Loading...
Resolution 2019-238 RESOLUTION NO. 19-_22.8 A RESOLUTION OF THE COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS AUTHORIZING THE SIGNING AND SUBMISSION OF A GRANT APPLICATION AND SUPPORTING DOCUMENTS AND ASSURANCES TO THE FLORIDA DEPARTMENT OF TRANSPORTATION, THE ACCEPTANCE OF A GRANT AWARD FROM THE FLORIDA DEPARTMENT OF TRANSPORTATION, AND THE PURCHASE OF VEHICLES AND/OR EQUIPMENT AND/OR EXPENDITURE OF GRANT FUNDS PURSUANT TO A GRANT AWARD. WHEREAS, 49 U.S.C. §5310 authorizes the Secretary of Transportation to make grants and loans to local government authorities such as Collier County to help provide mass transportation services to meet the special needs of elderly individuals and individuals with disabilities; and WHEREAS, each year, through an application process administered by the Florida Department of Transportation, the Collier County Transportation Disadvantaged program has obtained funds that are used for the purchase of vehicles and for the provision of transportation services to the elderly and disabled residents of Collier County; and WHEREAS, the Collier County Local Coordinating Board has requested that the Collier County Board of County Commissioners apply this year for FTA 49 U.S.C. §5310 funds in order to purchase vehicles and equipment to transport the elderly and disabled residents of Collier County; and WHREAS, Collier County Board of County Commissioners has the authority to apply for and accept grants and make purchases and/or expend funds pursuant to grant awards made by the Florida Department of Transportation as authorized by Chapter 341, Florida Statutes and/or by the Federal Transit Administration Act of 1964, as amended. NOW THEREFORE, BE IT RESOLVED by the Board of County Commissioners, Collier County, Florida, that: 1. The Chairman, or his designee, is hereby authorized to revise and execute any and all documents necessary to apply for the Federal Transit Administration Section 5310 Grant. This authority includes executing the Certification and Assurance to FDOT document, a copy of which documents are attached hereto, to approve any budget amendments necessary to receive these funds, and to accept these funds on behalf of the County. 0 2. Any decision to terminate or otherwise not accept the Grant shall first require approval by the Collier County Board of County Commissioners as an agenda item. 3. This Resolution shall be effective immediately upon signature by the Chairman. This Resolution adopted after motion, second and majority vote favoring same, this 10th day of December 2019. ATTEST: CRYSTAL K. KINZEL, CLERK BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA lb / By�� • OC". BY: Id ___ __ AV ',! {;� / �nPe•* Clerk ' lliam L. McDaniel, Jr., C airman ,. signature only Approved/AYGs;form and legality: W))%Jenni r A. Belpej Assistant County Attorney �CY C\ 0 0 Florida Department of Transportation-5310 Instructions—SFY21 Purple-All Red- Capital Blue-Operating Florida Department of Transportation 49 U.S.C. Section 5310 C3Capita & Operating Assistance Application — SFY 2021 Formula Grants for the Enhanced Mobility of Seniors and Individuals with Disabilities CFDA 20.513 Legal Applicant Name: Collier County Board of County Commissioners First Time Applicant X Previous Applicant Project Type and Service Area of this Application (check all that apply): X Large Urban Service Area Small Urban Service Area Rural Service Area 0 Florida Department of Transportation-5310 Instructions—SFY21 Purple-All Red- Capital Blue-Operating Table of Contents TABLE OF CONTENTS 2 PLEASE NOTE 3 CHECKLIST 4 APPLICANT INFORMATION 5 PART I —APPLICANT ELIGIBILITY 6 Eligibility Questionnaire 6 Exhibit A: Cover Letter 7 Exhibit B: Governing Board's Resolution 8 Exhibit C: Coordinated Public Transit-Human Service Transportation Plan 11 Exhibit D: CTC Agreement or Certification 12 Exhibit E: Certification of Incorporation 12 Exhibit F: Proof of Non-Profit Status 12 Exhibit G: Local Clearinghouse Agency/RPC Cover Letter 12 Exhibit H: Public Hearing Notice 12 PART II - FUNDING REQUEST 16 Form A-1: Current System Description 16 Form A-2: Fact Sheet 19 Form A-3: Proposed Project Summary 22 Form B-1: Financial Capacity— Proposed Budget for Transportation Program 29 Form B-2: Operations Phase- Estimate of Project Costs by Budget Category 32 Form B-3: Capital Request Form 33 Form C: Current Vehicle and Transportation Equipment Inventory Form (for entire fleet) 40 PART III — MANAGERIAL CAPABILITY 45 Exhibit I: FDOT Certification and Assurances 45 Exhibit J: Standard Lobbying.Certification 47 Exhibit K: Leasing Certification 48 Exhibit L: Certification of Equivalent Service 49 Form 424: Application for Federal Assistance 52 Exhibit M: Federal Certifications and Assurances 55 Exhibit N: Transportation Operating Procedure (TOP) N/A Exhibit 0: Title VI Plan 57 Exhibit P: Protection of the Environment N/A Exhibit Q: Triennial Review— Corrective Action Plan (CAP) Closeout TBD 0 Florida Department of Transportation-5310 Instructions—SFY21 Purple-All Red- Capital Blue-Operating Please Note This grant application is color coded based on which type of award you are applying for. Forms and exhibits in purple must be completed for all applications. All Applications Forms and exhibits in red apply to capital applications, exclusively. Capital Applications Forms and exhibits in blue apply to operating applications, exclusively. Operating Applications Page 3 of 66 0 Florida Department of Transportation-5310 Instructions—SFY21 Purple-All Red- Capital Blue-Operating Checklist Each of the below items must be included with your Section 5310 Grant Application submittal in the same order as the checklist. [X Application Checklist (this form) [� Applicant Information PART I -APPLICANT ELIGIBILITY ® Eligibility Questionnaire (only applicable for returning applicants) EN Exhibit A: Cover Letter • Exhibit B: Governing Board's Resolution X❑ Exhibit C: Coordinated Public Transit-Human Service Transportation Plan [X Exhibit D: CTC Agreement or Certification © Exhibit E: Certification of Incorporation (Required for all first-time private non-profit applicants) © Exhibit F: Proof of Non-Profit Status g Exhibit G: Local Clearinghouse Agency/RPC Cover Letter (Required if proposed project is for facilities) Date received: ® Exhibit H: Public Hearing Notice PART II - FUNDING REQUEST ® Form A-1: Current System Description ® Organization Chart ® Form A-2: Fact Sheet ® Form A-3: Proposed Project Summary ® Form B-1: Financial Capacity— Proposed Budget for Transportation Program ® Proof of Local Match E] Supporting Documentation ® Form B-2: Operations Phase- Estimate of Project Costs by Budget Category ® Form B-3: Capital Request ® Completed Sample Order Form(s) [I Form C: Current Vehicle and Transportation Equipment Inventory PART III —REQUIRED DOCUMENTS ® Exhibit I: FDOT Certification and Assurances ® Exhibit J: Standard Lobbying Certification ® Exhibit K: Leasing Certification [� Exhibit L: Certification of Equivalent Service ® Form 424: Application for Federal Assistance • Exhibit M: Federal Certifications and Assurances Exhibit N: Transportation Operating Procedure (Applies to Section 5310-only Applicants) El Exhibit 0: Title VI Plan H Exhibit P: Protection of the Environment (Required if the proposed project is for facilities) E Exhibit Q: Triennial Review—CAP Closeout [Will be provided once closeout is complete] Page 4 of 66 0 Florida Department of Transportation-5310 Instructions—SFY21 Purple-All Red- Capital Blue-Operating Applicant Information FDO� 49 U.S.C. Section 5310, Formula Grants for the Enhanced Mobility of Seniors and Individuals with Disabilities: • GRANT APPLICATION Agency (Applicant) Legal Name: Physical Address (No P.O. Box): Collier County Board of County Commissioners 3299 Tamiami Trail East Suite 103 Applicant Status: First-time applicant X Returning applicant A first-time applicant has not received any funding for the past two grant cycles Applicant's County: CCollier If Applicant has offices in more than one county, list county where main office is located City: Naples State: Zip + 4 Code: Congressional District: FL 34112-5749 14 Federal Taxpayer ID Number: 59-6000558 Applicant Fiscal period start and end dates: October 1, 2020to September 30, 2021 State Fiscal period from:July 1, 2020 to June 30, 2021 Applicant's DUNS Number: 076997790 Unique 9-Digit number issued by Dun&Bradstreet. May be obtained free of charge at:http://fedgov.dnb.com/webform • Counties Served: Collier County Project's Service Area: X Large Urban ❑ Small Urban ❑ Non-Urban List the county or counties that will be served by the proposed project. Check all that apply. Executive Director: Grant Contact Person (if different than Executive Director): Michelle Arnold Tami Bailey Telephone: Telephone: 239-252-5841 239-252-5218 Fax: Fax: 239-252-3929 239-252-2638 E-mail Address: Email Address: Michelle.arnold@colliercountyfl.gov Tami.bailey@colliercountyfl.gov Current Vehicle Inventory: 2 Vans 0 Vans/Lifts 0 Sedans o iniv- s Enter Number for ENTIRE Fleet 28 Buses/Cutaways 2, ether /A Authorizing Representative certifying to the inform n c0 a1, :i ir'T thit app'.-toms true and accurate. Signature (Authorizing Representative) [blue ink]: I Printed Name: William L. McDaniel Jr. Title: Chairman Email Address: Bill.McDaniel(a)colliercountyfl.gov *Must attach a Resolution of Authority from your Board (original document) for the person signing ALL documents on behalf of your agency. See Exhibit B e Approved as to form and legality ATTEST - 4" CRYSTAL K: NZ LERK Page 5 of 66 • BY: C� ;;, m: Is Assistant Count • rlt\ Attest aso F i r• �- signature only; Florida Department of Transportation-5310 Instructions—SFY21 Purple-All Red- Capital Blue-Operating PART I - APPLICANT ELIGIBILITY Eligibility Questionnaire This questionnaire applies to returning applicants. If you are a current grant sub-recipient and are not compliant with all FDOT and FTA Section 5310 requirements, you will not be eligible to receive grant funds until compliance has been determined.You must be in compliance at time of grant award execution. Are you a returning applicant? *If yes, please answer all questions. If no, disregard K. Yes ❑ No remaining questions in this questionnaire. Has your agency completed a Triennial Oversight Yes ❑ No ❑ Review Scheduled Review? = Was not notified by FDOT District Office If yes, what date(s) did the review occur? November 19, 2019 If yes, is your agency currently in compliance? IX] Yes ❑ No ❑ N/A If your agency is not in compliance, do you have a ❑ Yes ❑ No IXC N/A Corrective Action Plan (CAP) to come into compliance? If yes, what is the anticipated date of corrective action closeout? Did your agency complete the "Section 5310 n Yes ❑ No Program Performance Measures Annual Report"? If no, what date will your agency submit the report? Is your agency registered on SAM.gov? 0 Yes n No Note:Agency m st re.' ter each year/applica '.n / If yes, registration expiration date: cycle. / / October 13, 2020 Sig tture [blue ink] William L. McDaniel, Jr., Chairman December 10, 2019 Typed Name and Title Date • ...... ATTEST .• v__- '" Page 6 of 66 Approved as to form and legality CRYSTAL I ;'KIA17EL,,�LE�tK• . BY: ' C. es As 'stunt County orney signature o y. Florida Department of Transportation-5310 Instructions— FY21 Purple-All Red- Capital Blue-Operating Exhibit A: Cover Letter Co ler County Public Services Department Public Transit & Neighborhood Enhancement Division December 10, 2019 Charlene Ross Transit Project Coordinator FDOT, District One, Modal Development Office/Public Transit 801 North Broadway Avenue Bartow, FL 33830 Re:5310 Grant Submittal Dear Ms. Ross: Collier County Board of County Commissioners submits this application for the Section 5310 Program Grant and agrees to comply with all assurances and exhibits attached hereto and by this reference made a part thereof, as itemized in the Checklist for Application Completeness. Collier County Board of County Commissioners further agrees,to the extent provided by law(in case of a government agency in accordance with Sections 129.07 and 768.28, Florida Statutes)to indemnify, defend and hold harmless FDOT and all its officers, agents and employees from any claim, loss, damage, cost, charge,or expense arising out of the non-compliance by the Agency, its officers, agents, or employees,with any or the assurances stated in this Application. This application is submitted on this 10th day of December 2019 with one (1) original resolution and three (3) certified copies of the original resolution authorizing the Chairman of the board of County Commissioners to sign this Application.Thank you for your assistance in this matter. Sincerely, 1,61, ��►- .40� Willia 41. McDaniel,Jr. Chair rn, Collier County Board of County Commissioners Page 7 of 66 Gr PubticTransit&Neighbortaai Enhancement•3299 Tamiami Trail E.,Suite 103•Naples,Florida 34112-5746.239-252-5840•FAX 239-252-6628•www.colliergov.net 0 Florida Department of Transportation-5310 Instructions—SFY21 Purple-All Red- Capital Blue-Operating Exhibit B: Governing Board's Resolution Executed Resolution to follow this page Page 8 of 66 RESOLUTION NO. 19-fi8 A RESOLUTION OF THE COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS AUTHORIZING THE SIGNING AND