HomeMy WebLinkAbout2021-105Indian River County Grant Contract Subrecipient Award
This Grant Contract (Contract) entered into and effective this August 17, 2021, by and between Indian
River County, a political subdivision of the State of Florida, 1801 27th Street, Vero Beach FL, 32960
(County) and Senior Resource Association- SRA (Subrecipient), 694 14'h Street, Vero Beach, FL,
32960,167981612, for providing and administering mass transit service for Indian River County.
Background Recitals
A. The County received the award (Exhibit A) from the Federal Transit Administration (FTA) and
Florida Department of Transportation (FDOT) on the Award Date (Exhibit A).
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 listed in Exhibit
A.
D. The Catalog of Federal Domestic Assistance (CFDA) Number and Catalog of State Domestic
Assistance (CFSA) Number for the Award, if applicable, is listed in Exhibit A. The total dollar
amount made available under the Award is $3,309,112.
E. The indirect cost rate for the Award, including if the de minimis rate is charged, per federal
regulations is based upon the County approved indirect. cost allocation plan.
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:
1. 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 and incorporated herein by this
reference (Exhibit B).
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 fiscal
year(s) listed in Exhibit A (Grant Period).
Grant Funds and Payment: The approved Grant for the Grant Period is $3,309,112.
(Exhibit A). The amount of federal funds obligated under this Contract by the County to
the Subrecipient is $2,711,913 (Exhibit A). 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 thirty (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
deny 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.
7.5
7.6
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 Coulnty 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.
Insurance Requirements: Sub +ecipient shall, no later than October 30 each year, 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. jBest, 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); and 1'
iv In the event that children are supervised, Sexual Molestation Liability
O p y
Insurance in an amount not less than $1,000,000 each occurrence/claim.
i
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.
All such insurance shall provide a waiver of subrogation in favor of the County; and be
primary and without contribution from the County or its insurance carrier. 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 byICounty 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 theCounty'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 jof 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
i
7.7 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.
7.8 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.
7.9 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
PUBLICRECORDSO-IRCGOV.COM
Indian River County of the County Attorney
1801 27th 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.
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, Budget Director
Indian River County
1801.271h Street
Building A
Vero.Beach, FL 32960
Subrecipient: Karen Deigl, President/CEO
Senior Resource Association
694 141h 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 D and incorporated herein in its entirety by this reference.
12. Sovereiqn 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.
.y �OAIMIS:
INDIAN RIVER COUNTY BOARD OF COUNTY COMai6ERS
By: ,
issi r Joseph E. Flescher, Chairman f Q
C OU��
Attes • rey R Smith, Cle of Courts & Comptroller
By: /z�ol U).,w
Deputy Clerk
Approved:
Jason Bro%
SUBRECIPIE
By:
Agency Name: Senior Resource Association
Karen Deigl, President/CEO
Approved as to form and legal sufficiency:
Dyla eingold, County Attorney
EXHIBIT A
Indian River County BOCC
SRA Related Grants
State Award ID #
CSFA#
Description/Grant Name
Federal Award ID #
CFDA#
Amount
Award Date
Grant Period
State Grants:
FDOT Public Transportation Block Grant
407190-5<84-01
55.010
597,199
02/12/21
2/12/2021-6/30/2024
Total State Grants
$ 597,199
Federal Grants:
FTA Section 5311 Grant
407182-3-84-01
20.509
77,356
02/24/21
2/24/2021-6/30/2024
FTA Section 5339 Grant
FL -20211-014
20.526
465,235
02/09/21
4/01/2021-3/30/2028
FTA Section 5307 Grant
FL -2021-014
20.507
2,169,322
02/09/21
4/01/2021-3/30/2028
Total Federal Grants
$ 2,711,913
Total of All Awards $ 3,309,112
EXHIBIT B
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, Form 726.000.02
PUBLIC TRANSPORTATION DEVELOPMENIT
GRANT AGREEMENT EXHIBITS DOC 02120
EXHIBIT A
Project Description and Responsibilities
A. Project Description (description of Agency's project to provide context, description of project components funded
via this Agreement (if not the entire project)): Block Grant funding for operating assistance to Indian River County
BOCC for its urbanized area public transportation
B. Project Location (limits, city, county, map): Indian River County BOCC/Vero Beach, FL/Indian River
C. Project Scope (allowable costs: describe project components, improvement type/service type, approximate
timeline, project schedule, project size):
1) Refer to Exhibit E and Exhibit F of original JPA/PTGA.
2) Comply with Transparency Act, where applicable.
3) Recipients providing fixed -route service can segregate urbanized and non -urbanized miles
based on route maps and allocate system -wide costs accordingly. Drivers' logs can be maintained to segregate
mileage or hours inside and outside the urbanized area.
4) Certification verifying adoption of a System Safety Program Plan.
5) Quarterly reports submitted with invoices.
6) Submit invoice every three (3) months, at minimum.
7) A copy of the most recent active CTC agreement
D. Deliverable(s):
1) Submit a copy of the national Transit Data Base (Section 5335) report submitted to FTA or FTA acknowledgement
letter as soon as available.
2) Submit for approval the performance measure identified in Table A-1 Required Performance
Measure for Newspaper Publication of FOOT Procedure 725-030-030 each year, as identified below:
Passenger Trips
Revenue Miles
Total Operating Revenue
Operating Revenue
Vehicles Operating in Maximum Service
.Base Fare
Revenue Miles Between Vehicle Systems Failures
Days/Hours Service is Available
17 of 2.5
0
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION ronn 72"00-02
PUBLIC TRANSPORTATION DESTRATEGIC
VELOPMENT
GRANT AGREEMENT EXHIBITS DOC 02120
Operating Expense per Passenger Trip
3) Submit the publisher's affidavit from newspaper covering the transit service area that the
performance measures identified in Table A-1 Required Performance Measure for Newspaper Publication of FOOT
Procedure 725-030-030.
were published each year after the Department written approval.
