Loading...
Agenda 12/08/2020 Item #16D15 (3 Resolutions: FDOT FTA Programs 5310, 5311 & 5339)12/08/2020 EXECUTIVE SUMMARY Recommendation to approve the submission of grant applications to the Florida Department of Transportation for the Federal Transit Administration Programs 5310, 5311, and 5339 Rural for FY2021/2022 and approve the associated Resolutions to support transit operations and system capital improvements. OBJECTIVE: To provide ongoing support for public transit operations for the residents of Collier County. CONSIDERATIONS: Pursuant to 49 U.S.0 the Federal Transit Administration (FTA) programs 5310, 5311, and 5339 enables Collier County, a designated Community Transportation Coordinator, and provider of mass transportation to the elderly, individuals with disabilities, and those residing in non - urbanized areas throughout the County, to apply for annual funding to support these Collier Country residents. There are three (3) grant applications required to support these services; FTA 5310 for replacement of vehicles and equipment, FTA 5311 for mass transit in non -urbanized areas, and FTA 5339 provides capital funding for bus and bus facilities. FTA Section 5310 Grant Request The 5310 capital grant application request supports the Collier Area Paratransit Program to purchase replacement vehicles, and not increase the overall fleet, in addition to providing ongoing transportation services to the elderly and disabled residents of Collier County. The 5310 capital grant request in FY21 is for three (3) paratransit vehicles and radios to replace vehicles that have met their useful life. The funding and match requirements are outlined in the chart below. FTA Section 5311 Grant Request The 5311 operation grant application request is essential to continuing the existing level of service being provided for the non -urbanized areas of the County. The 5311 grant helps fund six (6) non- urbanized/rural routes: Routes 19 and 28 (providing transportation to and from the Immokalee area to the Intermodal Transfer Station), Route 121 (providing early morning and late evening express service between Immokalee and Marco Island), Route 22 and Route 23 (providing a circulator within the rural Immokalee community), and Route 24 (providing transportation to and from the Charlee Estates area to the Intermodal Transfer Station). This service will continue to provide access to employment for rural area residents. The funding and match requirements are outlined in the chart below. FTA Section 5339 Grant Request The 5339 bus and bus facilities grant application will provide capital funding to replace, rehabilitate, and purchase buses, vans, and related equipment, as well as construct bus -related facilities in the non - urbanized areas. The 5339 capital grant request in FY21will be to improve existing bus stops in the rural areas by bringing them into ADA compliance and adding bus shelters and amenities including a bench, trash receptacles, and bike racks. In order to achieve ADA compliance, sidewalk and drainage improvements may have to be added to the project. Shelter construction will include the addition of a landing pad and shelter pad. The funding and match requirements are outlined in the chart below. Public Transit & Neighborhood Enhancement Division (PTNE) presented the grant applications to the Public Transit Advisory (PTA) Committee on November 17' for their review and endorsement. Six (6) of the seven (7) members were in attendance but with only two (2) members physically present the Packet Pg. 3120 12/08/2020 committee was only able to provide their consensus to endorse the submittal of the applications. FISCAL IMPACT: The 5310 capital grant application is estimated to be $260,541 for three (3) vehicles and three (3) radios/tablets. The capital grant requires an 80% federal share in the amount of $208,432.80, a 10% state share in the amount of $26,054.10, and a 10% local match in the amount of $26,054.10. The local share will be funded by available auction proceeds as required by FTA and any remaining balance within Transportation Disadvantaged Fund (427) and Transportation Disadvantaged Match Fund (429) funded by the annual support transfer from the General Fund (001). No additional budget will be requested in FY22. The 5311 operating grant application is estimated to be $1,728,664.80 and it will be utilized to provide transit services in the non -urbanized areas of Collier County. The operations grant requires a 50% local match in the amount of $864,332.40. The local match will be within the CAT Operating Fund (426) and CAT Match Fund 425) funded by the annual transfer from the General Fund (001). The application and acceptance of these grants will stay within budget guidelines as done in prior years and will not require additional budget. The 5339 Rural capital grant application is estimated to be $222,355. This grant requires an 80% Federal share in the amount of $177,884 and a 20% State share in the amount of $44,471. The table below reflects the Fiscal Impact of each jurisdiction: Grant Federal Funding State Match Local Match Total 5310 $208,432.80 $26,054.10 $26,054.10 $260,541 5311 $864,332.40 $0 $864,332.40 $1,728,664.80 5339 Rural $177,884 $44,471 $0 $222,355 Total $1,250,649.20 $70,525.10 $890,386.50 $2,211,560.80 GROWTH MANAGEMENT IMPACT: There is no Growth Management impact associated with this Item. LEGAL CONSIDERATIONS: This item is approved for form and legality and requires a majority vote for Board action. - JAB RECOMMENDATION: To approve the submission of grant applications to the Florida Department of Transportation for the Federal Transit Administration Programs 5310, 5311, and 5339 Rural for FY2021/2022 and approve the associated Resolutions to support transit operations and system capital improvements. (Total anticipated Fiscal Impact of $2,211,560.80 with a Federal share of $1,250,649.20, State share of $70,525.10 and Local match of $890,386.50). Prepared By: Joshua Thomas, Operations Analyst, Community & Human Services Division ATTACHMENT(S) 1. [Linked] 5310 Grant Application CAO Stamped (PDF) 2. [Linked] 5311 Grant Application CAO Stamped (PDF) 3. [Linked] 5339 Application CAO Stamped (PDF) Packet Pg. 3121 16.D.15 12/08/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.D.15 Doe ID: 14209 Item Summary: Recommendation to approve the submission of grant applications to the Florida Department of Transportation for the Federal Transit Administration Programs 5310, 5311, and 5339 Rural for FY2021/2022 and approve the associated Resolutions to support transit operations and system capital improvements. Meeting Date: 12/08/2020 Prepared by: Title: Grants Support Specialist — Community & Human Services Name: Joshua Thomas 11/17/2020 9:26 PM Submitted by: Title: Division Director - Pub Tran & Nbrhd Enh — Public Transit & Neighborhood Enhancement Name: Michelle Arnold 11/17/2020 9:26 PM Approved By: Review: Community & Human Services Blanca Aquino Luque Additional Reviewer Community & Human Services Kim Olson Additional Reviewer Community & Human Services Cormac Giblin Additional Reviewer Public Transit & Neighborhood Enhancement Michelle Arnold Community & Human Services Kristi Sonntag Additional Reviewer Community & Human Services Tami Bailey Additional Reviewer Community & Human Services Maggie Lopez Additional Reviewer Operations & Veteran Services Kimberley Grant Level 1 Reviewer Public Services Department Todd Henry Level 1 Division Reviewer Public Services Department Steve Carnell Level 2 Division Administrator Review Grants Nicole Diaz Level 2 Grants Review County Attorney's Office Jennifer Belpedio Level 2 Attorney of Record Review Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Budget and Management Office Ed Finn Additional Reviewer Grants Therese Stanley Additional Reviewer Completed 11/18/2020 8:09 AM Completed 11/18/2020 10:02 AM Completed 11/18/2020 10:48 AM Additional Reviewer Completed Completed 11/18/2020 3:31 PM Completed 11/18/2020 5:05 PM Completed 11/19/2020 8:59 AM Completed 11/19/2020 11:10 AM Completed 11/19/2020 1:26 PM Completed 11/19/2020 2:36 PM Completed 11/23/2020 12:27 PM Completed 11/24/2020 9:43 AM Completed 11/24/2020 10:52 AM Completed 11/24/2020 1:49 PM Completed 11/25/2020 12:25 PM Completed 11/30/2020 12:10 PM Packet Pg. 3122 12/08/2020 County Manager's Office Board of County Commissioners Nick Casalanguida Level 4 County Manager Review Mary,lo Brock Meeting Pending Completed 12/01/2020 10:40 AM 12/08/2020 9:00 AM Packet Pg. 3123 Florida Department of Transportation FFY21 Section 5310 Grant Application Florida Department of Transportation Capital & Operating Assistance Application Federal Fiscal Year 2021 / State Fiscal Year 2022 49 U.S.C. Section 5310, CFDA 20.513 Formula Grants for the Enhanced Mobility of Seniors and Individuals with Disabilities Agency Name: Collier County Board of County Commissioners ❑ New Applicant IXI Applicant Type: Previous Applicant ® Capital Project Type(s): ❑ Operating ❑ Mobility Management [-N Large Urban Service Area(s): ❑ Small Urban ❑ Rural O Page 1 of 39 (! A,� Florida Department of Transportation Please Note FFY21 Section 5310 Grant Application This grant application is color coded based on the type of award for which you are applying. Applicability specifications are also described in the Application Instruction Manual. All Applications I Forms and exhibits in purple must be completed for all applications. Capital Applications I Forms and exhibits in red must be completed for capital applications, exclusively. Operating Applications I Forms and exhibits in blue must be completed for operating applications, exclusively. Page 2 of 39 (3) Florida Department of Transportation Checklist FFY21 Section 5310 Grant Application Each of the below items must be included with your Section 5310 Grant Application submittal in the same order as the checklist. ,® Application Checklist (this form) A] Applicant Information PART I -APPLICANT ELIGIBILITY LN Eligibility Questionnaire (only applicable for returning applicants) Exhibit A: Cover Letter Exhibit B: Governing Board's Resolution Exhibit C: Coordinated Public Transit -Human Service Transportation Plan 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 ❑ Exhibit G: Local Clearinghouse Agency/RPC Cover Letter (Required if proposed project is forfacilities) Date received: Exhibit H: Public Hearing Notice PART II - FUNDING REQUEST Form A-1: Current System Description Organization Chart 17 Form A-2: Fact Sheet Form A-3: Proposed Project Summary Form B-1: Financial Capacity - Proposed Budget for Transportation Program F" Proof of Local Match Supporting Documentation ❑ Form B-2: Operations Phase- Estimate of Project Costs by Budget Category JN Form B-3: Capital Request L,oen Completed Sample Order Form(s) NForm 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 D�Forrn 424: Application for Federal Assistance Exhibit M: Federal Certifications and Assurances Exhibit N: Transportation Operating Procedure (Applies to Section 5310-onlyApplicants) fV�Exhibit 0: Title VI Plan (Required if not previously submitted to District) Exhibit P: Protection of the Environment (Required if the proposed project is for facilities) (}'Exhibit Q: Triennial Review - CAP Closeout Documentation Page 3 of 39 Florida Department of Transportation Applicant Information FFY21 Section 5310 Grant Application 49 U.S.C. Section 5310, Formula Grants for the Enhanced Mobility of FDOTSeniors and Individuals with Disabilities: �7__ GRANT APPLICATION Agency (Applicant) Legal Name: Physical Address (No P.O. Box): Collier County Board of County Commissioners 3299 Tamiami Trail East Applicant Status: ❑ First-time applicant Q�Returning applicant A first-time applicant has not received any funding for the past two grant cycles Applicant's County: If Applicant has offices in more than one county, list county where main office is located City: State: +4 Code: Con ressional District: 19 Naples I FL [�3!4pl12-5746 Federal Taxpayer ID Number: Applicant's DUNS Number: unique 9-Digit number issued by Dun & Bradstreet. Maybe 59-6000558 obtained free of charge at: http://fedgov.dnb.com/webform 076997790 Applicant Fiscal period start and end dates: October 1, 2021 to September 30, 2022 State Fiscal period from: July 1, 2020 to June 30, 2021 Counties Served: Project's Service Area: Collier County DLarge 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 Judith Sizensky Telephone: Telephone: 239-252-5841 239-252-2590 Fax: Fax: 239-252-3929 E-mail Address: il Address: Michelle.Arnold@colliercountyfl.gov rJTudth.Sizensky@colliercountyfl.gov Current Vehicle Inventory Sedans: 1 I I Vans: 2 I Minivans with Buses(Cutaways) 31 Buses (Medium Duty) Enter Number for ENTIRE Fleet IL Ram :4 I Other: 29 N/A in each category: Authorizing Representative certifying to the information contained in this application is true and accurate. Signature (Authorizing Representative): Printed Name: Kurt L. Saunders Title: Chairman Email Address: Burt. Saundersocolliercountyfl.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 A'FfES"I' Approved as to form and legality CRYSTAL K. KINZEL, CLERK ' v BY: Assista nt Conty Atturn cy � � Page 4 of 39 ��`\ Florida Department of Transportation FFY21 Section 5310 Grant Application 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 © Yes ❑ No remaining questions in this questionnaire. Has your agency completed a FDOT Triennial Oversight IN Yes ❑ No ❑ Review Scheduled Review? ❑ Was not notified by FDOT District Office If yes, what dates) did the review occur? November 19, 2019 If yes, is your agency currently in compliance? [ 33Yes ❑ No ❑ N/A If your agency is not in compliance, do you have a ❑ Yes ❑ No [E 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 Program ® Yes ❑ No Performance Measures Annual Report"? If no, what date will your agency submit the report? Is your agency registered on SAM.gov? ® Yes Note: Agency must register each year/application cycle. If yes, registration expiration date: 9/14/2021 ❑ No Signature Burt L. Saunders, Chairman December 8, 2020 Typed Name and Title Date ATTEST Approved as to form and legality CRYSTAL K. KINZEL, CLERK RY; �� �O Page 5 of 39 Assistant County Attorney Exhibit A: Cover Letter 0014MY ruuiiu oui vices Department Public Transit & Neighborhood Enhancement Division December 8, 2020 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 of the assurances stated in this Application. This application is submitted on this 8" day of December 2020 with one (1) original resolution and four (4) 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, Burt L. Saunders Chairman, Collier County Board of County Commissioners Approwd as to form and Wplity Assist�int Coui r Attorney Pubic Transt& Neighborhood Enhancement • 8300 Radio Road, Naples, Florida 34104.239-252-5840 - FAX 239-252-6628 - www.colliercount R.gov Florida Department of Transportation Exhibit B: Governing Board's Resolution FFY21 Section 5310 Grant Application Page 7 of 39 G� RESOLUTION NO. 20- A RESOLUTION OF THE COLLIER OCUNTY 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 TRANNPORTATION, 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 the Collier County Board of County Commissioners apply this year for FTA 49 U.S.C. §5310 fiends 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 fields 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. Burt L. Saunders, Chairman is hereby authorized to revise and execute any and all documents necessary to apply for the Federal Transit Administration Section 5310 Grant. Including 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 fields, and to accept these fields on behalf of the County. 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 8"' day of December 2020. ATTEST: CRYSTAL K. KINZEL, CLERK , Deputy Clerk Approved as to form and legality: By: Jennifer A. Belpedio Assistant County Attorney BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA am �T ti C Burt L. Saunders, Chairman w2'. Florida Department of Transportation FFY21 Section 5310 Grant Application Exhibit C: Coordinated Public Transit -Human Service Transportation Plan 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 9070.1G. (a) The name of this coordinated plan: Collier County Transportation Disadvantaged Service Plan (TDSP) (b) The agency that adopted this coordinated plan: Collier County Board of County Commissioners (c) The date the coordinated plan was adopted: October 24, 2018 (d) Section and page in the coordinated plan that identifies the projector need your agency is fulfilling: Page 37 Under Needs Assessment Section Signature Burt L. Saunders, Chairman Typed Name and Title ofAuthorized Representative December 8, 2020 Date ATTEST CRYSTAL K. KINZEL, CLERK BY: Approved as to form and legality Assistant County Attorney Page 8 of 39 0�0 Florida Department of Transportation FFY21 Section 5310 Grant Application Exhibit D: CTC Agreement or Certification 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 affidavitof 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. Page 9 of 39 4? EXHIBIT H: CTC Agreement 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 Ft_ 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: 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. Rev. 04/02/2012 Page 20 0 G E. Accomplish this Project by: 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 z a Page 21 Cs�' 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: 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 pollcles 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 Coordlnpting 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 Page 22 J, Safeguard information by not using or disclosing any information concerriing a user of services under this Agreement for any purpose not in conformity with the local, state and federal regulations (46 CFR, Part 206.60), 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 th.e 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 all 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 Page 23 �o G 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 nonpayment 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. 0. 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 riders, 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 mogility 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, Rev. 04/02/2012 CAD Page 24 P. Comply with other requirements as follows: 1. Transport an escort of a passenger and dependent children a'3 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 Page 25 a 12. Cardiopulmonary Resuscitation shall be determined locally and provided In the local Transportation Disadvantaged Service flan. II. 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. III. 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 passible 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'` Page 26 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 Tamlami 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. Coor, 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 Ccmnissioners Collier Area Transit Agency Name Andy So Printed Name o Aut i a Signature: Title: Chairman and legality 9eAjC1% 14,01 w..J Printed Name of Authorized Individual Signature:_- &.� Title: —Executive Director Jeffrey A. Kr'at ko. Lrounty Attorney :"•Q, .,. !gyp Rev. 09/02/2012 ONO TE:I'Ro��11 l�;tqR�c, £: Rest asptOYc , 1<<' °girt ' N Page 27 11 S1000trfro m0%. pia -i"nty of -ollier CLERK OF Dwight E. Brock COLLIER CC Clerk of Courts 3315 TAMIAMI TRL E STE NAPLES, FLORIDA 34112-5324 June 13, 2018 COURT THOUSE P.O. BOX 413044 NAPLES, PLORMA 34101-3044 John Paul Irvine FL Commission for the Transportation Disadvantaged 605 Suwannee Street, Mail Station No. 49 Tallahassee, FL 32399 Clerk of Courts Accountant Auditor Custodian of County Fwids 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 Arm Jennejohn, Deputy Clerk Attaclunent Page 28 Phone- (239) 252-2646 Fax- (239) 252-2755 Website- www.CollierClerlc.com Email- CollierClerlc(@collierclerlc.com Legal Clerk (FTA) Florida Department of Transportation PART II -FUNDING REQUEST Form A-1: Current System Description FFY21 Section 5310 Grant Application (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). Collier Area Transit provides seasonal and perinanent residents of Collier County with an accessible anode of travel under the Collier County Board of County Cornmissioners local government authority. 