Loading...
Resolution 2019-067 RESOLUTION 2019- 67 A RESOLUTION OF THE BOARD OF COUNY COMMISSIONERS APPROVING THE SUBMITTAL OF A SHIRLEY CONROY RURAL AREA CAPITAL ASSISTANCE PROGRAM GRANT APPLICATION WITH THE FLORIDA COMMISSION FOR THE TRANSPORTATION DISADVANTAGED. WHEREAS, this BOARD has the authority to file this Grant Application and to undertake a transportation disadvantaged service project as authorized by Section 427.0159, Florida Statutes,and Rule 41-2,Florida Administrative Code. NOW,THEREFORE,BE IT RESOLVED BY THE BOARD THAT: 1. The BOARD has the authority to file this grant application. 2. The BOARD authorizes and approves of staff's execution and filling of the Shirley Conroy Rural Grant application on behalf of the Collier County Board of County Commissioners with the Florida Commission for the Transportation Disadvantaged. 3. The BOARD's Registered Agent in Florida is:Jeffery A. Klatzkow,County Attorney. The registered address is 3299 Tamiami Trail East,Naples FL 34112. 4. The BOARD authorizes its Chairman to sign any and all agreement or contracts which are required in connection with the application. 5. The BOARD authorizes its Chairman to sign any and all assurances, reimbursement invoices,warranties,certifications and any other documents which may be required in connection with the application or subsequent agreements. THIS RESOLUTON IS ADOPTED this 23rd day of April 2019, after notification, second and majority vote in favor of adoption. ATTEST: Crystal K. Kinzel, Clerk BOARD OF C• 4 Y CO IS ;I COLLIER C040 ,FLORI b By: ,_��L ��. By: eSJ AttS 0 •J ,} _, WILLIA1L. MCDANIEL JR.-'FIRMAN signature only. Approved for Form and Legality: By: \ 0j)) Jennifer A. Belpedio 2 Assistant County Attorney CA\ 9p SHIRLEY CONROY RURAL AREA CAPITAL ASSISTANCE GRANT APPLICATION Transportation STANDARD ASSURANCES Disodvontoged The recipient hereby assures and certifies that: 1. The recipient has the requisite fiscal, managerial, and legal capacity to carry out the Transportation Disadvantaged Program and to receive and disburse State funds. 2. The recipient intends to accomplish all tasks as identified in this grant application. 3. The 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 zero- 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 June 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 requirements or Chapter 287 and Chapter 427, Florida Statutes. This certification is va .= for the agreement period for which the grant application is filed. Signature: .. 1 Date: 4/23/19 Name: WillianT;L. McDaniel-7R: Title: Chairman Agency: Board of County Commissioners Service Area: Collier County Approved as to form and legality AITES1 CRYSTAL K. KINZEL.CLERK �z, BY. `. - - Q.0 . Assistant County Att ;y Lal ' \C\ aA[ 1 ;\_ti.N:t as to air \\� only Shirley Conroy Rural Area Capital Assistance Grant Application Forms Form Rev.April 1,2019 fhri?n!cr.ni--i,n W M SHIRLEY CONROY RURAL AREA CAPITAL ASSISTANCE GRANT APPLICATION Transportation APPLICATION FORM Disoclvontard 1. DATE SUBMITTED: 4/23/19 2. LEGAL NAME OF APPLICANT: Collier County Board of County Commissioners 3. FEDERAL IDENTIFICATION NUMBER: 59-6000558 4. REGISTERED ADDRESS: 3299 Tamiami Trail East CITY AND STATE: Naples, FL ZIP CODE: 34112 5 CONTACT PERSON FOR THIS GRANT:Joshua Thomas 6. PHONE NUMBER:239-252-8989 7. E-MAIL ADDRESS: Joshua.Thomas©colliercountyfl.gov 8. PROJECT LOCATION [County(ies)]:Collier County 9. PROPOSED START DATE:July 1, 2019 ENDING DATE: June 30, 2020 10. I hereby certify that this document has been duly authorized by the governing body of the applicant, and the applicant intends to complete the project, and to comply with any attached assurances if the assistance is awarded. William L. McDaniel, Jr_, Chairman TYPED NAME OFyAUTHORIZED REPRESENTATIVE AND TITLE ). -.