4) Submit a copy of the Transit Development Plan (TDP) annual progress report or updates
each year
5) Submit quarterly progress reports via TransCIP, the web -based state grant management
software, by logging into http://www2.transcip.com
6) Submit an invoice on the project at least every quarter or they may specify in an email to the
Department Project Manager. The email must be provided in the invoice packet provide to the department. The
Agency shall upload a copy of invoice to TransCIP and email the original to D40MDID@dot. state. fl. us for processing.
The project scope identifies the ultimate project deliverables. Deliverables for requisition, payment and invoice
purposes will be the incremental progress made toward completion of project scope elements. Supporting
documentation will be quantifiable, measurable, and verifiable, to allow for a determination of the amount of
incremental progress that has been made, and provide evidence that the payment requested is commensurate with
the accomplished incremental progress and costs incurred by the Agency.
E. Unallowable Costs (including but not limited to): candy, alcohol, decorations, greeting cards, lobbying, personal
cell phone, office patties, entertainment, food, fans, coffee pots, portable heaters, refrigerators, microwave ovens,
congratulatory telegrams, refreshments, banquets, catering, gifts/flowers, promotional items.
F. Transit Operating Grant Requirements (Transit Only):
Transit Operating Grants billed as an operational subsidy will require an expenditure detail report from the Agency that
matches the invoice period. The expenditure detail, along with the progress report, will be the required deliverables for
Transit Operating Grants. Operating grants may be issued for a teen not to exceed three years from execution. The
original grant agreement will include funding for year one. Funding for years two and three will be added by
amendment as long as the grantee has submitted all invoices on schedule and the project deliverables for the year
have been met.
18 of 25
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 725-00002
PUBLIC TRANSPORTATION sTanlecI
DEVELOPMENT1
GRANT AGREEMENT EXHIBITS OGCOV20
EXHIBIT B
Schedule of Financial Assistance
TRANSIT OPERATING ONLY
FUNDS AWARDED TO THE AGENCY PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING:
A. Fund Type and Fiscal Year:
Financial
Fund
FLAIR
State
Object
CSFA/
CSFA/CFDA Title or
Funding
Project
Type
Cate gory
Fiscal
Code
CFDA
Funding Source Description
Amount
Number
$0
$0
Year
_Other Direct Costs
Number
_
$0$0
_ $0
v $0 $0
407190-5-84-01
DPTO
088774
2021
751000
55.010
Public Transit Block Grant Funding
$597,199
407190-5-84-01
LF
1 088774 1
2021
1 751000
1 55.010
1 Public Transit Block Grant Funding
$597,199
Total
Financial Assistance
$1;194,398_
B. Operations Phase - Estimate of Project Costs by Budget Category:
Budget Categories
Operations (Transit Only) "
State
Local
Federal Total.
Salaries
$0
$0
$0 $0
Fringe Benefits
$0
$0
$0 $0
Contractual Services
$597,199
$597,199
$0 $1,1.94,398
Travel
$0
$0
$0 $0
_Other Direct Costs
$0
_
$0$0
_ $0
v $0 $0
_ _
Indirect Costs
$0
$0
Totals: _. _ _
$597 199..
$597199
$0_ ..:$1 194 398
tivaget category amounts are estimates ana can be srnttea between items without
amendment (because they are all within the Operations Phase).
C. Cost Reimbursement
The Agency will submit invoices for cost reimbursement on a:
_ Monthly
X Quarterly
_ Other:
basis upon the approval of the deliverables including the expenditure detail provided by the Agency.
BUDGETICOST ANALYSIS CERTIFICATION AS REQUIRED BY SECTION 216.3475, FLORIDA STATUTES:
I certify that the cost for each line item budget category has been evaluated and determined to be allowable,
reasonable, and necessary as required by Section 216.3475, Florida Statutes. Documentation is on file
evidencing the methodology used and the conclusions reached.
Paula Scott
Department Grant Manager Name
Signature
Date
19 of 25
STATE OF FLORIDA DEPARTMENT OF TRANSPORTAT ION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
EXHIBIT D
AGENCY RESOLUTION
PLEASE SEE ATTACHED
Fom'126-00002
STRATEGIC
DEVELOPMENT
DOC OV20
20 of 25
-STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Point 726.000.02
PUBLIC TRANSPORTATION STRnlEOlC
DEVELOPMENT
GRANT AGREEMENT EXHIBITS ooc02120
EXHIBIT E
PROGRAM SPECIFIC TERMS AND CONDITIONS — TRANSIT
(For State Block Grant Only)
This exhibit forms an integral part of the Agreement between the Department and the Agency.
1. Statutory Reference. Section 341.052, F.S.
2. Eligibility. The Department shall provide block grant funds for eligible capital and operating costs of public bus
transit and local public fixed guideway projects.. Eligibility of this Agency to receive grant funding is provided in
Section 341.052(1), F.S., and Sections 5307 and 5311 of the Federal Transit Act, 49 U.S.C. 5307, and 49
U.S.C. 5311 respectively.
a) Eligible transit capital costs means any 'costs that would be defined as capital costs by the Federal
Transit Administration.
b) Eligible transit operating costs are the total administrative, management, and operation costs directly
incident to the provision of public bus transit services, excluding any depreciation or amortization of
capital assets.
