Loading...
HomeMy WebLinkAbout2018-184Indian River County Grant Contract Subrecipient Award This Grant Contract ("Contract") entered into effective this 2nd day of October 2018, by and between Indian River County, a political subdivision of the State of Florida, 1801 27th Street, Vero Beach, FL 32960 ("County") and the Senior Resource Association (SRA) ("Subrecpient" ), 694 14th Street, Vero Beach, FL 32960, for providing and administering mass transit service for Indian River County. Background Recitals A. The County received the 2018 Section 5307 Capital and Operating Grant ("Award") from the Federal Transit Administration (FTA) on September 20, 2018, the Award Date. B. The Award is for planning, acquisition, construction, improvement and operating costs of facilities, equipment, and capital maintenance items used in public transportation. C. The Federal Award Identification Number ("FAIN") for the Award, if applicable, is FL -2018-103-00. D. The Catalog of Federal Domestic Assistance ("CFDA") Number for the Award, if applicable, is 20.507 (CFDA). The total dollar amount made available under the Award is $3,290,751. E. The indirect cost rate for the Award, including if the de minimis rate is charge, per federal regulations is based upon the County approved indirect cost allocation plan (Exhibit E). F. The Subrecipient, by submitting a proposal to the County, has applied for a grant of money ("Grant") for the Grant Period (as such term is hereinafter defined) on the terms and conditions set forth herein. G. The County has agreed to provide such Grant funds to the Subrecipient for the Grant Period (as such term is hereinafter defined) on the terms and conditions set forth herein. NOW THEREFORE, in consideration of the mutual covenants and promises herein contained, and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the parties agree as follows: Background Recitals The background recitals are true and correct and form a material part of this Contract. 2. Purpose of Grant The Grant shall be used only for the purposes set forth in the complete proposal submitted by the Subrecipient attached hereto as Exhibit "B" and incorporated herein by this reference (such purposes hereinafter referenced as "Grant Purposes"). 3. Research and Development The award under this Contract is not for research activities, both basic and applied, and all development activities that are performed by non -Federal entities. The term research also includes activities involving the training of individuals in research techniques where such activities utilize the same facilities as other research and development activities and where such activities are not included in the instruction function. 4. Term The Subrecipient acknowledges and agrees that the Grant is limited to the grant period Exhibit "A" ("Grant Period"). The Grant Period and performance start date commences on September 20, 2018 and ends on March 29, 2026. Grant Funds and Payment The approved Grant for the Grant Period is ($3,290,751). The amount of federal funds obligated under this Contract by the County to the Subrecipient is ($3,290,751). The total amount of the Award committed to the Subrecipient by the County is ($3,290,751). The total amount of federal funds obligated to the Subrecipient by the County, including the current obligation is see ($3,290,751). The County agrees to reimburse the Subrecipient from such Grant funds for actual documented costs incurred for Grant Purposes provided in accordance with this Contract. Reimbursement requests may be made no more frequently than monthly. Each reimbursement request shall contain the information, at a minimum, that is set forth in Exhibit "C" attached hereto and incorporated herein by this reference. All reimbursement requests are subject to audit by the County. In addition, the County may require additional documentation of expenditures, as it deems appropriate. 6. Indirect costs Subrecipient is permitted to charge an indirect cost rate of 0% to the federal award because indirect costs are charged directly through an approved indirect cost allocation plan. (The rate shall be based on either the County's federally negotiated indirect cost rate or, if no such rate has been obtained, a fixed rate of 10% of modified total direct costs). 7. Additional Obligations of Subrecipient. 7.1 Records. The Subrecipient shall maintain adequate internal controls in order to safeguard the Grant. In addition, the Subrecipient shall maintain adequate records fully to document the use of the Grant funds for at least three (3) years after the expiration of the Grant Period. The County and its auditors shall have access to all books, records, documents and financial statements as required by the County to meet federal requirements or by this Section for the purpose of inspection or audit during normal business hours at the County's expense, upon five (5) days prior written notice. 7.2 Compliance with Laws. The Subrecipient shall comply at all times with all applicable federal, state, and local laws, rules, and regulations, including Title 2 US Code of Federal Regulations Part 200, Uniform Administrative Requirements, Cost Principals, and Audit Requirements of Federal Awards (Uniform Guidance), Florida Statutes, Chapter 10.550, Rules of the Auditor General, and the terms and conditions of the Award. 7.3 Quarterly Performance Reports. The Subrecipient shall submit quarterly, cumulative, Performance Reports to the Metropolitan Planning Organization Department of the County within fifteen (30) business days following: December 31, March 31, June 30, and September 30. These reports should include but not limited to grant expenses and other statistics as required by the grant during the quarter, and the progress the agency has made toward meeting their goals and objectives as they stated in their RFP response. 7.4 Audit Requirements. If Subrecipient receives $100,000 or more in the aggregate from all Indian River County government funding sources, the Subrecipient is required to have an audit completed by an independent certified public accountant at the end of the Subrecipient's fiscal year. Within 180 days of the end of the Subrecipient's fiscal year, the Subrecipient shall submit the audit to the Indian River County Office of Management and Budget. The fiscal year will be as reported on the application for funding, and the Subrecipient agrees to notify the County prior to any change in the fiscal period of Subrecipient. The Subrecipient acknowledges that the County may ileny funding to any Subrecipient if an audit required by this Contract for a prior fiscal year is past due and has not been submitted within the 180 day period. 7.4.1 The Subrecipient further acknowledges that, promptly upon receipt of a qualified opinion from their independent auditor, such qualified opinion shall immediately be provided to the Indian River County Office of Management and Budget. The qualified opinion shall thereupon be reported to the Board of County Commissioners and funding under this Contract will cease immediately. The foregoing termination right is in addition to any other right of the County to terminate this Contract. 7.4.2 The Indian River County Office of Management and Budget reserves the right at any time to send a letter to the Subrecipient requesting clarification if there are any questions regarding a part of the financial statements, audit comments, or notes. 7.5 Insurance Requirements. Subrecipient shall, no later than October 1, 2019, provide to the Indian River County Risk Management Division a certificate or certificates issued by an insurer or insurers authorized to conduct business in Florida that is rated not less than category A-: VII by A.M. Best, subject to approval by Indian River County's risk manager, of the following types and amounts of insurance: (i) Commercial General Liability Insurance in an amount not less than $1,000,000 combined single limit for bodily injury and property damage, including coverage for premises/operations, products/completed operations, contractual liability, and independent contractors; (ii) Business Auto Liability Insurance in an amount not less than $1,000,000 per occurrence combined single limit for bodily injury and property damage, including coverage for owned autos and other vehicles, hired autos and other vehicles, non -owned autos and other vehicles; and (iii) Workers' Compensation and Employer's Liability (current Florida statutory limit) (iv) In the event that children are supervised, Sexual Molestation Liability Insurance in an amount not less than $1,000,000 each occurrence/claim. 7.6 Insurance Administration. The insurance certificates, evidencing all required insurance coverages shall be fully acceptable to County in both form and content, and shall provide and specify that the related insurance coverage shall not be cancelled without at least thirty (30) calendar days prior written notice having been given to the County. In addition, the County may request such other proofs and assurances as it may reasonably require that the insurance is and at all times remains in full force and effect. Subrecipient agrees that it is the Subrecipient's sole responsibility to coordinate activities among itself, the County, and the Subrecipient's insurer(s) so that the insurance certificates are acceptable. to and accepted by County within the time limits set forth in this Contract. The County shall be listed as an additional insured on all insurance coverage required by this Contract, except Workers' Compensation insurance. The Subrecipient shall, upon ten (10) days' prior written request from the County, deliver copies to the County, or make copies available for the County's inspection at Subrecipient's place of business, of any and all insurance policies that are required in this Contract. If the Subrecipient fails to deliver or make copies of the policies available to the County; fails to obtain replacement insurance or have previous insurance policies reinstated or renewed upon termination or cancellation of existing required coverages; or fails in any other regard to obtain coverages sufficient to meet the terms and conditions of this Contract, then the County may, at its sole option, terminate this Contract. 7.7 Indemnification. The Subrecipient shall indemnify and save harmless the County, its agents, officials, and employees from and against any and all claims, liabilities, losses, damage, or causes of action which may arise from any misconduct, negligent act, or omissions of the Subrecipient, its agents, officers, or employees in connection with the performance of this Contract. 