Loading...
Backup Documents 12/14/2021 Item #16A20 16AZU ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. Joshua Thomas, Operations Analyst Community & Human 12/06/21 Services 2. Jennifer Belpedio County Attorney Office cx1), 62p kt i,1 3. BCC Office Board of County ,0r Commissioners tkiQ Si/ /4/5 .1 4. Minutes and Records Clerk of Court's Office . t ` ' �• r � aoistit PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Joshua Thomas/CHS Operations Analyst Phone Number 239-252-8995 Contact/ Department Agenda Date Item was December 14,2021 Agenda Item Number 16 A 20 Approved by the BCC Type of Document FTA 5310 Grant Agreement Number of Original 1 Attached Documents Attached PO number or account See Routing Instructions Attached number if document is ��� • to be recorded 13rv[-(yli F 1,0 c,, INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A" in the No licable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman' iginal s' ature? JT 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be JT signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the JT document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's JT signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip JT should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on 12/14/21 and all changes made during JT N/A is not an the meeting have been incorporated in the attached document. The County option for Attorney's Office has reviewed the changes,if applicable. this line. 9. Initials of attorney verifying that the attached document is the version approved by the N/A is not an BCC,all changes directed by the BCC have been made, and the document is ready for the �l option for Chairman's signature. this line. I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12 i6A2U Cotter County Public Services Department Community & Human Services Division MEMO December 14, 2021 TO: BCC—Minutes & Records FROM: Joshua Thomas, Operations Analyst RE: BCC Agenda Item 164,0 FTA 5310 Grant Agreement-TIME SENSITIVE Please have the Chairman sign with original signature in blue ink, one copy of the attached FTA 5310 Grant Agreement. Once the agreement has been signed, please e-mail a scanned copy to dl.transitoffice@dot.state.fl s Attention Michele Fsrestt. This item is time sensitive as FDOT needs the signed agreement by,December 17, 2021. _J If you have any questions, please call me at: X-8995 Thank You! t,L) . Community&Human Services Division•3339 Tamiami Trail East,Suite 211 •Naples,Florida 34112-5361 239-252-CARE(2273)•239-252-CAFE(2233)•239-252-4230(RSVP)•www.colliergov.net/humanservices 1 6A2U Martha S. Vergara From: Martha S. Vergara Sent: Thursday, December 16, 2021 12:26 PM To: 'd 1.transitoffice@dot.state.fl.us' Cc: ThomasJoshua Subject: FTA 5310 Grant Agreement Attachments: Notice of FTA Section5310 Grant Award.pdf Hello Michele, Attached are the requested documents for processing. Thanks, Martha Vergara BMR&VAB Senior Deputy Clerk atm(Ykk Office: 239-252-7240 r, Fax: 239-252-8408 E-mail: martha.vergara@CollierClerk.com Office of the Clerk of the Circuit Court & Comptroller of Collier County 3299 Tamiami Trail E, Suite #401 Naples, FL 34112 www.CollierClerk.com i Crystal K. Kinzel GI}17 COURT 1 6 A 2 0 40c� ,,� Collier County � o o '� Clerk of the Circuit Court and Comptroller 3315 Tamiami Trail East, Suite 102 7 Naples, Florida 34112-5324 * 1<'�R CouN'IY•v,c) December 16, 2021 FDOT— District One Attn: Michele Forestt 801 North Broadway Ave. Bartow, Florida 33830 Re: Notice of FTA Section 5310 Grant Award (FL-16-0046/FFY2021/5FY2021/2022) Transmitted herewith is one (1) original agreement of the above referenced document, as adopted by the Collier County Board of County Commissioners of Collier County, Florida on Tuesday, December 14, 2021, during Regular Session. Please e-mail a fully executed copy to minutesandrecords@collierclerk.com for the Boards Official Records. Very truly yours, CRYSTAL K. KINZEL, CLERK Martha Vergara, • er� g � Dep Phone-(239)252-2646 Fax-(239)252-2755 Website-www.CollierClerk.com Email-CollierClerk@collierclerk.com 16A20 FDDT` Florida Department of Transportation RON DESANTIS 801 N. Broadway Avenue KEVIN J.THIBAULT, P.E. GOVERNOR Bartow, FL 33830 SECRETARY NOTICE OF FTA SECTION 5310 GRANT AWARD FL-16-0046 / FFY 2021 / SFY 2021/2022 Based on the Agency's Application for Federal Assistance under 49 U.S.C. Section 5310, "Enhanced Mobility of Seniors and Individuals with Disabilities" program, which was due to the Florida Department of Transportation (FDOT), District One Modal Development Office (Department) on or before December 14, 2020 and is on file at the FDOT, District One, 801 North Broadway Avenue, Bartow, Florida 33830 offices, the Department hereby makes the following federal grant award under the 49 U.S.C. Section 5310 Program to: Collier County Board of County Commissioners (Subrecipient) Bonita Springs UZA 8300 Radio Road, Naples, FL 34104 Estimated Estimated Estimated Estimated Description Total Federal State Local 100% 80% 10% 10% (3) Bus < 30 Feet $250,641.00 $200,513.00 $25,064.00 $25,064.00 TOTAL $250,641.00 $200,513.00 $25,064.00 $25,064.00 Financial Management Number: 435210-1-93-18 Federal Award Identification Number(FAIN): Temp. No. 1001-2022-1 * Perm No. Agency's DUNS Number 076997790 Agency's Federal Employee Identification No. (FEIN) 59-6000558 Agency's Fiscal Year October-September (month to month) *Permanent FAIN number will be assigned to this award after its execution and will be copied to Subrecipient. ACCEPTANCE OF GRANT AWARD The undersigned accepts the above-described award and: a) The Subrecipient reaffirms its assurances to Federal Transit Administration (FTA) and FDOT as stated in Exhibits I, L, and M of its application. b) The Subrecipient agrees to use and maintain the grant awarded equipment in accordance with the federal and state program requirements, and for the services described, in its approved application. c) The Subrecipient agrees to comply with all applicable civil rights statutes and implementing regulations. d) The Subrecipient agrees to contact the FDOT Contractor, Lazara Stinnette, at the Center for Urban Transportation Research (CUTR), Florida Transit Research Inspection and Procurement Services (TRIPS) at 813-974-0695 to arrange purchase of the above items. This purchase will follow the Department's Guidelines for Acquiring Vehicles and Equipment. e) The Subrecipient must do the following PRIOR to the purchase of EQUIPMENT: 1) Follow FDOT Procurement Guidance for Transit Agencies manual, as amended, and complete the appropriate Third-Party Checklist in accordance with the procurement threshold, as outlined in the Introduction, and submit to your FDOT Transit Projects Coordinator for review. Once the Agency has received applicable FDOT Third-Party Procurement concurrence from their FDOT Transit Projects Coordinator, they may purchase equipment. 2) For reimbursement from the Department, provide a Reimbursement Invoice, an Agency Invoice, signed Third-Party Procurement Checklist and proof of purchase and payment(such as merchant receipt)to your FDOT Transit Projects Coordinator. Improve Safety, Enhance Mobility, Inspire Innovation www.fdot.gov 0t A) 16A20 3) All concurrences and documentation noted in Items e) 1 and 2 must be completed and submitted to your FDOT Transit Projects Coordinator on or before April 15`h. The FDOT Transit Projects Coordinator will then forward approval to Lazara with CUTR to request reimbursement. If this deadline is not met, funds will be moved into future fiscal years. f) The Subrecipient MUST request purchase of the VEHICLES on or before April 15, 2022. g) The Subrecipient agrees to submit the local matching funds when requested to do so. h) The Subrecipient, if it is not a Community Transportation Coordinator (CTC), agrees to submit its Annual Operating Report (AOR) data to the CTC as requested. i) The Subrecipient will forward a copy of its maintenance plan as outlined in their Transportation Operating Plan (TOP) or System Safety Program Plan (SSPP) to Ms. Dale Hanson within 30 days of receiving the vehicle, if you have not already done so. j) The Subrecipient is required to insure the vehicles. The Department shall be named as "certificate holder" on the insurance policy throughout the time period the Department is the only lien holder. The Subrecipient shall be required to submit proof of insurance showing minimum coverage and the Department listed as "certificate holder"within 30 days of receiving the vehicle and provide proof of insurance yearly. SPECIAL CONSIDERATIONS: E-Verify -Vendors/Contractors: 1. Shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Vendor/Contractor during the term of the contract; and 2. Shall expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. Single Audit Information Exhibit 1 and Exhibit 2 to this Notice Of Grant Award provide the required federal award identification and information needed to comply with the single audit requirements. Please note this award is for a passenger vehicle(s) and/or other capital equipment/costs. The value of the federal award should be considered as non- cash assistance. A non-Federal entity as defined by OMB Circular A-133, for fiscal years beginning before December 26, 2014, and 2 CFR Part 200, thereafter, as a recipient of this Federal award, may be subject to the audit requirements established by OMB Circular A-133, for fiscal years beginning before December 26, 2014, and 2 CFR Part 200, thereafter. In determining Federal awards expended in a fiscal year,the non-Federal entity must consider all sources of Federal awards, including non-cash contributions. To be signed by the Subrecipient and returned to the