Loading...
Agenda 04/23/2019 Item #16D 6 (FY19-20 Shirley Conroy Grant)04/23/2019 EXECUTIVE SUMMARY Recommendation to approve the Authorizing Resolution and to provide approval for the submittal of the FY19-20 Shirley Conroy Rural Capital Equipment Support Grant in the amount of $79,118 to the Florida Commission for Transportation Disadvantaged for the procurement of one (1) Ford Cutaway Transit Vehicle. OBJECTIVE: To use grant funds to maintain transit services in rural areas of Collier County. CONSIDERATIONS: The Shirley Conroy Rural Area Capital Equipment Support Grant is used to help provide rural transportation in Collier County and is made available each year through an application process administered by the Florida Commission for the Transportation Disadvantaged (FCTD). The announcement for the grant was received on April 1, 2019 with a deadline for submittal of April 30, 2019. An authorizing resolution is being brought forth as part of the grant requirement process. The focus of this year’s grant application is the purchase of a paratransit vehicle to replace a vehicle that has met its useful life. The grant requires a ten percent (10%) match in the amount of $7,911.80; however, because the project furthers the Rural Economic Development Initiative (REDI), the ten percent (10%) match requirement would be waived. If the FCTD concurs that the project qualifies for the waiver, the awarded grant would be for one-hundred (100%) of the vehicle cost. FISCAL IMPACT: There is no Fiscal impact at this time. If the grant is awarded, a Budget Amendment will be brought to the Board of County Commissioners (Board) for approval to recognize grant funding. The grant requires a ten percent (10%) match in the amount of $7,911.80; however, because the project furthers the Rural Economic Development Initiative (REDI), the ten percent (10%) match requirement would be waived. GROWTH MANAGEMENT IMPACT: There is no Growth Management impact associated with this Item. LEGAL CONSIDERATIONS: This item is approved for form and legality and requires a majority vote for Board action. - JAB RECOMMENDATION: To approve a resolution and provide approval for the submittal of the FY19-20 Shirley Conroy Rural Area Capital Equipment Support Grant to the Florida Commission for the Transportation Disadvantaged in the amount of $79,118 for the procurement of one (1) Ford Cutaway Transit Vehicle to support transit services in rural areas of Collier County. Prepared By: Joshua Thomas, Accounting Technician, Public Transit & Neighborhood Enhancement Division ATTACHMENT(S) 1. FY19-20 Shirley Conroy Application_CAO (PDF) 2. Resolution_CAO (PDF) 16.D.6 Packet Pg. 1843 04/23/2019 COLLIER COUNTY Board of County Commissioners Item Number: 16.D.6 Doc ID: 8589 Item Summary: Recommendation to approve the Authorizing Resolution and to provide approval for the submittal of the FY19-20 Shirley Conroy Rural Capital Equipment Support Grant in the amount of $79,118 to the Florida Commission for Transportation Disadvantaged for the procurement of one (1) Ford Cutaway Transit Vehicle. Meeting Date: 04/23/2019 Prepared by: Title: Grants Support Specialist – Grants Name: Joshua Thomas 04/09/2019 4:35 PM Submitted by: Title: Division Director - Pub Tran & Nbrhd Enh – Public Transit & Neighborhood Enhancement Name: Michelle Arnold 04/09/2019 4:35 PM Approved By: Review: Public Transit & Neighborhood Enhancement Caroline Soto Additional Reviewer Completed 04/09/2019 4:38 PM Public Transit & Neighborhood Enhancement Michelle Arnold Additional Reviewer Completed 04/10/2019 11:13 AM Public Services