Loading...
Agenda 07/08/2014 Item #16D 57/8/2014 16.D.5. EXECUTIVE SUMMARY Recommendation to approve an "after the fact" submittal of the attached proposed project proposal to the Florida Department of Transportation for the Federal Transit Administration Section 5310 grant program for a total funding request of $482,480, accept the revised grant award in the same amount, authorize necessary budget amendments and approve the purchase of five paratransit vehicles using those funds. OBJECTIVE: To leverage federal and state grant funds to purchase five replacement paratransit vehicles. CONSIDERATIONS: One May 13, 2014, the Board approved (Agenda item 16D1) accepting a Federal Transit Administration Section 5310 grant award for the purchase of four vehicles. On May 28, 2014, the Florida Department of Transportation (FDOT) informed Collier County Alternative Transportation Modes (ATM) staff that additional funding was available. In addition, the Florida Vehicle Procurement Program (FVPP) contracts were expanded to include vehicle choices from the manufacturer Glaval, which were not available at the time of original application. Collier County's Fleet Management Department has recommended Glaval versus Turtletop vehicles due to the historical reliability of the engine /transmission combination. The additional funding will allow Collier County to purchase five (Glaval) vehicles instead of four (Turtletops) vehicles requested on the original application. FDOT required that ATM submit a revised application. The additional funding to purchase five vehicles will require less county funds as illustrated below: Type of Funding 4 — Turtletop Vehicles Original Award 5 — Glaval Vehicles Revised Award Federal $294,172 $385,984 State $36,771 $48,248 Local Match $36,772 $48,248 Additional Local $33,245 $10,395 Total $400,960 $492,875 Total Local Funds $70,017 $58,643 The paratransit vehicles will be purchased through the FVPP, a State of Florida contract. The FVPP contract was authorized for use by Board action on November 12, 2013 (Agenda item 16E11); this Board action authorized the County Manager to use State of Florida Contracts, Agreements and Price Lists for the efficient purchase of goods and services for the delivery of public services. The total cost for the vehicles will be $492,875. FDOT will provide $434,232 of grant funding directly to the contractor. Collier County will be responsible for the required 10% grant match ($48,248) and the additional funding ($10,395) needed to complete the purchase. Collier County CMA #5330 authorizes the County Manager to approve the submittal of grant applications with subsequent Board of County Commissioners action at the next available Board meeting to ratify the approval as "after -the- fact." The County Manager approved the submittal of the application on June 16, 2014. FISCAL IMPACT: For the original FTA 5310 award from FDOT, the Board previously authorized budget amendments to recognize funding in Transportation Disadvantaged (TD) Grant Match Fund (429), Project 33333. The sources of funds were vehicle proceeds and TD reserves. Given the changes in award Packet Page -1422- 7/8/2014 16.D.5. funding and vehicle manufacturer, a budget amendment in the amount of $11,476 is now required to recognize the additional 10% local match requirement in TD Match Fund (429), Project 33333. The source of the funding is TD Fund (427) Reserves. A budget amendment is also required to return $22,850 of excess funds from TD Fund (427), Project 33333 to TD Fund (427) Reserves for the decrease in additional non required match funding. TD is supported locally through an annual General Fund (001) transfer. The net return to TD Fund (427) Reserves is $11,374.00. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. —SRT GROWTH MANAGEMENT IMPACT: Transit capital and operations supports goals and objectives of the Transportation Element of the Growth Management Plan. RECOMMENDATION: That the Board of County Commissioners approves, after the fact, the submission of the attached Federal Transit Administration Section 5310 revised application, accepts the grant award and authorizes the necessary budget amendments to use local funds for the required snatch for the purchase of five paratransit vehicles from the Florida Vehicle Procurement Program. Prepared by: Trinity Scott, Public Transit Manager Packet Page -1423- May 13, 2014 Additional Budget Budget From To Amendment Amendment Result Transit Grant Local Match Match Fund (Auction Auction (429), Project Proceeds ) Proceeds 33333 $32.213.50 $0.00 $32,213.50 Transit Grant TD Fund Match Fund (427) (429), Project Local Match Reserves 33333 $4,558.50 $11,476.00 $16,034.50 TD Fund Additional (427) TD Fund 427, Local Reserves Project 33333 $33,245.00 $ (22,850.00) $10,395.00 The net return to TD Fund (427) Reserves is $11,374.00. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. —SRT GROWTH MANAGEMENT IMPACT: Transit capital and operations supports goals and objectives of the Transportation Element of the Growth Management Plan. RECOMMENDATION: That the Board of County Commissioners approves, after the fact, the submission of the attached Federal Transit Administration Section 5310 revised application, accepts the grant award and authorizes the necessary budget amendments to use local funds for the required snatch for the purchase of five paratransit vehicles from the Florida Vehicle Procurement Program. Prepared by: Trinity Scott, Public Transit Manager Packet Page -1423- 7/8/2014 16.D.5. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.D.16.D.5. Item Summary: Recommendation to approve an "after the fact" submittal of the attached proposed project proposal to the Florida Department of Transportation for the Federal Transit Administration Section 5310 grant program for a total funding request of $482,480 to purchase five paratransit vehicles, accept the revised grant award in the same amount of $482,480, authorize necessary budget amendments. Meeting Date: 7/8/2014 Prepared By Name: ScottTrinity Title: Manager - Public Transit, Alternative Transportation Modes 6/17/2014 9:54:12 AM Submitted by Title: Manager - Public Transit, Alternative Transportation Modes Name: ScottTrinity 6/17/2014 9:54:13 AM Approved By Name: BrilhartBrenda Title: Procurement Specialist, Purchasing & General Services Date: 6/17/2014 2:49:16 PM Name: ArnoldMichelle Title: Director - Alt Transportation Modes, Alternative Transportation Modes Date: 6/18/2014 5:17:13 PM Name: WardKelsey Title: Manager - Procurement, Purchasing & General Services Date: 6/19/2014 8:59:57 AM Name: JohnsonScott Title: Manager - Procurement, Purchasing & General Services Packet Page -1424- 7/8/2014 16.D.5. Date: 6/20/2014 12:25:39 PM Name: MarkiewiczJoanne Title: Director - Purchasing /General Services, Purchasing & General Services Date: 6/20/2014 3:10:41 PM Name: SotoCaroline Title: Management/Budget Analyst, GMD Construction & Maintenance Admin Date: 6/24/2014 9:12:14 AM Name: AlonsoFlailey Title: Operations Analyst, Public Services Division Date: 6/26/2014 2:37:11 PM Name: TownsendAmanda Title: Director - Operations Support, Public Services Division Date: 6/26/2014 4:01:47 PM Name: OberrathKaren Title: Accountant, Senior, Grants Management Office Date: 6/27/2014 8:10:08 AM Name: CarnellSteve Title: Administrator - Public Services, Public Services Division Date: 6/27/2014 11:46:15 AM Name: TeachScott Title: Deputy County Attorney, County Attorney Date: 6/29/2014 2:56:52 PM Name: KlatzkowJeff Title: County Attorney, Date: 6/30/2014 10:24:22 AM Name: StanleyTherese Title: Management/Budget Analyst, Senior, Grants Management Office Date: 6/30/2014 11:15:42 AM Name: FinnEd Title: Management/Budget Analyst, Senior, Transportation Engineering & Construction Management Date: 6/30/2014 2:46:02 PM Name: OchsLeo Title: County Manager, County Managers Office Packet Page -1425- Date: 7/1/2014 2:50:00 PM Packet Page -1426- 7/8/2014 16.D.5. TO: Leo Ochs, County Manager CC: Michelle Arnold, ATM Director FROM: Joshua Thomas, Grants Support Specialist 7/8/2014 16.D.5. Grant Application Reviewed and Approved by County Ma er, or designee: 44ager County I K4m G date After - the -Fact Approval by the BCC is required at the July 8, 2014 BCC meeting SUBJECT: County Manager review and approval of a revision of an FY13 -14 Section 5310 grant application sponsored by the Florida Department of Transportation in the amount of $434,232. June 1. 