( -3).„- ---11 1-/ a l /9 SIGNATVRE OF AUTHORIZED REPRESENTATIVE DATE 11. Local Coordinating Board Approval I hereby certify that this grant has been reviewed in its entirety by the County Coordinating Board. COORDINATING BOARD CHAIRPERSON'S SIGNATURE DATE ATTEST CRYSTAL K.K[NZEL,CLERK Approved as to form and legality BY: vun.a- • i Jisi1ttt% At6.St aS fo Ch$ 114ii �- '�ttss i ,,,,„„�� cls, Shirley.6r� 'o+ 11014 Capital Assistance Grant Application Forms Form Rev.April 1, 2019 SHIRLEY CONROY RURAL AREA CAPITAL ASSISTANCE GRANT APPLICATION Tro portc,tion PROPOSED PROJECT SCOPE Disedvontn9ed Describe the Capital Equipment Reguested:. 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 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 C SHIRLEY CONROY RURAL AREA CAPITAL ASSISTANCE GRANT APPLICATION Tronsportotion PROPOSED PROJECT FUNDING Disndunntkged Project Description and Estimated Cost: • Capital equipment - Prioritize based on need. • If vehicle, specify type of vehicle. m 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 24' cutaway universal vehicle ' $79 118.00 2. ----- $ –--- 3. 4. - - — 5. 6. Total Project Cost $79,118.00 Funding Participation Transportation Disadvantaged Trust Funds 190%) 79,l 18.00 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 10/30 Florida Department of Transportation Office of Freight. Logistics and Passenger Operations Order Packet ORDER FORM-PAGE ONE CONTRACT#TRIPS-17-CA-FTS-C COLLINS CUTAWAY TRANSIT VEHICLES-FLORIDA TRANSPORTATION SYSTEMS,INC. AGENCY NAME: DATE: PURCHASE ORDER NUMBER: CONTACT PERSON: (Name, Telephone Number and Email Address) August 23, 2018 Item — UnitCost Quantity Total Cost _Base Vehicle Type Ford Transit 3.7L Gas T24 Commercial 10,360 23' $64.804 Vinyl Stripe Choices Scheme#1 $400 Scheme#2 $500 1 c Scheme#3 $430 Base Seating Standard Seat (per person) $400 14 I ,1 c Foldaway Seat(per person) $545 Children's Seat(per person) $562 SecurementSystems Q'Straint slide and click securement(per position) $570 r I ,1 `1 Sure-Lok Titan securement(per position) $570 WC-18 Compliant Occupant Restraint-Q-Straint QRT360 $820 (per position) Seat belt extensions $35 _ I U Freedman TDSS tie-down system L Side Wheelchair Lift Choices(ILO Standard Lift Add-) Braun Model NCL_9191B-2(or latest) Standard Ricon model K-5510 800 LBS Add$1,116 Braun Model NCL1000 1000 lb Lift Add$121 f d. Rear Wheelchair Lift Choices(ILO Standard Lift Add-) Braun model NVL917IB lift Add$520 (prior approval from FOOT required) Optional Engines Diesel engine meeting current EPA requirements Ford 3 2L Power Stroke Inline 5 diesel $2,962 1 ,`1(r,,I Alternative Fuel Systems Liquid Petroleum Gas(LPG)Engine meeting current EPA requirements: pricing for Alternate Fuel Vehicles include upcharge for delivery and Methane detection system(CNG only) Liquid Petroleum Gas(LPG)Size 20 GGE $16,100 Make:ICOM Installer:Al Alternatives PAGE ONE SUB-TOTAL -- " ' 1_.3r? 1 7 TRIPS-17-CA-FTS-C - 9 - March 2017 10/30 Florida Department of Transportation Office of Freiaht. Logistics and Passenger Operations Order Packet ORDER FORM–PAGE TWO CONTRACT#TRIPS-17-CA-FTS-C COLLINS CUTAWAY TRANSIT VEHICLES-FLORIDA TRANSPORTATION SYSTEMS,INC. August 23, 2018 Item Unit Cost Quantity Total Cost Wheels/Rims Stainless steel wheel liners/inserts $203 l r 10 3 Seating Dimensions vinyl line of coated transit bus seating fabric with Standard antimicrobial Nanocide(per seat) t' Upgrade interior side wall panels with Nanocide $1,562 r Fire Suppression Fog Maker Fire Detection and Suppression System Standard DAFO Fire Suppression System Add$100 Route/Head Signs Transign manually operated roller curtain type sign $1,875 TwinVision "Elyse"(software needed)electronic destination system $7,375 (FR/SD/RE) TwinVision "Mob/-Life"electronic destination sign(FR/SD) $3,812 Transign"Vista Star"electronic destination sign (FR/SD) $4,800 Transign LLC 2-digit Block/Run Number box unit $395 Transign LLC3-digit Block/Run Number box unit $410 Transign LLC passenger "STOP REQUESTED"sign system $1,400 Camera Systems Seon camera System,2 cameras=($1,580);5 Camera system= See Item ($4,300); .