Loading...
Agenda 01/10/2012 Item #16A111/10/2012 Item 16.A.11. EXECUTIVE SUMMARY Recommendation to accept the FY11 -12 Federal Transit Administration (FTA) Section 5310 Grant award in the amount of $262,050, authorize the necessary budget amendments and approve the purchase f three (3) paratransit vehicles utilizing those funds OBJECTIVE: To obtain the Board's approval of the Budget Amendment, acceptance of the FTA Section 5310 Grant award FYI 1-12 along with authorization of the required ten percent local match to purchase the three (3) replacement paratransit vehicles utilizing those funds. CONSIDERATION: The Federal Transit Administration (FTA) awarded Collier County a FY2011 -2012 Section 5310 grant in the amount of $262,050 to purchase three (3) replacement paratransit vehicles. The FTA 5310 Grant requires a 10% local match. The County is required to write a purchase order equaling 10% of the total cost of the vehicle. The remaining 90% (80% or $209,640 - Federal and 10% or $26,205 - State) of the total costs for the vehicle are covered by purchase orders written by FDOT using the awarded FTA FY2011- 2012 5310 grant money. The paratransit system maintains a capital replacement schedule for vehicles recommended and scheduled for replacement by Fleet Management. The vehicles being replaced were purchased in 2006 and 2007, meet FTA vehicle end of useful life criteria, and are identified in the Vehicle Replacement Plan in the 2008 Transportation Disadvantaged Service Plan. These paratransit vehicles will be purchased after the beginning of FY12 through the FDOT Vehicle Procurement Program, which assists transit agencies with technical assistance and guidelines for vehicle procurement and provides opportunities to procure certain transit vehicles at prices that are less than they would otherwise have to pay, using a combination of FY11 -12 FTA 5310 grant money and 10% local matching money. Each year the Florida Vehicle Procurement Program has assisted transit agencies in purchasing transit vehicles the most economic way possible. This procurement program is managed by the FDOT and administered by the Center for Urban Transportation Research (CUTR). FISCAL IMPACT: A budget amendment is required for the local match requirement in the Transit Disadvantaged Match Fund 429 Project 33190, in the amount of $26,205 for FY 2012. Auction proceeds will be recognized in the amount of $4,016 and are available in Fund 429. The balance of funding ($22,189) is available from the annual operating appropriation within Transit Disadvantaged Fund (427) supported primarily by ad valorem. LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney, is legally sufficient and requires a majority vote for approval. JAK GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. RECOMMENDATION: That the Collier County Board of Commissioners accepts the grant award and authorize the necessary budget amendments to use local funds for the required 10% match in the amount of $26,205 for the purchase of three (3) paratransit vehicles from the FY 11 -12 Florida Vehicle Procurement Program. Prepared by: Yousi Cardeso, Administrative Assistant, Alternative Transportation Modes attachment: (1) Notice of grant award FYI 1-12 FTA 5310; (2) Paratransit bus order packet Packet Page -900- 1/10/2012 Item 16.A.11. COLLIER COUNTY Board of County Commissioners Item Number: 16.A.11. Item Summary: Recommendation to accept the FY11 -12 Federal Transit Administration (FTA) Section 5310 Grant award in the amount of $262,050, authorize the necessary budget amendments and approve the purchase of three (3) paratransit vehicle utilizing those funds. Meeting Date: 1/10/2012 Prepared By Name: CardesoYousi Title: Administrative Assistant,Altemative Transportatio 12/21/2011 10:36:21 AM Submitted by Title: Administrative Assistant,Alternative Transportatio Name: CardesoYousi 12/21/2011 10:36:22 AM Approved By Name: SotoCaroline Title: Management/Budget Analyst,Transportation Administr Date: 12/21/20114:35:09 PM Name: CarterGlama Title: Manager - Public Transit,Alternative Transportation Modes Date: 12/27/20112:37:23 PM Name: OberrathKaren Date: 12/28/20118:24:33 AM Name: BetancurNatali Title: Executive Secretary,Transportation Engineering & C Date: 12/28/2011 8:49:17 AM Name: ArnoldMichelle Packet Page -901- Title: Director - Alt Transportation Modes,Alternative Tr Date: 1/3/2012 10:05:08 AM Name: MarcellaJeanne Title: Executive Secretary,Transportation Planning Date: 1/3/2012 10:59:48 AM Name: FoordMarlene Title: Grant Development & Mgmt Coordinator, Grants Date: 1/3/2012 12:03:34 PM Name: FederNorman Title: Administrator - Growth Management Div,Transportati Date: 1/3/2012 12:57:42 PM Name: KlatzkowJeff Title: County Attorney, Date: 1/4/2012 10:54:26 AM Name: StanleyTherese Title: Management/Budget Analyst, Senior,Office of Management & Budget Date: 1/4/2012 12:41:38 PM Name: KlatzkowJeff Title: County Attorney, Date: 1/4/2012 1:03:08 PM Name: OchsLeo Title: County Manager Date: 1/4/2012 1:34:32 PM Packet Page -902- 1/10/2012 Item 16.A.11. -- r 1/10/2012 Item 16.A.11. = � Florida Department of Transportation RICH SCOT`r 801 NORTH BROADWAY AVENUE ANANTH PRASAS, P.E. GOVERNOR BARTOW, FLORIDA 33830 SECRETARY December 1.2, 2011 Ms. Glama Carter, Public Transit Manager- CAT Collier Area Transit, Growth Management Division Alternative Transportation Modes Department 2885 South Horseshoe Drive Naples, FL 34104 RE: REVISED NOTICE OF GRANT AWARD DETERMINATION: FY 2011/2012 FEDERAL TRANSIT ADMINISTRATION SECTION 5310, "ELDERLY AND PERSONS WITH DISABILITIES" PROGRAM Dear Ms. Carter: Congratulations! The Florida Department of Transportation, District One has selected the Collier Board of County Commission as a Fiscal Year 2011/2012 grant award recipient under the Federal Transit Administration Section 5310, "Elderly and Persons with Disabilities" Program. This award is based on your agency's application dated December 27, 2010 and as revised on December 5, 2011. The Department is funding partially the Collier Board of County Commission's request. The Department's grant application review committee encountered a challenging task ranking applications and selecting grant award recipients this cycle due to limited funding and meritorious applications. Department staff and the community representative who served on the grant application evaluation committee followed grant award criteria and were constrained by limited funding. District One, comprised of twelve Counties, received twenty -one (21) funding applications in this grant cycle for $4,242,383.00 in total requests. Of the total amount agencies requested, the total of the combined State and Federal shares is $497,485.00. The Department is able to meet $ 2,229,366.00 in total funding requests, of which the total of State and Federal shares available is $2,006,431.00.- We are unable to meet $2,013,017 (at 100% value) in applicants' needs. This letter contains important information that your agency's staff should be aware of- 1. The Notice of Grant Award is enclosed. It contains the capital equipment description and specific amount awarded to your agency, pending Federal approval of the State's Program of Projects. An authorized local grantee signatory must expeditiously sign and return to me the Acceptance of Grant Award form in order for the grant award process to be completed. www.dot.state.fl.us Packet Page -903- l,vl t Dep 3J4« 1/10/2012 Item 16.A.11. Ms. Glama Carter December 12, 2011 Page 2 2. Your agency's project must be listed in the Metropolitan Planning Organization's (MPO) Transportation Improvement Program (TIP) if your agency is in an Urbanized Area. The Department is also notifying the MPO of your Agency's award. Please be sure to coordinate with your local MPO representative on this requirement. 3. Please review the requirements "a" through "h" on the attached notification of grant award document. It contains important grant requirements and due dates. Should you have any questions, please feel free to contact Ms. Julia B. Davis, AICP, the District One program coordinator for the Federal Transit Administration Section 5310 Program, at (239) 656 -7800. Ms. Davis' mailing address is: District One, Public Transit Office, Fort Myers Operations Center, 2981 Northeast Pine Island Road, Cape Coral, Florida 33909. Sincerely, Terry Beacham District Modal Development Administrator r : l W:� Enclosure cc: Michelle Arnold, Director, Collier Alternative Transportation Modes Lucilla Ayer, Director, Collier County Metropolitan Planning Organization Richard P. Shine, Florida Department of Transportation, District One Julia B. Davis, AICP, Florida Department of Transportation, District One Packet Page -904- REVISED NOTICE OF FTA SECTION 5310 GRANT AWARD / FL- 1/10/2012 Item 16.A.11. Based on the Agency's Application for Federal Assistance under U.S.C. Section 5310 dated December 27, 2010, on file at the Florida Department of Transportation, District One, P. O. Box 1249, Bartow, Florida 33831 -1.249 offices, the Department hereby makes the following grant award under the Section 5310 Program to: Collier County Transit 2885 South Horseshoe Drive Naples, FL 34104 as of Decemher 9. ')011 FLORIDA DEPARTMENT OF TRANSPORTATION Date Award Approved