Department Kimberley Grant Level 1 Reviewer Completed 04/10/2019 1:16 PM Public Services Department Todd Henry Level 1 Division Reviewer Completed 04/11/2019 12:48 PM Public Services Department Steve Carnell Level 2 Division Administrator Review Completed 04/12/2019 7:55 AM County Attorney's Office Jennifer Belpedio Level 2 Attorney of Record Review Completed 04/12/2019 9:32 AM Grants Erica Robinson Level 2 Grants Review Completed 04/15/2019 9:15 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 04/15/2019 9:35 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 04/15/2019 10:51 AM Grants Therese Stanley Additional Reviewer Completed 04/15/2019 5:57 PM County Manager's Office Geoffrey Willig Level 4 County Manager Review Completed 04/16/2019 5:06 PM Board of County Commissioners MaryJo Brock Meeting Pending 04/23/2019 9:00 AM 16.D.6 Packet Pg. 1844 Transportatio n Di sadvantc,ged The recipient hereby assures and certifies that: SHIRLEY CONROY RURAL AREA CAPITAL ASSISTANCE GRANT APPLICATION STANDARD ASSURANCES 1. The recipient has the requisite fiscal, manag erial, and lega l capacity to carry out the Transportation Disadvantaged Program and to receive and disburse State funds. 2. The recipient intends to accomplish all tasks as id entified in this grant application. 3. Th e recipient is aware that the Shirley Conroy Rural Area Capital Assistance Program Grant is a reimbursement grant. Reimbursement of funds will be approved for payment upon receipt of a properly completed invoice with supporting documentation . Examples of supporting documentation could be: vendor's invoice reflecting a ze ro- balance due or marked "Paid" and a copy of the cancelled check, or a copy of the bank statement reflecting the payment having cleared the bank account. If this project consists of a vehicle purchase , the application for title reflecting the Commission as the first lienholder is also required. 4 . The recipient is aware that the approved project must be complete by Jun e 30, 2020, which means the equipment must be received by the recipient by that date or reimbursement will not be approved. 5. Transportation Disadvantaged Trust Funds will not be used to supplant or replace existing federal, state, or local government funds. 6 . Capital equipment purchased through this grant shall comply with the recipient's competitive procurement requirem ents or Chapter 287 and Chapter 427, Florida Statutes. This certification is valid for the ag reem ent period for which the grant application is filed. Signature : ____________ _ Name: William L. McDani el, Jr. Title: Chairman Agency: Board of County Commissioners Service Area: Collier County A1'TESi CRY S'fA LK. KJNZEL,CLERK BY:.~------ Shirley Conroy Rura l Area Capital Assistance Grant Application Forms Form Rev. April 1, 2019 Date : 4/23/19 Ap prov ed as to form and legality Ass istant Co unty Attorn ey ~o,!P ~ ~ ~ \ \'q- 16.D.6.a Packet Pg. 1845 Attachment: FY19-20 Shirley Conroy Application_CAO (8589 : FY19-20 Shirley Conroy Grant Application) Transportation Dlsadvanta9ed SHIRLEY CONROY RURAL AREA CAPITAL ASSISTANCE GRANT APPLICATION APPLICATION FORM 1. DATE SUBMITTED: 4 /23/19 2. LEGAL NAME OF APPLICANT: Co llier County Board of County Commissioners 3. FEDERAL IDENTIFICATION NUMBER: 59-6000558 4. REGISTERED ADDRESS: 3299 Tamiami Trail East CITY AND STATE: Nap les. FL ZIP CODE : 34112 5 CONTACT PERSON FOR THIS GRANT:Joshua Thomas 6. PHONE NUMBER:239-252 -8989 7. E-MAIL ADDRESS : Joshua .Thomas@co ll iercountyfl.gov 8. PROJECT LOCATION [County(ies)]:Coll ier County 9. PROPOSED START DATE:Ju ly 1. 