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 paratransit program, which is called CATConnect, provides transportation services to individuals who do not have access to any other means of transportation and are eligible through several funding programs. CATConnect's mission is to,"Identify and safely meet the transportation needs of Collier County, through a courteous, dependable, cost effective and environmentally sound team coin mitment". 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 �103 MV Employees • Total number of transportation -related employees in the organization 6 County Employees Page 10 of 39 ce Fixed Route Manager Planner 1 a Fixed Route Dispatch 3 Fixed Route Operators 43 Utilities 8 Collier County Board of County Comissioners Leo E Ochs, Jr. Collier County Public Services Department Steve Carnell Administrator- CEO a r Public Transit & Neighborhood Enhancement Division Michelle Arnold Director PTN E PTNE Division •�' Omar De Leon Transit Manager General Manager Call Center/Paratransit Manager Paratransit Dispatch 3 Paratransit Operators 40 ., Reservationist 2 Schedulers 2 Safety Manager r Road Supervisors 4 Behind the Wheel Trainers S-SO Operation Analyst Senior Planner Project Manager Marketing, Sales and Events Coordinator Customer Service Manager Nellie Looez ■ Reconcilers 2 Customer Service 6 Mobility Manager 1 1 Senior ITS Coordinator Genese Vertus I ITS Coordinator 1 Florida Department of Transportation FFY21 Section 5310 Grant Application (c) Who is responsible for insurance, training, management, and administration of the agency's transportation programs? (Maximum 100 words The county has a contract with MV Transportation, Inc. wliicli is managed 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/ CATConnect's vehicles, as well as hiring and training of the administrative personnel. MV provides commercial general liability insurance, business auto liability insureance at a minimum limit of $1,000,000 per occurrence with the contractual agreement with Collier County. The PTNE division nersonne is resnonsi le for the manaveinent an oversight of the grant expenditures and compliance. (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?)? Please provide details regarding each of the individual funding programs currently available to fund the transportation program. Maximum 200 words The operations are funded through the Florida Department of Transportation, Agency for persons with Disabilities, Florida Commissions for the Transportation Disadvantaged and local funding programs. 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. (e) How does your agency ensure that passengers are eligible recipients of 5310-funded transportation service? Maximum 200 words All paratransit passengers go through an application process to ensure eligibility of the 5310 - funded transportation serves. All passengers need to renew their application every 3 years. ova Page 11 of 39 Florida Department of Transportation FFY21 Section 5310 Grant Application (f) Please answer the below questions in the space provided below: • To what extent does your agency serve minority populations? • Is your agency minority -owned? Maximum 200 words Collier Area Transit and CATConnect provide service througlout the county including areas of minority population. CAT's Title VI program ensures equitable service is provided throughout the county. Collier Area Transit is not a minority owned agency. (g) How many drivers (including contracted drivers) are utilized for 5310- funded transportation services? 29 • How many drivers do you have? o Number of Full -Time Drivers 66 o Number of Part Time Drivers 0 • How many vehicles do you have that require a Commercial Driver's License (CDL) certified driver? 27 • How many drivers are needed during peak service? 40 • How many vehicles are needed during peak service? 40 Page 12 of 39 (S � Florida Department of Transportation FFY21 Section 5310 Grant Application (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 CATConnect pickup time may be as early as 4:00 AM and the latest pickup tune may be as late as 6:00 PM. Our paratransit has approximately 20 routes and/or manifests each day using Collier County owned vehicles that cover trips in Naples, Everglades City, hnmokalee, and Marco Island area. The trip types Collier provides are medical, nutritional, employment, educational or personal. • All new drivers are required to complete a complete training program prior to operating a vehicle. In addition, all drivers must attend monthly safety trainings which include training on vehicle equipment. • All manifests and passenger information are in the Route Match Software which requires an individual log in and password to access. All sensitive paper records are maintained under lock and key and are kept for five to seven years in an archive room. 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 keeps all vehicle maintenance and repair information in a computer software called Faster which provides a report to assist with regular preventative maintenance. All vehicles maintenance are done at the CAT Operations Center located at 8300 Radio Road with the assistance of the operations vendor. Only accident body repairs are outsourced. • CAT's reviews and completes certification of the System Safety Plan annually. • Collier Area Transit has a Substance Abuse Policy in place that includes the requirements of the Drug Free Workplace Act. CATConnect utilizes Route Match in conjunction with Avail Technologies to collect the necessary quantitative data for analysis. The data includes ridership, geographical trip and other types of information. The data from this software is analyzed to determine current and future needs of the paratransit program. Page 13 of 39 \��'� Florida Department of Transportation Form A-2: Fact Sheet FFY21 Section 5310 Grant Application 1 Number of total one-way trips Trip data pulled from Same amount since we are replacing 80,434 served by the agency PER YEAR Routematch Software 80,434 vehicles (for entire system).* Please include calculations. 2 Number of one-way passenger trips provided to seniors and Trip data pulled from Routematch Software individuals with disabilities PER YEAR.* 3 Number of individual senior and disabled clients (unduplicated) PER YEAR. 4 Total number of vehicles used to provide service to seniors and individuals with disabilities. Passenger numbers pulled from Routematch Software 35 77,412 2,076 1 if a software program is used to obtain the required data for the fact sheet, please identify the source. TOOF Page 14 of 39 Same amount since we are replacing vehicles Same amount since we are replacing vehicles 77,412 2,076 Same amount since we are replacing 35 vehicles Florida Department of Transportation FFY21 Section 5310 Grant Application 5 Number of 5310 vehicles used to provide service to seniors and individuals with disabilities eligible for replacement that have reached their useful life. 6 Total fleet vehicle miles traveled to provide service to seniors and individuals with disabilities PER YEAR. 7 Total number of square miles of service coverage. 8 Number of days that vehicles are in operation to provide service to seniors and individuals with disabilities AVERAGE PER YEAR. 3 Revenue miles plus deadhead 1,275,255 miles Total Revenue Miles Divided by 2,305 number of days in service Average of 359 days a year Page 15 of 39 9 Same amount since we are replacing vehicles 1,275,255 Same amount since we are replacing vehicles 2,305 Average of 359 days a year Florida Department of Transportation FFY21 Section 5310 Grant Application 9 Number of hours of service M-F 16 Hours: 50 Minutes Monday -Saturday Same Service Times as we are AVERAGE PER DAY (24-hour Saturday: 16 Hours 50 16 Hours 50 replacing vehicles period). Minutes Minutes Sunday: 15 Hours 5 Minutes Sunday: 15 Hours 5 10 Number of hours of service 114.05 hours per week X 52 Minutes per wee 52 5,930.60 per year PER YEAR. 5,930.60 hours per year 11 Posted hours of normal M-F 4 am-8:50 pm M-F.• M-F: 4am-8:50 pm M-F.• operation agency provides Saturday: 4 am-8:50 pm Saturday: 4 am-8:50 pm service to seniors and Sunday: 4:30 am-7:35 pm Saturday: Sunday: 4:30 am-7:35 pm Saturday. Total (WEEK): 114:05 Total (WEEK): 114:05 individualswithdisabdities Sunday: Sunday. - PER WEEK (This does not Total (WEEK): Total (WEEK): include non-scheduled emergency availability). *One-way passenger trip is the unit of service provided each time a passenger enters the vehicle, is transported, and then exits the vehicle. Each different destination would constitute a passenger trip. r-0 . Page 16 of 39 Florida Department of Transportation FFY21 Section 5310 Grant Application Form A-3: Proposed Project Summary All Applicants (a) How will the grant funding be used? Check all that apply: aVehicle(s)4 ❑ Expansion ❑ Replacement Equipment4 ❑ Expansion ❑ Replacement ❑ Mobility Management ❑ Preventative Maintenance Operating ❑ Expansion ❑ Continuing Service ❑ (b) In which geographic area(s) will the requested grant funds be used to provide service? ❑X 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 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 N/A Per FDOT UZA _ % UZA service / area SUZA _ %Small Urban / service area Rural _ % Rural service / area Number of trips, Total number of Percentage of revenue service trips, revenue service within hours, or revenue Divided service hours, or Equals specified service miles within by revenue service geographic specified geographic miles area area Page 17 of 39 Florida Department of Transportation FFY21 Section 5310 Grant Application 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 = $ Percentage of service Total amount requested Multiplied within specified Equals Funding by geographic area split 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 by Federal Local 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 Multiplied .8 Federal &.1 State & Funding Split Equals Federal State Local by .1 Local Page 18 of 39 Florida Department of Transportation FFY21 Section 5310 Grant Application (c) 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 three (3) replacement vehicles. The County is also requesting three two-way communication radios and three tablets for these vehicles. These vehicles and radios will be to continue the existing level of service. (d) 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 Services are provided throughout Collier County. ,.I � 1q qu. Fr..�•`..a e t -.Cr • .`rya.• Page 19 of 39 Florida Department of Transportation Will it be used to: FFY21 Section 5310 Grant Application (e) Describe project components in detail. Please explain the challenges or difficulties that your agency will overcome if awarded these funds. • 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 funds to replace three vehicles and radios. The fielding will not be used to expand service. The vehicles and radios will be used to continue the existing level of service. The replacement vehicles requested will only be used for trips that originate in the urbanized area. Page 20 of 39 Florida Department of Transportation FFY21 Section 5310 Grant Application (f) 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. It will also have a negative affect to our operating finds as more funds would need to be allocated to preventative maintenances as the fleet ages. (g) All Non-CTC Applicants: 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 maybe rejected by FDOT. Grant awards will not be made without an appropriate coordination agreement. N/A Collier County is the CTC Page 21 of 39 Florida Department of Transportation Capital Requests Only FFY21 Section 5310 Grant Application (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 VPUI dIVI J. Collier County has a contract with MV transportation who currently has 29 dedicated drivers to the paratransit service. The vehicles that Collier Comity 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 operatious. The vendor is required to insure the vehicles because their employees will be driving them. Page 22 of 39 °da Florida Department of Transportation Preventive Maintenance Requests Only FFY21 Section 5310 Grant Application 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 (d) Funding Request Amount for Preventative Maintenance: N/A this application is not requesting funding for Preventative Maintenance. Page 23 of 39 Florida Department of Transportation FFY21 Section 5310 Grant Application Form B-1: Financial Capacity - Proposed Budget for Transportation Program Code Object Class 5010 Labor 5015 Fringe Benefits 5020 I Services 5030 l Materials and Supplies 5040 Utilities 5050 Casualty and Liability Costs 5060 Taxes 5100 Purchased Transportation 5090 Miscellaneous 5230 Capital Leases 5260 Depreciation - Other Grand Total All Expenses Page 24 of 39 Amount 60,341 $ 25,059$ 358,100 $ 836,000 $ 57,500 $ 14,900 $ 1,000 $ 3,856,000 $ 20,000 $ 3,500 $ 5,232,400 $ Florida Department of Transportation FFY21 Section 5310 Grant Application Code Object Class Amount 4111 Passenger -Paid Fares 239,300 $ 4112 Organization -Paid Fares $ 4310 General Revenues of the Local $ Government 4390 Other Local Funds 3,506,200 $ 4420 State Transportation Fund 910,400 $ 4500 Federal Funds 576,500 $ 4610 Contributed Services Sales and Disposals of Assets Other $ 4630 $ - $ Grand Total All Revenues Page 25 of 39 5,232,400 $ Florida Department of Transportation Operating Project Total: Match Source Operating Match Total: 50% of Operating Project Total Capital Project Total: Match Source General Fund Transfer to Fund 427/429 Capital Match Total: 10%of Capital Project Total Page 26 of 39 FFY21 Section 5310 Grant Application Amount 11 Amount 3,538,700 $ S S 3,538,700 $ Florida Department of Transportation FFY21 Section 5310 Grant Application Attach documentation of match funds directly after this page. Proof may consist of, but not be limited to: • Transportation Disadvantaged (TD) Allocation • Letter on official letterhead from the applicant's CEO attesting to match availability and commitment, • Written statements from county commissions, state agencies, city managers, mayors, town councils, organizations, accounting firms and financial institutions. Signature Burt L. Saunders, Chairman Typed Name and Title ofAuthorized Representative December 8, 2020 Date ATTEST CRYSTAL K. KINZEL, CLERK us Page 27 of 39 Approved as to form and legality Assistant County Attorney �" \��� Florida Department of Transportation FFY21 Section 5310 Grant Application Form B-2: Operations Phase- Estimate of Project Costs by Budget Category N/A Salaries Fringe Benefits Contractual Services Travel Other Direct Costs Indirect Costs 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). Cost Reimbursement The Agency will submit invoices for cost reimbursement on a: ❑ Monthly ❑ Quarterly ❑ Other: basis upon the approval of the deliverables including the expenditure detail provided by the Agency. Page 28 of 39 !-04) Florida Department of Transportation Office of Freight. Logistics and Passenger Operations Order Packet •III ffe r1k 1 • •0. CHAMPION CUTAWAY TRANSIT VEHICLES -CREATIVE BUS SALES, INC. AGENCY NAME:CAT Connect 10/13/20 DATE: PURCHASEORDERNUMBER: Yousi Cardeso, 239-2524995 Yousi.Cardeso@colliercountyfl.gov CONTACT PERSON: (Name, Telephone Number and Email Address) Item Unit Cost Quantity Total Cost Base Vehicle Type Ford E350 7.31. Gas Crusader 11,500 2T $68,650 Chevy G3500 6.01- Gas American Crusader 12,300 22' $69,248 Chevy G3500 6.01. Gas Crusader 121300 22' $65$26 Ford E350 7.31. Gas Crusader 12,500 23' $69,592 Chevy G4500 6.01. Gas Challenger 14,200 23' $67,954 25 $69,626 Ford E4507.3LGas Challenger 14,500 23' $70,143 70,143 26' $71,583 Ford F550 7.31. Gas Defender 19,500 28' $893429 29' $95$81 Freightliner S2C 6.71. D Defender 26,000 27' $1291069 31' $129,821 33' $132,090 35' $1313935 38' $132,732 Vinyl Stripe Choices Scheme #1; 11,500 = ($300); 12,300-14,500 = ($350); 19.500-26,000 _ ($400 See Item 1 350 Scheme #2: 11,500 = ($500); 12,300-14,500 = ($750); 19,500-26,000 _ ($1,000 See Item 1 750 Scheme _($800) #3 11,500 = ($430); 12,300-14,500 = ($600); 19,500-261000 See Item 1 600 Base Seating Standard Seat erperson) $285 8 2 280 Foldaway Seat perperson) $440 4 1 760 Children's Seat erperson $525 SecurementSystems Q'Straintslide and click securement(perposition) $535 3 1,605 Sure-Lok Titan securement (perposition) $550 WC-18 Compliant Occupant Restraint-Q-Straint QRT360 (per position) $750 Seat belt extensions $35 Freedman TDSS tie -down system $110 3 330 PAGE ONE SUB -TOTAL ---- 1 77,818 TRIPS-17-CA-CBS - 9 - March 2017 �l Florida Department of Transportation Office of Freight. Logistics and Passenger ODerations Order Packet ew •. ..MV1._ April23, 2020 Item Unit Cost Quantity Total COst Side Wheelchair Lift Uhoices (ILO Standard Lift Add—) Braun Model NCL91918-2 (or latest) Standard 0 Bmun Millennium Lift N/A Braun Model NCL954183454-2 1000 lb Lift Add $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—) Riven Klear-View lift (prior approval from FDOT required) Deduct ($12) Braun model NVL9171B lift (prior approval from FDOT required) Eaduct 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 Agility/ Installer: Natural Gas (CNG) Size: 30 GGE Make: GAS $23 919 Compressed Natural Gas (CNG) Size: 40 GGE Make: Agility / Installer: GAS $27,359 Compressed Natural Gas (CNG) Size: 52 GGE Make: Agility/ Installer: GAS $363000 Liquid Petroleum Gas (LPG) —Size: 64 GGE Make: Roush / Installer: GAS E450 $19,995 Liquid Petroleum Gas (LPG) —Size: 67 GGE Make: Roush / Installer: GAS F550 $191995 Engine Prep: Gaseous fuel deliver $312 Aluminum wheels: Freightliner only $1,290 Stainless steel wheel and Ford 19,500 = $450 liners / inserts, front and rear wheels: Freightliner ; All Others = $275 See Item Seating Dimensions antimicrobial vinyl line of coated transit bus seating fabric with Nanocide (per seat) Standard 14 0 side wall anels with Nanocide $1,174 ution G2E with edestal $1,400 Sport Drivers seat with Relaxer, SportShield $675 o LXS Drivers seat$1,118ession pUpgradeterior Fire Detection and Su ression S stem Standard 1 0 matic Fire Detection and Suppression System Add $506 DAFO Suppression System Add $600 PAGE TWO SUB -TOTAL TRIPS-17-CA-CBS - 10 - March 2017 Flodda Department of Transportation Office of Freight Logistics and Passenger Operations Order Packet ORDER FORM —PAGE THREE CONTRACT #TRIPS47-CA-CBS April23J 2020 Item Unit Cost Quantity Total Cost Route/HeadSigns Transign manually operated roller curtain type sign $11684 TwinVision "Elyse"(software needed) electronic destination system FR/SD/RE $6,100 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 = $4,750) See Item REI 2 camera system = ($1,821); 4 camera system = ($2,680); 6 cameras stem = $3,380 ; 8 cameras stem = $3,700 See Item Gatekeeper 2 camera system = ($2.041); 4 camera system = ($3,350); 6 camera system = ($4,350); 8 camera system = ($4,750) See Item AngelTrax 2 camera system = ($1,924); 4 camera system = ($2,750); 6 camera system = ($3,690); 8 camera system = ($42050) See Item g 3,690 Angel Trax 2 TB SS HD $11850 Angel Trax 2 TB HD $350 Apollo 2 camera system = ($3,441); 4 camera system = ($4,750); 6 cameras stem = $5,750 ; 8 cameras stem = $61150 See Item 24/7 2 camera system = _ ($1,548); 4 camera system = ($2,457); 6 camera system = ($3,157); 8 camera system = ($3,807) See Item 6 Price forsin le replacement camera $390 Storage compartment -front cab, lockable $150 Other Options Available Altro Transflor slip resistant vinyl flooring: Vehicles 21' to 29' = ($269); All others = $703 See Item 1 269 Gerflor Tarabus slip resistant vinyl flooring: Vehicles 21' to 29' = $107 ; All others = $520 Driver Safety Partition See Item $125 5 Raised/Flat Floor: reauired on floor plans with more than 2 W/C positions, Frei htliner= N/A $450 1 450 Kelderman2-sta erearairsus ension: $2,795 Bentec Powder -Coated handrails and stanchions (provide standard colors) $280 PAGE THREE SUB -TOTAL ---- ---- 41534 TRIPS-17-CA-CBS - 11 - March 2017 Florida Department of Transportation Office of Freight. Logistics and Passenger Operations Order Packer .,I Ion WA April23, 2020 Item unit Cost Quantity Total Cost Other Options AvailableContinued Exterior remote controlled mirrors: Rosco $550 550 Romeo Rim HELP bumper (rear only) $645 645 HawKEye Reverse Assistance System (with rear HELP bumper) $1,102 Reverse camera and monitor backing system: Manufacturer: Radio Enaineerina Industries $450 Air purification system $2,200 "MentorRanger"in-vehicle computer $5,359 RE[ Public Address System — stand alone system $450 AM/FM Radio: REI Radio add a microphone $125 Advertising racks (interior) $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 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 Hawke ye to standard bumper $650 Power Pedestal for Dr. Seat -includes Adnik 6-way power slides w/RH switch, Seat Belt Bracket, Driver's Base Pedestal, and Vinyl $450 Avail MDT — Includes Para Transit Kit #FC-2012 — Driver Interface, Communications, Interface Expansion Box (IEB), Emergency Alarm, and Navigational Assistance Unit $15,297 2-Position Sporlworks bike rack (black) $1,500 2-Positions ortworksbikerack (stainless) $13950 Bike Rack prep (stand alone; included if buying a bike rack above).