— REI camera System,2 cameras=($1,821);5 Camera system= See Item ($4.025) Gate Keeper camera System,2 cameras=($1,868);5 Camera See Item system=($4.300) AngelTrax 2 camera System,2 cameras=($1,924); 5 CameraSee Item i ('` ; i system=($3,700) Apollo 2 camera System,2 cameras=($3,424);5 Camera system See Item =($5.080) Price for single replacement camera $295 +' Exterior Mounted Cameras,upcharge per location $125 GPS,passive $205 Wi-Fi connection $725 Integration with input signals $125 ) PAGE TWO SUB-TOTAL "-" "'" `(, TRIPS-17-CA-FTS-C - 10 - March 2017 10/30 Florida Department of Transportation Office of Freight. Logistics and Passenger Operations Order Packet ORDER FORM-PAGE THREE CONTRACT#TRIPS-17-CA-FTS-C I COLLINS CUTAWAY TRANSIT VEHICLES-FLORIDA TRANSPORTATION SYSTEMS,INC. August 23, 2018 Item Unit Cost Quantity Total Cost NOTE:Two camera systems can accommodate up to four cameras NOTE:Five camera systems can accommodate up to eight cameras Other Options Available Astro Transflor slip resistant vinyl flooring $403 I Li C' Gerfloor slip resistant sheet vinyl flooring Standard Drivers running board $215 1 a 1 S Drivers Safety Partition $280 I Bentec Powder-Coated handrails and stanchions(Yellow) $851 Exterior remote controlled mirrors Standard Romeo Rim HELP bumper(rear only) $645 HawKEye Reverse Assistance System(with rear HELP bumper) $1.500 Reverse camera and monitor backing system:Manufacturer: $309 Rosco -- , Air purification system $2,300 "MentorRanger"in-vehicle computer $6,250 REI Public Address System $369 Upgrade the standard vehicle AM/FM Radio $247 Avail MDT—Includes Para Transit Kit#FC 2012—Driver Interface, Communications,Interface Expansion Box(IEB),Emergency $16,060 Alarm,and Navigational Assistance Unit _ 2-Position Sportworks bike rack(black) $2,085 2-Way Radio Prep $67 LYTX Drive Cam $1,550 Rosco Dual Vision $1,489 Air Conditioning ACT Roof Mount Standard PAGE THREE SUB-TOTAL ---- ---- 1 '' `i 3 TRIPS-17-CA-FTS-C - 11 - March 2017 j 10/30 Florida Department of Transportation Office of Freight. Logistics and Passenger Operations Order Packet ORDER FORM—PAGE FOUR CONTRACT#TRIPS-17-CA-FTS-C COLLINS CUTAWAY TRANSIT VEHICLES-FLORIDA TRANSPORTATION SYSTEMS, INC. ORDER SUMMARY August 23, 2018 Item Unit Cost Quantity Total Cost PAGE THREE SUB-TOTAL (sub-total of third page) i 5'13 PAGE TWO SUB-TOTAL (sub total of second page) `1, I PAGE ONE SUB-TOTAL (sub-total of first page) "" 73,3 77 GRAND TOTAL (sum of pages 1, 2,and 3 sub-totals) "" 75 i lg TRIPS-17-CA-FTS-C - 12 - March 2017 10/30 Florida Department of Transportation Office of Freight. Logistics and Passenger Operations Order Packet ANTICIPATED USAGE 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 X 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 1 Operating Environment(check all that apply) City Streets Highway Parking Lot/Airport Shuttle Retirement Campus Combination City/Highway . College Campus Other Will put or Will add in Operational Equipment(check all that apply) Usina Now these buses the future Destination Signs [ Fare Box -- Routing equipment- — i (� Camera System--------------- – --- – ------------- Passenger counter Other l I Other TRIPS-17-CA-FTS-C - 13 - March 2017 06 J 10/30 