3. Local Revenue Limits. Block grant funds shall not exceed local revenue during the term of this Agreement.
Local revenue is defined as the sum of money received from local government entities to assist in paying
transit operation costs, including tax funds, and revenue earned from fare box receipts, charter service,
contract service, express service and non - transportation activities.
4. Supplanting Local Tax Revenue. Block grant funds shall not supplant local tax revenues made available for
operations in the year immediately preceding this Agreement.
5. State Participation. State participation in eligible public transit operating costs may not exceed fifty (50)
percent of such costs or an amount equal to the total revenue, excluding farebox, charter, and advertising
revenue and federal funds, received by the provider for operating costs, whichever amount is less.
6. Required Audit. The Agency shall require the independent auditor, retained to perform the audit as required
by the Single Audit Act of 1984, to specifically test and certify that these limitations (...funds shall not exceed
local revenue... funds shall not be expended for depreciation or amortization of capital assets—funds shall not
supplant local tax revenues made available for operations in the previous year) of the block grant program as
delineated in Section 341.052, F.S., have been adhered to.
7. Required Budget. The Agency shall provide the Department with two (2) copies of its most current adopted
budget by March 1. Unless the adopted budget uses a format consistent with the National Transit Database
(NTD) report, the copy provided to the Department will indicate how the projections for total local revenue,
local tax revenue made available for operations, and depreciation and amortization costs, as they will appear
in the NTD report, can be identified.
8. Required Publication of Productivity and Performance Measures. The Agency shall publish in the local
newspaper of its area, in the format prescribed by the Department, the productivity and performance measures
established for the transit providers most recently completed fiscal year and the prior fiscal year. This report
shall be approved by the Department prior to its publication. This report shall be submitted to the Department
no later than November 15 of each year, and published either by December 31 or no later than twenty-eight
(28) calendar days of the Department's written approval of the report. The Agency shall furnish an affidavit of
publication to the Department within twenty eight (28) calendar days of publication.
21 of 25
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 728-000.02
PUBLIC TRANSPORTATION STRATEGIC
- DEVELOPMENT
GRANT AGREEMENT EXHIBITS OOc02120
9. Annual Plan or Update. The Agency shall submit a Transit Development Plan (TDP) or annual update to the
Department by September 1 of each year.
a) As a separate part of the transit development plan or annual report, the Agency will address potential
enhancements to productivity and performance which would have the effect of increasing farebox ratio
pursuant to Section 341.071(2), F.S.
b) A TDP shall conform to the requirements in Rule 14-73, available at:
line/chapterhitp://fac.dos.state.f1.us/facon14.pdf.
10. Safety Requirements. Mark the required Safety submittal or provisions for this Agreement if applicable:
X Bus Transit System — In accordance with Section 341.061, F.S., and Rule 14-90, Florida
Administrative Code, the Agency shall submit, and the Department shall have on file, an annual safety
certification that the Agency has adopted and is complying with its adopted System Safety and Security
Program Plan pursuant to Rule Chapter 14-90 and has performed annual safety inspections of all buses
operated.
Fixed Guideway Transportation System (established) — In accordance with Section 341.061, F.S., the
Agency shall submit, and the Department shall have on file, annual certification by the Agency of
compliance with its System Safety and Security Program Plan, pursuant to Rule 14-15.017 and the
"Safety and Security Oversight Program. Standards Manual", DOT Topic Number 725-030-014.
Fixed Guideway Transportation System — This applies to New Starts projects and subsequent major
projects to extend, rehabilitate, or modify an existing system, or to replace vehicles and equipment. In
accordance with Section 341.061, F.S., the Agency shall submit a certification attesting to the adoption
of a System Safety Program Plan pursuant to Rule 14-15.017 and the "Safety and Security Oversight
Program Standards Manual", DOT Topic Number 725-030-014. Prior to beginning passenger service
operations, the Agency shall submit a certification to the Department that the new start system or
major modification to an existing system is safe for passenger service.
Not Applicable
11. Transit Vehicle Inventory Management. The agency will follow the Department's Transit Vehicle Inventory
Management Procedure (725-030-0251), which outlines the requirements for continuing management control,
inventory transfer and disposal actions. This procedure pertains ONLY to capital procurements of rolling stock
using the FTA Section 5310, Section 5311, Section 5316 and Section 5317 programs as the funding source,
or where the Department participates in 50% or more of the public transit vehicle's purchase price. This may
include vehicles purchased under the State Transit Block Grant Program, State Transit Corridor Program,
State Transit Service Development Program, or other applicable Departmental programs.
12. Formula Information. As authorized in Section 341.052, F.S., the annual appropriation in the program is
divided by formula and then distributed to each eligible transit system. The fonnula described below is
adjusted each year based on data received from the transit systerns' federally required National Transit Data
(NTD) report. A copy of the NTD report is required to be sent to the Department each year.
Distribution is accomplished through a rnultiple step process. 15% of the appropriation is given to the
Commission for the Transportation Disadvantaged to be distributed to the Community Transportation
Coordinators in accordance with Chapter 427, F.S. The remaining 85% is divided into three equal portions.
Each eligible transit system gets a percentage of the first portion based on their percentage of total population
served; the second portion is allocated based on their percentage of total revenue miles of service provided;
22 of 2-5
59
rig
I
STATE OF FLORIDA DEPARTMENTOF TRANSPORTATION Forin 726.000.02
PUBLIC TRANSPORTATION STRATEGIC
DEVELOPMENT
GRANT AGREEMENT EXHIBITS occvu20
and the third portion is allocated based on their percentage of total. passengers carried. The total from all three
portions is the total available allocation for each eligible transit system in the state.