$950 Fleet numbers on bus (per location) $15 Diamond Model Dfarebox $1,371 LYTX Drive Cam $1,425 Rosco Dual Vision $19425 Storage Rack $516 I aIZerseeurement $177 PAGE FOURSUB-TOTAL 11195 TRIPS-17-CA-CBS - 12 - March 2017 Florida Department of Transportation Office of Freight, Loeistics and Passenger Operations 0)de, Packel ORDER FORM —PAGE FIVE CONTRACT #TRIPS-17-CA-CBS April23, 2020 Item Unit Cost Quantity Total Cost Air Conditionin ILO Base S stem -Add the following amounts ( ) CC Roof Mount Condenser: 19,500 = (4ol,827); 26,000 = (650); See Item 12,500 = ($13160); All Others = ($1,065) ACC Roof Mount Compete: 12,500, 143200, 14,500 = ( 2,702); See Item 19,500 = ($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 TK Roof Top Condenser: N/A on 19,500 and 26,000; All Others = ($2,352) TK Roof Complete: 122500, 14,200, 14,500 = (3,202); 19,500 = See Item ($7,035); 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 = ( 9000); 19,500- See Item 26,000 = ($1,500) EPEPE ACT Roof Mount Condenser: All Models = ( 1,500) See Item ACT Roof Mount Compete: 11,500-14,500 = ( 2,800); 19,500- See Item 26,000 = ($5,500) PAGE FIVE SUB -TOTAL 0 TRIPS-17-CA-CBS - 13 - March 2017 Florida Department of Transportation Office of Freight, Logistics and Passenger Operations Oder Packer ORDERSUMMARY PAGE FIVE SUB -TOTAL 0 (sub -total of fifth page) PAGE FOURSUB-TOTAL 12195 (sub -total of fourUi page) ____ PAGE THREE SUB -TOTAL (sub -total of Mid page) "" 4,534 PAGE TWO SUB -TOTAL (sub -total of second page) PAGE ONE SUB -TOTAL (sub -total of first page) ____ 77,818 GRAND TOTAL 830547 (sum of pages 1, 2, 3, and 4 sub -totals) TRIPS-17-CA-CBS - 14 - March 2017 (� 1 Florida Department of Transportation FFY21 Section 5310 Grant Application 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. Note: this section is for equipment NOT requested as part of a vehicle purchase. Description Useful Life Quantity Estimated Cost Two-way Radio 8 years 3 3,000 ea Tablets & mounts -to transmit manifests 2 years 3 300 ea and trip information for pickup and drop off Subtotal $ 9,900 * List the number of items and provide a brief description (i.e. two-way or stereo radio, computer hardware/software, etc.) Preventative Maintenance Request FDOT Control # Description Subtotal $ $ 250,641 + $ 9,900 Vehicle Subtotal Plus Equipment Subtotal Plus $ 260,541 Capital Project Cost Multiplied Total by 80°/u Page 30 of 39 _ $ 260,541 Preventative Capital Maintenance Equals Project Cost Subtotal Total $ 208,432.80 Equals Federal Request Form 424, Block 18 (a) Current Paratransit Vehicle and Transportation Equipment Inventory Name of Applicant: Collier County Board of County Commissioners Date of Inventory: 10/13/2020 EQUIP # Model Yr. Make/Size/type71AM101667 KDOt Control # Ramp or Lift s& WC Position Current Mileage Pr. Mileage (1 yr ago) get 5 Mileage = Mileage from the cast ear Status (Act ve/Spare / Other _.. e tetl Retirement date Donated? Yes/No rce ;FY1 CC2-668 2014 VPG MV1 667 97147 Ramp 4+2 135,824 127,094 8730 Active 2019 no CC2-1045 2015 CHEVROLET GLAVAL 016 97182 Lift 12+5 259,734 220,367 39367Active 2020 no 4CC2-1046 2015 CHEVROLET GLAVAL 82 97183 Lift 12+5 259,562 219,492 40070 Active 2020 no 4CC21047 2015 CHEVROLET GLAVAL 074 97189 Lift 12+5 267,590 224,889 42701 Active 2020 no 4 CC2-1048 2015 CHEVROLET GLAVAL 1GB6G5BL9E1201346 97187 Lift 12+5 242,169 200,058 42111 Active 2020 no 4 CC2-1113 2015 CHEVROLET GLAVAL 1G65G561-OF1259279 98126 Lift 12+5 246,480 208,765 37715 Active 2020 no 5310 FY14/15 5C2-1114 2015 CHEVROLET GLAVAL 1GB6G5BLOF1261808 98127 Lift 12+5 226,120 192,939 33181 Active 202D no 5310FY14/15 CC2-1115 2015 CHEVROLET GLAVAL 11366G5131-8F1262043 96125 Lift 12+5 229,349 1844898 44451 Active 2020 no 5310FY14/15 CC2-1116 2015 CHEVROLET GLAVAL 1GB6G5BL6F1263000 98129 Lift 12+5 230,286 199,617 30669 Active 2020 no 5310 FY14/15 CC2-1117 2015 CHEVROLET GLAVAL 1G86G5BLOF1263333 98130 Lib 12+5 2471408 205,501 41907 Active 2020 no 5310 FY14/15 CC2-1376 2016 VPG MV1 57WMD2C64GM100120 98139 Ramp 3+2 101309 89900 11409 Active 2021 no 5310 FY15/16 CC2-1377 2016 VPG MV1 57WMD2C63GM100433 98141 Ramp 3+2 60143 30328 29815 Active 2021 no 5310 FY15/16 CC2-1378 2016 VPG MV1 57WMD2C64GM100540 9B140 Ramp 3+2 56335 45204 11131 Active 2021 no 5310 FYI 5/16 CC2-1410 2016 CHEVROLET GLAVAL 1GBBGUBL7G1138269 98173 Lift 14+6 202,890 167,417 35473 Active 2021 no 5310 FY15/16 CC2-1411 2016 CHEVROLET GLAVAL 1GB6GUBLO 31140658 98177 Lift 14+6 180,808 142t9301 37878 Active 2021 no 5310FY15116 CC2-1412 2016 CHEVROLET GLAVAL 1GB6GUBL3G1255573 98176 LiftF14+6 181,382 1419567 39815 Active 2021 no 5310 FY15/16 CC2-1842 2018 FORD GLAVAL 1FDFE4FS3HDC70786 98195 Lift 141,215 95,531 45684 Active 2023 no 5310 FY16/17 CC2-1843 2018 FORD GLAVAL 1FDFE4FS2HDC70794 98196 Lift 1319290 84,667 46623 Active 2023 no 5310 FY16/17 CC2-1844 2018 FORD GLAVAL 1FDFE4FS7HDC70791 99197 Lift 129,245 92,963 36282 Active 2023 no 5310 FY16/17 CC2-1 B45 2018 FORD GLAVAL 1FDFE4FS1HDC70785 10001 Lift 133,590 86,913 46677 Active 2023 no 5310 FY16/17 CC2-2194 2019 FORD TRANSIT 1FDESSPVI KKA49971 10065 Lift 34,152 7,959 26193 Active 2024 no 5310 FY17/19 CC2-2195 2019 FORD TRANSIT 1FDES8PV1KKA49972 10064 Lift 49,035 8,480 40555 Active 2024 no 5310 FY17/18 CC2-2196 2019 FORD TRANSIT 1FDESBPVlKKA49973 10063 Lift 30,995 6,790 24205 Active 2024 no 5310 FY17118 CC2-2197 2019 FORD TRANSIT 1FDES8PV1KKA49974 10062 Lift 38543 6524 32019 Active2024 no 5310 FY17/18 CC2-2342 2019 FORD Challenger 1FDFE4FS9KDC45799 10076 Lift 38543 1657 36886 Active 2024 no 5310 FY18/19 Cc272343 2019 `-FORD Challenger 1FDFE4FS1KDC49375 10073 Lift 12+3 28329 1711 26618 Active 2024 no 5310FY18/19 CC2-2344 2019 FORD Challenger 1FDFE4FS3KDC49377 10077 Lift 12+3 37505 1686 35819 Active 2024 no 531OFY19/19 CC2-2345 2019 FORD Challenger 1FDFE4FS5KDC49378 IOD74 Lift 12+3 33205 1657 31548 Active 2024 no 5310 FY18/19 CC2-2393 2019 FORD Challenger 1FDFE4FSOKDC66539 n/a Lift 14+2 21998 1662 20336 Active 2024 no ShirleyComo CC2-2477 2020 FORD Challenger 1FDFE4FS3KDC66504 10096 Lift 12+2 3615 1537 2078 Active 2025 no 5310 FY1900 CC2-2478 2020 FORD Challen er 1FDFE4FS5KDC66505 10100 Lift 12+2 1611 1578 33 Active 2025 no 5310 FY1920 CC2-2479 2020 FORD Challen er 1FDFE4FS7KDC66506 10099 Lift 12+2 1786 1783 3Aetive 2025 no 5310 FY1920 CC2-2480 2020 FORD Challen er 1FDFE4FS9KDC65507 10093 Lift 12+2 5632 1554 4078 Active 2025 no 5310 FY1920 CC2-2481 2020 FORD anger 1FDFE4FSOKDC66508 10092 'Lift 12+2 13947 1612 12335 Active 2025 no 5310 FY1920 CC2-2482 2020 FORD Challen er 1FDFE4FS2KDC66509 10097 Lift 12+2 4441 1540 2901 Active 2025 no 5310 FY1920 All vehicles are equiped w,th cameras and radios. Replaced w/5310 FY19 Replacing wf5310 FY20 Applying for replacement w/5310 FY21 Current Fixed and Support Vehicle Inventory No. ID PURCHASE YEAR MAKE VIN BUS SIZE Mileage as of 3120 REPLACEMENT YEAR Funding Source Fixed Route Buses 1 60091 2006 GILLIG 150GE291661091164 30'bus 746048 2016 County 2 60093 2006 GILLIG 15GGE291X61091166 30'bus 741411 2016 5307 FY06 3 60094 2006 GILLIG 15GGE291161091167 30'bus 813522 2016 5307 FY06 4 CC2-240 2007 GILLIG 156GE271471091586 30'bus 651901 2017 5307 FY07 5 CC2-242 2007 GILLIG 15GGE271871091588 30'bus 594727 2017 5307 FY07 6 CC2-243 2007 GILLIG 15GGE271X71091589 30'bus 628678 2017 5307 FY07 7 CC2-497 2010 GRLLIG 156GB2719AII77671 35'bus 698535 2022 5307 FY08 8 CC2-498 2010 GILLIG 15GGB2719AII77672 35'bus 676781 2022 5307 FY08 9 CC2499 2010 GR.LIG 15GGB2719AII77673 35'bus 702981 2022 5307 FY08 10 CC2-513 2010 GILLIG 15GGB3014AI I78484 35' h ybrid bus 503270 2022 5307 FY09 ARRA 11 CC2-514 2010 GILLIG 15GGB3016AII78485 35'hybridbus 544760 2022 5307 FY09 ARRA 12 CC2-619 2011 GILLIG 15GGB2710CII80347 35'bus 485384 2023 5307 FY10 13 CC2-620 2011 GILLIG 15GGB2712CII80348 35'bus 460172 2023 5307 FY10 14 CC2-621 2011 GILLIG 15GGB2414CII80349 35'bus 437810 2023 5307 FY10 15 CC2-659 2012 GILLIG 15GGB2719CII80752 35'bus 497102 2024 5307 FYII/Flex 16 CC2-660 2012 GILLIG 15GGB2710CII80753 35'bus 480039 2024 5307 FYII 17 CC2-675 2012 GILLIG 15GGB2710CI I80509 35'bus 427023 2024 CMS flex funds 18 CC2-799 2013 GILLIG 15GGD2712HI184199 40'TransitBus 504905 2025 5307 FY12 19 CC2-800 2013 GILLIG ISGOD271SE1184200 40'TransitBus 495067 2025 5307 FY12 20 CC2-I008 2015 GII.LIG 15GGD2718FI184208 40' Transit Bus 360808 2027 5307 FY13 21 CC2-1122 2016 FREIGHTLINERI 4UZADPDUIGCHJ1809 30'GLAVALBUS 71384 2023 5307FY13 22 CC2.1408 2017 GILLIG 15GGB2711GI186275 35'bus 248361 2029 5307 FY14 23 CC2-1409 2017 GILLIG 15GG132713GI186276 35'bus 222398 2029 5307 FY14 24 CC24620 2017 GILLIG 15GGE2715H3093319 30'bus 141923 2027 5307 FY15 25 CC2-1621 2017 GILLIG 156GE27IIH3093320 30'bus 1 126906 2027 5307 FYI 26 CC2-1622 2017 GILLIG 15GGE2713H3093321 30'bus 14762G 2027 5307FY15 27 CC2-1623 2017 GILLIG 15GGE2715H3093322 30'bus 157936 2027 5307 FYI 28 CC2-1719 1 2018 GILLIG 15GGE271XJ3093449 30'bus 90209 2028 5307 FY16 29 CC24 917 1 2019 GILLIG 15GGE2713K3093424 30'bus 29151 2029 15307 FY16 Support Vehicles 1 CC2-1402 2016 FORD IFTNFICFIGFK56777 F150 78784 2024 15307 FYI 2 CC2-15531 2017 FORD 1FAHP2E87HG111047 TAURUS 16,632 2021 5307FY15 3 CC24662 2017 FORD IFTWIC89HKE39401 F150 87,235 2021 5307FY15 4 CC2-2106 2018 FORD NM0GS9E22K1412891 Van 16,206 1 2026 15307 FYI 5 CC2-21071 2018 FORD NMOGS9E25K1412884 Van 18,484 1 2026 15307 FY17 Replaced with prior 5307 grants Replacing w/5307 FY20 egmpmenr mvenwry FDOT # ID N/A 2537 Description M5300 Radio 800MHz IMAHK88MEXIII Purchased Expected Retirement A4011 E067832 5310 FY12 N/A 2539 M5300 Radio 800MHz MAHKS8MEX 2013 8 2021 IA4011E067834 5310 FY12 N/A 2538 M5300 Radio 800MHz MAHKS8MEX 2013 8 2021 A4011E067833 5310 FYI N/A 2567 M5300 Radio 800MHz MAHKS8MEX 2014 8 2022 A4011E071994 5310Add N/A 2570 M5300 Radio 800MHz MAHKS8MEX 2014 8 2022 A4011E073433 Shirley Conroy N/A 2572 M5300 Radio 800MHz MAHKS8MEX 2015 8 2023 A4011 E078989 Shirley Conroy N/A CC1-6179 M5300 Radio 800MHz MAHKS8MEX 2015 8 2023 A4011E078991 Local Funds N/A CC1-6180 M5300 Radio 800MHz MAHKS8MEX 2015 8 2023 A4011E079073 Local Funds N/A CC1-6181 M5300 Radio 800MHz MAHKS8MEX 2015 8 2023 A4011 E079074 Local Funds N/A CC1-6182 M5300 Radio 800MHz MAHKS8MEX 2015 8 2023 IA4011E079075 Local Funds N/A CC1-6645 M5300 Radio 800MHz MAHKS8MEX 2015 8 2023 A4011E081756 5310 FY14 N/A CC1-6646 M5300 Radio 800MHz MAHKS8MEX 2015 8 2023 A4011E081757 5310 F714 N/A CC1-6647 M5300 Radio 800MHz MAHKS8MEX 2015 8 2023 A4011E081758 5310 FYI N/A CC1-6648 M5300 Radio 800MHz MAHKS8MEX 2015 8 2023 A4011E081759 5310 FYI N/A CCl-6649 M5300 Radio 800MHz MAHKS8MEX 2015 8 2023 A4011E081760 5310 FYI N/A CCl-7162 XG-25M Radio 800MHz DMM78B 2016 8 2024 A40153009709 5310 FYI N/A CCl-7163 IX&25M Radio 800MHz DMM78B 2016 8 2024 A40153010101 5310 FYI N/A CC1-7164 XG-25M Radio 800MHz DMM78B 2016 8 2024 A40153010102 5310 FYI N/A CC1-7165 XG-25M Radio 800MHz DMM78B 2016 8 2024 A40153010103 5310 FYI N/A CC1-7166 XG-25M Radio 800MHz DMM78B 2016 8 2024 A40153010104 5310 FYI N/A CC1-7167 XG-25M Radio 800MHz DMM78B 2016 8 2024 A40153010105 5310 FYI N/A CC1-8056 XG-25M Radio 800MHz DMM78B 2017 8 2025 A40153015951 5310 FYI N/A CC1-8057 XG-25M Radio 800MHz DMM78B 2017 8 2025 A40153015952 5310 FYI N/A CC1-8058 XG-25M Radio 800MHz DMM78B 2017 8 2025 A40153015954 5310 FYI CC1-8059 XG-25M Radio 800MHz DMM78B 2017 8 2025 A40153015955 5310 FY16 CC1-8655 XG-25M Radio 800MHz DMM78B 2017 8 2025 A40153017557 5307 FY15 CC1-8664 XG-25M Radio 800MHz DMM78B 2017 8 2025 A40153017668 5307 FY15 I CC1-9840 XG-25M Radio 800MHz DMM78B 2018 8 2026 A40153021549 5310 FY17 CC1-9841 XG-25M Radio 800MHz DMM78B 2018 8 2026 A40153021446 5310 FY17 CCl-9842 XG-25M Radio 800MHz DMM78B 2018 8 2026 A40153021447 5310 FY17 CCl-9843 XG-25M Radio 800MHz DMM78B 20181 8 2026 A40153021448 5310 FYI N/A CC1-11133 1 XG-25M Radio 800MHz DMM78B 2019 8 2027 A40153023361 5310 FYI N/A CC1-11134 XG-25M Radio 800MHz DMM78B 2019 8 2027 A40153023362 5310 FYI N/A CC1-11135 XG-25M Radio 800MHz DMM78B 2019 8 2027 A40153023365 5310 FYI N/A CC1-11136 XG-25M Radio 800MHz DMM78B 2019 8 2027 A40153024075 5310 FYI N/A CC1-11620 XG-25M Radio 800MHz DMM78B 2020 8 2028 A40153027319 5310 FYI N/A CC1-11621 XG-25M Radio 800MHz DMM78B 2020 8 2028 A40153027320 5310 FYI N/A CCl-11622 XG-25M Radio 800MHz DMM78B 2020 8 2028 A40153027345 5310 FYI N/A CC1-11623 XG-25M Radio 800MHz DMM78B 2020 8 2028 A40153028762 5310 FYI N/A CC1-11624 XG-25M Radio 800MHz DMM78B 2020 8 2028 A40153028763 5310 FYI N/A CC1-11626 XG-25M Radio 800MHz DMM78B 2020 8 2028 A40153028764 5310 FY19 Replacing w15310 FY20 Applying for replacing w/5310 FY21 Florida Department of Transportation FFY21 Section 5310 Grant Application PART III - MANAGERIAL CAPABILITY Exhibit I: ruv I Certification and Assurances (Collier County Board of County Cornmissione m certifies and assures to the Florida Department of Transportation regarding its Application under U.S.C. Section 5310 dated 8th day of December, 2020 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 • Section 252.42 - Government equipment, services and facilities: In the event of any emergency, the division may make available any equipment, services, or facilities owned or organized by the state or its political subdivisions for use in the affected area upon request of the duly constituted authority of the area or upon the request of any recognized and accredited relief agency through such duly constituted authority. 3 It shall comply with Florida Administrative Code (Does not apply to Section 5310 only recipients): • Rule Chapterl4-73-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 Chapter41-2-Commission for the Transportation Disadvantaged 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. Page 33 of 39 (06. Florida Department of Transportation FFY21 Section 5310 Grant Application s 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. to 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 MOT (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. December 8, 2020 Date Burt L. Saunders, Chairman i,pruvcd as to form and legality Assisumt County Attorney of Authorized Representative Typed Name and TitleofAuthorized Representative Page 34 of 39 ATTEST CRYSTAL K. KINZEL, CLERK ��a Florida Department of Transportation FFY21 Section 5310 Grant Application 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 Memberof 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 ?M,000 and not more than $100,000 for each such expenditure or failure. The (Collier County Board of County Commissioners), 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. December 8, 2020 Date Burt L. Saunders, Chairman ATCEST CRYSTAL K. KCNZEL, CLERK Signature of Contractor's Authorized Official Typed Name and Title of Authorized Representative Approved as to form and legality � 0� Page 35 of 39 (L Assistant County Attorney CAD BY: Florida Department of Transportation Exhibit K: Leasing Certification Memorandum for FTA 5310 December 83 2020 Date: Collier County Board of County Commissioners From: Signature Burt L. Saunders, Chairman Typed Name and Title ofAuthorized Representative Collier County Board of County Commissioners Typed Agency Name FFY21 Section 5310 Grant Application To: Florida Department of Transportation, District Office Modal Development Office/Public Transit Subject: FFY21/SFY22 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 vehicles) or equipment out to a third party No FM 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 �O CRYSTAL K. KINZEL, CLERK q� Page 36 of 39 BY: Assistant County Attorney 1 Florida Department of Transportation FFY21 Section 5310 Grant Application 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 with respectto:1 Responsetime; 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 8th day of December, 2020 Burt L. Saunders, Chairman Typed Name and Title ofAuthorized Representative Signature ofAuthorized Representative ATTEST CRYSTAL K. KINZEL, CLERK BY: Approved as to form and legality Q Ory Assistant County Attorney Page 37 of 39 FloridaDepartment ofTransportation I FFY21 Section 5310 Grant Application Form 424: Application for Federal Assistance Attach the completed Form 424 here. You may insert the completed form as a PDF in TransCIP. Applicants must ensure that the federal amount requested in the application is consistent with the amount included in Section 18 of Form 424, Exhibit M: Federal Certifications and Assurances Will insert when available 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 in TranSCIP. 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. If no revisions were completed, the returning grant recipient should submit the TOP approval letter issued by the local FDOT District. If an applicant is a first-time applicant, then the applicant should submit a commitment letterstating that a compliant TOP will be developed will be developed priorto award; no official award will be made by FDOT until the applicant has a fully adopted and FDOT approved TOP. Upon request, FDOT will provide technical assistance concerningthe development of a TOP. Exhibit O: Title VI Plan Attach one or more of the following, as applicable: • Title VI Program/Plan Concurrence Letter issued by the FDOT District office • Letter from the applicant's Authorized Representative certifying that the requested federal funds will be used to support services in compliance with an adopted Title VI Plan previously approved by and on file with FDOT. • First -Time Applicants -Commitment letter statingthatacompliantTitleVlPlanwillbe developed prior to award. 