FDOT District One Office (To be completed and signed by the person authorized to accept Grant Awards.) AGENCY: Collier County Board of County Commissioners (Name Accepted by: Date (Signature) Typed Name and Title: Penny Taylor, Chairperson FLORIDA DEPARTMENT OF TRANSPORTATION Award Approved by: Federal Award Date: Typed Name and Title: Paul A. Simmons District Modal Development Administrator err. 4; Improve Safety, Enhance Mobility, Inspire Innovation ` ATTEST -' CRYSTAL K.KINZEL,CLERK www.fdot.gov Approved as to form and le lit � � BY: \2\ As istant County A or ae2of5 ney signaturetonly. '����� 16A2u EXHIBIT 1 Federal Financial Assistance FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE AS FOLLOWS: CFDA No. 20.513 CFDA Title Enhanced Mobility of Seniors and Individuals with Disabilities CFDA Program Site www.cfda.gov Awarding Agency Florida Department of Transportation Award Amount REFER TO THE VEHICLE/EQUIPMENT DELIVERY NOTICE PACKAGE FOR ACTUAL PURCHASE PRICE Research & Development Not Applicable** Indirect Cost Rate Not Applicable **Research and Development as defined at §200.87, 2 CFR Part 200 FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE SUBJECT TO THE FOLLOWING AUDIT REQUIREMENTS: 2 CFR Part 200 — Uniform Administrative Requirements, Cost Principles & Audit Requirements for Federal Awards www.ecfr.gov FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT MAY ALSO BE SUBJECT TO THE FOLLOWING: 49 USC 5310: Formula Grants for the Enhanced Mobility of Seniors and Individuals with Disabilities http://uscode.house.qov/view.xhtml?req=granuleid:USC-prelim-title49- section5310&num=0&edition=prelim FTA Circular 9070.1G: Enhanced Mobility of Seniors and Individuals with Disabilities Program Guidance and Application Instructions www.fta.dot.gov/legislation law/12349.html Federal Funding Accountability and Transparency Act (FFATA) Sub-award Reporting System (FSRS) www.fsrs.gov Improve Safety, Enhance Mobility, Inspire Innovation www.fdot.gov Page 3 of 5 16A2C EXHIBIT 2 Single Audit Requirements The administration of resources awarded through the Department to the Subrecipient by this Agreement may be subject to audits and/or monitoring by the Department. The following requirements do not limit the authority of the Department to conduct or arrange for the conduct of additional audits or evaluations of Federal awards or limit the authority of any State agency inspector general, the State of Florida Auditor General or any other State official. The Subrecipient shall comply with all audit and audit reporting requirements as specified below. a. In addition to reviews of audits conducted in accordance with 2 CFR Part 200, Subpart F — Audit Requirements, monitoring procedures may include but not be limited to on-site visits by Department staff and/or other procedures including, reviewing any required performance and financial reports, following up, ensuring corrective action, and issuing management decisions on weaknesses found through audits when those findings pertain to Federal awards provided through the Department by this Agreement. By entering into this Agreement, the Subrecipient agrees to comply and cooperate fully with any monitoring procedures/processes deemed appropriate by the Department. The Subrecipient further agrees to comply and cooperate with any inspections, reviews, investigations or audits deemed necessary by the Department, State of Florida Chief Financial Officer (CFO) or State of Florida Auditor General. b. The Subrecipient, a non-Federal entity as defined by 2 CFR Part 200, Subpart F — Audit Requirements, as a recipient of a Federal award awarded by the Department through this Agreement is subject to the following requirements: i. In the event the Subrecipient expends a total amount of Federal awards equal to or in excess of the threshold established by 2 CFR Part 200, Subpart F—Audit Requirements, the Subrecipient must have a Federal single or program-specific audit for such fiscal year conducted in accordance with the provisions of 2 CFR Part 200, Subpart F —Audit Requirements. Exhibit 1 to this Agreement provides the required Federal award identification information needed by the Subrecipient to further comply with the requirements of 2 CFR Part 200, Subpart F — Audit Requirements. In determining Federal awards expended in a fiscal year, the Subrecipient must consider all sources of Federal awards based on when the activity related to the Federal award occurs, including the Federal award provided through the Department by this Agreement. The determination of amounts of Federal awards expended should be in accordance with the guidelines established by 2 CFR Part 200, Subpart F—Audit Requirements. An audit conducted by the State of Florida Auditor General in accordance with the provisions of 2 CFR Part 200, Subpart F —Audit Requirements, will meet the