Loading...
Resolution 2020-225 RESOLUTION NO. 20- 225 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 TRASNPORTATION, 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 funds in order to purchase vehicles and equipment to transport the elderly and disabled residents of Collier County; and WHREAS, Collier County Board of County Commissioners has the authority to apply for and accept grants and make purchases and/or expend funds pursuant to grant awards made by the Florida Department of Transportation as authorized by Chapter 341, Florida Statutes and/or by the Federal Transit Administration Act of 1964, as amended. NOW THEREFORE, BE IT RESOLVED by the Board of County Commissioners, Collier County, Florida,that: 1. 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 funds, and to accept these funds 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 8th day of December 2020. ATTEST: CRYSTAL K. KINZEL, CLERK BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Be?M14‘-‘' BA ;�C 4e.€0,6•4 Y Deputy Clerk Burt L. Saunders, Chairman Attest as to Chairman's , Ap n ra Piohiforrn and legality: (1- By. �1 Jennifer . Belpedio ( Assistant County Attorney O 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 FDC31 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 Applicant Type: Previous Applicant X Capital Project Type(s): Operating Mobility Management Large Urban Service Area(s): Small Urban Rural Page 1 of 39 Florida Department of Transportation FFY21 Section 5310 Grant Application Please Note 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 (!..4) Florida Department of Transportation FFY21 Section 5310 Grant Application Checklist Each of the below items must be included with your Section 5310 Grant Application submittal in the same order as the checklist. .[NI Application Checklist(this form) ,1 Applicant Information PART I-APPLICANT ELIGIBILITY [N Eligibility Questionnaire(only applicable for returning applicants) ..j Exhibit A:Cover Letter A Exhibit B: Governing Board's Resolution I:2 Exhibit C: Coordinated Public Transit-Human Service Transportation Plan IV 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 for facilities) Date received: 54 Exhibit H: Public Hearing Notice PART II- FUNDING REQUEST 2-0 Form A-1: Current System Description aOrganization Chart ,y] Form A-2: Fact Sheet Form A-3: Proposed Project Summary Form B-1: Financial Capacity-Proposed Budget for Transportation Program * Proof of Local Match .' Supporting Documentation ❑ Form B-2: Operations Phase-Estimate of Project Costs by Budget Category Form B-3:Capital Request Completed Sample Order Form(s) NForm C: Current Vehicle and Transportation Equipment Inventory PART III-REQUIRED DOCUMENTS [:Vi Exhibit I: FDOT Certification and Assurances Ki Exhibit J: Standard Lobbying Certification N:I Exhibit K: Leasing Certification ['Exhibit L: Certification of Equivalent Service 1-Form 424:Application for Federal Assistance Exhibit M: Federal Certifications and Assurances Exhibit N:Transportation Operating Procedure(Applies to Section 5310-onlyApplicants) 1.I�,[-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 (4.1\ Page 3 of 39 Florida Department of Transportation FFY21 Section 5310 Grant Application Applicant Information FDOT 49 U.S.C. Section 5310, Formula Grants for the Enhanced Mobility of Seniors and Individuals with Disabilities: /. "-- GRANT APPLICATION Agency(Applicant) Legal Name: Physical Address(No P.O. Box): Collier County Board of County Commissioners 3299 Tamiami Trail East Applicant Status:❑ First-time applicant lJ 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: Zip+4 Code: Congressional District: 19 Naples FL 34112-5746 Federal Taxpayer ID Number: Applicant's DUNS Number: Unique 9-Digit number issued by Dun&Bradstreet.May be 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 ❑Xarge 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: Email Address: Michelle.Arnold@colliercountyfl.gov Judith.Sizensky@colliercountyfl.gov Current Vehicle Inventory Sedans: 1 Vans: 2 Minivans with Buses(Cutaways) 31 Buses(Medium Duty) Enter Number for ENTIRE Fleet Ramp:4 1 in each category: Other: 29 N/A Authorizing Representative certifying to the i io tai ication is true and accurate. Signature(Authorizing Representative): _ Printed Name: Burt L.Saunders Title: Chairman Email Address: Burt.Saunders(acolliercountyfl.gov *Must attach a Resolution of Authority from your Board (original document) for the person signing ALL documents on behalf-qf your agency.See Exhibit B ATTEST Approved as to form and legality CRYSTAL K:KINZEL,CLERK a'0 Fiz(3mAr,sesx,L,...mtvt, ssistant Count le o \ao • Attest aty to t,iitniiiklifS `�\\ (.....,;') tignature only, 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 I XI Yes ❑ No n Review Scheduled Review? I I 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? [Yes No N/A If your agency is not in compliance,do you have a Yes No -X 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 7 Yes ❑ No Performance Measures Annual Report"? If no,what date will your agency submit the report? Is your agency registered on SAM.gov? 7 Yes If yes, registration expiration date: 9/14/2021 Note:Agency must register each year/application cycle. ❑ No Signature Burt L.Saunders,Chairman December 8,2020 Typed Name and Title Date ATTEST Approved as to form and legality CRYS AL K.KINZ ,CLERK o2P � ��f Page 5 of 39 Ass nt County Atto o-g C' At ae to Chairman's 10 c4"fl Truro mni a�� y N4`. Florida Department of Transportation FFY21 Section 5310 Grant Application Exhibit A: Cover Letter Page 6 of 39 Cotter 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: 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 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. Sincerel - o Burt L. Saunders Chairman, Collier County Board of County Commissioners Approved as to form and legality �. K. Kir7.L, CLERK Attest $to chew clerrc Assistant Cou Attorney signature only. cotAN (7;84 Fubic Transt&Neighborhood Enhancement•8300 Radio Road,Naples,Florida 34104.239-252-5840•FAX 239-252-6628•wwrw.colliercountyfl.gov Florida Department of Transportation FFY21 Section 5310 Grant Application Exhibit B: Governing Board's Resolution Page 7 of 39 (7:4r°‘) 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 ChapterV 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 project or need your agency is fulfilling: Page 37 Under Needs Assessment Section Signature Burt L. Saunders,Chairman Typed Name and Title of Authorized Representative December 8,2020 Date ATTEST Approved as to form and legality O CRYSTAL K.KINZEL CLERK ? Ass. tart County Alto' cp,s2 , €a to Chairman's ‘tipnature°nit. Page 8 of 39 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 affidavit of publication here,if applicable(see instruction manual).You may insert the notice as a PDF or print and attach the document to your final application. r-• Page 9 of 39 ( ,O) d 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: I. The Coordinator Shall: A. Become and remain totally apprised of all of the Transportation Disadvantaged resources available or planned in their designated service area. This knowledge will be used to plan, coordinate, and implement the most cost effective transportation disadvantaged transit system possible under the economic and other conditions that exist in the designated service area. B. Plan and work with Community Transportation Coordinators in adjacent and other areas of the state to coordinate the provision of community trips that might be handled at a lower overall cost to the community by another Coordinator. This includes honoring any Commission-approved statewide certification program that allows for intercounty transportation opportunities. C. Arrange for all services in accordance with Chapter 427, Florida Statutes, and Rule 41-2, FAC,and as further required by the Commission and the local Coordinating Board approved Transportation Disadvantaged Service Plan. D. Return any acquired profits or surplus funds originating through the course of business as the Coordinator that are beyond the amounts(s) specifically identified and approved in the accompanying Transportation Disadvantaged Service Plan. Such profits or funds shall be returned to the Coordinator's transportation system or to any subsequent Coordinator, as a total transportation system subsidy, to be applied to the immediate following operational year. The Coordinator will include similar language in all coordination contracts to assure that transportation disadvantaged related revenues are put back into transportation disadvantaged services. Rev. 04/02/2012 Page 20 E. Accomplish this Project by: 1. Developing a Transportation Disadvantaged Service Plan for approval by the local Coordinating Board and the Commission. Coordinators who are newly designated to a particular service area shall submit a local Coordinating Board approved Transportation Disadvantaged Service Plan, within 120 calendar days following the execution of the Coordinator's initial memorandum of agreement with the Commission, for approval by the Commission. All subsequent Transportation Disadvantaged Service Plans shall be submitted and approved with the corresponding memorandum of agreement. The approved Transportation Disadvantaged Service Plan will be implemented and monitored to provide for community-wide transportation services for purchase by non-sponsored transportation disadvantaged persons, contracting social service agencies, and other entities that use local, state, or federal government funds for the purchase of transportation for the transportation disadvantaged. 