2019 ENDING DATE: June 30, 2020 10. I hereby certify that this document has been du ly authorized by the governing body of the applicant, and the applicant intends to comp lete the project, and to comp ly with any attached ass u rances if the assistance is awarded. Wil l iam L. McDaniel. Jr .• Chairman TYPED NAME OF AUTHORIZED REPRESENTATIVE AND TITLE SIGNATURE OF AUTHORIZED REPRESENTATIV E DATE 11. Local Coordinating Board Approval I hereby cert ify that this grant has been reviewed in its entirety by the __ County Coordinating Board. COORDINATING BOARD CHAIRPERSON'S SIGNATURE DATE ATTEST .\pprovcd as to form and legality CRYSTAL K. KlNZEL, CLERK BY: ______ _ Shirley Conroy Rural Area Capital Assistance Grant Application Forms Form Rev. April 1, 2019 Assi~tant Co unt y Attor111.:y 16.D.6.a Packet Pg. 1846 Attachment: FY19-20 Shirley Conroy Application_CAO (8589 : FY19-20 Shirley Conroy Grant Application) Transportation Disadvantaged SHIRLEY CONROY RURAL AREA CAPITAL ASSISTANCE GRANT APPLICATION PROPOSED PROJECT SCOPE Describe the Capital Equipment Requested: These grant funds will be used to purchase (1) Ford E-450 Cutaway Transit vehicle for the Paratransit service to replace a vehicle that has met its useful life. The vehicle will have seating capacity for 12, and include a wheelchair lift. This vehicle will also be equipped with video surveillance equipment. Explain Why the Equipment is Needed. (If appropriate, please state that this is a repeat request for an unfunded FY 2018-19 CTD approved RACAP project). This project is to replace one high mileage vehicle in Collier County's Paratransit program, adding resilience to Collier County's overall Paratransit fleet. This vehicle will aid with the transportation of a disadvantaged population by providing transportation to medical, employment, social, and other life sustaining activities. This new vehicle will improve service delivery to the area as a result of having fewer mechanical issues. Over fifty percent of existing fleet has over 150,000 service miles, resulting in constant repairs and downtime to meet the demand of service. According to the US Census Bureau; the 2010 permanent population of Immokalee is 24,154. However, the population nearly doubles during the winter months to support the agricultural industry in connection to the harvest season for vegetables and citrus. Immokalee is considered part of the Florida's Heartland Economic Development Initiative (FHREDI) and nearly half of the population is considered to be below poverty level. Public transportation for the disabled population in the rural area of Collier County, such as the community of Immokalee, is a critical component. Public Transportation provides the transportation dependent population access to employment, health care, and the freedom to live independently. Fixed route and Paratransit ridership in the Immokalee area have observed a steady increase every year. The service to this area is critical to ensure the transportation needs of the elderly, disabled, and low income residents of Immokalee are met. Replacing this vehicle will maintain service delivery and result in reduce maintenance costs to meet the adopted level of service. Identify Local Match Required and Source for Match: This project meets the REDI Designation, matching funds are not required. Describe the Procurement Process and Timeline: The procurement for this vehicle will be from the Florida State Vehicle Procurement Program administered through the Center for Urban Transportation Research in Tampa, Florida and will meet the following timeline: July 1, 2019 