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 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. Page 38 of 39 \O/ OMB Number: 4040-0004 Expiration Dale: 1213712022 Application for Federal Assistance SF•424 ' 1. Type of Submission: ❑ Preapplicellon ® Application Changed/Corrected Applicallon • 2. Type of Application: • If Revision, select appropriate leller(s): ® New Continuation • Other (Specify): ❑ Revision ' 3. Dale Received: 4, Applicant Identifier: 6a. Federal Emily Identifier: 6b. Federal Award Identifier: State Use Only: 6. Dale Received by Stale: E= 7. Stale Application Identifier: 1001 8. APPLICANT INFORMATION: •a. Legal Name: collier County Board of County Commissioners • b. Employettrexpayer Identification Number (EIN/TIN): • a Organizational DUNS: 0769977900000 59-6000558 d. Address: •SEeett: 0300 Radio Rd. Street2: • City: CountylParlsh: INaples • Stale: FL: Florida Province: • Country: USA: UNITED STATES • Zip / Postal Code: 34104-5428 e. Organizational Unit: Department Name: Division Name: 1PTNR Public Services f. Name and contact Information of person to be contacted on matters Involving this application: Prefix: Ns , • First Name: 1judith Middle Name: • Last Name: Sizensky Suffix: II Title: lGrants Coordinator Organizational Affillaliorx Collier County • Telephone Number: 239-252-2590 Fax Number: *Email: lindith.Sizensky0colliercountyfl4cjov Application for Federal Assistance SF•424 • 9. Typo of Applicant 1: Select Applicant Type: B; County Government Type of Applicant 2: Select Applicant Type: Type of Applicant S: ' Other (specify): • 10. Name of Federal Agoncy: Federal Transit Administration 11. Catalog of Federal Domestic Assistance Number: 20.513 CFDA Title: Formula Grant for Enhanced Mobility of Seniors &Individuals with Disabilities ' 12. Footling Opportunity Number: Tills: 13. Cotnpeatlon Idenllllcallon Number: Title: 14. Areas Aflecletl by Project (Gilles, Counties, Slates, etc.): Add Attachment Delete Attachment View Attachment 16. Descriptive Title of ling will be used to purchase three replacement vehicles with three radios and three tablets use on those vehicles. Allach suppoding documents as speclged in agency Instructions. Add Allachmenls Detele Allachmenls Vlew Allachmenls Application for Federal Asaia ance SF-424 18. Congresslonal Dlslricts Of: ' a. Applicant 19 Altech an addigonal list of PrograMProJecl Congresslonal Dlslricts Ir needed. Add Allachmenl', Delete Allachmenl View Atlaclgnenl • b. PrograMProJecl 17. Proposed Protect: • a. Start Dale: 10/Ol /2021 • It. End Dale: 09/30/2022 18. Estimated Funding ($): ' a. Federal 200, 432, 80 • It, Applicant 26, 059.10 a State 26, 059.10 d. Local e. Other of. Program Income 'g. TOTAL 260,541.00 • 19. Is Application Subject to Rovlew By Stale Under Executive Order 12372 Process? 11 a. This application was made available to the State under the Executive Order 12372 Process for review on �. It, Program Is subject to E.O. 12372 but has not been selected by the Stale for review. ® c. Program is not covered by E.O.12372, ' 20. Is the Applicant Delinquent On Any Federal Debt? (If "Yes;' provide explanation fit attachment.) Yes ® No If Wes", provide explanation and attach Add Alladunenl Delete Allachmenl Vlew Allachmenl 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, completo and accurate to the bast of my knowiedge.l also provide the regttlred 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) ® ••IAGREE •• The list of cedlacallons and assurances, or an Internet site where you may obtain this list, Is contained In the announcement or agency specific Instructions, Authorized Representative: Prefix: Middle Name: • Last Name: Suffix: •Title: (Chairman • Telephone Number: 239-252-2793 •Email: Burt.Saundexsocollierc • Signature or Authorized Representative: First Name: Fex Number: • Dafe Signed: as to Yorm and L ,. O ry BY: Assistant County Auorncy FDOT Florida Department of Transportation RON DESANTIS 801 N. Broadway Avenue KEVIN J. THIBAULT, P.E. GOVERNOR Bartow, FL 33830 SECRETARY October 5, 2020 Ms. Michelle Arnold Collier Area Transit 8300 Radio Road Naples, FL34104 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 / Collier Area Transit as required for all Federal Transit Administration (FTA) recipients as per the FTA Circular C4702.1B. This concurrence means that Collier County Board of County Commissioners / Collier Area Transit 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 Dale Hanson via a -mail at dale.hanson@dot.state.fl.us or by phone at 863-519-2321, Sincerely, .�e.awt (Dale °-`°-r1H Hanson �,a� �,°,o�,s Dale Hanson Transit Projects Coordinator Cc: Michelle S. Peronto, District Transit Programs Administrator, FDOT Omar DeLeon, Collier Area Transit Judy Sizensky, Collier County Improve Safety, Enhance Mobility, Inspire Innovation www.fdot.gov ` �;'\) FDOT Florida Department of Transportation RON DESANTIS 801 N. Broadway Avenue KEVIN J. THIBAULT, P.E. GOVERNOR Bartow, FL 33830 SECRETARY June 19, 2020 Ms. Michelle Arnold, Public Transit Director Collier Area Transit 8300 Radio Road Naples, FL 34104 RE: Collier Area Transit 2019 Triennial Review Confirmation of Compliance Dear Ms. Arnold: This letter Is a confirmation of compliance for Collier Area Transit regarding the 2019 Triennial Review by the Florida Department of Transportation's (FDOT) In partnership with Atkins North America, The University of South Florida / Center for Urban Transportation Research (CUTR) and the Preventive Maintenance Planning, Training and Technical Assistance (PrMPT) team. The purpose of the Triennial Review is to determine subrecipient compliance with the State and Federal requirements as described in the State Management Plan and in accordance with the Federal Transit Administration (FTA) Section 5310 Program, FDOT District Offices are required to conduct a Triennial Review of subrecipients. The review must be performed every three years in a manner compliant with the standardized Triennial Review Process Guide provided by the FDOT Central Office. An on -site review was performed at 8300 Radio Road, Naples, FL 34104 on November 19-20, 2019, Following the site visit, a Draft Report was issued by the District outlining the areas reviewed, compliance deficiencies and recommendation of actions the subrecipient should undertake to remedy the deficiency. Collier Area Transit has addressed and satisfied several deficiencies to comply with the FTA Section 5310 Program. Items not sufficiently addressed by Collier Area Transit were outlined in the Final Report issued by the District on March 27, 2020. Upon review of the Final Report response submitted by Collier Area Transit, all deficiencies outlined in the Final Report have been appropriately handled. FDOT, District One Transit Office, congratulates you on your compliance with the Triennial Review standards. We appreciate your attention to the importance of creating and maintaining safe and equitable passenger transportation programs in the communities we service. Sincerely, Michelle S. 01 Peronto / ,.,,,.ate Dale Hanson Transit Projects Coordinator Cc: Michelle S. Peronto, FDOT Transit Programs Administrator Paul A. Simmons, FDOT Modal Development Administrator Omar DeLeon, Collier Area Transit Improve Safety, Enhance Mobility, Inspire Innovation www.fdot.gov �J Florida Department of Transportation FFY21 Section 5310 Grant Application END OF APPLICATION 5310 Grant Application Revised on September 14, 2020 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.schepersCa�dot.state.fl.us Florida Department of Transportation FFY21 Section 5311 Grant Application Florida Department of Transportation Capital & Operating Assistance Application Federal Fiscal Year 2021 / State Fiscal Year 2022 FDOT� 49 U.S.C. Section 5311, CFDA 20.509 Formula Grants for Rural Areas Agency Name: Project Type(s): Capital Operating Page 1 of 36 (5) Florida Department of Transportation Please Note FFY21 Section 5311 Grant Application This grant application is color coded based on which type of award you area pplying 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 2 of 36 Florida Department of Transportation FFY21 Section 5311 Grant Application Application Checklist Each of the below items must be included with your Section 5311 Grant Application submittal in the same order as the checklist. ❑� Application Checklist (this form) © Applicant Information PART I -APPLICANT ELIGIBILITY © Eligibility Questionnaire (only applicable forreturning applicants) ® Exhibit A: Cover Letter ❑x Exhibit B: Governing Board's Resolution ❑ Exhibit C: Public Hearing Notice ❑ Exhibit D: Local Clearinghouse Agency/RPC Cover Letter (Required if proposed project is for facilities) Date received: PART II - FUNDING REQUEST ❑x Form A-1: Current System Description 0 Form A-2: Fact Sheet ❑t' Organization Chart M Form A-3: Proposed Project Description x❑ Form B-1: Financial Capacity - Proposed Budget for Transportation Program ❑� Proof of Local Match © Supporting Documentation © Form B-2: Operations Phase- Estimate of Project Costs by Budget Category ❑ Form B-3: Capital Request ❑ Completed Sample OrderForm(s) ❑ Form C: Current Vehicle and Transportation Equipment Inventory ❑x Exhibit I: FDOT Certification and Assurances 0 ExhibitJ: Standard Lobby Certification © Exhibit K: FTA Section 5333 (b) Assurance ❑ Exhibit L: Leasing Certification ❑ Exhibit M: Certification of Equivalent Service ❑ Form 424: Application for Federal Assistance Exhibit N: Federal Certifications and Assurances © Exhibit 0: Title VI Plan (Required if not previously submitted to District) ❑ Exhibit P: Protection of the Environment (Required if the proposed project is for facilities) Exhibit Q: Triennial Review- CAP Closeout 10 V Page 3 of 36 Florida Department of Transportation Applicant Information FFY21 Section 5311 Grant Application i 49 U.S.C. Section 5311, Formula Grants for Rural Areas: �T_ GRANT APPL ICA TION _ p icant)•Lgal Name: Physical Address (No P.O. Box): Collier Count, Board of County Commissioners 3299 Tamiami Trail East Applicant Status: First-time applicant XReturning applicant not received any funding for tt a post two grant cyc es If Applicant has offices in more than one county, list county where main office is located Collier City: Naples State: FL Zip +4 Code: Congressional District: 19 34112-5746 Federal Taxpayer ID Number: Applicant's DUNS Number: unique 9-Digit number issued by Dun & Bradstreet. Maybe 59-6000558 obtained free ofchorge at. http://f`edgov.dnb.comlwebform 076997790 Applicant Fiscal period start and end dates: October 1, 2021 to September 30, 2022 State Fiscal period from: July 1, 2020 to June 30, 2021 Project's Service Area: Collier County List the county or counties that will be served by the proposed project. Executive Director: Michelle Arnold Grant Contact Person (if different than Executive Director): Judith Sizensky Telephone: 239-252-5841 Telephone: 239-252-2590 Fax: Fax: E-mail Address: Email Address: Judith.Sizensky@colliercountyfl.gov Michelle.Arnold@colliercountyfl.gov Buses (Medium Duty) Current Vehicle Inventory Sedans: 1 I Vans: 2 I Ma iVans with 1 Buses(Cutaways) 31 Enter Number for ENTIRE Fleet J 11 J Other: 29 N/A in each category: Authorizing Representative certifying to the information contained in this application is true and accurate. Signature (Authorizing Representative) Printed Name: Burt L. Saunders Title: Chairman Email Address: Burt.Saunders@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 Approved as to firm aiui 114t►lity ATI'EST CRYSTAL K. KINZEL, CLERIC�— Page 4 of 36 Assistant County Atim,wy By: \�\ Florida Department of Transportation FFY21 Section 5311 Grant Application 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 MOT and FTA Section 5311 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 ® 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? X❑ Yes ❑ No ❑ N/A If your agency is not in compliance, do you have a ❑ Yes ❑ No ® N/A corrective action plan to come into compliance? If yes, what is the date of anticipated date of corrective action closeout? Is your agency registered on SAM.gov?] Yes Note: Agency must register each year/application cycle. If yes, registration expiration date:09/14/2021 ❑ No Signature Burt L. Saunders, Chairman Typed Name and Title December 8, 2020 Date ATTEST CRYSTAL K. KINZEL, CLERK BY: Approved as to )i)rm anti Irgality Page 5 of 36 _._�__.____.__. _�.,,,,,r,•/ Assistant Couno Atturucy 20 Florida Department of Transportation Exhibit A: Cover Letter Page 6 of 36 FFY21 Section 5311 Grant Application Co Yer County Public Services Department Public Transit & Neighborhood Enhancement Division December 8, 2020 Charlene Ross Transit Project Coordinator FDOT, District One, Modal Development Office/Public Transit 801 North Broadway Avenue Bartow, FL 33830 Re: 5311 Grant Submittal Dear Ms. Ross: Collier County Board of County Commissioners submits this application for the Section 5311 Program Grant and agrees to comply with all assurances and exhibits attached hereto and by this reference made apart thereof, as itemized in the Checklist for Application Completeness. Collier County would like your consideration for funding in rural 5311 grant funds 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 of the assurances stated in this Application. This application is submitted on this 8th day of December 2020 with one (1) original resolution and four (4) 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, Burt L. Saunders Chairman, Collier County Board of County Commissioners Approved as to form And legality Assistant County curncy RibicTrsnsk & Neighborhood Bihancemenf - 8300 Radio Road, Naples, Florida 34104.239-252-5840 • FAX 239-252-6628 • www.colliercounf fl.gov Florida Department of Transportation Exhibit B: Governing Board's Resolution FFY21 Section 5311 Grant Application Page 7 of 36 r <�' RESOLUTION NO. 2020- A RESOLUTION OF THE COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS, COLLIER COUNTY FLORIDA, AUTHORIZING THE CHAIRPERSON TO SIGN AND SUBMIT A SECTION 5311 GRANT APPLICATION, INCLUDING ALL RELATED DOCUMENTS AND ASSURANCES, TO THE FLORIDA DEPARTMENT OF TRANSPORTATION, TO ACCEPT A GRANT AWARD FROM THE FLORIDA DEPARTMENT OF TRANSPORATION, AND THE PURCHASE OF VEHICLES AND/OR EQUIPMENT AND/OR THE EXPENDITURE OF GRANT FUNDS PURSUANT TO THE GRANT AWARD. WHEREAS, the Board of County Conunissioners of Collier County, Florida, has the authority to apply for and accept grants and make purchases and/or expend finds 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: 1. This resolution applies to the Federal Program under U.S.C. §5311. 2. The submission of a grant application(s), supporting documents, and assurances to the Florida Department of Transportation is approved. 3. Burt L. Saunders, Chairman, is authorized to including, but not limited to: (a) sign the application, accept a grant award, and (b) accept and execute any required certifications and assurances and all supporting documents relating to the grant awarded to the County, (c) approving all necessary budget amendments, and (c) authorize the purchase of vehicles/equipment and/or expenditure of grant finds pursuant to the grant awarded, unless specifically rescinded. 4. This Resolution shall be effective immediately upon signature by the Chairman. This Resolution adopted after motion, second and majority vote favoring same, this 8°1 day of December 2020. CO Florida Department of Transportation FFY21 Section 5311 Grant Application Exhibit C: Public Hearing Notice N/A Attach a copy of the notice of public hearing and an affidavit of publication here. You may insert the notice as a PDF or print and attach the document to your final application. Public Notice -Sample All interested parties within (Counties Affected) are hereby advised that,(PublicAgency)_is applying to the Florida Department of Transportation for a capital grant under Section 5311 of the Federal Transit Act of 1991, as amended, for the purchase of (Description of Equipment) to be used for the provision of public transit services within (Defined Area of Operation). This notice is to provide an opportunity fora Public Hearing for this project. This public notice is to ensure that this project and the contemplated services will not duplicate current or proposed services provided by existing transit or paratransit operators in the area. This hearing will be conducted if and only if a written request for the hearing is received by (Specify due date) Requests for a hearing must be addressed to (Public Agency Name and Address) and a copy sent to (Name and Address of Appropriate FDOT District Office). All public notices must include the following language: Florida Law and Title VI of the Civil Rights Act of 1964 Prohibits Discrimination in Public accommodation on the basis of race, color, sex, religion, national origin, disability, income, or of marital status. Persons believing they have been discriminated against on these conditions may file a complaint with the Florida Commission on Human Relations at 850-488-7082 or 800-342-8170 (voice messaging) Exhibit D: 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. Page 8 of 36 0�;' Florida Department of Transportation PART II -FUNDING REQUEST Form A-1: Current System Description FFY21 Section 5311 Grant Application (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). The Collier County Board of County Commissioners is the governing body for the Public Transportation system in Collier County. The Public Transportation system, Collier Area Transit (CAT) operates under the supervision of the Collier County Division of Public Transit & Neighborhood Enhancernent (PTNE) for the Collier County Public Services Department. CAT serves as the public transit provider for Collier County, serving Naples, Marco Island, and lmmokalee areas. It is the mission of CAT to provide safe, accessible and courteous public transportation services to our customers. (b) Please provide information below: Organizational structure (attach an organizational chart at the end of this section) Total number of employees in organization 103 MV Erployees • Total number of transportation -related employees in the organization Page 9 of 36 6 CAT Employees Fixed Route Manager Planner 1 Fixed Route Dispatch 3 Fixed Route Operators 43 Utilities 8 Collier County Board of County Comissioners Leo E Ochs, Jr. a • Collier County Public Services Department Steve Carnell Administrator- CEO Public Transit & Neighborhood PTNE Division Enhancement Division .