SUBMISSION OF A GRANT APPLICATION AND SUPPORTING DOCUMENTS AND ASSURANCES TO THE FLORIDA DEPARTMENT OF TRANSPORTATION, THE ACCEPTANCE OF A GRANT AWARD FROM THE FLORIDA DEPARTMENT OF TRANSPORTATION, AND THE PURCHASE OF VEHICLES AND/OR EQUIPMENT AND/OR EXPENDITURE OF GRANT FUNDS PURSUANT TO A GRANT AWARD. WHEREAS, 49 U.S.C. §5310 authorizes the Secretary of Transportation to make grants and loans to local government authorities such as Collier County to help provide mass transportation services to meet the special needs of elderly individuals and individuals with disabilities; and WHEREAS, each year, through an application process administered by the Florida Department of Transportation, the Collier County Transportation Disadvantaged program has obtained funds that are used for the purchase of vehicles and for the provision of transportation services to the elderly and disabled residents of Collier County; and WHEREAS, the Collier County Local Coordinating Board has requested that the Collier County Board of County Commissioners apply this year for FTA 49 U.S.C. §5310 funds in order to purchase vehicles and equipment to transport the elderly and disabled residents of Collier County; and WHREAS, Collier County Board of County Commissioners has the authority to apply for and accept grants and make purchases and/or expend funds pursuant to grant awards made by the Florida Department of Transportation as authorized by Chapter 341, Florida Statutes and/or by the Federal Transit Administration Act of 1964, as amended. NOW THEREFORE, BE IT RESOLVED by the Board of County Commissioners, Collier County, Florida, that: 1. The Chairman, or his designee, is hereby authorized to revise and execute any and all documents necessary to apply for the Federal Transit Administration Section 5310 Grant. This authority includes executing the Certification and Assurance to FDOT document, a copy of which documents are attached hereto, to approve any budget amendments necessary to receive these funds, and to accept these funds on behalf of the County. 0 2. Any decision to terminate or otherwise not accept the Grant shall first require approval by the Collier County Board of County Commissioners as an agenda item. 3. This Resolution shall be effective immediately upon signature by the Chairman. This Resolution adopted after motion, second and majority vote favoring same, this 10th day of December 2019. ATTEST: CRYSTAL K. KINZEL, CLERK BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA ll By • ()Cr By: ./_£ widll ; f S ' an •O Clerk ' lliam L. McDaniel, Jr., CII airman A sig itthe oily. q..., •,:-. \ by Approvec14s stgibf m and legality: S0S4 i Jenni r A. Belpe Assistant County Attorney `p1 0 Florida Department of Transportation-5310 Instructions—SFY21 Purple-All Red- Capital Blue-Operating Exhibit C: Coordinated Public Transit-Human Service Transportation Plan The entire Plan is provided at the end off this application. The projects selected for funding under the Section 5310 program must be included in a locally developed, coordinated public transit-human services transportation plan (Coordinated Plan) that was "developed through a process that includes representatives of public, private, and non-profit transportation and human services providers and participation by members of the public." Reference: FTA C 9070.1G Chapter V Certification Collier County Board of County Commissioners certifies and assures to the Florida Department of Transportation regarding its application for assistance under 49 U.S.C. 5310 that this grant request is included in a coordinated plan compliant with Federal Transit Administration Circular FTA C 9070.1(0) The name of this coordinated plan: Collier County Transit Development Plan (TDP) (b) The agency that adopted this coordinated plan: Collier County Board of County Commissioners (c) The date the coordinated plan was adopted: December 13, 2016 (d) Section and page in the coordinated plan that identifies the project or need your agency is fulfilling: Page 127 Under Section 9: Capital/Infrastructure Alternatives Signa fe[blue ink] William L. McDaniel, Jr., Chairman Typed Name and Title of Authorized Representative December 10, 2019 Date Approved as to form and legality . `y r;`if, ATTEST �, .. a , CRYSTAL K.K 'aEL, AS scant County turncy -361 "1.4 Attesf CIa° ' . Page 11 of 66 signature 9nly. .� 0 Florida Department of Transportation-5310 Instructions—SFY21 Purple-All Red- Capital Blue-Operating Exhibit D: CTC Agreement or Certification Provided at the end off this application. See Grant Application Instruction Manual for Community Transportation Coordinator (CTC) Agreement requirements. Exhibit E: Certification of Incorporation - N/A All first-time private non-profit applicants must include a copy of their certification of incorporation here. You may insert the certification as a PDF or print and attach the document to your final application. Exhibit F: Proof of Non-Profit Status - N/A All private non-profit applicants must include proof of non-profit status here. You may insert the proof of status as a PDF or print and attach the document to your final application. Exhibit G: Local Clearinghouse Agency/RPC Cover Letter - N/A If grant application is for facilities, please include a copy of the cover letter submitted to the local clearinghouse agency or Regional Planning Council (RPC. You may insert the letter as a PDF or print and attach the document to your final application. Exhibit H: Public Hearing Notice Attach a copy of the notice of public hearing and an affidavit of publication here, if applicable (see instruction manual). You may insert the notice as a PDF or print and attach the document to your final application. Public Notice Public Notice and Affidavit to follow this page. Page 12 of 166 •',UiPtgO.attligNent.— PARTOF.THt:USATODAYNETYitO111C. Published Daily Naples, FL 34110 CC HOUSINGHUMAN VETE RAN SERV 3339 TAMIAMI TRL E#211 NAPLES,FL 34112-5361 Affidavit of Publication STATE OF WISCONSIN COUNTY OF BROWN Before the undersigned they serve as the authority, personally appeared said legal clerk who on oath says that he/she serves as Legal Clerk of the Naples Daily News, a daily newspaper published at Naples, in Collier County, Florida;.distributed In Collier and Lee counties of Florida; that the attached copy of the advertising was published In said newspaper on dates listed. Affiant further says that the said Naples Daily News is a newspaper published at Naples, in said Collier County, Florida, and that the said newspaper has heretofore been continuously published in said Collier County, Florida; distributed in Collier and Lee counties of Florida, each day and has been entered as second class mail matter at the post office in Naples, in said Collier County, Florida, for a period of one year next preceding the first publication of the attached copy of advertisement; and affiant further says that he has neither paid nor promised any person, or corporation any discount, rebate, commission or refund for the purpose of securing this advertisement for publication in the said newspaper. Published; November 13,2019 Subscribed and sworn to before on November 13,2019: �Gta rt.(Y1 on r_.it Loci, Notary,State of WI, County of Brown TARA MONDLOCH Notary Public State of Wisconsin My commission expires August 6, 2021 MtIV 19 P1.42`,511 Publication Cost:$728.00 Ad No:0003887537 Customer No:1304214 PO#: v.02 2019_(5) This is not an invoice Page 13 of 66 PLISi.iC NOTICE= Pubfie Nptice is hereby given that Collier County is applying to the Florida De crimen` 01 Tren$pOrt{;Ii0n far e.c- pile* grant en- der section 5310 of the Federal TraM$it Act 01 1991,as amended, for the purchase of six(9)replacement peretrensit vehfoles with €adios enc tablets to be used for the provision 01 public 'fansit servieeswehle Collier County, FL.Collier County will 5150 Oe ap- plying to the Florida Department of Transportation for.s grant under seotton e338 of the Federal?rensit Act of 1991,as amend- ed for de3ieo and ebettruction of a Superetop in the Immattelee area Corlslslifg 01 A.shelt4red transfer station los passengers. The site would also be secured with fencing and space to store reObvery vehicles acrd overnight bus storage, This notice is to provide an opportunity for a Public Hearing for this project, This publlo notice Is to ensure that this project and the contemplated services will not duplicate oureent or pro- poeed setvioee provided by existing transit on parstransit opera- tore In the area.This hearing will be conducted it and only If a written request for the hearing Is received by within. 10 (ten) days of November 13 2019,Requests for a hearing must be sent to Michelle E.Arnold Collier Area Transi€, 3299 East Tamiami Trail#103,Naples,Florida 34112 and copy sent to FDOT,District One Modal Development OJtieeJPubtiu Transit Southwest Urban Area Office at 801 North Broadway, Bartow. Florida 33630.Any interested party may obtain more information about these grants by contact* the PTNE.)ivision at (230) 252-5840 be- tween the hours of 8 a,m, to 6 p,m„ Monday through Friday, Publio comment period will open Wednesday November 13, 2019 through Friday December 19,2019. • Persons who require special accommodations under the American with Disabilities Act or persons who require transla- • tion services should contact Michelle E.Arnold at ndohelle.amol d@'colllercountyil gov Collier County Public 8ervicos Depart- ment, Public Transit & Neighborhood Enhancement Division 3299 East Tamiaml Trail 4103, Naples, Florida 341121(239)252- 6840, Cotner Area Transit operates In compliance with Federal Transit Administration, (FTA)program requirements and ensures that transit services are made available and equitably distributed. Florida Low and Title VI of the Civil Rights Act of 1964 Prohibits Discrimination in Public accommodations on the basis of race, color,sex,national origin,disability,Income or of marital status. Persons believing they have been dlscrIminated against on these on those conditions may filo a complaint with the Florida Com- mission on Human Relations at 850.486.7062 or 800.342.8170 f{ve�loo massaging). OcUlar Area Transit has a Disadvantaged Business Enterprise (DBE)goal of 1.7791,. November 13,2019 Avlso Publlca El Condado do Collier este appllcanda al Departamanto do Transporto del estado do la Florida par sustdias del programa Federal da Transito de 1991,secclon 5310,pare roemplazar seta vehlcutos do paratransita equipadas con radios y coraputadoras para et seMelo publlea del Condado do Collier. El Condado appllcara al Departamento de Transports do la Florida b* ceeclort 6339 de at Mite Federal de 1001. Los subsidies saran destinados pare al dlsene y mnstruccton de un Superstep en Imnakolea qua caristsira de un area cubierta do pesa)aras iransferlendose de vehiculos. El area oslara oeraada y tendra •• impute)pare estaclonar sutobuses en la nacho, • Esteavlso se pars der ad publico una oportunldad vie esisiir ala audlencda publics ds este proyyscto, y Tarnblen pare asegurar que este proysato y foe servicios contemplado no displilOan l s senhooles qua ekieten al moment Eats audrancia publics se reSliz,gra solament sl sosolloile par escrtta denlro de los 10 thee wearies a perils de navismbre 13, del 2019.La solicilud de 1a . atsliehela pubiioa dolman ser envladas a Michelle E.Arnold 06tdler Area Transit, 3290 East Tamtami Trail ria. 10,Naples, fri 34112'Tambien Copia do esla solicited debera enviarSe a FOOT, District One Modal Development OilICerPublio Transit, Southwest Urban area ()rove et 801 North SrOadwe , 8arlOw, Florida 39930. Los Interesadas puked ohteiler mas informaoien Sabre subsidies,comunloendose con el PINE OM- sion al IIelefOno (230)252-$84(I de Lucas a ViemeS de 8 pee. a 5 p.m.. COnlenlerles del pubUoo sir reoihiren. desde el mieroolea 13 da Noviembre,2019 hasty el Viernes 13 de cicinrnbre,2019. De ecuardO con el ADA-American with Oneebili.fiee ACt (Acta Federal para personas eon Discapeeldedes) Guienes neeesrten aComodAOlon espe ial p servicios de ttrtduccion deberan corltaclar a Miohelle E.ArnOtd 4 au.vasa electronioo flitch-elle. arnotdre)celileroeuntyll.iov, Collier County Public $ervloe5 Departmaent, Public Transit and Neighborhood Enhancement Division, 3299 East Tamiaml Trail, No. 103, Naples, Florida 3411,2(299)252-5840. Collier Area Transit (CAT)opera conforme a las regulzcionas de to Administracion de Transito Federal, (FTA)y asegura quo los servieios de transito son distribuidas equitativamente. Le ley de la Florida Tilula VI de el Acto de Derechos Civfiee de 1964 prohibs descrimdnacion en alojamientos pubiioo basado en raze, color, sexo,naclonalidad ,discapeoided, rngresos o estado civil. l.as personas que moan qua hon side descriminedes pueden presentar sus que)as a la"Florida Commission on Human Rela- tions' al telsiono 850-488.7082 o al 800.342.8170 (menseles de Page 14 of 66 voz) Collier Area Transit liens una meta de 1,77% Empresa • 0 C,nmerrinl D,!salnvoreoiria MDEES novlembre 13, del 2019 tt3687637 Pub Date:Nov 13,2019 . 