7.8 Public Records. The Subrecipient agrees to comply with the provisions of Chapter 119, Florida Statutes (Public Records Law). Specifically, the Subrecipient shall: (1) Keep and maintain public records that ordinarily and necessarily would be required by the County in order to perform the service. (2) Provide the public with access to public records on the same terms and conditions that the County would provide the records and at a cost that does not exceed the cost provided in chapter 119 or as otherwise provided by law. (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (4) Meet all requirements for retaining public records and transfer, at no cost, to the County all public records in possession of the Subrecipient upon termination of the Contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the County in a format that is compatible with the information technology systems of the County. Failure of the Subrecipient to comply with these requirements shall be a material breach of this Agreement. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (772)226-1424 PUBLICRECORDS@IRCGOV.COM Indian River County of the County Attorney 180127 th Street Vero Beach, FL 32960 8. Termination. This Contract may be terminated by either party, without cause, upon thirty (30) days prior written notice to the other party. In addition, the County may terminate this Contract for convenience upon ten (10) days prior written notice to the Subrecipient if the County determines that such termination is in the public interest. 9. Notice and Contact Information - Except as otherwise provided in this Contract, any notice required pursuant to this Contract from either party to the other party must be in writing and sent by certified mail, return receipt requested, or by personal delivery with receipt. For purposes of all notices, the representatives of the County and Subrecipient are: County: Kristin Daniels, Acting Budget Manager Indian River County 1801 27th Street Building A Vero Beach, FL 32960 Subrecipient: Karen Deigl, President/CEO Senior Resource Association 694 14th Street Vero Beach, FL 32960 10. Availability of Funds. The obligations of the County under this Contract are subject to the availability of funds lawfully appropriated for its purpose by the Board of County Commissioners of Indian River County. 11. Standard Terms. This Contract is subject to the standard terms attached hereto as Exhibit C and incorporated herein in its entirety by this reference. 12. Sovereign Immunity. Nothing herein shall constitute a waiver of the County's sovereign immunity. IN WITNESS WHEREOF, County and Subrecipient have entered into this Contract on the date first above written. INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS By: Commissioner Peter D. O'Bryan, QVairman BCC Approved: October 2, 2018 Attest: Jeffrey R Smi , Clerk of Co C ptrolle`r#.y11;A '••!SER COU�v �.. By. Approved: Jason Brov 5u�rctc;iritn By: Karen Deigl, Preside O Approved as to form and legal sufficiency: Dylan Reingold, County Attorney Agency Name: Senior Resource Association EXHIBIT A Indian River County BOCC SRA Related Grants Description/Grant Name Federal Award ID # CFDA# Federal Grants: FTA Section 5307 Grant Total Federal Grants Amount FL -2018-103-00 20.507 3,290,751 $ 3,290,751 Award Date Grant Period 09/20/18 09/20/18-03/29/26 DOT U.S. Department of Transportation EXHIBIT B Award FTA Federal Transit Administration Federal Award Identification Number FL -2018-103-00 (FAIN) :Temporary Application Number 5630=2018-2 Award Name FY 2018 5307 Capital & Operating; Indian River Co., FLA Award Status 'Active (Executed) Award Budget Number 0 Part 1: Recipient Information Name: Indian River, County Of Recipient Recipient OST Recipient Alias Recipient ID Type DUNS 5630 Count A ' INDIAN RIVER COUNTY BOARD OF COUNTY 079208989 County Agency y COMMISSIONERS Location Type Address City State Zip Headquarters 1800 27TH ST BLDG B VERO BEACH FL 329603328 Physical Address 1800 27TH ST BLDG -'B ,VERO BEACH .FL ;32960 Mailing Address 1801 27TH STREET VERO BEACH FL 32960 Union Information Union Name NONE Address 1 "NONE Address 2 ._........ _ v... .. . Cit- y ,NON . . __. _.._.._ ...... __.._. _... __ E State Florida Zipcode NONE Contact Name NONE NONE Telephone NONE Fax E-mail �iNONE - Website Part 2: Award Information Title: FY 2018 5307 Capital & Operating; Indian River Co., FLA FAIN Award Status Award Type Date Created Last Updated Date From TEAM? FL -2018-103-00 Active (Executed) Grant 1/22/2018 1/22/2018 No Award Start Date 9/20/2018 Award End Date 3/29/2026 Award Executive Summary This FY 2018 5307 grant provides capital and operating assistance for public transportation in Indian River County, which consists of the GoLine fixed route system and the Community Coach demand response service. The total eligible cost is $4,890,751, of which the federal share is $3,290,751. Of this amount, the federal operating assistance is $1,600,000. The nonfederal portion of operating assistance is $1,600,000 and will be provided through a combination of FDOT grant funds and local funds as approved by Indian River County. FDOT District 4 has authorized toll revenue credits in the amount of $422,688 in support of this application in the letter dated July 31, 2018. Indian River. County will ensure that all vehicles purchased are accessible, purchased from an FTA approved TVM, and reported to FTA within 30 days after contract is signed. Indian River County will check the current listing of Transit Vehicle Manufacturers (TVM) (https://www.transit.dot.gov/regulations-and-guidance/civil-rights-ada/eligible-tvms-list) to ensure each is listed as a certified TVM in compliance with FTA regulations. Indian River County will follow all 3rd party procurement policies as defined in C4220.1 F (Third Party Contracting Guidance). Indian River County will ensure contractors procured will not be on the FTA Suspension and Debarment list. In accordance with federal regulations, a public hearing was conducted on May 22, 2018 and advertised in advance. A copy of the Florida Governor's Apportionment is attached. Frequency of Milestone Progress Reports (MPR) Annual Frequency of Federal Financial Reports (FFR) Annual Does this application include funds for research and/or development activities? This award does not include research and development activities. Pre -Award Authority This award is using Pre -Award Authority. Does this application include suballocation funds? Recipient organization is suballocated these apportioned funds and can apply for and receive these funds directly. Will this Grant be using Lapsing Funds? No, this Grant does not use Lapsing Funds. Will indirect costs be applied to this application? This award does not include an indirect cost rate. Indirect Rate Details: N/A Requires E.O. 12372 Review No, this application does not require E.O. 12372 Review.. Delinquent Federal Debt No, my organization does not have delinquent federal debt. Award Point of Contact Information First Name Last Name Title E-mail Address Phone Brian Freeman Senior Transportation bfreeman@ircgov.com 772-226- Planner 1990 gregory.chilik@dot.gov General Engineer richelle.gosman@dot.gov Community Planner Award Budget Control Totals Funding Source 5307 - Urbanized Area Formula Grants (2013 and forward) Local Local/In-Kind Section of CFDA Amount Statute Number 5307-2A 20507 $3,290,751 $800,000 $0 State $800,000 State/In-Kind $0 Other Federal _ $0 Transportation Development Credit $422,688 Total Eligible Cost $4,890,751 Award Budget Project Numbe r Budget Item FTA Amount Non -FTA Amount Total Eligible Amount Quantit Y FL- .;111= - 2018- 103-01-;(111 ;00 3BUS - ROLLING STOCK $441,343.00'; $0.00;:i $441,343.00 3' 00 r , FL- 2018- 11.12.0 BUY REPLACEMENT $441,343.00 $0.00 $441,343.00 3 103-01- 3 30 -FT BUS 00 FL- ✓:114- 2018- 00 !BUS: SUPPORT EQUIP AND $255,908.00 $0.00 $255,908.00: 3,; 103-01- ;(114 -FACILITIES 00 FL- 2018- 11.42.0 ACQUIRE -SHOP $0.00 $53,000.00 3 103-01- 6 EQUIPMENT .$53,000.00 00 FL- 2018- 11.42.0 ACQUIRE - ADP $20,000.00 $0.00 $20,000.00 0 103-01- 7 HARDWARE 00 FL- 2018- 11.42.0 ACQUIRE. -ADP $150,000.00 $0.00 $150,000.00 0 103-01- 8 SOFTWARE 00 FL- 2018- ACQUIRE - MOBILE 11.42.0 103-01- SURV/SECURITY 9 $32,908.00 $0.00 $32,908.00 0 00 EQUIP iFL- 116- - 2018- '00 ;'SIGNAL & COMM EQUIPMENT '(BUS) ; $100,000:00 $0.00!! $100,000.00 35 x103-01- (116 10 FL- 2018- 11.62.0 PURCHASE RADIOS $100,000.00 $0.00 $100,000.00 35 103-01- 3 00 FL- :117- 2018- 103-01- '00 OTHER CAPITAL ITEMS (BUS) (117 $718,500.00 ;' $0.00: $718,500.00: 0 00 -A4) _..... __ ....... FL- 11.7A.0 PREVENTIVE $713,500.00 $0.00 $713,500.00 0 2018- 0 MAINTENANCE 103-01- Proje Scop Sco UZA Area Account 00 Cumulat Num ct Scope a pe FL- Nam EMPLOYEE Descript ent ive ber 2018- Name 11.7D.0 EDUCATION/TRAININ 2 $5,000.00 $0.00 $5,000.00 0 103-01- Amount G ber ber 00 FL- 119- 2018= 00 Bus Associated Transit $175,000.00 $0.00: $175,000.001 16 103-01- (119 Improvements Flori 2017.25.90. 00 d Area $441,343 00 -A5) 103- 00 FL- 91.2 Formula 3 X997 01-00 2018- (111) 11.92.0 PURCHASE BUS $100,000.00 $0.00 $100,000.00 6 103-01- 2 SHELTERS BUS: 00 FL- SUPPOR 2018- 11.92.0 PURCHASE $75,000.00 $0.00 $75,000.00 10 103-01- 1200 8 SIGNAGE 2017.25.90. 00 d.Area $255,908 $255,90 00 103- AND 00 da FL- Formula 8 X997 .01-00 FACILITIE .2018- 00 ASSISTANCE $1,600,000.0 $1,600,000.0. $3,200,000.0 0 103-02- (300 .OPERATING 0; 0' 0: 00 -A6) FL- 2018- 30.09.0 UP TO 50% FEDERAL $1,600,000.0 $1,600,000.0 $3,200,000.0 0 103-02- 1 SHARE 0 0 0 00 Earmark and Discretionary Allocations This application does not contain earmarks or discretionary allocations. Sources of Federal Financial Assistance Po Proje Scop Sco UZA Area Account Amendm Cumulat Num ct Scope a pe Cod Nam Class FP Descript ent ive ber Num Name Num Suffi e e Code C ion Amount Amount ber ber x FL- Urbanize FL- 90- 2018- BUS - ROLLING 111 - 00 Al 1200 Flori 2017.25.90. 00 d Area $441,343 $441,34 103- 00 da 91.2 Formula 3 X997 01-00 STOCK (111) Grants BUS: FL- SUPPOR Urbanize FL _ 2018- ,T EQUIP :.114- 00 A2 1200 Flod 2017.25.90. 00 d.Area $255,908 $255,90 90- 103- AND 00 da 91.2 Formula 8 X997 .01-00 FACILITIE (114 Grants S FL- FL- SIGNAL & 116- Urbanize 90- 2018- COMM 00 A3 1200 Flori 2017.25.90. 00 d Area $100,000 $100,00 X997 103- EQUIPME 116 ( ) 00 da 91.2 Formula 0 01-00 NT (BUS) Grants FL- FL- OTHER 10 Urbanize 90- 2018- CAPITAL 00 ' A4 1200 , Flod 2017.25.90. `91.2; 00 d Area $718,500 $718,50 103- ITEMS '(117) -00 '.da Formula 0 ,X997 :01-00 (BUS) Grants FL Urbanize FL- 90- 2018- Associate d Transit 119- 00 A5 1200 Flori 2017.25.90. 