coordinating Board approved Transportation Disadvantaged Service Plan, within 120 calendar days following the execution of the Coordinator's initial memorandum of agreement with the Commission, for approval by the Commission. All subsequent Transportation Disadvantaged Service Plans shall be submitted and approved with the corresponding memorandum of agreement. The approved Transportation Disadvantaged Service Plan will be implemented and monitored to provide for community -wide transportation services for purchase by non -sponsored transportation disadvantaged persons, contracting social service agencies, and other entities that use local, state, or federal government funds for the purchase of transportation for the transportation disadvantaged. 2. Maximizing the use of available public school transportation resources and public fixed route or fixed schedule transit services and assuring that private or public transit, paratransit operators, and school boards have been afforded a fair opportunity to participate to the maximum extent feasible in the planning process and in the development of the provisions of the Transportation Disadvantaged Service Plan for the transportation disadvantaged. 3. Providing or arranging 24-hour, 7 -day per week transportation disadvantaged service as required in the designated service area by any Federal, State or Local Government agency sponsoring such services. The provision of said services shall be furnished in accordance with the prior notification requirements identified in the local Coordinating Board and Commission approved Transportation Disadvantaged Service Plan. 4. Complying with all local, state, and federal laws and regulations that apply to the provision of transportation disadvantaged services. 5. Submitting to the Commission an Annual Operating Report detailing demographic, operational, and financial data regarding coordination activities in the designated service area. The report shall be prepared on forms provided by the Commission and according to the instructions of said forms. F. Comply with Audit and Record Keeping Requirements by: 1. Utilizing the Commission recognized Chart of Accounts defined in the Transportation Accounting Consortium Model Uniform Accounting System for Rural and Specialized Transportation Providers (uniform accounting system) for all transportation disadvantaged accounting and reporting purposes. Community Transportation Coordinators with existing and equivalent accounting systems are not required to adopt the Chart of Accounts in lieu of their existing Chart of Accounts but shall prepare all reports, invoices, and fiscal documents relating to the transportation disadvantaged functions and activities using the chart of accounts and accounting definitions as outlined in the above referenced manual. Rev. 04/02/2012 2 2. Assuming the responsibility of invoicing for any transportation services arranged, unless otherwise stipulated by a purchase of service contract or coordination contract. Maintaining and filing with the Commission, local Coordinating Board, and all purchasing agencies/entities such progress, fiscal, inventory, and other reports as those entities may require during the period of this Agreement. Providing copies of finance and compliance audits to the Commission and local Coordinating Board as requested by the Commission or local Coordinating Board. G. Retain all financial records, supporting documents, statistical records, and any other documents pertinent to this Agreement for a period of five (5) years after termination of this Agreement. If an audit has been initiated and audit findings have not been resolved at the end of five (5) years, the records shall be retained until resolution of the audit findings. The Coordinator shall assure that these records shall be subject to inspection, review, or audit at all reasonable times by persons duly authorized by the Commission or this Agreement. They shall have full access to and the right to examine any of the said records and documents during the retention period. H. Comply with Safety Requirements by: Complying with Section 341.061, F.S., and Rule 14-90, FAC, concerning System Safety; or complying with Chapter 234.051, F.S., regarding school bus safety requirements for those services provided through a school board; and 2. Assuring compliance with local, state, and federal laws, and Commission policies relating to drug testing. Conduct drug and alcohol testing for safety sensitive job positions within the coordinated system regarding pre-employment, randomization, post -accident, and reasonable suspicion as required by the Federal Highway Administration and the Federal Transit Administration. Comply with Commission insurance requirements by maintaining at least minimum liability insurance coverage in the amount of $200,000 for any one person and $300,000 per occurrence at all times during the existence of this Agreement for all transportation services purchased or provided for the transportation disadvantaged through the Community Transportation Coordinator. Upon the execution of this Agreement, the Coordinator shall add the Commission as an additional named insured to all insurance policies covering vehicles transporting the transportation disadvantaged. In the event of any cancellation or changes in the limits of liability in the insurance policy, the insurance agent or broker shall notify the Commission. The Coordinator shall insure that contracting transportation operators and coordination contractors also maintain the same minimum liability insurance, or an equal governmental insurance program. Insurance coverage in excess of $1 million per occurrence must be approved by the Commission and the local Coordinating Board before inclusion in the Transportation Disadvantaged Service Plan or in the justification of rates and fare structures. Such coverage may be provided by a self- insurance program established and operating under the laws of the State of Florida and written verification of insurance protection in accordance with Section 768.28, Florida Statutes, shall be provided to the Commission upon request. Rev. 04/02/2012 J. Safeguard information by not using or disclosing any information concerning a user of services under this Agreement for any purpose not in conformity with the local, state and federal regulations (45 CFR, Part 205.50), except upon order of a court, written consent of the recipient, or his/her responsible parent or guardian when authorized by law. K. Protect Civil Rights by: 1. Complying with state and federal laws including but not limited to laws regarding discrimination on the basis of sex, race, religion, age, disability, sexual orientation, or national origin. The Coordinator gives this assurance in consideration of and for the purpose of obtaining federal grants, loans, contracts (except contracts of insurance or guaranty), property, discounts, or other federal financial assistance to programs or activities receiving or benefiting from federal financial assistance and agreeing to complete a Civil Rights Compliance Questionnaire if so requested by the Commission. 2. Agreeing that compliance with this assurance constitutes a condition of continued receipt of or benefit from federal financial assistance, and that it is binding upon the Coordinator, its successors, subcontractors, transferee, and assignees for the period during which such assistance is provided. Assure that all operators, subcontractors, subgrantee, or others with whom the Coordinator arranges to provide services or benefits to participants or employees in connection with any of its programs and activities are not discriminating against those participants or employees in violation of the above statutes, regulations, guidelines, and standards. In the event of failure to comply, the Coordinator agrees that the Commission may, at its discretion, seek a court order requiring compliance with the terms of this assurance or seek other appropriate judicial or administrative relief, to include assistance being terminated and further assistance being denied. L. To the extent allowed by Section 768.28, Florida Statutes, and only to the monetary and other limitations contained therein, indemnify and hold harmless the Commission and all of the Commission's members, officers, agents, and employees; purchasing agency/entity officers, agents, and employees; and the local, state, and federal governments from any claim, loss, damage, cost, charge or expense arising out of any act, action, neglect or omission by the Coordinator during the performance of this Agreement, whether direct or indirect, and whether to any person or property to which the Commission or said parties may be subject, except that neither the Coordinator nor any of its sub -contractors will be liable under this section for damages arising out of injury or damage to persons or property directly caused or resulting from the sole negligence of the Commission or any of its members, officers, agents or employees; purchasing agency/entity, officers, agents, and employees; and local, state, or federal governments. Nothing herein is intended to serve as a waiver of sovereign immunity by any agency/entity or Coordinator to which sovereign immunity may be applicable. Nothing herein shall be construed as consent by a state agency/entity or political subdivision of the State of Florida or the federal government to be sued by third parties in any matter arising out of any Agreement or contract. Notwithstanding the foregoing, pursuant to Section 768.28, Florida Statutes, no agency or subdivision of the state shall be required to indemnify, insure, or assume any liability for the Commission's negligence. Rev. 09/02/2012 a M. Comply with standards and performance requirements of the Commission, the local Coordinating Board approved Transportation Disadvantaged Service Plan, and any purchase of service contracting agencies/entities. Failure to meet the requirements or obligations set forth in this MOA, and performance requirements established and monitored by the local Coordinating Board in the approved Transportation Disadvantaged Service Plan, shall be due cause for non-payment of reimbursement invoices until such deficiencies have been addressed or corrected to the satisfaction of the Commission. N. Comply with subcontracting requirements by executing or negotiating contracts for transportation services with Transportation Operators and Coordination Contractors, and assuring that the conditions of such contracts are maintained. The requirements of Part 1, Paragraph E.5. through M are to be included in all contracts, subcontracts, coordination contracts, and assignments made by the Coordinator for services under this Agreement. Said contracts, subcontracts, coordination contracts, and assignments will be reviewed and approved annually by the Coordinator and local Coordinating Board for conformance with the requirements of this Agreement. O. Comply with the following requirements concerning drivers and vehicles: Drivers for paratransit services, including coordination contractors, shall be required to announce and identify themselves by name and company in a manner that is conducive to communications with the specific passenger, upon pickup of each rider, group of riders, or representative, guardian, or associate of the rider, except in situations where the driver regularly transports the rider on a recurring basis. Each driver must have photo identification that is in view of the passenger. Name patches, inscriptions or badges that affix to driver clothing are acceptable. For transit services, the driver photo identification shall be in a conspicuous location in the vehicle. 2. The paratransit driver shall provide the passenger with boarding assistance, if necessary or requested, to the seating portion of the vehicle. The boarding assistance shall include opening the vehicle door, fastening the seat belt or utilization of wheelchair securement devices, storage of mobility assistive devices, and closing the vehicle door. In certain paratransit service categories, the driver may also be required to open and close doors to buildings, except in situations in which assistance in opening/closing building doors would not be safe for passengers remaining on the vehicle. Assisted access must be in a dignified manner. Drivers may not assist wheelchair up or down more than one step, unless it can be performed safely as determined by the passenger, guardian, and driver. 3. All vehicles shall be equipped with two-way communications in good working order and be audible to the driver at all times to the base. 4. All vehicles providing service within the coordinated system, shall have working air conditioners and heaters in each vehicle. Vehicles that do not have a working air conditioner or heater will be scheduled for repair or replacement as soon as possible. Rev. W02/2012 5 P. Comply with other requirements as follows: 1. Transport an escort of a passenger and dependent children as locally negotiated and identified in the local Transportation Disadvantaged Service Plan. 2. Determine locally in the Transportation Disadvantaged Service Plan, the use, responsibility, and cost of child restraint devices. 3. Transport with the passenger at no additional charge, passenger property that can be carried by the passenger and/or driver in one trip and can be safely stowed on the vehicle. Additional requirements may be negotiated for carrying and loading rider property beyond this amount. Passenger property does not include wheelchairs, child seats, stretchers, secured oxygen, personal assistive devices, or intravenous devices. 4. Provide shelter, security, and safety of passengers at vehicle transfer points. 5. Post a local or other toll-free number for complaints or grievances inside each vehicle. The local complaint process shall be outlined as a section in the local Transportation Disadvantaged Service Plan including advising the dissatisfied person about the Commission's Ombudsman Program as a step within the process as approved by the local Coordinating Board. Provide out -of -service -area trips, when determined locally and approved by the local Coordinating Board, except in instances where local ordinances prohibit such trips. Keep interior of all vehicles free from dirt, grime, oil, trash, torn upholstery, damaged or broken seats, protruding metal or other objects or materials which could soil items placed in the vehicle or provide discomfort for the passenger. Determine locally by the local Coordinating Board and provide in the local Transportation Disadvantaged Service Plan the billing requirements of the Community Transportation Coordinator. All bills shall be paid to subcontractors within 7 calendar days after receipt of said payment by the Coordinator, in accordance with Section 287.0585, Florida Statutes. Maintain or have access to a passenger/trip database on each rider being transported within the system. 10. Provide each rider and escort, child, or personal care attendant adequate seating for paratransit services. No more passengers than the registered passenger seating capacity shall be scheduled or transported in a vehicle at any time. For transit services provided by transit vehicles, adequate seating or standing space will be provided to each rider and escort, child, or personal care attendant, and no more passengers than the registered passenger seating or standing capacity shall be scheduled or transported in a vehicle at any time. 11. First Aid shall be determined locally and provided in the local Transportation Rev. 09/02/2012 Disadvantaged Service Plan. 12. Cardiopulmonary Resuscitation shall be determined locally and provided in the local Transportation Disadvantaged Service Plan. The Commission Shall: A. Recognize the Coordinator as the entity described in Section 427.011 (5), Florida Statutes, and Rule 41-2.002(4), F.A.C. B. Attempt to insure that all entities with transportation disadvantaged funds will purchase transportation disadvantaged services through the Coordinator's system. The Coordinator and the Commission Further Agree: A. Nothing in this Agreement shall require the Commission to observe or enforce compliance with any provision thereof, perform any other act or do any other thing in contravention of any applicable state law. If any of the provisions of this Agreement is found by a court of law to violate any applicable state law, the purchasing agency/entity will at once notify the Commission in writing in order that appropriate changes and modifications may be made by the Commission and the Coordinator to the end that the Coordinator may proceed as soon as possible with the provision of transportation services. B. If any part or provision of this Agreement is held invalid, the remainder of this Agreement shall be binding on the parties hereto. C. Termination Conditions: Termination at Will - This Agreement may be terminated by either party upon no less than thirty (30) days notice, without cause. Said notice shall be delivered by certified mail, return receipt required, or in person with proof of delivery. Termination for Breach - Unless the Coordinator's breach is waived by the Commission in writing, the Commission may, by written notice to the Coordinator, terminate this Agreement upon no less than twenty-four (24) hours notice. Said notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. Waiver by the Commission of breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Agreement, and shall not act as a waiver or estoppel to enforcement of any provision of this Agreement. The provisions herein do not limit the Commission's right to remedies at law or to damages. D. This agreement will expire unless an extension is granted to the Coordinator in writing by the Commission, in accordance with Chapter 287, Florida Statutes. E. Renegotiations or Modifications of this Agreement shall only be valid when they have been reduced to writing, duly approved by the Commission, and signed by both parties hereto. r�.�. 09/02/20_2 F. Notice and Contact: The name and address of the contract manager for the Commission for this Agreement is: Executive Director, 605 Suwannee Street, MS -49, Tallahassee, FL 32399-0450. The representative/position of the Coordinator responsible for administration of the program under this Agreement is: Michelle Arnold, Director Alternative Transportation Modes Department 3299 East Tamiami Trail Suite 103, Naples FL 34112 In the event that either party designates different representatives after execution of this Agreement, notice of the name and address of the new representative will be rendered in writing to the other party and said notification attached to originals of this Agreement. This document has been reviewed in its entirety and approved by the Local Coordinating Board at its official meeting Id on Ma 12 2013. ___.— Coor Hating Board Chairperson Donna Fiala WITNESS WHEREOF, the parties hereto have caused these presents to be executed. COMMUNITY TRANSPORTATION COORDINATOR: Collier Co Board of County Commissioners Agency Name Georgia A. Hiller sg. Printed Name uthorize Individual Signature: Title: Chairwoman STATE OF FLORIDA, COMMISSION FOR THE TRANSPORTATION DISADVANTAGED: Steven Holmes Printed Name of Authorized Individual Signatuur(-(y Title?'�Executive Director Rev. 04/02/2012 Flooda Depaitment o Tanspoi{alien-Sqs Application-FFYA Purple -All Red- Capital Blue -operating Exhibit H: Public Hearing Notice Page 8 of 3i Flin hIa Dq,ai tmeii i i) II 111G1101 [.1111W -S3 W App caupn-FFY18 Purple -All Red -Capital Blue -Operating PART II - FUNDING REQUEST Form A -i: Current System Description (a) Please provide a brief general overview of the organization type (i.e., government authority, private non- profit, etc.) including its mission, program goals, and objectives (Maximum 300 words). CAT provides seasonal and permanent residents of Collier County with an accessible mode of travel. These include seven days a week of fixed route and paratransit public transit services with approximately 3.9 to zo routes per system on a daily basis. The CAP program provides transportation services to individuals who do not have access to any other means of transportation and are eligible through several funding programs. The funding programs are the Florida Department of Transportation, Agency for persons with Disabilities and Florida Commissions for the Transportation Disadvantaged; these include funding for individuals with disabilities, low income, and elderly in both the urbanized and non -urbanized areas of the County. The Medicaid program has been managed by a private provider since July lst of zozz. CAP's mission is to; "Identify and safely meet the transportation needs of Collier County, through a courteous, dependable, cost effective and environmentally sound team commitment" The Collier County Local Coordinating Board Mission is, "To carry out a coordinated and comprehensive approach to planning, developing and providing transportation services that meet the needs of transportation disadvantaged persons." There are six goals that support the mission which were adopted in its Transportation Disadvantaged Service Plan (TDSP). For every goal there are between four and thirteen objectives. The six goals can be summarized in implementing and providing an efficient, effective and safe coordinated transportation system that provides quality services. The last goal states securing the necessary funding to meet all six goals which is the ultimate purpose of this grant application. (b) Please provide information below: • Organizational structure (attach an organizational chart at the end of this section) • Total number of employees in the organization io8 • Total number of transportation -related employees in the organization 6 Page 9 of 32 Iloiida Del i a i h hent of Fi,m-poilarion-y3io Alipllra [in 1-1 FYI f3 Purple -All Red -Capital Blue -Operating (c) Who is responsible for insurance, training, management, and administration of the agency's transportation programs? (Maximum loo words) The management of the MV contract is conducted by the Collier County Public Transit and Neighborhood Enhancement (PTNE) Division. MV is responsible for the transit drivers of the transit system including hiring, training and management of the bus operators. They are also responsible forthe insurance of all of CAT/CAP's vehicles. MTM is responsible forthe hiring and training of the administrative personnel. (d) How are the operations of the transportation program currently funded? What are the sources of the funding (e.g., state, local, federal, private foundations, fares, other program fees?)? (Maximum zoo words) Collier County uses state, federal and local funds for providing the transit program in the county. (e) How does your agency ensure that passengers are eligible recipients of 53io-funded transportation service? (Maximum zoo words) Paratransit passengers go through an application process to ensure eligibility of 5310 - funded transportation services. (f) To what extent does your agency serve minority populations? Is your agency minority-owned? (Maximum zoo words) Collier Area Transit has routes that are located in high minority areas. Collier Area Transit is not a minority owned agency. Page 10 of 32 Floi ida Dcpalhien l of Transportation -5310 Applia[tinn—FFY]R Purple -All Red -Capital BIUe-Operating (g) Who drives the vehicles used for 53io-funded transportation services? How many drivers do you have? 26 Do your drivers have CDL certifications if required for the types of vehicles used? The vehicles do not require CDL certifications but most of the drivers have them. Page 11 of 32 Florida Oepai to mill ofTlaiisp0111 Li on -93m Aphli(aLioo—FFY18 Purple -All Red -Capital Blue -Operating (h) Fully explain your transportation program: • Service hours, planned service, routes and trip types; • Staffing—include plan fortraining on vehicle equipment such as wheelchair lifts, etc.; • Records maintenance—who, what methods, use of databases, spreadsheets etc.; • Vehicle maintenance—who, what, when and where. Which services are outsourced (e.g., oil changes)? Include a section on howvehicles are maintained without interruptions in service (refer to TOP if applicable); • System safety plan (referto TOP if applicable); • Drug-free workplace (referto TOP if applicable); and • Data collection methods, including how data was collected to complete Form A -z. Note: If the applicant is a CTC, relevant pages of a TDSP and AOR containing the above information may be provided. Please do not attach entire documents. Page 12 of 32-'t CCOLLIER AR,,,.NSIT IT Analyst ]Paras sarll `J1 ParaOJulcansll supero' R srLer J 2Pva Transit 2Pam Transit I; Customer service Dplutdzer �A BDdfd of County Dmmissioners Public Services �epartmen[ PTNE t M5l'U — m CAT —) ParaTransit/Fixed VoOrk.Uon/ Adminietmllve Safely Manager Route Manager "'I Financial I -I Coordinator d Fled Route AJminbVallve Supervisor SR¢apllonist AnaVil 70 Para Transit pZ Fixed Reale 3FIxed Reale Operators OP"eur s 1 < 7 Vehicle & Bus ly Sunhort Mainlenona Dispatcher F-I(,I da Dopai hnenL of Timuporta Ion-SIio App catirnl-FFY18 Purple -All Red -Capital Blue-Opeiating Form A -z: Fact Sheet The pickup time may be as early as 4:0o AM and the latest pickup time may be as late as 6:0o PM. Our paratransit has zo routes that cover trips in the Naples, Everglades City, Immokalee and Marco Island area. The trip types Collier provides are medical, nutritional, employment, educational or personal. All new drivers are required to complete a training program prior to operating a vehicle. In addition all drivers must attend monthly safety trainings which include training on vehicle equipment. All sensitive records are maintained under lock and key. Other records are kept for seven years in an archive room or electronically depending on the document i.e. manifests are in the Route Match Software. All vehicles utilized for the County public transportation system are maintained in safe and operational condition by the County's Fleet Management Department. The Fleet Management Department provides for regular preventative maintenance of all vehicles at the CAT Operations Center located at 830o Radio Road. Due to the number of seats and size of these vehicles no CDL certification is necessary. However, Collier County's contract with MV Transportation requires all drivers to have a CDL. Collier Area Transit has a Substance Abuse Policy in place that includes the Requirements of the Drug - Free Workplace Act. A Transportation Operating Procedure (TOP) is not applicable to Collier County because the 53-10 is not the only grant received. Collier Area Paratransit utilizes Route Match in conjunction with Avail technologies to collect the necessary quantitative and qualitative data for analysis. The data includes ridership, geographical, trip and other types of information. Page 13 of 32 Purple -All Red -Capital Blue -Operating i Number of total one-way trips Farebox ridership collected for (a)zoo,298 This service will be an equivalent zoo, z98 served by the agency PER all boarding for the trips service provided currently YEAR (for entire system).