2. Maximizing the use of available public school transportation resources and public fixed route or fixed schedule transit services and assuring that private or public transit, paratransit operators, and school boards have been afforded a fair opportunity to participate to the maximum extent feasible in the planning process and in the development of the provisions of the Transportation Disadvantaged Service Plan for the transportation disadvantaged. 3. Providing or arranging 24-hour, 7-day per week transportation disadvantaged service as required in the designated service area by any Federal, State or Local Government agency sponsoring such services. The provision of said services shall be furnished in accordance with the prior notification requirements identified in the local Coordinating Board and Commission approved Transportation Disadvantaged Service Plan. 4. Complying with all local, state, and federal laws and regulations that apply to the provision of transportation disadvantaged services. 5. Submitting to the Commission an Annual Operating Report detailing demographic, operational, and financial data regarding coordination activities in the designated service area. The report shall be prepared on forms provided by the Commission and according to the instructions of Said forms. F. Comply with Audit and Record Keeping Requirements by: . 1. Utilizing the Commission recognized Chart of Accounts defined in the Transportation Accounting Consortium Model Uniform Accounting System for Rural and Specialized Transportation Providers (uniform accounting system) for all transportation disadvantaged accounting and reporting purposes. Community Transportation Coordinators with existing and equivalent accounting systems are not required to adopt the Chart of Accounts in lieu of their existing Chart of Accounts but shall prepare all reports, invoices, and fiscal documents relating to the transportation disadvantaged functions and activities using the chart of accounts and accounting definitions as outlined in the above referenced manual. Rev. 04/02/2012 2 Page 21 2. Assuming the responsibility of invoicing for any transportation services arranged, unless otherwise stipulated by a purchase of service contract or coordination contract. 3. Maintaining and filing with the Commission, local Coordinating Board, and all purchasing agencies/entities such progress, fiscal, inventory, and other reports as those entities may require during the period of this Agreement. 4. Providing copies of finance and compliance audits to the Commission and local Coordinating Board as requested by the Commission or local Coordinating Board. G. Retain all financial records, supporting documents, statistical records, and any other documents pertinent to this Agreement for a period of five (5) years after termination of this Agreement. If an audit has been initiated and audit findings have not been resolved at the end of five (5) years, the records shall be retained until resolution of the audit findings. The Coordinator shall assure that these records shall be subject to inspection, review, or audit at all reasonable times by persons duly authorized by the Commission or this Agreement. They shall have full access to and the right to examine any of the said records and documents during the retention period. H. Comply with Safety Requirements by: 1. Complying with Section 341.061, F.S., and Rule 14-90, FAC, concerning System Safety; or complying with Chapter 234.051, F.S., regarding school bus safety requirements for those services provided through a school board; and 2. Assuring compliance with local, state, and federal laws, and Commission policies relating to drug testing. Conduct drug and alcohol testing for safety sensitive job positions within the coordinated system regarding pre-employment, randomization, post-accident, and reasonable suspicion as required by the Federal Highway Administration and the Federal Transit Administration. Comply with Commission insurance requirements by maintaining at least minimum liability insurance coverage in the amount of $200,000 for any one person and $300,000 per occurrence at all times during the existence of this Agreement for all transportation services purchased or provided for the transportation disadvantaged through the Community Transportation Coordinator. Upon the execution of this Agreement, the Coordinator shall add the Commission as an additional named insured to all insurance policies covering vehicles transporting the transportation disadvantaged. In the event of any cancellation or changes in the limits of liability in the insurance policy, the insurance agent or broker shall notify the Commission. The Coordinator shall insure that contracting transportation operators and coordination contractors also maintain the same minimum liability insurance, or an equal governmental insurance program. Insurance coverage in excess of $1 million per occurrence must be approved by the Commission and the local Coordinating Board before inclusion in the Transportation Disadvantaged Service Plan or in the justification of rates and fare structures. Such coverage may be provided by a self-insurance program established and operating under the laws of the State of Florida and written verification of insurance protection in accordance with Section 768.28, Florida Statutes, shall be provided to the Commission upon request. Rev. 04/02/2012 3 Page 22 O 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 4 Page 23 (,�' M. Comply with standards and performance requirements of the Commission, the. local Coordinating Board approved Transportation Disadvantaged Service Plan, and any purchase of service contracting agencies/entities. Failure to meet the requirements or obligations set forth in this MOA, and performance requirements established and monitored by the local Coordinating Board in the approved Transportation Disadvantaged Service Plan, shall be due cause for non-payment of reimbursement invoices until such deficiencies have been addressed or corrected to the satisfaction of the Commission. N. Comply with subcontracting requirements by executing or negotiating contracts for transportation services with Transportation Operators and Coordination Contractors, and assuring that the conditions of such contracts are maintained. The requirements of Part 1 , Paragraph E.5. 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 mobility assistive devices, and closing the vehicle door. In certain paratransit service categories, the driver may also be required to open and close doors to buildings, except in situations in which assistance in opening/closing building doors would not be safe for passengers remaining on the vehicle. Assisted 'access must be in a dignified manner. Drivers may not assist wheelchair up or down more than one step, unless it can be performed safely as determined by the passenger, guardian, and driver. 3. All vehicles shall be equipped with two-way communications in good working order and be audible to the driver at all times to the base. 4. All vehicles providing service within the coordinated system, shall have working air conditioners and heaters in each vehicle. Vehicles that do not have a working air conditioner or heater will be scheduled for repair or replacement as soon as possible, .CNO Rev. 04/02/2012 5 Page 24 P. Comply with other requirements as follows: 1. Transport an escort of a passenger and dependent children a's locally negotiated and identified in the local Transportation Disadvantaged Service Plan. 2. Determine locally in the Transportation Disadvantaged Service Plan, the use, responsibility, and cost of child restraint devices. 