-- End of Exhibit E
23 of 25
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Ponn 726.000.02
PUBLIC TRANSPORTATION STRAI'EOIC
QEVF..LQPMENT
GRANT AGREEMENT EXHIBITS ooc02120
EXHIBIT F
Contract Payment Requirements
Florida Department of Financial Services, Reference Guide for State Expenditures
Cost Reimbursement Contracts
Invoices for cost reimbursement contracts must be supported by an itemized listing of expenditures by category (salary,
travel, expenses, etc.). Supporting documentation shall be submitted for each amount for which reimbursement is being
claimed indicating that the item has been paid. Documentation for each amount for which reimbursement is being
claimed must indicate that the item has been paid. Check numbers may be provided in lieu of copies of actual checks.
Each piece of documentation should clearly reflect the dates of service. Only expenditures for categories in the approved
agreement budget may be reimbursed. These expenditures must be allowable (pursuant to law) and directly related to
the services being provided.
Listed below are types and examples of supporting documentation for cost reimbursement agreements:
(1) Salaries: A payroll register or similar documentation should be submitted. The payroll register should show
gross salary charges, fringe benefits, other deductions and net pay. If an individual for whom reimbursement is
being claimed is paid by the hour, a document reflecting the hours worked times the rate of pay will be
acceptable.
(2) Fringe Benefits: Fringe Benefits should be supported by invoices showing the amount paid on behalf of the
employee (e.g., insurance premiums paid). If the contract specifically states that fringe benefits will be based
on a specified percentage rather than the actual cost of fringe benefits, then the calculation for the fringe benefits
amount must be shown.
Exception: Governmental entities are not required to provide check numbers or copies of checks for fringe
benefits.
(3) Travel: Reimbursement for travel must be in accordance with Section 112.061, Florida Statutes, which
includes submission of the claim on the approved State travel voucher or electronic means.
(4) Other direct costs: Reimbursement will be made based on paid invoices/receipts. If nonexpendable property
is purchased using State funds, the contract should include a provision for the transfer of the property to the
State when services are terminated. Documentation must be provided to show compliance with Department of
Management Services Rule 60A-1.017, Florida Administrative Code, regarding the requirements for contracts
which include services and that provide for the contractor to purchase tangible personal property as defined in
Section 273.02, Florida Statutes, for subsequent transfer to the State.
(5) In-house charges: Charges which may be of an internal nature (e.g., postage, copies, etc.) may be
reimbursed on a usage log which shows the units times the rate being charged. The rates must be reasonable.
(6) Indirect costs: If the contract specifies that indirect costs will be paid based on a specified rale, then the
calculation should be shown.
Contracts between state agencies, and/or contracts between universities may submit alternative documentation
to substantiate the reimbursement request that may be in the form of FLAIR reports or other detailed reports.
The Florida Department of Financial Services, online Reference Guide for State Expenditures can be found at this web
address his://www. myfloridacfo.com/Division/AA/Manuals/documents/ReterenceGuideforStateExpenditures.pdf.
24 of 25
STATE OF FLORIDA DEPARVAENT OF TRANSPORTATION Fomt 126.000.02
PUBLIC TRANSPORTATION DEVELOPMENT EYELOPMENT
GRANT AGREEMENT EXHIBITS OGc02120
EXHIBIT G
AUDIT REQUIREMENTS FOR AWARDS OF STATE FINANCIAL ASSISTANCE
THE STATE RESOURCES AWARDED PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING:
SUBJECT TO SECTION 215.97, FLORIDA STATUTES:—
Awarding Agency: Florida Department of Transportation
State Project Title: Public Transit Block Grant Program
CSFA Number: 55.010
"Award Amount: $597,199
'The award amount may change with amendments i
Specific project information for CSFA Number 55.010 is provided at: litt s://a s.fldfs.com/fsaa/searchCataloo.gsux
COMPLIANCE REQUIREMENTS APPLICABLE TO'_ STATE RESOURCES AWARDED PURSUANT TO THIS
AGREEMENT:
State Project Compliance Requirements for CSFA Number 55.010 are provided at:
httos://apps.fldfs.com/fsaa/searchCom oliance. asax
The State Projects Compliance Supplement is provided' t: https:Haups.fldfs.com/fsaa/coriip iance.asox
25 of 25
STATE OF FI.ORIDA DEPARTMENT OF T RANSPOR IAION ioml 726-00002
PUBLIC TRANSPORTATION sTRATEOi
DEVELOPMENTT
GRANT AGREEMENT EXHIBITS occ02120
EXHIBIT A
Project Description and Responsibilities
A. Project Description (description of Agency's project to provide context, description of project components funded
via this Agreement (if not the entire project)): providing 5311 funding for operating assistance to Indian River County
BOC for its non -urbanized. area public transportation
B. Project Location (limits, city, county, map): Indian River County BOCCNero Beach, FL/Indian River
C. Project Scope (allowable costs: describe project components, improvement type/service type, approximate
timeline, project schedule, project size): Transfer funding from the Federal Transit Administration's to Subrecipient for
the activities listed in attached budget and in the approved Subrecipient grant application.
Regular service hours will remain Monday through Friday from 8:00 a.m. through 5:00 p.m., except holidays, for which
we provide limited service. Our dispatch operation opens at 4:30 a.m. and closes at 7:00 p.m. or after the last driver is
done and has returned to the yard. Our program provides origin to destination (door-to-door) paratransit service to
enhance the mobility of residents in the rural areas of our county. The service will provide users various types of trips
to include, but not limited to, medical and life-sustainingappointments, their nutritional needs, employment related
services and for recreation.
D. Deliverable(s):
1) Refer to Exhibit C and Exhibit D of original JPA/PTGA.