by Typed Name and Title Terry W. Beacham District Modal Development Administrator 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, Cindy Wooten, at the Center for Urban Transportation Research, Florida Transit Research Inspection and Procurement Services (TRIPS) at 813- 974 -9771 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. Davis by July 15. If it does not have a maintenance plan, it understands that it may request technical assistance to develop a maintenance plan., and that its maintenance plan is due by December 31, 2011. AGENCY: (Name) Accepted by: (Signature) Typed Name and Title: Agency vendor number as registered in My Florida Marketplace: Date Packet Page -905- Total Cost Federal State Share Local Project Description Share Share 100% 80% 10 % 10 % 3 small cutaway with 6+ 6 folding seats @ $87,350 $262,050.00 $209,640.00 $26,205.00 $26,205.00 ea; Total Award $262,050.00 $209,640.00 $26,205.00 $26,205.00 FLORIDA DEPARTMENT OF TRANSPORTATION Date Award Approved by Typed Name and Title Terry W. Beacham District Modal Development Administrator 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, Cindy Wooten, at the Center for Urban Transportation Research, Florida Transit Research Inspection and Procurement Services (TRIPS) at 813- 974 -9771 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. Davis by July 15. If it does not have a maintenance plan, it understands that it may request technical assistance to develop a maintenance plan., and that its maintenance plan is due by December 31, 2011. AGENCY: (Name) Accepted by: (Signature) Typed Name and Title: Agency vendor number as registered in My Florida Marketplace: Date Packet Page -905- 1/10/2012 Item 16.A.11. Florida Department of Transportation Public Transit Office Order Packet ORDER FORM - PAGE ONE CONTRACT # FVPP -08 -SC -FCC ORDER FORM FOR 20'10" TURTLE TOP SMALL CUTAWAYS ON CHEVROLET /GMC 610 CC3500 GVWR CHASSIS WITH 12,300# GVWR FIRST CLASS COACH SALES. AGENCY NAME: Collier County BOCC DATE: 12/19/11 PURCHASE ORDER NUMBER: CONTACT PERSON: Yousi Cardeso, (239) 252 -5886. YousiCardeso(a-colIiergov.net (Name, Telephone Number and Email Address) November 2010 Item Unit Cost Quantity Total Cost Base Vehicle Type Chevrolet/GMC CC3500 20' 10" 6.OL Gas 12,300 GVWR $59,296 Chevrolet/GMC CC4500 23' 10" 6.8L Gas $64,485 1 $64,485 Ford E350 20' 10" 5.41- Gas $59,143 Ford E450 22' 10" 5AL Gas $62,153 Ford E450 23' 10" 6.8L Gas $63,412 Ford E450 23' 10" Azure Hybrid Drive $110,331 Paint Scheme Choices Scheme #1 (Blackout Windows + One Color Stripe) $600 1 Scheme #2 (Blackout Windows, Stripe + Skirt Painting) $855 Scheme #3 (Skirt Painting — One Color) $280 Floor Plan Choices Freedman Seats Standard Standard Seat (per person) $355 6 $2,130 Flip -up Seat (per person) $500 Foldaway Seat (per person) $500 6 $3,000 Children's Seat per person) $480 Securement Systems Q'Straint QRTMAX securement (per position) $540 3 $1,620 Sure -Lok securement (per position) $630 Seat belt extensions (2 -sets standard) $20 3 $60 Stretcher securement system storage included $880 Side Wheelchair Lift Choices pick one Braun $3,100 1 $3,100 Maxon $3,600 Ricon $3,300 PAGE ONE SUB -TOTAL - - -- - - -- $74,99 FVPP -08 -SC -FCC - 9 - February 2008 Packet Page -906- 1/10/2012 Item 16.A.11. Florida Department of Transportation Public Transit Office Order Packet ORDER FORM — PAGE TWO CONTRACT # FVPP -08 -SC -FCC ORDER FORM FOR 20'10" TURTLE TOP SMALL CUTAWAYS ON CHEVROLET /GMC 610 CC3500 GVWR CHASSIS WITH 12,300# GVWR FIRST CLASS COACH SALES. November 2010 Item Unit Cost Quantity Total Cost Other Available Options Aluminum Wheels (complete set) $800 Stainless Steel Wheel Inserts $240 Altro Transfloor Flooring $585 6.61- V -8 diesel engine $11,180 1 $11,180 Driver safety partition $255 USSC 9500 Driver's Seat $1,100 Public Address System $300 Entertainment Center (am /fm /cd radio standard) $315 Hawkeye Reverse Detection System $690 Amerex Fire Suppression System (JoMar standard) No Charge 24/7 Event Data Recorder (standard) Operator Interface Operator "Smart Tag" button (1 per driver) $40 Button reader (1 per depot) $120 Data Download Interface Digital Smart Module (1 per depot) $170 DS Reader (1 per depot) $75 RF Vehicle Interface (1 per bus) $360 RF Base Station receiver (1 per depot) $570 Bus Location & Mapping Historic GPS receiver (1 per bus) $440 Mapping software & maps (1 per depot) $1000 PAGE TWO SUB -TOTAL - - -- - - -- $11,180 FVPP -08 -SC -FCC - 10 - February 2008 Packet Page -907- 1/10/2012 Item 16.A.11. Florida Department of Transportation Public Transit Office Order Packet Item Unit Cost Quantity Totals