Florida Department of Transportation Office of Freight. Logistics and Passenger Operations Order Packet CHOICES FORM CONTRACT #TRIPS-17-CA-FTS-C COLLINS CUTAWAY TRANSIT VEHICLES FLORIDA TRANSPORTATION SYSTEMS, INC. SEATING AND FLOORING CHOICES Seating Colors: (circle one) Blue (arcoal Flooring Colors: (circle one) Blue Gray Beige Black Paint Scheme: (circle one) #1 #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) Brau r Ricon SECUREMENT RETRACTOR CHOICE W/C Securement: (circle one) Sure-Lok Titan t, Q'Straint QRTMAX,' TRIPS-17-CA-FTS-C - 14 - March 2017 .�1 Current Paratransit Vehicle and Transportation Equipment Inventory Name of Applicant Collier County Board of County Commissioners Date of Inventory 4/10/2019 Vehicle Seats& Expected EQUIP# Model Yr. Make/Size/type VIN# FDOT Ramp WC Current Status Retirement Funding Source Control# or Lift Mileage (Active/Spare/ Position Other date CC2-681 2012 CHEVROLET G4500 Odyssey 1GB6G5BL4C1172559 97107 Lift 9+3 310,574 Active 2016 5310 FY11/12 CC2-682 2012 CHEVROLET G4500 Odyssey 1GB6G5BL1C1175080 97108 Lift 9+3 338,962 Active 2016 5310 FY11/12 CC2-793 2013 CHEVROLET Turtle Top 1GB6G5B6LD1153772 97143 Lift 9+3 248,765 Active 2017 5310 FY12/13 CC2-794 2013 CHEVROLET Turtle Top 1 G86G5BL6D1153948 97144 Lift 9+3 244,846 Active 2017 5310 FY12/13 CC2-795 2013 CHEVROLET Turtle Top 1G86G5BL6D1155019 97145 Lift 9+3 244,008 Active 2017 5310 FY12/13 CC2-879 2014 FORD E450 1FDEE4FLOEDA75938 n/a Lift 9+3 203,613 Active 2018 Shirley Conroy CC2-868 2014 VPG MV1 523MF1A60CM101667 97147 Ramp 4+2 115,816 Active 2019 5310 FY13 CC2-997 2015 VPG MV1 57WMD1A65EM100427 n/a Ramp 3+2 97,859 Active 2020 Shirley Conroy CC2-1045 2015 CHEVROLET GLAVAL 1GBBG5BL4E1202016 97182 Lift 12+5 192.333 Active 2020 5310 FY13/14 CC2-1046 2015 CHEVROLET GLAVAL 1GB6G5BL7E1201782 97183 Lift 12+5 191,442 Active 2020 5310 FY13/14 CC2-1047 2015 CHEVROLET GLAVAL 1GB6G5BL2E1201074 97189 Lift 12+5 195,828 Active 2020 5310 FY13/14 CC2-1048 2015 CHEVROLET GLAVAL 1GB6G5BL9E1201346 97187 Lift 12+5 171,546 Active 2020 5310 FY13/14 CC2-1049 2015 CHEVROLET GLAVAL 1GB6G5BL5E1201389 97188 Lift 12+5 208,780 Active 2020 5310 FY13/14 CC2-1113 2015 CHEVROLET GLAVAL 1GB6G5BLOF1259279 98126 Lift 12+5 180,075 Active 2020 5310 FY14'15 CC2-1114 2015 CHEVROLET GLAVAL 1GB6G5BLOF1261808 98127 Lift 12+5 172,775 Active 2020 5310FY14`15 CC2-1115 2015 CHEVROLET GLAVAL 1GB6G5BL8F1262043 98128 Lift 12+5 159,382 Active 2020 5310 FY14'15 CC2-1116 2015 CHEVROLET GLAVAL 1GB6G5BL6F1263000 98129 Lift 12+5 174,445 Active 2020 5310FY1415 CC2-1117 2015 CHEVROLET GLAVAL 1GB6G5BLOF1263333 98130 Lift 12+5 174,578 Active 2020 5310 FY14/15 CC2-1376 2016 VPG MV1 57WMD2C64GM100120 98139 Ramp 3+2 79866 Active 2021 5310 FY15/16 CC2-1377 2016 VPG MV1 57WMD2C63GM100433 98141 Ramp 3+2 13535 Active 2021 5310 FY15/16 CC2-1378 2016 VPG MV1 57W51D2C64GM100540 98140 Ramp 3+2 36393 Active 2021 53101:Y15:16 CC2-1410 2016 CHEVROLET GLAVAL 1GB6GUBL7G1138289 98173 Lift 14+6 137,603 Active 2021 5310 FY15/16 CC2-1411 2016 CHEVROLET GLAVAL 1GB6GUBLOG1140658 98177 Lift 14+6 122,016 Active 2021 5310 FYI5/16 CC2-1412 2016 CHEVROLET GLAVAL 1GB6GUBL3G1265573 98176 Lift 14+6 111,023 Active 2021 531(IFY15-to CC2-1842 2018 FORD GLAVAL 1 FDFE4FS3HDC70786 98195 Lift 12+6 65,043 Active 2023 5310 FYI6;17 CC2-1843 2018 FORD GLAVAL 1FDFE4FS2HDC70794 98196 Lift 12+6 53,125 Active 2023 5310 FY16/17 CC2-1844 2018 FORD GLAVAL 1 FDFE4FS7HDC70791 98197 Lift 12+6 30,249 Active 2023 5310 FY16'I7 CC2-1845 2018 FORD GLAVAL 1FDFE4FS1HDC70785 10001 Lift 12+6 53,662 Active 2023 5310 FY16/17 All vehicles are equiped with cameras and radios. Replaced w/5310 FY16&17-used as spares Applying for replacement w/Shirley Conroy Replacing w/5310 FY19