* funded by 53io Please include calculations. z Numberof one-way trips provided to seniors and individuals with disabilities PER YEAR.* 3 Number of individual senior and disabled clients (unduplicated) PER YEAR. y Total number of vehicles used to provide service to seniors and individuals with disabilities ACIUAL. Farebox ridership collected for (b)67,190 all boarding for the trips funded by 5310 (c) 810 (d) 28 Page zy of 32 This service will be an equivalent 67,v)o service provided currently 810 28 Prupte-All Red -Capital Blue -Operating 5 N umber of 5310 vehicles used (e)11 to provide service to seniors and individuals with disabilities eligible for replacement ACI UAL. 6 Total fleet vehicle miles Revenue miles plus deadhead (01,194,324 traveled to provide service to miles seniors and individuals with disabilities PER YEAR. 7 Total number of square miles of Total vehicle miles traveled (9)1,462-31 service coverage. divided by days of operation 1,194314 1462.31 8 Number of days that vehicles Average of 359 days a year (h) Average 359 days are in operation to provide per year service to seniors and individuals with disabilities AVERAGE PER YEAR. Page 1.5 of 32 Fi,.na,11,,,1.... 0,1T .......... ,,0on„,,, Ap,A,', Ian-IrYia Purple All Red -Capital Slue -Operating y Number of hours of service Average of 17 hours per day (i) 17 hours per day AVERAGE PER DAY. ro Number of hours of service Average of 5930.6o hours per U) PER YEAR. year 5930.6o hours per year ii Posted hours of normal M—F:4am-8:5opm (k)M—F M—F:4am-8:5opm operation agency provides SaturdaY:4am-8:Sopm Saturday: Saturday:4am-8:50 service to seniors and Pro individuals with disabilities Sunday: 4:30 am -7:35 Pm Sunday: PER WEEK (This does not Total (WEEK): 114:o5 Total (WEEK): Sundoy:4:30om- include non-scheduled 735 Pro emergency availability). Total (WEEK):114.05 *One-way passenger trip is the unit of service provided each time a passenger enters the vehicle, is transported, and then exits the vehicle. Each different destination would constitute a passenger trip. Page 16 of 32 Florida Depaitmenr o I Iransportarh.m-Spo AplAcauon-FFYts Purple -All Red -Capital Blue -Operating Form B --i: Proposed Project Description All Applicants (a) How will the grant funding be used? Check all that apply: ® Vehicle(s) 4 Expansion Replacement ® Equipment Mobility Management Preventative Maintenance Operating 4 Expansion Continuing Service (b) In which geographic area(s) will the requested grant funds be used to provide service? ®Urban (UZA) QSmall Urban (SUZA) ❑Rural Complete the service area percentages for the geographic areas where the requested grant funds will be used to provide service Example: If your agency makes 500 trips per year and 100 of those trips are urban then: 100 UZA trips/ 500 total trips = .2 * 100 = 20% UZA service area UZA _ %UZAservice area SUZA _ %Small Urban / service area Rural / _ %Rural service area Number of trips, Total number of Percentage of revenue service hours, trips, revenue service within or revenue service Divided b y service hours, or Equals specified miles within specified revenue service geographic geographic area miles area Page 3.7 of 32 Flot i(Ia Depai li ncn I o I maprnto Cion—yam Appllc'ItIoI I—FFY18 Purple -All Red -Capital Blue-Opel"ating Calculate the funding splitforthe geographic areas where the requested grant funds will be used to provide service. N/A UZA X _ $ SUZA X = $ Rural X = $ Total amount requested Percentage of service Multiplied within specified Equals Funding by geographic area split NOTE: When invoicing for operating projects, you must use the above funding split on your invoice summaryforms. Once you have determined the funding split between UZA, SUZA and Rural, you will need to calculate the match amount. NOTE: Operating Assistance (So% Federal and 50016 Local): UZA x .5 Federal & .5 Local = $ $ SUZA x .5 Federal & .5 Local = $ $ Rural x .5 Federal &.S Local = $ $ Funding Split Multiplied by .5 Federal & .5 Local Equals Federal Local NOTE: Capital Assistance (8o% Federal, io% State and so% Local): Page 3.8 of 32 Federal & State & UZA X .8 .s $ $ $ .i Local SUZA X .8 Federal & .i State & _ $ $ $ .2 Local Rural X .8 Federal & .s State & _ $ $ $ .i Local Funding Multiplied .8 Federal & .z State & Split by i Local Equals Federal State Local Page 3.8 of 32 rIwidaoeparimerre©rIan�poira[lon—sI In Application--r-rviR Purple -All Red -Capital Blue -Operating (c) How will the grant funding improve your agency's transportation service? Provide detail. Will it be used to: • Provide more hours of service? • Expand service to a larger geographic area? • Provide shorter headways? • Provide more trips? Also, highlight the challenges or difficulties that your agency will overcome if awarded these funds. Collier County is requesting FTA Section 533.0 funds to purchase three expansion vehicles. The county is also requesting three two-way communication radios for these vehicles. Historically the two-way radios had been moved from the old replacement vehicle to the new one and due to the age of the radios they needed continued repairs which in turn mean the vehicle is down because the radios are installed in the vehicles. These vehicles and radios will be to continue the existing level of service. Page 3.9 of 32 Flo oda Dgvihnrnr of TTHI ITui i a II)11—S7,u nppl lc,l ion—FFYL8 Purple -All Red -Capital Blue -Operating (d) If this grant is not fully funded, can you still proceed with yourtransportation program? Explain. Yes, however there are no other funds allocated for the expansion of these vehicles. (e) New agencies only: Have you met with the CTC and, if so, how are you providing a service they cannot? Provide detailed information supporting this requirement. N/A Collier County is the CTC. Applications submitted without the appropriate CTC coordination agreement may be rejected by FDOT. Grant awards will not be made without an appropriate coordination agreement. This coordination agreement must be enforced the entire time of grant (vehicle life or operating JPA expiration). Page 20 Of 32 Fl,cul a Dpr,aihnrmorTrpnsportatlon—;3ioAppllrattrni—FFY18 Purple -All Red -Capital Blue -Operating Operating Requests Only (a) Please specify year of activity for operating assistance (typically current or immediate prior year). Capital Requests Only (a) If this capital request includes equipment, please describe the purpose of the request. (b) If you are requesting a vehicle that requires a driver with a CDL: • Who will drive the vehicle? • How will you ensure that your driver(s) maintain CDL certification? (c) If the requested vehicles or equipment will be used by a lessee or private operator under contract to the applicant agency, identify the proposed lessee/operator. • Include an equitable plan tordistnbutionotyenicles/equipmenttoiesseesanatorpnvateoperators , Collier has a contract with MV Transportation who has 26 dedicated drivers to the paratransit service; 84 percent of them are CDL certified. The vehicles will not be leased, they will be operated by Collier County's contracted vendor for the paratransit operations. The vendor is required to insure the vehicles because their employees will be driving them. Preventive Maintenance Requests Only Note: Applicants applying for preventative maintenance costs must have a District -approved Preventative Maintenance (PM) Plan and a cost allocation plan if maintenance activities are performed in-house. (a) Please specify Period of Performance (should not exceed one (i) year— must be for preceding or current year) (b) Please include a list of general PM activities to take place with the funding (c) Please list useful life for purchase of any items over $5,000 N/A Page 21 of 32 Floido oepaitwent oFTitwsjioiLautit —SI ionIipllca urns—rFY18 Purple -All Red -Capital Blue -Operating Form B-2: Financial Capacity — Proposed Budget for Transportation Program N/A Passenger Fares for Transit Service (401) $ Special Transit Fares (402) School Bus Service Revenues (403) Freight Tariffs (404) Charter Service Revenues (405) Auxiliary Transportation Revenues (406) Non -transportation Revenues (407) Total Revenue 8 Other Revenue Categories Taxes Levied Directly by the Transit System (408) Local Cash Grants and Reimbursements (409) Local Special Fare Assistance (410) State Cash Grants and Reimbursements (411) State special Fare Assistance (412) Federal Cash Grants and Reimbursements (413) Interest Income (414) Contributed Services (430) Contributed Cash (431) Subsidy from Other Sectors of Operations (440) Total of Other Revenue $ Grand Total All Revenue $ Page 22 of 32 Fiorit] aDepaltnIQnIofTrsnspartatian-53=nApp IicItin n-FFYA' Purple -All Red -Capital Blue -Operating Labor(5oi) Fringe & Benefits (502) Services (503) — — — — — Materials & Supplies (soy) Vehicle Maintenance (504.01) Utilities (505) Insurance (5o6) Licenses & Taxes (507) Purchased Transit Service (508) Miscellaneous (509)* Leases & Rentals (512) Depreciation (5-3) Grand Total All Expenses $ Sources I Prior Year Current Year Next year $ g $ Page 23 of 32 Flowla la Department of Tiaiispoi to tido--5}xo Application-FFY tS Source Purple -All Red -Capital Blue -Operating $ _ $ s — $ I s Tota l Loca l Match -5o% of Total Project Cost $ Amount Attach documentation of match funds directly after this page. Proof may consist of, but not be limited to: • Transportation Disadvantaged (TD) allocation, • Written statements from county commissions, state agencies, city managers, mayors, town councils, organizations, accounting firms and financial institutions. Signature [blue ink] Typed Name and Title of Authorized Representative Date Page zq Of 32 I=lot da D,paiI neiiI ornafi,poi r,uon-sIio ni,i �[i, at, ll-FFY18 Purple -All Red -Capital Blue -Operating Form B-3: Breakdown of Transportation Costs N/A Are you billing Direct Cost? ❑ Yes ❑ No If yes, skip Hourly Rate/ Per Trip Rate Calculation. Hourly Rate Calculation (1-5) Note: If you elect to use this (hourly rate) calculation, do not complete the Per Trip Rate calculation section (6-10). 1. Net Transportation Cost Gross Total Revenues Transportation Net Transportation Cost(FTAEligible (Minus) [Revenue Used FTA (Equals) Cost Expense] Match Amount] 2. Hourly Rate Net Transportation Cost [Calculated (Divided Service Hours A-2]er r (Equals) Hourly Rate above] by) ((j) from Form A-zJ 3. Total Project Cost X X = $ # of Service Hours Hourly Total Vehicles (Multiplied Per(Multiplied Rate [(d)from by) from For A -z] by) [Calculated (Equals) Project from For FormA-2] m A - above] Cost 4. Net Project Cost $ Passenger Fare Total Project Cost Revenue (Revenue [Calculated above] (Minus) Used as FTA Match Equal) Net Project Cost Amountl 5. Section 5310 Request Your Section 5310 request is 50% of your net project cost. * .5 $ Net Project Cost (Multiplied 50% (Equals) Section 5310 [Calculated above] by) Request Page 25 of 32 FIondoDep.nlmmiIofTanspnrtaLinn-53jo Appllcallon—FFYiB Purple -All Red -Capital Blue -Operating Per Trip Rate Calculation (6 — io) NOTE: If you elect to use this (per trip rate) calculation, do not complete the Hourly Rate calculation section (1-5). 6. Net Transportation Cost Gross Total Revenues Net Transportation Transportation Cost (Minus) [Revenue Used as FTA (Equals) Cost [FTA Eligible Expense] Match Amount] 7. Rate per Trip Net Transportation Service Trips per (Divided Year (Equals) Rate per Trip Cost [Calculated above] by) ((b) from Form A -z] 8. Total Project Cost Rate per Total #of vehicles (Multiplied Service Trips (Multiplied Trip [(d)from Form per Year [(b) b) (Calculated (Equals) Project A -z] by) from Form A -z] y above] Cost 9. Net Project Cost $ Passenger Fare Total Project Cost (Minus) Revenue (Equals) Net Project Cost [Calculated above] [Revenue Used as FTA Match Amount] 3.0. Section 5310 Request Your Section 5310 request is 5o% of your net project cost. * .5 = $ Net Project Cost (Multiplied 50% (Equals) Section 5310 ls) Request [Calculated above] by) Page 26 of 32 F-in;d.,ncpaitolei rt(If n I rispOIEalion ,310Appuianon—F-FY 8 Purple-All Red-Capital Blue -Operating Form C -i: Financial Capacity — Proposed Budget for Transportation Program Special Transit Fares (402) School Bus Service Revenues (403) Freight Tariffs (404) Charter Service Revenues (405) Auxiliary Transportation Revenues (406) Non -transportation Revenues (407) Total Revenue 8229,400 Other Revenue Categories Taxes Levied directly by the Transit System (408) Local Cash Grants and Reimbursements (409) $2,873,600 Local Special Fare Assistance (410) State Cash Grants and Reimbursements (411) 8684,500 State Special Fare Assistance (412) Federal Cash Grants and Reimbursements (413) 8239,100 Interest Income (414) Contributed Services (430) Contributed Cash (431) Subsidy from Other Sectors of Operations (440) Total of Other Revenue 83,797,200 $ Grand Total All Revenue 84,026,600 $ Page 27 of 32 FloiidaD,paitmenI of Tmi,poat.Ac)n-53io Apph( ation—FFY,B Purple -All Labor (503) $55,700 Fringe & Benefits (502) $23,200 Services (503) $io6,000 Materials & Supplies (504) $365,000 Vehicle Maintenance (504.03) $438,300 Utilities (505) $34,900 insurance (5o6) $8,600 Licenses & Taxes (507) $3,400 Purchased Transit Service (508) $2,934,800 Miscellaneous (509)* $76,200 Leases & Rentals (532) $2,500 Depreciation (533) Grand Total All Expenses $4,026,600 Red- Capital Blue -Operating Ell Sources Farebox Revenue Local General Funds Federal FTA 5307 State CTD Trip & Equip rnul ,cal $226,000 $2,532,500 $288,800 $783,700 $ $224,600 $2,849,500 $274,300 $824,400 $ Page 28 of 32 Next year $229,400 $2,873,600 $239,300 $684,500 $ Florida Department(if Tiauspotl.,Ilion-5;ic Applicatinn—FFYiB Purple -All Source Local4a6 $25r584.8o Red -Capital Blue -Operating Amount $ $ $ Total Local Match— so%of Total Project cost $ *Note: Add more rows if needed. Attach documentation of match funds directly after this page. Proof may consist of, but not be limited to: • Transportation Disadvantaged (TD) allocation, • Written statements from county commissions, state agencies, city managers, mayors, town councils, organizations, accounting firms and financial institutions. Signature [blue ink] Penny Taylor, Chairman Typed Name and Title of Authorized Representative Decemberi2,2017 Date 'JQHT G. F3iiOCK, Clvr'k Approved as to fonn and legality Page zg of 32 Assistant County Attomey FIM Ida DgYaIII ❑on i ofTran 1100 10r1011-5310 AppIif 11 lot Purple -All Red -Capital Blue -Operating Form C-2: Capital Request Form To identify vehicle type and estimate cost visit http://tripsflorida.org/ All vehicle requests must be supported with a completed sample order form in order to generate a more accurate estimation of the vehicle cost. The order from can be obtained from http://www.tri psflorida.org/contracts.litml i. Select Desired Vehicle (Cutaway, Minibus etc.) z. Choose Vendor (use drop down arrow next to vendor name to see information) 3. Select Order Packet 4. Complete Exhibit A (Order Form) The Auto and Light Truck contract can be found at The Florida Department of Management Services (DMS) website. Vehicle Request E Gas 5Year5/2oo,000 miles Cutaway 3 $83,958 Subtotal $251,874 *Under Description/Vehicle Type, include the length and type vehicle, lift or ramp, number of seats and wheelchair positions. For example, 22' gasoline bus with lift, 12 ambulatory seats, and 2 wheelchair positions. Any bus options that are part of purchasing the bus itself should be part of the vehicle request and NOT separated out under equipment. Replacement Vehicles (R) If the capital request includes replacement vehicles. Please list the vehicles in your currentfleet that you are intending to replace with the vehicle from your vehicle request. Please list by order of priority. Page 30 of 32 rlrn i d a oNpai ru neut or TiansporraInif-53I o Ari,iicII irnI-rFY LH Purple -All Red -Capital Blue -Operating Equipment Request If item requested is after -market, it is recommended to gather and retain at least two estimates forthe equipment requested. Purchases must be approved atthe local level and follow the Procurement Guidelines. Two-way Mobile Radio io years 3 $3,644 Tabletsw/mounts 4Years 3 $330 Subtotal $3,974 * List the number of items and provide a brief description (i.e. two-way radio or stereo radio, computer hardware/software, etc.) $251,874.00 + $3,974.00 = $255,848.00 Vehicle Subtotal Plus Equipment Subtotal Equals Total Cost $255,848.00 * 0.8 = $204,678.40 Total Cost Multiplied 80% Equals Federal Request by Form 424, Block 18 (a) Page 31 of 32 Current Paratransit Vehicle and Transportation Equipment Inventory Name of Applicant: Collier County Board of Counly Connnissioncrs Date. or Inventory_ EQUIP 71 Model Yr- Maka/Size/type FDOT Control# or VIN Ramp or Lift SeatsB WC Position Current Mileage Previous Mileage (l yr ago) Current Mileage -Previous Mileage= Mileage from the past year VehicleExpected Status (Active/Spare Other Retirement date Do Yes/Noes/No Funding Source CC2-532 2010 CHEVROLET Turtle Top 96138 Lift 9+3 335,898 313455 224435 are 2014 no 5310 FY09110 CC2-591 2011 CHEVROLET G4500 Otl sse 96162 Lift 9+3 326,409 283,082 433275 are 2015 no 5310 FY10111 CC2-592 2011 CHEVROLET G4500 Odyssey 96163 Lift 9+3 338,575 285,083 53492 Spare 2015 no 5310 FY10/11 CC2593 2011 CHEVROLET G4500 Odyssey 96168 Lift 9+3 314,247 283,122 311255 are 2015 no 5310 FYI 0111 CC2-681 2012 CHEVROLET G4500 Odyssey 97107 Lift 9+3 261,873 229,264 32609 Active 2016 no 5310 FYI 1/12 CC2-682 1 2012 CHEVROLET G4500 Odyssey 1 97108 LIR 1 9+3 1 273,765 230.3321 43433 Active 1 2016 no 15310 FYI 1/12 CC2-683 2012 CHEVROLET G4500 Od ssey 97109 Lift 1 9+3 234,769 204,723 30046 Active 2016 no 5310 FYI 1112 CC2-793 2013 CHEVROLET Turtle Top 97143 Lift 9+3 188,495 148,888 39607 Active 2017 no 5310 FY12113 CC2-794 2013 CHEVROLET Turtle Top 97144 Lift 9+3 173595 138,487 35408 Active 2017 no 5310 FY12/13 CC2-795 2013 CHEVROLET Turtle Top 97145 Lift 9+3 177,781 127,562 50219 Active 2017 no 5310 FY12/13 CC2-879 2014 FORD E450 We Lift 9+3 156,318 110,127 46191 Active 2018 no ShirleyConroy CC2-868 2014 VPG MV1 97147 Ram 4+2 80,798 55,577 25221 Spare 2019 no 5310 FYI CC2-997 2015 VPG MV1 We Ramp 3+2 65,285 39,159 26126 Active 2020 no Shirley Conro CC2-1045 2015 CHEVROLET GLAVAL 97147 Lift 12+5 121,593 64,884 56709 Active 2020 no 5310 FYI 3/14 CC2-1048 2015 CHEVROLET GLAVAL 97148 Lift 12+5 113,395 54,436 58959 Active 2020 no 5310 FY13114 CC2-1047 2015 CHEVROLET GLAVAL 97149 Lift 12+5 116,399 61,480 54919 Active 2020 no 5310 FY13/14 CC2-1048 2015 CHEVROLET GLAVAL 97150 LIR 12+5 95,830 54,688 41142 Active 2020 no 5310 FY13/14 CC2-1049 2015 CHEVROLET GLAVAL 97150 Lift 1 12+5 128,086 67,870 60216 Active 2020 no 5310 FY13/14 CC2-1113 2015 CHEVROLET GLAVAL 98126 Lift 12+5 101,094 43,720 57374 Active 2020 no 5310 FYI 4/15 CC2-1114 2015 CHEVROLET GLAVAL 98127 Lift 12+5 95,253 39,496 55757 Active 2020 no 5310 FY 14/15 CC2-1115 2015 CHEVROLET GLAVAL 98128 Lift 12+5 86,052 37,999 48053 Active 2020 no 5310 FY14/15 CC2-0116 2015 CHEVROLET GLAVAL 98129 Lift 12+5 95,322 37,788 57534 Active 2020 no 5310 FY 14AS CC2-1117 2015 CHEVROLET GLAVAL 98130 Lift 12+5 93,068 32,128 60940 Active 2020 no 5310 FY 14/15 CC2-0376 2016 VPG MV1 98139 Ram 3+2 34668 6097 28571 Active 2021 no 5319 FY 15/16 CC2-1377 2016 VPG MV1 98141 Ram 3+2 7280 1833 5447 Active 2021 no 5310 FY 15/16 CC2-1378 2016 VPG MV1 98140 Ram 3+2 16328 3184 13144 Active 2021 no 5310 FYI 5/16 CC2-1410 2016 CHEVROLET GLAVAL 98173 Lift 14+6 49484 0 49484 Active 2021 no 5310 FY 15/16 CC2-1411 2016 CHEVROLET GLAVAL 98177 Lift 14+6 36049 0 36049 Active 2021 no 5310 FY 15/16 CC2-1412 2016 CHEVROLET GLAVAL 98176 Lift 14+8 30779 0 30779 Active 2021 ne 5310 FY 15/16 All vehicles are squired with cameras and radios. Replaced w/5310 FYI Replacing w/5310 FY 16 Applied for replacement w/5310 FYI Applying for replacement w/Shidey, Conroy Florida Department of Transportation Office of Freight Logistics and Passenger Operations Order Packet ORDER FORM — PAGE ONE CONTRACT #TRIPS -17 -CA -GB GLAVAL CUTAWAY TRANSIT VEHICLES -GETAWAY BUS AGENCY NAME: U DATE: I'7 PURCHASE ORDER NUMBER CONTACT PERSON: (Name, Telephone Number and Email Address) JuIV 2097 TRIPS -97 -CA GB 9,-,.,- ,.. `March 20 . Item Unit Cost Quantity Total Cost Base Vehicle Type Ford E360 6.8L Gas Sport/Primetime 11,500 21 $64,192 Chevy G3500 6.OL Gas Sport 12,300 22' $65,866 Chevy G3500 6.OL Gas Titan II 12,300 22' $66,077 23' Option add $425 22' $65,043 Option add $400 KCheG4500)'6.0L12,500 14,200 22' $67,493 Option add $$425 0 tion add $$850 Option add $1,382 Ford E45o 6.8L Gas Universal 14,500 22' $66,245 6 j 23' Option add $400 24' Oplion add $800 25' Option add $1,525 Ford F450 6.8L Gas Entourage 16,500 25' $80,332 26' Option add $150 27' Option add $4,755 Ford F550 6.SL Gas Entourage 18,000 25' $82,469 26' Option add $150.00 27' Cotten add $4,755 28' Option add $4,905 29' Option add $5,055 Ford F550 6.8L Gas Entourage 19,500 25' $83,538 26' Option add $150.00 27' Option add $4,755 28' Option add $4,905 29' Option add $5,055 Freightliner S2C 6.7L D Legacy 19,500 28' $115,732 3o' Option add $500.00 32' Option add $1,000 PAGE ONE SUB -TOTAL ---• --- - ' -" TRIPS -97 -CA GB 9,-,.,- ,.. `March 20 . Florida Department of Transportation ORDER FORM - PAGE TWO CONTRACT #TRIPS -I7 -CA -GB July 2017 Item Unit Cost Quantity Total Cost Ford F650 6.81 Gas Concorde II 25,999 30' $104,311 32' Option add $700.00 34' O tion add $1,400 36' Option add $2,100 38' Option add $2,800 40' Option add $3,500 Freightliner 32C 6.71 D Legacy 26,000 30' $122,256 32' Option add $750.00 35' Option add $2,285 37' Option add $2,785 40' Option add $3,285 Freightliner MB -65 6.71- D Apollo 26,000 28' $127,989 30' Option add $500.00 32' Option add $1,000 34' 0 tion add $1,500 37' Option add $6,550 Frei hliiner MB -65 6.71 D Apollo 32,000 37' $134,539 Air Brakes Included Vinyl Stripe Choices Scheme #1 16,500 and up = ($800); All others = $322 See Item Scheme #2 16,500 and up = ($565); All others = ($465) See Item Scheme #3 16,500 and up = ($500); All others = $400 See Item Base Seating Standard Seat (perperson) $306 Foldaway Seat er erson) Children's Seat (er erson $523 Securement Systems Q'Straint QRTMAX securement (perposition) $535 Sure -Lok Titan securement (perposition) $591 WC -18 Compliant Occu ant Restraint-Q-Straint QRT360 $748 Seat belt extensions $26 � c _ Side Wheelchair Lift Choices (ILO Standard Lift Add-) Braun Model NCL919IB-2 or latest Standard Braun Millennium Lift Add $225 Braun Model NCL9541B3454-2 10001b Lift Add $325 Ricon Model 55510 or latest Add $105 Ricon Model S or K Titanium 1000 Ib Lift Add $390 Rear Wheelchair Lift Choices (ILO Standard Lift Add-) Ricon Klear-View lift (prior approval from FDOT required) Add $205 Braun model NVL91716 lift rior approval from FDOT required) Add $126 PAGE TWO SUB -TOTAL TRI0S-17-CA-GB 10 March 2017 Florida Department of Transportation Office of Freight Logistics andPassenger Operations Order Packet ORDER FORM — PAGE THREE CONTRACT #TRIPS -17 -CA -GB JInv Cv 1 I Item Unit Cost Quantity Total Cost Optional Engines Diesel engine meeting current EPA requirements 16,500, 18,000, 19,500 Ford diesel option 6.7 Power Stroke $5,936 25,999 l=ord (includes Air Suspension) $10,516 6.2 Gas (E350 Only) Deduct ($300) Alternative Fuel Systems Compressed Natural Gas (CNG) or Liquid Petroleum Gas (LPG) Engine meeting current EPA requirements: pricing for Alternate Fuel Vehicles include upcharge for delivery and Methane detection system (CNG only). Compressed Natural Gas (CNG) Size: 2.0 GGE Make: Landi Renzo, Installer: GAS $19,950 Compressed Natural Gas (CNG) Size: 26 GGE Make: Landi Renzo, Installer: GAS $23,150 Compressed Natural Gas (CNG) Size. 29 GGE Make: Landi Renzo, Installer: GAS $22,250 Compressed Natural Gas (CNG) Size: 32 GGE Make: Landi Renzo, Installer: GAS $26,300 Compressed Natural Gas (CNG) Size: 37 GGE Make: Landi Renzo, Installer: GAS $23,250 Compressed Natural Gas (CNG) Size: 39 GGE Make: Landi Renzo, Installer: GAS $25,450 Compressed Natural Gas (CNG) Size: 46 GGE Make: Landi Renzo, Installer: GAS $25,850 Liquid Petroleum Gas (LPG)— Size: 41 GGE Make: Roush: Installer: GAS $16,200 Liquid Petroleum Gas (LPG)—Size: 50 GGE Make: Roush: Installer: GAS $17,200 Engine Prep: Gaseous fuel deliver $312 Wheels Aluminum wheels: Freightliner = ($1,990); 25,999 = ($2,340); 16,500, 18,000, 19,500 = ($1,740); All Others = $1,290 See Item ¢ Stainless steel wheel liners / inserts, front and rear wheels: Freightliner= ($400); 25,999 = ($435); 16,500, 18,000, 19,500 = ($200); All Others = $165 See Item Seating Dimensions vinyl line of coated transit bus seating fabric with antimicrobial Nanocide(per seat Standard Upgrade interior side wall panels with Nanocide $1,050 USSC Evolution G2E with pedestal: 16,500 and up= ($1,400); All others = $1,040) See Item 6 �i (7 Freedman Sport Driver's seat with Relaxer, Sport Shield $550 Recaro Ergo LXS Driver's seat: 16,500 / 18,000 / 19,500 = (N/A) $1,040 PAGE THREE SUB -TOTAL TRIPS -17 -CA -GB 11 March 2017 Florida Department of Transportation Office of Freight, Logistics and Passenger Operations Order Packet ORDER FORM — PAGE FOUR CONTRACT #TRIPS -17 -CA -GB July 2017 Item Unit Cost Quantity Total Cost Fire Suppression Fog Maker Fire Detection and Suppression System Standard Kidde Automatic Fire Detection and Suppression System Add $175 RoutelHead Signs Transi n manually operated roller curtain type sin $1,100 TwinVision "Elyse' (software needed) electronic destination system FR/SD/RE $5,800 TwinVision "Mob! -Lite" electronic destination sin FR/SD $3,600 Transi n "Vista Star' electronic destination sin FR/SD $1,850 Transi n LLC 2 -digit Block / Run Number box unit $300 Transi n LLC3-di it Block / Run Number box unit $315 Transign LLC passenger "STOP REQUESTED" sign 16500 / 19500 =($480); All Others= $425 See Item Camera Systems SEON 2 camera system = ($1,470); 4 camera system = ($2,090); 6 cameras stem = ($4,062); 8 cameras stem = $4,652 See Item REI 2 camera system = ($1,694); 4 camera system = ($2,020); 6 cameras stem = ($3,138); 8 cameras stem = $3,445 See Item Gatekeeper 2 camera system = ($1,738); 4 camera system = ($2,112); 6 camera system = ($2,805); 8 camera system = $3,175 See Item AngelTrax 2 camera system = ($1,790); 4 camera system = ($2,354); 6 camera system = ($3,340); 8 camera system = $3,899) See Item 1 ,' � 0 Apollo 2 camera system = ($3,400); 4 camera system = ($4,695); 6 cameras stem = ($6,250); 8 cameras stem = $6,980 See Item 24/7 2 camera system = = ($1,440); 4 camera system = ($1,840); 6 cameras stem = ($2,520); 8 cameras stern = $3,010 See Item Price for single replacement camera $400 GPS, E1; An elTrax = $172); Apollo = $185 See Item WLAN: An elTrax $229 GFORCE-4: An elTrax $120 I r d o Other Options Available Attic Transflor slip resistant vinyl flooring: 16,500 and up = $344); All others = $269 See Item •-� -J N' Gerflor Tarabus slip resistant vinyl flooring: 16,500 and up = ($525); All others = $425 See Item Driver Safety Partition $185 1 1 =; Raised/Flat Floor: 16500/18,000/19500 = (Standard); All Others _ $600 See Item .. . PAGE FOUR SUB -TOTAL ---- TRIPS -I7 -CA -GB 12 March 2017 Florida Department of Transportation Office of Freight Logistics and Passenger Operations Order Packet ORDER FORM — PAGE FIVE CONI RACT #TRIPS -I7 -CA -GB h'Il Item Unit Cost Quantity Total Cost Kelderman 2 -stage rear air suspension: Ford 16,500 to 19,500 = ($3,070); Ford 25,999 -Gas Only = ($5,320); All others = ($2,795); Freightliner = N/A See Item Bentec Powder -Coated handrails and stanchions (provide standard colors $150 Exterior remote controlled mirrors: 16,500 and up = ($465); All others = ($435)" See Item - Romeo Rim HELP bumper (rear only): 16,500 and up = ($1,225); All others = $600 See Item '. > HawKEye Reverse Assistance System (with rear HELP bumper): 16,500 and up = ($1,805); All others = $1,025 See Item Reverse camera and monitor backing system: Manufacturer'' Rear View Saret $300 Air purification system, $3,800 "Mentor Ranger" in -vehicle computer $5,350 REI Public Address System — stand alone system $452 Upgrade the standard vehicle AM/FM Radio: REI Radio with PA system $550 Angled right hand entry assist bar $225 Defrost fan $75 TwinVision "EI se"software $1,250 TwinVision "EI se"PCMIA card $250 G75096 Child Reminder System: CR28 $233 Add Hawkeye to standard bumper $475 Power Pedestal for Dr. Seat $500 Avail MDT — Includes Para Transit Kit #FC -2012— Driver Interface, Communications, Interface Expansion Box (EB), Emergency Alarm, and Navigational Assistance Unit $14,940 2 -Position S ortworks bike rack black $1,750 2 -Position S ortworks bike rack (stainless $2,000 Diamond model D farebox $1,275 LYTX Drive Cam $1,450 Rosco Dual Vision $1,450 AirConditioning ILO Base System -Add the following amounts ( ) ACC Roof Mount Condenser Under 16,500 = ($963); 16,500 = ($460); All Others = $1,700 See Item ACC Roof Mount Complete: 14,500 and Under = ($3)100); 16,500 = ($3,636); 18,000 = ($6,400); Ford 19,500 = ($5,625); FL 26,000 = $5,516 ; FL 19,500, Ford 25,999 FL 32000 = $6,400 See Item TK Skirt. 