2) Comply with Transparency Act, where applicable,
3) Recipients providing fixed -route service can segregate urbanized and non -urbanized miles
based on route reaps and allocate system -wide costs accordingly. Drivers' logs can be maintained to segregate
mileage or hours inside and outside the urbanized area.
4) Certification verifying adoption of a System Safety Program Plan.
5) Quarterly reports submitted with invoices.
6) Submit invoice every three (3) months, at minimum.
7) A copy of the most recent active CTC agreement.
The project scope identifies the ultimate project deliverables. Deliverables for requisition, payment and invoice
purposes will be the incremental progress made toward completion of project scope elements. Supporting
documentation will be quantifiable, measurable, and verifiable, to allow for a determination of the amount of
incremental progress that has been made, and provide evidence that the payment requested is commensurate with
the accomplished incremental progress and costs incurred by the Agency.
E. Unallowable Costs (including but not limited to): candy, alcohol, decorations, greeting cards, lobbying, personal
cell phone office patties, entertainment, food, fans, coffee pots, portable heaters, refrigerators, microwave ovens,
congratulatory telegrams, refreshments, banquets, catering, gifts/flowers, promotional items.
17of25
i
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 726-000-02
PUBLIC TRANSPORTATION STRATEGIC
DEVELOPMENT
GRANT AGREEMENT EXHIBITS 00C 02120
F. Transit Operating Grant Requirements (Transit Only):
Transit Operating Grants billed as an operational subsidy will require an expenditure detail report frorn the Agency that
matches the invoice period. The expenditure detail, along with the progress report, will be the required deliverables for
Transit Operating Grants. Operating grants may be issued for a term not to exceed three years from execution. The
original grant agreement will include funding for year one. Funding for years two and three will be added by
amendment as.long as the grantee has submitted all in ices on schedule and the project deliverables for the year
have, been met.
18 of 25
I
STATE OF FLORIDA DEPAR WENT OF TRANSPORTATION Farm 726.000-02
PUBLIC TRANSPORTATION SfILOP EMENT N
DEVE-
GRANT AGREEMENT EXHIBITS occ 02/20
EXHIBIT B
Schedule of Financial Assistance
TRANSIT OPERATING ONLY
FUNDS AWARDED TO THE AGENCY PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING:
A. Fund Type and Fiscal Year:
Financial
Fund
FLAIR
State
Object
CSFA/
CSFA/CFDA Title or
Funding
Project
Number_
Type
Category
Fiscal
Year
Cede
CFDA
Number
Funding Source Description
Amount
407182-3-84-01
DU
088774
2021
780000
20.509
Formula Grants for Rural Areas
$77,356
407182-3-84-01
LF
088774
1 2021
1 780000
1 20.509 1
Formula Grants for Rural Areas
$77,356
Total
Financial Assistance
$54,712'
B. Operations Phase - Estimate of Project Costs by Budget Category:
Budget Categories
State
Operations (Transit Only)
Local
Federal
Total
Salaries $0
$0
$0
$0
Fringe Benefits $0
$0
$0
$0
Contractual Services $0
$77,356
$77,356
$154,712
Travel $0_1
$0
1 $0
$0
Other Direct Costs $0
$0
$0
$0
Indirect Costs $0
$0$0
$0
•$0
$71,356W
$77,356,
$924712
- auaget category amounts are estimates and can be shitted between items without
amendment (because they are all within the Operations Phase).
C. Cost Reimbursement
The Agency will submit invoices for cost reimbursement on a:
_ Monthly
X Quarterly
_ Other:
basis upon the approval of the deliverables including the expenditure detail provided by the Agency.
BUDGET/COST ANALYSIS CERTIFICATION AS REQUIRED BY SECTION 216.3475, FLORIDA STATUTES:
I certify that the cost for each line item budget category has been evaluated and determined to be allowable,
reasonable, and necessary as required by Section 216.3475, Florida Statutes. Documentation is on file
evidencing the methodology used and the conclusions reached.
Paula Scott
Department Grant Manager Name
Signature
Date
19 of 25
1
' f
STATE OF FLORIDA DEPARTMENT OF'fRANSPORlAIION Fornt 726-000.02 f
PUBLIC TRANSPORTATION UEsrnnTEal
- VELUPMENT
GRANT AGREEMENT EXHIBITS aacozrzo
w
EXHIBIT D
AGENCY RESOLUTION
PLEASE SEE ATTACHED
I
1
20 of 25
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION rom 728.000.02
PUBLIC TRANSPORTATION DEsTRATEOIc
VELOPMENT
GRANT AGREEMENT EXHIBITS occo2120
EXHIBIT E
PROGRAM SPECIFIC TERMS AND CONDITIONS — TRANSIT
(Section 5311: Formula Grants for Rural Areas)
This exhibit forms an integral part of the Agreement between the Department and the Agency.
The Agency, as the "subrecipient", shall comply with the following requirements:
I. Conformance with Enabling Legislation. This Agreement is in conformance with Section 5311 of the
Federal Transit Act of 1991, as amended (49 U.S.C. 5311) and Section 341.051(1)(a), F.S.
2. Prevention Programs. The Section 5311 subrecipient shall establish and implement anti-drug and alcohol
misuse prevention programs in accordance with the terms of 49 CFR 655. 49 U.S.C. 5331, and 49 CFR 40.
3. Adherence to Certifications and Assurances. The Section 5311 subrecipient shall ensure adherence with
all federally required certifications and assurances made in its application to the Department for Section 53,11
funds.
4. FTA Compliance, The Section 5311 subrecipient shall at all times comply with all applicable Federal Transit
Administration ("FTA") regulations, policies, procedures and directives, including without limitation those listed
directly or by reference in the Master Agreement between the Department and FTA, as they may be
amended or promulgated from time to time during the term of this contract. Failure to comply shall constitute
a material breach of this contract.