agreement executed Shirley Conroy Rural Area Capital Assistance Grant Application Forms Form Rev. April 1, 2019 16.D.6.a Packet Pg. 1847 Attachment: FY19-20 Shirley Conroy Application_CAO (8589 : FY19-20 Shirley Conroy Grant Application) August 15, 2019 equipment ordered March 30, 2020 equipment delivered April 30, 2020 final invoice to CTD Note: This section has changed from previous grant years' applications. Please refer to the Program Manual for guidance on what information to include here. Shirley Conroy Rural Area Capital Assistance Grant Application Forms Form Rev. April 1, 2019 16.D.6.a Packet Pg. 1848 Attachment: FY19-20 Shirley Conroy Application_CAO (8589 : FY19-20 Shirley Conroy Grant Application) Tr011Sportation DlsaduC1ntaged Project Description and Estimated Cost: SHIRLEY CONROY RURAL AREA CAPITAL ASSISTANCE GRANT APPLICATION PROPOSED PROJECT FUNDING •Capital equipment -Prioritize based on need. •If vehicle, specify type of vehicle. •Include a copy of the TRIPS vehicle order form used to determine price or quote received for other capital equipment to document cost. 1. 1 23' cutaway universal vehicle $79,118.00 2. $ 3. $ 4. $ 5. $ 6. $ Total Project Cost $79,118.00 Funding Participation Transportation Disadvantaged Trust Funds (90%) 79,118.00 Local Match (10%) * 0.00 REDI Total Project Cost 79,118.00 *If REDI. include 100% of the total project cost on the Transportation Disadvantaged Trust Funds line and "REDI" on the Local Match line. Shirley Conroy Rural Area Capital Assistance Grant Application Forms Form Rev. April 1, 2019 r-bf ldo fo·1·0 1Uslnnn.'1·1II<'! f 16.D.6.a Packet Pg. 1849 Attachment: FY19-20 Shirley Conroy Application_CAO (8589 : FY19-20 Shirley Conroy Grant Application) 10/30 Florida Department of Transportation Office of Freight. Log jstjcs and Passenger Operations Order Packet ORDER FORM-PA GE ONE CONJRACJ ffIB!P§·l z-cA-fIS-c COLLINS CUTAWAY TRANSIT V EHICLES-FLORIDA TRANSPORTATION SYSTEMS, INC. AGENCY NAME: ______________ _ DATE: ____ _ PURCHASE ORDER NUMBER: _____ _ CONTACT PERSON: __________________ _ (Name, Telephone Number and Email Address) August 23, 20 18 Item Unit Cost Quantity Base Ve hicle Tvne Ford Transit 3.7L Gas T 24 Commercial 10.360 23' $64,804 I V invl Stripe Choices Scheme#1 $400 Scheme #2 $500 ' Sche me #3 $430 Base Seating Standard Seat (per perso n) $400 '-I Foldaway Sea t (peroerso11) $545 u Children's Seat (per person) $562 Securement S v stems Q'Straint sl ide a nd click securemenl (per p osition) $570 A. Sure-Lok Titan securement (p er position) $570 WC-18 Complian t Occupant Restra int-Q-Slraint QRT360 $820 (per position) Seat bell extensions $35 1 Freed man TDSS t ie-down system Side Wh ee lchair Lift C hoi ces (ILO Standard Lift Add ~) Braun Model NCL919IB-2 (or latest) St andard Ricon model K-5510 800 LBS Add $1,116 Braun Model NCL 1000 1000 lb Lift Add $121 I Rear Wheelch air Lift Choices (ILO Standard Lift Add~) Braun model NVL9171B lift Add $520 (prior approval from FDOT required) Optional Engines Diesel engine meeting current EPA requirements Ford 3 2L Powe r Stroke l nline 5 diesel $2,962 I Alternative Fuel Systems Liquid Petroleum Gas (LPG) Engine meeting cu rre nt EPA requirements: pricing for Alternate Fuel Vehicles incl ude upcharge for delivery and Methane detection sys tem (C NG only) Liquid Petrol eum Gas (LPG) Size: 20 GGE $16,100 Make: ICOM Installer: A1 Alternatives PAGE ONE S UB-TOTAL ........ .. ..... Total Cost 1<..•-i,'i,0 4 ,oc I ,too J l i o I • I '1 0 1 0 I J... I )..,'--\(,,;J, 71> ?