3. Transport with the passenger at no additional charge, passenger property that can be carried by the passenger and/or driver in one trip and can be safely stowed on the vehicle. Additional requirements may be negotiated for carrying and loading rider property beyond this amount. Passenger property does not include wheelchairs, child seats, stretchers, secured oxygen, personal assistive devices, or intravenous devices. 4. Provide shelter, security, and safety of passengers at vehicle transfer points. 5. Post a local or other toll-free number for complaints or grievances inside each vehicle. The local complaint process shall be outlined as a section in the local Transportation Disadvantaged Service Plan including advising the dissatisfied person about the Commission's Ombudsman Program as a step within the process as approved by the local Coordinating Board. 6. Provide out-of-service-area trips, when determined locally and approved by the local Coordinating Board, except in instances where local ordinances prohibit such trips. 7. Keep interior of all vehicles free from dirt, grime, oil, trash, torn upholstery, damaged or broken seats, protruding metal or other objects or materials which could soil items placed in the vehicle or provide discomfort for the passenger. 8. Determine locally by the local Coordinating Board and provide in the local Transportation Disadvantaged Service Plan the billing requirements of the Community Transportation Coordinator. All bills shall be paid to subcontractors within 7 calendar days after receipt of said payment by the Coordinator, in accordance with Section 287.0585, Florida Statutes. 9. Maintain or have access to a passenger/trip database on each rider being transported within the system. 10. Provide each rider and escort, child, or personal care attendant adequate seating for paratransit services. No more passengers than the registered passenger seating capacity shall be scheduled or transported in a vehicle at any time. For transit services provided by transit vehicles, adequate seating or standing space will be provided to each rider and escort, child, or personal care attendant, and no more passengers than the registered passenger seating or standing capacity shall be scheduled or transported in a vehicle at any time. 11. First Aid shall be determined locally and provided in the local Transportation Disadvantaged Service Plan. Rev. 04/02/2012 6 Page 25 12. Cardiopulmonary Resuscitation shall be determined locally and provided in the local Transportation Disadvantaged Service Plan. 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. Ill. The Coordinator and the Commission Further Agree: A. Nothing in this Agreement shall require the Commission to observe or enforce compliance with any provision thereof, perform any other act or do any other thing in contravention of any applicable state law. If any of the provisions of this Agreement is found by a court of law to violate any applicable state law, the purchasing agency/entity will at once notify the Commission in writing in order that appropriate changes and modifications may be made by the Commission and the Coordinator to the end that the Coordinator may proceed as soon as possible with the provision of transportation services. B. If any part or provision of this Agreement is held invalid, the remainder of this Agreement shall be binding on the parties hereto. C. Termination Conditions: 1. Termination at Will -This Agreement may be terminated by either party upon no less than thirty(30) days notice, without cause. Said notice shall be delivered by certified mail, return receipt required, or in person with proof of delivery. 2. Termination for Breach - Unless the Coordinator's breach is waived by the Commission in writing, the Commission may, by written notice to the Coordinator, terminate this Agreement upon no less than twenty-four (24) hours notice. Said notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. Waiver by the Commission of breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Agreement, and shall not act as a waiver or estoppel to enforcement of any provision of this Agreement. The provisions herein do not limit the Commission's right to remedies at law or to damages. D. This agreement will expire unless an extension is granted to the Coordinator in writing by the Commission, in accordance with Chapter 287, Florida Statutes. E. Renegotiations or Modifications of this Agreement shall only be valid when they have been reduced to writing, duly approved by the Commission, and signed by both parties hereto. Rev. 04/02/2012 7 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 Tamiami Trail, Suite 103, Naples, FL 34112 In the event that either party designates different representatives after execution of this Agreement, notice of the name and address of the new representative will be rendered in writing to the other party and said notification attached to originals of this Agreement. This document has been reviewed in its entirety and approved by the local Coordinating Board at its official meeting Id on May 2018. 4, 'W o.te.4&01— 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 Cornnissioners Collier Area Transit Sfe�e (-Lama-.J Agency Name Printed Name of Authorized Individual 21n1, Solis Printed Name o ut i • a Signature: . •$ � „, • Signature: Title: Executive Director Title: Chairman i Approv:, : . i . and legality MiUm,.._ ► _- Jeffrey A.K at ko I unty Attorney ' 0............... ,,, bWIGHT E.8'ROC -'L�RI4 . • : Rev. 04/02/2012 7$,.: :. „XNN ` s j • CS Deputy i':(i)t ' Page 27 Rest el to C ' sinnaf►rrn r+kl,. ottnt of Collier CLERK OF THE)CIR UIT COURT Dwight E. Brock COLLIER COU cT;Y CO THOUSE Clerk of Courts Clerk of Courts 3315 TAMIAMI TRL E STE 102< P.O.BOX 413044 Accountant NAPLES,FLORIDA NAPLES,FLORIDA Auditor 34112-5324 34101-3044 Custodian of County Funds June 13, 2018 John Paul Irvine FL Commission for the Transportation Disadvantaged 605 Suwannee Street, Mail Station No. 49 Tallahassee, FL 32399 Re: Memorandum of Agreement: State of Florida Commission for.the Transportation Disadvantaged: Contract No. TD-1803 Mr. hvine, Attached for further processing is an original copy of the MOA referenced above, approved by the Collier County Board of County Commissioners June 12,2018. If your office requires further information regarding this mailing, please feel free to contact me at 239-252-8406. Thank you. DWIGHT E. BROCK, CLERK Ann Jennejohn, Deputy Clerk Attachment Page 28 Phone- (239)252-2646 Fax- (239)252-2755 Website- www.CollierClerk.com Email- CollierClerk@eollierelerk.com collierclerk.com � 4 � iuo PART OF THE USA TODAY NETWORK Published Daily Naples, FL 34110 COLLIER AREA TRANSIT -LEGALS 8300 RADIO RD Public Notice NAPLES, FL 34104-5428 Public Notice is hereby given that Collier County will apply to the Florida Department of Transportation for a capital grant un- der Section 5310 of the Federal Transit Act of 1991, as amend- Affidavit of Publication ed, for the purchase of three (3) replacement paratransit vehi- cles with radios and tablets to be used for the provision of pub- STATE OF WISCONSIN lic transit services within Collier County, FL. Collier County will COUNTY OF BROWN also be applying to the Florida Department of Transportation for a grant under section 5339 of the Federal Transit Act of 1991, as amended, for the design and construction of bus stop Before the undersigned they serve as the authority, improvements in the Immokalee area consisting of a shelters, benches,and ADA boarding and alighting pads for passengers. personally appeared said legal clerk who on oath says that he/she serves as Legal Clerk of the Naples Daily News, a This notice is to provide an opportunity for a Public Hearing for this project. This public notice is to ensure that this project and daily newspaper published at Naples, in Collier County, the contemplated services will not duplicate current or pro- Florida; distributed in Collier and Lee counties of Florida; posed services provided by existing transit or paratransit opera- tors in the area.This hearing will be conducted If and only if a that the attached copy of the advertising was published in written request for the hearing is received by withinlo (ten) said newspaper on dates listed. Affiant further says that the days of