14,500 and Under = ($2,010); All Others =($3,500j.....__See Item TA Skirt: 11,500 and 12,300 S orf Only $500 PAGE FIVE SUB -TOTAL -• - `-- -` �' '-' TRIPS -17 -CA -GB 13 March 20 17 Florida Department of Transportation Office of Freight, Logistics and Passenger Operations Order Packet ORDER SUMMARY July 2017 PAGE FIVE SUB -TOTAL sub -total of fourth page2- -- PAGEFOURSUB-TOTAL ,--; sub -total of third page ---- ---- PAGE THREE SUB -TOTAL sub -total of second paqe2 PAGE TWO SUB -TOTAL sub -total of first page) -_"" ---- PAGE ONE SUB -TOTAL, sub-tolal of first a e ---- GRAND TOTAL (sum of pages 1, 2, 3, 4, and 5 sub -totals) --� ---- = .................... .................. TRIPS 17 -CA -GB - 14 - March 2017 i/' Florida Department of Transportation Office of Freight Logistics and Passenger Operations Order Packet Service Type: (check all that apply) Fixed Route: Services provided on a repetitive, fixed schedule basis along a specific route with vehicles stopping to pick up and deliver passengers to specific locations; each fixed route trip serves the same origins and destinations 1' Paratransit: Shared use transit service operating in response to calls from passengers or their agents to the transit operator, who schedules a vehicle to pick up the passengers to transport them to their destinations Shuttle/Deviated Fixed Route: Transit service that operates along a fixed alignment or path at generally fixed times, but may deviate from the route alignment to collect or drop off passengers who have requested the deviation Estimated days in service per week> Operating Environment (check all that apply) City Streets Highway Parking Lot/Airport Shuttle Retirement Campus _ Combination City/Highway College Campus Other Will put on Will add in Operational Equipment (check all that apply) Using Now these buses the future Destination Signs -----------------------------------------------CA � El FareBox---------------------------------------------- -----------1 Routing equipment --------------------------------------------- t—I \ _ Camera System------------------------------------------------ Passenger counter ----- ---------------------------------------� C u Other Other IEI E-A CI TRIPS -17 -CA -GB 15 ... .., . . . . , . . , - -, -. , ... -.�.. , , , , . . , . . . , , .., . , . March 2017 Florida Department of Transportation Office of Freight Logistics and Passenger Operations Order Packet CHOICES FORM CONTRACT #TRIPS -17 -CA -GB GLAVAL CUTAWAY TRANSIT VEHICLES SEATING AND FLOORING CHOICES Seating Colors: (circle one) Blue Flooring Colors: (circle one) Blue Paint Scheme: (circle one) #1 Charcoal ; Gray Beige (Black) #2 #3 Other Paint Schemes Note: If an agency requires a paint and lettering scheme that is NOT GENERALLY covered by one of those listed above, they may make separate arrangements either with the manufacturer or a local vendor to provide these services. Agencies will select colors (2) for background and stripes when orders are placed. All paint scheme pricing shall reflect white base coat. Upholstery Information -Vinyl Colors Available: BLUE CMI VINYL #119 Dimensions Nanocide Late Evening CHARCOAL CMI VINYL #120 Dimensions Nanocide Charcoal WHEELCHAIR LIFT CHOICE Wheelchair Lift: (circle one) (Braun: Rican SECUREMENT RETRACTOR CHOICE WIC Securement: (circle one) Sure -Lok Titan Q'Straint QRTMAX TRIPS -17 -CA -GB 16 March 2017 FlnrideDopni l men I of 7rm gjorto lloo—, jjo Applied l ion—FFYiB Purple -All Red- Capital Blue-Opel"atlug Florida Department of Transportation FDOT� �r 49 U.S.C. Section 5310 Capital & Operating Assistance — FFY 2018 Step 2 of 3: Required Documents for Award Formula Grants for the Enhanced Mobility of Seniors and Individuals with Disabilities CFDA 20.513 Legal Applicant Name: Collier County Board of County Commissioners Note: Dear Applicant, You have successfully passed the first step in FDOT's 5310 grant application process! Based on the information provided in the preliminary application, you are eligible to receive an award. In order to be considered for a Notice of Grant Award (NOGA) and/or Joint Participation Agreement (JPA), you are required to submit the information outlined in the following pages. Page:i of io Florida Dopai ti 1,111oflranspoilation-y;In ApIII iIn lioo-FY18 Purple -All Red -Capital Blue-Opel'ating Required Document Checklist Each ofthe below items must be included with your Section 5310 Grant Application submittal in the same order asthe checklist. ® Cover Page (page i.) ® Required Document Checklist (this document) Managerial Capability ® Exhibit I: FDOT Certification and Assurances ® Exhibit J: Standard Lobbying Certification ® Exhibit K: Leasing Certification ❑ Exhibit L Certification of Equivalent Service NSA ® Form 424: Application for Federal Assistance ® Exhibit M: Federal Certifications and Assurances ❑ Exhibit N: Transportation Operating Procedure (Applies to Section53so-only Applicants) N/A ® Exhibit O: Title VI Plan -Previously Provided ❑ Exhibit P: Protection of the Environment (Required if the proposed project is for the construction of facilities) N/A Exhibit O: Triennial Review— CAP Closeout N/A Page 3 of 10 Floi irla Uopaj finest of Transp,,nation—s3io Application—FFY iR Purple -All Red -Capital Blue -Operating Managerial Capability Exhibit I: FDOT Certification and Assurances (Agency Name) certifies and assures to the Florida Department of Transportation regarding its Application under U.S.C. Section 5310 dated Date day of Month, Year i It shall adhere to all Certifications and Assurances made to the federal government in its Application. z It shall comply with Florida Statues: • Section 342.o5i—Administration and financing of public transit and intercity bus service programs and projects • Section 341.o61(z)—Transit Safety Standards; Inspections and System Safety Reviews 3 It shall comply with Florida Administrative Code (Does not apply to Section 5310 only recipients): • Rule Chapter 14-73—Public Transportation • Rule Chapter 14-go—Equipment and Operational Safety Standards for Bus Transit Systems • Rule Chapter 14-90.0041—Medical Examination for Bus System Driver • Rule Chapter 41-2—Definitions 4 It shall comply with FDOT's: • Bus Transit System Safety Program Procedure No. 725-030-009 (Does not apply to Section 5310 only recipients) • Public Transit Substance Abuse Management Program Procedure NO. 725-030-035 • Transit Vehicle Inventory Management Procedure No. 725-030-025 • Public Transportation Vehicle Leasing Procedure NO. 725-030-001 • Guidelines for Acquiring Vehicles • Procurement Guidance for Transit Agencies Manual 5 It has the fiscal and managerial capability and legal authority to file the application. 6 Local matching funds will be available to purchase vehicles/equipment at the time an order is placed. 7 It will carry adequate insurance to maintain, repair, or replace project vehicles/equipment in the event of loss or damage due to an accident or casualty. 8 It will maintain project vehicles/equipment in good working order for the useful life of the vehicles/equipment. 9 It will return project vehicles/equipment to FDOT if, for any reason, they are no longer needed or used forthe purpose intended. 10 It recognizes FDOT's authority to remove vehicles/equipment from its premises, at no cost to Page 4 Of 10 noldaDellm I oienl o Ti ensi,olauoo-s3io An,licanoI I-r-r-vIH Purple -All Red -Capital Blue -Operating FDOT, if FDOT determines the vehicles/equipment are not used for the purpose intended, improperly maintained, uninsured, or operated unsafely. ii It will not enter into any lease of project vehicles/equipment or contract for transportation services with any third party without prior approval of FDOT. iz It will notify FDOT within 24 hours of any accident or casualty involving project vehicles/equipment, and submit related reports as required by FDOT. 23 It will notify FDOT and request assistance if a vehicle would become unserviceable. 14 It will submit an annual financial audit report to FDOT (FDOTSingleAudit(7a dot.state.fl.us), if required. 15 It will undergo a triennial review and inspection by FDOT to determine compliance with the baseline requirements. If found not in compliance, it must send a progress report to the local FDOT District office on a quarterly basis outlining the agency's progress towards compliance. December iz. 2017 Date Signature of Authorized Representative Penny Taylor, Chairman Typed Name and Title of Authorized Representative A,:T;:3R, 4IT t_. 0900K, 0*4 Page 5 of 3.o APProved as to form and legality Assistant County Attorney �j nrnlda DepnrtmunI of Tmmportat un,-51io Application-rrv18 Purple -All Red -Capital Blue -Operating Exhibit J: Standard Lobbying Certification The undersigned (Contractor) certifies, to the best of his or her knowledge and belief, that: 1 No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2 If any funds otherthan Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form --LLL, "Disclosure Form to Report Lobbying," (a copythe form can be obtained from FDOT's website) in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L.104-65, to be codified at 2 U.S.C.16o1, et seq.)] 3 The undersigned shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended bythe Lobbying Disclosure Act Of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than s1o,000 and not more than $1oo,000 for each such failure. NOTE: Pursuantto 31 U.S.C. § 1352(12)(1)-(2)(A), any person who makes a prohibited expenditure orfails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than s1o,000 and not more than S1oo,000 for each such expenditure orfailure. The (Contractor), certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 38o1, et seq., apply to this certification and disclosure, if any. December 3.2, 2o17 Date Signature of Contractor's Authorized Official Penny Taylor Chairman Typed Name and Title of Authorized Representative Approved as to form and legality r'K. Page 6 of 10 Assistant Cnr-ty At'-- nptida Ucpai l men of Tianspoi tation—r,3io AppllcaFion-FFYLB Purple -All Red -Capital Blue-Opeiating Exhibit K: Leasing Certification Memorandum for FTA 533.0 Date: December 12, 2017 From: Signature Penny Taylor, Chairman Typed Name and Title of Authorized Representative Collier County Board of County Commissioners Typed Agency Name To: Florida Department of Transportation, District Office Modal Development office/Public Transit Subject: YEAR 2018 GRANT APPLICATION TO THE FEDERAL TRANSIT ADMINISTRATION, OPERATING OR CAPITAL ASSISTANCE FOR ENHANCED MOBILITY OF SENIORS AND INDIVIDUALS WITH DISABILITIES PROGRAM, qg UNITED STATES CODE SECTION 533.0 Leasing: Will the (Name of applicant agency) as applicant to the Federal Transit Administration Section 5310 Program, lease the proposed vehicle(s) or equipment out to a third -party? ®No ❑ Yes If yes, specify to whom: NOTE: It is the responsibility of the applicant agency to ensure District approval of all lease agreements. Approved as to form and legality ounty Attorney Page 7 of 10 Assistant Cgyp \\ ) Fhnlda Del ail it e,i c)rI I" Purple -All Red -Capital Blue -Operating Exhibit L: Certification of Equivalent Service N/A CERTIFICATION OF EQUIVALENT SERVICE Collier County Board of County Commissioners certifies that its demand responsive service offered to individuals with disabilities, including individuals who use wheelchairs, is equivalent to the level and quality of service offered to individuals without disabilities. Such service, when viewed in its entirety, is provided in the most integrated setting feasible and is equivalent with respect to: i Response time; i Fares; 3 Geographic service area; 4 Hours and days of service; 5 Restrictions on trip purpose; 6 Availability of information and reservation capability; and 7 Constraints on capacity or service availability. In accordance with 49 CFR Part 37, public entities operating demand responsive systems for the general public which receive financial assistance under 49 U.S.C. 531.o and 531.1. of the Federal Transit Administration (FTA) funds must file this certification with the appropriate state program office before procuring any inaccessible vehicle. Such public entities not receiving FTA funds shall also file the certification with the appropriate state office program. Such public entities receiving FTA funds under any other section of the FTA Programs must file the certification with the appropriate FTA regional office. This certification is valid for no longerthan one yearfrom its date of filing. Non-public transportation systems that serve their own clients, such as social service agencies, are required to complete this form. Executed this day of Click here to enter text., Click here to enter text. Typed Name and Title of Authorized Representative Signature ofAuthorized Representative Page 8 of io noiida ricpartnl2nt of Transportation-53ao Appli(aI on-FFYJa Purple -All Red -Capital Blue -Operating Form 424: Application for Federal Assistance Attach the completed Form 424 here. You may insertthe completed form as a PDF or print and attach the form to yourfinal application document. Exhibit M: Federal Certifications and Assurances Please attach Federal Certifications and Assurances signature page here. You may insert the signed certifications and assurances as a PDF or print and attach the form to yourfinal application document. Exhibit N: Transportation Operating Procedure (TOP) (Applies to Section 5310 -only Applicants) N/A Exhibit O: Title VI Plan Previously submitted Exhibit P: Protection of the Environment NSA Exhibit Q: Triennial Review - CAP Closeout MI Page 9 of io OMB Number: 4040-0004 Expiration Dale: 10/31/2019 Application for Federal Assistance SF -424 ' 1. Type of Submisslom ❑ Preapplicallon ®Application E] Changed/Corrected Application ' 2. Type of Application: 'IF Revision. select appropriate Ietlei(s). ® New E] continuation 'Olhar(SpacBy): F1 Revision ' 3. Dale Received: 4. Applicant Identifier. 5a. Federal Entity Identifier: 5b. Federal Award Identifier: State Use Only: 6. Date Received by Stale: 7. Slate Application Identifier. 1001 8. APPLICANT INFORMATION: 'a. Legal Name: Collier County Board of County Commissioners ' Is. EmployerrFaxpiyer Identification Number (EINfTIN): ' c. Organizational DUNS: 0769917900000 59-ti000558 d. Address: 'Slreel1: 32.99 Tamiami Trail East Suite 103 Slreet2: "City: Naples Counly/Parish: 'Stale: rL: rlorida Province: 'Country: USA: UNITED STATES ' Zip / Postal Code: 3411'1.-57 46 e. Organizational Unit: Department Name: Division Name'. IPTNE Public services f. Name and contact Information of person to be contacted on matters involving this application: Pfeflx: "First Name: Yousi Middle Name: ' Last Name: 0ardeso Suffix: I Title: Operations Analyst Organizational Affiliation: ' Telephone Number. 239-252-5806 Fax Number: 'Ercall: yousicarrlesollcoll.i:ergov. net Application for Federal Assistance SF -424 • g. Type of Applicant 1: Select Applicant Type: n: County Govermnent. Type of Applicant 2: Select Applicant Type: Type of Applicant 3: Select Applicant Type: ` Other (specify): ' 10. Name of Federal Agency: Federal Transit Administration 11. Catalog of Federal Domestic Assistance Number: 70.513 CFDA Title: Formula Grants for the Enhanced Mobility of Seniors and Individuals with Disabilities ' 12. Funding Opportunity Number: Title: 13. Competition Identification Number: Tiler 14. Areas Affected by Project (Cities, Counties, States, etc.): areas Affected.pdf /ubl /tl6n hin�•ni Delete Attachment View Attachment ' 15. Descriptive Title of Applicant's Project: Carp Ass istanec Eor expansion of paratransit vehicles Attach supporting documents as specified in agency Instructions. Add Attachments IL•L In /Ulnchm�•nln \p.��.�/\Ilm:hm nnl:. Application for Federal Assistance SF -424 16. Congressional Districts Of: ' a_ Applicant 19 ' b. Program/Project 14 Attach an additional list of Program/Project Congressional Districts if needed. Add Attachment 1)001-Allm.hnionl Ho:w Alln4uurnl 17. Proposed Project: `a..Start Date: 10 /O1y2018 ' b. End Dale: 09/30/2019 18. Estimated Funding I$): "a. Federal ' b. Applicant ' G. Slate d. Local e. Other ' f. Program Income 'g. TOTAL 209, fi'/8.90 2.5, 589.00 25, S64 .00 255,048.00 ' 19. Is Application Subject to Review By State Under Executive Order 12372 Process? a. This application was made available to the State under the Executive Order 12372 Process for review on �- b. Program is subject to E.O. 12372 but has not been selected by the Stale for review. ® c. Program Is nal covered by E.O. 12372. ` 20. Is the Applicant Delinquent On Any Federal Debt? (If "Yes," provide explanation In attachment.) Yes X No If "Yes", provide explanation and allach nJd� n,I'd, Alk"humnl Vic,:a l\II:¢hnu•„I 21. "By signing this application, I certify (1) to the statements contained In the list of certifications- and (2) that the statements herein are true, complete and accurate to the best of my knowledge.I also provide the required assurances- and agree to comply with any resulting terms if I accept an award. I am aware that any false, fictitious, or fraudulent statements or claims may sablert me to criminal, civil, or administrative penalties. (U.S. Code, Title 218, Section 1001) ® "I AGREE ” The list of cedificalions and assurances, or an internet site where you may obtain this list, is contained In the announcement or agency specific instructions. Authorized Representative: Prefix: : `First Name: Penny Middle Name: ' Last Name: Fayloe Suffix: I 'Title: Chairman `Telephone Number. 239-252-0604 Fax Number: 'Email: pennyTaylor@co11iex9ov.net `Signature of Authorized Representative: 'Date Signed: Assistant C'ountyAttonney ��17 FDOT Florida Department of Transportation RICK SCOTT 801 North Broadway Avenue MIKE DEW GOVERNOR Bartow, Florida 33830 SECRETARY November l4, 2017 Collier County Board of County Commissioners Ms. Michelle Arnold 3299 East Tamiami Trail, Suite 103 Naples, FL 34112 Re: Title VI Plan Dear Ms. Arnold: The Florida Department of Transportation, District One concurs with the Title VI Plan for Collier County Board of County Commissioners as required for all Federal Transit Administration recipients as per the FTA Circular C4702. 113. This concurrence means that Collier County Board of County Commissioners meets the requirements as set out in the Circular and may receive grant funds. Please continue to follow the requirements set forth in the stated Circular. Should you have any questions, please contact Pamela Barr via e-mail at Pamela.barr@dot.state.fl.us or by phone at 239-225-1972. Sincerely, Pamela Barr Transit Projects Coordinator Cc: Matthew Liveringhouse, Collier Area Transti Michelle S. Peronto, District Transit Programs Administrator, FDOT www.dot.state.11.us Flo idoDel, auown I of IIaWiio'talion-01oApplicaLion—FFY'8 Purple -All Red- Capital Blue -Operating End of Step 2 Required Documents for Award 5310 Grant Application Revised on 15 September 2017 Revised by: Jarrell Smith, 5310 Coordinator MOT Public Transit Office 605 Suwannee Street (MS 26) Tallahassee, Florida 32399-0450 Work Phone: 850-414-4045 Email: iarrell.smith@dot.state.fl.us Page io of io r-loio[.ioapannicni„f hanspoiIaI n—sii IAppli�<<iIi„n—r-Fvis Purple -All Red -Capital Blue -Operating Florida Department of Transportation FDOT� �l 49 U.S.C. Section 5311 Capital & Operating Assistance — FFY 2018 Step 1 of 3: Preliminary Application Formula Grants for Rural Areas CFDA 20.509 Legal Applicant Name: Collier County Board of County Commissioners ❑ First Time Applicant ® Previous Applicant Page i of 22 Flo IidaDf,jiai li nent of Tanspoi tolloiry It Apj1iiwlun-FFY18 Purple -All Applicant Information Red- Capital Blue -Operating 49 U.S.C. Section 5311, Formula Grants for Rural Areas: FD O T GRANT APPLICATION �l— Agency (Applicant) Legal Name: Collier County Board of County Conunissioners Physical Address (No P.O. Box): 3299 Tarniarni Trail East Applicant's County: If Applicant has offices in more than one county, list county where main office is located City: Naples State: FL Zip Code:3411z Congressional District:14 Federal Taxpayer ID Number:59-6000558 Applicant Fiscal period start and end dates: October 1, 2o18 September 30, 2019 State Fiscal period from: July 1, 2018 to June3o, 2029 Applicant's DUNS Number: 076997790 Unique 9 -Digit number issued by Dun & Bradstreet. Maybe obtained free of charge at: http://f`edgov.dnb.comlwebfDrm Project's Service Area: Collier County Executive Director: Michelle Arnold Grant Contact Person (if different than Executive Director):Joshua Thomas Telephone: 239-252-5841 Telephone: 239-252-8989 Fax: Fax:239-2S2-6425 E-mail Address: MichelleArnold@colliergov.net Email Address:JoshuaThomas@colliergov.net Current Vehicle Inventory: Vans Vans/Lifts 10 Sedans or Minivans Enter Number in Fleet 25/24 Buses/Cutaways Other N/A Authorizing Representative certifying tothe information contained in this application is true and accurate. Signature (Authorizing Representative) [blue ink]: Printed Name Penny Taylor Title: Chairman Email Address: PennyTaylor(akol liergov. net *Must attach a Resolution of Authority from your Board (original document) for the person signing all documents on behalf of your agency. See Exhibit B Approved as to florin and legality Page 2 of 22 Assistant County Attorney ��`,1 no.Ida I) par ii non IWTian.poiW[ion—,j,iAppIBatlon—Frvn+ Purple-All Red-Capital Blue -Operating Preliminary Application Checklist Each of the below items must be included with your Section 5311 Grant Application submittal in the same order as the checklist. ® Cover Page (page 1) ® Applicant Information PART I - APPLICANT ELIGIBILITY ® Preliminary Application Checklist (this form) ® Eligibility Questionnaire ® Exhibit A: Cover Letter © Exhibit B: Governing Board's Resolution ® Exhibit C: CTC Agreement or Certification ❑ Exhibit E: Certification of Incorporation N/A ❑ Exhibit F: Proof of Non -Profit Status N/A PART 11 - FUNDING REQUEST ® Form A-1: Current System Description ® Form A -z: Fact Sheet ® Organization Chart ® Form B-1: Proposed Project Description ® Form B -z: Financial Capacity— Proposed Budget for Transportation Program Z Proof of Local Match ❑ Form B-3: Breakdown of Transportation Costs N/A PART I —APPLICANT ELIGIBILITY Eligibility Questionnaire If you are a current grant sub -recipient and are not compliant with all FDOT and FTA Section 5311 requirements, then you will not be eligible to receive grant funds until compliance has been determined. You must be in compliance at time of grant award execution/joint participation agreement execution. If you are a current grant sub -recipient and have undergone a triennial review complete the questions below: Page 4 of 22 Flue idi Depai❑men YofTienspoitotion—,In Appllra[on—FFY18 Purple -All Red -Capital Blue -Operating Note: This questionnaire does not apply to new sub -recipients and sub -recipients that