-.77 ......................................................... , ............................. -...................................... .... TRIPS-17-CA-F TS -C -9 March 2017 ® 16.D.6.a Packet Pg. 1850 Attachment: FY19-20 Shirley Conroy Application_CAO (8589 : FY19-20 Shirley Conroy Grant Application) 10/30 Florida Department of Transportation Office of Frejqht, Log;st ics and Passenger Operations ORDER FORM -PAGE TWO CONTRACT ttJRIPS-17-CA-FJS -c Order Packet COLLINS CUTAWAY TRANSIT VEHICLES -FLOR IDA TRANSPORTATION SYSTEMS, INC . August 23, 2018 Item Unit Cost Quantity Total Cost Whee ls/Rims Stainless steel wheel l iners/ inserts $203 , J "2_03 Seating Dimensions vinyl li ne of coa ted transit bus seating fabric wi th antimicrobial Nanocide (per seat) Standard i 0 Upgrade interior side wall panels with Nanocide $1.562 Fire S uppression Fog Maker Fire Detection and Suppression System Standard I 0 DAFO Fire Suppression System Add $100 Ro ute/Head Signs Transign manually operated roller curtain type sign $1,875 TwinVision "Elyse" {software needed/ electronic destination system {F R/S D/RE) $7,375 TwinVis ion "Mobi-Lite" electronic destination sign (FR/SD) $3,812 Transign "Vista Star" electronic destination sign (F R/SD) $4,800 Transign LLC 2-digit Block/ Run Number box uni t $395 Transign LLC3-dig it Block/ Run Number box unit $410 Transign LLC passenger "STOP REQUESTED" sign system $1,400 Camera Systems Seon camera Syste m , 2 cameras = ($1,580): 5 Ca mera system= ($4,30 0): See Item RE I ca mera System , 2 cameras= ($1 ,821): 5 Camera system= ($4,025) See Item Gate Keeper ca m e ra System, 2 cameras= ($1,868): 5 Camera system= ($4.300) See Item AngelTrax 2 cam era System , 2 cameras = ($1,924); 5 Camera system= ($3,700) See Item I l s) 3 ; 1 00 Apollo 2 camera System, 2 cameras= ($3,424): 5 Camera system = ($5,080) See Item Price for single replace me nt camera $295 I :.l. °' r Exterior Mounted Cameras, upcharge per locatio n $125 GPS, passive $205 W i-F i connection $725 Integration with inpu t signals $125 PAGE TWO SUB-TOTAL ~··~ --·· 'i,r'1 Z · · · rRiPs:1 =, :cA-r=rs:c · · · · · · · · · · · · · · · · ·_ · · 1 o · · · · · · · · · · · · · · · · · · · · Nia;~i; ·2011 · · · · · I <l) 16.D.6.a Packet Pg. 1851 Attachment: FY19-20 Shirley Conroy Application_CAO (8589 : FY19-20 Shirley Conroy Grant Application) 10/30 Florida Department of Transportation Offic e of Freight, Logj stjc s and Passeng er Operations ORDERFORM-PAGETHREE CONTRACT UBIP§-17-CA-fTS-C 9atec Packet COLLINS C UTAWAY TRANSIT VEHICLES-FLORIDA TRANSPORTATION SYSTEMS, INC. August 23, 2018 Item Unit Cost Quantity Total Cost NOTE: Two camera system s can accommodate up to four c ameras NOTE: F ive camera systems can accommodate up to eight cameras Other Options Available Altro Transflor sli p resistant viny l flooring $403 I 4 0.3 Gerfloor s lip resistant sheet vinyl flooring Standard Drivers running board $215 I ,).I~ Drivers Safety Partition $280 I J.'3c Benl ec Powder-Coaled handrails and stanchions (Yellow) $851 Exterior remote controlled mirrors Standard Romeo Rim HELP bumper (rear only) $645 l b '1~ Hawl<Eye Reverse Assistance System (wi th rea r HELP bumper) $1,500 Reverse camera a nd monitor backing system: Manufacturer: $309 Rosco A ir purification system $2,300 "Mentor Ranger"in-vehicle computer $6,250 REI Public Address S ystem $369 Upgrade th e standard vehicle AM/FM Radio $247 Avail MDT -Includes Para Transit Kit #FC-2012 -Driver Interface, Communications, Interface Expansi on Box (IEB), Emergency $16,060 A larm, and Naviqational Assistance Unit 2-Posilion Sportworks bike rack (black) $2 ,085 2-Way Radio Prep $67 LYD< Drive Cam $1,550 Rosco