00 d Area $175,000 $175,00 X997 103- Improvem (119) 00 � da 91.2 Formula 0 01-00 Grants ents FL- 'OPERATI .Urbanize,, FL- 2018- .NG 300- 1200 . Flori ;2017.25.90. ' d Area $1,600,0 $1,600,0 . 90 103- ASSISTA OQ A6 .00 da 91.2 04 Formula .00 00 X997 02-00 NCE (300) .Grants Part 3: Project Information Project Title: Capital Assistance Project Number Temporary Project Number Date Created Start Date End Date FL -2018-103-01-00 5630-2018-2-P1 5/11/2018 9/30/2017 9/29/2021 Project Description . Capital assistance will provide funding for transit stop improvements, computer hardware and software, shop equipment, security equipment, preventive maintenance, and bus wraps. All Intelligent Transportation Systems (ITS) equipment/components are compatible with both Regional and National ITS architectures. All new buses and vans will be wheelchair -accessible using either ADA -compliant lifts or ramps. Project Benefits The project will be for the replacement of existing vehicles and equipment that have exceeded useful life requirements. The project is necessary to maintain a reliable public transportation system. Additional Information None provided. Location Description Indian River County is located on the east coast of Florida. Communities in Indian River County include the municipalities of Vero Beach, Sebastian, Fellsmere, and Indian River Shores and the unincorporated communities of Gifford, Wabasso, and Oslo. Security Yes -- our organization will expend at least 1 % of the 5307 funds in this application for security -related projects Project Location (Urbanized Areas) UZA Code Area Name 123920 Sebastian --Vero Beach South --Florida Ridge, FL Congressional District Information State District Representative Florida 8 Bill Posey Project Control Totals Funding Source Section of Statute CFDA Amount Number 5307 - Urbanized Area Formula Grants (2013 and 5307-2A 20507 $1,690,751 forward) Quantity Local _ . $0 Local/In-Kind $0 'State $0 State/ln-Kind $0 Other Federal $0 Transportation Development Credit $422,688 Total Eligible Cost $1,690,751 Project Budget Project Budget Item FTA Non- Total FTA Eligible Quantity Number Amount Amount Amount - FL -2018- 00 BUS - ROLLING STOCK $441,343.00. $0.00,$441,343.00 3 103-01-00 '(111- A1) FL -2018- 11.12.03 BUY REPLACEMENT $441,343.00 $0.00 $441,343.00 3 103-01-00 30 -FT BUS 114 - ,FL -2018- :00 BUS: SUPPORT EQUIP AND $255,908:00 $0.00 $255,908.00 3' .103-01-00 !'(114 -.FACILITIES A2) .. . FL -2018- 11.42.06 ACQUIRE - SHOP $53,000.00 $0.00 $53,000.00 3 103-01-00 EQUIPMENT FL -2018- 11.42.07 ACQUIRE - ADP 103-01-00 HARDWARE FL -2018- 11.42.08 ACQUIRE - ADP 103-01-00 SOFTWARE $20,000.00 $0.00 $20,000.00 0 $150,000.00 $0.00 $150,000.00 0 FL -2018- ACQUIRE - MOBILE 103-01-00 11.42.09 SURV/SECURITY $32,908.00 $0.00 $32,908.00 0 EQUIP FL -2018- 11.92.02 PURCHASE BUS $100,000.00 $0.00 $100,000.00 6 103-01-00 SHELTERS FL -2018- 11.92.08 PURCHASE SIGNAGE $75,000.00 $0.00 $75,000.00 10 103-01-00 Project Budget Activity Line Items Budget Activity Line Item: 11.92.08 - PURCHASE SIGNAGE Scope Name / Code LLine Item Line Item Name Activity Quantity Bus Associated Transit Improvements 11.92.08 PURCHASE ACQUISITION 10 (119-00) SIGNAGE Extended Budget Description Bus wraps for replacement vehicles. Cost is $5,000-7,000 per vehicle, depending on vehicle size. Useful life is 5 years. Will 3rd Party contractors be used to fulfill this activity line item? Yes, 3rd Party Contractors will be used for this line item. Funding Source Section of CFDA Amount' Statute Number 5307 - Urbanized Area Formula Grants (2013 and 5307-2A 20507 $75,000 forward) :116- € FL -2018- `00 'SIGNAL & COMM EQUIPMENT $100,000.00 $0.00 ; $100,000.00 35 103-01-00 ;(116- `'(BUS) .. FL -2018- 103-01-00 11.62.03 PURCHASE RADIOS $100,000.00 $0.00 $100,000.00 35 117- " FL -2018- 00 OTHER CAPITAL ITEMS (BUS) 1,$718,500.00;z, $0.00,$718,500.00 0 1103-01-00 (117- A4). " FL -2018- 11.7A.00 PREVENTIVE $713,500.00 $0.00 $713,500.00 0 103-01-00 MAINTENANCE FL -2018- 11.7D.02 EMPLOYEE $5,000.00 $0.00 $5,000.00 0 103-01-00 EDUCATION/TRAINING FL -2018- 00 Bus Associated Transit ;$175,000.00 $0.00;$175,000.00 ! 16 103-01-00 (119- Improvements A5) FL -2018- 11.92.02 PURCHASE BUS $100,000.00 $0.00 $100,000.00 6 103-01-00 SHELTERS FL -2018- 11.92.08 PURCHASE SIGNAGE $75,000.00 $0.00 $75,000.00 10 103-01-00 Project Budget Activity Line Items Budget Activity Line Item: 11.92.08 - PURCHASE SIGNAGE Scope Name / Code LLine Item Line Item Name Activity Quantity Bus Associated Transit Improvements 11.92.08 PURCHASE ACQUISITION 10 (119-00) SIGNAGE Extended Budget Description Bus wraps for replacement vehicles. Cost is $5,000-7,000 per vehicle, depending on vehicle size. Useful life is 5 years. Will 3rd Party contractors be used to fulfill this activity line item? Yes, 3rd Party Contractors will be used for this line item. Funding Source Section of CFDA Amount' Statute Number 5307 - Urbanized Area Formula Grants (2013 and 5307-2A 20507 $75,000 forward) Local $0 Local/In-Kind $0 State $0 State/In-Kind $0 Other Federal $0 Transportation Development Credit $18,750 Total Eligible Cost $75,000 Milestone Name Est. Completion Description Statute Date RFP/IFB Issued 9/30/2018 Contract Awarded 12/31/2018 Project Complete 9/30/2019 Budget Activity Line Item: 11.92.02 - PURCHASE BUS SHELTERS Scope Name / Code Line Item Line Item Name Activity Quantity Bus Associated Transit 11.92.02 PURCHASE BUS ACQUISITION 6 Improvements (119-00) SHELTERS Extended Budget Description Acquisition and construction of bus shelters for fixed -route service. Shelters to be fully ADA compatible and constructed of steel frame with perforated steel and aluminum sides, and mounted on concrete pads. Average cost is $15,000 per shelter including installation. Useful life is 10 years. Will 3rd Party contractors be used to fulfill this activity line item? Yes, 3rd Party Contractors will be used for this line item. Funding Source Section of CFDA Amount Statute Number 5307 - Urbanized Area Formula Grants (2013 and 5307-2A 20507 $100,000 forward) Local $0 Local/In-Kind $0 State $0 State/In-Kind $0 Other Federal $0 Transportation Development Credit $25,000 Total Eligible Cost $100,000 Milestone Name Est. Completion Description Date RFP/IFB Issued 3/31/2019 -ontract Award 6/30/2019 Project Complete 6/30/2020 Budget Activity Line Item: 11.7D.02 - EMPLOYEE EDUCATION/TRAINING Scope Name / Code Line Item Line Item Name Activity 'Quantity OTHER CAPITAL ITEMS 11EMPLOYEE TRAINING - 0 (BUS) (117-00) .7D.02 EDUCATION/TRAINING CAPITAL BUS Extended Budget Description Employee training materials and programs on vehicle lifts, safety, CPR, and FTA compliance. Will 3rd Party contractors be used to fulfill this activity line item? No, 3rd Party Contractors will not be used .for this line item. Funding Source Section of CFDA Amount Statute Number 5307 - Urbanized Area Formula Grants (2013 and 5307-2A 20507 $5,000 forward) Local . $0 Local/In-Kind $0 State $0 State/In-Kind $0 Other Federal 10 Transportation Development Credit $1,250 Total Eligible Cost $59000 Milestone Name Est. Completion Description Date Start Date 9/30/2018 =nd Date' 9/30/2019 Budget Activity Line Item: 11.7A.00 - PREVENTIVE MAINTENANCE Scope Name / Code Line Item Line Item Name Activity Quantity OTHER CAPITAL ITEMS 11PREVENTIVE OTHER CAPITAL 0 (BUS) (117-00) .7A.00 MAINTENANCE ITEMS (BUS) Extended Budget Description Monthly service and repairs'for all vehicles from 10/1/2017 to 9/30/2018; includes replacement of tires and batteries, oil changes/lubes at'regular service intervals. Most of the work is performed in-house, while some work is (e.g. transmissions) is contracted. A Force Account Plan is on -file for in-house labor. No items purchased for the garage will exceed $5,000. However, some of the contracted work may exceed $5,000 in the case of engine and/or transmission replacements. In such cases, the useful life would be the same as the vehicle (usually 5, 7 or 12 years). Will 3rd Party contractors be used to fulfill this activity line item? Yes, 3rd Party Contractors will be used for this line item. Funding Source Section of Statute CFDA Amount Number 5307 - Urbanized Area Formula Grants (2013 and 5307-2A 20507 $713,500 forward) Local J$0 Local/In-Kind $0 State $0 State/In-Kind $0 Other Federal $0 Transportation Development Credit $178,375 Total Eligible Cost $713,500 Milestone Name Est. Completion Description Date Start Date 10/1/2017 =nd Date 9/30/2018 Budget Activity Line Item: 11.62.03 - PURCHASE RADIOS Scope Name / Code Line Item Line Item Name Activity Quantity SIGNAL & COMM EQUIPMENT (BUS) 11.62.03 PURCHASE AQUISITION 35 (116-00) RADIOS Extended Budget Description New communications equipment includes mobile radios and handheld radios for conversion from analog to digital. Unit cost is $2,500-3,000. Will 3rd Party contractors be used to fulfill this activity line item? Yes, 3rd Party Contractors will be used for this line item. Funding Source Section of CFDA Amount Statute Number 5307 - Urbanized Area Formula Grants (2013 and 5307-2A 20507 $100,000 forward) _ Local . $� Local/In-Kind $0 State '$0 State/In-Kind $0 Dther Federal $0 _... .. _ ..m _ ..........- _ . ........ ..._ . _. . . Transportation Development Credit $25,000 Total Eligible Cost $100,000 Milestone Name Est. Completion Description Date RFP/IFB Issued 9/30/2018 Contract Award 12/31/2018 Project Complete 9/30/2019 Budget Activity Line Item: 11.42.09 - ACQUIRE - MOBILE SURV/SECURITY EQUIP Scope Name / Code Line Line Item Name Activity Quantity Item # BUS: SUPPORT ACQUISITION OF BUS EQUIP AND 11.42.09 ACQUIRE - MOBILESUPPORT 0 FACILITIES (114-00) SURV/SECURITY EQUIP EQUIP/FACILITIES Extended Budget Description Security cameras and recording equipment for vehicles, includes equipment for new vehicles and replacing old equipment as needed. No single item costs more than $5,000. Will 3rd Party contractors be used to fulfill this activity line item? Yes, 3rd Party Contractors will be used for this line item. Funding Source Section of CFDA Amount Statute Number 5307 - Urbanized Area Formula Grants (2013 and 5307-2A 20507 $32,908 forward) Local :,$0 Local/In-Kind $0 :State $0 State/In-Kind $0 ,Other Federal 10 Transportation Development Credit $8,227 Total Eligible Cost $32,908 Milestone Name Est. Completion Description Date RFP/IFB Issued 3/31/2018 Contract Award 4/30/2018 Project Complete 3/31/2019 Budget Activity Line Item: 11.42.08 - ACQUIRE - ADP SOFTWARE Scope Name / Code Line Line Item Name Activity Quantity Item # BUS: SUPPORT EQUIP ACQUIRE - ADP ACQUISITION OF BUS AND FACILITIES (114- 11.42.08 SOFTWARE SUPPORT EQUIP/FACILITIES 0 00) Extended Budget Description Computer software for scheduling and dispatch, security cameras, and vehicle maintenance management. Useful life, as specified by the manufacturer, is 6 years. Will 3rd Party contractors be used to fulfill this activity line item? Yes, 3rd Party Contractors will be used for this line item. FSection of Funding Source CFDA Amount Statute Number 5307 - Urbanized Area Formula Grants (2013 and 5307-2A 20507 $150,000 forward) '6/30/2019 Local $0 Local/In-Kind $0 State $0 State/In-Kind $0 Other Federal $0 Transportation Development Credit p p $37,500 Total Eligible Cost $150,000 Milestone Name Est. Completion Description Date RFP/IFB Issued 3/31/2019 Contract Award '6/30/2019 Project Complete 6/30/2020 Budget Activity Line Item: 11.42.07 - ACQUIRE - ADP HARDWARE Scope Name / Code Line Line Item Name Activity Quantity Item # BUS: SUPPORT EQUIP ACQUIRE -ADP ACQUISITION OF BUS AND FACILITIES (114- 11.42.07 HARDWARE SUPPORT EQUIP/FACILITIES 0 00) Extended Budget Description New ADP hardware includes computers, mobile tablets for vehicles, and network equipment (firewall, routes, and switches). No single item will cost more than $5,000. Will 3rd Party contractors be used to fulfill this activity line item? Yes, 3rd Party Contractors will be used for this line item. Funding Source Section of CFDA Amount Statute Number 5307 - Urbanized Area Formula Grants (2013 and 5307-2A forward) Local Local/In-Kind State State/In-Kind Other Federal $0 Transportation Development Credit $5,000 Total Eligible Cost $20,000 Milestone Name Est. Completion Description Statute Date RFP/IFB Issued 6/30/2019 ,Contract Award 9/30/2019 Project Complete 9/30/2020 Budget Activity Line Item: 11.42.06 - ACQUIRE - SHOP EQUIPMENT Scope Name / Code Line Line Item Name Activity Quantity Item # BUS: SUPPORT EQUIP ACQUIRE - SHOP ACQUISITION OF BUS AND FACILITIES (114- 11.42.06 EQUIPMENT SUPPORT EQUIP/FACILITIES 3 00) Extended Budget Description Shop equipment for vehicle maintenance, including a vehicle lift and a bus wash. Useful life for both items is 10 years. Will 3rd Party contractors be used to fulfill this activity line item? Yes, 3rd Party Contractors will be used for this line item. FSection of Funding Source CFDA amount Statute Number 5307 - Urbanized Area Formula Grants (2013 and 5307-2A 20507 $53,000 forward) .Local $0 Local/In-Kind $0 State $0 State/In-Kind $0 Other Federal $0- Transportation Development Credit $13,250 Total Eligible Cost $53,000 Milestone Name Est. Completion Description Date RFP/IFB Issued 12/31/2017 Contract Award 3/31/2018 Project Complete 12/31/2019 Budget Activity Line Item: 11.12.03 - BUY REPLACEMENT 30 -FT BUS Scope Name / Code Line Item Line Item Name Activity Quantity BUS - ROLLING BUY REPLACEMENT BUY REPLACEMENTS - STOCK (111-00) 11.12.03 30 -FT BUS CAPITAL BUS 3 Extended Budget Description Funding is requested to replace three cutaways. The vehicles to be replaced are #210 (2009 Glaval, 269,797 miles, VIN 1 GDE5V1 939F402733), #211 (2009 Glaval, 348,371 miles, VIN 1 GDE5V1 999F402834), and #212 (2009 Glaval; 263,582 miles; VIN 1 GDE5V1 91 9F402925). Useful life for vehicles to be replaced is 5 years or 200,000 miles (FTA C 5010.1 E). Replacement vehicles will be cutaway buses. Unit cost is approximately $135,000, depending on vehicle size and model. The replacement vehicles will be purchased from the state contract, which complies with FTA C 4220.1 F. All new vehicles will comply with ADA standards. Will 3rd Party contractors be used to fulfill this activity line item? Yes, 3rd Party Contractors will be used for this line item. Propulsion Fuel Type Vehicle Condition Vehicle Size (ft.) N/A N/A N/A Funding Source Section of CFDA Amount Statute Number 5307 - Urbanized Area Formula Grants (2013 and 5307-2A 20507 $441,343 forward) Local $0 Local/In-Kind $0 State _ $0 State/In-Kind $0 Other Federal , $0 Transportation Development Credit $110,336 Total Eligible Cost $441,343 Milestone Name Est. Completion Description Date RFP/IFB Issue Date 9/30/2020 Contract Award Date :10/31/2020 Initial Delivery Date 3/31/2021 Final Delivery Date . .9/30/2021 Contract Completion 9/30/2021 Date Project Environmental Findings Finding: Class II(c) - Categorical Exclusions (C -List) Class Level Description Class II(c) consists of projects called categorical exclusions (CEs) which are known not to have, either individually or cumulatively, a significant environmental impact on the human or natural environment and are therefore categorically excluded from the requirement to prepare an environmental assessment or an environmental impact statement. Class Il(c) does not require documentation. Categorical Exclusion Description Type 07: Acquisition, installation, rehabilitation, replacement, and maintenance of vehicles or equipment, within or accommodated by existing facilities, that does not result in a change in functional use of the facilities, such as: equipment to be located within existing facilities and with no substantial off-site impacts; and vehicles, including'buses, rail cars, trolley cars, ferry boats and people movers that can be accommodated by existing facilities or by new facilities that qualify for a categorical exclusion. Date Description Date Class llc CE Approved Scope Name / Line Item FTA Total Eligible Code Number Line Item Name Quantity Amount Cost BUS - ROLLING 11.12.03 BUY REPLACEMENT 3 $441,343.00 $441,343.00 STOCK (111-00) 30 -FT BUS Finding: Class II(c) - Categorical Exclusions (C -List) Class Level Description Class II(c) consists of projects called categorical exclusions (CEs) which are known not to have, either individually or cumulatively, a significant environmental impact on the human or natural environment and are therefore categorically excluded from the requirement to prepare an environmental assessment or an environmental impact statement. Class II(c) does not require documentation. Categorical Exclusion Description Type 07: Acquisition, installation, rehabilitation, replacement, and maintenance of vehicles or equipment, within or accommodated by existing facilities, that does not result in a change in functional use of the facilities, such as: equipment to be located within existing facilities and with no substantial off-site impacts; and vehicles, including buses, rail cars, trolley cars, ferry boats and people movers that can be accommodated by existing facilities or by new facilities that qualify for a categorical exclusion. Date Description Date Class Ilc CE Approved Scope Name / Code Line Item Line Item Name Quantity FTA Total Eligible Number Amount Cost BUS: SUPPORT EQUIP ACQUIRE - SHOP AND FACILITIES (114- 11.42.06 EQUIPMENT 3 $53,000.00 $53,000.00 00) Finding: Class II(c) - Categorical Exclusions (C -List) Class Level Description Class II(c) consists of projects called categorical exclusions (CEs) which are known not to have, either individually or cumulatively, a significant environmental impact on the human or natural environment and are therefore categorically excluded from the requirement to prepare an environmental assessment or an environmental impact statement. Class II(c) does not require documentation. Categorical Exclusion Description Type 07: Acquisition, installation, rehabilitation, replacement, and maintenance of vehicles or equipment, within or accommodated by existing facilities, that does not result in a change in functional use of the facilities, such as: equipment to be located within existing facilities and with no substantial off-site impacts; and vehicles, including buses, rail cars, trolley cars, ferry boats and people movers that can be accommodated by existing facilities or by new facilities that qualify for a categorical exclusion. Date Description Date Class Ilc CE Approved Scope Name / Code Line Item Line Item Name Quantity FTA Total Eligible Number Amount Cost BUS: SUPPORT EQUIP ACQUIRE - ADP AND FACILITIES (114- 11.42.07 HARDWARE 0 $20,000.00 $20,000.00 00) Finding: Class II(c) - Categorical Exclusions (C -List) Class Level Description Class II(c) consists of projects called categorical exclusions (CEs) which are known not to have, either individually or cumulatively, a significant environmental impact on the human or natural environment and are therefore categorically excluded from the requirement to prepare an environmental assessment or an environmental impact statement. Class II(c) does not require documentation. Categorical Exclusion Description Type 07: Acquisition, installation, rehabilitation, replacement, and maintenance of vehicles or equipment, within or accommodated by existing facilities, that does not result in a change in functional use of the facilities, such as: equipment to be located within existing facilities and with no substantial off-site impacts; and vehicles, including buses, rail cars, trolley cars, ferry boats and people movers that can be accommodated by existing facilities or by new facilities that qualify for a categorical exclusion. Date Description Date Class Ilc CE Approved Scope Name / Code Line Item Line Item Name Quantity FTA Total Eligible Number Amount Cost BUS: SUPPORT EQUIP ACQUIRE - ADP AND FACILITIES (114- 11.42.08 SOFTWARE 0 $150,000.00 $150,000.00 00) Finding: Class II(c) - Categorical Exclusions (C -List) Class Level Description Class II(c) consists of projects called categorical exclusions (CEs) which are known not to have, either individually or cumulatively, a significant environmental impact on the human or natural environment and are therefore categorically excluded from the requirement to prepare an environmental assessment or an environmental impact statement. Class II(c) does not require documentation. Categorical Exclusion Description Type 07: Acquisition, installation, rehabilitation, replacement, and maintenance of vehicles or equipment, within or accommodated by existing facilities, that does not result in a change in functional use of the facilities, such as: equipment to be located within existing facilities and with no substantial off-site impacts; and vehicles, including buses, rail cars, trolley cars, ferry boats and people movers that can be accommodated by existing facilities or by new facilities that qualify for a categorical exclusion. Date Description Date Class Ilc CE Approved Line Item Scope Name / Code Line Item Name FTA Quantity Total Eligible Number Amount Cost BUS: SUPPORT ACQUIRE - MOBILE EQUIP AND 11.42.09 SURV/SECURITY 0 $32,908.00 $32,908.00 FACILITIES (114-00) EQUIP , Finding: Class