have not yet been required by their respective FDOT District Office to complete a triennial review. For more information see FDOT's Triennial Review Process as partof the State Management Plan. Does your agency have active vehicles purchased with a 5321 grant? ❑ Yes ®No Has your agency completed a Triennial Oversight Review? ® Yes ❑ No If yes, is your agency currently in compliance? ® Yes ❑ No If no, does your agency have a corrective action plan in place to come ❑ Yes ❑ No into compliance? Date of corrective action closeout Signature [blue ink] Penny Taylor, Chairman Typed Name and Title Decemberiz, zon Date ATTEST. DWIGHT E. !MOK, Clerk Approved as to form and legality Assistant County Attorney \� Page 5 of 22 Conder County Public Services Depal-Irnent Public Transit & Neighborhood Enhancement Division December 29, 2017 Jared Delong Local Agency Program Coordinator FDOT, District One, Procurement Office 801 North Broadway Avenue Bartow, Florida 33830 Re: 5311 Grant Submittal Dear Mr. Delong Collier County submits this Application for the Section 5311 Program Grant and agrees to comply with all assurances and exhibits attached hereto and by this reference made a part thereof, as itemized in the Checklist for Application Completeness. Collier County would like your consideration for funding in both the urban and rural 5311 grant funds. Collier County further agrees, to the extent provided by law (in case of a government agency in accordance with Sections 129.07 and 768.28, Florida Statutes) to indemnify, defend and hold harmless the Department and all of its officers, agents and employees from any claim, loss, damage, cost, charge, or expense arising out of the non-compliance by the Agency, its officers, agents or employees, with any of the assurances stated in this Application. This Application is submitted on the 291h day of December, 2017 with one (1) original resolution and four (4) certified copies of the original resolution authorizing the Chairman of the Board of County Commissioners to sign this Application. Thank you for your assistance in this matter. Sincerely, Michelle E. Arnold Director, Public Transit & Neighborhood Enhancement Collier Area Transit PublicTransd & Nughbohrood Enhancement • 3299 Tamiami Trail E, Suite 103 • Naples, Florida 34112-5746.239-252-5840 • FAX 239-252-6628 • vNnv.colliergov.net RESOLUTION NO. 2017- A RESOLUTION BY THE BOARD OF COUNTY COMMISSIONERS, COLLIER COUNTY, FLORIDA, AUTHORIZING ITS CHAIRPERSON TO SIGN AND SUBMIT A SECTION 5311 GRANT APPLICATION, INCLUDING ALL RELATED DOCUMENTS AND ASSURANCES, TO THE FLORIDA DEPARTMENT OF TRANSPORTATION, TO ACCEPT A GRANT AWARD IN CONNECTION WITH THAT APPLICATION, AND AUTHORIZING THE EXPENDITURE OF GRANT FUNDS PURSUANT TO THE GRANT AWARDED. WHEREAS, 49 U.S.C. § 5311 authorizes the Secretary of Transportation to make grants and loans to local government authorities such as Collier County to help provide rural transit services; and WHEREAS, each year, through an application process administered by the Florida Department of Transportation, Collier Area Transit has obtained funds that are used for providing rural transportation services to the residents of Collier County; and WHEREAS, the Board of County Commissioners of Collier County, Florida, has the authority to apply for and accept grants and make purchases and expend funds pursuant to grant awards made by the Florida Department of Transportation as authorized by Chapter 341, Florida Statutes and by the Federal Transit Administration Act of 1964, as amended. NOW THEREFORE, BE IT RESOLVED by the Board of County Commissioners, Collier County, Florida, that: 1. The BOARD authorizes and approves its Chair, to sign and submit any and all documents required in connection with the Federal Transit Administration 49 U.S.C. §5311 Grant Application and Award including, but not limited to: (a) authorizing the Chair to accept and execute any required certifications and assurances and all supporting documents relating to the grant awarded to the County, (b) approving all necessary budget amendments to receive and use grant dollars received above or below the target grant award referenced in the Section 5311 grant application, and (c) authorize the expenditure of grant funds pursuant to the grant awarded, unless specifically rescinded. 2. The BOARD'S Registered Agent in Florida is Jeffrey A. Klatzkow, County Attorney. The registered Agent's address is 3299 East Tamiami Trail, Naples, FL 34112. 3. This Resolution shall be effective immediately upon signature by the Chair. THIS RESOLUTION ADOPTED after motion, second and majority vote favoring same, this day of , 2017. ATTEST: BOARD OF COUNTY COMMISSIONERS DWIGHT E. BROCK, CLERK COLLIER COUNTY, FLORIDA By: By: Deputy Clerk PENNY TAYLOR, CHAIRMAN rm and legality: Jeffrey A. County A Florida DepnihneoY of Tim n,poi [ation-57 ii ApplicaI oirFFYie Purple -All Red -Capital Blue -Operating Exhibit C: CTC Agreement or Certification See Grant Application Instruction Manual for CTC Agreement requirements. Page 9 of 22 naidoCmmkzim fartic Transportation July 9, 2013 Disadvantaged Ms. Michelle Arnold Rick Scott Collier County Board of County Commissioners/Collier Area Transit Governor 3299 East Tamiami Trail, Suite 103 David Darm Naples, FL 34112 Chairperson Mike Willingham Subject: Collier County Community Transportation Coordinator Designation Vice chairman Memorandum of Agreement (MOA) # TD 1303 Steven Holmes Dear Ms. Arnold: Executive Director Enclosed is the executed MOA for your records. As you know, the Commission for the Transportation Disadvantaged (Commission) approved Collier County Board of County Commissioners/Collier Area Transit, to serve as the Community Transportation Coordinator for Collier County. This designation is effective July 1, 2013 through June 30, 2018. Pursuant to the MOA, a new 2013-18 Transportation Disadvantaged Service Plan (TDSP) shall be submitted to the Commission no later than 120 calendar days from July 1, 2013 (October 28, 2013). This TDSP must be approved by the Local Coordinating Board prior to submission to us for approval. Please coordinate this effort with the Collier County MPO as your Designated Official Planning Organization. As a reference, the Instruction Manual for the MOA and TDSP is located on our website at: http://www dot state fl us/ctd/prograiniiifo/i)rogramdevelopmeiitsection. Thank you for your continued support and participation in the coordinated transportation system of Collier County. if you have any questions or need any additional information, please contact me at (850) 410-5712. Sincerely, r John Irvine Area 6 Project Manager Enclosure: Executed Memorandum of Agreement cc: Ms. Lucy Ayers, Collier MPO (email only) Suwannee Street, MS -49 as Tallahassee, Fl. 32399-0450 Phone: (8 50) 410-5700 w Toll Free: (800)983.2435 w Fax: (8 50) 41 0-57 52 www.dot.state.il.usictd Contract # TD1303 Effective: 7/1/13 to 6/30/18 STATE OF FLORIDA COMMISSION FOR THE TRANSPORTATION DISADVANTAGED MEMORANDUM OF AGREEMENT This Memorandum of Agreement is between the COMMISSION FOR THE TRANSPORTATION DISADVANTAGED, hereby referred to as the "Commission," and Collier County Board of County Commissioners/Collier Area Transit 3299 East Tamiami Trail Suite 103 Naples, FL 34112, the COMMUNITY TRANSPORTATION COORDINATOR, designated pursuant to Chapter 427, F.S., to serve the transportation disadvantaged for the community that includes the entire area of Collier county(ies), and hereafter referred to as the "Coordinator." This Agreement is made in consideration of the mutual benefits to both parties; said consideration acknowledged hereto by the parties as good and valuable consideration. The Parties Agree: The Coordinator Shall: A. Become and remain totally apprised of all of the Transportation Disadvantaged resources available or planned in their designated service area. This knowledge will be used to plan, coordinate, and implement the most cost effective transportation disadvantaged transit system possible under the economic and other conditions that exist in the designated service area. B. Plan and work with Community Transportation Coordinators in adjacent and other areas of the state to coordinate the provision of community trips that might be handled at a lower overall cost to the community by another Coordinator. This includes honoring any Commission -approved statewide certification program that allows for intercounty transportation opportunities. C. Arrange for all services in accordance with Chapter 427, Florida Statutes, and Rule 41-2, FAC, and as further required by the Commission and the local Coordinating Board approved Transportation Disadvantaged Service Plan. D. Return any acquired profits or surplus funds originating through the course of business as the Coordinator that are beyond the amounts(s) specifically identified and approved in the accompanying Transportation Disadvantaged Service Plan. Such profits or funds shall be returned to the Coordinator's transportation system or to any subsequent Coordinator, as a total transportation system subsidy, to be applied to the immediate following operational year. The Coordinator will include similar language in all coordination contracts to assure that transportation disadvantaged related revenues are put back into transportation disadvantaged services. Rev. 04/02/201.2 Accomplish this Project by: Developing a Transportation Disadvantaged Service Plan for approval by the local Coordinating Board and the Commission. Coordinators who are newly designated to a particular service area shall submit a local Coordinating Board approved Transportation Disadvantaged Service Plan, within 120 calendar days following the execution of the Coordinator's initial memorandum of agreement with the Commission, for approval by the Commission. All subsequent Transportation Disadvantaged Service Plans shall be submitted and approved with the corresponding memorandum of agreement. The approved Transportation Disadvantaged Service Plan will be implemented and monitored to provide for community -wide transportation services for purchase by non -sponsored transportation disadvantaged persons, contracting social service agencies, and other entities that use local, state, or federal government funds for the purchase of transportation for the transportation disadvantaged. Maximizing the use of available public school transportation resources and public fixed route or fixed schedule transit services and assuring that private or public transit, paratranslt operators, and school boards have been afforded a fair opportunity to participate to the maximum extent feasible in the planning process and in the development of the provisions of the Transportation Disadvantaged Service Plan for the transportation disadvantaged. Providing or arranging 24-hour, 7 -day per week transportation disadvantaged service as required in the designated service area by any Federal, State or Local Government agency sponsoring such services. The provision of said services shall be furnished in accordance with the prior notification requirements identified in the local Coordinating Board and Commission approved Transportation Disadvantaged Service Plan. 4. Complying with all local, state, and federal laws and regulations that apply to the provision of transportation disadvantaged services. Submitting to the Commission an Annual Operating Report detailing demographic, operational, and financial data regarding coordination activities in the designated service area. The report shall be prepared on forms provided by the Commission and according to the instructions of said forms. F. Comply with Audit and Record Keeping Requirements by: Utilizing the Commission recognized Chart of Accounts defined in the Transportation Accounting Consortium Model Uniform Accounting System for Rural and Specialized Transportation Providers (uniform accounting system) for all transportation disadvantaged accounting and reporting purposes. Community Transportation Coordinators with existing and equivalent accounting systems are not required to adopt the Chart of Accounts in lieu of their existing Chart of Accounts but shall prepare all reports, invoices, and fiscal documents relating to the transportation disadvantaged functions and activities using the chart of accounts and accounting definitions as outlined in the above referenced manual. Rev. 09/02/2012 Assuming the responsibility of invoicing for any transportation services arranged, unless otherwise stipulated by a purchase of service contract or coordination contract. 3. Maintaining and filing with the Commission, local Coordinating Board, and all purchasing agencies/entities such progress, fiscal, inventory, and other reports as those entities may require during the period of this Agreement. 4. Providing copies of finance and compliance audits to the Commission and local Coordinating Board as requested by the Commission or local Coordinating Board. G. Retain all financial records, supporting documents, statistical records, and any other documents pertinent to this Agreement for a period of five (5) years after termination of this Agreement. If an audit has been initiated and audit findings have not been resolved at the end of five (5) years, the records shall be retained until resolution of the audit findings. The Coordinator shall assure that these records shall be subject to inspection, review, or audit at all reasonable times by persons duly authorized by the Commission or this Agreement. They shall have full access to and the right to examine any of the said records and documents during the retention period. 1-1. Comply with Safety Requirements by: Complying with Section 341.061, F.S., and Rule 14-90, FAC, concerning System Safety; or complying with Chapter 234.051, F.S., regarding school bus safety requirements for those services provided through a school board; and Assuring compliance with local, state, and federal laws, and Commission policies relating to drug testing. Conduct drug and alcohol testing for safety sensitive job positions within the coordinated system regarding pre-employment, randomization, post -accident, and reasonable suspicion as required by the Federal Highway Administration and the Federal Transit Administration. Comply with Commission insurance requirements by maintaining at least minimum liability insurance coverage in the amount of $200,000 for any one person and $300,000 per occurrence at all times during the existence of this Agreement for all transportation services purchased or provided for the transportation disadvantaged through the Community Transportation Coordinator. Upon the execution of this Agreement, the Coordinator shall add the Commission as an additional named insured to all insurance policies covering vehicles transporting the transportation disadvantaged. In the event of any cancellation or changes in the limits of liability in the insurance policy, the insurance agent or broker shall notify the Commission. The Coordinator shall insure that contracting transportation operators and coordination contractors also maintain the same minimum liability insurance, or an equal governmental insurance program. Insurance coverage in excess of $1 million per occurrence must be approved by the Commission and the local Coordinating Board before inclusion in the Transportation Disadvantaged Service Plan or in the justification of rates and fare structures. Such coverage may be provided by a self- insurance program established and operating under the laws of the State of Florida and written verification of insurance protection in accordance with Section 768.28, Florida Statutes, shall be provided to the Commission upon request. Rev. 04/02/2012 J. Safeguard information by not using or disclosing any information concerning a user of services under this Agreement for any purpose not in conformity with the local, state and federal regulations (45 CFR, Part 205.50), except upon order of a court, written consent of the recipient, or his/her responsible parent or guardian when authorized by law. K. Protect Civil Rights by: 1. Complying with state and federal laws including but not limited to laws regarding discrimination on the basis of sex, race, religion, age, disability, sexual orientation, or national origin. The Coordinator gives this assurance in consideration of and for the purpose of obtaining federal grants, loans, contracts (except contracts of insurance or guaranty), property, discounts, or other federal financial assistance to programs or activities receiving or benefiting from federal financial assistance and agreeing to complete a Civil Rights Compliance Questionnaire if so requested by the Commission. 2. Agreeing that compliance with this assurance constitutes a condition of continued receipt of or benefit from federal financial assistance, and that it is binding upon the Coordinator, its successors, subcontractors, transferee, and assignees for the period during which such assistance is provided. Assure that all operators, subcontractors, subgrantee, or others with whom the Coordinator arranges to provide services or benefits to participants or employees in connection with any of its programs and activities are not discriminating against those participants or employees in violation of the above statutes, regulations, guidelines, and standards. In the event of failure to comply, the Coordinator agrees that the Commission may, at its discretion, seek a court order requiring compliance with the terms of this assurance or seek other appropriate judicial or administrative relief, to include assistance being terminated and further assistance being denied. L. To the extent allowed by Section 768.28, Florida Statutes, and only to the monetary and other limitations contained therein, indemnify and hold harmless the Commission and all of the Commission's members, officers, agents, and employees; purchasing agency/entity officers, agents, and employees; and the local, state, and federal governments from any claim, loss, damage, cost, charge or expense arising out of any act, action, neglect or omission by the Coordinator during the performance of this Agreement, whether direct or indirect, and whether to any person or property to which the Commission or said parties may be subject, except that neither the Coordinator nor any of its sub -contractors will be liable under this section for damages arising out of injury or damage to persons or property directly caused or resulting from the sole negligence of the Commission or any of its members, officers, agents or employees; purchasing agency/entity, officers, agents, and employees; and local, state, or federal governments. Nothing herein is intended to serve as a waiver of sovereign immunity by any agency/entity or Coordinator to which sovereign immunity may be applicable. Nothing herein shall be construed as consent by a state agency/entity or political subdivision of the State of Florida or the federal government to be sued by third parties in any matter arising out of any Agreement or contract. Notwithstanding the foregoing, pursuant to Section 768.28, Florida Statutes, no agency or subdivision of the state shall be required to indemnify, insure, or assume any liability for the Commission's negligence. Rev, 04/02/201.2 a M. Comply with standards and performance requirements of the Commission, the local Coordinating Board approved Transportation Disadvantaged Service Plan, and any purchase of service contracting agencies/entities. Failure to meet the requirements or obligations set forth in this MOA, and performance requirements established and monitored by the local Coordinating Board in the approved Transportation Disadvantaged Service Plan, shall be due cause for non-payment of reimbursement invoices until such deficiencies have been addressed or corrected to the satisfaction of the Commission. N. Comply with subcontracting requirements by executing or negotiating contracts for transportation services with Transportation Operators and Coordination Contractors, and assuring that the conditions of such contracts are maintained. The requirements of Part 1, Paragraph E.5. through M are to be included in all contracts, subcontracts, coordination contracts, and assignments made by the Coordinator for services under this Agreement. Said contracts, subcontracts, coordination contracts, and assignments will be reviewed and approved annually by the Coordinator and local Coordinating Board for conformance with the requirements of this Agreement. O. Comply with the following requirements concerning drivers and vehicles Drivers for paratransit services, including coordination contractors, shall be required to announce and identify themselves by name and company in a manner that is conducive to communications with the specific passenger, upon pickup of each rider, group of riders, or representative, guardian, or associate of the rider, except in situations where the driver regularly transports the rider on a recurring basis. Each driver must have photo identification that is in view of the passenger. Name patches, inscriptions or badges that affix to driver clothing are acceptable. For transit services, the driver photo identification shall be in a conspicuous location in the vehicle. 2. The paratransit driver shall provide the passenger with boarding assistance, if necessary or requested, to the seating portion of the vehicle. The boarding assistance shall include opening the vehicle door, fastening the seat belt or utilization of wheelchair securement devices, storage of mobility assistive devices, and closing the vehicle door. In certain paratransit service categories, the driver may also be required to open and close doors to buildings, except in situations in which assistance in opening/closing building doors would not be safe for passengers remaining on the vehicle. Assisted access must be in a dignified manner. Drivers may not assist wheelchair up or down more than one step, unless it can be performed safely as determined by the passenger, guardian, and driver. 3. All vehicles shall be equipped with two-way communications in good working order and be audible to the driver at all times to the base. 4. All vehicles providing service within the coordinated system, shall have working air conditioners and heaters in each vehicle. Vehicles that do not have a working air conditioner or heater will be scheduled for repair or replacement as soon as possible. aev. on ozizozz s P. Comply with other requirements as follows: 1. Transport an escort of a passenger and dependent children as locally negotiated and identified in the local Transportation Disadvantaged Service Plan, 2. Determine locally in the Transportation Disadvantaged Service Plan, the use, responsibility, and cost of child restraint devices. 3. Transport with the passenger at no additional charge, passenger property that can be carried by the passenger and/or driver in one trip and can be safely stowed on the vehicle. Additional requirements may be negotiated for carrying and loading rider property beyond this amount. Passenger property does not include wheelchairs, child seats, stretchers, secured oxygen, personal assistive devices, or intravenous devices. 4. Provide shelter, security, and safety of passengers at vehicle transfer points. 5. Post a local or other toll-free number for complaints or grievances inside each vehicle. The local complaint process shall be outlined as a section in the local Transportation Disadvantaged Service Plan including advising the dissatisfied person about the Commission's Ombudsman Program as a step within the process as approved by the local Coordinating Board. 6. Provide out -of -service -area trips, when determined locally and approved by the local Coordinating Board, except in instances where local ordinances prohibit such trips. 7. Keep interior of all vehicles free from dirt, grime, oil, trash, torn upholstery, damaged or broken seats, protruding metal or other objects or materials which could soil items placed in the vehicle or provide discomfort for the passenger, 8. Determine locally by the local Coordinating Board and provide in the local Transportation Disadvantaged Service Plan the billing requirements of the Community Transportation Coordinator. All bills shall be paid to subcontractors within 7 calendar days after receipt of said payment by the Coordinator, in accordance with Section 287.0585, Florida Statutes. 9. Maintain or have access to a passenger/trip database on each rider being transported within the system. 