� Omar De Leon Michelle Arnold Transit Manager Director PTNE y General Manager Braian Morales Call Center/Paratransit Manager Marirka Maldonado Paratransit Dispatch 3 Paratransit Operators 40 Reservationist 2 Schedulers 2 Safety Manager Tara Jones Road Supervisors 4 Behind the Wheel Trainers 5-10 Operation Analyst Senior Planner Project Manager Marketing, Sales and Events Coordinator Customer Service Manager Nellie Looez Reconcilers 2 Customer Service 6� Mobility Manager 11 Senior ITS Coordinator ITS Coordinator 1 Florida Department of Transportation FFY21 Section 5311 Grant Application (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 the insurance of all of CAT/CAP's vehicles. MV is responsible for the hiring and training of the administrative personnel. (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 currently provides about $3.4 million dollars each year from local funds to provide fixed route services. Federal and State Grant funds help to expand resources so that transit services can be provided to those who need it most. Page 10 of 36 lr-� Florida Department of Transportation FFY21 Section 5311 Grant Application (e) 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; • Drug -free workplace; and • Data collection methods, including how data was collected to complete Exhibit A-2. Note: if the applicant is a Community Transportation Coordinator (CTC), relevant pages of a Transportation Disadvantaged Service Plan (TDSP) and AOR containing the above information may be provided. Please do not attach entire documents. Service hours for these routes vary from as early as 3:45 AM to as late as 8:20 PM. The service planned for this grant will provide access to people in non -urbanized areas of Collier County. Funds from this grant will be used to continue operation of fixed route to provide access to people in non - urbanized areas to health care, shopping, education, employment, public services and recreation. Because many of these services are not available in the rural area, most people must travel to the urban areas in order to receive many of these services. These funds will be used to fund routes that are open to the general public and are not subject to the privatization process as described in the Transportation Disadvantage Service Plan (TDSP). All opeartors trained on the use of vehicles and equipment utilized for the operations of this service. All records are maintained by Collier County staff to ensure compliance with all local, State and Federal requirements. Those employee records maintained by the vendor to verify maintenance of all required licensure and training are inspected by Collier County regularly. All vehicles are maintained by Collier County Fleet Management Division staff specifically assigned to Transit at the CAT Operations center located at 8300 Radio Road. A written safety program has been developed and is maintained by the Contractor which includes safety policies and practices, accident procedures and reporting, and other training materials and documented in the System Safety Program Plan (SSPP) and the System Security Emergency Preparedness Plan (SSEPP). Collier County conducts an annual System Safety review of the Contractor to comply with safety requirements of Chapter 14-90, Florida Administrative Code (FAC). The Contractor's documented safety program includes the following components: • Accident Response Plan Accident Review Process and Analysis • Determination of an accident as Preventable or Non -Preventable, Utilizing the National Safety Council (NSC) Guidelines • Employee Retraining Provisions • Programs and Methods to be utilized to Promote Safety Awareness Employee Training and Page 11 of 36 C10) Florida Department of Transportation FFY21 Section 5311 Grant Application The Contractor shall participate in tabletop, emergency preparedness training exercise as requested by the County. The Contractor is considered essential personnel and shall be available upon request for evacuation and transportation for any emergency events 24/7. The Contractor administers a Drug and Alcohol (D&A) Program which meets all of the Federal and Collier County requirements. In addition, the Contractor requires all subcontractors providing services for the fixed route service to adhere to the testing requirements of this D&A program. CAT perfornns D&A testing in accordance with United States Department of Transportation (US DOT) and Federal Transit Administration (FTA) regulations, as defined in Title 49 Code of Federal Regulations (CFR), Parts 40 and 655. The Contractor produces documentation necessary to establish its compliance with Title 49 CFR, Parts 653 and 654. All County employees that fall under this requirement also go through the above noted testing. Data Collection is completed via electronic fareboxes installed on all vehicles, ridership and revenue data is stored in the system and easily accessible through a variety of reports. Page 12 of 36 Florida Department of Transportation Form A-2: Fact Sheet FFY21 Section 5311 Grant Application 1 Number of total one-way trips Farebox ridership collected for This service will be an equivalent service served by the agency PER all boarding for routes funded provided currently YEAR. * by 5311 1176,523176,523 2 Number of individuals served Farebox ridership collected for This service will be an equivalent service unduplicated (first ride per all boardingfor routes funded provided currently fiscal year) PER YEAR. ** by 5311 176,523 3 Number of vehicles used for this service ACTUAL. A 4 Number of ambulatory seats. AVERAGE PER VEHICLE (Total ambulatory seats divided by 26 total number of fleet vehicles) 1 If a software program is used to obtain the required data for the fact sheet, please include the source of the data, i.e., Trapeze). Page 13 of 36 176,523 6 26 Florida Department of Transportation FFY21 Section 5311 Grant Application 5 Number of wheelchair positions AVERAGE PER VEHICLE (Total wheelchair 2 positions divided by total number of fleet vehicles) 6 Vehicle miles traveled. PER Revenue miles + deadhead miles Revenue miles + deadhead miles X #of days X # of days YEAR 568,290.88 7 Average vehicle miles. PER DAY VMT/days of service 8 Normal vehicle hours in Total hours/days of service operation. PER DAY 1583 56.25 2 VMT/days of service 1583 Total hours/days of service 56.25 6 ME of service + reduced 6.83 6 l oof service ice + re3uce 6.83 9 Normal number of days in service on Sunday service on Sunday operation. PER WEEK 10 Trip length (roundtrip).AVERAGE 14.5 The information listed should be specific to the Section 5311 funds and not agency wide. 14.5 "One-waypassengertrip is the unit of service provided each time a passenger enters the vehicle, is transported, and then exits the vehicle. Each different destination would constitute a passenger trip. "The unduplicated riders are for current year and the subsequent year once the grant is awarded Page 14 of 36 rq� Florida Department of Transportation FFY21 Section 5311 Grant Application Form A-3: Proposed Project Description (a) How will the grant funding improve your agency's transportation service? Provide detail. Will it be used to: • Provide more hours of service? • Expand service to a larger geographic area? • Provide shorter headways? • Provide more trips? • Replace existing equipment? • Purchase additional vehicles/equipment? Also, highlight the challenges or difficulties that your agency will overcome if awarded these funds. Section 5311 funding for operating assistance is essential if service is to continue for the non - urbanized areas of the County. Because this request is not an expansion of service or providing new service, the grant, if awarded will not provide more service liours, provide service to a larger geographic area or reduce headways. The grant will allow the continuation of service for the Rural Area of Collier County seeking transportation for employment, medical, education and recreational trips. Page 15 of 36 Florida Department of Transportation FFY21 Section 5311 Grant Application (b) If a grant award will be used to maintain services as described in Form A-1, specifically explain how it will be used in the context of total service. Make sure to include information on how the agency will maintain adequate financial, maintenance, and operating records and comply with FTA reporting requirements including information forthe Annual Program of Projects Status Reports, Milestone Activity Reports, NTD reporting, DBE reports etc. The 5311 grant helps fund five (5) non-urbanized/rural routes. According to the 2010 Census majority of the County's workforce lives in the rural area and majority of the activity centers are within the urban area. Activity centers include major employers, health care centers and public services. Route 19 and Route 28 (Golden Gate Estate/hnmokalee Shuttle), 10096 Rural Routes, provides a shuttle to and from the Immokalee area and services the Golden Gate Estates area to the transfer station at the Collier County Government Center. This route serves to bring the residents from the rural area to the urban areas where our activity centers are located and provides access for those passengers to return home. Route 121 (Immokalee and Marco Island express), 100% Rural Route, provides an early morning and late evening express service between Immokalee and Marco Island. This express route serves to bring the residents of the rural area to the urban areas where the major employers are located and provides access for those passengers to return to lnonne. Both routes (19 and 121) further the federal goal of the program to enhance the access of low -intone individuals and others within the non -urbanized area to employment. Route 22 and Route 23 (hnmokalee Circulator),10096 Rural Routes, provide continuous public transit service within the rural community of Immokalee. Route 24 (US 41 East/Charlee Estates), 26.1196 Rural Route, provides access to residents in the rural areas east of Collier Boulevard off East Tarniami 'frail to services and employment in the urban areas. Only that portion of Route 24 that serves the rural area is being funded with 5311 grant fluids. Financial Records — The County uses an electronic financial system (SAP) which performs financial functions such as but not limited to individual financial modules to track assets, expenditures and revenues (including interest), grants funding contracts, requisitions and purchase orders including vendor contracts as well as vendor invoices. Federal awards are maintained on a Sharepoint site which all staff have access to. Maintenance Records — Each vehicle has a written record documenting preventive maintenance, regular maintenance, inspections, lubrication and repairs performed. Such records will be maintained for the life of the vehicle . Collier Area Transit stores the above information using the FASTER Fleet Management System by CCG Systems. It is a robust system and all the above information is tracked by equipment number and work orders. Operating Records— Operating report are maintained in their perspective software (RouteMatch,'I'rapeze, Avail) as well as electronic copies are stored in the internal County Network, files stored on the County Network are backed up daily. i (c) If this grant is not fully funded, can you still proceed with your transportation program? Explain. Collier Area Transit, as many other transit agencies across the nation, is lacing tough financial times and local funds contribution is stagnate. Should the State not approve this grant, CAI' may be forced to reduce routes. With a reduction in service, many passengers would not have access to medical, work, recreational, and other life sustaining activities that public transit now makes possible. It is critical that Collier Area Transit receives these 5311 funds to continue to provide access to people in the non - urbanized area of Collier County to these services. Page 16 of 36 Florida Department of Transportation FFY21 Section 5311 Grant Application (d) All Non-CTC Applicants: Have you met with the CTC and, if so, how are you providing service they cannot? Provide detailed information supporting this determination. Applications submitted without the appropriate CTC coordination ogreemen t may be rejected byFDOT. Grant awards will not be made without an appropriate coordination agreement. This coordination agreement must be enforced the entire time of the grant (vehicle life or operating PTGA expiration). Page 17 of 36 Florida Department of Transportation Operating Requests Only (a) Please specify year of activity for operating assistance. October 1, 2021-September 30, 2022 Capital Requests Only FFY21 Section 5311 Grant Application (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: • Who will drive the vehicle? How will you ensure that your driver(s) maintain CDL certification? (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. N/A Page 18 of 3G �� Florida Department of Transportation FFY21 Section 5311 Grant Application (d) If this capital request is for bus related facilities • Please provide any pertinent documents that may be on record, to make a determination on such things as reasonableness of cost, sufficiency of preliminary engineering and design work completed. • Please provide a full, detailed scope of the project, including but not limited to a project schedule, construction days, method of procurement, etc. • Please provide a detailed description of all project activities included in the construction of the facility. NOTE: If awarded, the agency must prepare a draft/proposed facilities/building maintenance plan that will need to be adopted after construction of facilities. N/A Page 19 of 36 1 Florida Department of Transportation FFY21 Section 5311 Grant Application Form B-1: Financial Capacity - Proposed Budget for Transportation Program Code 5010 5015 Object Class Labor Fringe Benefits 5020 5030 Services Materials and Supplies 5040 Utilities 5050 Casualtv and Liabilitv Costs 5060 (Taxes 5100 5090 5230 5260 Purchased Transportation Miscellaneous Capital Leases Depreciation Other Grand Total All Expenses Amount 276,487 $ 106,713 $ 641,400 $ 1,403,200 $ 78,400 $ 14,900 $ 8,000 $ 4,673,900 $ 94,100 $ 2,000 $ 7,299,100 $ Page 20 of 36 Florida Department of Transportation FFY21 Section 5311 Grant Application Code Object Class 7 Amount 4111 Passenger -Paid Fares 910,700 $ 4112 Organization -Paid Fares $ 4310 General Revenues of the Local Government $ 4390 Other Local Funds 2,371,200 $ 4420 State Transportation Fund 982,800 $ 4500 Federal Funds 3,034,400 $ $ 4610 Contributed Services 4630 Sales and Disposals of Assets $ - Other $ Grand Total All Revenues 7,299,100 $ Page 21 of 36 Florida Department of Transportation FFY21 Section 5311 Grant Application Operating Project Total: $ Match Source Amount General Fund Transfer to Funds 425/426 3,301,900 $ Operating Match Total: 3,301,900 $ 50% of Operating Project Total Capital Project Total: $ Match Source Amount Capital Match Total: $ 10%of Capital Project Total r'• Page 22 of 36 Florida Department of Transportation FFY21 Section 5311 Grant Application Attach documentation of match funds directly after this page. Proof may consist of, but not be limited to: • Transportation Disadvantaged (TD) allocation, • Letter on official letterhead from the applicant's CEO attesting to match availability and commitment, • Written statements from county commissions, state agencies, city managers, mayors, town councils, organizations, accounting firms and financial institutions. Signature Burt L. Saunders, Chairman Typed Name and Title ofAuthorized Representative Date ATTEST CRYSTAL K. KINZEL, CLERK BY: Approved as to torn and legality Assistant County Attorney 2-� Page 23 of 36 �31 Florida Department of Transportation FF) 1 Section 5311 Grant Application Form B-2: Operations Phase- Estimate of Project Costs by Budget Category Budget Category Salaries Local $2769487 Federal Total $276,487 Fringe Benefits $106,713 Contractual Services $5,3151300 $15173%773 $3,57551527 Travel $600 $69000 Other Direct Costs Utilitie s $78,400 $78,400 License $8,000 $85,000 Insurance $141900 $14,900 Mscellaneous $88,100 $88,100 Materials and $379,300 $379.300 -Supplies Vehicle Maintenance $1,0231900 $19023,900 Leases and Rentals $2,000 $200 Indirect Costs Totals $'7,299,100 .$1, 739, 773 1S,SS9,327 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). Cost Reimbursement The Agencywill submit invoices for cost reimbursement on a: ❑ Nbnthly ® Quarterly ❑ Other: basis upon the approval of the deliverables including the expenditure detail provided by the Agency. Page 24 of36 Florida Department of Transportation FFY21 Section 5311 Grant Application Form B-3: Capital Request N/A To identify vehicle type and estimate cost visit http://trii)sfiorida.org/ All vehicle requests must be supported with a completed sample order form in order to generate a more accurate estimation of the vehicle cost. The order form can be obtained from http://www.tripsftorida.org/contracts.htmI 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 (Order Form) The Florida Department of Management Services Contract can be found at _Florida Department of Management DMS Vehicle Request Subtotal $ *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. Page 25 of 36 � All, 0 Florida Department of Transportation Equipment Request N/A FFY21 Section 5311 Grant Application if item requested is after -market, it is recommended to gather and retain at least two estimates forthe equipment requested. Purchases must be approved at the local level and follow the Procurement Guidance. Subtotal $ List the number of items and provide a brief description (i.e. two-way radio or stereo radio, computer hardware/software, etc.) Vehicle Subtotal Plus Equipment Subtotal Equals Total Cost $ * 0.8 — $ Total Cost 80% Equals Multiplied Federal Request by Form 424, Block 18 (a) Page 26 of 36 Florida Department of Transportation Form Current Vehicle and Transportation Equipment Inventory Form (for entire fleet FDOT and Non-FDOT Vehicles) N/A Name of Applicant: Vehicle Inventory NOTE: Applicants MUST use this form. If you need more space, add more rows ifneeded. Date of Inventory: 1 Include an asterisk next to mode[ year for the vehicle(s) being replaced. 2 VIN must be provided regardless of funding type 3 Identify the grantor other funding source used for purchasing the vehicle/equipment Page 27 of 36 FFY21 Section 5311 Grant Application Florida Department oFTransportation Equipment Inventory Include computer hardware and software, copiers, printers, mobile radios, communication systems, etc. NOTE: Applicants MUST use this form. Ifyou need more space, add more rows if needed. Page 28 of 36 FFY21 Section 5311 Grant Application Florida Department of Transportation FFY21 Section 5311 Grant Application PART III - MANAGERIAL CAPABILITY Exhibit I: FDOT Certification and Assurances (Collier• Co:tnty Boal•d of County Commissioner certifies and assures to the Florida Department of Transportation regarding its Application under U.S.C. Section 5311 dated 8th day ofDecembel•, 2024 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 • Section 252.42 -Govern men t equipment, services and facilities: In the event of any emergency, the division may make available any equipment, services, or facilities owned or organized by the state or its political subdivisions for use in the affected area upon request of the duly constituted authority of the area or upon the request of any recognized and accredited relief agency through such duly constituted authority. 3 It shall comply with Florida Administrative Code: • 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-Commission for the Transportation Disadvantaged 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) • Public Transit Substance Abuse Management Program Procedure No. 725-030-035 • 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. 6 Local matching funds will be available to purchase vehicles/equipment at the time an order is placed. 7 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. 8 It will maintain project vehicles/equipment in good working order for the useful life of the vehicles/equipment. 9 It will return project vehicles/equipment to FDOT if, for any reason, they are no longer needed Page 29 of 36 Florida Department of Transportation or used for the purpose intended. 10 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. 11 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. 12 It will notify FDOT within 24 hours of any accident or casualty involving project vehicles/ equipment, and submit related reports as required by FDOT. 13 It will notify FDOT and request assistance if a vehicle should become unserviceable. 14 It will submit an annual financial audit report to FDOT (FDOTSingleAudit@dot.state.fl.us), if required. 