Loading...
Agenda 12/10/2019 Item #16D14 (FTA Section 5310 Grant Award)12/10/2019 EXECUTIVE SUMMARY Recommendation to approve and authorize the Chairman to sign the FY19-20 Federal Transit Administration (FTA) Section 5310 Grant award contract in the amount of $498,408 and authorize the County Manager or designee to execute any and all documents, including budget amendments, necessary to receive the award and execute all pay requests. OBJECTIVE: To leverage federal and state grant funds to enhance the CAT system and the Transportation Disadvantaged Program. CONSIDERATIONS: On December 11, 2018, (Agenda Item #16D10) the Board of County Commissioners (Board) approved the submittal of an FY 19-20 FTA Section 5310 grant application. This application requested $498,408 for the purchase of six (6) replacement vehicles and six (6) two -way radios and six (6) tablets for the vehicles. The paratransit system maintains a capital replacement schedule for vehicles recommended and scheduled for replacement by Fleet Management. The grant application requested vehicles be replaced that have met the FTA’s vehicle end of useful life criteria and are identified in the Vehicle Replacement Plan in the 2015 Transportation Disadvantaged Service Plan Major Update. On October 23, 2019, Public Transportation Neighborhood Enhancement (PTNE) was notified via e-mail the Florida Department of Transportation, District One (FDOT) had selected Collier County Board of County Commissioners as a State Fiscal Year 2019/2020 grant award recipient under the FTA Section 5310, "Enhanced Mobility of Seniors and Individuals with Disabilities" program. FDOT has fully funded the Collier County Board of County Commissioners' request with the understanding that the FY 2019 Section 5310 Program of Projects has been awarded by FTA. It is the intent of PTNE to purchase vehicles in FY20 through the FDOT Vehicle Procurement Program, a State of Florida contract, which assists transit agencies with technical assistance, offers guidelines for vehicle procurement and provides opportunities to procure certain transit vehicles at the lowest possible prices. Each year the Florida Vehicles Procurement Program (FVPP) assists transit agencies in purchasing transit vehicles in the most economical way possible. This procurement program is managed by the FDOT and administered by the Center for Urban Transportation Research. The purchase of vehicles will be made through the FVPP contract. The FVPP contract was authorized for use by the Board on September 8, 2015, (Agenda #16E5); 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, which is consistent with the County’s Purchasing Ordinance. The FTA Section 5310 capital grant program awarded $398,726 and requires a 20% match for a total of $99,682. The pass through agency of the federal funding, FDOT, provides 50% of the match requirement. As such, the match component of $49,841 (10%) of State funding and $49,8410 (10%) of Local funding for a total project cost of $498,408. The County is required to write a purchase order equaling ten percent (10%) of the total cost of the vehicles and radios. The remaining ninety percent (90%) of the total cost for the vehicles is covered by purchase orders written by FDOT usin g the awarded FTA FY19-20 5310 grant funds. FISCAL IMPACT: The total FTA 5310 award passed through FDOT totals $498,408 as shown below: Description Award Total Federal Award State Match 10% Local Match 10% (6) Cutaways $474,708 $379,766 $47,471 $47,471 16.D.14 Packet Pg. 2394 12/10/2019 (6) Mobile Radios/Tablet $23,700 $18,960 $2,370 $2,370 Total $498,408 $398,726 $49,841 $49,841 Budget amendments are required within Transportation Disadvantaged Grant Fund (428) in the amount of $18,960 and Transportation Disadvantaged Match Fund (429) in the amount $52,211 Project 33665. Matching funds are available from FDOT ($2,370), auction proceeds ($25,540.07) and a transfer from TD Operating Fund 427 ($24,300.93). Matching funds will be supported by the annual General Fund (001) appropriation. Note that only the local match portion for vehicles of ten percent (10%) or ($47,471) is appropriated due to the mandated use of the FVPP in which FDOT pays the vendor directly for the federal and state match shares. Collier County is responsible for the required 10% match for the radios ($2,370) GROWTH MANAGEMENT IMPACT: There is no Growth Management impact associated with this item. LEGAL CONSIDERATIONS: This item is approved for form and