Custom Lettering $200 1 $200 4 Camera System $2,750 1 $2750 Handle @ Driver Entry $25 1 $25 Remove Fire Suppression -$1800 1 -$1800 Additional Options SUB -TOTAL (sub -total of third page) ' " "" _ -__ $1,175 PAGE TWO SUB -TOTAL (sub -total of second page) "'" ____ $11,180 PAGE ONE SUB -TOTAL (carry forward from previous page) '-'" ---- $74,995 GRAND TOTAL (sum of page 1 and 2 sub- totals)+ Options " "__ ____ $87,350 FVPP -08 -SC -FCC - 11 - February 2008 Packet Page -908- 1/10/2012 Item 16.A.11. Florida Department of Transportation Public Transit Office Order Packet CHOICES FORM CONTRACT # FVPP -08 -SC -FCC ORDER FORM FOR 20'10" TURTLE TOP SMALL CUTAWAYS ON CHEVROLET /GMC CC3500 GVWR CHASSIS WITH 12,300# GVWR FIRST CLASS COACH SALES. SEATING AND FLOORING CHOICES Seating Colors: (circle one) Blue Flooring Colors: (circle one) Blue Paint Scheme: (circle one) #1 Gray Beige Gray Beige Black #2 #3 Other Paint Schemes Note: Agencies will select colors (2) for background and stripes when orders are placed. All paint, or reflective material scheme pricing, shall reflect white base coat. 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. Upholstery Information -Vinyl Colors Available: Blue Vinyl Combo: Center insert of seat to be Blue /Gray Print CMI part # VP- MEDLI- KEAZU, Outside wrap and back of seat to be Blue solid CMI part # VP- MEDLI- TRAZU. Gray Vinyl Combo: Center insert of seat to be Blue /Gray Print CMI part # VP- MEDLI- KEAZU, Outside wrap and back of seat to be Gray solid CMI part # VP- MEDLI- TRGRY. Beige Vinyl Combo: Center insert of seat to be Beige Print CMI part # VP- MEDLI- KEVER, Outside wrap and back of seat to be Beige solid CMI part # VP- MEDLI- DOSNB. WHEELCHAIR LIFT CHOICE Wheelchair Lift: (circle one) Braun Ricon Maxon SECUREMENT RETRACTOR CHOICE W/C Securement: (circle one) Q'Straint QRTMAX Sure -Lok FVPP -08 -SC -FCC - 12 - February 2008 Packet Page -909- 1/10/2012 Item 16.A.11. Florida Department of Transportation Public Transit Office Order Packet EVENT DATA RECORDER CHANNEL SYSTEMS SELECTION As detailed in Section 2.45 of the Technical Specifications, an event data recorder (EDR), Circuitlink International "Tacholink ", (or approved equal) will be mounted on each vehicle. The EDR will provide a continuous log of vehicle activity. Speed history, odometer, excessive RPM, heavy braking, fast acceleration, and idling exceptions will automatically be recorded by exception. In the event of an accident, all data shall be permanently captured in "tamperproof' flash memory (4MB minimum) for a minimum of (30) seconds prior to the incident and (15) seconds after the incident at a minimum interval of 25 milliseconds. The EDR will provide an automatic trigger function with different user definable thresholds for moving and stationary conditions. A manual driver alert button will be provided to allow driver "tagging" of either an accident or vehicle fault condition shall be located behind upper bulkhead and must be accessible through a latching door. All software for user configuration, data logging, and downloading and report generation will be included. All software will be Windows- based. Trip data will be stored in Microsoft Access database. All data will be the property of Florida DOT and will be immediately available to Florida DOT. There will be no additional charges, for hardware and /or software services or annual fees will be incurred by Florida DOT or any operator. Additional digital input channels will be provided to allow for status monitoring of a maximum of eight (8) vehicle sub - systems. Standard systems that will be monitored shall be: brakes, lights, signals, flashers, driver's seat belt, wheelchair lift, engine temperature and front door. Each agency may substitute any o the standard systems detailed above with any of the following optional systems: oil pressure, low air pressure, low voltage, or emergency exit door. The limit of the total systems to be monitored is eight (8). Below, please indicate the eight (8) vehicle sub - systems to be monitored on this vehicle. If no selection made, the standard systems will be programmed. For each of the optional systems you select, you must not include one of the standard system selections. A limit of eight (8) total systems per bus can be monitored. Select Eight Systems To Be Monitored (Maximum of Eight (8)) ARD SYSTE OPTIONAL SYSTEMS 1. Brakes 9. Oil Pressure 2. Lights 10. Low Air Pressure 3, Signals 11. Low Voltage 4. Flashers 12. Emergency Door Exit 5. Driver's Seat Belt 6. Wheelchair Lift 7. Engine Temperature 8. Front Door FVPP -08 -SC -FCC - 13 - February 2008 Packet Page -910-