15 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. Date Signature of Contractor's Authorized Official L. Name and Title of Contractor's Authorized Official ATTEST CRYSTAL K. KINZEL, CLERK BY: Page 30 of 36 Florida Department of Transportation 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 (Collier, County Board of County Commissioners), 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. December 8, 2020 Date Signature of Contractor's Authorized Official Burt L. Saunders, Chairman Name ana Title of ontractor s Autfiorizea -iciT A'T'TEST CRYSTAL K. KINZEL, CLERK Approved as to form and legality U 0� Assistant County At(o icy BY: Page 31 of 36 Florida Department of Transportation Exhibit K: FTA Section 5333 (b) Assurance (Note: By signing the following assurance, the recipient of Section 5311 and/or 5311(f) assistance assures it will comply with the labor protection provisions of 49 U.S.C. 5333(b) by one of the following actions: (1) signing the Special Warranty for the Rural Area Program (see FTA Circular C 9040.IG, Chapter VIII(2) agreeing to alternative comparable arrangements approved by the (Department of Labor (DOLL; or (3) obtaining a waiver from the DOL.) TheCollier County Board of County Commissioners (hereinafter referred to as the "Recipient") HEREBY ASSURES that the "Special Section 5333 (b) Warranty for Application to the Small Urban and Rural Program" has been reviewed and certifies to the Florida Department of Transportation that it will comply with its provisions and all its provisions will be incorporated into any contract between the recipient and any sub -recipient which will expend funds received as a result of an application to the Florida Department of Transportation underthe FTA Section 5311 Program. December 8, 2020 Date Burt L. Saunders, Chairman Name and title of authorized representative Signature of authorized representative Note: All applicants must complete the following form and submit it with the above Assurance. LISTING OF RECIPIENTS, OTHER ELIGIBLE SURFACE TRANSPORTATION PROVIDERS, UNIONS OF SUB - RECIPIENTS, AND LABOR ORGANIZATIONS REPRESENTING EMPLOYEES OF SUCH PROVIDERS, IF ANY 1 2 3 4 Identify Recipients of Site Project by Name, Identify Other Eligible Identify Unions (and Transportation Assistance Description, and Provider Surface Transportation Providers) Representing Under this Grant. (e.g. Recipient, other Providers (Type of Employees of Providers in Agency, or Contractor) Service) Columns 1, 2, and 3 Application FTA Section Collier Area Transit for Transport workers Union Collier County Board of 5311 Operating urban transit service Local 525 AFL-CIO 2595 County Commissioners Assistance Funding of North Courtenay Pkwy. FY21122 "or Collier Area qiflte 104 Meniff Niand- Transit to provide FL 32953 continuing public transportation service to - '-- s rc3iczcn rs of urbanized areas of Collier County traveling within the rural area and/or the adjacent urban area and returning to rural domicle, ATTEST Approved as to form And legality CRYSTAL K. KINZEL, CLERK BY: Page 32 of 36 Assistant County Attorney Florida Department of Transportation Exhibit L: Leasing Certification N/A Memorandum for FTA 5311 Date: From: Signature Typed name and title Typed or printed agency name To: Florida Department of Transportation, District Office Modal Development Office/Public Transit Subject: FFY2I/SFY22 GRANT APPLICATION TO THE FEDERAL TRANSIT ADMINISTRATION, OPERATING OR CAPITAL GRANTS FOR RURAL AREAS PROGRAM, 49 UNITED STATES CODE SECTION 5311 Leasing: Will the (Name of applicant agency), as applicant to the Federal Transit Administration Section 5311 Program, lease the proposed vehicle(s) or equipmentout to a third -party? ❑ No ❑ Yes If yes, specify to whom: NOTE: It is the responsibility of the applicant agency to ensure District approval of all lease agreements. Page 33 of 36 Florida Department of Transportation Form 424: Application for Federal Assistance 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 N: Federal Certifications and Assurances Will Insert when available 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 O: Title VI Plan If an applicant has not previously submitted their 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 - CAP Closeout 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. Page 35 of 36 OMB Number: 4040.0004 Expiration Dale: 12/31/2022 Application for Federal Assistance SF-424 • 1. Type of Submission: Preappllcation ® AppHcalion Changed/Corrected Application ' 2. Type of AppHcalion: ' If Revision, select appropriate lelter(s): New Continuation ' Other (Specify): Revision ' 3. Dale Received: 4. Applicant Identifier: ] 1 5a, Federal Entity Identifier: 5b. Federal Award Identifier: State Use Only: 6. Dale Received by Slate: l 7. Stale Application Identifier: 1001 ] 8. APPLICANT INFORMATION: 'a. Legal Name: (Collier County Hoard of County Commmissioners ' b. Employer/Taxpayer Identification Number (EIN/TIN): • c. Organizational DUNS: 0769977900000 ] 59-6000550 d. Address: • Slreell: 0300 Radio Rd. Slreel2: • City: CountylPadsh: Naples •Slate: IFL: Florida Province: [ 1 •Country: USA: UNITED STATES • Zip/ Postal Code: 34104-5428 ] e. Organizational Unit: Department Name: Division Name: PTNE Public Services f. Name and contact Information of parson to be contacted on matters Involving this application: Prefix: it -Is. ] • First Name: [Judith Middle Name: ' Last Name: Sizensky Suffix: [ ] Title: Grants Coordinator I Organizational Affiliation: Collior County 'Telephone Number: f 239-252-2590 ] Fax Number: I 1 •Email:(Judith.Sizensky@colliercountyfl.gov J Application for Federal Assistance SF•424 ' 9. Typo of Applicant 1: Select Applicant Typo: 0: County Government ] Type of Applicant 2: Select Applicant Type: jf I Type of Applicant 3: Select Applicant Type: ' Other (specify): ' 10. Name of Federal Agency: Federal Transit Administration 11. Catalog of Federal Domestic Assistance Number: 20.509 CFDA Title: Formula Grants for Rural Areas ' 12. Funding Opportunity Number: ' Title: 13. Competition Identification Number: Title: 14. Areas Affected by Project (Cities, Counties, States, etc.): Add Attachment ] Delete Attachment View Attachment ' 16. Descriptive Title of Applicants Project: Funding for Operating Assistance for bus routes in the Rural Areas of Collier County. Attach supporting documents as specified In agency instructions. Add Attachments Delete Attachments J Vlew Allachmenls 14. Immokalee, Golden Gate Estates, and Rural Collier County are the areas that will be affected by the FY21 project. Application for Federal Assistance SF-424 16. Congressional Districts Of: ' a. Applicant 19 ] ' b. Program/Project 19/25 Attach an additional list of Program/Project Congressional Districts If needed. [ Add Attachment Delete Attachment View Attachment ] 17. Proposed Project: ' a. Slarl Dale: 10/01/2021 ] ' b. End Date: 09/30/2022 18. Estimated Funding (S): ' a. Federal 064, 332.401 • b. Applicant I 064, 332. 401 ' c. State ' d. Local ' e. Other ] ] ' I. Program Income 'g.TOTAL [ 1, 720, 664. 001 ' 19. Is Application Subject to Review By Slate Under Executive Order 12372 Process? a. This application was made available to the Slate under the Executive Order 12372 Process for review on 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, 1 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: [Mr. ] ' First Name: Burt ] Middle Name: i.. 1 ' Last Name: Saunders Suffix: 1 'Title: Chairman ] *Telephone Number: 239-252-2793 1 Fax Number: 1 'Email: Burt.Saunders@colliercountyfl.gov ' Signature of Authorized Representative: • Dale Signed: �J J nI and legality r,..--. CRYSTAL K. KINZEL, CLERK BY: - Assistant County Attorney .�� rp 4 � [ION DESANTIS GOVERNOR October 5, 2020 Ms. Michelle Arnold Collier Area Transit 8300 Radio Road Naples, FL 34104 Re: Title VI Plan Dear Ms. Arnold: 801 N. Broadway Avenue Bartow, FL 33830 KEVIN 1THIBAULT, P.E. SECRETARY The Florida Department of Transportation, District One concurs with the Title VI Plan for Collier County Board of County Commissioners / Collier Area Transit as required for all Federal Transit Administration (FTA) recipients as perthe FTA Circular C4702.1B. This concurrence means that Collier County Board of County Commissioners / Collier Area Transit 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 Dale Hanson via e-mail at dale.hanson@dot.state.fl.us or by phone at 863-519-2321. Sincerely, O:gtally s+gned cy. Oale Hanson Dale 0. CN=Data Hansonemal= hansongdocsate.0.us C = O = FOOT OU = Transt Hanson 1e Dale Hanson Transit Projects Coordinator Cc: Michelle S. Peronto, District Transit Programs Administrator, FDOT Omar DeLeon, Collier Area Transit Judy Sizensky, Collier County Improve Scfe1y, Eiihcmce Mobilit}, Inspire Innol ci ioi1 www.fdot.gov FDOT Florida Department of Transportation RON DESAN'ris 801 N. Broadway Avenue KEVtN.r. THI¢AUi,r, P.E. GOVERNOR Bartow, FL 33830 SECRETARY June 19, 2020 Ms. Michelle Arnold, Public Transit Director Collier Area Transit 8300 Radio Road Naples, FL 34104 RE: Collier Area Transit 2019 Triennial Review Confirmation of Compliance Dear Ms. Arnold: This letter is a confirmation of compliance for Collier Area Transit regarding the 2019 Triennial Review by the Florida Department of Transportation's (FDOT) in partnership with Atkins North America, The University of South Florida / Center for Urban Transportation Research (CUTR) and the Preventive Maintenance Planning, Training and Technical Assistance (PrMPT) team. The purpose of the Triennial Review is to determine subrecipient compliance with the State and Federal requirements as described in the State Management Plan and in accordance with the Federal Transit Administration (FTA) Section 5310 Program. FDOT District Offices are required to conduct a Triennial Review of subrecipients. The review must be performed every three years in a manner compliant with the standardized Triennial Review Process Guide provided by the FDOT Central Office. An on -site review was performed at 8300 Radio Road, Naples, FL 34104 on November 19-20, 2019. Following the site visit, a Draft Report was issued by the District outlining the areas reviewed, compliance deficiencies and recommendation of actions the subrecipient should undertake to remedy the deficiency. Collier Area Transit has addressed and satisfied several deficiencies to comply with the FTA Section 5310 Program. Items not sufficiently addressed by Collier Area Transit were outlined in the Final Report issued by the District on March 27, 2020. Upon review of the Final Report response submitted by Collier Area Transit, all deficiencies outlined in the Final Report have been appropriately handled. FDOT, District One Transit Office, congratulates you on your compliance with the Triennial Review standards. We appreciate your attention to the importance of creating and maintaining safe and equitable passenger transportation programs in the communities we service. Sincerely, Michelle S. Peronto•°°°�°.>>ie`<s Dale Hanson Transit Projects Coordinator Cc: Michelle S. Peronto, FDOT Transit Programs Administrator Paul A. Simmons, FDOT Modal Development Administrator Omar DeLeon, Collier Area Transit Improve Safety, Enhance Mobility, Inspire hmovation www.fdot.gov 40 Florida Department of Transportation Application 5311 Grant Application Revised on September 14, 2020 Revised by: Erin Schepers, Grant Programs Administrator MOT Public Transit Office 605 Suwannee Street (MS 26) Tallahassee, Florida 32399-0450 Work Phone: 850-414-4526 Email: erin.schepers(@dot.state.fl.us Page 36 of 36 Florida Department of Transportation FFY21 Section 5339 Grant Application Florida Department of Transportation Capital Assistance Application Federal Fiscal Year 2021 / State Fiscal Year 2022 49 U.S.C. Section 5339 CFDA 20.526 Bus and Bus Facilities Formula Program for Rural Areas Agency Name Collier County Board of County Commissioners ❑ New Applicant Applicant Type: x❑ Previous Applicant Page 1 of 32 cov�-'. Florida Department of Transportation FFY21 Section 5339 Grant Application Application Checklist The following must be included in the Application for Section 5339 Capital Assistance in the order listed. Application Checklist (this form) U1 Applicant Information Form PART I -APPLICANT ELIGIBILITY [� Eligibility Questionnaire (only applicable for returning applicants) �] Exhibit A: Cover letter Exhibit B: Governing Board's Resolution ® Exhibit C: Public Hearing and Publisher's Affidavit (public agencies only) Exhibit D: FDOT Certification and Assurances [ Exhibit E: Standard Lobbying Certification Form Exhibit F: FTA Section 5333(b) Assurance © Exhibit G: Federal Certifications and Assurances © Exhibit H: CTC Agreement or Certification PART II- Funding Request Form A-1: Current System Description _[�] Organization Chart �C] Form A-2: Fact Sheet ® Form A-3: Proposed Project Description M Form B-1: Financial Capacity - Proposed Budget for Transportation Program n Form B-2: Capital Request Form ,E] Form 424: Application for Federal Assistance T] Form C: Current Vehicle and Transportation Equipment Inventory Form PART III- Other Required Documents ,] Exhibit I: Leasing ❑ Exhibit J: Certification of Equivalent Service ] Exhibit K: Copy of the Title VI Plan (if ogencyhos not previously submitted a Title Vi plan) ❑ Exhibit L: Local Clearinghouse Agency/RPC Cover Letter (required ifproposed project is for facilities) ❑ Exhibit M: Protection of the Environment colvo Page 3 of 32 Florida Department of Transportation Applicant Information FFY21 Section 5339 Grant Application Section 5339 CFDA 20.526 Bus and Bus Facilities Formula Program for Rural Areas: GRANT APPLICATION Agency (Applicant) Legal Name: Physical Address (No P.O. Box): Collier County Board of County Commissioners 3299 Tamiami 'frail East Applicant Status: ❑ First-time applicant XReturning applicant A first-time applicant has not received any funding for the past two grant cycles Applicant's County: Collier If Applicant has offices in more than one county, list county where main office is located City: Naples State: FL134112-5746 Zip +4 Code: Congressional District: 19 Federal Taxpayer ID Number: Applicant's DUNS Number: Unique 9-Digit number issued by Dun& Bradstreet. Maybe [obtained 59-6000558 free of charge at: http://f`edgov.dnb.com/webform 076997790 Applicant Fiscal period start and end dates: eto er to September 303 2-022 State Fiscal period from: July 1, 2020 to June 30, 2021 Counties Served:Collier List the county or counties that will be served by the proposed project. Executive Director: Michelle Arnold Grant Contact Person (if different than Executive Director): Judith Sizensky Telephone: 239-252-5841 -][Telephone: 239-252-2590 Fax: 239-252-3929 Fax: E-mail Address: Email Address: Michelle.Arnold 0(,colliercountyfl.gov Judith.Sizensky@colliereountyfl.gov Current Vehicle Inventory Sedans: 1 _J[vans: Minivans with f Buses (Cutaways):31 Bases (Mediurr, Duty): Enter Number for -ENTIRE Fleet Ramp: 4 1 N/A in each category: Other: �� Authorizing Representative certifying to the information contained in this application is true and accurate. Signature (Authorizing Representative): Printed Name: Burt L. Saunders Title: Chairman Email Address: Bur•t.Saundcrs@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 ATTEST Approved as to form and legality CRYSTAL K. KINZEL, CLERK BY: Assistant County Attorney 0 Page 4 of 32 \5 ,�� Florida Department of Transportation FFY21 Section 5339 Grant Application 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 5339 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 X❑ Yes ❑ No remaining questions in this questionnaire. Has your agency completed a MOT 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 youragency currently in compliance? ® Yes ❑ No ❑ N/A If your agency is not in compliance, do you have a ❑ Yes ❑ No ❑ N/A corrective action plan to come into compliance? If yes, what is the anticipated date of corrective action closeout? Is your agency registered on SAM.gov? ® Yes ❑ No Note: Agency must register each year/application cycle. Ifyes, registration expiration date: 9/14/21 Signature Burt L. Saunders, Chairman Typed Name and Title December 8, 2020 Date A"fTES'I' Approved as to form And legality 0 CRYSTAL K. KINZEL, CLERK AssislunCounty Attorney — BY: tN \ Page 5 of 32 C�j� Florida Department of Transportation Exhibit A: Cover Letter - Sample FFY21 Section 5339 Grant Application Page 6 of 32 O Co Ier CouHty .• Public Seniic Public Transit & Neighborhood Enhancement Division December 8, 2020 Charlene Ross Transit Project Coordinator FDOT, District One, Modal Development Office/Public Transit 801 North Broadway Avenue Bartow, FL 33830 Re: 5339 Grant Submittal Dear Ms. Ross, Collier County Board of County Commissioners submits this application for the Section 5339 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 of the assurances stated in this Application. This application is submitted on this 81h day of December 2020 with one (1) original resolution and four (4) 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, Burt L. Saunders Chairman, Collier County Board of County Commissioners Approved as to form and legality A • • � ant County At •ney -C) NbtcTranst& Neighborhood Enhamemeri • 8300 Radio Road, Naples, Florida 34104.239-252-5840 • FAX 239-252-6628 • www.colliercoLint fl.gov n �0� Florida Department of Transportation Exhibit B. Resolution FFY21 Section 5339 Grant Application Page 7 of 32 RESOLUTION NO. 2020- A RESOLUTION OF THE COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS, COLLIER COUNTY FLORIDA, AUTHORIZING THE CHAIRPERSON TO SIGN AND SUBMIT A SECTION 5339 GRANT APPLICATION, INCLUDING ALL RELATED DOCUMENTS AND ASSURANCES, TO THE FLORIDA DEPARTMENT OF TRANSPORTATION, TO ACCEPT A GRANT AWARD FROM THE FLORIDA DEPARTMENT OF TRANSPORATION, AND THE PURCHASE OF VEHICLES AND/OR EQUIPMENT AND/OR THE EXPENDITURE OF GRANT FUNDS PURSUANT TO THE GRANT AWARD. WHEREAS, the Board of County Commissioners of Collier County, Florida, has the authority to apply fbr and accept grants and make purchases and/or expend fiends 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: 1. This resolution applies to the Federal Program under U.S.C. §5339. 2. The submission of a grant application(s), supporting documents, and assurances to the Florida Department of Transportation is approved. 3. Burt L. Saunders, Chairman, is authorized to including, but not limited to: (a) sign the application, accept a grant award, and (b) accept and execute any required certifications and assurances and all supporting documents relating to the grant awarded to the County, (c) approving all necessary budget amendments, and (c) authorize the purchase of vehicles/equipment and/or expenditure of grant fields pursuant to the grant awarded, unless specifically rescinded. 4. This Resolution shall be effective immediately upon signature by the Chairman. This Resolution adopted after motion, second and majority vote favoring same, this 8"' day of December 2020. ^, � 0� (!�' �� � ��� .� Florida Department of Transportation FFY21 Section 5339 Grant Application Exhibit C: Public Hearing and Publisher's Affidavit (public agencies only) Page 8 of 32 Affidavit of Publication .0A0 This is not an invoice Florida Department of Transportation FFY21 Section 5339 Grant Application Exhibit D: 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 5339 dated 8th day of December, 2020 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 Section 252.42 -Government equipment, services and facilities: In the event of any emergency, the division may make available any equipment, services, or facilities owned or organized by the state or its political subdivisions for use in the affected area upon request of the duly constituted authority of the area or upon the req uest of any recognized and accredited reliefagencythrough such duly constituted authority. 3 It shall comply with Florida Administrative Code (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- 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) • Public Transit Substance Abuse Management Program Procedure No. 725-030-035 • 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. 6 Local matching funds will be available to purchase vehicles/equipment at the time an order is placed. 7 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. 8 It will maintain project vehicles/equipment in good working order for the useful life of the vehicles/equipment. 9 It will return project vehicles/equipment to FDOT if, for any reason, they are no longer needed or used for the purpose intended. 10 It recognizes FDOT's authority to remove vehicles/equipment from its premises, at no cost to Page 9 of 32 Florida Department of Transportation FFY21 Section 5339 Grant Application FDOT, if FDOT determines the vehicles/equipment are not used for the purpose intended, improperly maintained, uninsured, or operated unsafely. 11 It will not enter into any lease of project vehicles/equipment or contract for transportation services with anythird party without prior approval of FDOT. 12 It will notify MOT within 24 hours of any accident or casualty involving project vehicles/equipment and submit related reports as required by FDOT. 13 It will notify MOT and request assistance if a vehicle becomes unserviceable. 