this notice. Requests for a hearing must be sent to Mi- chelle E. Arnold Collier Area Transit, 8300 Radio Rd, Naples, said Naples Daily News is a newspaper published at Florida 34104 and copy FDOT, District One Modal Development Naples, in said Collier County, Florida, and that the said Office/Public Transit Southwest Urban Area Office at 801 North Broadway, Bartow, FL 33830. Any interested party may obtain newspaper has heretofore been continuously published in more information about these grants by contacting the PTNE said Division at (239) 252-5840 between the hours of 8 a.m. to 5 p.m., Monday through Friday. Public comment period will open Collier County, Florida; distributed in Collier and Lee Thursday, October 28, 2020 through Thursday, December 31, counties of Florida, each day and has been entered as 2020• second class mail matter at the post office in Naples, in Persons who require special accommodations under the Ameri- said Collier County, Florida, for a period of one year next cans with Disabilities Act or persons who require translation }rrvices should contact Michelle E.Arnold at michelle.arnold®co preceding the first publication of the attached copy of Iliercountyfl.gov, Collier County Public Services Department, advertisement; and affiant further says that he has neither Public Transit & Neighborhood Enhancement Division 8300 Ra- dio Rd,Naples,FL 34104;(239)252-5840. paid nor promised any person, or corporation any discount, rebate, commission or refund for the purpose of securing Collier Area Transit operates in compliance with Federal Transit Administration, (FTA) program requirements and ensures that this advertisement for publication in the said newspaper. transit services are made available and equitably distributed, and provides equal access and mobility to any person without regard to race, color, or national origin; Title VI of the Civil Published: 11/14/2020 Rights Act of 1964; ETA Circular 4702,1A, `Title VI and Title VI Dependent Guidelines for Federal Transit Administration Recipi- ents." Any person who believes he/she has been discriminated against on these conditions may file a complaint with the Flori- da Commission on Human Relations at 850-488-7082 or 800-342- 8170 (voice messaging). Collier Area Transit has a Disadvantag- Subscribed and sworn to before on November 14,2020: ed Business Enterprise(DBE)goal of 1.77%. Pub Date:Nov.14,2020 414465397 .-_:...hua_a_YYt. an rILL.De. -> Notary,State of WI,County of Brown TARA MONDLOCH Notary Public State of Wisconsin My commission expires August 6,2021 Publication Cost:$357.00 Ad No:0004465397 Customer No: 1450756 PO#: PN 5310 5339 FY21 #of Affidavits1 This is not an invoice Florida Department of Transportation FFY21 Section 5310 Grant Application PART II - FUNDING REQUEST Form A-1: Current System Description (a) Please provide a brief general overview of the organization type (i.e., government authority, private non-profit, etc.) including its mission, program goals,and objectives(Maximum 300 words). Collier Area Transit provides seasonal and permanent residents of Collier County with an accessible mode of travel under the Collier County Board of County Commissioners 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 commitment". 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 f1 uoi;e;Iodsuel1 ALAI `o c `o p a) m v c O a O V auO 'i i a) s a ,--, `p o m c 2• v -ad n N o ? W 4� v ► O N ► 5 , ► m a C Nc W Z K N NQaC ° i a i « E a a• oow « a p O a 2 i u 2 I I - / - - c t c C v p D o m m F c i -al• c v G ► � ►3 Z L Y 4 4. `m `n v 2 E C ~ 'O « O ` h C -O re c L U) m m 6! I O C N m m L I mC L C Ao 2 ''V \ CjC � 0 p cQ H � -0 a O w .9 "-_► aE 1-i Z 4 u O '' v v — y = yo a �e m j .44 V F L 2 y N • _ Q w a O u V V 2 U a .4. - u m u m c c E a 2 w w 'o o w c ce « a z Oa v •'-" -0 v N L ., O z u - o LL z -o v x Ake" 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. which 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 personnel is responsible for the management and 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. 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 throughout 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 ;tglf..) Page 12 of 39 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 maybe provided below • The CATConnect pickup time may be as early as 4:00 AM and the latest pickup time may be as late as 6:00 PM. Our paratransit has approximately 20 routes and/or manifests each day using Collier County owned vehicles that cover trips in Naples, Everglades City, lmmokalee, 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. Op;31 Page 13 of 39 H 'a 6. ar _ d u d al Cl. RI R , Q1.. ICw V O 3 UCO CV r, o M � N O m c 0 +-. to to cCp tup v) ct m U U d cd 1-1 ti 'O v+ U.. G1 CL }CV H 410-Q it 6c) II- 0) (0 0) }/ R U I C' C! C' Rm 0) = 4, U U i R E L v. N N RIC� w i 0 v 77;E . I E v E v co u CJ A I <a U > CO > > °; 0 (/7 C E I _c C�1 N Z' 0to O0 N o -a M �i a' _ O a' a, Q , • a' v aA v c MI -O N CL a, U °' cb C r, C'+ a' Ei a a' y it O w O Ct O «S CO I > w w ai . i IraN 4y ,..0U o c ro ✓ y a i enRI + V = cc: tt I Q b.() o is a) E-+ R' ; E•+ moo., I a •4 rn a i CC i c C n W ra O CI. I a to a) } a-, c o OO — • av ,a r L7J al+� N °Q �' N -O a Es s c c *_ c v = ° �_ Ln N Vf ° 0 E ° o •- v • - a, OS• O o 4 a u o v a * c a' N en E U. O > a' (0 O '> , ix o _a u E a, '- a'0 IA 0 i V — <13 N a' +' a' a' O� r, W a' VVi Q W , '5 a-+ 2 fa 7 O V O E c W m C W O C N O 0 @ 2 3 \ : & ) a k = 2 W « / < R § 7 f \ I / 2 « to a 2 % 0 / % R y % a I r R ad / N / I ' ¥ I ! z 2 ; / 2 co ° / 111 C ) � / I { .47; + u \ - 2 • y Z • § _ \ ƒ g a 2 � 0 / 0 U . ( : ct . o @ / ( CID 1 � C = >w N U in , I C $ \ w \ / o • - ° 3-4 m E / & 2 a \ ' 7 = f m ƒ ) / ? ƒ 2 § u ( / % f } CU o / / « 8 b = eVI I � . CA a / = j / _ / / \ a \ ƒ _ CO « > \ E \ / \ e t % ƒ § > p ( ƒ / $ ( } •( j ƒ § / z 7 0 k / IX >H .0 / ƒ f \ G ° / _ % > e ) e ® 3 2 = e % g . c O a % o g / 14 N / * / > \ % / \ cz \ \ \ a co -o } CU / \ = 'cu § o / k co 2 2 g § a u • a) \ c / / % / •/ f \ $ § '} '} ƒ § \ 2 2 CO 3 = R $ •a i e y 2 \ .§ « \ In e s z I x-. . i \. c 0 v incu cu C 'C m U i R R a W ca +, E d o W w a W w o IZsa a. o rn ':3 LE I C `n Z V) V) 0 > c aJ 0 aJ I vs U C a) C) X N a) N v N .0 3 X I a a d u_ _ 'fl I a Is) O� 0 3 v o •• 'I-' -0 4. -a C 3 Y N ¢+ c 01 o v f6 •U CO I a0 M W i CJ RI w N 0 0- . 'U — d" "d a5 c as as a rwr ,— C 4--, U In LE N > aJ CR O cn _C Lrs vs ca 0 L aJ p �, W 0 O a O L. v MO i GO � b0 C 0 v) U) aJ cv aA v N O- au v u, cv a aJ to 0 O ��� _ p M - N .417 pN oa v) � s, � � U eti C iii x o < 1 cz 3 a, \O Z s-, OJ O W aJ .4_, i 0 ,, Ir) 0 i d" M W i -O i R u x ' , E `r .5 O C V '� +�-' as C) 'd O-cd N Lt' 0 •0 W O tJ m ,G cn ,G cn [� i Q I i aJ U) I V) aJ 4- C 0 0 L c o N Kr v E •> •-0 0 v 52, +I--' -O a o } o 0 0_ co 0 0 .8 ,a 0 I— 0si) < v) c >, vs -O -0 N as i o oU o L mot, 03 I aJ L. c aJ • F > o c L W t u) to N cv + I E 0 CI. 46 0 C N V7 O C Z co C E O W O a' O C O ry W C `n i Ve i Q L O +, c W C us '+J as aJ Q 'C aJ W -O +-+ aJ -p aJ I_ I 0 N a) ce O L C W Q: N aJ aJ 0, — C > Gl c W "O u E 0 _ C .a z ¢ a zaa 0 v) . a .0 aJ , QJ w rn i o O a 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: X Vehicle(s)- Expansion X Replacement Equipment- Expansion x 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? n Urban (UZA) Small Urban (SUZA) Rural Complete the service area percentages for the geographic areas where the requested grant funds will be used to provide service 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 hours,or revenue Divided trips,revenue service within service miles within by service hours,or Equals specified specified geographic revenue service 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 Mulplied .5 Federal&.5 Local Equals Federal Local by NOTE:Capital Assistance(80%Federal,10%State and 10%Local): UZA X .8 Federal&.1 State& _ $ $ $ 1 Local SUZA X .8 Federal&.1 State& _ $ $ $ .1 Local Rural X .8 Federal&.1 State& _ $ $ $ .1 Local Funding Split Multiplied .8 Federal&.1 State& Equals Federal State Local by .1 Local (60) 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. E.° , • �,n Naos ♦ 'r:aaw O�1 Page 19 of 39 Florida Department of Transportation 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. Will it be used to: • Provide more hours of service? • Expand service to a larger geographic area? • Provide shorter headways? • Provide more trips? • To continue service or expand service? Collier County is requesting 5310 funds to replace three vehicles and radios.The funding will not be used to expand service.The vehicles and radios will be used to continue the existing level of service. 