4 Page 15 of 66 1 Florida Department of Transportation-5310 Instructions—SFY21 Purple-All Red- Capital Blue-Operating PART II - FUNDING REQUEST Form A-1: Current System Description (a) Please provide a brief general overview of the organization type (i.e., government authority, private non-profit, etc.) including its mission, program goals, and objectives (Maximum 300 words). CAT provides seasonal and permanent residents of Collier County with an accessible mode of travel. These include seven days a week of fixed route and paratransit public services with approximately 19 to 20 routes per system on a daily basis. The CAP program provides transportation services to individuals who do not have access to any other means of transportation and are eligible through several funding programs. The funding programs are the Florida Department of Transportation, Agency for persons with Disabilities and Florida Commissions for the Transportation Disadvantaged; these include funding for individuals with disabilities, low income, and elderly in both the urbanized and non- urbanized areas of the County. The Medicaid program has been managed by a private provider since July 1st of 2012. CAP's mission is to; " Identify and safely meet the transportation needs of Collier County, through a courteous, dependable, cost effective and environmentally sound team commitment." The Collier County Local Coordinating Board Mission is, "To carry out a coordinated and comprehensive approach to planning, developing and providing transportation services that meet the needs of transportation disadvantaged persons." There are six goals that support the mission which were adopted in its Transportation Disadvantaged Service Plan (TDSP). For every goal there are between four and thirteen objectives. The six goals can be summarized in implementing and providing an efficient, effective and safe coordinated transportation system that provides quality services. The last goal states securing the necessary funding to meet all six goals which is the ultimate purpose of this grant application. (b) Please provide information below: • Organizational structure (attach an organizational chart at the end of this section) • Total number of employees in organization 122 • Total number of transportation-related employees in the organization 8 (c) Who is responsible for insurance, training, management, and administration of the agency's transportation programs? (Maximum 100 words) The management of the MV contract is conducted by the Collier County Public Transit and Neighborhood Enhancement (PTNE) Division.MV is responsible for the transit drivers of the transit system including hiring, training and management of the bus operators. They are also responsible for insurance of all CAT/CAP's vehicles. MV is responsible for the hiring and training of the administrative personnel. Page 16 of 66 Florida Department of Transportation-5310 Instructions—SFY21 Purple-All Red- Capital Blue-Operating (d) How are the operations of the transportation program currently funded? What are the sources of the funding (e.g., state, local, federal, private foundations, fares, other program fees?)? (Maximum 200 words) Collier County uses State, Federal and Local funds for providing the transit program in the county. (e) How does your agency ensure that passengers are eligible recipients of 5310-funded transportation service? (Maximum 200 words) Paratransit passengers go through an application process to ensure eligibility of the 5310- funded transportation serves. (f) To what extent does your agency serve minority populations? Is your agency minority-owned? (Maximum 200 words) Collier Area Transit has routes that are located in high minority areas. Collier Area Transit is not a minority owned agency. (g) How many drivers are utilized for 5310-funded transportation services? 43 • How many drivers do you have? 85 • How many vehicles do you have that require a Commercial Driver's License (CDL) certified driver? 28 (fixed route vehicles) No paratransit vehicles require CDL Page 17 of 66 Florida Department of Transportation-5310 Instructions—SFY21 Purple-All Red- Capital Blue-Operating (h) Fully explain your transportation program: • Service hours, planned service, routes and trip types; • Staffing—include plan for training on vehicle equipment such as wheelchair lifts, etc.; • Records maintenance—who, what methods, use of databases, spreadsheets etc.; • Vehicle maintenance—who, what, when and where. Which services are outsourced (e.g., oil changes)? Include a section on how vehicles are maintained without interruptions in service • System safety plan (5310 only agencies exempt) • Drug-free workplace; and • Data collection methods, including how data was collected to complete Form A-2. Note:If the applicant is a CTC, relevant pages of a TDSP and AOR containing the above information may be provided. Please do not attach the entire plan or report. If the applicant is a "5310 only agency,"relevant information from the TOP containing the above elements may be provided below The pickup time may be as early as 4:00 AM and the latest pickup time may be as late as 6:00 PM. Our paratransit has 20 routes and/or manifests each day using Collier County owned vehicles that cover trips in Naples, Everglades City, Immokalee, and Marco Island area. The trip types Collier provides are medical, nutritional, employment, educational or personal. The paratransit system provides transportation to individuals who do not have access to any other means of transportation and are eligible through several funding programs including FDOT agency for persons with disabilities and Florida Commission for the Transportation Disadvantaged, these include funding for individuals with disabilities, low income, and elderly in both the urbanized and non-urbanized areas of Collier County. All new drivers are required to complete a training program prior to operating a vehicle. In addition, all drivers must attend monthly safety trainings which include training on vehicle equipment. All sensitive records are maintained under lock and key. Other records are kept for seven years in an archive room or electronically depending on the document[i.e. manifests are in the Route Match Software]. Grant records are maintained by the Collier County Grants Compliance Office. All vehicles utilized for the County public transportation system are maintained in safe and operational condition by the County's Fleet Management Division. The Fleet Management Division provides for regular preventative maintenance of all vehicles at the CAT Operations Center located at 8300 Radio Road with the assistance of the operations vendor. Due to the number of seats and size of the vehicles no CDL certification is necessary, however, Collier County's contract with MV Transportation requires all drivers to have CDL. The MV contract is managed by the Collier County Public Transit& Neighborhood Enhancement Division. Collier Area Transit has a Substance Abuse Policy in place that includes the requirements of the Drug Free Workplace Act. Collier Area Paratransit utilizes Route Match in conjunction with Avail Technologies to collect the necessary quantitative data for analysis. The date includes ridership, geographical, trip and other types of information. The date from this software is analyzed to determine current and future needs of the Paratransit program. Page 18 of 66 S t I I .u) -0 4 � cn .3 " faa I 1 I c.93 = ( I I 4- Q W a I I j I i 11 a) i I I a. O ca I I a) mll I i - N (6 (Q Ii I a) c U w j I c -- j I I 4-. o i 1 i u, I j CO I I co O m E o a L . • rn fX T)- CI- I 1 I 1 N I ti Q I I 4° j I ' i g ‘-(1) 1 1 i I O y I 1 I o CO 1 co 73 (v v 2 CO ! i N I N i LL O i 1%-- I I I 1 U = C-' j I i a 1 I I o i I N I N 1 i I c I j C--)LO Q p c I .c o o (0 W ^ O ; -0 3 * C I cn O • 1 O a_ E .— I d)• In (D I a N o is >, N I U .0 w cn -F) . S CO c cci) ai 3 ,I cu ,_ 70 W = I a) C) 0) v cII Cl) 0' I O Cl) E CU 0 a) C -o I c .a- •E W -c U ' L -p c `p) o _ c I O • c d I N N • I 0 o E. O >, i c o a) c cn as a) o .Q (d < ; E c ui ;z C N L Q Q •- I L L al .0 W I = ❑. ca (n I 0 Cl), a, I n w •o - n -o a_ c o N — I c9 a Q w . (C -o .o 1 o m Ci ,,.I w , = (l 0 Enc as c c-cp c W o (q aa)) N I o a Z (n - 0 1Z Q w a j Z co d I- = cn o' I co a I "_ LL U. I I 0 . cu .a .1-• Oa d2 Co L o a L Co E y a WR I i I I i I _ 12 1 1i 03 1 c, I i I OS 8 I 0 °' I I I I 12 1I a) 1 I Cl O I = I cm CO CO 4- E o WI CL L a:0 L O C ' a d O C i 1 I I I I i Q O °' I N i i O N I L I L I � N O 5, Q i O 1 LU I • >- V co 1 co I 03 = i i i 1 U I N N 1 s o I i L i 4 1 1c I o 0 y +' N : = 0 N U) I I V 3 s D a) a ca o - m Q cB ? o a n Q = 4- E _ _ � (0 8- N (0 W n a 0 a W �' - L o U) >- c N > cp -a > > _N c0 -'-' ,,-. i -O > C O Ce H O D • t O C W OL > O '- -c W o ,_ p C > 1 d p I- ,„c1) 3 G. t o o U) = N N ` _ c N = a a .0 - .0 � N N .0 N V a) I- a) •-E (� a > •E cv �, E 'o > > 0 . _ u) 0 co N o Co a) .5' v- _ a Ca Z = U) =o ` HoaH o Z ca U) .E Q lL i 0 E o E Ei m LU c n- E E I .N "a ca` d o) 0 o al o-� o LO C � 2m I co v000MW a) I- cLa as 1 Io � �t �W U' 3 ( i 1 0 c3 '' co yu � 4 a 03 = Q - ILJ a m ax) U) ) I ac) -c c as a) N a o 03 rco `° I � c ea 4y i I I m 3 - 0) O as i I US' Z. I c) F a) I I i aa) O 1 E I m a L = o E E ' a) ca co-: m a E E m co Ts 4E' o o co iz ' CD E •o `n o • d a) co oo co M Lu 0 �- i U) o j • ' f : LLJ ) c .--- as = >, I o co j, a) N U v) I t a Rs a) an3 aa) cu 0 ca CC I a. E +- 1 .p a) Q a)a N E I a) (19 L = m i i -o ca a ° >. I d' I i a co RS Y CO O N y1 O I CO i Q 5 co I } L co u j CO I c C 1 1 o I 2 I I 1 5 1/1 I I i O o o !I = c o c o LO U U I (I)a) a) c .c 2 Ct3 U) Q I E o c -0 o a) — a a) co 2 'p Q. 0 0 I C a N N u> "a � 13 co c ` x ` U "O 2 a) _ i E `° c W = 1 o c •� L I- c co a) a) 0 • N > 0) a) o W t 1 ca u0i 3 Y c " W "_ 0 O N W 0 c0 <4 •a °' W i s co - ca W c c - E Cr) Q 5 z) ID : Z 0 O 4 U n >' l U .V a -a I ca CIS O Z > Z d d o co .c d .E o c c I co Q) U LL s- Q > 0 Florida Department of Transportation-5311 Instructions—SFY21 Purple-All Red- Capital Blue-Operating Form A-3: Proposed Project Summary All Applicants (a) How will the grant funding be used? Check all that apply: X Vehicle(s)-÷ Expansion I"I Replacement I"I Equipment4 Expansion I"I Replacement Mobility Management Ti Preventative Maintenance n Operating-> n Expansion n Continuing Service (b) In which geographic area(s) will the requested grant funds be used to provide service? n Urban (UZA) ❑ Small Urban (SUZA) ❑ Rural Complete the service area percentages for the geographic areas where the requested grant funds will be used to provide service NOT REQUIRED PER FDOT Example: If your agency makes 500 trips per year and 100 of those trips are urban then: 100 UZA trips/ 500 total trips = .2 * 100 = 20% UZA service area UZA , _ % UZA service area SUZA % Small Urban service area Rural , % Rural service area Number of trips, Total number of Percentage revenue service of service trips, revenue hours, or revenue Divided service hours, Equals within service miles within by specified specified or revenue geographic geographic area service miles area Page 22 of 66 Florida Department of Transportation-5310 Instructions—SFY21 Purple-All Red- Capital Blue-Operating NOT REQUIRED PER FDOT Calculate the funding split for the geographic areas where the requested grant funds will be used to provide service. UZA X = $ SUZA X = $ Rural X C $ Total amount requested Percentage of Multiplied service within Equals Funding by specified split geographic area NOTE: When invoicing for operating projects, you must use the above funding split on your invoice summary forms. Once you have determined the funding split between UZA, SUZA and Rural, you will need to calculate the match amount. NOTE: Operating Assistance(50% Federal and 50%Local): UZA X .5 Federal & .5 Local = $ $ SUZA X .5 Federal & .5 Local = $ $ Rural X .5 Federal & .5 Local = $ $ Funding Split Multiplied .5 Federal & .5 Local Equals Federal Local by NOTE: Capital Assistance(80% Federal, 10% State and 10%Local): UZA .8 Federal & .1 State _ X & .1 Local — $ SUZA X .8 Federal & .1 State _ $ $ $ & .1 Local Rural X .8 Federal & .1 State $ $ $ & .1 Local '— Funding Multiplied .8 Federal & .1 State Equals Federal State Local Split by & .1 Local Page 23 of 66 Florida Department of Transportation-5310 Instructions—SFY21 Purple-All Red- Capital Blue-Operating How will the grant funding improve your agency's transportation service? Provide a general description of the project components to be funded via this agreement. Collier County is requesting FTA Section 5310 funds to purchase six (6)replacement vehicles. The County is also requesting six two-way communication radios for these vehicles. Historically the two-way radios had been moved from the old replacement vehicle to the new one but due to the age of the radios they needed continued repairs which in turn meant the vehicle was down while the radios are installed in the vehicles. These vehicles and radios will be to continue the existing level of service. (c) Provide a description of the project location, please include at least one of the below. Use attachments if necessary: • Transportation service geographical limits • Maps • Illustration/graphic of project area Captive Services are proved throughout Collier County. Sanibel Estero gImmo Wee C3 Bonita Springs Ave Maria No Napes Everglades Nap* ® and Francis Fakahatchee S.Taylor °1 Strad State Big CypressNational Wildlife... Preserve Preserve Preserve • 0 Ma . - - d _ i.. • Carneslown vaf9iades Franci: ` - City S.Taylt 14- Wildlife Map data C2019 