14 It will submit an annual financial audit report to FDOT(FDOTSingleAudit(@dot.state.fl.us), if required. 15 It will undergo a triennial review and inspection by MOT to determine compliance with the baseline requirements. If found not in compliance, it must send a progress report to the local MOT District office on a quarterly basis outlining the agency's progress towards compliance. December 8, 2020 Date Signature of Authorized Representative Burt L. Saunders, Cliairman Typed Name and Title of Authorized Representative Approved as to form ant legality ATTEST CRYSTAL K. KINZEL, CLERK Assistant County Attorney OZo BY:`2 `\q Page 10 of 32 o va - Florida Department of Transportation FFY21 Section 5339 Grant Application Exhibit E: Standard Lobbying Certification Form 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 forma king 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 (Collier County Board of County Commissioners), 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. December 8, 2020 Date Burt L. Saunders, Chairman ATTEST CRYSTAL K. KINZEL, CLERK RY: Signature of Contractor's Authorized Official Typed Name and Title of Authorized Representative Approved as to form and legality Page 11 of 32 Assistant County Attorney Florida Department of Transportation FFY21 Section 5339 Grant Application Exhibit F: FTA Section 5333 (b) Assurance Note: By signing the following assurance, the recipient of Section 5339 assistance assures it will comply with the labor protection provisions of 49 U.S.C. 5333(b) by one of the following actions: (1) signing the Special Warrantyfor the Rural Area Program ( see FTA Circular C 9040.1G. Cha t� erVl II); (2) agreeing to alternative comparable arrangements approved by the Department of Labor (DOL); or (3) obtaining a waiver from the DOL. Collier County Board of County Commissioners (hereinafter referred to as the "Recipient") HEREBY ASSURES that the "Special Section 5333 (b) Warranty for Application to the Small Urban and Rural Program" has been reviewed and certifies to the Florida Department of Transportation that it will comply with its provisions and all its provisions will be incorporated into any contract between the recipient and any sub -recipient which will expend funds received as a result of an application to the Florida Department of Transportation under the FTA Section 5339 Program. December 8, 2020 Date Burt L. Saunders, Chairman Signature of Contractor's Authorized Official Typed Name and Title of Authorized Representative Note: All applicants must complete the following form and submit it with the above Assurance. LISTING OF RECIPIENTS, OTHER ELIGIBLE SURFACE TRANSPORTATION PROVIDERS, UNIONS OF SUB - RECIPIENTS, AND LABOR ORGANIZATIONS REPRESENTING EMPLOYEES OF SUCH PROVIDERS, IF ANY (See Appendix for Example) 1 2 3 4 Identify Recipients of Site Project by Name, Identify Other Eligible Identify Unions (and Transportation Description, and Provider Surface Transportation Providers) Representing Assistance Under this (e.g. Recipient, other Providers (Type of Service) Employees of Providers in Grant Agency, or Contractor) Columns 1, 2 and 3 Collier County Board Of County CommissionersNfenitt Application for FTA Sectio 5339 Capital Assistance Collier Area Transit Servic ransp r or ers m � Local 525 AFL-CIO 2395 Suite l North Co urtenay I'kwy Island, FL, 32953 ATTEST CRYSTAL K. KINZEL, CLERK BY: Approved as to form and legality Assistant County Attorney �ti 'ova Page 12 of 32 Florida Department of Transportation FFY21 Section 5339 Grant Application Exhibit G: Federal Certifications and Assurances Will insert when available Please attach Federal Certifications and Assurances signature page and the page listing the certification categories here. Exhibit H: CTC Agreement or Certification See Grant Application Instruction Manual for Community Transportation Coordinator (CTC) Agreement requirements. CR) Page 13 of 32 EXHIBIT H: CTC Agreement 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: 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 lntercounty 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. Rev. 04/02/2012 1 Page 20 v� E. Accomplish this Project by: 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, paratrensit 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 C5 Page 21 tr°' 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: 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 $I million per occurrence must be approved by the Commission and the local Coordlneting Board before inclusion in the Transportation Disadvantaged Service flan 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 Page 22 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 all 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 Page 23 .G�b M. Comply with standards and performance requirements of the Commission, the. local Coordinating Board approved Transportatlon 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 nonpayment 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. 0. 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 riders, 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 mogility 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, Rev. 04/02/2012 -ct0 Page 24 P. Comply with other requirements as follows: 1. Transport an escort of a passenger and dependent children ws 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 porsonal 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 Page 25 0 12. Cardiopulmonary Resuscitation shall be determined locally and provided in the local Transportation Disadvantaged Service flan. II. 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 entitles with transportation disadvantaged funds will purchase transportation disadvantaged services through the Coordinator's system. III. 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 Qf this Agreement is held invalid, the remainder of this Agreement shall be binding on the parties hereto. C. Termination Conditions: 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 mall, 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 Page 26 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 Tamlami 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 May 2018. Coordinating 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 r Title: Chairman and legality 9B'Jet-' Uatn" -J Printed Name of Authorized Individual Signature: Title:_ Executive Director Jeffrey A. K at ko, aunty Attorney r Rev. 04/02/2012 C11NOKE:�'EZa*�,{� �eputY st as ro lei' :�i)� ' Page 27 ffec�a Slflht1hlrA nt.i„ ).z CLERK OF Dwight E. Brock COLLIER COL Clerk of Courts 3315 TAMIAMI TRL E STE 1 NAPLES, FLORIDA 34112-5324 June 13, 2018 of Collier COURT P.O.13OX 413044 NAPLES, FLORMA 34101-3044 John Paul It vine FL Commission for the Transportation Disadvantaged 605 Suwannee Street, Mail Station No. 49 Tallahassee, FL 32399 Clerk of Courts Accountant Auditor Custodian of County Fwids Re: Memorandum of Agreement: State of Florida Commission for, the Transportation Disadvantaged: Conti -act No. TD-1803 Mr. Itvine, 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 Aim Jennejohn, Deputy Clerk Attachment Page 28 Phone- (239) 252-2646 Fax- (239) 252-2755 Website- www.CollierClerlc.com Email- CollierClerlc(a,collierclerlc.com Florida Department of Transportation FFY21 Section 5339 Grant Application PART II -FUNDING REQUEST Form A-1: Current System Description 1. Please provide a brief general overview of the type organization (i.e., government authority, private non- profit, etc.) including its mission, program goals, and objectives (Maximum 300 words). The Collier County Board of County Commissioners is the governing body for the Public Transportation system in Collier County. The Public Transportation system, Collier Area Transit (CAT) operates under the supervision of the Collier County Division of Public Transit & Neighborhood Enhancement (PTNE) for the Collier County Public Services Department. CAT serves as the public transit provider for Collier County, serving Naples, Marco Island, and Immokalee areas, It is the mission of CAT to provide safe, accessible and courteous public transportation services to our customers. 2. Please provide information below (Maximum 100 words): Organizational structure (attach an organizational chart at the end of this section) Total number of employees in the organization_103 MV Employees CAT Employees Total number of transportation -related employees in the organization 3. 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 the insurance of all of CAT/CAP's vehicles. MV is responsible for the hiring and training of the administrative personnel. Page 14 of 32 Fixed Route Manager Planner I I Fixed Route Dispatch 3 Fixed Route Operators 431 Utilities 8 V� Collier County Board of County Comissioners Leo E Ochs, Jr. Collier County Public Services Department Steve Carnell Administrator- CEO ■ ■ Public Transit & Neighborhood Enhancement Division Michelle Arnold Director PINE General Manager PTNE Division Omar De Leon Transit Manager Operation Analyst Senior Planner Project Manager Marketing, Sales and Events Coordinator Call Center/Paratransit Manager Safety Manager Customer Service Manager Marirka Maldonado Tara Jones Nellie Lo ez a w i Paratransit Dispatch 3 Road Supervisors Reconcilers 4 2 Paratransit Operators 40 Reservationist 2 a ■ Schedulers 2 Behind the wheel Trainers 5-10 Customer Service 6 Mobility Manager Senior ITS Coordinator Genese vertus c ITS Coordinator '0« 1 S a c A f Florida Department of Transportation FFY21 Section 5339 Grant Application 4. 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; • A detailed description of service routes and ridership numbers • System safety plan; • Drug -free workplace; and • Data collection methods, including how data was collected to complete Exhibit A-1. If the applicant is a Community Transportation Coordinator (CTC), relevant pages of a Transportation Disadvantaged Service Plan (TDSP) and Annual Operating Report (AOR) containing the above information may be provided here. Please do not attach entire documents. Service hours for these routes vary from as early as 3:45 AM to as late as 8:20 PM. The service planned for this grant will provide access to people in non -urbanized areas of Collier County. Funds from this grant will be used to continue operation of fixed route to provide access to people in nonurbanized areas to health care, shopping, education, employment, public services and recreation. Because many of these services are not available in the rural area, most people must travel to the urban areas in order to receive many of these services. These funds will be used to fund routes that are open to the general public and are not subject to the privatization process as described in the Transportation Disadvantage Service Plan (TDSP). All opeartors trained on the use of vehicles and equipment utilized for the operations of this service. All records are maintained by Collier County staff to ensure compliance with all local, State and Federal requirements. Those employee records maintained by the vendor to verify maintenance of all required licensure and training are inspected by Collier County regularly. All vehicles are maintained by Collier County Fleet Management Division staff specifically assigned to Transit at the CAT Operations center located at 8300 Radio Road. A written safety program has been developed and is maintained by the Contractor which includes safety policies and practices, accident procedures and reporting, and other training materials and documented in the System Safety Program Plan (SSPP) and the System Security Emergency Preparedness Plan (SSEPP). Collier County conducts an annual System Safety review of the Contractor to comply with safety requirements of Chapter 14-90, Florida Administrative Code (FAC). The Contractor's documented safety program includes the following components: • Accident Response Plan • Accident Review Process and Analysis • Determination of an accident as Preventable or Non -Preventable, Utilizing the National Safety Council (NSC) Guidelines • Employee Retraining Provisions • Programs and Methods to be utilized to Promote Safety Awareness • Employee Training and Required Certifications Page 15 of 32 Florida Department of Transportation FFY21 Section 5339 Grant Application The Contractor shall participate in tabletop, emergency preparedness training exercise as requested by the County. The Contractor is considered essential personnel and shall be available upon request for evacuation and transportation for any emergency events 24/7. The Contractor administers a Drug and Alcohol (D&A) Program which meets all of the Federal and Collier County requirements. In addition, the Contractor requires all subcontractors providing services for the fixed route service to adhere to the testing requirements of this D&A program. CAT performs D&A testing in accordance with United States Department of Transportation (US DOT) and Federal Transit Administration (FTA) regulations, as defined in Title 49 Code of Federal Regulations (CFR), Parts 40 and 655. The Contractor produces documentation necessary to establish its compliance with Title 49 CFR, Parts 653 and 654. All County employees that fall under this requirement also go through the above noted testing. Data Collection is completed via electronic fareboxes installed on all vehicles, ridership and revenue data is stored in the system and easily accessible through a variety of reports. Page 16 of 32 Florida Department of Transportation Form A-2: Fact Sheet FFY21 Section 5339 Grant Application (The information listed should be specific to the Section 5339 funds and not agency wide). CURRENTLY IF GRANT IS AWARDED 1. Number of one-way passenger trips.l 176,523 176,523 PER YEAR (Show Calculations) 2. Number of individuals served unduplicated (first ride per rider per fiscal Z. 176,523 176,523 year) PER YEAR (Show Calculations) 3. Number of vehicles used for this service. ACTUAL 6 6 4. Number of ambulatory seats. AVERAGE PER VEHICLE (Show Calculations) 26 26 (Total ambulatory seats divided by total number of fleet vehicles) 5. Number of wheelchair positions. AVERAGE PER VEHICLE (Show Calculations) 2 2 (Total wheelchair positions divided by total number of fleet vehicles) 6. Vehicle miles traveled. 568,290.88 568,290.88 PER YEAR 7. Average vehicle miles 1583 1583 PER DAY 8. Normal vehicle hours in operation. 56.25 56.25 PER DAY 9. Normal numberof days in operation. PER WEEK 6.83 6.83 10. Trip length (roundtrip). AVERAGE 14.50 14.50 1 One-way passenger trip is the unit of service provided each time a passenger enters the vehicle, is transported, then exits the vehicle. Each different destination would constitute a passenger trip. 2 The unduplicated riders are for current year and the subsequent year once the grant is awarded. Page 17 of 32 Florida Department of Transportation FFY21 Section 5339 Grant Application Form A-3: Proposed Project Description 1. How will the grant funding improve your agency's transportation service? Provide detail. Will it be used to: • Provide more hours of service? • Expand service to a larger geographic area? • Provide shorter headways? • Provide more trips? Also, highlight the challenges or difficu[ties that your agency will overcome if awarded these funds. The proposed project will be an improvement to the existing service level by providing safe access to the route within the system. The improvements to the bus stops will be made within the existing service hours and service area and will have no affects on the system headways. Collier County is requesting FTA Section 5339 funds to improve existing bus stops by bringing them into ADA compliance and adding bus shelters to I of the 9 stops as well as adding a bench, trash, bike rack to 2 stop.s Each stop has been inventoried and stop specific improvements have been identified. These improvements may include but are not limited to the following: adding a stable, slip resistant 5' X 8' landing pad, correcting the slope on existing pads or adjacent sidewalks, adding type E curb and gutter, adding a bus stop sign or correcting the placement of an existing sign. In order to achieve ADA compliance, sidewalk and drainage improvements may have to be added to the project. Shelter construction will include the addition of a landing pad and shelter pad, the addition of a bike rack, bench, trash receptacle, and installation of the shelter. Page 18 of 32 O a Florida Department of Transportation FFY21 Section 5339 Grant Application 2. If a grant award will be used to construct bus related facilities: • Specifically explain how it will be used in the context of total service • Provide any pertinent documents that may be on record, to make a determination on such things as reasonableness of cost, sufficiency of preliminary engineering and design work completed • Provide a full, detailed scope of the project, including but not limited to a project schedule, construction days, method of procurement, etc. CAT currently has 607 bus stops, including 118 in the rural area. As we continue to address the need to improve our bus stops to meet the ADA compliance as well as enhancing accessibility, this request represents improvement to 8% of the rural bus stops. We believe by improving accessibility to these bus stops and providing shelters, the ease and comfort of the existing passengers will be enhanced and more passengers may use the service. Due to the existing contract in place with FDOT concurrence we estimate the project will take 10 Months complete. The scope of work includes the engineering design of the sites and construction of the improvements. Staff and contractors are experienced in completing this type of projects within a timely manner as we have completed 3 projects of similar scope to this application concurrently within a 12 month period. Estimated cost for the improved have been derived for recent bids solicited for bus stop improvements. As noted above existing contracts are in place for amenities and construction to facilitate the Procurement process for this project. Stop Location Description ID 536 N 19TH ST and LAKE TRAFFORD RD 346 LAKE TRAFFORD RD and N 29TH ST 339 MIRAHAM DR and MIRAHAM TER 535 E MAIN ST and FARM WORKER WAY 532 GOLDEN GATE BLVD and BIG CYPRESS ES 531 GOLDEN GATE BLVD and BIG CYPRESS ES 358 S 5TH ST and W DELAWARE AVE 342 LINCOLN BLVD and BUSH ST W 337 TAYLOR TER and BASS RD Page 19 of 32 Florida Department of Transportation FFY21 Section 5339 Grant Application 3. If this grant application is for a vehicle/equipment: • Provide a detailed explanation of the need for the vehicle and provide documentation of the need • Describe whether the intent is to replace existing vehicles/equipment or purchase additional vehicles/equipment • Describe how vehicles will be maintained without interruptions in service (who, what, where, and when) • Describe who will drive the vehicle, the number of drivers, and CDL certifications N/A -This application is not for vehicles or equipment Page 20 of 32� Florida Department of Transportation FFY21 Section 5339 Grant Application 4. If the vehicles and/or equipment are proposed to be used by a lessee or private operator under contract to the applicant, identify the proposed lessee/operator (Include an equitable plan for distribution of vehicles/equipment to lessees and/or private operators). A -This application is riot for vehicles or equipment. Page 21 of 32 a � Florida Department of Transportation FFY21 Section 5339 Grant Application Form B-1: Financial Capacity - Proposed Budget for Transportation Program Code Object Class 5010 Labor 5015 Fringe Benefits 5020 Services 5030 Materials and Supplies 5040 Utilities 5050 Casualty and Liability Costs 5060 Taxes 5100 Purchased Transportation 5090 Miscellaneous 5230 Capital Leases 5260 Depreciation Other Grand Total All Expenses Amount 276,487 $ 106,713 $ 641,400 $ 1,403,200 $ 