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 funds 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 may be 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 .4r)k4 Florida Department of Transportation FFY21 Section 5310 Grant Application Capital Requests Only (a) If this capital request includes equipment,please describe the purpose of the request. (b) If you are requesting a vehicle that requires a driver with a CDL: • Do you currently have an adequate number of CDL licensed drivers on staff to operate the requested vehicle(s)? If not, how will you ensure staffing needs are met? (c) If the requested vehicles or equipment will be used by a lessee or private operator under contract to the applicant agency,identify the proposed lessee/operator. • Include an equitable plan for distribution of vehicles/equipment to lessees and/or private operators. Collier County has a contract with MV transportation who currently has 29 dedicated drivers to the paratransit service. The vehicles that Collier County is requesting in this application do not require drivers to have a CDL license. The vehicles will not be leased, they will be operated by Collier County's contracted vendor for the paratransit operations. The vendor is required to insure the vehicles because their employees will be driving them. Page 22 of 39 Florida Department of Transportation FFY21 Section 5310 Grant Application Preventive Maintenance Requests Only Note: Applicants applying for preventative maintenance costs must have a District-approved Preventative Maintenance (PM) Plan and a cost allocation plan if maintenance activities are performed in-house. (a) Please specify Period of Performance(should not exceed one(1)year) (b) Please include a list of general PM activities to take place with the funding (c) Please list useful life for purchase of any items over$5,000 (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 Estimated Transportation Program Operating &Administrative Expenses Year of Anticipated Award Code Object Class Amount 5010 Labor 60,341 $ 5015 Fringe Benefits 25,059$ 5020 Services 358,100$ 5030 Materials and Supplies 836,000$ 5040 Utilities 57,500 $ 5050 Casualty and Liability Costs 14,900 $ 5060 Taxes 1,000 $ 5100 Purchased Transportation 3,856,000$ 5090 Miscellaneous 20,000 $ 5230 Capital Leases 3,500 $ 5260 Depreciation $ Other $ 1__ Grand Total All Expenses 5,232,400 $ Page 24 of 39 Florida Department of Transportation FFY21 Section 5310 Grant Application Estimated Transportation Program Operating & Administrative Revenues Year of Anticipated Award Code Object Class Amount 4111 Passenger-Paid Fares 219 300 $ 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 $ 4630 Sales and Disposals of Assets $ j Other $ Grand Total All Revenues 5,2 2,4no $ Page25of39 Florida Department of Transportation FFY21 Section 5310 Grant Application Proof of Local Match - Operating Projects Operating Project Total: $ Match Source Amount $ $ $ Operating Match Total: $ 50%of Operating Project Total Proof of Local Match - Capital Projects Capital Project Total: $ Match Source Amount General Fund Transfer to Fund 427/429 3,538,700 Capital Match Total: $ 10%of Capital Project Total 3,538,700 Page 26 of 39 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. Af. .)'%...,ee-ellaba`"— Signature Burt L.Saunders,Chairman Typed Name and Title of Authorized Representative December 8,2020 Date ATTEST CRYSTAL K.KINZEL,CLERK Approved as to form and legality kaiaxmccxwocat. _ 2 o Ant ant CountyAttorne 2 �v chairman's n .:itz only. �.�\� .. Page 27 of 39 YBCS_BUD_TO_ACTUAL Collier County, Florida Date 11/19/2020 Budget to Actual Comparison BCS Drilldown Report Time 11:31:18 Fiscal Year 2021 Client 300 Period 0 to 13 Statistical Indicator: Fund 427 TRANSPORT DISADV to TRANSPORT DISADV TRANSPC Fund Center A Funds Center Commitment Item SUMMARY Revenue and Expense Sub-Totals Grants A to Funded Program A to Fund Ctr / Comm Item Adopted Budget Amended Budget Commitment Actual Availa AAAA- Grand Total-FC/CI 0.40- 278,094.49 186,136.33- 91, A*1 138337 TRANSP DISADV 3,244,700.00 3,290,257.75 278,094.49 88,371.27 2,923, AA REVENUE Sub Total 294,000.00- 294,000.00- 21,794.54- 272, A REVENUE - OPERATING Su 294,000.00- 294,000.00- 21,794.54- 272, AA EXPENSE Sub Total 3,538,700.00 3,584,257.75 278,094.49 110,165.81 3,195, A PERSONAL SERVICE 85,400.00 85,400.00 14,167.00 7,736.13 63, A OPERATING EXPENSE 3,449,300.00 3,494,857.75 263,927.49 102,429.68 3,128, A CAPITAL OUTLAY 4,000.00 4,000.00 4, AAA 919010 RESERVES - BOARD 44,000.00 60,810.45- 60, AA REVENUE Sub Total 104,600.00- 1,042,010.24- 1,042, A CONTRIBUTION AND TRANS 104,600.00- 1,042,010.24- 1,042, AA EXPENSE Sub Total 148,600.00 981,199.79 981, A RESERVES 148,600.00 981,199.79 981, AAA 929010 INTERFUND TRAN B 3,288,700.00- 3,229,447.70- 274,058.33- 2,955, AA REVENUE Sub Total 3,288,700.00- 3,288,700.00- 274,058.33- 3,014, A CONTRIBUTION AND TRANS 3,288,700.00- 3,288,700.00- 274,058.33- 3,014, AA EXPENSE Sub Total 59,252.30 59, A TRANSFERS 59,252.30 59, AAA 989010 INTEREST INCOME 449.27- A REVENUE Sub Total 449.27- A REVENUE - OPERATING Su 449.27- ART DISADV ble %Consum 958.5E- A540.0- 791.99 11.1 205.4EE- 7.4 205.4E- 7.4 997.45 10.8 49E.87 25.E 500.58 10.5 000.00 810.45- 010.24- 010.24- 199.79 199.79 389.37- 8.5 E41.67- 8.3 E41.67- 8.3 252.30 252.30 449.27 449.27 449.27 Florida Department of Transportation FFY21 Section 5310 Grant Application Form B-2: Operations Phase- Estimate of Project Costs by Budget Category N/A Budget Category Local Federal Total 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 I I Quarterly Other: basis upon the approval of the deliverables including the expenditure detail provided by the Agency. Page 28 of 39 v Florida Department of Transportation FFY21 Section 5310 Grant Application Form B-3: Capital Request Form To identify vehicle type and estimate cost visit http://tripsflorida.org/ All vehicle requests must be supported with a completed sample order form in order to generate a more accurate estimating of the vehicle cost. The order form can be obtained from http://www.tripsflorida.org/contracts.html 1. Select Desired Vehicle(Cutaway, Minibus etc.) 2. Choose Vendor(use drop down arrow next to vendor name to see information) 3. Select Order Packet 4. Complete Exhibit A(Order Form) The Florida Department of Management Services Contract can be found at Florida Department of Management DMS Vehicle Request Replacement(R) Fuel Estimated Cost or Expansion (E) Type Useful Life Description/Vehicle Type Quantity (from Order Form) Replacement Gas 5 Years Standard Cutaway 3 83,547 ea ---------- ------------------------------------------------------------------------------------------------ Subtotal $ 250,641 Under Description/Vehicle Type,include the length and type vehicle, lift or ramp, number of seats and wheelchair positions. For example, 22' gasoline bus with lift, twelve (12) ambulatory seats, and two (2) wheelchair positions. Please note,in this example, if both wheelchair positions are occupied the ambulatory seats will be reduced to eight(8).Any bus options that are part of purchasing the bus itself should be part of the vehicle request and NOT separated out under equipment. Replacement Vehicles(R) If the capital request includes replacement vehicles, please list the vehicles in your current fleet that you are intending to replace with the vehicle from your vehicle request. Please list by order of priority. FDOT Control# VIN Year Make Model Mileage 98173 1GB6GUBL7G1138289 2016 Chevy Glaval 202,890 98177 1GB6GUBLOG1140658 2016 Chevy Glaval 180,808 98176 1GB6GUBL3G126557 2016 Chevy Glaval 181,382 Page 29 of 39 Florida Department of Transportation Office of Freight, Logistics and Passenger Operations Order Packet ORDER FORM-PAGE ONE CONTRACT#TRIPS-17-CA-CBS CHAMPION CUTAWAY TRANSIT VEHICLES-CREATIVE BUS SALES,INC. AGENCY NAME:CAT Connect 10/13/20 DATE: PURCHASE ORDER NUMBER: Yousi Cardeso, 239-252-4995 Yousi.Cardeso@colliercountyfl.gov CONTACT PERSON: (Name, Telephone Number and Email Address) April 23, 2020 Item Unit Cost Quantity Total Cost Base Vehicle Type Ford E350 7.3L Gas Crusader 11,500 22' $68,650 Chevy G3500 6.0L Gas American Crusader 12,300 22' $69,248 Chevy G3500 6.0L Gas Crusader 12,300 22' $65,526 Ford E350 7.3L Gas Crusader 12,500 23' $69,592 Chevy G4500 6.0L Gas Challenger 14,200 23' $67,954 25 $69,626 Ford E450 7.3L Gas Challenger 14,500 23' $70,143 1 70,143 26' $71,583 