Dua l Vision $1,489 Air Conditioning ACT Roof Mount Standard PAGE THREE SUB-TOT AL --------I 5 y ·~ · · · rRiPs:11 :cA-¥rs:c · · · · · · · · · · · · · · · · ·_· · 11 · · · · · · · · · · · · · · · · · · · · nnarch ·2011 · · · · · 16.D.6.a Packet Pg. 1852 Attachment: FY19-20 Shirley Conroy Application_CAO (8589 : FY19-20 Shirley Conroy Grant Application) 10/30 Florida Department of Transportation Offic e of Fre ig ht, Logjstjcs and Passenger Operations ORDER FORM -PAGE FO UR CONTRACT #TRJPS-1 Z-CA-fTS-c Order Packet COLLINS CUTAWAY TRANSIT V EHICLES-FLORIDA TRANSPORTATION S YSTEMS, I NC. ORDER SUMMARY I\ (23 2018 u gus Item Unit Cost Quantity Total Cost PAGE THREE SUB-TOTAL I)'-{~ (sub -total of third page) ----........ I PAGE TWO SUB-TOTAL t /~J (sub-total of second page) -------- PAGE ONE SUB-TOTAL 7 3,377 (sub-total of first p age) -------- GRAND TOTAL ----.$ 79, / 18 (sum of pages 1, 2, and 3 sub-totals) ......... 16.D.6.a Packet Pg. 1853 Attachment: FY19-20 Shirley Conroy Application_CAO (8589 : FY19-20 Shirley Conroy Grant Application) 10/30 Florida Department of Transportation Office of freight, Logjstjcs and Passenger Operations ANTICIPATED USAGE Service Type: (check all that apply) Order Packet ____ Fixed Route: Services p rovided on a re petitive, fi xed sched ule basis a long a specific route w ith vehicles s topping to pick up and deliver passengers to specific locations; each fixed route trip serves the same origins and destinations )( Paratransit: Shared use transit se rvice operating in respo nse to calls from passengers o r their agents to the transit operator, who schedu les a vehicle to pick up the passengers to transport t hem to their desti nations ____ Shuttle/Deviated F ixed Route: Transit service that operates along a fixed a lignme n t o r path at gene ra ll y fixed times, but may deviate from t he route a lig nment to collect or drop off passenger s w ho have req uested th e deviatio n Estimated days in service per week __ l "----- Operating E nvironment (check all that app ly) City Streets ___ _ Highway ___ _ Parking LoU Airport Shuttl e ____ _ Retirement Campus ____ _ Co mbin atio n City/Highway __ ;< __ _ Co ll ege Ca mpu s ____ _ other ___ _ Operational Equipm ent (check all that apply) Usjna Now Desti nati on Signs------------------------------------------D Fa re Box-------------------------------------------------------D Ro utin g equipment---------------------------------------D Ca mera Sys tem--------------------------------------------Ci] Passenger counter--------------------------------D Other ________________ ---1 Oth er ________________ -, wm outoo these byses D D D D D D D wm add io the {µtyre D D D D D D D rR 1Ps-11·-cA-i=r·s-c .................... ·: · 1:i ............................ Ma·r~h·2011 ... . 16.D.6.a Packet Pg. 1854 Attachment: FY19-20 Shirley Conroy Application_CAO (8589 : FY19-20 Shirley Conroy Grant Application) 10/30 Florida Department of Transportation Office of Freight. Logistics and Passenger Operations Seating Colors: Flooring Colors: Paint Scheme: CHOICES FORM CONTRACT #TRIPS-17-CA-FTS-C COLLINS CUTAWAY TRANSIT VEHICLES FLORIDA TRANSPORTATION SYSTEMS, INC. SEATING AND FLOORING CHOICES ( circle one) Blue <£h3 ( circle one) Blue 8 Beige (circle one) #1 @ #3 Order packet Black 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 CM! VINYL #119 Dimensions Nanocide Late Evening CHARCOAL CMI VINYL #120 Dimensions Nanocide Charcoal WHEELCHAIR LIFT CHOICE Wheelchair Lift: (circle one) Rican SECUREMENI RETRACTOR CHOICE --·-. --.. W/C Securement: (circle one) Sure-Lok Titan (~'Strain! QRTMAX; . . ---·~·-·--~--,----··· 16.D.6.a Packet Pg. 1855 Attachment: FY19-20 Shirley Conroy Application_CAO (8589 : FY19-20 Shirley Conroy Grant Application) Cu rrent Paratrans it Ve hic le and Transportation Equipme nt Inventory Name of Applicant: C o llier Co unty Board o f County C ommi ssioner s E~OIP# Modl!I Y,. MIike~ CC2-681 2012 CHEVROLET G4500 Odyssey C C2-682 2012 C HEVROLET G4500 Odyssey CC2-793 2013 CHEVROLET Turtle Top CC2-794 2013 C HEVROLET T urtle Top CC2-795 2013 C HEVROLET T urtle Top CC2-879 2014 FORD E4 50 CC2-868 2014 VPG MV1 CC2-997 2015 VPG MV1 CC2-1045 2015 CHEVROLET GLAVAL CC2-1046 2015 CHEVROLET GLAVAL CC2-1047 2015 CHEVROLET GLAVAL CC2-1048 2015 C HEVROL ET GLAVAL CC2-1049 2015 CHEVROLET GLAVAL CC2-1113 2015 CHEVROLET GLAVAL CC2-1114 2015 CHEVROLET GLAVAL CC2-1115 201 5 CHEVROLET GLAVAL CC2-1116 2015 C HEVROL ET GLAVAL CC2-1117 2015 C HEVROL ET GLAVAL CC2-1376 2016 VPG MV1 CC2-1377 2016 VPG MV1 CC2-1378 2016 VPG MV1 CC2-1410 2016 CHEVROLET GLAVAL CC2-1411 2016 CHEVROLET GLAVAL CC2-1412 2016 C HEVROLET GLAVAL CC 2-1842 2018 FORD GLAVAL CC2-1843 2018 FORD GLAVAL CC2-1844 2018 FORD GLAVAL CC2-1845 2 0 18 FOR D GLAVAL All vehicles are equiped with camera s and radios. Replaced w/5310 FY16 & 17 -use d as spares Applying for rep lacement w/Shirley Conroy Replacing w/5310 FY19 Val# 1 G B6G5BL4C1172559 1GB6G5BL 1C1175080 1 GB6G5B6LD1 153772 1 GB6G5BL6 D1 153948 1 GB6G5BL BD1 155019 1 FDEE4FL0EDA75938 523MF1A60CM101667 57WMD1A65EM100427 1GB6G5BL4E1202016 1GBBG5BL7E1201782 1GB6G5BL2E1201074 1GB6G5BL9E1201346 1GB6G5BL5E1201389 1 GB6G5BL0F 1259279 1GB6G5BLOF1261808 1GB6G5BL8F1262043 1GB6G5BL6F1263000 1 GB6G5BL0F 1263333 57WMD2C64GM 10 0120 57WM D2C63GM 100433 57 WM D2C64GM 100540 1GB6GUBL7G1138289 1GB6GUBL0G1140658 1GB6GUBL3G126 5573 1 FDFE4 FS3H DC70786 1 FDFE4FS2HDC70794 1 F D FE4FS7HDC70791 1 F D FE4FS1 HDC70785 D;ite of" I nven lory: 4/10/20 19 Seals& Vehicle FQOT ~ WC C.-.-t ~ ~lfpJ# oru,t ~ ,. .,-~ .. , Oilier 97107 Lift 9+3 3 10,574 A clive 971 08 Lift 9+3 338,962 Aclive 97143 Lift 9+3 248,765 Active 97144 Lift 9+3 244,846 A ctive 97145 Lift 9+3 244,008 Acti ve n/a Lift 9+3 203,613 Active 97147 Ramp 4+2 115,816 Active n/a Ramp 3+2 97,859 Active 97182 Lift 12+5 192,333 Active 97183 Lift 12+5 191 ,4 42 Active 97189 Lift 12+5 195,828 Active 97187 Lift 12+5 171,546 Active 97188 Lift 12+5 208,780 Active 98126 Lift 12+5 180,075 Active 98127 Lift 12+5 172,775 Active 981 2 8 Lift 12+5 159,382 Active 98129 Lift 12+5 17 4,445 Active 981 30 Lift 12+5 174,578 Active 98139 Ramp 3+2 7 9866 Active 98141 Ra mp 3+2 13535 Active 98140 Ramp 3+2 36393 Acliv e 98 173 Li ft 14+6 1 37 ,603 Active 98177 Li ft 14+6 122,0 16 Active 98176 Li ft 14+6 11 1,023 Active 981 95 Lift 12+6 65,043 Active 981 96 Lift 12+6 53 ,125 Ac tive 98197 Lift 12+6 30,249 Ac tive l0001 Lift 12+6 53,662 Active ~~-.... 5-.. CII ~-; 2016 5310 FY 1 1/12 2016 5310 FY 1 1/12 2017 5310 FY12/13 2017 5310 FY12/13 2017 5310 FY12/13 2018 Shirlev Conrov 2019 5310 FY13 2020 Shirlev Conrov 2020 5310 FY13/14 2020 5310 FY13/14 2020 5310 FY13/1 4 202 0 5310 FY1 3/14 2020 5310 FY13/14 2020 5310 FYl4 15 2020 5310 FYl4 '15 2 02 0 53 10 FY 14/15 2020 53 10 FY 14/15 2020 53 10 FY14/15 2021 53 10 FY1 5/16 2021 53 10 FY lS/16 2021 53 10 FY l S/16 2021 53 10 FY lS/16 2021 53 10FY1 5/16 2021 53 10 FY IS/16 2023 53 10FY16/17 2023 53 10 FY1 6/17 2023 53 10FY16/17 2023 53 10 FYl6/17 16.D.6.a Packet Pg. 1856 Attachment: FY19-20 Shirley Conroy Application_CAO (8589 : FY19-20 Shirley Conroy Grant Application) 16.D.6.bPacket Pg. 1857Attachment: Resolution_CAO (8589 : FY19-20 Shirley Conroy Grant Application)