II(c) - Categorical Exclusions (C -List) Class Level Description Class II(c) consists of projects called categorical exclusions (CEs) which are known not to have, either individually or cumulatively, a significant environmental impact on the human or natural environment and are therefore categorically excluded from the requirement to prepare an environmental assessment or an environmental impact statement. Class II(c) does not require documentation. Categorical Exclusion Description Type 07: Acquisition, installation, rehabilitation, replacement, and maintenance of vehicles or equipment, within or accommodated by existing facilities, that does not result in a change in functional use of the facilities, such as: equipment to be located within existing facilities and with no substantial off-site impacts; and vehicles, including buses, rail cars, trolley cars, ferry boats and people movers that can be accommodated by existing facilities or by new facilities that qualify for a categorical exclusion. Date Description Date Class Ilc CE Approved Scope Name / Code_ Line Item Line Item Quantity FTA Total Eligible Number Name Amount Cost SIGNAL & COMM PURCHASE EQUIPMENT (BUS) (116- 11.62.03 RADIOS 35 $100,000.00 $100,000.00 00) Finding: Class II(c) - Categorical Exclusions (C -List) Class Level Description Class II(c) consists of projects called categorical exclusions (CEs) which are known not to have, either individually or cumulatively, a significant environmental impact on the human or natural environment and are therefore categorically excluded from the requirement to prepare an environmental assessment or an environmental impact statement. Class II(c) does not require documentation. Categorical Exclusion Description Type 07: Acquisition, installation, rehabilitation, replacement, and maintenance of vehicles or equipment, within or accommodated by existing facilities, that does not result in a change in functional use of the facilities, such as: equipment to be located within existing facilities and with no substantial off-site impacts; and vehicles, including buses, rail cars, trolley cars, ferry boats and people movers that can be accommodated by existing facilities or by new facilities that qualify for a categorical exclusion. Date Description Date Class Ilc CE Approved Scope Name / Code Line Item Line Item Name Quantity FTA Total Eligible Number Amount Cost OTHER CAPITAL PREVENTIVE ITEMS (BUS) (117- 11.7A.00 MAINTENANCE 0 $713,500.00 $713,500.00 00) Finding: Class II(c) - Categorical Exclusions (C -List) Class Level Description Class II(c) consists of projects called categorical exclusions (CEs) which are known not to have, either individually or cumulatively, a significant environmental impact on the human or natural environment and are therefore categorically excluded from the requirement to prepare an environmental assessment or an environmental impact statement. Class II(c) does not require documentation. Categorical Exclusion Description Type 04: Planning and administrative activities which do not involve or lead directly to construction, such as: training, technical assistance and research; promulgation of rules, regulations, directives, or program guidance; approval of project concepts; engineering; and operating assistance to transit authorities to continue existing service or increase service to meet routine demand. Date Description Date Class Ilc CE Approved Scope Name / Line Item FTA Total Code Number Line Item Name Quantity Amount Eligible Cost OTHER CAPITAL EMPLOYEE ITEMS (BUS) 11.7D.02 EDUCATION/TRAINING 0 $5,000.00 $5,000.00 (117-00) Finding: Class II(c) - Categorical Exclusions (C -List) Class Level Description Class II(c) consists of projects called categorical exclusions (CEs) which are known not to have, either individually or cumulatively, a significant environmental impact on the human or natural environment and are therefore categorically excluded from the requirement to prepare an environmental assessment or an environmental impact statement. Class II(c) does not require documentation. Categorical Exclusion Description Type 09: Assembly or construction of facilities that is consistent with existing land use and zoning requirements (including floodplain regulations) and uses primarily land disturbed for transportation use, such as: buildings and associated structures; bus transfer stations or intermodal centers; busways and streetcar lines or other transit investments within areas of the right-of-way occupied by the physical footprint of the existing facility or otherwise maintained or used for transportation operations; and parking facilities. Date Description Date Class Ilc CE Approved Scope Name / Code Line Item Line Item Name Quantity FTA Total Eligible Number Amount Cost Bus Associated Transit 11.92.02 PURCHASE BUS 6 $100,000.00 $100,000.00 Improvements (119-00) SHELTERS Finding: Class II(c) - Categorical Exclusions (C -List) Class Level Description Class II(c) consists of projects called categorical exclusions (CEs) which are known not to have, either individually or cumulatively, a significant environmental impact on the human or natural environment and are therefore categorically excluded from the requirement to prepare an environmental assessment or an environmental impact statement. Class II(c) does not require documentation. Categorical Exclusion Description Type 07: Acquisition, installation, rehabilitation, replacement, and maintenance of vehicles or equipment, within or accommodated by existing facilities, that does not result in a change in functional use of the facilities, such as: equipment to be located within existing facilities and with no substantial off-site impacts; and vehicles, including buses, rail cars, trolley cars, ferry boats and people movers that can be accommodated by existing facilities or by new facilities that qualify for a categorical exclusion. Date Description Date Class Ilc CE Approved Scope Name / Code Line Item Line Item Name Quantity FTA Total Eligible Number Amount Cost Bus Associated Transit 11.92.08 PURCHASE 10 $75,000.00 $75,000.00 Improvements (119-00) SIGNAGE Project Title: Operating Assistance Project Number Temporary Project Number Date Created Start Date End Date FL -2018-103-02-00 5630-2018-2-P2 5/11/2018 2/28/2018 6/29/2023 Project Description Operating assistance for Indian River County's GoLine fixed route system and Community Coach demand response service. Project Benefits This project will allow for the preservation and expansion of the GoLine and Community Coach public transportation services. Additional Information None provided. Location Description Indian River County is located on the east coast of Florida. Communities in Indian River County include the municipalities of Vero Beach, Sebastian, Fellsmere, and Indian River Shores and the unincorporated communities of Gifford, Wabasso, and Oslo. Security Yes -- our organization will expend at least 1%.of the 5307 funds in this application for security -related projects Project Location (Urbanized Areas) UZA Code Area Name 123920 Sebastian --Vero Beach South --Florida Ridge, FL Congressional District Information State District Representative =Iorida 8 Bill Posey Project Control Totals Funding Source Section of Statute CFDA Amount Number 5307 - Urbanized Area Formula Grants (2013 and 5307-2A 20507 $1,600,000 forward) Local $800,000 Local/In-Kind $0 State $800,000 State/In-Kind $0 Other Federal $0 Transportation Development Credit $0 Total Eligible Cost $3,200,000 Project Budget Project Budget Item FTA Amount Non -FTA Total Eligible Quantity Number Amount Amount ,300-, FL -2018-103- 00 OPERATING 02-00 (300 -'ASSISTANCE $1,600,000.00 $1,600,000.00 $3,200,000.00°: 0' ) UP TO FL -2018-103- 30.09.01 50% $1,600,000.00 $1,600,000.00 $3,200,000.00 0 02-00 FEDERAL SHARE Project Budget Activity Line Items Budget Activity Line Item: 30.09.01 - UP TO 50% FEDERAL SHARE Scope Name / Code Line Item Line Item Name Activity Quantity OPERATING ASSISTANCE 30UP TO 50% FEDERAL OPERATING 0 (300-00) .09.01 SHARE ASSISTANCE Extended Budget Description Operating expenses for the period of 10/1/2017 to 9/30/2018. Will 3rd Party contractors be used to fulfill this activity line item? Yes, 3rd Party Contractors will be used for this line item. Funding Source Section of CFDA Amount Statute Number 5307 - Urbanized Area Formula Grants (2013 and 5307-2A 20507 $1,600,000 forward) 6/30/2018 Local $800,000 Local/In-Kind $0 State _ :: $800,000 .. State/In-Kind $0 Other Federal $0 Transportation Development Credit $0 Total Eligible Cost $3,200,000 Milestone Name Est. Completion Description Date RFP/IFB Issued 3/1/2018 Contract Award 6/30/2018 Contract Complete 6/30/2023 Project Environmental Findings Finding: Class II(c) - Categorical Exclusions (C -List) Class Level Description Class II(c) consists of projects called categorical exclusions (CEs) which are known not to have, either individually or cumulatively, a significant environmental impact on the human or natural environment and are therefore categorically excluded from the requirement to prepare an environmental assessment or an environmental impact statement. Class II(c) does not require documentation. Categorical Exclusion Description Type 04: Planning and administrative activities which do not involve or lead directly to construction, such as: training, technical assistance and research; promulgation of rules, regulations, directives, or program guidance; approval of project concepts; engineering; and operating assistance to transit authorities to continue existing service or increase service to meet routine demand. Date Description Date Class Ilc CE Approved Scope Name / Code Line Item Line Item Name Quantity FTA Amount Total Eligible Number Cost OPERATING UP TO 50% ASSISTANCE (300- 30.09.01 FEDERAL 0 $1,600,000.00 $3,200,000.00 00) SHARE Part 4: Fleet Details Fleet Type: Fixed Route Fleet Comments None provided. Current Value I. Active Fleet " Current Value A. Peak Requirement 15 'B: S ares 9 C. Total (A+B) 24 D. Spare Ratio (BiA) 6010 II. Inactive Fleet 50% A. Other 0 B. Pending Disposal 0 C. Total (A+B) 0 III. Total (I.0 and II.C) 24 Fleet Type: Paratransit Fleet Comments None provided. Part 5: FTA Review Comments Application Review Comments Comment By gregory.chilik@dot.gov Current Value I: Active Fleet A. Peak Requirement 12 'B. Spares 6 C. Total (A+B) 18 D. Spare Ratio (BiA) 50% II. Inactive Fleet A. Other 3 B. Pending Disposal 0 C. Total (o+B) 3 ' III. Total (I.0 and II.C) 21 Part 5: FTA Review Comments Application Review Comments Comment By gregory.chilik@dot.gov Comment