Ford F550 7.3L Gas Defender 19,500 28' $89,429 29' $95,381 Freightliner S2C 6.7L D Defender 26,000 27' $129,069 31' $129,821 33' $132,090 35' $131,935 38' $132,732 Vinyl Stripe Choices Scheme#1; 11,500=($300); 12,300-14,500=($350); 19,500-26,000 See Item 1 350 =($400) Scheme#2: 11,500=($500); 12,300-14,500=($750); 19,500-26,000 See Item 1 750 =($1,000) Scheme#3 11,500= ($430); 12,300-14,500=($600); 19,500-26,000 See Item 1 600 =($800) Base Seating Standard Seat (per person) $285 8 2,280 Foldaway Seat(per person) $440 4 1,760 Children's Seat(per person) $525 Securement Systems Q'Straint slide and click securement (per position) $535 3 1,605 Sure-Lok Titan securement(per position) $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 ---- ---- 77,818 TRIPS-17-CA-CBS - 9 - March 2017 Florida Department of Transportation Office of Freight, Logistics and Passenger Operations Order Packet ORDER FORM—PAGE TWO CONTRACT#TRIPS-17-CA-CBS April 23, 2020 Item Unit Cost Quantity Total Cost Side Wheelchair Lift Choices (ILO Standard Lift Add—) Braun Model NCL919IB-2(or latest) Standard 1 0 Braun Millennium Lift N/A Braun Model NCL9541B3454-2 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—) Ricon Klear-View lift(prior approval from FDOT required) Deduct($12) Braun model NVL9171B lift(prior approval from FDOT required) Deduct($117) Optional Engines Diesel engine meeting current EPA requirements Ford diesel option 6.7 Power Stroke $10,250 Ford 6.2 Gas(E350) Deduct($200) Alternative Fuel Systems Compressed Natural Gas(CNG)or Liquid Petroleum Gas(LPG) Engine meeting current EPA requirements: pricing for Alternate Fuel Vehicles include upcharge for delivery and Methane detection system (CNG only). Compressed Natural Gas(CNG) Size: 30 GGE Make: $23,919 Agility/Installer: GAS Compressed Natural Gas(CNG)Size: 40 GGE $27 359 Make: Agility/Installer: GAS Compressed Natural Gas(CNG)Size: 52 GGE Make: $36,000 Agility/Installer: GAS Liquid Petroleum Gas (LPG)—Size: 64 GGE $19,995 Make: Roush/Installer: GAS E450 Liquid Petroleum Gas(LPG)—Size: 67 GGE $19 995 Make: Roush I Installer: GAS F550 Engine Prep: Gaseous fuel deliver $312 Aluminum wheels: Freightliner only $1,290 Stainless steel wheel liners/inserts, front and rear wheels: Freightliner See Item and Ford 19,500=($450); All Others=($275) Seating Dimensions vinyl line of coated transit bus seating fabric with Standard 14 0 antimicrobial Nanocide(per seat) Upgrade interior side wall panels with Nanocide $1,174 USSC Evolution G2E with pedestal $1,400 Freedman Sport Driver's seat with Relaxor, Sport Shield $675 Recaro Ergo LXS Driver's seat $1,118 Fire Suppression Fog Maker Fire Detection and Suppression System Standard 1 0 Kidde Automatic Fire Detection and Suppression System Add$506 DAFO Suppression System Add$600 PAGE TWO SUB-TOTAL ____ ____ 0 TRIPS-17-CA-CBS - 10 - March 2017 Florida Department of Transportation Office of Freight, Logistics and Passenger Operations Order Packet ORDER FORM—PAGE THREE CONTRACT#TRIPS-17-CA-CBS April 23, 2020 Item Unit Cost Quantity Total Cost Route/Head Signs Transign manually operated roller curtain type sign $1,684 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= See Item ($4,750) REI 2 camera system=($1,821);4 camera system=($2,680);6 See Item camera system=($3,380);8 camera system=($3,700) Gatekeeper 2 camera system=($2.041);4 camera system= ($3,350);6 camera system=($4,350);8 camera system= See Item ($4,750) AngelTrax 2 camera system=($1,924);4 camera system= ($2,750);6 camera system=($3,690);8 camera system= ($4,050) See Item 6 3,690 Angel Trax 2 TB SS HD $1,850 Angel Trax 2 TB HD $350 Apollo 2 camera system=($3,441);4 camera system=($4,750); 6 See Item camera system=($5,750);8 camera system=($6,150) 24/7 2 camera system==($1,548);4 camera system= ($2,457);6 camera system=($3,157);8 camera system= ($3,807) See Item Price for single replacement camera $390 Storage compartment-front cab,lockable $150 Other Options Available Altro Transflor slip resistant vinyl flooring:Vehicles 21'to 29'= ($269); See Item 1 269 All others=($703) Gerflor Tarabus slip resistant vinyl flooring:Vehicles 21'to 29' = See Item ($107);All others=($520) Driver Safety Partition $125 1 125 Raised/Flat Floor:required on floor plans with more than 2 W/C $450 1 450 positions.Freightliner=(N/A) Kelderman 2-stage rear air suspension: $2,795 Bentec Powder-Coated handrails and stanchions(provide standard colors) $280 PAGE THREE SUB-TOTAL ---- ---- 4,534 TRIPS-17-CA-CBS - 11 - March 2017 Florida Department of Transportation Office of Freight, Logistics and Passenger Operations Order Packet ORDER FORM—PAGE FOUR CONTRACT#TRIPS-17-CA-CBS April 23, 2020 Item Unit Cost Quantity Total Cost Other Options Available Continued Exterior remote controlled mirrors: Rosco $550 1 550 Romeo Rim HELP bumper(rear only) $645 1 645 HawKEye Reverse Assistance System(with rear HELP bumper) $1,102 Reverse camera and monitor backing system: Manufacturer: Radio Engineerinq Industries $450 Air purification system $2,200 "MentorRanger"in-vehicle computer $5,359 REI Public Address System—stand alone system $450 AM/FM Radio:REI Radio add a microphone $125 Advertising racks(interior) $150 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 Hawkeye 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, $15,297 and Navigational Assistance Unit 2-Position Sportworks bike rack(black) $1,500 2-Position Sportworks bike rack(stainless) $1,950 Bike Rack prep(stand alone; included if buying a bike rack above) $950 Fleet numbers on bus(per location) $15 Diamond Model D farebox $1,371 LYTX Drive Cam $1,425 Rosco Dual Vision $1,425 Storage Rack $516 Walkersecurement $177 PAGE FOUR SUB-TOTAL ---- ---- 1,195 TRIPS-17-CA-CBS - 12 - March 2017 N� Florida Department of Transportation Office of Freight, Logistics and Passenger Operations Order Packet ORDER FORM—PAGE FIVE CONTRACT#TRIPS-17-CA-CBS April 23, 2020 Item UnitCost Quantity Total Cost Air Conditioning ILO Base System-Add the following amounts () ACC Roof Mount Condenser: 19,500 = ($1,827); 26,000= ($650); See= Item ($1,160); All Others=($1,065) ACC Roof Mount Complete: 12,500, 14,200, 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: 12,500, 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= ($1,000); 19,500- See Item 26,000= ($1,500) ACT Roof Mount Condenser: All Models=($1,500) See Item ACT Roof Mount Complete: 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 o . Florida Department of Transportation Office of Freight, Logistics and Passenger Operations Order Packet ORDER SUMMARY PAGE FIVE SUB-TOTAL 0 (sub-total of fifth page) PAGE FOUR SUB-TOTAL (sub-total of fourth page) ---- ---- 1,195 PAGE THREE SUB-TOTAL (sub-total of third page) -"' 4,534 PAGE TWO SUB-TOTAL (sub-total of second page) 0 PAGE ONE SUB-TOTAL (sub-total of first page) 77,818 GRAND TOTAL 83,547 (sum of pages 1, 2, 3, and 4 sub-totals) TRIPS-17-CA-CBS - 14 - March 2017 tcci V ti 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 of Maintenance Expense Estimated Cost Subtotal $ $ 250,641 + $ 9,900 + $ = $ 260,541 Preventative Capital Vehicle Subtotal Plus Equipment Subtotal Plus Maintenance Equals Project Cost Subtotal Total $ 260,541 * 0.8 = $ 208,432.80 Capital Project Cost Multiplied 80% E uals Federal Request Total by q Form 424, Block 18 (a) Page 30 of 39 o r V ,r- r- V to VI ,0 ,o ,O ,0 ,0 ,0 N- N- N- - oocococoC, C CNC, 0000000 N N N N N N (O M M M M M V' C'. too V) V) in V) V) ,0 ,0 ,0 '0 N- n r n W o0 00 C0 O O O, O, O O, O LLLLLLLLLL ww (x wwwwwww W W W k.W (x, R., Li w W W W W W W Ww a C O 0 0_0 O _ _ _ O O_ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ^�0 0 0 0 0 0 7 M M M M M M M M „ M M M M M M M M M M M M M M M M M M ..0 M M M M M M LL to to t0 to to ,n to to - V) to v) to to to to V) to v) v) v1 to to to to v) to CO to v) v) to to to 0 'O 0 +O' Z 00000000000000000000000000000000000 C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C Cw a } a C 0 d 0) 0000000 . („) M MMtO tO tO LO LO1() E „O, N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N n o 0 0 0 0 0 0 0 0000000000000000000000000 x N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N W d d 0 O 0 a U 7 W O L o s▪ O O u o.o.0.o .o .� t t.* .0.0.0.�.0.0 .0.0.0.0.0.0.0.�.0.0.0 t.0`�.�.0.0.0 .0 < < <<< <<< < < << << < < < <<<<<< <<<<<< <<<< a O O O N 0 r tO OW tO M W tO V M N N M t0 tO O W W C)aO W CO M M W W O .c M (O 1-0 - r0 W 0 CO I- r O N CO N- C)tO O 0 M.. M 1` M 0 N- (00N- r N- 0. st 0r .70 W(O(ON W tONO0 W W LOMO OCOC) N CA coCD CD N N r (0 V . r C)r tO N- C) LID(O (O(O(O o' N (O(O tO O N 't N N CD ' 7 �� E (y M V V' ,' M M V r N r M M M 0- V' M V N V N M M N M M N r N 0 0 0 O M '. 