10. Provide each rider and escort, child, or personal care attendant adequate seating for paratransit services. No more passengers than the registered passenger seating capacity shall be scheduled or transported in a vehicle at any time. For transit services provided by transit vehicles, adequate seating or standing space will be provided to each rider and escort, child, or personal care attendant, and no more passengers than the registered passenger seating or standing capacity shall be scheduled or transported in a vehicle at any time. 11. First Aid shall be determined locally and provided in the local Transportation Rev. 04/02/2012 6 Disadvantaged Service Plan. 12. Cardiopulmonary Resuscitation shall be determined locally and provided in the local Transportation Disadvantaged Service Plan, II. The Commission Shall: A. Recognize the Coordinator as the entity described in Section 427.011 (5), Florida Statutes, and Rule 41-2.002(4), F.A.C. B. Attempt to insure that all entities with transportation disadvantaged funds will purchase transportation disadvantaged services through the Coordinator's system. III. The Coordinator and the Commission Further Agree: A. Nothing in this Agreement shall require the Commission to observe or enforce compliance with any provision thereof, perform any other act or do any other thing in contravention of any applicable state law. If any of the provisions of this Agreement is found by a court of law to violate any applicable state law, the purchasing agency/entity will at once notify the Commission in writing in order that appropriate changes and modifications may be made by the Commission and the Coordinator to the end that the Coordinator may proceed as soon as possible with the provision of transportation services. B. If any part or provision of this Agreement is held invalid, the remainder of this Agreement shall be binding on the parties hereto. C. Termination Conditions: Termination at Will - This Agreement may be terminated by either party upon no less than thirty (30) days notice, without cause. Said notice shall be delivered by certified mail, return receipt required, or in person with proof of delivery. Termination for Breach - Unless the Coordinator's breach is waived by the Commission in writing, the Commission may, by written notice to the Coordinator, terminate this Agreement upon no less than twenty-four (24) hours notice. Said notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. Waiver by the Commission of breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Agreement, and shall not act as a waiver or estoppel to enforcement of any provision of this Agreement. The provisions herein do not limit the Commission's right to remedies at law or to damages. D. This agreement will expire unless an extension is granted to the Coordinator in writing by the Commission, in accordance with Chapter 287, Florida Statutes. E. Renegotiations or Modifications of this Agreement shall only be valid when they have been reduced to writing, duly approved by the Commission, and signed by both parties hereto. Rev. 04/02/2012 F. Notice and Contact: The name and address of the contract manager for the Commission for this Agreement is: Executive Director, 605 Suwannee Street, MS -49, Tallahassee, FL 32399-0450. The representative/position of the Coordinator responsible for administration of the program under this Agreement is: _Michelle Arnold Director Alternative Transportation Modes Department 3299 East Tamiami Trail Suite 103 Naples FL 34112 In the event that either party designates different representatives after execution of this Agreement, notice of the name and address of the new representative will be rendered in writing to the other party and said notification attached to originals of this Agreement. This docurnent has been reviewed in its entirety and approved by the Local Coordinating Board at its official meetingIdon Ma 12y2013. _ Coord nating Board Chairperson Donna Fiala WITNESS WHEREOF, the parties hereto have caused these presents to be executed. COMMUNITY TRANSPORTATION COORDINATOR: Collier Co Board of Count�Commissioners Agency Name Georgia A. Biller s . Printed Name uthorize Individual Signature: Chairwoman STATE OF FLORIDA, COMMISSION FOR THE TRANSPORTATION DISADVANTAGED: Steven Holmes Printed Name of Authorized Individual Signatu(r_ Title Executive Director Rev. 04/02/2012 Flowla Delia ilnloil l at nomp(,arl1.ion-5311_Applic ation—FFYIR Purple -All Red- Capital Blue -Operating PART II - FUNDING REQUEST Form A -i: Current System Description (a) Please provide a brief general overview of the organization type (i.e., government authority, private non- profit, etc.) including its mission, program goals, and objectives (Maximum 300 words). The Collier County Board of County Commissioners is the governing body for the Public Transportation system in Collier County. The Public Transportation system, Collier Area Transit (CAT) operates under the supervision of the Collier County Division of Public Transit & Neighborhood Enhancement (PTNE) for the Collier County Public Services Department. CAT serves as the public transit provider for Collier County, serving the Naples, Marco Island, and Immokalee areas. It is the mission of CAT to provide safe, accessible, and courteous public transportation services to our customers. (b) Please provide information below (Maximum soo words): • Organizational structure (attach an organizational chart at the end of this section) • Total number of employees in organizationio8 • Total number of transportation -related employees in the organization 6 Collier County is considered a complete brokerage system, contracting all fixed route and paratransit operation services to MV Transportation and Medical Transportation Management (MTM) who is responsible for the day to day operations of the transit system. Page io of 22 cat,,**PC.,,,,,R,AR.,.NSIT CAT - General Manaeer Anamommom_ Board of County Commissloners Public Services ger t-.nt 1, —PTNE MSTU I G CAT verllleallon/ Adminlad®tive Salary Manager IT Analyst Parairanslt/Fixed Flnandal [mrdeator Rout, Manager I I d Fixed Rout, AJmInlslraJve 2 mnsP i Para Paratranslt supervisor SReceptlrMsl pnays[ Supe ra SN+eJuler 2 Para Transit 2 Para iransn 28 Para Transit 42 Fixed Prude3 Need Roux, Trevor Service Olspad,her Operators Operamn ) Vehicle Support Melndenance nlspamher Florida Depmtioent of Transpoilation—gn npplicalioo—FFV18 Purple -All Red -Capital Blue -Operating (c) Who is responsible for insurance, training, management, and administration of the agency's transportation programs? (Maximum ioo words) The management of the MV contract is conducted by the Collier County Public Transit and Neighborhood Enhancement (PINE) Division. MV is responsible for the transit drivers of the transit system including hiring, training and management of the bus operators. They are also responsible for the insurance of all of CAT/CRP's vehicles. MTM is responsible for the hiring and training of the administrative personnel. (d) How are the operations of the transportation program currently funded? What are the sources of the funding (e.g., state, local, federal, private foundations, fares, other program fees?)? (Maximum 200 words) Collier County currently provides about $2 million dollars each year from local funds to provide fixed route services. Federal and State Grant funds help to expand resources so that transit services can be provided to those who need it most. Page ii of 22 Flowla Depaitinenl of I I anspnitatliim-,9i i. Application-FFY18 purple -All Red -Capital Blue -Operating (e) Fully explain your transportation program • Service hours, planned service, routes and trip types; • Staffing—include plan for training on vehicle equipment such as wheelchair lifts, etc.; • Records maintenance—who, what methods, use of databases, spreadsheets etc.; • Vehicle maintenance—who, what, when and where. Which services are outsourced (e.g., oil changes)? Include a section on how vehicles are maintained without interruptions in service; • System safety plan; • Drug-free workplace; and • Data collection methods, including how data was collected to complete Exhibit A -z. Note: If the applicant is a CTC, relevant pages of a TDSP and AOR containing the above information may be provided. Please do not attach entire documents. Page 12 of 22 Florida D11MII I nen l of Tr an sp01tali0n-53nAI, ficaLlop—FF`18 Purple -All Red -Capital Blue -Operating iervice hours for these routes vary from as early as 3:45 a.m. to as late as 8:20 p.m. The service planned for this grant will provide access to people in non -urbanized areas of Collier County. Funds from this grant will be used to continue operation of fixed route Lo provide access to people in non -urbanized areas to health care, shopping, education, employment, public services and recreation. Because many of these services are not available in the rural area, most people must travel to the urban areas in order to receive these services. These funds will be used to fund routes that are open to the general public and are not subject to the prioritization process as described in the Transportation Disadvantaged Service Plan (TDSP). All staff is currently trained on the use of vehicles and equipment utilized for the operations of this service. All records are maintained by Collier County staff to ensure compliance with all local, State and Federal requirements. Those employee records maintained by the vendor to verified maintenance of all required licensure and training are inspected by Collier County regularly. All vehicles are maintained by Collier County Fleet Management Division staff specifically assigned to Transit at the CAT Operations center located at 8300 Radio Road. A written safety program has been developed and is maintained by the Contractor which includes safety policies and practices, accident procedures and reporting, and other training materials and documented in the System Safety Program Plan (SSPP) and the System Security Emergency Preparedness Plan (SSEPP). Collier County conducts an annual System Safety review of the Contractor to comply with safety requirements of Chapter 14-90, Florida Administrative Code (FAC). The Contractor's documented safety program includes the following components: -Accident Response Plan •Accident Review Process and Analysis -Determination of an Accident as Preventable or Non -Preventable, Utilizing the National Safety Council (NSC) Guidelines -Employee Retraining Provisions *Driver Incentive Provisions -Programs and Methods to be utilized to Promote Safety Awareness *Employee Training and Required Certifications The Contractor shall participate in tabletop, emergency preparedness training exercise as requested bythe County. The contractor is considered essential personnel and shall be available upon request for evacuation and transportation for any emergency events 24/7. The Contractor administers a Drug and Alcohol (D&A) Program which meets all of the Federal and Collier County requirements. In addition, the Contractor requires all subcontractors providing services forthe fixed route service to adhere to the testing requirements of this D&A program. CAT performs D&A testing in accordance with United Stated Department of Transportation (US DOT) and Federal Transit Administration (FTA) regulations, as defined in Title 49 Code of Federal Regulations (CFR), Parts 40 and 655. The Contractor produces documentation necessary to establish its compliance with Title 49 CFR, Parts 653 and 654. All County employees that fall under this requirement also go through the above noted testing. Page 3.3 of 22 011 om,.p,,,, n,i„n-y,,Aj 1., m1n-rrv,2 PurpleAll Form A-2: Fact Sheet Red -Capital Blue Operating 1 Numberoftotal one-waytrips Farebox ridership collected for (a) 209,891 This service will be an equivalent 2og,891 served bythe agency PER all boarding forthe routes service provided currently YEAR (for entire system).* funded by 5311. Please include calculations. 2 Number of one-way trips Farehox ridership collected for (6)209,891 provided to seniors and all boarding for the routes individualswith disabilities PER funded by 53n YEAR. - 3 Number of individual senior and disabled clients (unduplicated) PER YEAR. (c)6 i, Total number of vehicles used (d)30 to provide service to seniors and individuals with disabilities ACTUAL. Page 14 Of 22 This service will be an equivalent 209,891 service provided currently 6 30 F , I,D,,,a,lumnt"iu�na A,11,,n11,1 I m Purple -All Red -Capital Blue-Operaeing 5 Number of 53rn vehicles used to (e)2 2 provide service to seniors and individuals with disabilities eligible for replacement ACTUAL. Total fleet vehicle miles Revenue miles plus deadhead Revenue miles plus deadhead 524,969.80 traveled to provide service to III 524,969 8o miles miles seniors and individuals with disabilities PER YEAR. 7 Total number of square miles of Total vehicle miles traveled Total vehicle miles traveled 1462.31 service coverage. divided by days of operation (9) 246231 divided 6 Y days of oPeration B Number of days that vehicles Revenue hours plus deadhead (h)57.og are in operation to provide hours service to seniors and individuals with disabilities AVERAGE PER YEAR. Page 15 of 22 Revenue hours plus deadhead hours 57.09 FloiidnDepan mem ,Iu,,I1%,)Iiaum.-su. Appbc.Iton-FwIn Purple -All Red -Capital Blue -Operating 9 Numberof hoursofservice 6 full days of service with (h) 6.83 6 full days of service with reduced 6.83 AVERAGE PER DAY. reduced service on Sunday service on Sunday to Number of hours of service Utilized average trip length Utilized average trip length from 14.8 PER YEAR. from NTD (i) 14.8 NTD *One-way passenger trip Is the unit of service provided each time a passenger enters the vehicle, is transported, and then exits: the vehicle. Each different destination would constitute a passenger trip, Page 16 of 22 R.aann..nor.»„aI.'.I, j IIi—-II l'l', ",.-vr..n Pn,plr-All ued.Capd"I I Fn „I'In. I Rani B n Propose) Pmjec[ Description lal Howwdlidda,mntflndnglmp[oveyouragenry'zlranzportaEon snvice?Provide detail. willitl-madh: Provide moo hours oFwA im? 6pand senior too larger geogophiralso? Provide shorter headways? Provide more lips? Replace existing equipment? purchase additional valddesfeguipment? Section 5311 funding for operating assistance is essential If service is to continue or non- urbanzedarea, of the Count,. Because this mail is not an expansion ofservice or providing, new server, the grant, ff awarded will not provide more service hours, provide service to a Inger geograpMc area or reduce headways, p as ile wourat al 1. so tile peva gra rdzatd comply wtb FFA report,, re t If creel d out be hard 1. t d 'bd Ft AA 9 fo fiat-,, he- itoff ibiepsed-n tWroeds5dtce ReeooM Make .m Artery Rvports,NTOrepodoigi)BE�reports etc enlu nadequatefnan<al, ma n[enancq and to requirements Including 9ramo 1 p° The 531v grant helps fund five (5) non -oder icedlrural route,. According to the zom Censuz certainty of 'he Cl o dy'sw°hforce eve,m the ruralama end majority of the activity centersare within the urban area Activity centers Include major employers, health care centers and public orepal Roun, a, G.Id-Gate Estarbourr okalee Shuttle), provide, as bottle to and tom the lmmokalee area and—,vice, the Golden Gate forces "'a to the trarrid' station at the Colter Cmmty Govemment totted. TMs mutesweslo fire, the residents from the rural area to the fiber areas where or activity center, are Iii and provme, acaemfor three passengers up return home Route atUnumokaleelMarzo Express), provides an early morning and late evening exprez. service between lmmokalee and Marco 1,land. This express route serve, to bring the rezidi of the mile area to the urban areas where the mat o, employeis are located and provides arrass for Once pa5,engers to return to home. Both mules(,, ann car) further the federal goal of the pmgrain to enhance the acces of how income IMlviduals and others within the nom urbanized area to employment. j Route n ... of i 23(Immokalee circular), proelac.nfinuon, public tmnsll zervea within the rural community of lmmokalee. Route zz,(US or le -g anal Estates), provide, access to residents in the coral areas east of Collier Boulevard .9 East Tamianti Trod to services and employment In the urban areas, Only that portion of Rote a4 that ocoves the rural area Is being funded with Suss grant fund,. I If this ,cent is not fully funded, can of fit proceed with your Imnsportotion program? Explain. CaIGer Area Tanfip ae many other taoslt agendas runs the nation, Is tarn, tough finandal times and local funds contribution Is stagnate. Should the State not approve this grant, CAT may be forced m reduce mute%With a redfemn In service, many Pas—ager, would not have access to medial, work, recoahonal, and otherlLfe-staining activities that public transit now make, posslblo-It Is ante.] that Clinic, Area Transit rerelves these 51 funds to continue to provide access to people in the non-urbanlaed area of Copier County to these ser aces. coal i8 of sa 1,..r.. "'nI .- n..n Porld, All fled. aprtal Ll— Irraurvr Opmeting Renues4, only (a) Please specify year of activity for operating asslstance,(typiAtRy current or immediate prior year). ORaber; aos8-September 3o amg Form B-, Financial Capaci ty— Proposed Budget for Transportation Program Estimated Revenues Revenue Amount Revenue Used as bumon"ara'an FTA Match Amount Passenger Farac PorTmns@SeMce(401) 5997,000 Spedal Tumait Fares(4oa) School Bus Service Revenues (403) Freight Tariffs (I Charter Service Revenues(4a5) Auxiliary Transportation Revenues (4o6) NontransportationRevenues (card Total Revenue SBy3,aoo Other Revenue Categories Taxes Levled directly by the Transit System (408) Local Cash Grants and Reimbursements(409) sz,338,I Local Special Fare Assistance fµ0) State Cash Grants and Relmbursemenic h rc) zprD,goo e,sA.. State Special Fare Asestance(4-) Federal osh Grants and Reimbursements(4a3) srpp,ell a;Oo3,001 Interestlncome(4v,) Contributed Servims(430) Contributed Cash(43a) Subsidy hom Other Sort—If Operations (44D) Tatalof0l(rer Revenue S1,e34,875 a2,121,911 Grand Total All Revenue 56ea3i,8g 92,m,9o0 Page vg of •: Estimated Expenses Pwpl.,-NI If Jal I -. k" "',I Expense A FTA EII Labor (Sor) fa30,663 166,800 Fringe &Benefits l5oal '941 Sz6,5oo Services(So3) 3117,000 56gBoa Materials& Supplies(54 5896,8x. sxP,1o0 Vehicle Maintenance (514.ox) ....II - Szry600 .61ities PI fGI Insorance(5.6) 38,600 s;400 Licenses&Tax-sol) 313.00. s3.6o. Purshesed Transit 5ervise(5o8) 33.S77.Soa S;oozgoo Miscellaneaus(,as)' Sag,Sao s8,3oo Leezes& Rentals(I..) 335^0 S;000 Bepreriati..(Ss3) Grand Total All Expenses 36,131,B75 $1,7.6,9.0 Operating Sources Prior Year Funding Sources Current Year Next ear Fare Box Revenue 5;330,500 S1a31oo. I.."'or. Local (I Funds 1-,-67,400 Iara,0.775 Stale Blak Grant 5918,500 5096,600 '896,600 5tate5ervice .ev Route aa03d0o sa03,3o0 sa3o,800 orr 51 Service Bev Bea,b So.00 30.00 '9 -,Soo Cirmlar Fed -1 FTA 5307 s1783.80o i -,a6 -,Soo ir,4-,Boo Federal FTA 5307 Rural 3091 5361 5366,400 Page zo of zl spM^...... n... Pomlc-All Red.eapiwl 2lneLperal41, Proof of Local Match Local 1.6 Funding 56jg000 S f Total Lacal Mach-5oxarezaemlM<on 3630,000 Auaehdommenmfbnojnmfrh jundz direBlyaftwMispage. Pma/moycansin J hue m[helimlfed ta: • Tmnspaeafian0is0dwnmgedpOJalloratian • WnttenzmfemeneJmmr unlYm mrsv ,smleagzncie; dh rrwnagers; mnYors, mwnrdundlz, or90nizafmns,oaaunfingfizmsoMJlnanrml msliwdons. Sigwl z [blueinld Typed Nome and Nle a fAufbodzed Repmsanl0 we luta Pageav0f— FI mdaDepaRIII Lid ofTlanspnrtalion—,IiaApplication—FFY,8 Purple -All Red -Capital Blue -Operating End of Step 1: Preliminary Application 5311 Grant Application Revised on 15 September 2017 Revised by: Jarrell Smith, 5310 Coordinator FDOT Public Transit Office 605 Suwannee Street (MS 26) Tallahassee, Florida 32399-0450 Work Phone: 850-414-4045 Email: iarrell.smithPdot state fl us Page 22 of 22 Frnkla DopaiI mviii I on -,,,u Applira lluu-FFYIS Put ple-Al i Red -Capital Blue-OpeFatIng Florida Department of Transportation FDOTI �r- 49 U.S.C. Section 5311 Capital & Operating Assistance— FFY 2018 Step 2 of 3: Required Documents for Award Formula Grants for Rural Areas CFDA 20.509 Legal Applicant Name: Collier County Board of County Commissioners Note: Dear Applicant, You have successfully passed the first step in FDOT's 5311 grant application process! Based on the information provided in the preliminary application, you are eligible to receive an award. In order to be considered for a Joint Participation Agreement (JPA), you are required to submit the information outlined in the following pages. Page i of io Florida DepaitmnnL of Tianspnito l fill 1—, Applica lion—FFY18. Purple -All Red -Capital Blue -Operating Required Document Checklist Each of the below items must be included with your Section 531s Grant Application submittal in the same order as the checklist. ® Cover Page (page i) ® Required Document Checklist (this document) Managerial Capability ® Exhibit I: FDOT Certification and Assurances ® Exhibit J: Standard Lobby Certification ® Exhibit K: ETA Section 5333 (b) Assurance ® Form 424: Application for Federal Assistance ❑ Exhibit N: Federal Certifications and Assurances ❑ Exhibit O: Title VI Plan -previously provided ❑ Exhibit Q: Triennial Review- CAP Closeout NIA Page 4 of io Flue it DFparhnrn[ of Ianspa til tion -S3 i c AppIica I ioo-FFY 18 Purple -All Red -Capital Blue -Operating Managerial Capability Exhibit I: FDOT Certification and Assurances (Agency Name) certifies and assures to the Florida Department of Transportation regarding its Application under U.S.C. Section 5311. dated Date day of Month, Year 1 It shall adhere to all Certifications and Assurances made to the federal government in its Application. 2 It shall comply with Florida Statues: • Section 342.o5i—Administration and financing of public transit and intercity bus service programs and projects • Section 341.o61(z)—Transit Safety Standards; Inspections and System Safety Reviews 3 It shall comply with Florida Administrative Code (Does not applyto Section 5310 only recipients): • Rule Chapter14-73—PublicTransportation • Rule Chapter 14-go—Equipment and Operational Safety Standards for Bus Transit Systems • Rule Chapter 14-90.0043.—Medical Examination for Bus System Driver • Rule Chapter 41-2—Definitions 4 It shall comply with FDOT's: • Bus Transit System Safety Program Procedure No. 725-030-009 (Does not apply to Section 5310 only recipients) • Public Transit Substance Abuse Management Program Procedure No. 725-030-035 • Transit Vehicle Inventory Management Procedure No. 725-030-025 • Public Transportation Vehicle Leasing Procedure No. 725-030-001 • Guidelines for Acquiring Vehicles • Procurement Guidance for Transit Agencies Manual 5 It has the fiscal and managerial capability and legal authority to file the application. 6 Local matching funds will be available to purchase vehicles/equipment at the time an order is placed. 7 It will carry adequate insurance to maintain, repair, or replace project vehicles/equipment in the event of loss or damage due to an accident or casualty. 8 It will maintain project vehicles/equipment in good working order for the useful life of the vehicles/equipment. 9 It will return project vehicles/equipment to FDOT if, for any reason, they are no longer needed or used forthe purpose intended. 10 It recognizes FDOT's authority to remove vehicles/equipment from its premises, at no cost to FDOT, if FDOT determines the vehicles/equipment are not used for the purpose intended, Page 5 of 2.0 Flo cldaDeiIartinonLorTim,poi auon-51 i i ApItIit a u(5n—FFY18 Purple -All Red -Capital Blue-Opeiating improperly maintained, uninsured, or operated unsafely. iz It will not enter into any lease of project vehicles/equipment or contract for transportation services with any third party without prior approval of FDOT. iz It will notify MOT within 24 hours of any accident or casualty involving project vehicles/equipment, and submit related reports as required by FDOT. 13 It will notify MOT and request assistance if a vehicle would become unserviceable. 14 It will submit an annual financial audit report to MOT (FDOTSingleAuditQa dot.state.fl.us), if required. i5 It will undergo a triennial review and inspection by FDOT to determine compliance with the baseline requirements. If found not in compliance, it must send a progress report to the local MOT District office on a quarterly basis outlining the agency's progress towards compliance. December 12. 