Google.INEGI Page 24 of 66 Florida Department of Transportation-5310 Instructions—SFY21 Purple-All Red- Capital Blue-Operating (d) Describe project components in detail. Please explain the challenges or difficulties that your agency will overcome if awarded these funds. Will it be used to: • Provide more hours of service? • Expand service to a larger geographic area? • Provide shorter headways? • Provide more trips? • To continue service or expand service? Collier County is requesting 5310 funding to replace six vehicles and radios. The funding will not be used to expand service. The vehicles and radios will be used to continue the existing level of service. Page 25 of 66 0 Florida Department of Transportation-5310 Instructions—SFY21 Purple-All Red- Capital Blue-Operating (e) If this grant is not fully funded, can you still proceed with your transportation program? Explain. Yes, however there are no other funds allocated for the replacement of these vehicles. (f) New agencies only: Have you met with the CTC and, if so, how are you providing a service they cannot? Provide detailed information supporting this determination. Applications submitted without the appropriate CTC coordination agreement may be rejected by FDOT. Grant awards will not be made without an appropriate coordination agreement. N/A Collier County is the CTC. Page 26 of 66 Florida Department of Transportation-5310 Instructions—SFY21 Purple-All Red- Capital Blue-Operating Capital Requests Only (a) If this capital request includes equipment, please describe the purpose of the request. (b) If you are requesting a vehicle that requires a driver with a CDL: • Do you currently have an adequate number of CDL licensed drivers on staff to operate the requested vehicle(s)? If not, how will you ensure staffing needs are met? (c) If the requested vehicles or equipment will be used by a lessee or private operator under contract to the applicant agency, identify the proposed lessee/operator. • Include an equitable plan for distribution of vehicles/equipment to lessees and/or private operators. Collier County has a contract with MV transportation who has 43 dedicated drivers to the paratransit service. The vehicles that Collier County is requesting in this application do not require drivers to have a CDL license. The vehicles will not be leased, they will be operated by Collier County's contracted vendor for the paratransit operations. The vendor is required to insure the vehicles because their employees will be driving them. • Page 27 of 66 0 Florida Department of Transportation-5310 Instructions—SFY21 Purple-All Red- Capital Blue-Operating Preventive Maintenance Requests Only Note:Applicants applying for preventative maintenance costs must have a District-approved Preventative Maintenance (PM) Plan and a cost allocation plan if maintenance activities are performed in-house. (a) Please specify Period of Performance (should not exceed one (1) year) (b) Please include a list of general PM activities to take place with the funding (c) Please list useful life for purchase of any items over$5,000 N/A Page 28 of 66 0 Florida Department of Transportation-5310 Instructions—SFY21 Purple-All Red- Capital Blue-Operating Form B-1: Financial Capacity— Proposed Budget for Transportation Program Estimated Revenues Revenue Amount (See Instruction Manual) Entire Transportation program (See Instruction Manual) Passenger Fares for Transit Service (401) $ 240,000 Special Transit Fares (402) School Bus Service Revenues (403) Freight Tariffs (404) Charter Service Revenues (405) Auxiliary Transportation Revenues (406) Non-transportation Revenues (407) Total Revenue $ 240,000 Other Revenue Categories Taxes Levied Directly by the Transit System (408) Local Cash Grants and Reimbursements (409) 3,198,500 Local Special Fare Assistance (410) State Cash Grants and Reimbursements (411) 919,500 State Special Fare Assistance (412) Federal Cash Grants and Reimbursements (413) 522,300 Interest Income (414) Contributed Services (430) Contributed Cash (431) Subsidy from Other Sectors of Operations (440) Total of Other Revenue $ 4,640,300 Grand Total All Revenue $ 4,880,300 Page 29 of 66 0 Florida Department of Transportation-5310 Instructions—SFY21 Purple-All Red- Capital Blue-Operating Estimated Expenses Expense (See Instruction Manual) Amount Entire Transportation program Labor(501) 58,380 Fringe & Benefits (502) 23,920 Services (503) 160,700 Materials & Supplies (504) 952,200 Vehicle Maintenance (504.01) Utilities (505) 39,900 Insurance (506) 1.2,300 Licenses &Taxes (507) 1,000 Purchased Transit Service (508) 3,604,400 Miscellaneous (509)* 23,500 Leases & Rentals (512) 4,000 Depreciation (513)* Grand Total All Expenses $ 4,880,300 *Refer to CFR 200.436 for guidance when entering expenses under"Depreciation". Shortfall Source Amount 1 -Estimated Revenues (enter number from line 1) $ 4,880,300 2—Estimated Expenses (enter number from line 2) $ 4,880,300 3. Shortfall Subtract Line 2 from Line 1 $ 0 4. Enter Total Amount Requested from Form 424, Line 18(g) $ 463,655.90 5. *If request (Line 4) is more than needed shortfall identified on Line 3, provide justification: Capital funded by grants is not in our adopted budgeted amounts. Note: Line 5 is MANDATORY—do not leave blank. If information is not provided it reflects no urgency for the requested funds. Amount needed should be clearly identified. 30 of 66 `Y� Florida Department of Transportation-5310 Instructions—SFY21 Purple-All Red- Capital Blue-Operating Proof of Local Match Source Amount General Fund Transfer to Fund 427/429 $3,198,500 • $ Total Local Match 3,198,500 50%of Total Project Cost for operating awards 10%of Total Project Cost for capital awards Attach documentation of match funds directly after this page. Proof may consist of, but not be limited to: • Transportation Disadvantaged(TD) allocation, • Written /Ai- - . from county commissions, . e a•encies, city managers, mayors, town council, a ganizatio accountinlia,a'. fina.cial institutions. rammilaiiW Sign. re [blue ink] Wil tam L. McDaniel, Jr., Chairman Typed Name and Title of Authorized Representative December 10, 2019 Date ATTEST Approved as to form and legality CRYSTAL K.IUNZEL,CLERK Aik. C . Asgrant Countm y ey iAteittas.t ham TI .1.4ignatto only. v-we:.•,,- • . • • , •-••• -)tx.• • it- 31 of 66 C10 Florida Department of Transportation-5310 Instructions—SFY21 Purple-All Red- Capital Blue-Operating Form B-2: Operations Phase- Estimate of Project Costs by Budget Category Budget Categories Operations (Expenses Local Federal Total related only to transit operations)* Salaries N/A Fringe Benefits N/A Contractual Services N/A Travel N/A Other Direct Costs a. b. c. d. e. f. g. h. k. . m. Indirect Costs • Projected REVENUE (subtraction) Totals $ $ $ Budget category amounts are estimates. While the contract is active, amounts can be shifted between items without amendment(because they are all within the Operations Phase), but the revised budget must be submitted to the District to be approved and updated in the Florida Accountability Contract Tracking System (FACTS). 32 of 66 Florida Department of Transportation-5310 Instructions—SFY21 Purple-All Red- Capital Blue-Operating Form B-3: Capital Request Form To identify vehicle type and estimate cost visit http://tripsflorida.orq/ All vehicle requests must be supported with a completed sample order form in order to generate a more accurate estimating of the vehicle cost. The order form can be obtained from http://www.tripsflorida.orq/contracts.html 1. Select Desired Vehicle (Cutaway, Minibus etc.) 2. Choose Vendor (use drop down arrow next to vendor name to see information) 3. Select Order Packet 4. Complete Exhibit A (Order Form) The Florida Department of Management Services Contract can be found at Florida Department of Management DMS Vehicle Request Estimated Replacement (R) Fuel Useful Life Description/ y Cost or Expansion (E) Type Description/(S stuctions)n Vehicle Type Quantit (from Order Form) R Gasoline 5 years/200,000miles 23'Cutaway w/Lift, 6 $493956 12seats &3WC ' Subtotal $ 493,956 * Under Description/Vehicle Type, include the length and type vehicle, lift or ramp, number of seats and wheelchair positions. For example, 22' gasoline bus with lift, twelve (12) ambulatory seats, and two (2) wheelchair positions. Please note, in this example, if both wheelchair positions are occupied the ambulatory seats will be reduced to eight(8).Any bus options that are part of purchasing the bus itself should be part of the vehicle request and NOT separated out under equipment. Replacement Vehicles (R) If the capital request includes replacement vehicles, please list the vehicles in your current fleet that you are intending to replace with the vehicle from your vehicle request. Please list by order of priority. YEAR TYPE MAKE MILES VIN FDOT Control # 2014 MV1 VPG 127,094 523MF1A60CM101667 97147 2015 MV1 VPG 108,734 57WMD1A65EM100427 n/a 2015 GLAVAL Chevrolet 200,058 1GB6G5BL9E1201346 97187 2015 GLAVAL Chevrolet 184,898 1GB6G5BL8F1262043 98128 2015 GLAVAL Chevrolet 199,617 1GB6G5BL6F1263000 98129 2015 GLAVAL Chevrolet 205,501 1 GB6G5BL0F126333 98130 Page 33fof 66 ` Florida Department of Transportation-5310 Instructions—SFY21 Purple-All Red- Capital Blue-Operating Equipment Request If item requested is after-market, it is recommended to gather and retain at least two estimates for the equipment requested. Purchases must be approved at the local level and follow the Procurement Guidelines. Description* Useful Life Quantity Estimated (See Application Instructions) Cost Two-way radios 8 years 6 $22,200 Tablets 2 years 6 $1,500 Subtotal $ 23,700 ------------------------------- * List the number of items and provide a brief description (i.e. two-way or stereo radio, computer hardware/software, etc.) $ 493,956 + $ 23,700 = $ 517,656 Vehicle Subtotal Plus Equipment Subtotal Equals Total Cost $ 517,656 * 0.8 = $ 414,124.80 Total Cost Multiplied 80% Equals Federal Request by Form 424, Block 18 (a) 34 of 66 `C }� ';,6) Florida Department of Transportation Office of Freight, Logistics and Passenger Operations Order Packet ORDER FORM—PAGE ONE CONTRACT#TRIPS-17-CA-CBS CHAMPION CUTAWAY TRANSIT VEHICLES-CREATIVE BUS SALES,INC. AGENCY NAME: CAT Connect DATE: 10/16/19 PURCHASE ORDER NUMBER: CONTACT PERSON: Yousi Cardeso (Name, Telephone Number and Email Address) April 10, 2019 Item Unit Cost Quantity Total Cost Base Vehicle Type Ford E350 6.8L Gas Crusader 11,500 22' $66,179 Chevy G3500 6.0L Gas American Crusader 12,300 22' $67,984 Chevy G3500 6.OL Gas Crusader 12,300 22' $64,372 Ford E350 6.8L Gas Crusader 12,500 23' $66,808 Chevy G4500 6.0L Gas Challenger 14,200 23' $66,756 1 66,756 25' Option add $1,672.00 Ford E450 6.8L Gas Challenger 14,500 23' $67,401 26' Option add $1,440.00 Ford F550 6.8L Gas Defender 19,500 28' $85,841 29' Option add $5,952.00 Freightliner S2C 6.7L D Defender 26,000 27' $123,781 31' Option add $819.00 33' Option add $1,476 35' Option add $3,297 38' Option add $4,291 Vinyl Stripe Choices Scheme#1; 11,500=($300); 12,300-14,500=($350); 19,500-26,000 See Item 1 350 =($400) Scheme#2: 11,500=($500); 12,300-14,500=($750); 19,500-26,000 See Item 1 750 =($1,000) Scheme#3 11,500=($430); 12,300-14,500=($600); 19,500-26,000 See Item =($800) Base Seating Standard Seat (per person) $285 Foldaway Seat(per person) $440 12 5280 Children's Seat(per person) $525 Securement Systems Q'Straint slide and click securement(per position) $535 3 1605 Sure-Lok Titan securement(per position) $550 WC-18 Compliant Occupant Restraint-Q-Straint QRT360 $750 (per position) PAGE ONE SUB-TOTAL ---- ---- 74,741 TRIPS-17-CA-CBS - 9 - March 2017 35 of 66 Florida Department of Transportation Office of Freight. Logistics and Passenger Operations Order Packet ORDER FORM—PAGE TWO CONTRACT#TRIPS-17-CA-CBS April 10, 2019 Item Unit Cost QuantityTotal Cost Seat belt extensions $35 3 105 Freedman TDSS tie-down system $110 3 330 Side Wheelchair Lift Choices(ILO Standard Lift Add—) Braun Model NCL919IB-2(or latest) Standard Braun Millennium Lift N/A Braun Model NCL9541B3454-2 1000 lb Lift Add$121 1 121 Ricon Model S5510(or latest) Add$124 Ricon Model S or K Titanium 1000 lb Lift Add$430 Rear Wheelchair Lift Choices(ILO Standard Lift Deduct—) Ricon Klear-View lift(prior approval from FDOT required) Deduct($12) Braun model NVL917IB lift(prior approval from FDOT required) Deduct($117) Optional Engines Diesel engine meeting current EPA requirements Ford diesel option 6.7 Power Stroke $10,250 Ford 6.2 Gas(E350) Deduct($200) Alternative Fuel Systems Compressed Natural Gas(CNG)or Liquid Petroleum Gas(LPG) Engine meeting current EPA requirements: pricing for Alternate Fuel Vehicles include upcharge for delivery and Methane detection system (CNG only). Compressed Natural Gas(CNG)Size: 30 GGE $23,919 Make:Agility/Installer: GAS Compressed Natural Gas(CNG)Size: 40 GGE $27,359 Make:Agility/Installer: GAS Compressed Natural Gas(CNG)Size: 52 GGE $36,000 Make:Agility/Installer: GAS Liquid Petroleum Gas(LPG)—Size:64 GGE $19,995 Make: Roush/Installer:GAS E450 Liquid Petroleum Gas(LPG)—Size:67 GGE $19,995 Make:Roush I Installer: GAS F550 Engine Prep: Gaseous fuel deliver $312 Aluminum wheels: Freightliner only $1,290 Stainless steel wheel liners/inserts,front and rear wheels: See Item 1 275 Freightliner