legality and required a majority vote for Board action. - JAB RECOMMENDATION: To approve and authorize the Chairman to sign the FY19-20 FTA Section 5310 Grant award contract in the amount of $498,408 and authorize the County Manager or designee to execute any and all documents, including budget amendments, necessary to receive the award and execute all pay requests. Prepared By: Hilary Halford, Sr. Grant & Housing Coordinator, Community & Human Services Division ATTACHMENT(S) 1. [LINKED] Agreement CAO Stamped (PDF) 2. NOGA_5310-44_Collier County BOCC_BS-UZA_DRAFT_Cover letter_Signed (PDF) 16.D.14 Packet Pg. 2395 12/10/2019 COLLIER COUNTY Board of County Commissioners Item Number: 16.D.14 Doc ID: 10845 Item Summary: Recommendation to approve and authorize the Chairman to sign the FY19-20 Federal Transit Administration (FTA) Section 5310 Grant award contract in the amount of $498,408 and authorize the County Manager or designee to execute any and all documents, including budget amendments, necessary to receive the award and execute all pay requests. Meeting Date: 12/10/2019 Prepared by: Title: – Community & Human Services Name: Hilary Halford 11/15/2019 3:30 PM Submitted by: Title: Manager - Federal/State Grants Operation – Community & Human Services Name: Kristi Sonntag 11/15/2019 3:30 PM Approved By: Review: Community & Human Services Blanca Aquino Luque Additional Reviewer Completed 11/19/2019 4:21 PM Community & Human Services Maggie Lopez Additional Reviewer Completed 11/19/2019 5:31 PM Community & Human Services Tami Bailey Additional Reviewer Completed 11/19/2019 5:57 PM Community & Human Services Kristi Sonntag CHS Review Completed 11/20/2019 8:48 AM Community & Human Services Cormac Giblin Additional Reviewer Completed 11/20/2019 10:37 AM Public Services Department Kimberley Grant Level 1 Reviewer Completed 11/21/2019 5:06 PM Public Transit & Neighborhood Enhancement Michelle Arnold Additional Reviewer Completed 11/21/2019 5:58 PM Public Services Department Joshua Hammond Level 1 Division Reviewer Completed 11/22/2019 7:34 AM Public Transit & Neighborhood Enhancement Caroline Soto Additional Reviewer Completed 11/22/2019 9:37 AM County Attorney's Office Jennifer Belpedio Level 2 Attorney of Record Review Completed 11/22/2019 11:56 AM Grants Erica Robinson Level 2 Grants Review Completed 11/22/2019 1:07 PM Public Services Department Steve Carnell Level 2 Division Administrator Review Completed 11/22/2019 3:36 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 11/22/2019 4:53 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 11/25/2019 8:20 AM Grants Therese Stanley Additional Reviewer Completed 11/25/2019 12:15 PM County Manager's Office Sean Callahan Level 4 County Manager Review Completed 11/25/2019 1:51 PM 16.D.14 Packet Pg. 2396 12/10/2019 Board of County Commissioners MaryJo Brock Meeting Pending 12/10/2019 9:00 AM 16.D.14 Packet Pg. 2397 Florida Department of Transportation RON DESANTIS 801 N. Broadway Avenue KEVIN J. THIBAULT, P.E. GOVERNOR Bartow, FL 33830 SECRETARY NOTICE OF FTA SECTION 5310 GRANT AWARD FL -16-0044 / SFY 2019/2020 Based on the Agency's Application for Federal Assistance under 49 U.S.C. Section 5310, "Enhanced Mobility of Seniors and Individuals with Disabilities" program, which was due to the Florida Department of Transportation (FDOT), District One Modal Development Office (Department) on or before January 2, 2019 and is on file at the FOOT, District One, 801 North Broadway Avenue, Bartow, Florida 33830 offices, the Department hereby makes the following federal grant award under the 49 U.S.C. Section 5310 Program to: Collier County Board of County Commissioners (Subrecipient) 435210-1-93-16 Bonita Springs UZA Temp. No. 1001-2019-2 1 -Perm No. 3299 Tamiami Trail East, Suite 103, Naples, FL 34112 Agency's DUNS Number Estimated Estimated Estimated Estimated Description Total Federal State Local 100% 80% 10% 10% (6) Cutaways $474,708.00 $379,766.00 $47,471.00 $47,471.00 6 Mobile Radioslfabiets $23,700.00 $18,960.00 $2,370.00 $2,370.00 TOTAL $498,408.00 $398,726.00 $49,841.00 $49,841.00 Financial Management Number: 435210-1-93-16 Federal Award identification Number (FAIN): Temp. No. 1001-2019-2 1 -Perm No. Agency's DUNS Number Agency's Federal Employee Identification No. (FEIN) Agency's Fiscal Year (month to month Permanent FAIN number will boas signed to this award after Its execution and will be copied to Subrecipient. ACCEPTANCE OF GRANT AWARD The undersigned accepts the