2017 Date Signature of Authorized Representative Penny Taylor. Chairman Typed Name and Title of Authorized Representative Approved as to form and legality Assistant County Attorney ``\2 Page 6 of io Hoiido unpaiI nen] of TianspoadL1011-5311 Application—FPh8 Purple -Ali Red -Capital Blue -Operating Exhibit J: Standard Lobbying Certification The undersigned (Contractor) certifies, to the best of his or her knowledge and belief, that: 3. No Federal appropriated funds have been paid or will be paid, by or on behaIfofthe undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. z If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form --LLL, "Disclosure Form to Report Lobbying," (a copythe form can be obtained from FDOT's website) in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1.41.3 (1./1.9/96). Note: Language in paragraph (z) herein has been modified in accordance with Section io of the Lobbying Disclosure Act of 1.995 (P.L.104-65, to be codified at z U.S.C.16o1., et seq.)] 3 The undersigned shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering intothis transaction imposed by 31., U.S.C. § 1352 (as amended bythe Lobbying Disclosure Act of 1.995). Any person who fails to file the required certification shall be subject to a civil penalty of not lessthan sio,000 and not more than sioo,000 for each such failure. NOTE: Pursuantto 31 U.S.C. Q1.35z(c)(1)-(z)(A),any person who makes a prohibited expenditure orfails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than S1.o,000 and not more than S1.00,000for each such expenditure orfailure. The (Contractor), certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 38o1., et seq., apply to this certification and disclosure, if any. December 1.2. zov Date Signature of Contractor's Authorized Official Penny Taylor, Chairman Name and Title of Contractor's Authorized Official Approved as to form and legality Page 7 of 10 Assistant County Attorney Fit) ilrla Depaamrnt el Transportation -Sill AppI catlon-FFYia Purple -All Red- Capital Blue -Operating Exhibit K: FTA Section 5333 (b) Assurance (Note: By signing the following assurance, the recipient of Section 533a and/or 5311(f) assistance assures it will comply with the labor protection provisions of 49 U.S.C. 5333(b) by one of the following actions: (i.) signing the Special Warranty for the Rural Area Program (see FTA Circular C go4o iE Chapter X); (z) agreeing to alternative comparable arrangements approved by the (Department of Labor (DOL); or (3) obtaining a waiver from the DOL.) The Collier County Board of County Commissioners (hereinafter referred to as the "Recipient') HEREBY ASSURES that the "Special Section 5333 (b) Warranty for Application to the Small Urban and Rural Program" has been reviewed and certifies to the Florida Department of Transportation that it will comply with its provisions and all its provisions will be incorporated into any contract between the recipient and any sub -recipient which will expend funds received asa result of an application tothe Florida DepartmentofTransportation underthe FTA Section 5311 Program. _December 12, 2017 Date _Penny Taylor Chairman Name and title of authorized representative Signature of authorized representative Note: All applicants must complete the following form and submit it with the above Assurance. LISTING OF RECIPIENTS, OTHER ELIGIBLE SURFACE TRANSPORTATION PROVIDERS, UNIONS OF SUB -RECIPIENTS, AND LABOR ORGANIZATIONS REPRESENTING EMPLOYEES OF SUCH PROVIDERS, IF ANY 1 Identify Recipients of Transportation Assistance Under this Grant. z Site Project by Name, Description, and Provider (e.g. Recipient, other Agency, or Contractor) 3 Identify other Eligible Surface Transportation Providers (Type of Service) 4 Identify Unions (and Providers) Representing Employees of Providers in Columns 1, 2, and 3 Application for FTA Collier Area Transit for Transport Workers Section 5311 Operating urban Transit Service Union Local 525 AFL - Collier County Board of Assistance Funding for CIO 2595 North County Commissioners FY18/19 for Collier Courtenay Pkwy, Suite Area Transit to provide 104 Merritt Island, FL continuing public 32953 transportation services to residents of the non - urbanized areas of Collier County traveling within the rural area and/or the adjacent urban area and returning to rural domicile. Approved as to form and legality Page 8of10 - Assistant County Attomeya \\\`\p FIom la DepaihoenlnlTran;poitahon-93n Application-FFY18 Purple -All Red -Capital Blue -Operating Form 424: Application for Federal Assistance See Attached Exhibit N: Federal Certifications and Assurances Exhibit O: Title VI Plan Previously Provided Exhibit Q: Triennial Review - CAP Closeout Required if the agency's latest Triennial Review included a Corrective Action Plan. Please submit a copy of the corrective action plan. Page 9 of io OMB Number: 4040-0004 Expiration Dale: 10/31/2010 Application for Federal Assistance SF -424 ' 1. Type or Submission: Preappllcallon ® Application ❑ Changed/Correcled Applicalion ' 2. Type o(Applicallon: ' If Revision, select appropriate letter(s): "I New F1 Continuation ` Other (Specify): ❑ Revision ' 3. Dale Received: 4. Applicant Identifier: 5a. Federal Entity Identifier: 5b, Federal Award Idend(Ier: State Use Only: 6. Date Received by State: 7. State Application IdenOaer: 0. APPLICANT INFORMATION: 'a. Legal Name: tallier County Board or county ccc=issionere • b. EmployerlTaxpayer Identification Number (EINITIN): ' c. Organizational DUNS; 0769977900000 59-6000550 it. Address: ' Slreelt: 3299 T'amimni Trail East suite 103 Street2: 'City: County/Parish; Naples ' Stale: FL: Florida Province: ° Country: USA: UNITED STATES `Zip / Postal Code: 39112-5796 e. Organizational Unit: Department Name: Division Name: F'PNE Public Services I. Name and contact information of person to be contacted on matters Involving this application: Prefix: Nr. `First Name: Middle. Name: Joshua `Last Name: Thomas Suffix: Title: Grants Support'_ Specialist Organizational Afflllatlon: ` Telephone Number; 239-252-0909 Fax Number. `Email: doshuaThoma.s Ncolliergov.net Application for Federal Assistance SF-424 9. Type of Applicant 1: Select Applicant Type: s: Counry C,overmnent Type of Applicant 2: Select Applicant Type: Type of Applicant T Select Applicant Type: ' Other (specify): ' 10. Name of Federal Agency: Federal Transit Administration 11. Catalog of Federal Domestic Assistance Number: 20.511 CFDA Title: Pormula Grants for aural Arcas ' 12. Funding Opportunity Number: NA Titre: 10. Competition Identification Number: Title: 14. Areas Affected by Project (Cities, Counties, States, etc.): Areas Affected.doex Add Nlarhnrenl Delete Attachment View Atlachmenf ' 15. Descriptive Title of Applicant's Project: Operati.ny Ass i.s lance to of£-set cost of public transportation provided in the rural azcas of Culliei County. (non-urban) Attach supporting documents as specified In agency Instructions. Add Attachments Uululc nn. u.hwenP:, Vtaw/\IluclnuenL; Application for Federal Assistance SF -424 16. Congressional Districts Of: "a. Applicant 19 'b. Program/Project 19 Attach an additional list of Program/Project Congressional Districts if needed. Areas Affected.ducx /vld /Uln,.hun•nl Delela Attachment Vlew Attachment 17. Proposed Project: `a. Start Dale: 10/U1/2U10 "b. End Dale: 05/30/2019 10. Estimated Funding ($): ' a. Federal ' b. Applicant c. Slate d. Local e. Other ' C Program Income 'g. TOTAL 630, 000.00 630, 000.00 1,2.60,000.00 ° 19. Is Application Subject to Review By Slate Under Executive Order 12872 Process? a. This application was made available to the Stale under the Executive Order 12372 Process for review on b. Program is subject to E.O. 12372 but has not been selected by the Stale for review. ® c. Program is not covered by E.O. 12372. ' 20. Is the Applicant Delinquent On Any Federal Debt? (if "Yes," provide explanation In attachment.) Yes ® No If "Yes", provide explanation and allach /tdil nil.n.l n,o;td rx9,ir�/AIl:u-hmoid Agn:wr /Ulm:huuid 21. *By signing this application, I certify (1) to the statements contained in the list of certificatlons-" and (2) that the statements herein are true, complete and accurate to the best of my knowledge.) also provide the required assurances" and agree to comply with any resulting terms If I accept an award. I am aware that any false, fictitious, or fraudulent statements or claims may subject me to criminal, civil, or administrative penalties. (U.S. Code, Title 210, Section 1001) Z — I AGREE " The list of certifications and assurances, or an interne) site where you may obtain this list, Is contained In the announcement or agency specific ktslruclions. Authorized Representative: Prefix: ' First Name: iPeimy Middle Name: ' Last Name: iTaylor Suffix: II 'Tire: Chairman, board of County Coxmissioners ' Telephone Number: Fax Number: 'Entail: ov.net---�-1 ' Signature of Authorized Representative: ' Dale Signed: I Assistant County Attomey FDOT Florida Department of Transportation RICK SCOTT 801 North Broadway AVeOap MIKE DEW GOVERNOR Bartow, Florida 33830 SECRETARY November 14, 2017 Collier County Board of County Commissioners Ms. Michelle Arnold 3299 East Tamiami Trail, Suite 103 Naples, FL 34112 Re: Title VI Plan Dear Ms. Arnold: The Florida Department of Transportation, District One concurs with the Title VI Plan for Collier County Board of County Commissioners as required for all Federal Transit Administration recipients as per the FTA Circular C4702.1 B. This concurrence means that Collier County Board of County Commissioners meets the requirements as set out in the Circular and may receive grant funds. Please continue to follow the requirements set forth in the stated Circular. Should you have any questions, please contact Pamela Barr via e-mail at Pamela.barr@dot.state.fl.us or by phone at 239-225-1972. Sincerely, Pamela Barr Transit Projects Coordinator Cc: Matthew Liveringhouse, Collier Area Transti Michelle S. Peronto, District Transit Programs Administrator, FDOT www. dot. state.tl.us Flo Oda Depaim ,iiiol IiansiYortatlon-43ii Afit, licetinn-FFY18 Purple -All Red -Capital Blue -Operating End of Step 2: Required Documents 5311 Grant Application Revised on 15 September 2017 Revised by: Jarrell Smith, 5310 Coordinator MOT Public Transit Office 605 Suwannee Street (MS 26) Tallahassee, Florida 32399-0450 Work Phone: 850-414-4045Email: iarrell.smithCcDdotstateflus Page:Lo of io FIorI, a Dep,uhoei,I of TIanspnrlaCirnr',. I mi,}7q Appli(a,Ion—FFYJ® Florida Department of Transportation OT� �T U.S.C. Section 5339 Capital Assistance Application — FFY 2018 BUS AND BUS FACILITIES FORMULA PROGRAM FOR RURAL AREAS CFDA 20.526 Legal Applicant Name: Collier County Board of County Commissioners ❑ First Time Applicant ® Previous Applicant Page 3. of ig I-loi irla Department o[TraIIsportaI nu—Secllon ;13q AppllraILion—FFY1,9 Applicant Information U.S.C. Section 5339, Bus and Bus Facilities Formula Program for Rural Areas: FD 049 1 (v\ GRANT APPLICATION Agency (Applicant) Legal Name: Collier County Board of County Commissioners Physical Address (No P.O. Box): 3299 Tamian-i Trail East Suite 700 Applicant's County: If Applicant has offices in more than one county, list county where main office is located City: Naples State: FL Zip Code:34112 11 Congressional District:14 Federal Taxpayer ID Number:59-6000558 Applicant Fiscal period start and end dates: October 1, 2o18 to September 30, 2019 State Fiscal period from: Julys, 2018 to June 30, 2019 Applicant's DUNS Number: 076997790 Unique 9 -Digit number issued by Dun & Bradstreet. Maybe obtained free of charge at: http://f`edgov.dnb. comlwebform Project's Service Area: Collier County List the county or counties that will be served by the proposed project. Executive Director: Michelle Arnold Grant Contact Person (if different than Executive Director): Joshua Thomas Telephone: 239-252-5841 Telephone:239-2S2-8989 Fax: Fax:239-252-6425 E-mail Address: Email Address: JoshuaThomas@colliergov.net MichelleArnold@colliergov.net Current Vehicle Inventory: Vans Vans/Lifts 10 Sedans or Minivans Enter Number in Fleet 25/24 Buses/Cutaways Other N/A Authorizing Representative certifying to the information contained in this application is true and accurate. Signature (Authorizing Representative) [blue ink]: Printed Name: Penny Taylor Title: Chairman Email Address: Pen nKTaylor(a)colliergov net Page z of 29 Approved as to form and legality Assistant County Attorney1:4 C ` X Plot lr I a U.'hrn I IIDnl o f l 1 i I I mi I o I1n chnn, 1 NApnlir alien[ I' Iii *Must attach a Resolution of Authority from your Board (original document) for the person signing all documents on behalf of your agency. See Exhibit B Application Checklist The following must be included in the Application for Section 5339 Capital Assistance in the order listed. ® Cover Page (page z) PART I - APPLICANT ELIGIBILITY ® Application Checklist (this form) ® Exhibit A: Cover letter ® Exhibit B: Governing Board's Resolution ® Exhibit C: Public Hearing and Publisher's Affidavit (public agencies only) ® Exhibit D: FDOT Certification and Assurances ® Exhibit E: Standard Lobbying Certification Form ® Exhibit F: FTA Section 5333(b) Assurance ® Exhibit G: Federal Certifications and Assurances ® Exhibit H: CTC Agreement or Certification PART II- Funding Request ® Form A -i: Current System Description ® Organization Chart ® Form A -z: Fact Sheet (if grant is for vehicles/equipment) ® Form B: Proposed Project Description ® Form C: Financial Capacity—Proposed Budget for Transportation Program Form D -i: Capital Request Form N/A ® Form 424: Application for Federal Assistance F] Form D -z: Current Vehicle and Transportation Equipment Inventory Form N/A PART III- Other Required Documents Exhibit l: Leasing NA Exhibit J: Certification of Equivalent Service (if grant is for non -accessible vehicles) Previously Provided Exhibit K: Copy of the Title VI Plan (if agency has not previously submitted a Title VI plan) If grant is for facilities: Exhibit L: Copy of cover letter sent with application submitted to Local Clearinghouse Agency/Exhibit M: Protection of the Environment Page 3 of 29 Coer County Public Services Depaftent Public Transit & Neighborhood Enhancement Division December 29, 2017 Jared Delong Local Agency Program Coordinator FDOT, District One, Procurement Office 801 North Broadway Avenue Bartow, Florida 33830 Re: 5339 Grant Submittal Dear Mr. Delong: Collier County submits this Application for the Section 5339 Program Grant and agrees to comply with all assurances and exhibits attached hereto and by this reference made a part thereof, as itemized in the Checklist for Application Completeness. Collier County would like your consideration for funding in both the urban and rural 5339 grant funds. Collier County further agrees, to the extent provided by law (in case of a government agency in accordance with Sections 129.07 and 768.28, Florida Statutes) to indemnify, defend and hold harmless the Department and all of its officers, agents and employees from any claim, loss, damage, cost, charge, or expense arising out of the non-compliance by the Agency, its officers, agents or employees, with any of the assurances stated in this Application. This Application is submitted on the 291 day of December, 2017 with one (1) original resolution and four (4) certified copies of the original resolution authorizing the Chairman of the Board of County Commissioners to sign this Application. Thank you for your assistance in this matter. Sincerely, Michelle E. Arnold Director, Public Transit & Neighborhood Enhancement Collier Area Transit Public Transit&Neghbodiaod Enhancenent • 3299 Tamiami Trail E, Suite 103 • Naples, Florida 34112-5746.239-252-5840 • FAX 239-252-6628 • ww%v cvlliergov net RESOLUTION 2017 - A RESOLUTION BY THE BOARD OF COUNTY COMMISSIONERS, COLLIER COUNTY, FLORIDA, AUTHORIZING ITS CHAIRMAN TO SIGN AND SUBMIT A SECTION 5339 GRANT APPLICATION, INCLUDING ALL RELATED DOCUMENTS AND ASSURANCES, TO THE FLORIDA DEPARTMENT OF TRANSPORTATION, TO ACCEPT A GRANT AWARD IN CONNECTION WITH THAT APPLICATION, AND AUTHORIZING THE EXPENDITURE OF GRANT FUNDS PURSUANT TO THE GRANT AWARDED. WHEREAS, 49 U.S.C. § 5339 authorizes the Secretary of Transportation to make grants and loans to local government authorities such as Collier County to help provide rural transit services; and WHEREAS, through an application process administered by the Florida Department of Transportation, Collier Area Transit has obtained funds that are used for providing rural transportation services to the residents of Collier County; and WHEREAS, the Board of County Commissioners of Collier County, Florida, has the authority to apply for and accept grants and make purchases and expend funds pursuant to grant awards made by the Florida Department of Transportation as authorized by Chapter 341, Florida Statutes and by the Federal Transit Administration Act of 1964, as amended. NOW THEREFORE, BE IT RESOLVED by the Board of County Commissioners, Collier County, Florida, that: 1. The BOARD authorizes and approves its Chair to sign and submit any and all documents required in connection with the Federal Transit Administration 49 U.S.C. § 5339 Grant Application and Award including, but not limited to: (a) authorizing the Chair to accept and execute any required certifications and assurances and all supporting documents relating to the grant awarded to the County, (b) approving all necessary budget amendments to receive and use grant dollars received above or below the target grant award referenced in the Section 5339 grant application, and (c) authorize the expenditure of grant funds pursuant to the grant awarded, unless specifically rescinded. 2. The BOARD'S Registered Agent in Florida is Jeffrey A. Klatzkow, County Attorney. The registered Agent's address is 3299 East Tamiami Trail, Naples, FL 34112. 3. This Resolution shall be effective immediately upon signature by the Chair. THIS RESOLUTION ADOPTED after motion, second and majority vote this 12`x' day of December 2017. ATTEST: DWIGHT E. BROCK, CLERK , Deputy Clerk and legality: Jeffrey County BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA PENNY TAYLOR, CHAIRMAN F lot ida I)( Ip l mo n l nl II, it ,l,ni to li n ,rcUon', ;)Alipho Iilot IhIY18 Exhibit C: Public Hearing and Publisher's Affidavit (public agencies only) Page 6 of zg 1- to i i r l a D o l i It l i n r n l n f T i.m :poil a l i n ....[... �;>,)//p p l[c,,[... Frr'IH Exhibit D: FDOT Certification and Assurances (Collier County Board County Commissioners) certifies and assures to the Florida Department of Transportation regarding its Application under U.S.C. Section 5339 dated 12th day of December, zox 1 It shall adhere to all Certifications and Assurances made to the federal government in its Application. 2 It shall comply with Florida Statues: • Section 341.o51—Administration and financing of public transit and intercity bus service programs and projects • Section 341.061(2)—Transit Safety Standards; Inspections and System Safety Reviews 3 It shall comply with Florida Administrative Code (Does not applyto Section 5310 only recipients): • Rule Chapter 14-73—Public Transportation • Rule Chapter 14-9o—Equipment and Operational Safety Standards for Bus Transit Systems • Rule Chapter 14-90.0041—Medical Examination for Bus System Driver • Rule Chapter 41-2—Definitions 4 It shall comply with FDOT's: • Bus Transit System Safety Program Procedure No. 725-030-009 (Does not apply to Section 5310 only recipients) • Public Transit Substance Abuse Management Program Procedure No. 725-030-035 • Transit Vehicle Inventory Management Procedure No. 725-030-025 • Public Transportation Vehicle Leasing Procedure No. 725-030-001 • Guidelines for Acquiring Vehicles • Procurement Guidance for Transit Agencies Manual 5 It has the fiscal and managerial capability and legal authority to file the application. 6 Local matching funds will be available to purchase vehicles/equipment at the time an order is placed. 7 It will carry adequate insurance to maintain, repair, or replace project vehicles/equipment in the event of loss or damage due to an accident or casualty. 8 It will maintain project vehicles/equipment in good working order for the useful life of the vehicles/equipment. 9 It will return project vehicles/equipment to FDOT if, for any reason, they are no longer needed or used for the purpose intended. 10 It recognizes FDOT's authority to remove vehicles/equipment from its premises, at no cost to FDOT, if FDOT determines the vehicles/equipment are not used for the purpose intended, Page 7 of 29 I lod.i FW1,1ItmmI of FI tI.polIalion-52ttinn 5339 ApIII i, a Ii on—FFYd3 improperly maintained, uninsured, or operated unsafely. si It will not enter into any lease of project vehicles/equipment or contract for transportation services with any third party without prior approval of FDOT. iz It will notify FDOT within 24 hours of any accident or casualty involving project vehicles/equipment, and submit related reports as required by FDOT. 23 It will notify FDOT and request assistance if a vehicle would become unserviceable. 14 It will submit an annual financial audit report to FDOT (FDOTSinoleAudit(a)dot state.fl us), if required. 35 It will undergo a triennial review and inspection by FDOT to determine compliance with the baseline requirements. If found not in compliance, it must send a progress report to the local FDOT District office on a quarterly basis outlining the agency's progress towards compliance. Penny Taylor, Chairman Typed name and title of authorized representative Signature of authorized representative Page 8 of 29 Approved as to form and legality Assistant County Attorney `1, Florida Depai I ment 0 lian;JIf) i[,I IOn-Se( 1 W 5339 App cation-FFY'18 Exhibit E: Standard Lobbying Certification Form The undersigned (Contractor) certifies, to the best of his or her knowledge and belief, that: i No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. z If anyfunds otherthan Federal appropriated funds have been paid orwill be paid to any personfor making lobbying contactsto an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form --LLL, "Disclosure Form to Report Lobbying," (a copy the form can be obtained from FDOT's website) in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1¢13 (1119196). Note: Language in paragraph (z) herein has been modified in accordance with Section io of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at z U.S.C. 16o1, et seq.)] 3 The undersigned shall require thatthe language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended bythe Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than s1o,000 and not more than s1oo,000 for each such failure. NOTE. Pursuant to 31 U.S.C. § 1352(c)(1) -(2)(A), any person who makes a prohibited expenditure orfails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $1o,000 and not more than $1oo,000 for each such expenditure or failure. The (Contractor), certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official December 12 2017 Date Penny Taylor. Chairman Typed Name and Title of Contractor's Authorized Official Approved as to form and legality iY -.. Page 9 of 29 Assistant County Attorney v�� f I -I orlcla Depattu lent of rioulpoi[atlon Sec tic) 5339 Applica l itm- IF, i9. Exhibit F: FTA Section 5333 (b) Assurance (Note: By signing the following assurance, the recipient of Section 5311 and/or 533.i(f) assistance assures it will comply with the labor protection provisions of 49 U.S.C. 5333(b) by one of the following actions: (1) signing the Special Warranty for the Rural Area Program (see FTA Circular C go4o.1E Chapter )0; (2) agreeing to alternative comparable arrangements approved by the Department of Labor (DOL); or (3) obtaining a waiver from the DOL.) Collier County Board of county Commissioners (hereinafter referred to as the "Recipient") HEREBY ASSURES that the "Special Section 5333 (b) Warranty for Application to the Small Urban and Rural Program" has been reviewed and certifies to the Florida Department of Transportation that it will comply with its provisions and all its provisions will be incorporated into any contract between the recipient and any sub -recipient which will expend funds received as a result of an application to the Florida Department of Transportation underthe FTA Section 5339 Program. December 12. 2017 Date Penny Taylor, Chairman Typed Name and Title of Authorized Representative Signature of Authorized Representative Note: All applicants must complete the following form and submit it with the above Assurance. LISTING OF RECIPIENTS, OTHER ELIGIBLE SURFACE TRANSPORTATION PROVIDERS, UNIONS OF SUB -RECIPIENTS, AND LABOR ORGANIZATIONS REPRESENTING EMPLOYEES OF SUCH PROVIDERS, IF ANY (See Appendixfor Example) 1 Identify Recipients of Z Site Project by Name, 3 Identify Other Eligible 4 Identify Unions (and Providers) Transportation Description, and Provider (e.g. Surface Transportation Representing Employees of Assistance Under this Recipient, other Agency, or Providers (Type of Providers in Columns 1, z, and Grant. Contractor) Service) 3 Collier County Board Application for FTA Collier Area Transit Transport works union of County Section 5339 Capital Service Local 525 AFL-CIO 2395 North Courtenay Pkwy, Commissioners Assistance funding for Assistance Suite 104 Merritt Island, FY 18/19 to 32953 Approved as to form and legality Page 10 of 29 Assistant County Attorney '1.`N Ila,t l a Dopa i G n of tl of Ii nispni I,i boi `",tiaii �qnl>pIIq IIIoII f Fli8 Exhibit G: Federal Certifications and Assurances Please attach Federal Certifications and Assurances signature page here. Exhibit H: CTC Agreement or Certification See Grant Application Instruction Manual for CTC Agreement requirements. Page ii of zg floriJo Camnisslm kr the Transportation Disadvantaged Rick Scott Governor David Darm Chairperson July 9, 2013 Ms. Michelle Arnold Collier County Board of County Commissioners/Collier Area Transit 3299 East Tamiami Trail, Suite 103 Naples, FL 34112 Mike Willingham Subject: Vice Chairman Collier County Community Transportation Coordinator Designation Memorandum of Agreement (MOA) # TD 1303 Steven Holmes Dear Ms. Arnold: Executive Director Enclosed is the executed MOA for your records. As you know, the Commission for the Transportation Disadvantaged (Commission) approved Collier County Board of County Commissioners/Collier Area Transit, to serve as the Community Transportation Coordinator for Collier County. This designation is effective July 1, 2013 through June 30, 2018. Pursuant to the MOA, a new 2013-18 Transportation Disadvantaged Service Plan (TDSP) shall be submitted to the Commission no later than 120 calendar days from July 1, 2013 (October 28, 2013). This TDSP must be approved by the Local Coordinating Board prior to submission to us for approval. Please coordinate this effort with the Collier County MPO as your Designated Official Planning Organization. As a reference, the Instruction Manual for the MOA and TDSP is located on our website at: httD //www dot state fl us/ctd/Drogramiiifo/programdevelonmeiitsection. Thank you for your continued support and participation in the coordinated transportation system of Collier County. If you have any questions or need any additional information, please contact me at (850) 410-5712. Sincerely, John Irvine Area 6 Project Manager Enclosure: Executed Memorandum of Agreement cc: Ms. Lucy Ayers, Collier MPO (email only) Suwannee Street, MS49 va Tallahassee, Fl- 32399.0450 Phone: (850) 410.5700 w Toll Free: (800) 983.2435 W Fax: (850) 410.5752 www.dot.state.0.usictd Contract # TD1303 Effective: 7/1/13 to 6/30/18 STATE OF FLORIDA COMMISSION FOR THE TRANSPORTATION DISADVANTAGED MEMORANDUM OF AGREEMENT This Memorandum of Agreement is between the COMMISSION FOR THE TRANSPORTATION DISADVANTAGED, hereby referred to as the "Commission," and Collier County Board of County Commissioners/Collier Area Transit 3299 East Tamiami Trail Suite 103 Naples FL 34112, the COMMUNITY TRANSPORTATION COORDINATOR, designated pursuant to Chapter 427, F.S., to serve the transportation disadvantaged for the community that includes the entire area of Collier county(ies), and hereafter referred to as the "Coordinator." This Agreement is rnade in consideration of the mutual benefits to both parties; said consideration acknowledged hereto by the parties as good and valuable consideration. The Parties Agree: The Coordinator Shall: A. Become and remain totally apprised of all of the Transportation Disadvantaged resources available or planned in their designated service area. This knowledge will be used to plan, coordinate, and implement the most cost effective transportation disadvantaged transit system possible under the economic and other conditions that exist in the designated service area. B. Plan and work with Community Transportation Coordinators in adjacent and other areas of the state to coordinate the provision of community trips that might be handled at a lower overall cost to the community by another Coordinator. This includes honoring any Commission -approved statewide certification program that allows for intercounty transportation opportunities. C. Arrange for all services in accordance with Chapter 427, Florida Statutes, and Rule 41-2, FAC, and as further required by the Commission and the local Coordinating Board approved Transportation Disadvantaged Service Plan. D. Return any acquired profits or surplus funds originating through the course of business as the Coordinator that are beyond the amounts(s) specifically identified and approved in the accompanying Transportation Disadvantaged Service Plan. Such profits or funds shall be returned to the Coordinator's transportation system or to any subsequent Coordinator, as a total transportation system subsidy, to be applied to the immediate following operational year. The Coordinator will include similar language in all coordination contracts to assure that transportation disadvantaged related revenues are put back into transportation disadvantaged services. Rev. 04/02/2012 E. Accomplish this Project by: Developing a Transportation Disadvantaged Service Plan far approval by the local Coordinating Board and the Commission. Coordinators who are newly designated to a particular service area shall submit a local Coordinating Board approved Transportation Disadvantaged Service Plan, within 120 calendar days following the execution of the Coordinator's initial memorandum of agreement with the Commission, for approval by the Commission. All subsequent Transportation Disadvantaged Service Plans shall be submitted and approved with the corresponding memorandum of agreement. The approved Transportation Disadvantaged Service Plan will be implemented and monitored to provide for community -wide transportation services for purchase by non -sponsored transportation disadvantaged persons, contracting social service agencies, and other entities that use local, state, or federal government funds for the purchase of transportation for the transportation disadvantaged. 