and Ford 19,500=($450);All Others=($275) Seating Dimensions vinyl line of coated transit bus seating fabric with Standard 12 0 antimicrobial Nanocide(per seat) Upgrade interior side wall panels with Nanocide $1,174 USSC Evolution G2E with pedestal $1,400 Freedman Sport Drivers seat with Relaxor, Sport Shield $675 Recaro Ergo LXS Driver's seat $1,118 Fire Suppression Fog Maker Fire Detection and Suppression System Standard 1 0 Kidde Automatic Fire Detection and Suppression System Add$506 DAFO Suppression System Add$600 PAGE TWO SUB-TOTAL ---- ---- 831 TRIPS-17-CA-CBS - 10 - March 2017 36 of 66 CAO Florida Department of Transportation Office of Freight, Logistics and Passenger Operations Order Packet ORDER FORM—PAGE THREE CONTRACT#TRIPS-17-CA-CBS April 10, 2019 Item Unit Cost QuantityTotal Cost Route/Head Signs Transign manually operated roller curtain type sign $1,684 TwinVision"Elyse"(software needed)electronic destination $6,100 system(FR/SD/RE) TwinVision"Mobi-Lite"electronic destination sign(FR/SD) $4,150 TwinVision"Mobi-Lite"electronic destination sign(FR/SD/RE) $4,350 Transign"Destinator"electronic destination sign (FR/SD) $4,050 Transign LLC 2-digit Block/Run Number box unit $425 Transign LLC3-digit Block/Run Number box unit $450 Transign LLC passenger"STOP REQUESTED"sign $1,200 Camera Systems SEON 2 camera system=($2,041);4 camera system= ($3,350);6 camera system=($4,350);8 camera system= See Item ($4,750) REI 2 camera system=($1,821);4 camera system=($2,680);6 See Item camera system=($3,380);8 camera system=($3,700) Gatekeeper 2 camera system=($2.041);4 camera system= ($3,350);6 camera system=($4,350);8 camera system= See Item ($4,750) AngelTrax 2 camera system=($1,924);4 camera system= ($2,750);6 camera system=($3,690);8 camera system= See Item 1 3690 ($4,050) 6 cam Angel Trax 2 TB SS HD $1,850 Angel Trax 2 TB HD $350 Apollo 2 camera system=($3,441);4 camera system=($4,750); See Item 6 camera system=($5,750);8 camera system=($6,150) 24/7 2 camera system==($1,548);4 camera system= ($2,457);6 camera system=($3,157);8 camera system= See Item ($3,807) Price for single replacement camera $390 Storage compartment-front cab,lockable $150 1 150 Other Options Available Altro Transflor slip resistant vinyl flooring:Vehicles 21'to 29'= See Item 1 269 ($269);All others=($703) Gerfor Tarabus slip resistant vinyl flooring:Vehicles 21'to 29'= See Item ($107);All others=($520) Driver Safety Partition $125 1 125 Raised/Flat Floor:required on floor plans with more than 2 W/C $450 1 450 positions.Freightliner=(N/A) Kelderman 2-stage rear air suspension: $2,795 Bentec Powder-Coated handrails and stanchions(provide $280 standard colors) Exterior remote controlled mirrors:Rosco $550 1 550 Romeo Rim HELP bumper(rear only) $645 1 645 HawKEye Reverse Assistance System(with rear HELP bumper) $1,102 PAGE THREE SUB-TOTAL ---- -- 5,879 TRIPS-17-CA-CBS - 11 - March 2017 37 of 66 Florida Department of Transportation Office of Freight, Logistics and Passenger Operations Order Packet ORDER FORM—PAGE FOUR CONTRACT#TRIPS-17-CA-CBS April 10, 2019 Item Unit Cost Quantity Total Cost Other Options Available Reverse camera and monitor backing system:Manufacturer: $450 1 450 Air purification system $2,200 "MentorRanger"in-vehicle computer $5,359 REI Public Address System—stand alone system $450 AM/FM Radio:REI Radio add a microphone $125 Advertising racks(interior) $150 1 150 Mesh seat pockets(per seat) $18 TV/DVD system 1 22"monitor $2,500 GFI Farebox prep $150 MDT prep $150 Driver's running board $275 1 275 Aisle side folding arm rest(each) $35 12V outlet in driver's area $50 Front mud flaps(rear standard) $55 Keyless entry(A&M) $400 Dual rear doors $650 Extra spare tire: 19,500 and above=($550);All others=($450) See Item Extra set of ignition keys $120 Vertical stanchion for MDT mount $120 Velvac Manual mirrors $150 Velvac Remote mirrors $650 TwinVision"Elyse"software $300 TwinVision"Elyse"PCMIA card $650 Add Hawkeye to standard bumper $650 Power Pedestal for Dr.Seat-includes Adnik 6-way power slides w/RH $450 switch,Seat Belt Bracket, Driver's Base Pedestal,and Vinyl Skirt Avail MDT—Includes Para Transit Kit#FC-2012—Driver Interface, Communications,Interface Expansion Box(IEB),Emergency Alarm, $15,297 and Navigational Assistance Unit 2-Position Sportworks bike rack(black) $1,500 2-Position Sportworks bike rack(stainless) $1,950 Bike Rack prep(stand alone;included if buying a bike rack above) $950 Fleet numbers on bus(per location) $15 Diamond Model D farebox $1,371 LY-FX Drive Cam $1,425 Rosco Dual Vision $1,425 Storage Rack $516 Walker securement $177 Removable emergency exit door handle $25 Air Conditioning ILO Base System-Add the following amounts() ACC Roof Mount Condenser: 19,500=($1,827);26,000=($650); 12,500= See Item ($1,160);All Others=($1,065) ACC Roof Mount Complete: 12,500, 14,200, 14,500=($2,702); 19,500= See Item ($5,160);26,000=($4,200); N/A All Others TK Skirt: N/A on 19,500 and 26,000;All Others=($1,752) See Item PAGE FOUR SUB-TOTAL ---- ---- 875 TRIPS-17-CA-CBS - 12 - March 2017 38 of 66 Florida Department of Transportation Office of Freight, Logistics and Passenger Operations Order Packet ORDER FORM—PAGE FIVE CONTRACT#TRIPS-17-CA-CBS April 10, 2019 Item Unit Cost Quantity Total Cost Air Conditioning Continued TK Roof Top Condenser:N/A on 19,500 and 26,000;All Others=($2,352) See Item TK Roof Complete: 12,500, 14,200, 14,500=($3,202); 19,500=($7,035); See Item 26,000=($5,200); N/A All Others TA Skirt:N/A on 19,500 and 26,000;All Others=($1,752) See Item ACT Skirt Mount Condenser: 11,500-14,500=($1,000); 19,500-26,000= See Item ($1,500) ACT Roof Mount Condenser:All Models=($1,500) See Item ACT Roof Mount Complete: 11,500-14,500=($2,800); 19,500-26,000= See Item ($5,500) PAGE FIVE SUB-TOTAL ---- ---- 0 ORDER SUMMARY PAGE FIVE SUB-TOTAL (sub-total of fifth page) 0 PAGE FOUR SUB-TOTAL (sub-total of fourth page) -- - - 875 PAGE THREE SUB-TOTAL (sub-total of third page) - --- 5,879 PAGE TWO SUB-TOTAL (sub-total of second page) - - 831 PAGE ONE SUB-TOTAL 74,741 (sub-total of first page) GRAND TOTAL 82,326 (sum of pages 1, 2, 3, and 4 sub-totals) x6 vehicles $493,956 TRIPS-17-CA-CBS - 13 - March 2017 39 of 66 10 7 N M r VM- ` O 'a' at d' 'd' N co L. r a N N O M O M M M co Ma. L}i_ LL l}L T >. LL LL U LL LL LL 21 O O O O d O 0 O O O O O O C r M M �. M = M M M Z.M M M lL Lo co N t N N N N N O — 7 -c a Z y O in R N ?�Z( - c« V -0 L C 0 0 0 0 0 0 0 0 0 0 O 0 0 0 3'O c c c c c c C C c C c c C R R y N C N 0 .E L — w > C 0C0C t) C ° 0.i 0 O N. N. n CO CO Fs!, O 0 O co X N N N N N N W a' N N N N N N N N N N N N N 0 y.e «p R- d CI) t4 0 C1 CI> u Q Q Q Q Q Q Q Q Q Q Q Q u Q Q I II 0 N 0).'C+ 07 R m E m m csi (0 co Lo w 2 ` j, co O N N N N o h anj coco 41 T' N O N N LO r CO at W d y a) (!' N ocM n n d' N N co uo t0 O cF` c O co cn p, at a K) a M N N LO N Lo tq Lo L ; C7 O) V i 7 ` C U a E G) o L O = y O CC` 0 0 0) M C) N. 0 o 11 Lo N. m C L >_N R r oo co N CI 01 M e! co Lo N co M co N oco a c 0 0 d 0 c0 N co O M N CO CO C0 co" tT N M w d U- �-2r >` M N N N COrr0 CO r . r .41. COr . m 0 i v o O L 0 c N N. CD U) CO d C 0) . n a) a) Om 0) M LO CT) CO LO N O O R c0 N. Y) O 0 n M CO O a) n Ncri CD Iii C 0 n c0 CLI N O N r N a c-.) O CO U =0. U N N N N N N N N N N 3 t E Qs O P. 13 m > > N 4'� C N m N a Q c r- a G_. MU ON mau 0 — a)m 0 M M " M )O M E 17 ~R> vd + N N + + + +7 a coNN N N N N d O W N 0cL;. m Cr)a) ) ) -0 m 2 > Q O a- ¢ E R nL,uL aO no c„ra 0 c a c0 a r. a u) m ,. v C L Ear. 2 LL C CC O J J J J J ce a' J J J J J J v L». o a) 0 m 3w L N 7) c C N L = 3 O 0 J a) f-ItkH O O,p 0l G Q o Z T mm (nn ao cD E Ut LL nnR rR c mC nmTT; r O mN aW = WWNdW Wpb J*a . j - yc OOKW - Wce.eW >d G) T 00 w o m :r mf" w> ccaawwvww>o ww UO' o e xFex XI- O x=v ,v LL 0. V > 0a O o Vd' V D . p O R d O 4l N M M M at N N cO b b O M a c CO D w LL a > rL Y 0 0 �./ O O Q �N(") CA N N N N N N N N N N N N N 0) Coe. )n Co Co o co Co co m co N. ti N. n 0 0 t a t a Co LO in to in co Co co m Cr) >- } }. } } >- >- >- >. >- >- >- } >- al LL LL LL LL LL LL U. LL U. U. LL LL LL — C :a O O O O 0 O O O O O O O O O 7 Co iMn iinn N ttnn LOIDN Co N Co Cl tan N iMn LL N 0 0 .-E j. Z N O U) C) 0} 7 >. C R C 00 m0 ° cccccccCc 0 CCcc 3 ) N 0) C 0)15 CI ....E _ 0 > a 0) C13 N U E N d 0) es I 0 O O 0 r a- M M M01 a L N N N N N NN N N N N N N N X 0) O N N N N N N N N N N N N o W 0 NNN N 0 0 N= .0..0 .m-.d Cn co d a )u) 0) 0 0) d d 0) O d d N d 0 0 0) L� >v < < < < < < < Q < < < Q Q < 2 a . z 1 u m 0 a)...... t� c2E ;o w co C 3 aI cc 0_ GO y M h et C W Co t t00 CO0to i) O o v O C5 a CD N N a- ' N C O to Cl N N 0 Q) i. > 4 co c C,j IC) w j 0 t 0 Co N t- . CND to N t0 t0 Co (0 G a m o to 0) a) CO C) E O R O) t0 to n N t N N N o O 'a M V > d to M co O M t in co ti M CD N M O N co CO Co N. N co d 2 >. m tti m c0 N O cN.)^ M O N 0 r M et- 0 m Cl N M N r 7 48 CO d C iA M CO ~ O O t0 t N. O N" N. M M '! d 0) W t0 0 0) M N 'd' a to N t00 CO 0) L.CO C N U y E o E — C N m 0. C yU .0 4- a m m m n O NNM + ' NrW + j/1 Q C a= a E m o n • co d a a o E.E E E a a— V v = = m m m $ = = v $ = LL C O J J J J Q' Q'ce J J _) :3 J J J j CC U o o m• 13 H U r 0 o Z 1• 00 0 O 0) O M N. • fC to 0 N N N M M t t N. N CD Co t0 N. e- .'2 > n CO 0) 0 O LI) V 0 0) CO CO 0) 0) 0) CO CO co03 CO CO CO CO c0 CO CO co co CO CO 0 L N t,) m m Cr) m o C r N >---... J ues F Q > > Q n i3 t1/.+ -. N J J JJ JJ JJ > > > W W J j- > > > > 0 >>. c> re>c> c>I 0 o .. �� c> - 0 C c a~ W0 >n> >n _o a a 0 W 5 Wg CC CA R ce E U ; U 0 0 0 > > > 0 .. 0 0�, O 0 0 ce 0 LL t .. > C a C _ d O C) CD i a• O lid d C0 y to N N to co co t0 co a t0 CO co CO CO 0 001007 ti. IL o > g} N N N N N N NN N N N N N N t N N N N N N �c"kS tj U 0 •a- a-• N n n h h 01 C (}L Li- ILL LL 'a o 0 0 O c 7 10 M 10 10 LL to 1A N co ^ 0 o r >, Z 7) O N 10 o 3.a 1`' _ .O- 0 d PO L 0 0 0 0 0 O O -,,,O O A C C C C @ N 0 C o aO TL w 0 > 0C I 1 _0 0 U 00 0 as ❑iCI N N N N W 0 0 N N 0N 0 N t 6 .0.....6 U3 6 0 0_ t j CI 0, (= >Q < < < < 1 II 0 a1 C7.-. V 0 o E (6 Q 0 C"1 ccII 0 co N o • 0 ,t O N (O C ❑ a1 Ir 00 t0 O 0 O O (0 II, N C1 j 0 va 0 0 N O 0 a1 al C O a7 N C R7> U03 0 0 0 0 `I_ 0 1 0 m *6 d 0 a1 > d o 01 0 o (0 C 0= to O 01 n U 01 0 (. us co C n O (0 (0 o y v `m cuD o5 c+ v Z 2 co U O D a u 0. R 5. m_C w N N N N 0 N t t t Q C o.v a E m m m m O 0 a w a •a a 0. o E:r a R— = x = = LL C a' O J J J J N id • V ~ 0 15 F#N • coS. 0 Z (D (IA 00 ((00 (N0 0) - 0 O O O o d r Li_ C 00 O O O n N O - U ▪ oi .0 > r 0 I: !;-._ F U) N N U1 a N O ZZQ Z z z F• ` C e t i • Z s F ❑ 0 0 0 - V d MI 2 O O O O c ✓ V > c a C 0 O O U o` a ` 0 0 n ea 0- 0 0 0 0 01 01 co 01 • LI- >o > 2} NEl N O N0N al T c o O w c 0 -a U Q a N N N O N T- >- >- M .c LL. LL LL 2 co L co O 0 C O O MMMOw a •a 'N c u to O v O a, N' 't a a r N N b O c c c c rLLri . U.LL Li_ LL. ll. LL U. U. L- UL.L n LLLLLLQ O O O OO O O O OOOO = •, 011 Ca aN O T T T T L L 0 0 0 0 M u N K) M M to b N Lo to in Ln CO --I -•I J --I N N O m Z 3c_ wo> ' a >- a) Q-oc L — N - 3CC, cco @ c c c c c c c 0 c ° 0 0 0 0 0 0 0 0 0 ON a)V0 0 c c c c c c c c c c a TL >, 0 0 a) a3T T T N N o 0 N N N N N 00000 0)) 0 r r N N N O.E N N N NI N 0N MN 0N Cl)N MN cv)isi MN 0N M Cl) m•N d'N Cl. 'I' LU N N N N N 0 N N N O O O N O O O N N N y N N N N N N CC (0 CO ate) ol(0 L") M et et e! o a)t 0 02 0 0 O 0 ` N N �j r e •" T T T T LA N b LA N I() m c0 m 642 O O t••' r r r T CL. O O O O o O O O G o O o O o O O 0 N N N N N N N N N N N N N N N N N N N of O) E c 0 o N X XI X X X X x X XX XX X X I x 0 O O C) LU w w w w w U w LLI LL1 LLJ U LU LU W c aI o a E 2 2 2 2 2 2 m 2 2 2 2 E 2 E 2 't CO CO CO m m m m co co m m CI m m m 'N Cl Zco ci) U) U) fA coCO Y Y CO Y Y Y CO Y co co I` h N CO 3 `S Y Y Y Y x x x x x 2 x x 2 x EEE g ° To E = x x x x < < < < < < < < < < 2 E 2 2 a U o Q Q Q Q Q 2 2 2 2 2 2 2 EI E 2 0 0 0 0 E cri a 0 scs d o a rX N N N N N or a 2 2 2 2 2 N N N N N N N N N N x x = x a X x x x x x x x x * 2 a) C E 0 O 0 0 0 0 0 2222E220 0 0 0 0 0 0 0 o 0 0 o a) a.) ui co CO CO CO CO O 0 0 0 0 0 0 0 0 0 m m co m O c m a O O O O O m m CO m m CO CO CO CO m o 0 0 0 E a 0 o 0 0 O 0 0 0 0 O •v •v o a d d `a — as tC c�a A m ccs ccaa ccaa CO co CO co A N co N co m ix c 0 fX CC Q' CC Ct IX CL CC CC Ce CC IX re re re 0 LL °� p o o O O o 0 0 0 0 0 0 0 0 O N M 0 )n p p O O O O 0 0 0 0 0 0 0 0 o O N N h N �' o Cl) Cl) Cl) Cl) Cl) cl M cm Cl) Cl) co Cl) 0 Cl) Cl) N "" 2 it) tn 10 10 110• al U) 10 LO 10 to to to to L to w to 0 0 CD 2 2 2 2 2 2 2 2 22 X X x X E 0 N o N O) co N. O ,' -0N. t co C 2 a N N N N LO m c0 h dm' V et co 00 'NIet W m ,- m N 1-73 o a) c E M Cl)co N n. 0 0.1 %- ..- ,_m cD c0 co cm0 cm0 c010 sf, (I? tCD CD i n n ' I- ns _ -3p Q U Z In In LULU In h U U U U U U U U �"� U U U 00 o H L N N N N N N U U U 0 0 0 U U U U U y `o C a) R U E Cce- f—O d Qa icuoo=E Q a a g Q a 0 0. LL0z' g a Q g z a Q Q a a Q a a Q Q g a a Q i:i a •- z z z z z z z z z z z z z cr 73z z z `z z z o W_ w c « z y.-'``�;f 1 CO cEl ` LU LU LU CO CO CO m N. n n ti lL y IL. LL, LL V- V- LL L.L. LL LL IL 0 0 O O O O O 0 O O O O O O 01 oo L.0 oo CI CI LO U) o-3 co co co oo Lo Lo in In In 1.0 LO ,LO LO LOI O Z N B c }_0_° oo- a CCO CO -p c C C C O 0 0 O0 O y N v O = C C C C C C co a) N a O C TL T 0.,_. CI d R a❑_ d U C Xd NNNNEN NO (O N N N N O W— N N N N (NI N N 0 0 0 O N O N N N CC CO CO 0 0 a -a- -a- a) co as 03 CU t . r . h h r- n ti m m m 0 3 r r r r d d O o 0 0 0 0 0 0 0 0 0 0 NNNNN N N N N N N N vi or E c a) O T 0) y O. C 0 O61 m m m m m N !