1, 2014 On May 28, 2014, the Florida Department of Transportation (FDOT) informed the Collier County Alternative Transportation Modes (ATM) Department that additional FYI' -14 Section 5310 funding was available. In addition, the FVPP (Florida Vehicle Procurement Program) contracts were expanded to include vehicle choices from the manufacturer Glaval - not available at the time of original application. Collier County's Fleet Management Department has recommended a Glaval versus Turtletop vehicle due to the historical reliability of the engine /transmission combination. The additional funding will allow Collier County to purchase five vehicles (Glaval) instead of four vehicles (Turtletop) requested on the original application. FDOT requires that ATM submit a revised application and submit it as soon as possible. The additional funding to purchase five vehicles will require less county funds than originally anticipated. Originally, Collier County would have been responsible for $69,957 in local funding. Under the revised application, the County would be responsible for $58,643 generating a savings of $11,314. Type of Funding 4 — Turtletop Vehicles 5 — Glaval Vehicles Federal $294,172 $385,984 State $36,711 $48,248 Local Match $36,712 $48,248 Additional Local $33,245 $10,395 Total $400,960 $492,875 Total Local Funds $69,957 $58,643 3299 Tamiam Trail Fasi, Suite 2q# • (aoias, Florida 34# #2 5740 205 252 -0973 • FAX 239- 252 -Sc28 Packet Page -1427- 7/8/2014 16.D.5. The BCC approved the original application submittal at the May 13, 2014 BCC meeting. Due to the short turn around to submit a revised application, we are requesting that you approve the submittal of the revised application followed by after the fact approval by the Board of County Commissioners at the July 8, 2014 BCC meeting. Once you have reviewed the application, please sign in the box above as well as the areas in the application marked with red sticky tabs and call me for pickup at 239 -252 -8989. Thank you and please let me know if you have any questions regarding this request. Packet Page -1428- APPLICATION FOR FEDERAL ASSISTANCE 7/8/2014 16.D.5. Version 7 /03 1. TYPE OF SUBMISSION: Application — place an x in the box Pre - application — place an x in the box [ ] construction [ ] construction J non - construction ] non - construction 2. DATE SUBMITTED June 12, 2014 Applicant Identifier 3. DATE RECEIVED BY STATE State Application Identifier 4. DATE RECEIVED BY FEDERAL AGENCY Federal Identifier 5. APPLICANT INFORMATION Legal Name: Collier County Board of County Commissioners Organizational Unit: Department: Alternative Transportation Modes Organizational DUNS: 076997790 Division: Public Services Address: 3299 E. Tamiami Trl #103 Name and telephone number of person to be contacted on matters involving this application (give area code) Street: Prefix: First Name: Michelle City: Naples Middle Name: Edwards _ County: Collier _ Last Name: Arnold State: Florida Zip Code 34112 Suffix: Country: USA Email: michellearnold @colliergov.net 6. EMPLOYER IDENTIFICATION NUMBER (EIN): Phone Number (give area code) (Replace these boxes with numerals) 239 - 252 -5841 59-6000558 Fax Number (give area code) 239 -252 -6628 8. TYPE OF APPLICATION: 7. TYPE OF APPLICANT: (See back of form for Application Types) J New ❑ Continuation LRevision County If Revision, enter appropriate letter(s) in box(es) ❑ ❑ (See back of form for description of letters.) Other (specify) Other (specify) 10. CATALOG OF FEDERAL DOMESTIC ASSISTANCE 9. NAME OF FEDERAL AGENCY: NUMBER: (Replace these boxes with numerals) Federal Transit Administration 20 -513 TITLE (Name of Program): 11. DESCRIPTIVE TITLE OF APPLICANT'S PROJECT: 12. AREAS AFFECTED BY PROJECT (Cities, Counties, States, Capital Assistance to replace paratransit vehicles that have outlived etc.): Community of Immokalee, Naples, Marco Island, Everglades their useful life. City, Collier County 13. PROPOSED PROJECT 14. CONGRESSIONAL DISTRICTS OF: Start Date: 7/1/14 Ending a. Applicant b. Project Date: 6/30115 15. ESTIMATED FUNDING: 16. IS APPLICATION SUBJECT TO REVIEW BY STATE EXECUTIVE ORDER 12372 PROCESS? a. Federal $ 394,300 .00 a. Yes. ❑ THIS PREAPPLICATION /APPLICATION WAS MADE AVAILABLE TO THE STATE EXECUTIVE ORDER 12372 PROCESS FOR REVIEW ON: b. Applicant $ 49,287 .50 DATE: c. State $ 49,287 .50 b. No. ❑ PROGRAM IS NOT COVERED BY E. O. 12372. d. Local $ ❑ PROGRAM HAS NOT BEEN SELECTED BY STATE FOR REVIEW e. Other $ 17. IS THE APPLICANT DELINQUENT ON ANY FEDERAL DEBT? f. Program Income $ ❑ Yes. If "Yes" attach an explanation. JCi No g. TOTAL $ 498,875 U0 T 18. TO THE BEST OF MY KNOWLEDGE AND BELIEF, ALL DATA IN THIS APPLICATION /PREAPPLICATION ARE TRUE AND CORRECT. THE DOCUMENT HAS BEEN DULY AUTHORIZED BY THE GOVERNING BODY OF THE APPLICANT AND THE APPLICANT WILL COMPLY WITH THE ATTACHED ASSURANCES IF THE ASSISTANCE IS AWARDED. a. Authorized Representative Prefix: Mr. First Name: Leo Middle Name: E. Last Name: Ochs Suffix: Jr. b. Title: County Manager c. Telephone Number.