5. Charter Operation. The Section 5311 subrecipient agrees to comply with 49 U.S.C. 5323(d), (r) and 49 CFR
604, which provide that recipients and subrecipients of FTA assistance are prohibited from providing charter
service using federally funded equipment or facilities if there is at least one private charter operator willing
and able to provide the service, except under one of the exceptions at 49 CFR 604.9. Any charter service
provided under one of the exceptions must be "incidental," i.e., it must not interfere with or detract from the
provision of mass transportation.
6. Exclusive Operation. Pursuant to 69 U.S.C. 5323(f).and 49 CFR 605, the Section 5311 subrecipient of FTA
assistance may not engage in school bus operations exclusively for the transportation of students and school
personnel in competition with private school bus operators unless qualified under specified exemptions.
When operating exclusive school bus service under an allowable exemption, subrecipients may not use
federally funded equipment, vehicles, or facilities.
7. Buy America. The Section 5311 subrecipient agrees to comply with Buy America requirements outlined in 49
U.S.C. 53230) and 49 CFR 661, if using the funds granted under this Agreement for rolling stock purchases.
The recipient also agrees to comply with the pre -award and post delivery requirements outlined in 49 CFR
661.12.
8. Water Pollution Control. The Section 5311 subrecipient agrees to comply with all applicable standards,
orders or regulations issued pursuant to the Federal Water Pollution Control Act, codified at 33 U.S.C. 1251
et seq., as amended, if the agreement exceeds $100,000.
9. Anti -Lobbying. l -he Section 5311 subrecipient agrees to comply with the requirements pursuant to Byrd Anti -
Lobbying Amendment, 31 U.S.C. 1352(b)(5).
10. Bonding Requirements. If this Agreement is for a construction Project over $150,000 the recipient must
adhere to FTA's bonding requirements as outlined in the Best Practices Procurement Manual.
11. Clean Air Act. The 5311 subrecipient agrees to comply with applicable standards, orders or regulations
issued pursuant to the Clean Air Act, 42 U.S.C. 7401 et seq., as amended, if this Agreement exceeds
21 of 25
STATE or FLORIDA DEPART'MFNT OF TRANSPORTA-TION Form 726-000-02
PUBLIC TRANSPORTATION DEsTRaTEG'c
VELOPMENT
GRANT AGREEMENT EXHIBITS OGCO2120
$150,000.
12. Resource Conservation and Recovery Act (RCRA). The 5311 subrecipient agrees to comply with all the
requirement of Section 6002 of the Resource Conservation and Recovery Act (RCRA), 49 U.S.C. 6962, as
amended, including but not limited to the regulatory provisions of 40 CFR 247, and Executive Order 12.873,
as they apply to the procurement of the items designated in Subpart B of 40 CFR 247.
13. Davis -Bacon and Copeland Anti -kickback. The 5311 subrecipient agrees to comply with the Davis -Bacon
and Copeland Anti -kickback Acts as codified at 40 U.S.C. 3141 et seq. and 18 U.S.C. 874 for any agreement
exceeding $2,000.
14. Contract Work Hours and Safety Standards. For any contract over $2,000 the 5311 subrecipient agrees to
comply with the Contract Work Hours and Safety Standards Act, codified at 40 U.S.C. 3701 et seq.
15. Transit Employee Protective Agreements. The 5311 subrecipient agrees to comply with the Transit
Employee Protective Agreements as codified in 49 U.S.C. 5333 and 29 CFR 215.
16. Compliance with FTA Terms and Conditions. The 5311 subrecipient shall not perform any act, fail to
perform any act, or refuse to comply with any Department requests which would cause the 5311 subrecipient
to be in violation of the FTA terms and conditions.
17. Annual Safety Certification. In accordance with Section 341.061, F.S., and Rule 14-90, Florida
Administrative Code. the Agency shall submit, and the Department shall have on file, an annual safety
certification stating that the Agency has adopted and is complying with its adopted System Safety and
Security. Program Plan, and has performed annual safety inspections of all buses operated.
18. Budget/cost analysis. The Agency will assist the Department by providing accurate information for the
Department to create a budget/cost analysis in accordance with Section 216.3475, F.S.
19. Non -urbanized area. The Agency will provide the methodology for determining the non -urbanized area portion
of their service prior to submitting the first invoice. The Agency will submit an updated methodology once per
year.
20. Attorney certification. The Agency will submit an attorney certification prior to submitting the first invoice and
once yearly thereafter for goods or services procured under this Agreement in accordance with Chapter 287,
F.S.
21. Public Body Non -CTC Recipients. An Agency may receive 5311 funds when the Community Transportation
Coordinator in the county is a private -for-profit entity. When the Agency accepts the 5311 funding, enters into
a contract/PTCA with the Department, and the contracts with the Community Transportation Coordinator to
provide rural general public transportation in the same service area in which the Community Transportation
Coordinator is providing non -sponsored trips for the Commission for the Transportation Disadvantaged, then
the non -sponsored human service transportation grant funds will be considered as eligible match for the 5311
funds. The Agency will be responsible for ensuring that the Community Transportation Coordinator meets all
the requirements associated with the federal funds. The Agency will be responsible for ensuring that all dollars
provided as match were for public transportation eligible trips. The Agency must keep financial records that
substantiate the eligibility for the match being provided and make that documentation available to the
Department on request
22. Transit Vehicle Inventory Management. The Agency will follow the Department's Transit Vehicle Inventory
Management Procedure (725-030-0251), which outlines the requirements for continuing management control,
inventory transfer and disposal actions. This procedure pertains ONLY to capital procurements of rolling
stock using the FTA Section 5310, Section 5311, Section 5316, and Section 5317 programs as the funding
source, or where the Department participates in 50% or more of the public transit vehicle's purchase price.