2. Maximizing the use of available public school transportation resources and public fixed route or fixed schedule transit services and assuring that private or public transit, paratransit operators, and school boards have been afforded a fair opportunity to participate to the maximum extent feasible in the planning process and in the development of the provisions of the Transportation Disadvantaged Service Plan for the transportation disadvantaged. 3. Providing or arranging 24-hour, 7 -day per week transportation disadvantaged service as required in the designated service area by any Federal, State or Local Government agency sponsoring such services. The provision of said services shall be furnished in accordance with the prior notification requirements identified in the local Coordinating Board and Commission approved Transportation Disadvantaged Service Plan. 4. Complying with all local, state, and federal laws and regulations that apply to the provision of transportation disadvantaged services. 5. Submitting to the Commission an Annual Operating Report detailing demographic, operational, and financial data regarding coordination activities in the designated service area. The report shall be prepared on forms provided by the Commission and according to the instructions of said forms. Comply with Audit and Record Keeping Requirements by: Utilizing the Commission recognized Chart of Accounts defined in the Transportation Accounting Consortium Model Uniform Accounting System for Rural and Specialized Transportation Providers (uniform accounting system) for all transportation disadvantaged accounting and reporting purposes. Community Transportation Coordinators with existing and equivalent accounting systems are not required to adopt the Chart of Accounts in lieu of their existing Chart of Accounts but shall prepare all reports, invoices, and fiscal documents relating to the transportation disadvantaged functions and activities using the chart of accounts and accounting definitions as outlined in the above referenced manual. Rev, 04/02/2012 2. Assuming the responsibility of invoicing for any transportation services arranged, unless otherwise stipulated by a purchase of service contract or coordination contract. 3. Maintaining and filing with the Commission, local Coordinating Board, and all purchasing agencies/entities such progress, fiscal, inventory, and other reports as those entities may require during the period of this Agreement. 4. Providing copies of finance and compliance audits to the Commission and local Coordinating Board as requested by the Commission or local Coordinating Board. G. Retain all financial records, supporting documents, statistical records, and any other documents pertinent to this Agreement for a period of five (5) years after termination of this Agreement. If an audit has been initiated and audit findings have not been resolved at the end of five (5) years, the records shall be retained until resolution of the audit findings. The Coordinator shall assure that these records shall be subject to inspection, review, or audit at all reasonable times by persons duly authorized by the Commission or this Agreement. They shall have full access to and the right to examine any of the said records and documents during the retention period. H. Comply with Safety Requirements by: 1. Complying with Section 341.061, F.S., and Rule 14-90, FAC, concerning System Safety; or complying with Chapter 234.051, F.S., regarding school bus safety requirements for those services provided through a school board; and 2. Assuring compliance with local, state, and federal laws, and Commission policies relating to drug testing. Conduct drug and alcohol testing for safety sensitive job positions within the coordinated system regarding pre-employment, randomization, post -accident, and reasonable suspicion as required by the Federal Highway Administration and the Federal Transit Administration. I. Comply with Commission insurance requirements by maintaining at least minimum liability insurance coverage in the amount of $200,000 for any one person and $300,000 per occurrence at all times during the existence of this Agreement for all transportation services purchased or provided for the transportation disadvantaged through the Community Transportation Coordinator. Upon the execution of this Agreement, the Coordinator shall add the Commission as an additional named insured to all insurance policies covering vehicles transporting the transportation disadvantaged. In the event of any cancellation or changes in the limits of liability in the insurance policy, the insurance agent or broker shall notify the Commission. The Coordinator shall insure that contracting transportation operators and coordination contractors also maintain the same minimum liability insurance, or an equal governmental insurance program. Insurance coverage in excess of $1 million per occurrence must be approved by the Commission and the local Coordinating Board before inclusion in the Transportation Disadvantaged Service Plan or in the justification of rates and fare structures. Such coverage may be provided by a self- insurance program established and operating under the laws of the State of Florida and written verification of insurance protection in accordance with Section 768.28, Florida Statutes, shall be provided to the Commission upon request. Rev. 04/02/2012 3 J. Safeguard information by not using or disclosing any information concerning a user of services under this Agreement for any purpose not in conformity with the local, state and federal regulations (45 CFR, Part 205.50), except upon order of a court, written consent of the recipient, or his/her responsible parent or guardian when authorized by law. K. Protect Civil Rights by: 1. Complying with state and federal laws including but not limited to laws regarding discrimination on the basis of sex, race, religion, age, disability, sexual orientation, or national origin. The Coordinator gives this assurance in consideration of and for the purpose of obtaining federal grants, loans, contracts (except contracts of insurance or guaranty), property, discounts, or other federal financial assistance to programs or activities receiving or benefiting from federal financial assistance and agreeing to complete a Civil Rights Compliance Questionnaire if so requested by the Commission. 2. Agreeing that compliance with this assurance constitutes a condition of continued receipt of or benefit from federal financial assistance, and that it is binding upon the Coordinator, its successors, subcontractors, transferee, and assignees for the period during which such assistance is provided. Assure that all operators, subcontractors, subgrantee, or others with whom the Coordinator arranges to provide services or benefits to participants or employees in connection with any of its programs and activities are not discriminating against those participants or employees in violation of the above statutes, regulations, guidelines, and standards. In the event of failure to comply, the Coordinator agrees that the Commission may, at its discretion, seek a court order requiring compliance with the terms of this assurance or seek other appropriate judicial or administrative relief, to include assistance being terminated and further assistance being denied. L.. To the extent allowed by Section 768.28, Florida Statutes, and only to the monetary and other limitations contained therein, indemnify and hold harmless the Commission and all of the Commission's members, officers, agents, and employees; purchasing agency/entity officers, agents, and employees; and the local, state, and federal governments from any claim, loss, damage, cost, charge or expense arising out of any act, action, neglect or omission by the Coordinator during the performance of this Agreement, whether direct or indirect, and whether to any person or property to which the Commission or said parties may be subject, except that neither the Coordinator nor any of its sub -contractors will be liable under this section for damages arising out of injury or damage to persons or property directly caused or resulting from the sole negligence of the Commission or any of its members, officers, agents or employees; purchasing agency/entity, officers, agents, and employees; and local, state, or federal governments. Nothing herein is intended to serve as a waiver of sovereign immunity by any agency/entity or Coordinator to which sovereign immunity may be applicable. Nothing herein shall be construed as consent by a state agency/entity or political subdivision of the State of Florida or the federal government to be sued by third parties in any matter arising out of any Agreement or contract. Notwithstanding the foregoing, pursuant to Section 768.28, Florida Statutes, no agency or subdivision of the state shall be required to indemnify, insure, or assume any liability for the Commission's negligence. P,Pv, 0,1/02/2022 a M. Comply with standards and performance requirements of the Commission, the local Coordinating Board approved Transportation Disadvantaged Service Plan, and any purchase of service contracting agencies/entities. Failure to meet the requirements or obligations set forth in this MOA, and performance requirements established and monitored by the local Coordinating Board in the approved Transportation Disadvantaged Service Plan, shall be due cause for non-payment of reimbursement invoices until such deficiencies have been addressed or corrected to the satisfaction of the Commission. N. Comply with subcontracting requirements by executing or negotiating contracts for transportation services with Transportation Operators and Coordination Contractors, and assuring that the conditions of such contracts are maintained. The requirements of Part 1, Paragraph E.S. through M are to be included in all contracts, subcontracts, coordination contracts, and assignments made by the Coordinator for services under this Agreement. Said contracts, subcontracts, coordination contracts, and assignments will be reviewed and approved annually by the Coordinator and local Coordinating Board for conformance with the requirements of this Agreement. O. Comply with the following requirements concerning drivers and vehicles 1. Drivers for paratransit services, including coordination contractors, shall be required to announce and identify themselves by name and company in a manner that is conducive to communications with the specific passenger, upon pickup of each rider, group of riders, or representative, guardian, or associate of the rider, except in situations where the driver regularly transports the rider on a recurring basis. Each driver must have photo identification that is in view of the passenger. Name patches, inscriptions or badges that affix to driver clothing are acceptable. For transit services, the driver photo identification shall be in a conspicuous location in the vehicle. 2. The paratransit driver shall provide the passenger with boarding assistance, if necessary or requested, to the seating portion of the vehicle. The boarding assistance shall include opening the vehicle door, fastening the seat belt or utilization of wheelchair securement devices, storage of mobility assistive devices, and closing the vehicle door. In certain paratransit service categories, the driver may also be required to open and close doors to buildings, except in situations in which assistance in opening/closing building doors would not be safe for passengers remaining on the vehicle. Assisted access must be in a dignified manner. Drivers may not assist wheelchair up or down more than one step, unless it can be performed safely as determined by the passenger, guardian, and driver. 3. All vehicles shall be equipped with two-way communications in good working order and be audible to the driver at all times to the base. 4. All vehicles providing service within the coordinated system, shall have working air conditioners and heaters in each vehicle. Vehicles that do not have a working air conditioner or heater will be scheduled for repair or replacement as soon as possible. Rev. 04/02/2012 5 I Comply with other requirements as follows: Transport an escort of a passenger and dependent children as locally negotiated and identified in the local Transportation Disadvantaged Service Plan. Determine locally in the Transportation Disadvantaged Service Plan, the use, responsibility, and cost of child restraint devices. 3. Transport with the passenger at no be carried by the passenger and/or the vehicle. Additional requirements rider property beyond this amen wheelchairs, child seats, stretchers, intravenous devices. additional charge, passenger property that can driver in one trip and can be safely stowed on may be negotiated for carrying and loading nt. Passenger property does not include secured oxygen, personal assistive devices, or 4. Provide shelter, security, and safety of passengers at vehicle transfer points. 5. Post a local or other toll-free number for complaints or grievances inside each vehicle, The local complaint process shall be outlined as a section in the local Transportation Disadvantaged Service Plan including advising the dissatisfied person about the Commission's Ombudsman Program as a step within the process as approved by the local Coordinating Board. 6. Provide out -of -service -area trips, when determined locally and approved by the local Coordinating Board, except in instances where local ordinances prohibit such trips. 7. Keep interior of all vehicles free from dirt, grime, oil, trash, torn upholstery, damaged or broken seats, protruding metal or other objects or materials which could soil items placed in the vehicle or provide discomfort for the passenger. 8. Determine locally by the local Coordinating Board and provide in the local Transportation Disadvantaged Service Plan the billing requirements of the Community Transportation Coordinator. All bills shall be paid to subcontractors within 7 calendar days after receipt of said payment by the Coordinator, in accordance with Section 287.0585, Florida Statutes. 9. Maintain or have access to a passenger/trip database on each rider being transported within the system. 10. Provide each rider and escort, child, or personal care attendant adequate seating for paratransit services. No more passengers than the registered passenger seating capacity shall be scheduled or transported in a vehicle at any time. For transit services provided by transit vehicles, adequate seating or standing space will be provided to each rider and escort, child, or personal care attendant, and no more passengers than the registered passenger seating or standing capacity shall be scheduled or transported in a vehicle at any time. 11. First Aid shall be determined locally and provided in the local Transportation Rev. O410212012 Disadvantaged Service Plan. 12. Cardiopulmonary Resuscitation shall be determined locally and provided in the local Transportation Disadvantaged Service Plan. The Commission Shall: A. Recognize the Coordinator as the entity described in Section 427.011(5), Florida Statutes, and Rule 41-2.002(4), F.A.C. B. Attempt to insure that all entities with transportation disadvantaged funds will purchase transportation disadvantaged services through the Coordinator's system. III. The Coordinator and the Commission Further Agree: A. Nothing in this Agreement shall require the Commission to observe or enforce compliance with any provision thereof, perform any other act or do any other thing in contravention of any applicable state law. If any of the provisions of this Agreement is found by a court of law to violate any applicable state law, the purchasing agency/entity will at once notify the Commission in writing in order that appropriate changes and modifications may be made by the Commission and the Coordinator to the end that the Coordinator may proceed as soon as possible with the provision of transportation services. B. If any part or provision of this Agreement is held invalid, the remainder of this Agreement shall be binding on the parties hereto. C. Termination Conditions: Termination at Will - This Agreement may be terminated by either party upon no less than thirty (30) days notice, without cause. Said notice shall be delivered by certified mail, return receipt required, or in person with proof of delivery. 2. Termination for Breach - Unless the Coordinator's breach is waived by the Commission in writing, the Commission may, by written notice to the Coordinator, terminate this Agreement upon no less than twenty-four (24) hours notice. Said notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. Waiver by the Commission of breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Agreement, and shall not act as a waiver or estoppel to enforcement of any provision of this Agreement. The provisions herein do not limit the Commission's right to remedies at law or to damages. D. This agreement will expire unless an extension is granted to the Coordinator in writing by the Commission, in accordance with Chapter 287, Florida Statutes. E. Renegotiations or Modifications of this Agreement shall only be valid when they have been reduced to writing, duly approved by the Commission, and signed by both parties hereto. Rev, 014/02/2012 Notice and Contact: The name and address of the contract manager for the Commission for this Agreement is: Executive Director, 605 Suwannee Street, MS -49, Tallahassee, FL 32399-0450. The representative/position of the Coordinator responsible for administration of the program under this Agreement is: Michelle Arnold Director Alternative Transportation Modes Department 3299 East Tamiami Trail Suite 103 Naples FL 34112 In the event that either party designates different representatives after execution of this Agreement, notice of the name and address of the new representative will be rendered in writing to the other party and said notification attached to originals of this Agreement. This document has been reviewed in its entirety and approved by the Local Coordinating Board at its official meeting hI Id on MMa12 2013. Coor nating Board Chairperson Donna Fiala WITNESS WHEREOF, the parties hereto have caused these presents to be executed. COMMUNITY TRANSPORTATION COORDINATOR: Collier Co Board of County Commissioners Agency Name Georgia A. Biller, t;sa, Printed Name uthorize Individual Signature: Title: Chairwoman STATE OF FLORIDA, COMMISSION FOR THE TRANSPORTATION DISADVANTAGED: Steven Holmes Printed Name of Authorized Individual Signatu�r c 17 �.. Title.—Executive Director Bev. 04/02/2012 I -I ... irin DeIrn l umnl of I ian,pnilai I,I) Sca t ion S, rG Applica ti on-rFYI!3 Form A -i: Current System Description 1. Please provide a brief general overview of the type organization (i.e., government authority, private non- profit, etc.) including its mission, program goals, and objectives (Maximum 300 words). The Collier County Board of County Commissioners is the governing body for the Public Transportation system in Collier County. The Public Transportation system, Collier Area Transit (CAT) operates under the supervision of the Collier County Division of Public Transit & Neighborhood Enhancement (PTNE) for the Collier County Public Services Department. CAT serves as the public transit provider for Collier County, serving the Naples, Marco Island, and Immokalee areas. It is the mission of CAT to provide safe, accessible, and courteous public transportation services to our customers. z. Please provide information below (Maximum loo words): Organizational structure (attach an organizational chart at the end of this section) Total number of employees in the organization 108 Total number of transportation -related employees in the organization Z Who is responsible for insurance, training, management, and administration of the agency's transportation programs? (Maximum loo words) Collier County is considered a complete brokerage system, contracting all fixed route and paratransit operation services to MV Transportation and Medical Transportation Management (MTM) who is responsible for the day to day operations of the transit system. Page iz of zg [!,,I I, Id I)pnrlmrul nl ITensi vii I tt (i, I— ;o( I on o, t,,t AIIpht od on—IFY18 q. Fully explain your transportation program: • Service hours, planned service, routes and trip types; • Staffing—include plan for training on vehicle equipment such as wheelchair lifts, etc.; • Records maintenance—who, what methods, use of databases, spreadsheets etc.; • Vehicle maintenance—who, what, when and where. Which services are outsourced (e.g., oil changes)? Include a section on how vehicles are maintained without interruptions in service; • A detailed description of service routes and ridership numbers • System safety plan; • Drug-free workplace; and • Data collection methods, including how data was collected to complete Exhibit A -i. If the applicant is a Community Transportation Coordinator (CTC), relevant pages of a Transportation Disadvantaged Service Plan (TDSP) and Annual Operating Report (AOR) containing the above Page i3 of zg Iui i� la lmpa i lmOn f nl IiznepnHation ,o( firm 5 q,) Applir a Gon-FI°YIR information may be provided here. Please do not attach entire documents. Service hours for these routes vary from as early as 3:45 a.m. to as late as 8:20 p.m. The service planned for this grant will provide access to people in non -urbanized areas of Collier County. Funds from this grant will be used to continue operation of fixed route to provide access to people in non -urbanized areas to health care, shopping, education, employment, public services and recreation. Because many of these services are not available in the rural area, most people must travel to the urban areas in order to receive these services. These funds will be used to fund routes that are open to the general public and are not subject to the prioritization process as described in the Transportation Disadvantaged Service Plan (TDSP). All staff is currently trained on the use of vehicles and equipment utilized for the operations of this service. All records are maintained by Collier County staff to ensure compliance with all local, State and Federal requirements. Those employee records maintained by the vendor to verified maintenance of all required licensure and training are inspected by Collier County regularly. All vehicles are maintained by Collier County Fleet Management Division staff specifically assigned to Transit at the CAT Operations center located at 8300 Radio Road. A written safety program has been developed and is maintained by the Contractor which includes safety policies and practices, accident procedures and reporting, and other training materials and documented in the System Safety Program Plan (SSPP) and the System Security Emergency Preparedness Plan (SSEPP). Collier County conducts an annual System Safety review of the Contractor to comply with safety requirements of Chapter 14-90, Florida Administrative Code (FAC). The Contractor's documented safety program includes the following components: •Accident Response Plan •Accident Review Process and Analysis •Determination of an Accident as Preventable or Non -Preventable, Utilizing the National Safety Council (NSC) Guidelines •Employee Retraining Provisions •Driver Incentive Provisions •Programs and Methods to be utilized to Promote Safety Awareness •Employee Training and Required Certifications The Contractor shall participate in tabletop, emergency preparedness training exercise as requested by the County. The contractor is considered essential personnel and shall be available upon request for evacuation and transportation for any emergency events 24/7. The Contractor administers a Drug and Alcohol (D&A) Program which meets all of the Federal and Collier County requirements. In addition, the Contractor requires all subcontractors providing services for the fixed route service to adhere to the testing requirements of this D&A program. CAT performs D&A testing in accordance with United Stated Department of Transportation (US DOT) and Federal Transit Administration (FTA) regulations, as defined in Title 49 Code of Federal Regulations (CFR), Parts 40 and 655. The Contractor produces documentation necessary to establish its compliance with Title 49 CFR, Parts 653 and 654. All County employees that fall under this requirement also go through the above noted testing. Page 14 of 29 ca Baard of County CDlnmissloners COLLIER AREA TRANSIT Puhlic Services Department 7PTNE [AT - General Manager MSTU Vetlllralion/ ! s IT pnalptrativa Sa(¢ly Mano6er 11 yt Ce edina Para Translt(Flxed I Flnm¢lal �-,! [oardlwr rH— �� Iloule Manager I I J fixed Route pJminisVaUve 2 Para Tramlt Paratoo. I 5upervls¢r SRattptlonlsl pnalyst supavbor ich¢Juler _ ___ _ 2Para Transll �m Trnn9l 10 Para Transll eusmn,er Berms¢ 41 FIxadL Raine JValJde& Uus 3 FIxeJ Route jj�a]��. Dlspaleh¢r Op¢rawn Dp¢rnwrs 5u rtMelnlenonee Dls t her �q _ _ _ _ ._. ppn CAT FI wio QepaI I moil to[ I I IoToil;Trhnr Se( lion S33g Appllca Cion—FFY18 Form A-2:Factsheet (The information listed should be specific to the Section 5339funds and not agency wide). IF GRANT IS CURRENTLY AWARDED i. Number of one-way passenger trips.' 