• 6 a co a0 co co in m CO CO m m03 CO coTr E 22 222 2 ❑ ❑ ❑ ❑ ❑ ❑ ❑ (p U U N 0 0 y a C: m m 0 X X 2 2 x Z X 2 X = 2 X 2222222 (u u 3 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 n E n WWWWW m o 0 0 m m 0 • a N O 0 0 0 O O O O 0 0 _O 0 d -' U _ o- N a a a a a 'C a a a a a ui d W N (9 (0 (C 15 (0 m 19 co O m ❑ 1K re X Q' X 0' R' Q' CC Q' 0' 0' • a) N n 2 E 2 2 2 2 2 2 n 2 E 2 o K1 N to in N to ([f1.0 U) to to to E N N N N N N N N N N N N ° C7 U C7 C7 0 0 0 0 U 0 0 d (3 X X X X X X X X K X X X C O . o• 73 to '' 0 c >.O m r 0 v) to tq °° m 0 UCD _ n r m o. U'2 ° cE O7 °P m m m mc • m C)O = Q U Z 0 0 U U 0as UUUUU U 0 UUUT. s U ° Ce) 'c) c°- /— °ac a0o U � cE o ao = t'.4. < < < <_ < < a < < < a c �z n zzzzz zzzzzzzo �p LL W c G Florida Department of Transportation-5310 Instructions—SFY21 Purple-All Red- Capital Blue-Operating PART III - MANAGERIAL CAPABILITY Exhibit I: FDOT Certification and Assurances Collier County Board of County Commissioners certifies and assures to the Florida Department of Transportation regarding its Application under U.S.C. Section 5310 dated 10th day of December, 2019 1 It shall adhere to all Certifications and Assurances made to the federal government in its Application. 2 It shall comply with Florida Statues: • Section 341.051—Administration and financing of public transit and intercity bus service programs and projects • Section 341.061 (2)—Transit Safety Standards; Inspections and System Safety Reviews 3 It shall comply with Florida Administrative Code (Does not apply to Section 5310 only recipients): • Rule Chapter 14-73—Public Transportation • Rule Chapter 14-90—Equipment and Operational Safety Standards for Bus Transit Systems • Rule Chapter 14-90.0041—Medical Examination for Bus System Driver • Rule Chapter 41-2—Definitions 4 It shall comply with FDOT's: • Bus Transit System Safety Program Procedure No. 725-030-009 (Does not apply to Section 5310 only recipients) • Transit Vehicle Inventory Management Procedure No. 725-030-025 • Public Transportation Vehicle Leasing Procedure No. 725-030-001 • Guidelines for Acquiring Vehicles • Procurement Guidance for Transit Agencies Manual 5 It has the fiscal and managerial capability and legal authority to file the application. Local matching funds will be available to purchase vehicles/equipment at the time an order is placed. 6 It will carry adequate insurance to maintain, repair, or replace project vehicles/equipment in the event of loss or damage due to an accident or casualty. 7 It will maintain project vehicles/equipment in good working order for the useful life of the vehicles/equipment. 8 It will return project vehicles/equipment to FDOT if, for any reason, they are no longer needed or used for the purpose intended. 9 It recognizes FDOT's authority to remove vehicles/equipment from its premises, at no cost to FDOT, if FDOT determines the vehicles/equipment are not used for the purpose intended, improperly maintained, uninsured, or operated unsafely. 45 of 66 Liv Florida Department of Transportation-5310 Instructions—SFY21 Purple-All Red- Capital Blue-Operating 10 It will not enter into any lease of project vehicles/equipment or contract for transportation services with any third party without prior approval of FDOT. 11 It will notify FDOT within 24 hours of any accident or casualty involving project vehicles/equipment and submit related reports as required by FDOT. 12 It will notify FDOT and request assistance if a vehicle should become unserviceable. 13 It will submit an annual financial audit report to FDOT (FDOTSingleAudit@dot.state.fl.us), if required. 14 It will undergo a triennial review and inspection by FDOT to determine compliance with the baseline requirements. If found not in compliance, it must send a progress report to the local FDOT District office on a quarterly basis outlining the agency's progress towards compliance. Decembe At 2019 4 Dat=• II �ti`�.� Signature of Authorized Representative Wi1m L. McDaniel, Jr., Chairman Typed Name and Title of Authorized Representative Approved as to form and legality ATTEST },, ,4 Ci CRYSTAL K.KINZELCLERK -t. i` As Stant County rn 111 y BY: - .41. 0 `.� Attest as t ha"'• M � . ��3 tignature ortyyr: .., 46 of 66 Q U Florida Department of Transportation-5310 Instructions—SFY21 Purple-All Red- Capital Blue-Operating Exhibit J: Standard Lobbying Certification The undersigned Collier County Board of County Commissioners certifies, to the best of his or her knowledge and belief, that: 1 No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2 If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement,the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," (a copy of the form can be obtained from FDOT's website) in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq.)] 3 The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. NOTE: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure. The (Contractor), certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. De em b Jo j 19 Da‘ !0t , //.� i Signature of Contractor's Authorized Official Willm L. McDaniel, Jr., Chyirmap, Typed Name and Title of Authorized Representative Approved as to form and legality ATTEST :n CRYSTAL K.KiNZEL,S't f kk, 47 of 66 Ass -taut County At ey UQ BY: L Attest as to 'ma i.;nM.141 IVA AnL. ' Florida Department of Transportation-5310 Instructions—SFY21 Purple-All Red- Capital Blue-Operating Exhibit K: Leasing Certification Memorandum for FTA 5310 December 10, 2019 Date: From: Colli o nt Board of + .unty C•mmisli. s — -Eta Signat re William L. McDaniel, Jr., Chairman Typed Name and Title of Authorized Representative Collier County Board of County Commissioners Typed Agency Name To: Florida Department of Transportation, District Office Modal Development Office/Public Transit Subject: YEAR 2021 GRANT APPLICATION TO THE FEDERAL TRANSIT ADMINISTRATION, OPERATING OR CAPITAL ASSISTANCE FOR ENHANCED MOBILITY OF SENIORS AND INDIVIDUALS WITH DISABILITIES PROGRAM, 49 UNITED STATES CODE SECTION 5310 Leasing: Will the Collier County Board of County Commissioners, as applicant to the Federal Transit Administration Section 5310 Program, lease the proposed vehicle(s) or equipment out to a third-party? 12 No Yes If yes, specify to whom: NOTE: It is the responsibility of the applicant agency to ensure District approval of all lease agreements. ATTEST Approved as to form and legality CRYSTAL K.KIN Z L • 1CL BY, '� 48 of 66 ssistant Count Attorney Attest as Chai 's signature only. ti.p Florida Department of Transportation-5310 Instructions—SFY21 Purple-All Red- Capital Blue-Operating Exhibit L: Certification of Equivalent Service CERTIFICATION OF EQUIVALENT SERVICE Collier County Board of County Commissioners certifies that its demand responsive service offered to individuals with disabilities, including individuals who use wheelchairs, is equivalent to the level and quality of service offered to individuals without disabilities. Such service, when viewed in its entirety, is provided in the most integrated setting feasible and is equivalent to: 1 Response time; 2 Fares; 3 Geographic service area; 4 Hours and days of service; 5 Restrictions on trip purpose; 6 Availability of information and reservation capability; and 7 Constraints on capacity or service availability. In accordance with 49 CFR Part 37, public entities operating demand responsive systems for the general public which receive financial assistance under 49 U.S.C. 5310 and 5311 of the Federal Transit Administration (FTA)funds must file this certification with the appropriate state program office before procuring any inaccessible vehicle. Such public entities not receiving FTA funds shall also file the certification with the appropriate state office program. Such public entities receiving FTA funds under any other section of the FTA Programs must file the certification with the appropriate FTA regional office. This certification is valid for no longer than one year from its date of filing. Non-public transportation systems that serve their own clients, such as social service agencies, are required to complete this form. Executed this 10th day of December, 2019 William L. McDaniel, Jr., Chairman Typed Name :rid) 'We o A uthorized Represe- ative farir/ Sign, re of Authorized Representativ- ATTEST \e'A° ...... ,,,. CRYSTAL K.KYNzE4 i" Approved as to form and legality late t�a C iai T. .' (l A stint County c,tt�ey signature only.;V ,� 49 of 66 0 Florida Department of Transportation-5310 Instructions—SFY21 Purple-All Red- Capital Blue-Operating Form 424: Application for Federal Assistance - to follow on page 52 Attach the completed Form 424 here. You may insert the completed form as a PDF or print and attach the form to your final application document. Exhibit M: Federal Certifications and Assurances - to be provide separately Please attach Federal Certifications and Assurances signature page and the page listing the certification categories here. You may insert the signed certifications and assurances as a PDF or print and attach the form to your final application document. Exhibit N: Transportation Operating Procedure (TOP) N/A (Applies to Section 5310-only Applicants) Attach the agency's most recent TOP, if not already on file with your District Office. Please refer to the FDOT State Management Plan as amended for current TOP requirement. You may insert the TOP as a PDF or print and attach the document to your final application. Exhibit 0: Title VI Plan - to follow If an applicant has not submitted their most recent Title VI plan to the Department, a copy must be included here. You may insert the Title VI Plan as a PDF or print and attach the document to your final application. Exhibit P: Protection of the Environment - N/A Required if the proposed project is for the construction of facilities. Please see Grant Application Instruction Manual for details. Exhibit Q: Triennial Review— Corrective Action Plan (CAP) Closeout - to follow Required if the agency's latest Triennial Review included a Corrective Action Plan. Please submit a copy of the corrective action plan and/or letter of compliance. 50 of 66 Florida Department of Transportation-5310 Instructions—SFY21 Purple-All Red- Capital Blue-Operating END OF APPLICATION 5310 Grant Application Revised on September 13, 2019 Revised by: Erin Schepers, Grant Programs Administrator FDOT Public Transit Office 605 Suwannee Street (MS 26) Tallahassee, Florida 32399-0450 Work Phone: 850-414-4526 Email: erin.schepers@dot.state.fl.us 51 of 66 OMB Number:4040-0004 Expiration Date:12/31/2019 Application for Federal Assistance SF-424 *1.Type of Submission: •2.Type of Application: *If Revision,select appropriate letter(s): [� Preapplication ®New ®Application J Continuation •Other(Specify): Changed/Corrected Application J Revision •3.Date Received: 4.Applicant Identifier. ff 5a.Federal Entity Identifier: 5b.Federal Award Identifier: State Use Only: B.Date Received by Stale: 7.State Application Identifier: 8.APPLICANT INFORMATION: •a.Legal Name: Collier County Board of County Commissioners *b.Employer/Taxpayer Identification Number(EIN/TIN): *c.Organizational DUNS: 59-6000558 076997790 d.Address: •Streetl: 3299 Tamiami Trail East, Suite 103 Streetl: •City: Naples County/Parish: Collier •State: FL: Florida Province: 'Country: USA: UNITED STATES •Zip/Postal Code: 34112-5249 e.Organizational Unit: Department Name: Division Name: Public Services PTNE f.Name and contact Information of person to be contacted on matters Involving this application: Prefix: Mrs. *First Name: Tami Middle Name: •Last Name: Bailey Suffix: Title: Federal & State Grants Manager Organizational Affiliation: 'Telephone Number: 239-252-5218 Fax Number: 239-252-2638 *Email: Tami.Bailey@colliercountyfl.gov • 52 of 66 Application for Federal Assistance SF-424 *9.Type of Applicant 1:Select Applicant Type: B: County Government Type of Applicant 2:Select Applicant Type: Type of Applicant 3:Select Applicant Type: •Other(specify): *10.Name of Federal Agency: FTA 11.Catalog of Federal Domestic Assistance Number: 20.513 CFDA Title: Capital Assistance Application - SFY 2021 Formula Grant for Enhanced Mobility of Seniors & Individuals with Disabilities *12.Funding Opportunity Number: I I •Title: Previous Applicant - Large Urban Service Area Capital Assistance Application - SFY 2021 Formula Grant for Enhanced Mobility of Seniors & Individuals with Disabilities 13.Competition Identification Number: Title: 14.Areas Affected by Project(Cities,Counties,States,etc.): Add Attachment j Delete Attachment View Attachment *15.Descriptive Title of Applicant's Project: Previous Applicant - Large Urban Service Area Capital Assistance Application - SFY 2021 Formula Grant for Enhanced Mobility of Seniors & Individuals with Disabilities Attach supporting documents as specified in agency Instructions. Add Attachments Delete Attachments View Attachments 53 of 66 0 Application for Federal Assistance SF-424 16.Congressional Districts Of: a.Applicant 14 *b.Program/Project 14 Attach an additional list of Program/Project Congressional Districts If needed. Add Attachment Delete Attachment View Attachment 17.Proposed Project: *a.Start Date: 10/01/2021 *b.End Date: 09/30/2022 18.Estimated Funding($): 'a.Federal 414,124.80 'b.Applicant 51,765.60• c.State 51,765.60 'd.Local I I I *e.Other •f. Program Income I I •g.TOTAL 517,656.00 *19.Is Application Subject to Review By State Under Executive Order 12372 Process? a.This application was made available to the State under the Executive Order 12372 Process for review on • El b.Program is subject to E.O.12372 but has not been selected by the State for review. c.Program is not covered by E.O.12372. *20.Is the Applicant Delinquent On Any Federal Debt? (If"Yes,"provide explanation in attachment.) Yes ®No If"Yes",provide explanation and attach Add Attachment Delete Attachment View Attachment 21.