Application Details Type .Date " " 8/17/2018 Under Part 2: Application Information, please edit the following two (2) statements: "The grantee or Sub -grantee (when applicable) will follow all 3rd party procurement policies as defined in C4220.1 F (Third Party Contracting Guidance)." "The Grantee or Sub -grantee (when applicable) will ensure contractors procured will not be on the FTA Suspension and Debarment list." to read as follows: "Indian River County will follow all 3rd party procurement policies as defined in C4220.1 F (Third Party Contracting Guidance)." "Indian River County will ensure contractors procured will not be on the FTA Suspension and Debarment list." Comment For ALI 11.42.08 (Acquire -ADP Software), please provide a Useful Life for software. For ALI 11.42.06 (Acquire -Shop Equipment), although the exact number of equipment items is undetermined, a vehicle lift and bus wash are specified. Please change the Quantity of this ALI to 3 (or more, if desired) to reflect that the vehicle lift, bus wash, and other items will be procured under this ALI. For ALI 30.09.01 (Up to 50% Federal Share), the final Milestone (Contract Complete) has a date of 6/30/2023. Per convention for setting Application End Dates of grants based on the date of the latest Milestone in the grant, this grant would have an Application End Date of 3/30/2026. However, the Application End Date of the grant listed under Part 2: Application Information is 3/29/2024. Please adjust either the Application End Date OR the Milestone (Contract Complete) in this ALI so that the two follow the End Date convention. Application Review Comments Comment By richelle.gosman@dot.gov Comment FTA Post Review Comments for Grantee Type. .Date 7/18/2018 1. Application a. Attach TDC approval letter(s) from FDOT demonstrating sufficient credits have been set aside for this use. b. NEW POLICY: Under Application Details, Application End Date should be set to the date of March 30 at least 2 years after last milestone date in the application (3/30/2024, in this case). Comment c. Application Executive Summary i. Complete TDC line. ii. Include the following: 1. [GRANTEE NAME] will ensure that all vehicles purchased are accessible, purchased from an FTA approved TVM, and reported to FTA within 30 days after contract is signed. 2. [GRANTEE] will check the current listing of Transit Vehicle Manufacturers (TVM) (https://www.transit. dot.gov/regulations-and-guidance/civil-rig hts-ada/eligible-tvm s -list) to ensure each is listen as a certified TVM in compliance with FTA regulations. 3. The grantee or Sub -grantee (when applicable) will follow all 3rd party procurement policies as defined in C4220.1 F (Third Party Contracting Guidance). 4. The Grantee or Sub -grantee (when applicable) will ensure contractors procured will not be on the FTA Suspension and Debarment list d. Suballocation question: Incorrect selection. Choose second option. Upload the Governor's Apportionment Letter where prompted. 2. Project 1 a. 11.7D.02. Include brief description of inhouse training activities. b. 11.7A.00. List any items to be purchased over $5k and include useful life. If none over $5k, explicitly state such. c. 11.42.06. Include useful life for lift and wash. d. 11.12.03. Reference to outdated Circular. Now C5010.1 E. 3. Project 2. 30.09.01. If this activity will involve a contractor, please include required minimum of 3 milestones (RFP, Contract Award, Contract Complete). Comment By richelle.gosman@dot.gov Comment FTA Post Review Comments for Grantee Type Date 8/17/2018 Technical Concurrence Comment: Under Part 2: Application Information, please edit the following two (2) statements: "The grantee or Sub -grantee (when applicable) will follow all 3rd party procurement policies as defined in C4220.1 F (Third Party Contracting Guidance)." "The Grantee or Sub -grantee (when applicable) will ensure contractors procured will not be on the FTA Suspension and Debarment list." Comment to read as follows: "Indian River County will follow all 3rd party procurement policies as defined in C4220.1 F (Third Party Contracting Guidance)." "Indian River County will ensure contractors procured will not be on the FTA Suspension and Debarment list." For ALI 11.42.08 (Acquire -ADP Software), please provide a Useful Life for software. For ALI 11.42.06 (Acquire -Shop Equipment), although the exact number of equipment items is undetermined, a vehicle lift and bus wash are specified. Please change the Quantity of this ALI to 3 (or more, if desired) to reflect that the vehicle lift, bus wash, and other items will be procured under this ALI. For ALI 30.09.01 (Up to 50% Federal Share), the final Milestone (Contract Complete) has a date of 6/30/2023. Per convention for setting Application End Dates of grants based on the date of the latest Milestone in the grant, this grant would have an Application End Date of 3/30/2026. However, the Application End Date of the grant listed under Part 2: Application Information is 3/29/2024. Please adjust either the Application End Date OR the Milestone (Contract Complete) in this ALI so that.the two follow the End Date convention. Part 6: Agreement UNITED STATES OF AMERICA DEPARTMENT OF TRANSPORTATION FEDERAL TRANSIT ADMINISTRATION GRANT AGREEMENT (FTA G-24, October 1, 2017) On the date the authorized U.S. Department of Transportation, Federal Transit Administration .(FTA) official signs this Grant Agreement, FTA has obligated and awarded federal assistance as provided below. Upon execution of this Grant Agreement by the Recipient named below, the Recipient affirms this FTA Award, enters into this Grant Agreement with FTA, and binds its compliance with the terms of this Grant Agreement. The following documents are incorporated by reference and made part of this Grant Agreement: (1) "Federal Transit Administration Master Agreement," FTA MA(24), October 1, 2017, http://www.transit.dot;gov, (2) The Certifications and Assurances applicable to the FTA Award that the Recipient has selected and provided to FTA, and (3) Any Award notification containing special conditions or requirements, if issued. WHEN THE TERM "FTA AWARD" OR "AWARD" IS USED, EITHER IN THIS GRANT AGREEMENT OR THE APPLICABLE MASTER AGREEMENT, "AWARD" ALSO INCLUDES ALL TERMS AND CONDITIONS SET FORTH IN THIS GRANT AGREEMENT. FTA OR THE FEDERAL GOVERNMENT MAY WITHDRAW ITS OBLIGATION TO PROVIDE FEDERAL ASSISTANCE IF THE RECIPIENT DOES NOT EXECUTE THIS GRANT AGREEMENT WITHIN 90 DAYS FOLLOWING FTA's AWARD DATE SET FORTH HEREIN. FTA AWARD Federal Transit Administration (FTA) hereby awards a Federal Grant as follows: Recipient Information Recipient Name: Indian River, County Of Recipient ID: 5630 DUNS No: 079208989 Award Information Federal Award Identification Number: FL -2018-103-00 Award Name: FY 2018 5307 Capital & Operating; Indian River Co., FLA Award Start Date: 9/20/2018 Award End Date: 3/29/2026 Award Executive Summary: This FY 2018'5307 grant provides capital and operating assistance for public transportation in Indian River County, which consists of the GoLine fixed route system and the Community Coach demand response service. The total eligible cost is $4,890,751, of which the federal share is $3,290,751. Of this amount, the federal operating assistance is $1,600,000. The nonfederal - portion of operating assistance is $1,600,000 and will be provided through a combination of FDOT grant funds and local funds as approved by Indian River County. FDOT District 4 has authorized toll revenue credits in the amount of $422,688 in support of this application in the letter dated July 31, 2018. Indian River County will ensure that all vehicles purchased are accessible, purchased from an FTA approved TVM, and reported to FTA within 30 days after contract is signed. Indian River County will check the current listing of Transit Vehicle Manufacturers (TVM) (https://www.transit.dot.gov/regulations-and-guidance/civil-rights-ada/eligible-tvms-list) to ensure each is listed as a certified TVM in compliance with FTA regulations. Indian River County will follow all 3rd party procurement policies as defined in C4220.1 F (Third Party Contracting Guidance). Indian River County will ensure contractors procured will not be on the FTA Suspension and Debarment list. In accordance with federal regulations, a public hearing was conducted on May 22, 2018 and advertised in advance. A copy of the Florida Governor's Apportionment is attached. Research and Development: This award does not include research and development activities. Indirect Costs: This award does not include an indirect cost rate. Suballocation Funds: Recipient organization is suballocated these apportioned funds and can apply for and receive these funds directly. Pre -Award Authority: This award is using Pre -Award Authority. Award Budget Total Award Budget- $4,890,751.00 Amount of Federal Assistance Obligated for This FTA Action (in U.S. Dollars): $3,290,751.00 Amount of Non -Federal Funds Committed to This FTA Action (in U.S. Dollars): $1,600,000.00 Total FTA Amount Awarded and Obligated (in U.S. Dollars): $3,290,751.00 Total Non -Federal Funds Committed to the Overall Award (in U.S. Dollars): $1,600,000.00 Award Budget Control Totals (The Budget includes the individual Project Budgets (Scopes and Activity Line Items) or as attached) Funding Source Section of CFDA Amount Statute Number 5307 - Urbanized Area Formula Grants (2013 and 5307-2A 20507 $3,290,751 forward) Local $800,000 Local/In-Kind $0 State $800,000 State/In-Kind $0 Other Federal $0 Transportation Development Credit $422,688 Total Eligible Cost $4,890,751 (The Transportation Development Credits are not added to the amount of the Total Award Budget.) U.S. Department of Labor Certification of Public Transportation Employee Protective Arrangements: Review Decision: DOL Concurs -Certified Original Certification Date: 9/13/2018 Special Conditions There are no special conditions. FINDINGS AND DETERMINATIONS By signing this Award on behalf of FTA, I am making all the determinations and findings required'by federal law and regulations before this Award may be made. FTA AWARD OF THE GRANT AGREEMENT Awarded By: dudley.whyte@dot.gov Deputy Regional Administrator FEDERAL TRANSIT ADMINISTRATION U.S. DEPARTMENT OF TRANSPORTATION Contact Info: dudley.whyte@dot.gov Award Date: 9/20/2018 EXECUTION OF THE GRANT AGREEMENT Upon full execution of this Grant Agreement by the Recipient, the Effective Date will be the date FTA or the Federal Government awarded Federal assistance for this Grant Agreement. By executing this Grant Agreement, the Recipient