requirements of this part. ii. In connection with the audit requirements, the Subrecipient shall fulfill the requirements relative to the auditee responsibilities as provided in 2 CFR Part 200, Subpart F —Audit Requirements. iii. In the event the Subrecipient expends less than the threshold established by 2 CFR Part 200, Subpart F — Audit Requirements, in Federal awards, the Subrecipient is exempt from Federal audit requirements for that fiscal year. However, the Subrecipient must provide a single audit exemption statement to the Department at FDOTSingleAudit@dot.state.fl.us no later than nine months after the end of the Subrecipient's audit period for each applicable audit year. In the event the Subrecipient expends less than the threshold established by 2 CFR Part 200, Subpart F—Audit Requirements, in Federal awards in a fiscal year and elects to have an audit conducted in accordance with the provisions of 2 CFR Part 200, Subpart F —Audit Requirements, the cost of the audit must be paid from non-Federal resources (i.e., the cost of such an audit must be paid from the Subrecipient's resources obtained from other than Federal entities). Improve Safety, Enhance Mobility, Inspire Innovation www.fdot.gov Page 4 of 5 `per 16A2U iv. The Subrecipient must electronically submit to the Federal Audit Clearinghouse (FAC) at https://harvester.census.gov/facweb/the audit reporting package as required by 2 CFR Part 200, Subpart F — Audit Requirements, within the earlier of 30 calendar days after receipt of the auditor's report(s) or nine months after the end of the audit period. The FAC is the repository of record for audits required by 2 CFR Part 200, Subpart F — Audit Requirements, and this Agreement. However, the Department requires a copy of the audit reporting package also be submitted to FDOTSingleAudit(c�dot.state.fl.us within the earlier of 30 calendar days after receipt of the auditor's report(s) or nine months after the end of the audit period as required by 2 CFR Part 200, Subpart F—Audit Requirements. v. Within six months of acceptance of the audit report by the FAC, the Department will review Subrecipient's audit reporting package, including corrective action plans and management letters, to the extent necessary to determine whether timely and appropriate action on all deficiencies has been taken pertaining to the Federal award provided through the Department by this Agreement. If the Subrecipient fails to have an audit conducted in accordance with 2 CFR Part 200, Subpart F —Audit Requirements, the Department may impose additional conditions to remedy noncompliance. If the Department determines that noncompliance cannot be remedied by imposing additional conditions, the Department may take appropriate actions to enforce compliance, which actions may include but not be limited to the following: 1. Temporarily withhold cash payments pending correction of the deficiency by the Agency or more severe enforcement action by the Department; 2. Disallow (deny both use of funds and any applicable matching credit for) all or part of the cost of the activity or action not in compliance; 3. Wholly or partly suspend or terminate the Federal award; 4. Initiate suspension or debarment proceedings as authorized under 2 C.F.R. Part 180 and Federal awarding agency regulations (or in the case of the Department, recommend such a proceeding be initiated by the Federal awarding agency); 5. Withhold further Federal awards for the Project or program; 6. Take other remedies that may be legally available. vi. As a condition of receiving this Federal award, the Subrecipient shall permit the Department, or its designee, the CFO or State of Florida Auditor General access to the Subrecipient's records including financial statements, the independent auditor's working papers and project records as necessary. Records related to unresolved audit findings, appeals or litigation shall be retained until the action is complete or the dispute is resolved. vii. The Department's contact information for requirements under this part is as follows: Office of Comptroller, MS 24 605 Suwannee Street Tallahassee, Florida 32399-0450 FDOTSingleAudit(a�dot.state.fl.us c. The Subrecipient shall retain sufficient records demonstrating its compliance with the terms of this Agreement for a period of five years from the date the audit report is issued and shall allow the Department, or its designee, the CFO or State of Florida Auditor General access to such records upon request. The Subrecipient shall ensure that the audit working papers are made available to the Department, or its designee, the CFO, or State of Florida Auditor General upon request for a period of five years from the date the audit report is issued unless extended in writing by the Department. Improve Safety, Enhance Mobility, Inspire Innovation www.fdot.gov Page 5 of 5 pd