(give area code) 239 - 252 -8383 d. Sign a of."thow'izeki, pr e. Date Signed: vrevious�izatuon usable. Authori�etl or Local Reproduction. Standard Foi4n 424XRev.9 -2003) tf Prescribed by OMB Circular A -102 Packet Page -1429- 7/8/2014 16.D.5. CAPITAL REQUEST FORM VEHICLE REQUEST GMIS Code R or Number Description (b) (c) Estimated (This column E requested Cost for FDOT use (a) ONLY) 11. R 5 standard cutaway 23" Vehicle with 14 $492,875 — — foldaway seats 11. 11. 11. 11. $492,875 Sub -total EQUIPMENT REQUEST (c) I1. l 1. 11. 11. . Sub -total $ (a) Replacement (R) or Expansion (E). (b) Provide a brief description including the length and type vehicle, type of fuel, lift or ramp, number of seats and wheelchair positions. Do not show the Make. For example, 22' gasoline bus with lift, 12 amb. seats, 2 w/c positions (due to the higher cost of diesel vehicles the applicant shall be required to pay the difference in cost over that of a gasoline vehicle). (c) Show mobile radios and identify the type of radio (i.e. two way radio or stereo radio), computer hardware /software, etc. under "Equipment Request." VEHICLE SUBTOTAL $ 492.875 + EQUIPMENT SUBTOTALS 0.00 = $ 492.875 W. (x) X 80% = $ 394.300.00 [Show this amount on Form 424 in block 15(a)] Packet Page -1430- 7/8/2014 16.D.5. COLLIER COUNTY /COLLIER AREA TRANSIT 2013 5310 GRANT Application EXHIBIT B: Proposed Project Description: The Collier County Board of County Commissioners is requesting FTA Section 5310 funds in the amount of $394,300.00 (80 %). State match funds in the amount of $49,287.50 (10 %) will also be requested. This will be matched with local funds in the amount of $49,287.50 (10 %). Funds from this grant will be used to purchase replacement vehicles to continue the existing level of service. The vehicles scheduled for replacement have exceeded their useful life and must be replaced if normal service is to continue. These and other vehicles will be used to provide paratransit transportation services throughout the county. Section 5310 funding for these vehicles is essential if service is to continue. Collier County currently provides about $2 million dollars* each year from local funds to provide paratransit services. The current fleet of vehicles has exceeded its life expectancy and is inadequate due to their age and condition. Having an elder fleet reduces vehicle reliability and passenger safety and it requires higher maintenance, therefore increasing the operating cost. Collier Area Transit (CAT), as many other transit agencies across the nation, is facing tough financial times and local funds contribution is stagnate. Should the State not approve this grant, CAT may be forced to use some of the local operating funds to purchase replacement vehicles; therefore being forced to cut trips. Without 5310 funds for vehicle replacement Collier County will be forced to implement the trip prioritization of Transportation Disadvantaged as allowed by the State of Florida Comnussion for the Transportation Disadvantaged. In this situation, trips would be reduced /denied and many passengers would not have access to medical, work, recreational, and other life sustaining transportation. It is critical that Collier Area Transit receives these 5310 funds for vehicle replacement in order to be able to continue offering safe and reliable transportation. Collier Area Transit's paratransit provides ADA, and Transportation Disadvantaged, as well as agency funded paratransit trips for the at -risk population of Collier County, including those with disabilities, low income, and elderly. A Budget is provided elsewhere in the grant application as well as a list of equipment inventory. `Unaudited figure for fiscal year 2011 a Packet Page -1431- ORDER FORM — PAGE ONE CONTRACT #TRIPS-1 I -CA-GB GLAVAL CUTAWAY TRANSIT VEHICLES GETAWAY BUS, INC. AGENCY NAME Collier Area Transit DATE: PURCHASE ORDER NUMBER: CONTACT: Yousi Cardeso, 239 - 252 -5886, yousicardeso@colliergov.net March 10, 2014 7/8/2014 16.D.5. 