intends to enter into a legally binding agreement in which the Recipient: (1) Affirms this FTA Award, (2) Adopts and ratifies all of the following information it has submitted to FTA: (a) Statements, (b) Representations, - (c) Warranties, -- (d) Covenants, and (e) Materials, (3) Consents to comply with the requirements of this FTA Award, and (4) Agrees to all terms and conditions set forth in this Grant Agreement. Executed By: Phillip Matson MPO Staff Director Indian River, County Of 9/20/2018 UNITED STATES OF AMERICA DEPARTMENT OF TRANSPORTATION FEDERAL TRANSIT ADMINISTRATION GRANT AGREEMENT (FTA G-24, October 1, 2017) On the date the authorized U.S. Department of Transportation, Federal Transit Administration (FTA) official signs this Grant Agreement, FTA has obligated and awarded federal assistance as provided below. Upon execution of this Grant Agreement by the Recipient named below, the Recipient affirms this FTA Award, enters into this Grant Agreement with FTA, and binds its compliance with the terms of this Grant Agreement. The following documents are incorporated by reference and made part of this Grant Agreement: (1) "Federal Transit Administration Master Agreement," FTA MA(24), October 1, 2017, http://www.transit.dot.gov, (2) The Certifications and Assurances applicable to the FTA Award that the Recipient has selected and provided to FTA, and (3) Any Award notification containing special conditions or requirements, if issued. WHEN THE TERM "FTA AWARD" OR "AWARD" IS USED, EITHER IN THIS GRANT AGREEMENT OR THE APPLICABLE MASTER AGREEMENT, "AWARD" ALSO INCLUDES ALL TERMS AND CONDITIONS SET FORTH IN THIS GRANT AGREEMENT. FTA OR THE FEDERAL GOVERNMENT MAY WITHDRAW ITS OBLIGATION TO PROVIDE FEDERAL ASSISTANCE IF THE RECIPIENT DOES NOT EXECUTE THIS GRANT AGREEMENT WITHIN 90 DAYS FOLLOWING FTA's AWARD DATE SET FORTH HEREIN. FTA AWARD Federal Transit Administration (FTA) hereby awards a Federal Grant as follows: Recipient Information Recipient Name: Indian River, County Of Recipient ID: 5630 DUNS No: 079208989 Award Information Federal Award Identification Number: FL -2018-103-00 Award Name: FY 2018 5307 Capital & Operating; Indian River Co., FLA Award Start Date: 9/20/2018 Award End Date: 3/29/2026 Award Executive Summary: This FY 2018 5307 grant provides capital and operating assistance for public transportation in Indian River County, which consists of the GoLine fixed route system and the Community Coach demand response service. The total . eligible cost is $4,890,751, of which the federal share is $3,290,751. Of this amount, the federal operating assistance is $1,600,000. The nonfederal portion of operating assistance is $1,600,000 and will be provided through a combination of FDOT grant funds and local funds as approved by Indian River County. FDOT District 4 has- authorized asauthorized toll revenue credits in the amount of $422,688 in support of this application in the letter dated July 31, 2018. Indian River County will ensure that all vehicles purchased are accessible, purchased from an FTA approved TVM, and reported to FTA within 30 days after contract is signed. Indian River County will check the current listing of Transit Vehicle Manufacturers (TVM) (https://www.transit.dot.gov/regulations-and-guidance/civil-rights-ada/eligible-tvms-list) to ensure each is listed as a certified TVM in compliance with FTA regulations. Indian River County will follow all 3rd party procurement policies as defined in C4220.1 F (Third Party Contracting Guidance). Indian River County will ensure contractors procured will not be on the FTA Suspension and Debarment list. In accordance with federal regulations, a public hearing was conducted on May 22, 2018 and advertised in advance. A copy of the Florida Governor's Apportionment is attached. Research and Development: This award does not include research and development activities. Indirect Costs: This award does not include an indirect cost rate. Suballocation Funds: Recipient organization is suballocated these apportioned funds and can apply for and receive these funds directly. Pre -Award Authority: This award is using Pre -Award Authority. Award Budget Total Award Budget: $4,890,751.00 Amount of Federal Assistance Obligated for This FTA Action (in U.S. Dollars): $3,290,751.00 Amount of Non -Federal Funds Committed to This FTA Action (in U.S. Dollars): $1,600,000.00 Total FTA Amount Awarded and Obligated (in U.S. Dollars): $3,290,751.00 Total Non -Federal Funds Committed to the Overall Award (in U.S. Dollars): $1,600,000.00 Award Budget Control Totals (The Budget includes the individual Project Budgets (Scopes and Activity Line Items) or as attached Funding Source Section of CFDA Statute Number Amount 5307 - Urbanized Area Formula Grants 5307-2A 20507 $3,290,751 (2013 and forward) Local $800,000 Local/In-Kind $0 State 1800,000 State/In-Kind $0 Other Federal $0 Transportation Development Credit $422,688 Total Eligible Cost $4,890,751 (The Transportation Development Credits are not added to the amount of the Total Award Budget.) U.S. Department of Labor Certification of Public Transportation Employee Protective Arrangements: Review Decision: DOL Concurs - Certified Original Certification Date: 9/13/2018 Special Conditions There are no special conditions. 0_I_►` III _I_►` [4*;Vff` p ;"AZu I I JA 11 [$11 &1 By signing this Award on behalf of FTA, I am making all the determinations and findings required by federal law and regulations before this Award may be made. FTA AWARD OF THE GRANT AGREEMENT Awarded By: Dudley Whyte Deputy Regional Administrator FEDERAL TRANSIT ADMINISTRATION U.S. DEPARTMENT OF TRANSPORTATION Contact Info: dudley.whyte@dot.gov Award Date: 9/20/2018 EXECUTION OF THE GRANT AGREEMENT Upon full execution of this Grant Agreement by the Recipient, the Effective Date will be the date FTA or the Federal Government awarded Federal assistance for this Grant Agreement. By executing this Grant Agreement, the Recipient intends to enter into a legally binding agreement in which the Recipient: (1) Affirms this FTA Award, (2) Adopts and ratifies all of the following information it has submitted to FTA: (a) Statements, (b) Representations, (c) Warranties, (d) Covenants, and (e) Materials, (3) Consents to comply with the requirements of this FTA Award, and (4) Agrees to all terms and conditions set forth in this Grant Agreement. Executed By: Phillip Matson MPO Staff Director Indian River, County Of 9/20/2018 [From policy adopted by Indian River' County Board Of County Commissioners on. February 18, 2002] "D. Nonprofit Agency Responsibilities After Award of Funding Indian River County provides funding to all nonprofit agencies.on a reimbursement basis only. All reimbursable expenses must be documented by an invoice and/or a copy of the canceled check or credit card payment. Any expense not documented properly to the satisfaction of the Office of Management & Budget and/or the County Administrator may not be reimbursed. If an agency repeatedly fails to provide adequate documentation, this may be reported to the Board of Commissioners. In the event an agency. provides'inadequate .documentation on a consistent basis., funding may be, discontinued immediately. Additionally, this may adversely affect future funding requests. Expenditures may only be reimbursed from the fiscal year for which funding was awarded. For example, no expenditures prior to October 11 may be reimbursed with funds.from the following year. Additionally, if any funds are unexpended at the end of a fiscal year, these funds are not carried over to the next year unless expressly authorized by the Board of Commissioners. All requests for reimbursement at fiscal year end.(September 30th) must be submitted on a timely basis. Each year, the Office of Management & Budget will send a letter to all nonprofit agencies advising of the deadline for reimbursement requests for the fiscal year. This deadline is typically early to mid October, since the Finance Department does not process checks for the prior fiscal year beyond that point. Each reimbursement request must include a.summary of expenses by type.. These summaries should be broken down into salaries, benefits, supplies, contractual services, etc. If Indian River County is reimbursing an agency for only a portion of an expense (e.g. salary of an employee), then the method for this portion should be disclosed on the summary. The Office of Management & Budget has summary forms available.. Indian River County will not reimburse certain types of expenditures. These expenditure types are listed below. a. Travel expenses for travel outside the County including but not limited to; mileage reimbursement, hotel rooms, meals, meal allowances, per Diem, and tolls. Mileage reimbursement for local travel (within Indian River County) is allowable. b. Sick or Vacation payments for employees. Since agencies may have various sick and vacation pay policies, these must be provided from other sources. c. Any expenses not associated with the provision of the program for which the County has awarded funding. d. Any expense not outlined in the agency's funding application. The County reserves the right to decline reimbursement for any expense as deemed necessary." Page 48 EXHIBIT STANDARD TERMS FOR GRANT CONTRACT 1. Venue, Choice of Law. The validity, interpretation, construction, and effect of this Contract shall be in accordance with and governed by the laws of the State of Florida, only, The location for settlement of any and all claims, controversies, or disputes, arising out of or relating to any part of this Contract, or any breach hereof, as well as any litigation between the parties, shall be Indian River County, Florida for claims brought in state court, and the Southern District of Florida for those claims justifiable in federal court. 2. includes all prior and contemporaneous negotiations, correspondence, conversations, agreements, and understan ' dings applicable to the matters contained herein and the parties agree that there are no commitments; agreements, or understandings concerning the subject matter of this Contract that are not contained herein. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. It is further agreed that no modification, amendment or alteration in the terms and conditions contained herein shall be effective unless contained inmwritten document signed byboth parti*s. 3. |nthe event any provisionnfthis Contract isdetermined tobeunenforceable orinvalid, such unenforceability orinvalidity shall not affect the remaining provisions ofthis Cunbac1iand every other term and provision ofthis Contract shall bedeemed valid and enforceable to the extent permitted bylaw. Tothat extent, this Contract isdeemed severable. 