0) >- > O O O N coa 2 a, a > 2 Y C (() 0- 1- N O) CO tO O)CO N O CO V 1- 01- N MM C)OO'7 N-r(O1-NN W M V N0 a) N 7 0 0) COO)CO tO(O M O O O N O M W M W(O tO W C)N tO CO tO W C')1` CO (0 > O 0 M O M 0- W O N O) O7 (O tO O) M N V O)LO LO(O O)O)O V h tO(O N (O W W tO t0 N tO W tO C > O @ 1` O O V o W N V O) tO m t` N to V N W r CO(OW - _ N N N O O O) CO O)O (O tY cl' 0) N O) W a+ d >. - N N N N N r r r N r r r C a m -- E O N V N O 01 O O O)(O W O CM tO O W N tO O IO O N LO tO M M C) tO tO W 1f)r (O N n Q O W M W O W W N .7 W O O V M m O W W V C) LO M O) V N O O 0) N M 0 V _ O r- to to .-- V r M N V M_ CO W W CO N N N W r O C) W M M W N C)W CO r(D 01 '7 ` O M O)O) f� N W(O O O (� O W N O )M W W r M r r lO W V V N N M V O W W V M N M M V M M M N M M N W o 0 r M tOtO N N N N N N N N N r N C =O ° 'd C w 0 W tr r W Wr r WtO t W W W W W W W M M M M N N N N N N N • 0 . 0N + + + + + + + + + NNN + + + + + + + NNNN + + + + + + + + + + + ▪ y 4 '0 + NNNNNNNNN + + + NNNNW+ W+ WWNNNNVNNNNNN r rMM . . . . ... r r r r 0. 0tr) d to a a aaa m E E =v x x x = E E E x v=v v v v v v v v v ===x x$= i (0 • @ J J J J J J J J J N (0 (6 J J J J J J J J J J J J J J J J J J J J J F cc ' 2' fx 2'2 C _ (p F O r N M O) N W N W C) O Q) 0 M N (O to •0 l- to )- 01 N ,O (+) N- V ,0 O O, M N N o tfV _W W_W_CO N N N N M M V N N N 0, O, O, 0 ,0 ,0 ,0 ,0 S S N 5 0 01 O_ O, O, - 0 C N N T N N O 0 CO CO CO CO C C 0 W 0 co co co 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 V LL 0 0) O)C)O)0)O)O)O) O) O) O) C)C) C)C)C) 0, 0 C, = 0 0) . I0 W N V W o0r0 M o M rN Mr Vr oO W(rO W N M 0++ (O Wr OM VtoUO 0WU) rN00000 WorOMTWmOMOOONWtOrrNrCCC)CNMWMO0OOOOO N O M WOL0000OmOOOOaCmWWWWOOO C OOOOWWWW MV NrVVM- VV (OWWWWW w NNNNNNNNW<,, rrNooUU UUUUUUUUUUU - - - - rr - _ _ r0000 000000a0000# WWWWWLLIi UUUU00= ==YYYYYYYYYYYYYYYUam y, 4 Z_ O J J J m O O CJO CO(D(,O J J J M N t`r r r r r o r M I O O M O r Q)O N (0 y > W 0U W COJOmm ( ,0,0- mm(/Jww(n»»(q www(AWWWWWW Q. O Q W tO tO tO tO LOW N NN DDDLLLL LLLLLLLLLLLLLLLLLLLLLLLLLL LLLLLLLL ++ o LL U` 0 0 U` 0 0 0 0 0 0 W W W W W W W W W W W W W W W W W W U C7 C7 LL W W W w w w w W W W W W W W WWW m m m m m m m m m CO W W LL LL LL LL W W W W LL LL LL LL LL LL LL LL LL LL LL C) M m 000000000000000000000 E NC�C7(�C�(�C�C7C7C� (�(�C7LLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLL = E n r r r r r r n LO n U u C J J J J J J J J• J J J J J J J F F F f_ O O O O O O O N O O CD. 7 QQQQ QQQa(/ (/ n O O m O O O C p O O o i j » » » »> >> > » » » > ZZZZaamoa) om0a0a 0 •000000000 UUUUC7U(JFFFFU0000000000 (6 • O N C-CD N CO 1- HI I- FF (a N c Y W W W W W W W W W W W W N } (p J J J J J J J J J J J J o o o o o o a 0 0 0 0 0 0 0 0 0 0 0 0 0 al LL > Lu » »wuJL > > >222oo00000000000000 _� W W W W W W W W W LLLLLLLLLLLLLLLLLLLLL.LLLLLLLLLLLLLLLLL L_ W _ _ _ _ _ _ _ = = _ __ o 000000000 coo 0 v,: c m a) a , E C } V tO tO tO u- tO to tO In LO (D (D(D (O W (O W CO W CO C)C) C)C)C)C) C) C) C)0 0 o O 0 O n Lr}L`- U -moo 0 0 0 0 . .. . . 0 0 0 0 0 0 0 0 0 0 0 0 0..... .. . 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o a) D o m .0 -0 O r N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N O M M 0 0 tO to 0V 3 0 WOWrWM tOW1` (OrNOrNNM M. I NMVMMNWCO WN O ••-O V .- 1` rr VV V4CCmVV 7Vm(`1` t`WCO . CO O O_ OOo0,- MMM ,4 a WWWW MMMMM O) = rNNNNNNNN N t (0co, E > QNNNN N NNNNNNNNNNNNNNNNNNNNN aa Z 0 0 0 0 0 o 0 o o 0000000000000000000000000 - 0 0a w 000000000 UUUUUUUUUUUUUUUUUUUUUUUUU ¢ CCCC ¢ (' 0. Current Fixed and Support Vehicle Inventory PURCHASE Mileage as REPLACEMENT No. ID YEAR MAKE VIN BUS SIZE of 3/20 YEAR Funding Source Fixed Route Buses 1 60091 2006 GILLIG 15GGE291661091164 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 15GGE271471091586 30'bus 651901 2017 5307 FY07 5 CC2-242 2007 GILLIG 15GGE271871091588 30'bus 594727 2017 5307 FY07 6 CC2-243 2007 GILLIG I5GGE271X71091589 30'bus 628678 2017 5307 FY07 7 CC2-497 2010 GILLIG 15GGB2719A1177671 35'bus 698535 2022 5307 FY08 8 CC2-498 2010 GILLIG 15GGB2719A1177672 35'bus 676781 2022 5307 FY08 9 CC2-499 2010 GILLIG 15GGB2719A1177673 35'bus 702981 2022 5307 FY08 10 CC2-513 2010 GILLIG 15GGB3014A1178484 35'hybrid bus 503270 2022 5307 FY09 ARRA 11 CC2-514 2010 GILLIG 15GGB3016A1178485 35'hybrid bus 544760 2022 5307 FY09 ARRA 12 CC2-619 2011 GILLIG 15GGB2710C1180347 35'bus 485384 2023 5307 FY10 13 CC2-620 2011 GILLIG 15GGB2712C1180348 35'bus 460172 2023 5307 FY10 14 CC2-621 2011 GILLIG 15GGB2414C1180349 35'bus 437810 2023 5307 FY10 15 CC2-659 2012 GILLIG 15GGB2719C1180752 35'bus 497102 2024 5307 FY11/Flex 16 CC2-660 2012 GILLIG 15GGB2710C1180753 35'bus 480039 2024 5307 FY11 17 CC2-675 2012 GILLIG 15GGB2710C1180509 35'bus 427023 2024 CMS flex funds 18 CC2-799 2013 GILLIG 15GGD2712E1184199 40'Transit Bus 504905 2025 5307 FY12 19 CC2-800 2013 GILLIG 15GGD2715E1184200 40'Transit Bus 495067 2025 5307 FY12 20 CC2-1008 2015 GILLIG 15GGD2718F1184208 40'Transit Bus 360808 2027 5307 FY13 21 CC2-1122 2016 FREIGHTLINER 4UZADPDU1GCHJ1809 30'GLAVAL BUS 71384 2023 5307 FY13 22 CC2-1408 2017 GILLIG 15GGB2711G1186275 35'bus 248361 2029 5307 FY14 23 CC2-1409 2017 GILLIG 15GGB2713G1186276 35'bus 222398 2029 5307 FY14 24 CC2-1620 2017 GILLIG 15GGE2715H3093319 30'bus 141923 2027 5307 FY15 25 CC2-1621 2017 GILLIG 15GGE2711H3093320 30'bus 126906 2027 5307 FY15 26 CC2-1622 2017 GILLIG 15GGE2713H3093321 30'bus 147626 2027 5307 FY15 27 CC2-1623 2017 GILLIG 15GGE2715H3093322 30'bus 157936 2027 5307 FY15 28 CC2-1719 2018 GILLIG 15GGE271XJ3093449 30'bus 90209 2028 5307 FY16 29 CC2-1917 2019 GILLIG 15GGE2713K3093424 30'bus 29151 2029 5307 FY16 Support Vehicles 1 CC2-1402 2016 FORD 1FTNF1CF1GFK56777 F150 78784 2024 5307 FY14 2 CC2-1553 2017 FORD 1FAHP2E87HG111047 TAURUS 16,632 2021 5307 FY15 3 CC2-1662 2017 FORD 1FTMF1C89HKE39401 F150 87,235 2021 5307 FY15 4 CC2-2106 2018 FORD NM0GS9E22K1412891 ' Van 16,206 2026 5307 FY17 5 CC2-2107 2018 FORD NM0G59E25K1412884 Van 18,484 2026 5307 FY17 Replaced with prior 5307 grants milimillil Replacing w/5307 FY20 (Si Equipment Inventory Expected Purchased Retirement FDOT# ID Description Model Year Life Date VIN :a: Funding Source N/A 2537 M5300 Radio 800MHz MAHKS8MEX 2013 8 2021 A4011E067832 5310 FY12 N/A 2539 M5300 Radio 800MHz MAHKS8MEX 2013 8 2021 A4011E067834 5310 FY12 N/A 2538 M5300 Radio 800MHz MAHKS8MEX 2013 8 2021 A4011E067833 5310 FY12 N/A 2567 M5300 Radio 800MHz MAHKS8MEX 2014 8 2022 A4011E071994 5310 Add N/A 2570 M5300 Radio 800MHz MAHKS8MEX 2014 8 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 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 A4011E079074 Local Funds N/A CC1-6182 M5300 Radio 800MHz MAHKS8MEX 2015 8 2023 A4011E079075 Local Funds _ N/A 001-6645 M5300 Radio 800MHz MAHKS8MEX 2015 8 2023 A4011E081756 5310 FY14 N/A CC1-6646 M5300 Radio 800MHz MAHKS8MEX 2015 8 2023 A4011E081757 5310 FY14 N/A CC1-6647 M5300 Radio 800MHz MAHKS8MEX 2015 8 2023 A4011E081758 5310 FY14 N/A 001-6648 M5300 Radio 800MHz MAHKS8MEX 2015 8 2023 A4011E081759 5310 FY14 N/A 001-6649 M5300 Radio 800MHz MAHKS8MEX 2015 8 2023 A4011E081760 5310 FY14 N/A 001-7162 XG-25M Radio 800MHz DMM78B 2016 8 2024 A40153009709 5310 FY15 N/A 001-7163 XG-25M Radio 800MHz DMM78B 2016 8 2024 A40153010101 5310 FY15 N/A 001-7164 XG-25M Radio 800MHz DMM78B 2016 8 2024 A40153010102 5310 FY15 N/A 001-7165 XG-25M Radio 800MHz DMM78B 2016 8 2024 A40153010103 5310 FY15 N/A 001-7166 XG-25M Radio 800MHz DMM78B 2016 8 2024 A40153010104 5310 FY15 N/A 001-7167 XG-25M Radio 800MHz DMM78B 2016 8 2024 A40153010105 5310 FY15 N/A 001-8056 XG-25M Radio 800MHz DMM78B 2017 8 2025 A40153015951 5310 FY16 N/A 001-8057 XG-25M Radio 800MHz DMM78B 2017 8 2025 A40153015952 5310 FY16 N/A 001-8058 XG-25M Radio 800MHz DMM78B 2017 8 2025 A40153015954 5310 FY16 N/A 001-8059 XG-25M Radio 800MHz DMM78B 2017 8 2025 A40153015955 5310 FY16 N/A 001-8655 XG-25M Radio 800MHz DMM78B 2017 8 2025 A40153017557 5307 FY15 N/A 001-8664 XG-25M Radio 800MHz DMM78B 2017 8 2025 A40153017668 5307 FY15 N/A 001-9840 XG-25M Radio 800MHz DMM78B 2018 8 2026 A40153021549 5310 FY17 N/A 001-9841 XG-25M Radio 800MHz DMM78B 2018 8 2026 A40153021446 5310 FY17 _ N/A 001-9842 XG-25M Radio 800MHz DMM78B 2018 8 2026 A40153021447 5310 FY17 N/A 001-9843 XG-25M Radio 800MHz DMM78B 2018 8 2026 A40153021448 5310 FY17 N/A 001-11133 XG-25M Radio 800MHz DMM78B 2019 8 2027 A40153023361 5310 FY18 N/A 001-11134 XG-25M Radio 800MHz DMM78B 2019 8 2027 A40153023362 5310 FY18 N/A 001-11135 XG-25M Radio 800MHz DMM78B 2019 8 2027 A40153023365 5310 FY18 N/A 001-11136 XG-25M Radio 800MHz DMM78B 2019 8 2027 A40153024075 5310 FY18 N/A 001-11620 XG-25M Radio 800MHz DMM78B 2020 8 2028 A40153027319 5310 FY19 N/A 001-11621 XG-25M Radio 800MHz DMM78B 2020 8 2028 A40153027320 5310 FY19 N/A 001-11622 XG-25M Radio 800MHz DMM78B 2020 8 2028 A40153027345 5310 FY19 N/A 001-11623 XG-25M Radio 800MHz DMM78B 2020 8 2028 A40153028762 5310 FY19 N/A 001-11624 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 • (a)• Florida Department of Transportation FFY21 Section 5310 Grant Application PART III - MANAGERIAL CAPABILITY Exhibit I: FDOT Certification and Assurances (Collier County Board of County Commissioners) certifies and assures to the Florida Department of Transportation regarding its Application under U.S.C. Section 5310 dated 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 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) • 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 Florida Department of Transportation FFY21 Section 5310 Grant Application 8 It will return project vehicles/equipment to FDOT if, for any reason, they are no longer needed or used for the purpose intended. 