*By signing this application,I certify(1)to the statements contained in the list of certifications"and(2)that the statements herein are true, complete and accurate to the best of my knowledge. I also provide the required assurances" and agree to comply with any resulting terms if I accept an award.I am aware that any false,fictitious,or fraudulent statements or claims may subject me to criminal,civil,or administrative penalties.(U.S.Code,Title 218,Section 1001) ® **I AGREE **The list of certifications and assurances, or an internet site where you may obtain this list, is contained in the announcement or agency specific instructions. Authorized Representative: Prefix: *First Name: t7iliiam Middle Name: L. 'Last Name: McDaniel Suffix: *Title: Chairman 'Telephone Number: 239-252-8605 Fax Number: 'Email: Bill.McDaniel@colliercountyfl.gov- • *Signature of Authorized Representative: <j` T!. 1 i r \•�, // *Date Signed: 12/10/2019 % ATTEST � 1 , _ �_ -� Approved as to form and legality CRYSTAL K.KINZEL,CLE � - 54of66 1 (� E O lall?11a1l' Asst an ounty a°i•nk• y FTA FISCAL YEAR 2020 CERTIFICATIONS AND ASSURANCES FEDERAL FISCAL YEAR 2020 CERTIFICATIONS AND ASSURANCES FOR FTA ASSISTANCE PROGRAMS Placeholder- awaiting FTA to supply current form will be provided at a later date. 55 of 66 FEDERAL FISCAL YEAR 2020 FTA CERTIFICATIONS AND ASSURANCES SIGNATURE PAGE (Required of all Applicants for federal assistance to be awarded by FTA in FY 2020) AFFIRMATION OF APPLICANT Placeholder-awaiting FTA to supply current form will be provided at a later date. 56 of 66 FDOT , Florida Department of Transportation RICK SCOTT 801 North Broadway Avenue NIIICE DEW GOVERNOR Bartow,Florida 33830 SECRETARY November 14,2017 Collier County Board of County Commissioners Ms. Michelle Arnold 3299 East Tamiami Trail, Suite 103 Naples, FL 34112 Re: Title VI Plan Dear Ms. Arnold: The Florida Department of Transportation, District One concurs with the Title VI Plan for Collier County Board of County Commissioners as required for all Federal Transit Administration recipients as per the FTA Circular C4702.1 B. This concurrence means that Collier County Board of County Commissioners meets the requirements as set out in the Circular and may receive grant funds. Please continue to follow the requirements set forth in the stated Circular. Should you have any questions, please contact Pamela Barr via e-mail at Pamela.barr@dot.state.fl.us or by phone at 239-225-1972. Sincerely, Pamela Barr Transit Projects Coordinator Cc: Matthew Liveringhouse, Collier Area Transt Michelle S. Peronto,District Transit Programs Administrator, FDOT 57 of 66 www.dot.state.fl.us Contract# TD-1803 Effective: 7/1/18 to 6/30/2023 STATE OF FLORIDA COMMISSION FOR THE TRANSPORTATION DISADVANTAGED MEMORANDUM OF AGREEMENT This Memorandum of Agreement is between the COMMISSION FOR THE TRANSPORTATION DISADVANTAGED, hereby referred to as the "Commission," and Collier County Board of County Commissioners, Collier Area Transit, 3299 East Tamiami Trail, Naples, FL 34112 the COMMUNITY TRANSPORTATION COORDINATOR, designated pursuant to Chapter 427, F.S., to serve the transportation disadvantaged for the community that includes the entire area of Collier county(ies), and hereafter referred to as the "Coordinator." This Agreement is made in consideration of the mutual benefits to both parties; said consideration acknowledged hereto by the parties as good and valuable consideration. The Parties Agree: I. The Coordinator Shall: A. Become and remain totally apprised of all of the Transportation Disadvantaged resources available or planned in their designated service area. This knowledge will be used to plan, coordinate, and implement the most cost effective transportation disadvantaged transit system possible under the economic and other conditions that exist in the designated service area. B. Plan and work with Community Transportation Coordinators in adjacent and other areas of the state to coordinate the provision of community trips that might be handled at a lower overall cost to the community by another Coordinator. This includes honoring any Commission-approved statewide certification program that allows for intercounty transportation opportunities. C. Arrange for all services in accordance with Chapter 427, Florida Statutes, and Rule 41-2, FAC, and as further required by the Commission and the local Coordinating Board approved Transportation Disadvantaged Service Plan. D. Return any acquired profits or surplus funds originating through the course of business as the Coordinator that are beyond the amounts(s) specifically identified and approved in the accompanying Transportation Disadvantaged Service Plan. Such profits or funds shall be returned to the Coordinator's transportation system or to any subsequent Coordinator, as a total transportation system subsidy, to be applied to the immediate following operational year. The Coordinator will include similar language in all coordination contracts to assure that transportation disadvantaged related revenues are put back into transportation disadvantaged services. 58 of 66 Rev. 04/02/2012 1 0 E. Accomplish this Project by: 1. Developing a Transportation Disadvantaged Service Plan for approval by the local Coordinating Board and the Commission. Coordinators who are newly designated to a particular service area shall submit a local Coordinating Board approved Transportation Disadvantaged Service Plan, within 120 calendar days following the execution of the Coordinator's initial memorandum of agreement with the Commission, for approval by the Commission. All subsequent Transportation Disadvantaged Service Plans shall be submitted and approved with the corresponding memorandum of agreement. The approved Transportation Disadvantaged Service Plan will be implemented and monitored to provide for community-wide transportation services for purchase by non-sponsored transportation disadvantaged persons, contracting social service agencies, and other entities that use local, state, or federal government funds for the purchase of transportation for the transportation disadvantaged. 2. Maximizing the use of available public school transportation resources and public fixed route or fixed schedule transit services and assuring that private or public transit, paratransit operators, and school boards have been afforded a fair opportunity to participate to the maximum extent feasible in the planning process and in the development of the provisions of the Transportation Disadvantaged Service Plan for the transportation disadvantaged. 3. Providing or arranging 24-hour, 7-day per week transportation disadvantaged service as required in the designated service area by any Federal, State or Local Government agency sponsoring such services. The provision of said services shall be furnished in accordance with the prior notification requirements identified in the local Coordinating Board and Commission approved Transportation Disadvantaged Service Plan. 4. Complying with all local, state, and federal laws and regulations that apply to the provision of transportation disadvantaged services. 5. Submitting to the Commission an Annual Operating Report detailing demographic, operational, and financial data regarding coordination activities in the designated service area. The report shall be prepared on forms provided by the Commission and according to the instructions of said forms. F. Comply with Audit and Record Keeping Requirements by: , 1. Utilizing the Commission recognized Chart of Accounts defined in the Transportation Accounting Consortium Model Uniform Accounting System for Rural and Specialized Transportation Providers (uniform accounting system) for all transportation disadvantaged accounting and reporting purposes. Community Transportation Coordinators with existing and equivalent accounting systems are not required to adopt the Chart of Accounts in lieu of their existing Chart of Accounts but shall prepare all reports, invoices, and fiscal documents relating to the transportation disadvantaged functions and activities using the chart of accounts and accounting definitions as outlined in the above referenced manual. Rev. 04/02/2012 2 59 of 66 2. Assuming the responsibility of invoicing for any transportation services arranged, unless otherwise stipulated by a purchase of service contract or coordination contract. 3. Maintaining and filing with the Commission, local Coordinating Board, and all purchasing agencies/entities such progress, fiscal, inventory, and other reports as those entities may require during the period of this Agreement. 4. Providing copies of finance and compliance audits to the Commission and local Coordinating Board as requested by the Commission or local Coordinating Board. G. Retain all financial records, supporting documents, statistical records, and any other documents pertinent to this Agreement for a period of five (5) years after termination of this Agreement. If an audit has been initiated and audit findings have not been resolved at the end of five (5) years, the records shall be retained until resolution of the audit findings. The Coordinator shall assure that these records shall be subject to inspection, review, or audit at all reasonable times by persons duly authorized by the Commission or this Agreement. They shall have full access to and the right to examine any of the said records and documents during the retention period. H. Comply with Safety Requirements by: 1. Complying with Section 341.061, F.S., and Rule 14-90, FAC, concerning System Safety; or complying with Chapter 234.051, F.S., regarding school bus safety requirements for those services provided through a school board; and 2. Assuring compliance with local, state, and federal laws, and Commission policies relating to drug testing. Conduct drug and alcohol testing for safety sensitive job positions within the coordinated system regarding pre-employment, randomization, post-accident, and reasonable suspicion as required by the Federal Highway Administration and the Federal Transit Administration. Comply with Commission insurance requirements by maintaining at least minimum liability insurance coverage in the amount of $200,000 for any one person and $300,000 per occurrence at all times during the existence of this Agreement for all transportation services purchased or provided for the transportation disadvantaged through the Community Transportation Coordinator. Upon the execution of this Agreement, the Coordinator shall add the Commission as an additional named insured to all insurance policies covering vehicles transporting the transportation disadvantaged. In the event of any cancellation or changes in the limits of liability in the insurance policy, the insurance agent or broker shall notify the Commission. The Coordinator shall insure that contracting transportation operators and coordination contractors also maintain the same minimum liability insurance, or an equal governmental insurance program. Insurance coverage in excess of $1 million per occurrence must be approved by the Commission and the local Coordinating Board before inclusion in the Transportation Disadvantaged Service Plan or in the justification of rates and fare structures. Such coverage may be provided by a self-insurance program established and operating under the laws of the State of Florida and written verification of insurance protection in accordance with Section 768.28, Florida Statutes, shall be provided to the Commission upon request. Rev. 04/02/2012 3 60 of 66 �p J. Safeguard information by not using or disclosing any information concerning a user of services under this Agreement for any purpose not in conformity with the local, state and federal regulations (45 CFR, Part 205.50), except upon order of a court, written consent of the recipient, or his/her responsible parent or guardian when authorized by law. K. Protect Civil Rights by: 1. Complying with state and federal laws including but not limited to laws regarding discrimination on the basis of sex, race, religion, age, disability, sexual orientation, or national origin. The Coordinator gives this assurance in consideration of and for the purpose of obtaining federal grants, loans, contracts (except contracts of insurance or guaranty), property, discounts, or other federal financial assistance to programs or activities receiving or benefiting from federal financial assistance and agreeing to complete a Civil Rights Compliance Questionnaire if so requested by the Commission. 