4. Captions and Interpretations:Captions inthis Con{cadt are included for convenience only and are not to be considered in any construction nrinterpretation ofthis Contract orany ofits provisions. Unless the context indicates otherwise, words importing the singular number include the [donai number, and vice versa. Words o{any gender include the correlative words ofthe other genders, unless the sense indicates otherwise. 5. Independent Contractor. The Subnacjpiantisand shall baanindependent contractor for all purposes under this Contract. The Subredpientisnot mnagent oremployee of the County, and any and all persons engaged inany of the oemioeourocty|dasfunded inwh�eorinpadpe�onnedpursuant to this Contractshall at all times and in all places be subject to the Subrecip|ent's sole d|noction, oupervision,endcontrol. {i Assignment. This Contract may not be assigned by the Subrecipientwithout the prior written consent cfthe County,. A 1, EXHIBIT E Senior Resource Association Cost Allocation Plea Updated July I, 2015 By Jennifer Johnson Chief Financial Officer 594 141h Street • Vero Bcac14 FL 32960 •. PH: 772.569,0760 FX: 772.778.7272 • SeniorResaurce:Association.org Providing activities, education and services Cost Allocation Flan. Senior Resource Association, Inc, EiN: 59-1539957 69414th Street Vero Beach, FL 32960 772.569.0760 Contact Person(s): Karen Delgl, Chief Executive Officer, President Email: kdeigl@)sramaii.org Jennifer Johnson, Chief Financial Officer, Vice President Email: jjohnson0srama€l.org ,« ,; - b r '1 _4�_ :. Senior Resource Association (SRA) was, incorporated as a nonprofit organization in January 1974 to provide programs and services designed to promote an active, healthy, independent lifestyle for older adults. SRA assists seniors and their families in finding resources they seek, delivers quality, professional services designed to meet,a senior's individual needs and provides programs and volunteer opportunities foractive older adults. SRA administers a variety of programs funded by Federal, State, and Local agencies. Key, programs include: Nutrition Services, Adult Day Care, in-home Services, and Transit. The purpose of this cost allocation plan is to summarize, in writing, the methods and procedures that Senior Resource Association, Inc. (SRA) will use to allocate indirect costs to programs and grants. The proposal is for a Cost Allocation Plan (Plan) to cover the ,period of July 1., 2018 and ending June 30, 2019. OMB Circular A-122, "Cost Principles for Non -Profit Organizations," establishes the principles for determining costs of grants, contracts and other agreements with the Federal Government, Senior Resource Association's Cost Allocation Plan is based on the Direct Allocation method described in OMB Circular A-122, The Direct Allocation Method treats. all costs as direct costs except general administration and general expenses. Direct costs are those that can be identified specifically with a particular final cost objective. Indirect costs are those that have been incurred for common or joint objectives and cannot be readily identified with a particular final cost objective. SRA.maintains adequate internal controls to insure that no cost is charged both directly and indirectly to Federal, State or Local grants. 694 I4fh Street • Vero Beach, FI.. 32960 • PEI: 772.569.0760 - FX: 772.778.7272 • SenlorResourceAssociation.org Providing activities, education and services Only costs that are allowable, in accordance with the cost principles; will be allocated to grants by Senior Resource Association. The,Cost Allocation Flan is updated annually after the budget has been approved by SRA's Board of Directors. In January of the grant year, the wage & salaries budget is updated. if the variance is greater than'29/o, then the cost allocation percentages are updated. The general approach of Senior Resource Association in allocating costs to particular programs and grants is as follows: A. All allowable direct costs are charged directly to the program and grant. B. Allowable direct costs that can be identified to more than one program are prorated individually as direct costs using a base which is most appropriate to the particular cost being prorated. C. All other allowable general and administrative costs (costs that benefit all programs and cannot be identified to a specific program) are allocated to programs and grants using'a base that results in an equitable distribution. The following information summarizes the procedure that is used by Senior Resource Association: A. Direct expenses are allocated to each program/grant that incurred the expenses, B. Indirect expenses that benefit more than one program will be allocated to those programs based on the ratio of each program's salaries to the total of such salaries (see Schedule A). C. Indirect expenses that benefit all programs will be allocated based on the ratio of each program's salaries to total salaries (see Schedule A). Indirect cost may include the cost of operating and maintaining administrative facilities, general administration and general expenses, such as the salaries and expenses of executive officers, personnel administration and accounting. 694 I41h Strcct • Vcro Beach, FL 32960 • P14: 772.569.0760 • FX: 772.778.7272 • 5eniorResourceAssociation.ore Providing activities, education and scrviccs D. Unallowable Costs — Costs that are unallowable in accordance with OMB Circular A-122, including alcoholic beverages, bad debts, advertising (other than help - wanted ads), contributions, entertainment, fines and penalties, and fundraising, are not allocated to Federal or State grants. Fiscal Year 2018-2019 IM F 'Department Description IRR I F� Wages % Development ...... $ -- ---- 97,400 3.5% Case Management 140,200 5.0% Adult Day Service Sebastian $ 1461900 512% Adult Day Service Vero Beach $ 346P600: 12.3% Nutrition $ 169,400 6.09' Martin Community Coach $ 106,691 3,8% Community Coach GoUtne $ 465,509 1,342,600 16.5% 47.7% Total $ 2,815,300 100% 694 141b Street - Vero Beach, FL 32960 - PH; 772.569.0760. - FX: 772.778.7272. - SerdorResourceAssociation.org Providing activities, education and services Department Description Wages Development $ 97,400 3.5% Case Management $ 140,200 5.00/6 Adult Day Service Sebastian $ 146,900 5.2% Adult Day Service Vero Beach $ 346,00 12.3% Nutrition $ 169,400* 6.0% Community Coach $ 572,200 20.3% GoLine 1,342,600 47.7% Total $ 2,815,300 100% 694 141b Street - Vero Beach, FL 32960 - PH; 772.569.0760. - FX: 772.778.7272. - SerdorResourceAssociation.org Providing activities, education and services Department Description Case Management Adult Day Service Sebastian Adult Day Service Vero Beach Nutrition Community Coach GoLlne Total — -- - . . . . . . . ............... ..... ....... Department Description GoLine Community Coach Total Wages % $ 140#200 5.2% $ 1461900 5.40 $ 346,600 118%! $ 169,400 6.2% $ 572,200 21.1% $ 1,342,600 491.4% $ 2,717,900 100% Amount % $ 11342,600 701 $ 572,200 30% 1,914,800 100% Department Description Martin Community Coach 'Indian River Community Coach GoLine Total Service Ib % MCC 6% cc 24% GoLine 70% 100% 694 10 Street -'hero Beach, FL 32960 - PH: 772.569.0760 • FX: 772.778.7272 • SeniorRrsourceAsso.ciation.org Providing activities, education and services Department Description ............. Meals on Wheels Congregate Meals Total Department Description ADC Sebastian ADC Vero Beach Total Department Description Case Management. Adult Day Service Sebastian Adult Day Service Vero Beach Nutrition. Total Department Description Development Case Management ,Adult Day Service Sebastian II .Adult Day Service Vero Beach Nutrition Total 75.0% 2510% 100%, Amount % $ 75,700 28.7% $ 188,500 71.3% $ 264,200 100% Wages % $ 140,200 17.5% $ 146,900 183% 346,600 43.2%. $ 169,400 21.1% 803,100 100% Wages % 97,400 10.8% $ 140,200 15-.6% $ 1461900 16.3% $ 346,600 38,5% $ 169,400 18.8% $ 900,500 100% 694 10 Street - Vero Beach, FL 32960 - PH: 772.569.0760 - FX: 772,778.7272 - SeuiorRcwurceAssoCiatk)n.or& Troviding activities, education and services Cost Allocation Plan Certification This is to certify that i have reviewed the cost allocation plan submitted herewith and to the best of my knowledge and belief that: (1) the information contained in the Pian was prepared in accordance with 2 CFR Part 230, (2) thecosts have been accorded consistent treatment In accordance with generally accepted accounting prlticlples, (3) an adequate accounting and statistical system exists to support claims that will be made under the Plan, (4) the information provided in support of the Cost Allocation Plan is accurate, and (S) all federally unallowable costs have been excluded from allocations. I declare that the foregoing is true and correct. Karen Delgl CEO/President Senior Resource Association Date Cost Allocation Approval 1 hereby approve the. Cost Allocation Plan for Senior Resource Assoctation described within: Date 1 ^1 7 County 694,141 Street • Vero Beach, FL 32960 • PH: 77'2-569.0760 • FX: 772.778.7272 • ScnioritcsourceAssociatioi►.org Providing aetivities,,education and services JEFFREY R. SMITH, CPA, CGFO, CGMA Clerk of Circuit Court & Comptroller Finance Department 1801271 Street Vero Beach, FL 32960 TO: Board of County Commissioners FROM: Elissa Nagy, Finance Director THROUGH: Jeffrey R. Smith, Clerk of Court & Comptroller DATE: September 25, 2018 SUBJECT: Indian River County Grant Contract Subrecipient Awards As part of the federal government requirement under 2 CFR 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Award, (commonly known as the Uniform Grant Guidance), subrecipient agreements must be entered into and approved by the Board of County Commissioners for any new grants or updates to current grants. Based on the classification of grant recipients, the Senior Resource Association (SRA) is classified as a grant subrecipient. On, September 20, 2018, Indian River County was awarded the FY 2018 FTA 5307 Capital & Operating Grant in the amount of $3,290,751. Per the requirements of the Uniform Grant Guidance, a subrecipient grant agreement must be approved with the Senior Resource Association that encompasses the additional grant. Recommendation: Approve the Indian River County Grant Contract Subrecipient Award agreement with the Senior Resource Association and execute any related documents. Attachments: Indian River County Grant Contract Subrecipient Award with SRA with exhibits A-E