22 of 25
STATE OF FLORIDA DEPARTMENT OF TRANSPORT"ATION Fonn 726-000.02
PUBLIC TRANSPORTATION UESTRATEGIC
- VEIOPMEN'i
GRANT AGREEMENT EXHIBITS OGc02120
' m
This may include dude vehicles purchased under the State Transit Block Grant Program, State Transit Corridor
Program, State Transit Service Development Program, or other applicable Department programs.
- End of Exhibit E --
23 of 25
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION ronn 729.M.92
PUBLIC TRANSPORTATION STRATEGIC
DEVELOPMENT
GRANT AGREEMENT EXHIBITS OOCOV2D
EXHIBIT F
Contract Payment Requirements
Florida Department of Financial Services, Reference Guide for State Expenditures
Cost Reimbursement Contracts
Invoices for cost reimbursement contracts must be supported by an itemized listing of expenditures by category (salary,
travel, expenses, etc.). Supporting documentation shall be submitted for each amount for which reimbursement is being
claimed indicating that the item has been paid. Documentation for each amount for which reimbursement is being
claimed must indicate that the item has been paid. Check numbers may be provided in lieu of copies of actual checks.
Each piece of documentation should clearly reflect the dates of service. Only expenditures for categories in the approved
agreement budget may be reimbursed. These expenditures must be allowable (pursuant to law) and directly related to
the services being provided.
Listed below are types and examples of supporting documentation for cost reimbursement agreements:
(1) Salaries: A payroll register or similar documentation should be submitted. The payroll register should show
gross salary charges, fringe benefits, other deductions and net pay. If an individual for whom reimbursement is
being claimed is paid by the hour; a document reflecting the hours worked times the rate of pay will be
acceptable.
(2) Fringe Benefits: Fringe Benefits should be supported by invoices showing the amount paid on behalf of the
employee (e.g., insurance premiums paid). If the contract specifically states that fringe benefits will be based
on a specified percentage rather than the actual cost of fringe benefits, then the calculation for the fringe benefits
amount must be shown.
Exception: Governmental entities are not required to provide check numbers or copies of checks for fringe
benefits.
(3) Travel: Reimbursement for travel must be in accordance with Section 112.061, Florida Statutes, which
includes submission of the claim on the approved State travel voucher or electronic means.
(4) Other direct costs: Reimbursement will be made based on paid invoices/receipts. If nonexpendable property
is purchased using State funds, the contract should include a provision for the transfer of the property to the
State when services are terminated. Documentation must be provided to show compliance with Department of
Management Services Rule 60A-1.017, Florida Administrative Code, regarding the requirements for contracts
which include services and that provide for the contractor to purchase tangible personal property as defined in
Section 273.02, Florida Statutes, for subsequent transfer to the State.
(5) In-house charges: Charges which may be of an internal nature (e.g., postage, copies, etc.) may be
reimbursed on a usage log which shows the units times the rate being charged. The rates must be reasonable.
(6) Indirect costs: If the contract specifies that indirect costs will be paid based on a specified rate, then the
calculation should be shown.
Contracts between state agencies, and/or contracts between universities may submit alternative documentation
to substantiate the reimbursement request that may be in the form of FLAIR reports or other detailed reports.
The Florida. Department of Financial Services, online Reference Guide for State Expenditures can be found at this web
address ht s://www.nwfloridacfo.com/Division/AA/Manuals/documents/ReferericeGuideforStateExpenditures.odf.
24 of 25
W
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
GRANT AGREEMENT EXHIBITS
EXHIBIT H
AUDIT REQUIREMENTS FOR AWARDS OF FEDERAL FINANCIAL ASSISTANCE
FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE AS FOLLOWS:
CFDA No.: 20.509
CFDA Title: Formula Grants for Rural Areas
"Award Amount: $77,356
Awarding Agency: Florida Department of Transportation
Indirect Cost Rate:
"Award is for R&D: No
"The federal award amount may change with amendments
—Research and Development as defined at 2 CFR §200.87
rp,in 124.000-02
STRATEGIC
DEVELOPMENT"
OOC 02120
FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE SUBJECT TO THE FOLLOWING
AUDIT REQUIREMENTS:
2 CFR Part 200 — Uniform Administrative Requirements, Cost Principles & Audit Requirements for Federal Awards
WWW.eCfr.gov
FEDERAL RESOURCES_ AWARDED PURSUANT TO THIS AGREEMENT MAY ALSO BE SUBJECT TO THE
FOLLOWING.
Title 23 — Highways, United States Code
http://uscode. house.gav/hrowse.xhtml
Title 49 — Transportation, United States Code
http�//uscode house govlbrowse xhtml
MAP -21 — Moving Ahead for Progress in the 2151 Century, P. L. 112-141
www. dot.govlmap21.
Federal Highway Administration — Florida Division
www.fhwa.dot.gov/fidiv
Federal Funding Accountability and Transparency Act (FFATA) Sub -award Reporting System (FSRS)
www.fsrs: goy_
25 of 25
U.S. Department of Transportation
Federal Award identification
Number (FAIN)
Temporary Application Number
Award Name
Award Status .