2. Agreeing that compliance with this assurance constitutes a condition of continued receipt of or benefit from federal financial assistance, and that it is binding upon the Coordinator, its successors, subcontractors, transferee, and assignees for the period during which such assistance is provided. Assure that all operators, subcontractors, subgrantee, or others with whom the Coordinator arranges to provide services or benefits to participants or employees in connection with any of its programs and activities are not discriminating against those participants or employees in violation of the above statutes, regulations, guidelines, and standards. In the event of failure to comply, the Coordinator agrees that the Commission may, at its discretion, seek a court order requiring compliance with the terms of this assurance or seek other appropriate judicial or administrative relief, to include assistance being terminated and further assistance being denied. L. To the extent allowed by Section 768.28, Florida Statutes, and only to the monetary and other limitations contained therein, indemnify and hold harmless the Commission and ail of the Commission's members, officers, agents, and employees; purchasing agency/entity officers, agents, and employees; and the local, state, and federal governments from any claim, loss, damage, cost, charge or expense arising out of any act, action, neglect or omission by the Coordinator during the performance of this Agreement, whether direct or indirect, and whether to any person or property to which the Commission or said parties may be subject, except that neither the Coordinator nor any of its sub-contractors will be liable under this section for damages arising out of injury or damage to persons or property directly caused or resulting from the sole negligence of the Commission or any of its members, officers, agents or employees; purchasing agency/entity, officers, agents, and employees; and local, state, or federal governments. Nothing herein is intended to serve as a waiver of sovereign immunity by any agency/entity or Coordinator to which sovereign immunity may be applicable. Nothing herein shall be construed as consent by a state agency/entity or political subdivision of the State of Florida or the federal government to be sued by third parties in any matter arising out of any Agreement or contract. Notwithstanding the foregoing, pursuant to Section 768.28, Florida Statutes,no agency or subdivision of the state shall be required to indemnify, insure, or assume any liability for the Commission's negligence. Rev. 04/02/2012 4 61 of 66 (09 M. Comply with standards and performance requirements of the Commission, the local Coordinating Board approved Transportation Disadvantaged Service Plan, and any purchase of service contracting agencies/entities. Failure to meet the requirements or obligations set forth in this MOA, and performance requirements established and monitored by the local Coordinating Board in the approved Transportation Disadvantaged Service Plan, shall be due cause for non-payment of reimbursement invoices until such deficiencies have been addressed or corrected to the satisfaction of the Commission. N. Comply with subcontracting requirements by executing or negotiating contracts for transportation services with Transportation Operators and Coordination Contractors, and assuring that the conditions of such contracts are maintained. The requirements of Part 1 , Paragraph E.S. through M are to be included in all contracts, subcontracts, coordination contracts, and assignments made by the Coordinator for services under this Agreement. Said contracts, subcontracts, coordination contracts, and assignments will be reviewed and approved annually by the Coordinator and local Coordinating Board for conformance with the requirements of this Agreement. O. Comply with the following requirements concerning drivers and vehicles: 1. Drivers for paratransit services, including coordination contractors, shall be required to announce and identify themselves by name and company in a manner that is conducive to communications with the specific passenger, upon pickup of each rider, group of eiders, or representative, guardian, or associate of the rider, except in situations where the driver regularly transports the rider on a recurring basis. Each driver must have photo identification that is in view of the passenger. Name patches, inscriptions or badges that affix to driver clothing are acceptable. For transit services, the driver photo identification shall be in a conspicuous location in the vehicle. 2. The paratransit driver shall provide the passenger with boarding assistance, if necessary or requested, to the seating portion of the vehicle. The boarding assistance shall include opening the vehicle door,fastening the seat belt or utilization of wheelchair securement devices, storage of mobility assistive devices, and closing the vehicle door. In certain paratransit service categories, the driver may also be required to open and close doors to buildings, except in situations in which assistance in opening/closing building doors would not be safe for passengers remaining on the vehicle. Assisted 'access must be in a dignified manner. Drivers may not assist wheelchair up or down more than one step, unless it can be performed safely as determined by the passenger, guardian, and driver. 3. All vehicles shall be equipped with two-way communications in good working order and be audible to the driver at all times to the base. 4. All vehicles providing service within the coordinated system, shall have working air conditioners and heaters in each vehicle. Vehicles that do not have a working air conditioner or heater will be scheduled for repair or replacement as soon as possible, ,SAO Rev. 04/02/2012 5 62 of 66 P. Comply with other requirements as follows: 1. Transport an escort of a passenger and dependent children at locally negotiated and identified in the local Transportation Disadvantaged Service Plan. 2. Determine locally in the Transportation Disadvantaged Service Plan, the use, responsibility, and cost of child restraint devices. 3. Transport with the passenger at no additional charge, passenger property that can be carried by the passenger and/or driver in one trip and can be safely stowed on the vehicle. Additional requirements may be negotiated for carrying and loading rider property beyond this amount. Passenger property does not include wheelchairs, child seats, stretchers, secured oxygen, personal assistive devices, or intravenous devices. 4. Provide shelter, security, and safety of passengers at vehicle transfer points. 5. Post a local or other toll-free number for complaints or grievances inside each vehicle. The local complaint process shall be outlined as a section in the local Transportation Disadvantaged Service Plan including advising the dissatisfied person about the Commission's Ombudsman Program as a step within the process as approved by the local Coordinating Board. 6. Provide out-of-service-area trips, when determined locally and approved by the local Coordinating Board, except in instances where local ordinances prohibit such trips. 7. Keep interior of all vehicles free from dirt, grime, oil, trash, torn upholstery, damaged or broken seats, protruding metal or other objects or materials which could soil items placed in the vehicle or provide discomfort for the passenger. 8. Determine locally by the local Coordinating Board and provide in the local Transportation Disadvantaged Service Plan the billing requirements of the Community Transportation Coordinator. All bills shall be paid to subcontractors within 7 calendar days after receipt of said payment by the Coordinator, in accordance with Section 287.0585, Florida Statutes. 9. Maintain or have access to a passenger/trip database on each rider being transported within the system. 10. Provide each rider and escort, child, or personal care attendant adequate seating for paratransit services. No more passengers than the registered passenger seating capacity shall be scheduled or transported in a vehicle at any time. For transit services provided by transit vehicles, adequate seating or standing space will be provided to each rider and escort, child, or personal care attendant, and no more passengers than the registered passenger seating or standing capacity shall be scheduled or transported in a vehicle at any time. 11. First Aid shall be determined locally and provided in the local Transportation Disadvantaged Service Plan. Rev. 04/02/2012 6 63 of 66 12. Cardiopulmonary Resuscitation shall be determined locally and provided in the local Transportation Disadvantaged Service Plan. IL The Commission Shall: A. Recognize the Coordinator as the entity described in Section 427.011(5), Florida Statutes, and Rule 41-2.002(4), F.A.C. B. Attempt to insure that all entities with transportation disadvantaged funds will purchase transportation disadvantaged services through the Coordinator's system. Ill. The Coordinator and the Commission Further Agree: A. Nothing in this Agreement shall require the Commission to observe or enforce compliance with any provision thereof, perform any other act or do any other thing in contravention of any applicable state law. If any of the provisions of this Agreement is found by a court of law to violate any applicable state law, the purchasing agency/entity will at once notify the Commission in writing in order that appropriate changes and modifications may be made by the Commission and the Coordinator to the end that the Coordinator may proceed as soon as possible with the provision of transportation services. B. If any part or provision of this Agreement is held invalid, the remainder of this Agreement shall be binding on the parties hereto. C. Termination Conditions: 1. Termination at Will -This Agreement may be terminated by either party upon no less than thirty(30) days notice, without cause. Said notice shall be delivered by certified mail, return receipt required, or in person with proof of delivery. 2. Termination for Breach - Unless the Coordinator's breach is waived by the Commission in writing, the Commission may, by written notice to the Coordinator, terminate this Agreement upon no less than twenty-four (24) hours notice. Said notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. Waiver by the Commission of breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Agreement, and shall not act as a waiver or estoppel to enforcement of any provision of this Agreement. The provisions herein do not limit the Commission's right to remedies at law or to damages. D. This agreement will expire unless an extension is granted to the Coordinator in writing by the Commission, in accordance with Chapter 287, Florida Statutes. E. Renegotiations or Modifications of this Agreement shall only be valid when they have been reduced to writing, duly approved by the Commission, and signed by both parties hereto. Rev. 04/02/2012 7 64 of 66 F. Notice and Contact: The name and address of the contract manager for the Commission for this Agreement is: Executive Director, 605 Suwannee Street, MS-49, Tallahassee, FL 32399-0450. The representative/position of the Coordinator responsible for administration of the program under this Agreement is: Ms. Michelle Arnold, 3299 East Tamiami Trail, Suite 103, Naples, FL 34112 In the event that either party designates different representatives after execution of this Agreement, notice of the name and address of the new representative will be rendered in writing to the other party and said notification attached to originals of this Agreement. This document has been reviewed in its entirety and approved by the local Coordinating Board at its official meeting Id on Ma 2018. Coors inating Board Chairperson WITNESS WHEREOF, the parties hereto have caused these presents to be executed. COMMUNITY TRANSPORTATION STATE OF FLORIDA, COMMISSION FOR COORDINATOR: THE TRANSPORTATION DISADVANTAGED: Collier County Board of County Commissioners Collier Area Transit Sl'eue.r /4 i!tris J Agency Name Printed Name of Authorized Individual Printed Name o . a.'V Signature: C.. .o Signature: Title: Executive Director Title: Chaixman Approv.q if and le ality -dill 1 in rail__► _ Jeffrey A.K a r ko ' 'aunty Attorney ppTT�'' O. ..,1 ,,';' ;. /11 �moi. � • .,, : .'k:bi�� - `, 1 �r► � Y,_. Rev. 04/02/2012 DWiL"31'lTE'��R ;�;ric • n ✓ �pI`" 65 of 66 0 (tes as • to ty � ` SI(malrrra Aio,. omit of Collier CLERK OF THEj CIR UIT COURT Dwight E. Brock COLLIER COI l,Y CO :.THOUSE Clerk of Courts Clerk of Courts 3315 TAMIAMI TRL E STE 102< ` P.O.BOX 413044 Accountant NAPLES,FLORIDA \ NAPLES,FLORIDA CustodianAuitorof CountyFunds 34112-5324 134101-3044 June 13, 2018 John Paul Irvine FL Commission for the Transportation Disadvantaged 605 Suwannee Street, Mail Station No. 49 Tallahassee, FL 32399 Re: Memorandum of Agreement: State of Florida Commission for the Transportation Disadvantaged: Contract No. TD-1803 Mr. Irvine, Attached for further processing is an original copy of the MOA referenced above, approved by the Collier County Board of County Commissioners June 12, 2018. If your office requires further information regarding this mailing,please feel free to contact me at 239-252-8406. Thank you. DWIGHT E. BROCK, CLERK Ann Jennejohn, Deputy Clerk Attachment 66 of 66 Phone- (239)252-2646 Fax-(239) 252-2755 Website- www.CollierClerk.com Email- CollierClerk@collierclerk.com