78,400 $ 14,900 $ 8,000 $ 4,673,900 $ 94,100 $ 2,000 $ 7,299,100 $ Page 22 of 32 Florida Department of Transportation Code Object Class 4111 Passenger -Paid Fares 4112 Organization -Paid Fares 4310 General Revenues of the Local Government 4390 Other Local Funds 4420 i State Transportation Fund 4500 Federal Funds 4610 Contributed Services 4630 Sales and Disposals of Assets - Other FFY21 Section 5339 Grant Application Grand Total All Revenues Amount 910,700 $ 293719200 $ 9829800 $ 390349400 $ 792999100 $� Page 23 of 32 Q�� Florida Department of Transportation FFY21 Section 5339 Grant Application Form B-2: Capital Request Form3N/A To identify vehicle type and estimate cost visit.http://tripsfiorida.org/ All vehicle requests must be supported with a completed sample order form for estimating the vehicle cost. The order form can be obtained from http://www.tripsftorida.org/contracts.htmI 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 (Order Form) The Florida Department of Management Services Contract can be found at. Florida Department of Management DMS *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, 12 ambulatory seats, and 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 3 Applicants must use this form. Page 24 of 32 Florida Department of Transportation FFY21 Section 5339 Grant Application 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. ApplicationDescription* Useful Bus Shelter, bench, bike rack, trash tecep, and ADA pad Life Quantity , 15 Years 1 Estimated Cost $ 74,415 Bus Stop Bench, bike rack, trash receptacle and ADA Pad 10 Years 2 $ 49,270 Bus Stop Signage and ADA pad 10 Years 6 $ 98,670 Subtotal $ 222,355 List the number of items and provide a brief description (i.e. two-way radio or stereo radio, computer hardware/software, etc.) $ + $ 222,355 = $ 222,355 Vehicle Subtotal Plus Equipment Subtotal Equals Total Cost $ 222,355 * 0.8 = $ 177,884 Total Cost Multiplied 80% Equals Federal Request by Form 424, Block 18 (a) Page 25 of 32 Current Paratransit Vehicle and Transportation Equipment Inventory Name of Applicant: Collier County Board of County Commissioners Date of Inventory: 10/13/2020 � r'111Pn fJlcdel Yr. Make: ize-type Vim FD'�7 Control � Zamp or Lift $eaf _ & WC WC Po�cit on Cc.:reat PrpvioLr- Mileage. (1 yr ago) a"urri:nt' .iie,�cle — Previous Mileage= Mileage frc.m the t. r 'Status 'Statustatu fActive•Spare other Exrect-d Retirernent date Ccarfa*ad^ Fun finA so.:rry Yes�Nc CC2-868 2014 VPG MV1 523MF1A60CM101667 97147 Ramp 4+2 135,824 127,094 87301 Active 1 2019 no 15310 FY13 CC2-1045 2015 CHEVROLET GLAVAL 1GB6G5BL4E1202016 97182 Lift 12+5 259,734 220,3671 39367 Active i 2020 no 5310 FY13/14 CC2-1046 2015 CHEVROLET GLAVAL 1GB6G5BL7E1201782 97183 Lift 12+5 259,562 219,492 400701 Active 2020 no 5310 FY13/14 CC2-1047 2015 CHEVROLET I GLAVAL 1GB6G5BL2E1201074 97189 Lift 12+5 267.590 224,889T 42701'.Active 2020 no 5310 FY13/14 CC2-1048 2015 1 CHEVROLET I GLAVAL 1GB6G5BL9E1201346 97187 Lift 12+5 242,1691 200,058 42111 lActive 2020 no 5310 FY13/14 CC2-1113 2015 CHEVROLET GLAVAL 1GB6G5BLOF1259279 98126 Lift 1 12+5 246.4801 208,765 37715 Active 2020 no 531OFY14/15 CC2-1114 2015 CHEVROLET GLAVAL 1GB6G5BLOF1261808 98127 Lift 1 12+5 226,1201 192,939 331811 Active 2020 no 5310FY14/15 CC2-1115 2015 CHEVROLET GLAVAL 1GB6G5BL8F1262043 98128 Lift 1 12+5 229,3491 184,A98 444511 Active 2020 no 5310 FY14/15 CC2-1116 2015 CHEVROLET GLAVAL 1GB6G5BL6F1263000 1 98129 Lift 1 12+5 230,2861 199,6171 30669jActive, 2020 1 no 5310FY14/15 CC2-1117 2015 CHEVROLET GLAVAL 1GB6G5BLOF1263333 98130 j Lift 12+5 1 247,408 209; 5011 41907 Active 2020 1 no 5310 FY14/15 CC2-1376 2016 VPG MV1 57WMD2C64GM100120 98139 IRamp 3+2 101309 89900 11409 Active 2021 no 15310 FY15/16 CC2-1377 2016 VPG MV1 57WMD2C63GM100433 98141 Ram 3+2 60143 30328 29815 Active 1 2021 1 no 15310 FYI5/16 CC2-1378 2016 VPG MV1 57WMD2C64GM100540 98140 Ramp 3+2 56335 45204 11131 Active 2021 no I5310FY15/16 J CC2-1410 2016 CHEVROLET GLAVAL 1GB6GUBL7G1138289 98173 Lift 14+6 02 2,896 167,417 354-, Active 2021 no 5310 FYI5/16 CC2-1411 2016 CHEVROLET GLAVAL 1GB6GUBLOG1140658 98177 Lift 14+6 180,808 142,930 37878iActive 2021 no 15310FY15116 CC2-1412 2016 CHEVROLET GLAVAL 1GB6GUBL3G1265573 98176 Lift 14+6 181,3821 141,567 398151Active 1 2021 no 15310FY15116 J CC2-1842 2018 FORD GLAVAL 1FDFE4FS3HDC70786 98195 Lift 12+6 141,2151 95,531 45684Active 1 2023 no 15310FY16/17 CC2-1843 2018 FORD GLAVAL 1FDFE4FS2HDC70794 95196 Lift 12+6 131,2901 84,667 466231Active 1 2023 no 5310FY16/17 CC2-1844 2018 FORD GLAVAL 1FDFE4FS7HDC70791 98197 Lift 12+6 129,2451 92,9631 36282 Active 1 2023 no 5310FYI 6/17 CC2-1845 2018 FORD GLAVAL 1FDFE4FS1HDC70785 10001 Lift 12+6 133,5901 86.9131 46677 Active 1 2023 no 5310 FYI6/17 CC2-2194 2019 FORD TRANSIT 1FDES8PV1KKA49971 10065 Lift 8+2 1 34,1521 7,9591 26193 Active 1 2024 no 5310 FY17/18 CC2-2195 2019 FORD TRANSIT 1FDES8PV1KKA49972 10064 Lift 8+2 1 49.0351 8,48OF 40555Active 2024 no 5310FY17/18 CC2-2196 2019 FORD TRANSIT 1FDES8PV1KKA49973 10063 Lift 8+2 30,995 6,790 24205 Active 2024 no 5310 FY17/18 CC2-2197 2019 FORD TRANSIT 1FDES8PV1KKA49974 10062 Lift 8+2 1 385431 65241 32019 Active 2024 no 5310 FY17/18 CC2-2342 2019 FORD Challenger 1FDFE4FS9KDC45799 10076 Lift 12+3 38543 1657 36886 Active 2024 no 5310 FY18/19 CC2-2343 2019 FORD Challenger 1FDFE4FS1KDC49376 10073 Lift 12+3 28329 1711 26618 Active 2024 no 5310 FYI8/19 CC2-23441 2019 1 FORD Challenger 1FDFE4FS3KDC49377 10077 Lift 12+3 37505 1686 35819 Active 2024 no 5310 FYIB/19 CC2-23451 2019 1 FORD Challenger 1FDFE4FS5KDC49378 10074 Lift 12+3 33205 1657 31548Active 2024 no 8/19 CC2-2393 2019 FORD Challenger 1FDFE4FSOKDC66539 n/a Lift 14+2 21998 1662 20336 Active 2024 no nrov CC2-2477 2020 FORD_ Challenger 1FDFE4FS3KDC66504 10096 Lift 12+2 3615 1537 2078 Active 2025 no 9/20 N5310FY19P-O CC2-2478 2020 FORD Challenger 1FDFE4FS5KDC66505 10100 Lift 12+2 1611 1578 33 Active 2025 no 9/20 CC2-2479 2020 FORD Challenger 1FDFE4FS7KDC66506 10099 Lift 12+2 1786 1783 3 Active 2025 no CC2-2480 2020 FORD Challenger 1FDFE4FS9KDC66507 10093 Lift 12+2 5632 1554 4078 Active 2025 no 9/20 CC2-2481 2020 FORD Challenger 1 FDFE4FSOKDC66508 10092 1 Lift 1 12+2 1 139471 16121 12335 Active 2025 no 15310 FYI9/20 CC2-24821 2020 1 FORD I Challenger 1FDFE4FS2KDC66509 10097 1 Lift 1 12+2 1 44411 15401 29011 Active 2025 no 15310 FYI 9/20 All vehicles are equiped with cameras and radios. Replaced w/5310 FY19 Re lad vino w/5310 FY20 Applying for replacement w/5310 FY21 O Current Fixed and Support Vehicle Inventory No. ID PURCHASE I YEAR I MAKE I VIN I BUS SIZE Mileage as I of 3120 1 REPLACEMENT YEAR I Funding Source Fixed Route Buses 1 60091 2006 GILLIG 15GGE291661091164 30' bus 746048 2016 Cowity 2 60093 2006 GILLIG 15GGE29IX61091166 30' bus 741411 2016 5307 FY06 3 60094 2006 GILLIG 15GGE291161091167 30' bus 813522 2016 5307 FY06 4 CC2-240 2007 GILLIG 15GGE271471091586 30' bus 651901 2017 5307 FY07 5 CC2-242 2007 GILLIG 15GGE271871091588 30' bus 594727 2017 5307 FY07 6 CC2-243 2007 GILLIG 15GGE27IX71091589 30' bus 628678 2017 5307 FY07 71 CC2-497 2010 GILLIG 15GGB2719AI 177671 35' bus 698535 2022 5307 FY08 81 CC2-498 2010 GILLIG 15GG132719AI 177672 35' bus 676781 2022 5307 FY08 91 CC2-499 2010 GILLIG 15GGB2719A1177673 35' bus 702981 2022 5307 FY08 101 CC2-513 2010 GILLIG 15GGB3014A 1178484 35' hybrid bus 503270 2022 5307 FY09 ARRA III CC2-514 2010 GILLIG 15GGB3016A 1178485 35' hybrid bus 544760 2022 5307 FY09 ARRA 121 CC2-619 2011 GILLIG 15GGB2710C 1180347 35' bus 485384 2023 5307 FYI 0 13 CC2-620 2011 GILLIG 15GGB2712CI 180348 35' bus 460172 2023 5307 FYI 141 CC2-621 2011 GILLIG 15GGB2414C1 180349 35' his 437810 2023 5307 FYI 0 151 CC2-659 2012 GILLIG 15GGB2719C1180752 35' bus 497102 2024 5307 FYI I/Flex 161 CC2-660 2012 GILLIG 15GGB2710C1180753 35' his 480039 2024 5307 FYI I 171 CC2-675 2012 GILLIG 15GGB2710CI 180509 35' bus 427023 2024 CMS flex funds 181 CC2-799 2013 GILLIG 15GGD2712EI 184199 40' Transit Bus 504905 2025 5307 FY12 191 CC2-800 2013 GILLIG 15GGD2715E 1184200 40' Transit Bus 495067 2025 5307 FY 12 201 CC2-1008 2015 GILLIG 15GGD2718F1184208 40' Transit Bus 360808 2027 5307 FY 13 211 CC2-1122 2016 FREIGHTLINER 4UZADPDUIGCHJ1809 30'GLAVALBUS 1 71384 2023 5307FY13 221 CC2-1408 2017 GILLIG 15GGB271 IGI 186275 35' bus 1 248361 2029 5307 FY14 23 CC2-1409 2017 GILLIG 15GGB2713G 1186276 35' bus 222398 2029 5307 FY 14 241 CC2-1620 2017 GILLIG 15GGE2715H3093319 30' his 141923 2027 5307 FY15 251 CC2-1621 2017 GILLIG 15GGE271 IH3093320 30' bus I26906 2027 5307 FYI 261 CC2-1622 2017 GILLIG 15GGE2713H3093321 30' bus 147626 2027 5307 FY15 27 CC2-1623 2017 GILLIG I5GGE2715H3093322 30' bus 157936 1 2027 5307 FY15 28 CC2-1719 2018 GILLIG 15GGE27 I XJ3093449 30' bus 90209 2028 5307 FY16 29 CC2-1917 2019 GILLIG 15GGE2713K3093424 30' bus 29151 2029 5307 FY16 Support Kehicles 11 CC2-1402 2016 FORD IFTNFICFIGFK56777 F150 78784 2024 5307 FY14 2 CC2-1553 2017 FORD IFAHP2E87HG111047 TAURUS 16,632 2021 5307FY15 3 CC2-1662 2017 FORD IFTMFIC89HKE39401 F150 87,235 2021 5307 FYI 4 CC2-2106 2018 FORD NMOGS9E22K 1412891 Van 16,206 2026 5307 FY 17 5 CC2-2107 2018 FORD NMOGS9E25K1412884 Van 18,484 2026 5307 FYI ;Replaced with prior 5307 grants Replacing w/5307 FY20 ova 2013 A4011E067832 5310 FY12 N/A 2537 M5300 Radio 800MHz MAHKS8MEX 8 2021 N/A 2539 M5300 Radio 800MHz MAHKS8MEX 2013 8 2021 A4011EO67834 5310 FYI N/A 2538 M5300 Radio 800MHz MAHKS8MEX 2013 8 2021 A4011 E067833 5310 FYI N/A 2567 M5300 Radio 800MHz MAHKS8MEX 2014 8 2022 A4011 EO71994 5310 Add N/A 2570 M5300 Radio 800MHz MAHKS8MEX 2014 81 2022 A4011 E073433 Shirley Conroy N/A 2572 M5300 Radio 800MHz MAHKS8MEX 2015 8 2023 A4011 E078989 Shirley Conroy N/A CC1-6179 M5300 Radio 800MHz MAHKS8MEX 2015 81 2023 A4011EO78991 Local Funds N/A CC1-6180 M5300 Radio 800MHz MAHKS8MEX 2015 8 2023 A4011EO79073 Local Funds N/A CC1-6181 M5300 Radio 800MHz MAHKS8MEX 2015 8 2023 A4011E079074 Local Funds N/A CC1-6182 M5300 Radio 800MHz MAHKS8MEX 2015 8 2023 A4011 E079075 Local Funds N/A CC1-6645 M5300 Radio 800MHz MAHKS8MEX 2015 8 2023 A4011EO81756 5310 FYI N/A CC1-6646 M5300 Radio 800MHz MAHKS8MEX 2015 8 2023 A4011EO81757 5310 FYI N/A CC1-6647 M5300 Radio 800MHz MAHKS8MEX 2015 8 2023 A4011E081758 5310 FYI N/A CC1-6648 M5300 Radio 800MHz MAHKS8MEX 20151 8 2023 A4011EO81759 5310 FYI N/A CC1-6649 M5300 Radio 800MHz MAHKS8MEX 20151 8 2023 A4011EO81760 15310 FY14 N/A CC1-7162 XG-25M Radio 800MHz DMM78B 2016 8 2024 A40153009709 15310 FY15 N/A CC1-7163 XG-25M Radio 800MHz DMM78B 1 2016 8 2024 A40153010101 15310 FY15 N/A CC1-7164 XG-25M Radio 800MHz DMM78B 2016 81 2024 A401 33010102 15310 FY15 N/A CC1-7165 XG-25M Radio 800MHz DMM78B 2016 81 2024 A40153010103 5310 FY15 N/A CC1-7166 XG-25M Radio 800MHz DMM78B 2016 81 2024 A40153010104 5310 FY15 N/A CC1-7167 XG-25M Radio 800MHz DMM78B 2016 8 2024 A40153010105 5310 FY15 N/A CC1-8056 XG-25M Radio 800MHz DMM78B 2017 8 2025 A40153015951 5310 FY16 N/A CC1-8057 XG-25M Radio 800MHz DMM78B 2017 8 2025 A40153015952 5310 FY16 N/A CC1-8058 XG-25M Radio 800MHz DMM78B 2017 8 2025 A40153015954 5310 FY16 N/A CC1-8059 XG-25M Radio 800MHz DMM78B 2017 81 2025 A40153015955 5310 FY16 N/A CC1-8655 XG-25M Radio 800MHz DMM78B 2017 8 2025IA40153017557 5307 FY15 N/A CC1-8664 XG-25M Radio 800MHz DMM78B 2017 81 2025 A40153017668 5307 FY15 N/A CC1-9840 XG-25M Radio 800MHz DMM78B 2018 8 2026IA40153021549 5310 FY17 N/A CC1-9841 XG-25M Radio 800MHz DMM78B 20181 81 2026 A40153021446 5310 FY17 N/A CC1-9842 XG-25M Radio 800MHz DMM78B 20181 81 2026 A40153021447 5310 FY17 N/A CC1-9843 XG-25M Radio 800MHz DMM78B 2018 8 2026 A40153021448 5310 FY17 N/A CC1-11133 XG-25M Radio 800MHz DMM78B 2019 81 2027 A40153023361 5310 FY18 N/A CC1-11134 XG-25M Radio 800MHz DMM78B 2019 81 2027 A40153023362 5310 FY18 N/A CC1-11135 XG-25M Radio 800MHz DMM78B 2019 81 2027 A40153023365 5310 FY18 N/A CC1-11136 XG-25M Radio 800MHz DMM78B 1 2019 81 2027 A40153024075 15310 FY18 N/A CC1-11620 XG-25M Radio 800MHz DMM78B 2020 8j 2028 A40153027319 5310 FY19 N/A CC1-11621 XG-25M Radio 800MHz DMM78B 2020 8 2028 A40153027320 15310 FY19 N/A CC1-11622 XG-25M Radio 800MHz DMM78B 2020 8 2028 A40153027345 5310 FY19 N/A CC1-11623 f XG-25M Radio 800MHz DMM78B 2020 8 2028 A40153028762 5310 FY19 N/A CC1-11624 XG-25M Radio 800MHz DMM78B 2020 8 2028 A40153028763 5310 FY19 N/A CC1-11626 XG-25M Radio 800MHz DMM78B 2020 8 2028 A40153028764 5310 FY19 'Replacing w/5310 FY20 Applying for replacing w/5310 FY21 5 Florida Department of Transportation FFY21 Section 5339 Grant Application Form 424: Application for Federal Assistance 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. Page 26 of 32 OMB Number: 4040.0004 Expiration Dale: 12/31/2022 Application for Federal Assistance SF-424 ' 1. Type of Submission: Preapplication ® Application ❑ Changed/Corrected Applicallon • 2. Type of Application: ' If Revision. select appropriate lelter(s): ® New ❑ Continuation ' Other (Specify): 1 ❑ Revision ' 3. Dale Received: A. Applicant Identifier: ][ 1 6a. Federal Entily Identifier: 5b. Federal Award Identifier: 1 I ]I State Use Only: 6. Dale Received by State: 7. Stale Application Identifier: 11001 8. APPLICANT INFORMATION: •a. Legal Name: Collier County Board of County Commissioners I • b. Employer/raxpayer Identification Number (EIN/TIN): ' c. Organizational DUNS: 0769977900000 ] f59-6000558 ] d. Address: ' Slreell: 18300 Radio Rd. ] Slreet2: [ l ' City: Naples ] Counly/Parish: [Collier I 'Slate: FL: Florida ] Province: [ I ' Country: USA: UNITED STATES ] ' Zip Postal Code: [39109-5928 ] e. Organizational Unit: Department Name: Division Name: PTNE Public Services ] f. Name and contact Information of person to be contacted on matters Involving this application: Prefix: lNs ] ' First Name: Judith ] Middle Name: ' Last Name: [Sizensky Suffix: ] Title: lGrants Coordinator ] Organizatlonal AINIallon: (Collier County ] ' Telephone Number: 239-252-2590 ] Fax Number: 'Email: [Judith.Sizensky@colliercountyfl.gov Application for Federal Assistance SF•424 ` g. Type of Applicant 1: Soled Applicant Type: lD: County Government J Type of Applicant 2: Select Applicant Type: 1 Type of Applicant 3: Select Applicant Type: • Other (specify): 1 ' 10. Name of Federal Agency: [Federal Transit Administration ] 11. Catalog of Federal Domestic Assistance Number: 20.526 ] Title: rCFDA IBus and Bus Facilities Program ` 12. Funding Opportunity Number: ' Title: 13. Competition Identification Number: Title: 14. Areas Affected by Project (Cities, Counties, States, etc.): Add Allachmenl ] [ Delete Attachment ] ( Vlew Atlachment ' 15. Descriptive Title of Applicant's Project: Improvements to bus stops in the rual areas of Collier County to include ADA accessibility, benches and shelters Attach supporting documents as specified In agency Instructions. Aid Attachments Delete Attachments . View Attachments Application for Federal Assistance SF•424 16. Congressional Districts Of: ' a. Applicant 119 ] ' b. Program/ProJect 19/25 Allach an additional list of ProgramlProlecl Congressional Districts If needed. [ Add Attachment ] Delete Attachment I View Attachment ] 17. Proposed Project: ' a. Start Dale: [10/01/2021 ] ' b. End Dale: 09/30/2022 18. Estimated Funding ($): ' a. Federal 177, 004.00] • b. Applicant ] 44, 471.00 ' c. State ] ` d. Local ] ' e. Other ] ' f. Program Income 'g.TOTAL 222,355.02] • 19. Is Application Subject to Review By Slate Under Executive Order 12372 Process? a. This application was made available to the Stale under (tie Executive Order 12372 Process for review on 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 allach [ 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 agreo 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, oradminlstrative 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: It -Jr. ' First Name: 113urt ] Middle Name: IL. ' Last Name: (Saunders Suffix: I 1 'Title: Chairman ' Telephone Number: 1239-252-2793 Fax Number: l I 'Email: Burt.Saunders@colliercountyfl.gov ] ' Signature of Authorized Representative: j'TEST .Dale SAllitV form Approved as �nN- UJ` 13Y: Assistant County Allorncy 14. Immokalee, Golden Gate Estates, and Rural Collier County are the areas that will be affected by the FY121 project. Florida Department of Transportation FFY21 Section 5339 Grant Application PART III - MANAGERIAL CAPABILITY Exhibit I: Leasing December 8, 2020 Date: From: To: Subject: Leasing MEMORANDUM for FTA 5339 Burt L. Saunders, Chairman (Typed name and title) (Signature) Collier County Board of County Commissioners (Typed or printed agency name) Florida Department of Transportation, District Office Modal Development Office / Public Transit FFY 2021 GRANT APPLICATION TO THE FEDERAL TRANSIT ADMINISTRATION, CAPITAL GRANTS FOR NON -URBANIZED AREAS PROGRAM, 49 UNITED STATES CODE SECTION 5339 Collier County Board of County Commissioners will the (Name of applicant agency), as applicant to the Federal Transit Administration Section 5339 Program, lease the proposed vehicle(s) (or any other equipment that may be awarded to the Applicant) to a third -party? ❑Yes CXN o If yes, specify to whom: NOTE: It is the responsibility of the applicant agency to ensure District approval of all lease agreements. Approved as to fonn and legality ATTEST �-0 CRYSTAL K. KINZEL, CLERK Assistant County Attorney BY: Page 29 of 32 U04"3 Florida Department of Transportation FFY21 Section 5339 Grant Application Exhibit J: Certification of Equivalent Service NSA CERTIFICATION OF EQUIVALENT SERVICE (Agency Name) 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 with respect 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 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, 5339, and 5311 of the Federal Transit Administration (FTA) funds must file this certification with the appropriate state program office before procuring any non -accessible 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 othersection 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 Date day of Month, Year Name and title of authorized representative Signature of authorized representative Page 30 of 32 Florida Department of Transportation FFY21 Section 5339 Grant Application Exhibit K: Title VI Program Attach one or more of the following, as applicable: • Title VI Program/Plan Concurrence Letter issued by the FDOT District office • Letter from the applicant's Authorized Representative certifying that the requested federal funds will be used to support services in compliance with an adopted Title VI Plan previously approved by and on file with FDOT • First -Time Applicants - Commitment letter stating that a compliant Title VI Plan will be developed prior to award Exhibit L: Local Clearinghouse Agency Letter N/A If grant application is for facilities, please include a copy of the cover letter submitted to the local clearinghouse agency or RPC. Exhibit M: 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. Page 31 of 32 RON DESANTIS 801 N. Broadway Avenue KEVIN I THIBAULT, P.E. GOVERNOR Bartow, FL 33830 SECRETARV October 5, 2020 Ms. Michelle Arnold Collier Area Transit 8300 Radio Road Naples, FL 34104 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 / Collier Area Transit as required for all Federal Transit Administration (FTA) recipients as per the FTA Circular C4702.1B. This concurrence means that Collier County Board of County Commissioners / Collier Area Transit 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 Dale Hanson via e-mail at dale.hanson@dot.state.fl.us or by phone at 863-519-2321. Sincerely, D'gtgt" sgned by Dale Hanson Dale 0.�} CN Dale Hanson emal 2'e'.hansangdols!ate.&m C �1 0 FDOTOU=Transl Hanson Dale Hanson Transit Projects Coordinator Cc: Michelle S. Peronto, District Transit Programs Administrator, FDOT Omar DeLeon, Collier Area Transit Judy Sizensky, Collier County Improve Safely, Enhance Alfobililj; Lispire Inrrovalion 0 Florida Department of Transportation FFY21 Section 5339 Grant Application End of Application 5339 Grant Application Revised on September 14, 2020 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 Page 32 of 32