209,891 209,891 PER YEAR (Show Calculations) 2. Number of individuals served unduplicated i 209,891 209,891 (first ride per rider per fiscal year)' PER YEAR (Show Calculations) 3. Number of vehicles used for this service. 16 6 ACTUAL 30 y. Number of ambulatory seats. 1 30 AVERAGE PER VEHICLE (Show Calculations) (Total ambulatory seats divided by total number of fleetvehicles) 5. Number of wheelchair positions. 2 2 AVERAGE PER VEHICLE (Show Calculations) (Total wheelchair positions divided by total number of fleet vehicles) 6. Vehicle Miles traveled. 524,969.80 524,969.80 PER YEAR 7. Average vehicle miles 1462.31 1462.31 PER DAY 8. Normal vehicle hours in operation. 57.09 57.09 PER DAY g. Normal number of days in operation. PER WEEK io. Trip length (roundtrip). AVERAGE 6.83 16.83 14.8 14.8 1 One way passenger trip is the unit of service provided each time a passenger enters the vehicle, is transported, then exits the vehicle. Each different destination would constitute a passengertrip z The unduplicated riders are for current year and the subsequent year once the grant is awarded Page 15 of 29 rlo..i "1)cp,r I,11'W nfTi in,poi l ili n .i,f I on ,>3)Appllc+l lon I F Y W Form B: Proposed Project Description i. How will the grant funding improve your agency's transportation service? Provide detail. Will it be used to: • Provide more hours of service? • Expand service to a larger geographic area? • Provide shorter headways? • Provide more trips? Also, highlight the challenges or difficulties that your agency will overcome if awarded these funds. Grant funding would be used to construct a bus related facility as described in the next section. Phis project would not increase service hours, provide additional trips, expand service, or provide shorter headways. Page 3.6 of zg [ kmd.i I W["Wnurnl of Irm'.palI I; 1„11 >0, 11(111 r:,'}o i\ppllc,11011-11Y1F. 2. If a grant award will be used to construct bus related facilities: • specifically explain how it will be used in the context of total service • provide any pertinent documents that may be on record, to make a determination on such things as reasonableness of cost, sufficiency of preliminary engineering and design work completed • provide a full, detailed scope of the project, including but not limited to a project schedule, construction days, method of procurement, etc. The proposed project would consist of sawtooth bays for the buses to pull into off the street; canopy cover for the sheltered transfer of passengers; waiting platform with benches, trash receptacles; vending machines for food and possible fare media; restroom facilities for drivers; and cover for passengers. The site would also be secured with fencing and space to store recovery vehicles and overnight bus storage. An area of the site will be reserved for a food truck. This project aligns with the with CAT's Transportation Development Plan which recommends the upgrade of existing transfer points, Collier Area Transit (CAT) currently uses the parking lot between the Health Department and the David Lawrence Center to pick-up and drop-off passengers in the Immokalee area. The routes using this area consist of Routes 22 and 23 (Immokalee Circulars); Route 19; and Route 28. The parking lot has no seating or covered area for the passengers to use. The lot has speed bumps that are not ideal for bus usage and pose a safety conflict with cars pulling in and out of spaces while the bus drives through. Construction of the project is anticipated to be completed in a single phase. Other site improvements would include grading, installation of stormwater and drainage infrastructure, construction of sidewalks to connect to adjacent facilities, and landscaping. Additional parking spaces will not be needed as this facility is not intended to have staff working there. 3. If this grant application is for a vehicle/equipment: Page 3.7 of 29 1loild'W(pmiina11lol 17a1 "poi l'11 on 'rYi.9 • provide a detailed explanation of the need for the vehicle and provide documentation of the need • describe whether the intent is to replace existing vehicles/equipment or purchase additional vehicles/equipment • describe how vehicles will be maintained without interruptions in service (who, what, where, and when) • describe who will drive the vehicle, the number of drivers, and CDL certifications This grant funding would not be used for any vehicles or additional equipment. Page 3.8 of zg Il()[id, I Dep'I i l IiI,n t o III It is porta li n I Applinifion nYIB 4. If the vehicles and/or equipment are proposed to be used by a lessee or private operator under contract to the applicant, identify the proposed lessee/operator (Include an equitable plan for distribution of vehicles/equipment to lessees and/or private operators). This grant funding would not be used for any vehicles or additional equipment. Page ig of zg Florida Depai ImeYd of Tran5por fa Lion—Section 5339 APPlica[ion -rFYI R Form C: Financial Capacity—Proposed Budget for Transportation Program Estimated Revenues Revenue Amount See instruction Manual Entire Transportation Program Passenger Fares for Transit Service (401) $897,000 &evenuellsea as Special Transit Fares (402) Other (403 — 407) (identify by appropriate code) Total Operating Revenue $897,000 Other Revenue Categories Taxes Levied Directly by the Transit System (40$) Local Cash Grants and Reimbursements (409) $2,338,775 Local Special Fare Assistance (410) State Cash Grants and Reimbursements (411) $1,118,900 $1,118,900 State Special Fare Assistance (412) Federal Cash Grants & Reimbursements (413) $1,777,200 $1,003,000 Interest Income (414) Contributed Services (430) Contributed Cash (431) Subsidy from Other Sectors of Operations (440) Total of Other Revenue $5,234,875 $2,121,900 Grand Total All Revenue $6,131,875 $2,121,900 Page 20 of 29 Florlcla DeIoarhnent of Ti anspoI La[ioll—Sec Lin❑ 5339 Applica Lion—FFYIS $66,800 7Labor(5oi) j$238,663 & Benefits (502) ,812 $26,500 s (503) 7,000 $60,800 Materials and Supplies (soy) $896,800 $251,100 Vehicle Maintenance (504.01) $991,600 $277,600 Utilities (5o5) $60,900 $17,100 Insurance(5o6) $8,600 $2,400 Licenses and Taxes (507) $13,000 $3,600 Purchased Transit Service (508) $3,577,500 $1,001,700 Miscellaneous (5o9) $29,500 $8,300 Leases and Rentals (512) $3,500 $1,000 Depreciation (513) Total Expense $6,131,875 $1,716,900 rces operating STIM Prior Year Current Year FFareRevenue $1,338,500 $1,035,000 eral Funds $2,o67,400 $2,147,100 Nea State Block Grant $918,500 $896,600 Route #11 State Service Dev $0.00 $0.00 Page 21 of 29 I l.n idd Uopai I irir nl nl I oll p,t oiin '' ( llo n ',, 3J iy )I)Iic z Iion f1Yi6 Beach Route Federal FTA 5307 $3.,783,800 $11162,500 $1,4101800 Federal FTA 5307 $419,100 $366,400 $366,400 Rural Page 22 of 29 Florida Depm IjimnI d T1 anspOf it)1ioo-533g Appllcatinn -FFYA Form D -i: Capital Request Forma N/A To identify vehicle type and estimate cost visit http-/ltriosflorida oral All vehicle requests must be supported with a completed sample order form for estimating the vehicle cost. The order form can be obtained from http://www.tripsflorida.org/contracts.htm I i. Select Desired Vehicle (Cutaway, Minibus etc.) i. Choose Vendor (use drop down arrow next to vendor name to see information) 3. Select Order Packet y. Complete Exhibit A (Order Form) The Auto and Light Truck contract can be found at The Florida Department of Management Services (DMS) website *Under Description/Vehicle Type, include the length and type vehicle, lift or ramp, number of seats and wheelchair positions. For example, zi gasoline bus with lift, 12 ambulatory seats, and z wheelchair positions. Any bus options that are part of purchasing the bus itself should be part of the vehicle request and NOT separated out under equipment. Replacement Vehicles (R) If the capital request includes replacement vehicles. Please list the vehicles in your current fleet that you are 3 Applicants must use this form. Page 23 of zg Florida Dept I meal of TraospoI to l ioo-SK 11011 5339 ApplicdJon -FFV IS Equipment Request If item requested is after -market, it is recommended to gather and retain at least two estimates for the P,irrhacaa mutt he aooroved at the local level and follow the Procurement Guidelines. * List the number of items and provide a brief description (i.e. two-way radio or stereo radio, computer hardware/software, etc.) $ + $ = $ Vehicle Subtotal Plus Equipment Subtotal Equals Total Cost $ * =o.8] = $ Multiplied Federal Request Total Cost by 8096 Equals Form 424, Block 18 (a) Page 24 of zg FInciria Deportment of Tiam;purta[lon—Section 5339Applira Aon—FFYrt7 Form 424: Application for Federal Assistance Attach the completed Form 424 here. You may insert the completed form as a PDF or print and attach the form to your final application document. Page 25 of 29 OMB Number: 4040-0004 Expiration Date: 10/3112019 Application for Federal Assistance SF -424 ' 1. Type of Submission: Preapplicalion ® Application ChangedlCorrected Application " 2. Type of Application: ' If Revision, select appropriate leller(s): ® New Conlinualion ' Other(Spedfy): E] Revision ' 3. Dale Received: 4. Applicant Identifier: So. Federal Entity Identifier: Sb, Federal Award Identifier: State Use Only: B. Dale Received by Slate: 7. Slate Application Identifier. 1001 8. APPLICANT INFORMATION: "a. Legal Name: Collier County Board of County Conmriss.ioners • b. Employer7razpayer Identification Number (EINITIN): -c. Organizational DUNS: 10769977900000 59-6000558 d. Address: •8lreeti: 3299 Tamiami Trail east SIme12: Suite 103 ' City: CounlylPadsh: Naples •Stale: FL: Florida Province: "Country: DSA: UNITED STATES • Zip / Postal Code: 134112-5746 e. Organizational Unit: Department Name: Division Name: f. Name and contact Information of person to be contacted on matters Involving this application: Prefix: Mr ' First Name: Joshua Middle Name: • Last Name: Thomas Suffix: Title: Grants Support Specialist Organizational Affiliation: ' Telephone Number: 239-252-0989 Fax Number. *Email: JosbuaThomas@colliergov.net Application for Federal Assistance SF-424 `0. Type of Applicant 1: Select Applicant Type: B- County GovorMent Type of Applicant 2: Select Applicant Type: Type of Applicant 3: Select Applicant Type: 'Other (specify): ` 10. Name of Federal Agency: Federal Transit Administration 11. Catalog of Federal Domestic Assistance Number: 20,526 CFDA Title: Bus and Bus Facilities Formula Program ` 12. Funding Opportunity Number: 'Title. 13. Competition Identification Number: Tine: 14. Areas Affected by Project (Cities, Counties, States, etc.): Areas Af Ceoted.docx Add Allnchnir�ul Delete Attachment View Attachment * 10. Descriptive Title of Applicant's Project Capital Assistance for Che design of a superstop in the Immokalee Community Attach supporting documents as specified In agency instructions. Add Rltachmenls Uirl. nu: u.hiimnp. lfwa�nu, n-6:,irnr. Application for Federal Assistance SF-424 16. Congressional Districts Of: `a. Applicant 19x25 "b. Program/Project Attach an additional list of Program/Project Congressional Districts If needed. Add Allauhmenl Du64aAun,an,url,1 �m ",Iw,��.h�u�,d 17. Proposed Project: " a. Start Dale: 10/01/2018 ' b. End Data: 09/30/2019 16. Estimated Funding 151 • a. Federal 900, 000.00 `b. Applicant-� ' c. Slate 120, 000.00 'd. Local " e. Other ' 1. Program Income 'g. TOTAL 600,000.00 • 19. Is Application Subject to Review By Stale Under Executive Order 12372 Process? 0 a. This application was made available to the Slate under the Executive Order 12372 Process for review on F1 b. Program Is subject to E.O. 12372 but has not been selected by the Slate for review. ® c. Program is not covered by E.O. 12372. " 20. Is the Applicant Delinquent On Any Federal Debt? (If "Yes;' provide explanation In attachment.) ❑ Yes M No If "Yes", provide explanation and attach Ildtl Ail:u.lnm•ul Lhdrlc Ailacimn•nl vl�r,.+Alln,.hninnl 21. "By signing this application, I certify (1) to the statements contained In the list of certifications-' and (2) that the statements herein are true, complete and accurate to the best of my knowledge.) also provide the required assurances" and agree to comply with any resulting terms if I accept an award. I am aware that any false, fictitious, or fraudulent statements or claims may subject me to criminal, civil, or administrative penalties. (U.S. Code, Title 21 B, Section 1001) N " I AGREE •" The list of codifications and assurances, or an Internet site where you may obtain this list. is contained In the announcement of agency specific Instructions. Authorized Representative: Prefix: ' First Name: Penny Middle Name: ' Last Name: Tayloz Suffilm "Title: chairman `Telephone Number. 239-257.-U604 Fax Number: `Email: Penny'Tayl.et@colliargov.net ` Signature of Authorized Representative: " Date Signed: 1 l 1 -- Approved as to form and legality Assistant County Attorney �%\�\ Form Da: Current Vehicle and Transportation Equipment Inventory Form NIA Vehicle Irn,.Oary p Shaw NOTmnlminumb-ORVIN if baughlwXhgranMr,hmOT Irboughtth,oughoNerluntln%listthemmplete VIN. 5ldoot Na grant or other fundogsourzeuzed for purchasing the whidw,ulpment. Page A ofng include computer hardware and software, copin, prime, mobile nandioe,communicatron welfare, et, FNOT Contra 4 Agen ry C untrol9 Item Description Model 11 Year Purchased Ewpeeted Odnated?(YeslNo) If yes, when Funding source° Retirement Date was the equipment donated to youragency? 5mentite me grey rude, funding:omr. used for purd-iny the vehicid guipmens. Page a, of a, I buid.l nl Il 11 11.Innlall4ni—,�{q Al�hlii vd in n—r�l'iP PART III - OTHER REQUIRED DOCUMENTS Exhibit I: Leasing MEMORANDUM for FTA 5339 Date: December 3.2 2017 From: Penny Taylor Chairman (Typed name and title) (Signature) Collier County Board of County Commissioners (Typed or printed agency name) To: Florida Department of Transportation, District Office Modal Development Office / Public Transit Subject: YEAR 2017 GRANT APPLICATION TO THE FEDERAL TRANSIT ADMINISTRATION, CAPITAL GRANTS FOR NON URBANIZED AREAS PROGRAM, 49 UNITED STATES CODE SECTION 5339 Leasing Will the Collier County Board of County Commissioners (Name of applicant agency), as applicant to the Federal Transit Administration Section 5339 Program, lease the proposed vehicle(s) (or any other equipment that may be awarded to the Applicant) to a third -party? ❑Yes ❑x No If yes, specify to whom: NOTE: It is the responsibility of the applicant agency to ensure District approval of all lease agreements. Approved as to form and legality Assistant County Atto\\e�a\`^ Page 28 of 29 FDOTT Florida Department of Transportation RICK SCOTT 801 North Broadway Avenue MIKE, DEW GOVERNOR Bartow, Florida 33830 SECRETARY November 14, 2017 Collier County Board of County Commissioners Ms. Michelle Arnold 3299 East Tamiami Trail, Suite 103 Naples, FL 34112 Re: Title VI Plan Dear Ms. Arnold: The Florida Department of Transportation, District One concurs with the Title VI Plan for Collier County Board of County Commissioners as required for all Federal Transit Administration recipients as per the PTA Circular C4702. LB. This concurrence means that Collier County Board of County Commissioners meets the requirements as set out in the Circular and may receive grant funds. Please continue to follow the requirements set forth in the stated Circular. Should you have any questions, please contact Pamela Barr via e-mail at Pamela.barr@dot.state.fl.us or by phone at 239-225-1972. Sincerely, Pamela Barr Transit Projects Coordinator Cc: Matthew Liveringhouse, Collier Area Transti Michelle S. Peronto, District Transit Programs Administrator, FDOT www.dot.state.11.us Comfier Count y Public Services Department Public Transit & Neighborhood Enhancement Division December 29, 2017 Southwest Florida RPC Nichole Gwinnett IC& R Coordinator 1926 Victoria Avenue Fort Myers, FL 33901 RE: Transmittal of FY 18 Federal Transit Administration (FTA) 5339 Grant Application for Intergovernmental Coordination and Review, (IC&R) Dear Ms. Gwinnett: Collier County Board of County Commissioners is submitting this new application to the Florida Department of Transportation for Section FTA 5339 program. Please review this grant application and send a copy of the response letter to: Jared Delong, Transit Projects Coordinator Florida Department of Transportation, District I Modal Development Office/Public Transit. 801 North Broadway Avenue Bartow, Florida 33830 This Application is submitted on this 291h day of December 2017. Thank you for your assistance in this matter. All appropriate signatures on these documents will be obtained and will be forwarded to you immediately after. Sincerely, Michelle E. Arnold Director, Public Transit & Neighborhood Enhancement Collier Area Transit PuhhcTransit & Neghbortrood Enhancement • 3299 Tamiami Trail E., Suite 103 • Naples, Florida 34112-5746 .239-252-5840 • FAX 239-252-6628 • www colliergov net INFORMATION REQUIREDTO INITIATE NEPA A CHECKLIST For FTA to determine the extent of environmental analysis required for a proposed project, we must have a clear idea of what it may do to the environment. This includes the natural environment (soil, water, air, flora/fauna) and the human environment (socioeconomics, land use, traffic, etc.). Additionally, FTA must determine whether any Federal funding is sought (now or in the future) for the proposal and if FTA is required to make a decision or approval (e.g., approval for incidental use of property). INFORMATION REQUIRED ❑ Sources of federal, state, and local funds and transit nexus ❑ Description of existing property with a clear map showing the Area of Potential Effect (APE) ❑ Street address or coordinates ❑ Photos of property, any buildings on property and the surrounding area directly adjacent to the project site. ❑ Photos of surrounding buildings visible from property ❑ Description of complete project with site plan. Be specific for each action of the project. QUESTIONS to be ADDRESSED Is the project o Federal Action eligible for FTA funding? What are the Existing conditions? Clewed land? Forested laid? Any water? Urban area? Rural area?Suburban neighborhood? Gently rolling, flat or hilly land? Modern visual intrusions in the area, such as cell towers, modern buildings, etc.? Are there possible environmental areas of concern at the site at, in its surroundings? Any (mown hazards? Existing buildings contain lead paint/asbestos? Slonding water on site? Industrial site? Industrial riles within a block of the project site? In a historic district? What are the characteristics of the natural environment of the property? Provide photos of the land in all directions and of any buildings at structures on the land. Might any of the buildings be historic?Arethe buildings in use? Are the buildings safe? Who/what industry occupies the building? Are there any nearby buildings that may be historic? Any new construction visible from the project site? Number of stories of the buildings sat rounding the project site. Whurphysical changes will be made to the existing site? Any digging orotherground disturbing activities such as clewing and grubbing? Will a building be constructed? Will an existing building be renovated or rehabilitated? Will parking be added or subtracted? Any changes to the traffic amount or flow due to the project? Provide any renderings that are available of the existing projectsite and the planned work. Be specific about actions, such us replacement of windows/doors, new construction, etc. ❑ List of actions required upon existing property to achieve complete project (e.g., clear acres of wooded land, demolish building, culvert and cover creek, etc.) Are there physical changes that are not obvious in the site plan? (e.g., excavation for a basement, fuel storage) Has thorough planning for the proposed project ❑ Logical termini, alignment, mode, and technology (if occurred? (3 out of 4 are typically enough to begin a linear project). NEPA.) Any feasibility or environmental studies been completed?Ifso, please attach to the checklist document. F! List of any public involvement done for the project, Has the community affected by the project been to date, if any informed? If so, when was the community engaged/informed? Is there any potential controversy? Are there any local organizations thatshould be informed? The more information FTA knows about a project, the more accurate we can be in assigning the most appropriate level of environmental analysis. Updated3/16/2017 PROPOSED IMMOKALEE SUPERSTOP AND TRANSFER STATION Sources of federal, state, and local funds and transit nexus: Federal funding from the Federal Transit Administration is being proposed for use to fund this project. Section 5307 funding is allocated to fund the design and complete any environmental assessment that may be required for this project. Section 5339 and Section 5339 funding will be allocated to fund the construction of the project. This project is in the planning phase and a portion of FY17 Section 5307 funding is identified for design. The FY17 5307 and 5339 applications are currently in progress. Description of existing property: The proposed project site in the Immokalee Community is on a vacant parcel owned by Collier County. The vacant parcel is a portion of an overall parcel that accommodates a building for the State of Florida Health Department; a satellite facility for the David Lawrence Mental Health Services; and the Immokalee Branch Library. The proposed project site is a grassed field adjacent to a green wooded area with an asphalt/concrete driveway providing vehicular access to the Health Department and a maintenance shed. The property is approximately 1.7 acres in size and is zoned Residential Single Family -3 with a conditional use providing for governmental facilities. The Zoning on the subject property may have to be rezoned to provide for the Transfer use, but staff is evaluating the need for that action. Street address: The subject property does not currently have a physical address, but an address will be assigned once a permit is issued for the proposed facility. The Parcel ID is 00127120009 and is located adjacent to 419 N Vt ST Immokalee, FL 34142. Photos of property: Looking South to undeveloped property Looking South from Immokalee Road Looking North to undeveloped property Photos of building on property There are no buildings on the proposed project site. View from Southern Boundary of property Photos of surrounding buildings visible from property I N Looking Towards Immokalee Library Looking torwards High School Football Field Rear of Health Department Building Description of complete project with site plan Collier Area Transit (CAT) currently uses the parking lot between the Health Department and the David Lawrence Center to pick-up and drop-off passengers in the Immokalee area. The routes using this area consist of Routes 22 and 23 (Immokalee Circulars); Route 19; and Route 28. The parking lot has no seating or covered area for the passengers to use. The lot has speed bumps that are not ideal for bus usage and pose a safety conflict with cars pulling in and out of spaces while the bus drives through. The proposed project would consist of sawtooth bays for the buses to pull into off the street; canopy cover for the sheltered transfer of passengers; waiting platform with benches, trash receptacles; vending machines for food and possible fare media; restroom facilities for drivers; and cover for passengers. The site would also be secured with fencing and space to store recovery vehicles and overnight bus storage. An area of the site will be reserved for a food truck. Construction of the project is anticipated to be completed in a single phase. Other site improvements would include grading, installation of stormwater and drainage infrastructure, construction of sidewalks to connect to adjacent facilites, and landscaping. Additional parking spaces will not be needed as this facility is not intended to have staff working there. Actions required upon existing property to achieve complete project Other than what was described above, there would not any other physical changes required for the site to facilitate construction. • Site grading; • Installation of stormwater and drainage infrastructure; • Construction of sidewalks to connect to adjacent facilites; and • Landscaping the site. Logical, terminal, alignment, mode, and technology Collier County is in the process of completing all the necessary Planning actions that may be necessary for the completion of this project, including determining applicable NEPA requirements. Design has not yet been initiated for this project. Public Involvement done to date No formal public involvement meetings have been conducted to date. If additonal planning approvals are required, public participation meetings will be conducted as part of the planning process. Once the design is completed, additional public meetings will be conducted to solicit feedback. It is not anticipated that this item will be controversial. Provide height of existing and any proposed facilities All structures built will be single story. The restroom will be the only enclosed structure and will meet the height requirements for the zoning district. The bus bay canopy will be of sufficient height to accommodate full sized fixed route buses. I- I III 40' LlP - -Li r �a Lake Trafford RD II jr I I I III W Main STI E Main ST Immokalee cat.,ou ira onto runwsrr Proposed Immokalee Transfer Point r M 1�lw\ 4, oil AV Immokalee DR 0 .. Y _J it 1 h's Pfj. it P •a. r; r~ I r >• - Legend Project Site Roberts AVE W r 0 50100 200 300 400 "Ilk.�� s Feet i N A Collier Comity Property /Appraiser Maps I Introduction ,0 Search for Parcels by P Search Results Pafcal lo: W12712eeW Name: COLLIER ONTY Stmeld & Name: 419 N IST ST BueeN/Nnlm: 113/ J Layers -0 Legend 4 Print Collier County Property Appraiser dl. 4• .•, I��-mat ;�i�,::�a�. 6e9el Pbm narnr. '.'u111-mg161N1.29111[FTI-2o1e12ril-2maJ1111 Page I of I Aerial Year: 2017 v Sales Year: OFF v littp://maps.collierapl) aiser.com/map.aspx?sid=771040921&cepavei-1707221124&msiz... 10/17/2017 I k'i Ida DcjotI lwwof I an;poi 1,11 on le( ii on S{'),vpph' a l ion FfYiR 5339 Grant Application Revised on 15 September 2017 Revised by: Jarrell Smith, 5310 Coordinator FDOT Public Transit Office 605 Suwannee Street (MS 26) Tallahassee, Florida 32399-0450 Work Phone: 850-414-4045Finail: jarrell.smith@dot.state.fl.us Page 29 of 29