9 It recognizes FDOT's authority to remove vehicles/equipment from its premises, at no cost to FDOT, if FDOT determines the vehicles/equipment are not used for the purpose intended, improperly maintained, uninsured, or operated unsafely. 10 It will not enter into any lease of project vehicles/equipment or contract for transportation services with any third party without prior approval of FDOT. 11 It will notify FDOT within 24 hours of any accident or casualty involving project vehicles/equipment and submit related reports as required by FDOT. 12 It will notify FDOT and request assistance if a vehicle should become unserviceable. 13 It will submit an annual financial audit report to FDOT (FDOTSingleAudit@dot.state.fl.us), if required. 14 It will undergo a triennial review and inspection by FDOT to determine compliance with the baseline requirements. If found not in compliance, it must send a progress report to the local FDOT District office on a quarterly basis outlining the agency's progress towards compliance. December 8,2020 Date Signature of Authorized Representative Burt L. Saunders,Chairman __Typed Name and Title of Authorized Representative ATTEST t,proved as to form and legality CRYSTAL K.KINZEL,CLERK Car4AN1/4. Assistant County Attun Qj Attest a6 to Chairman's signature only. Page 34 of 39 10.5 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 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 _Typed Name and Title of Authorized Representative Approved as to form and legality ATTEST p/1. CRYSTAL K.KINZ L,CLERK Page 35 of 39 (L �. As ' cant County Atto ey 032\ 1 g ab 0 airman") mature only. Florida Department of Transportation FFY21 Section 5310 Grant Application Exhibit K: Leasing Certification Memorandum for FTA 5310 December 8,2020 Date: Collier County Board of County Commissioners From: Signature Burt L. Saunders, Chairman Typed Name and Title of Authorized Representative Collier County Board of County Commissioners Typed Agency Name To: Florida Department of Transportation, District Office Modal Development Office/Public Transit Subject: 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 vehicle(s) or equipment out to a third party No X Yes n 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 oO CR TALK.KIN ,CLERK �'a' Page 36of39 97Q •s►stant County A ►eY signature only. nq� 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 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; 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 of Authorized Representative Af..lit,4•Agwee-- Signature of Authorized Representative Approved as to form and legality 0 ATTEST 0(1, CRY AL K.KINZ CLERK �� ssistant County ey � Y' Page 37 of 39 R27::,,i1a6t0 ChM' signature only. Florida Department of Transportation 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 TransClP.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 letter stating that a compliant TOP will be developed will be developed prior to 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 concerning the development of a TOP. Exhibit 0: 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 stating that a compliant Title VI Plan will be 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 OMB Number:4040-0004 Expiration Date:12/31/2022 Application for Federal Assistance SF-424 1.Type of Submission: '2.Type of Application: 'If Revision,select appropriate letter(s): Preapplication ®New ®Application Continuation •Other(Specify): ❑Changed/Corrected Application El Revision 3.Date Received: 4.Applicant Identifier: I 5a.Federal Entity Identifier: 5b.Federal Award Identifier: State Use Only: 6.Date Received by State: 7.State Application Identifier: 1001 8.APPLICANT INFORMATION: a.Legal Name: Collier County Board of County Commissioners b.EmployerfTaxpayer Identification Number(EINlTIN): 'c.Organizational DUNS: 59-6000558 0769977900000 d.Address: Streetl: 18300 Radio Rd. Street2: City: Naples County/Parish: 'State: FL: Florida Province: 'Country: USA: UNITED STATES `Zip/Postal Code: 34104-5928 e.Organizational Unit: Department Name: Division Name: Public Services FINE f.Name and contact information of person to be contacted on matters involving this application: Prefix: tits. *First Name: Judith Middle Name: *Last Name: Igizensky Suffix: L Title: Grants Coordinator Organizational Affiliation: Collier County 'Telephone Number: 239-252-2590 Fax Number: `Email: Judith.Sizensky@colliercountyfl.gov Application for Federal Assistance SF-424 *9.Type of Applicant 1:Select Applicant Type: tt: County Government Type of Applicant 2:Select Applicant Type: Type of Applicant 3:Select Applicant Type: 'Other(specify): 10.Name of Federal Agency: Federal Transit Administration 11.Catalog of Federal Domestic Assistance Number: 20.513 CFDA Title: Formula Grant for Enhanced Mobility of Seniors & Individuals with Disabilities 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 *15.Descriptive Title of Applicant's Project: Funding will be used to purchase three replacement vehicles with three radios and three tablets for use on those vehicles. Attach supporting documents as specified in agency instructions. Add Attachments Delete Attachments View Attachments I Q� 1 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 Attach an additional list of Program/Project Congressional Districts if needed. Add Attachment [ Delete Attachment View Attachment 17.Proposed Project: 'a.Start Date: 10/01/2021 'b.End Date: 09/30/2022 18.Estimated Funding($): 'a.Federal 208,432.80 *b.Applicant 26,054.10 'c.State 26,054.10 'd.Local 'e.Other 'f. Program Income 'g.TOTAL 260,541.00 '19.Is Application Subject to Review By State Under Executive Order 12372 Process? O a.This application was made available to the State 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,I certify(1)to the statements contained in the list of certifications"and(2)that the statements herein are true, complete and accurate to the best of my knowledge. I also provide the required assurances" and agree to comply with any resulting terms if I accept an award.I am aware that any false,fictitious,or fraudulent statements or claims may subject me to criminal,civil,or administrative penalties.(U.S.Code,Title 218,Section 1001) ® "IAGREE " 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: t•1r. 'First Name: Burt Middle Name: I,. 'Last Name: Saunders Suffix: 'Title: Chairman 'Telephone Number: 239-252-2793 Fax Number: 'Email: Burt.Saunder5lcolliercountyfl.gov 'Signature of Authorized Representative: ® ' 'Date Signed: �.,. #,...."'r� ' _ Approvea as to than ant t. . CRY L K. K1NLE LERK \ C ��'�� r�1 81TtYtilR+S ssistant County At un \�v1� /�4 VV :l r::..n'+ttft‘fTh V_ FDOT . •- Florida Department of Transportation RON DESANTIS 801 N. Broadway Avenue KEVIN J.THIBAIILT,P.E. GOVERNOR Bartow, FL 33830 SECRETARY 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, Digitally signed by Dale Hanson Dale DN.CN=Dale Hanson email= �31e.hanson©dot.state.fl.us C= Hanson UDI°2=20.D10.05 16 46 18104'00' 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 4 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, %tally sp.by woe.5 Pero. Michelle S. ,MK^•°esPe,�oemel. 9e W06o51,240 Peronto o _. ,-z..�.a� 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 Safely, Enhance Mobility, Inspire Innovation www.fdot.gov ���� 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.scheperscdot.state.fl.us Page 39 of 39 ,