above-described award and: a) The Subrecipient reaffirms its assurances to Federal Transit Administration (FTA) and FDOT as stated in Exhibits 1, L, and M of its application. b) The Subrecipient 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 Subrecipient agrees to comply with all applicable civil rights statutes and implementing regulations. d) The Subrecipient agrees to contact the FDOT Contractor, Lazara Stinnette, at the Center for Urban Transportation Research (CUTR), Florida Transit Research Inspection and Procurement Services (TRIPS) at 813-974-0695 to arrange purchase of the above items. This purchase will follow the Department's Guidelines for Acquiring Vehicles and Equipment. e) The Subrecipient must do the following PRIOR to the purchase of EQUIPMENT: 1) Follow FDOT Procurement Guidance for Transit Agencies manual, as amended, and complete the appropriate Third -Party Checklist in accordance with the procurement threshold, as outlined in the Introduction, and submit to your FDOT Transit Projects Coordinator for review. 2) Once the Agency has received an approved Third -Party Procurement Checklist from their FDOT Transit Projects Coordinator, they can purchase equipment. 3) For reimbursement from the Department, provide a Reimbursement Invoice, an Agency Invoice, approved Third -Party Procurement Checklist and proof of purchase and payment (such as merchant receipt) to your FDOT Transit Projects Coordinator. www.fdot.gov �1 4) Send all documents to your FDOT Transit Projects Coordinator on or before April 161h, for review, approval, and signature. The FDOT Transit Projects Coordinator will then forward approval to Lazara with CUTR to request reimbursement. f) The Subrecipient MUST request purchase of the VEHICLES on or before April 15, 2020. g) The Subrecipient agrees to submit the local matching funds when requested to do so. h) The Subrecipient, if it is not a Community Transportation Coordinator (CTC), agrees to submit its Annual Operating Report (AOR) data to the CTC as requested. i) The Subrecipient will forward a copy of its maintenance plan as outlined in their Transportation Operating Plan (TOP) or System Safety Program Plan (SSPP) to Ms. Dale Hanson within 30 days of receiving the vehicle, if you have not already done so. j) The Subrecipient is required to insure the vehicles. The Department shall be named as "certificate holder" on the insurance policy throughout the time period the Department is the only lien holder. The Subrecipient shall be required to submit proof of insurance showing minimum coverage and the Department listed as "certificate holder" within 30 days of receiving the vehicle and provide proof of insurance yearly. SPECIAL CONSIDERATIONS: E -Verify - Vendors/Contractors: 1. Shall utilize the U.S. Department of Homeland Security's E -Verify system to verify the employment eligibility of all new employees hired by the Vendor/Contractor during the term of the contract; and 2. Shall expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's E -Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. Single Audit Information Please note this award is for a passenger vehicle(s) and/or other capital equipment/costs. The value of the federal award should be considered as non-cash assistance. A non -Federal entity as defined by OMB Circular A-133, for fiscal years beginning before December 26, 2014, and 2 CFR Part 200, thereafter, as a recipient of this Federal award, may be subject to the audit requirements established by OMB Circular A-133, for fiscal years beginning before December 26, 2014, and 2 CFR Part 200, thereafter. In determining Federal awards expended in a fiscal year, the non -Federal entity must consider all sources of Federal awards, including non- cash contributions. To be signed by the Subrecipient and returned to the FDOT District One Office AGENCY: Accepted by: (Name) (Signature) Typed Name and Title: FLORIDA DEPARTMENT OF TRANSPORTATION Award Approved by: Date Federal Award Date: Typed Name and Title: Paul A. Simmons District Modal Development Administrator Approved as to form and legality www.fdot.gov C111Assistant County Attorney �Oy � -IN ATTEST CRYSTAL K. KINZEL, CLERK Page 2 of 5 M 16.D.14.b Packet Pg. 2398 Attachment: NOGA_5310-44_Collier County BOCC_BS-UZA_DRAFT_Cover letter_Signed (10845 : FY19-20 Federal Transportation 16.D.14.b Packet Pg. 2399 Attachment: NOGA_5310-44_Collier County BOCC_BS-UZA_DRAFT_Cover letter_Signed (10845 : FY19-20 Federal Transportation