6/19/2014 Item Unit Cost Quantity Total Cost Base Vehicle Type Ford 11500 GVWR 21'5.4 Gas $56,886 Ford 11500 GVWR 21' 6.8 V10 Gas $57,466 Chevrolet SPT 12300 GVWR 21'5.0 Gas $59,990 5 22' Option add $300 Chevrolet TTN 12300 GVWR 22'6.0 Gas $59,109 23' Option add $425 Ford 12500 GVWR 22'5.4 Gas $58,156 23' Option add $525 Chevrolet 14200 GVWR 22'6.0 Gas $60,560 23' Option add $425 S425 24' Option add $850 so 25'Option add $1,900 so Ford 14500 GVWR 22'6.8 V10 Gas $59,403 so 23' Option add $525 so 24'Option add $1,050 Sol 25'Option add $1,575 so Ford 16500 GVWR 266.8 V10 Gas $73,062 26' Option add $150 27' Option add $5,517 Ford 18000 GVWR 25'6.8 V10 Gas $74,025 26' Option add $150 27' Option add $5,517 28' Option add $5,667 29' Option add $5,817 Ford 19500 GVWR 25'6.8 V10 Gas $75,534 so 26' Option add $150 50 27' Option add $5,517 so 28' Option add $5,667 29' Option add $5,817 so Freightliner 26000 GVWR 30' 6.7 ISB Diesel $117,111 31' Option add $250 so 32' Option add $500 so 33' Option add $750 34' Option add $2,035 so 35' Option add $2,285 36' Option add $2,535 so 37' Option add $2,785 38' Option add $3,035 40' Option add $3,285 PAGE ONE SUB -TOTAL --- - -- A $60,985 Packet Pape -1432- 7/8/2014 16.D.5. NOTICE OF FTA SECTION 5310 GRANT AWARD/ FL-16-0038, FY 2013/14 Based on the Agency's Application for Federal Assistance under U.S.C. Section 5310 dated January 11, 2013, and the revised Application dated June 11, 2014 on file at the Florida Department of Transportation, District One, P. 0. Box 1249, Bartow, Florida 33831 -1249 offices, the Department hereby makes the following grant award under the Section 5310 Program to: Collier County Board of County Commissioners — Alternative Transportation 3299 East Tamiami Trail, Suite 103, Naples, FL 34112 As of June 19, 2014 Applicant or Total Federal State Local Description 100% 80% 10% 10% (5) 23' Glaval Vehicles with 14 $48,248.00 foldaway seats $492,875.00 $385,984.00 $48,248.00 $10,395.00 3d 75.00 =15,99,00 $48,201.00 S%643.00 FLORIDA DEPARTMENT OF TRANSPORTATION Date Award Approved by Typed Name and Title Jennifer A. Stults. AICP CTP Intermodal Systems Development Manager ACCEPTANCE OF GRANT AWARD (To be completed and signed by the recipient and returned to the FDOT District Office) The undersigned accepts the above - described award and: a) The Recipient reaffirms its assurances to FTA and FDOT as stated in Exhibits F, G, and H of its application. b) The Recipient agrees to use and maintain the grant awarded equipment in accordance with the federal and state program requirements, and for the services described, in its approved application. c) The Recipient agrees to comply with all applicable civil rights statutes and implementing regulations. d) The Recipient agrees to contact the FDOT Contractor, Lazara Stinnette, at the Center for Urban Transportation Research, Florida Transit Research Inspection and Procurement Services (TRIPS) at 813 -974- 0695 to arrange purchase of the above items. e) The Recipient requests purchase of the vehicles/equipment in .(month/year) f) The Recipient agrees to submit the local matching funds when requested to do so. g) The Recipient, if it is not a CTC, agrees to submit its Annual Operating Report (AOR) data to the CTC as requested. h) The Recipient will forward a copy of its maintenance plan, or a statement regarding its status to Ms. Stephens by August 30, 2014. If it does not have a maintenance plan, it understands that it may request technical assistance to develop maintenance plan, and that its maintenance plan is due by December 31, 2014. i) The Recipient will furnish proof of insurance for the vehicle(s) to Ms. Stephens, listing FDOT District One as 1" Lien Holder and an additional insured, upon receipt of the vehicle. AGENCY: Date (Name) Accepted by: (Signature) Typed Name and Title: Approved as to form and legality AT)ARV vendor number as registered in My Florida Marketplace: DWIGHT E. BROCK, Clerk �istant County Attorney By' - Packet Page -1433-