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