Award Budget Number
No
Federal Transit Administration
Award
FL -2021-014-00
5630-2020=1
5307/5339 Capital Assistance; Sebastian -Vero Beach UZA;
Indian River County: FL
Active (Executed)
0
Period of Performance Start Date 4/1/2021
Original Period of 'Performance End :Date 3/30/2028
Current Period of Performance End Date 3/30/2028 Revision #: 0
Part 1: Recipient Information
Name: Indian River, County Of
Recipient Recipient OST Recipient Alias Recipient
ID Type DUNS
5630 County Agency INDIAN RIVER COUNTY BOARD OF COUNTY 079208989
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
There are no union contacts for this application
Part 2: Award Information
Title.: 5307/5339 Capital Assistance; Sebastian -Vero Beach USA,;
Indian Fiver County, FL
FAIL Award Status Award Type Date Created Last Updated Date From TEAM?
FL -2021-014-00 Active (Executed) Grant 1/14/2020 1/14/2020 No
Award Executive Summary
This 5307/5339 grant provides capital assistance for public transportation in Indian River County, which
consists of the GoLine fixed route system and the Community Coach demand response service.
Federal funds in this grant application are from FY 2020 Section 5307 (see Project #1) and FYs 2019 &
2020 Section 5339 (see Project #2).
The total eligible cost is $2,634,557. The federal share is $2,634,557, consisting of $2,169.322 in
Section 5307 funds and $465,235 in Section 5339 funds. Descriptions of the activities funded in this
application are fisted under each respective Project Description. The Florida dept of Transportation
has authorized toll revenue credits in the amount of $658.639 in support of this application in the three
letters dated February 4, 2021 for Section 5307 and October 12, 2020 and October 13, 2020 for
Section 5339.
Indian River County will ensure that all vehicles purchased are accessible, purchased from an FTA
approved T VM, 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 June 16, 2020 and
advertised in advance.
Copies of the FDOT TDC letters are attached (separate letters provided for FY 2020 Sec 5307, FY
2019 Sec 5339, and FY 2020 Sec 5339).
Copies of the Florida Governor's Apportionment letters are attached (separate letters provided for FY
2020 Sec 5307, FY 2019 Sec 5339, and FY 2020 Sec 5339).
The current FDOT STIP is attached. 5307 Capital Assistance is listed in FM# 407190-2, and 5339
Capital Assistance is listed in 445728-1.
As required, 1 % of the award has been allocated to security -related projects (see ALI 11.42.09).
A copy of the FTA NEPA class of action for the transit hub/restroom is attached (in the Application
Documents).
Frequency of Milestone Progress Reports (MPR)
Quarterly
Frequency of Federal Financial Reports (FFR)
Quarterly
Does this application include funds for research andior 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 subaliocated 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
Man
Freeman
MPO Staff Director
bfreeman@ircgov.com
772-226-1990
Robert
Sachnin
Community Planner
robert.sachnin@dot.gov
404 865-5606
Sherman
Pelt
General Engineer
Tyrone.Pelt@dot.gov
404-865-5479
Award Budget Control Totals
F
Funding Source
Section of
CFDA
Amount
Statute
Number
5307 - Urbanized Area Formula Grants (2013 and
forward)
5307-2A
20507
$2.169.322
5339 — Buses and Bus Facilities Formula
5339-1
20526
$465,235
Local
$0
LocaUln-Kind
$0
State
$0
State/In-Kind
$0
Other Federal
$0.
Transportation :Development Credit
$658.;639
Adjustment
$0
59
Total Eligible Cost $2,634,551
Award Budget
Project
Number
Budget Item
FTA
Amount
Non- Total
FTA Eligible Quantity
Amount Amount
11.3 -
11.42.06 SHOP
540,000.00
FL -2021-
00 BUS -
$750.00'0.'00
$+0:00 5$50,}00.0:00 1
014-01-00
(113- STATION/STOPS/TERMINALS
FL -2021-
1 i 42 07 ACQUIRE - ADP
Al)
$0.00 $50,000.00
20
FL -2021-
11.33:02 CONSTRUCT -
$750.000.00
$0.00 $750,000.00 1
014-01-00
BUS STATION
11 42 08 ACQUIRE - ADP
$150,000.00
$0.00 $150,000.00
114 -
014-01-00
SOFTWARE
FL -2021-
00 BUS: SUPPORT EQUIP AND
5411 693 00
$0.00 3411;693.00 34
014-01-00
(114- FACILITIES
Bus Associated Transit
$531,000.00
FL -2021-
014-01-00
A2)
$21,693.00
$0.00 $21,693.00
FL -2021-
ACQUIRE -
014-01-00
11.42.06 SHOP
540,000.00
$0.00 $40,000.00
2
$0.00 $476,629.00
EQUIPMENT
A3)
FL -2021-
1 i 42 07 ACQUIRE - ADP
$50,000.00
$0.00 $50,000.00
20
014-01-00
HARDWARE
$0.00 $476,629.00
0
014-01-00
FL -2021-
11 42 08 ACQUIRE - ADP
$150,000.00
$0.00 $150,000.00
0
014-01-00
SOFTWARE
ACQUIRE -
00
Bus Associated Transit
$531,000.00
FL -2021-
014-01-00
11.42.09 MOBILE
SURV/SECURITY
$21,693.00
$0.00 $21,693.00
7
EQUIP
A4)
FL -2021-
ACQUIRE -
FL -2021-
014-021-
11.42.11 SUPPORT
$150,000.00
$0.00 $150,000.00
5
014-01-00
VEHICLES
SHELTERS
117 -
FL -2021-
014-01-00
00
(117-
OTHER CAPITAL ITEMS (BUS)
$476,629.00
$0.00 $476,629.00
0
A3)
FL -2021-
11.7A.00 PREVENTIVE
$476.629.00
$0.00 $476,629.00
0
014-01-00
MAINTENANCE
119 -
FL -2021-
00
Bus Associated Transit
$531,000.00
$0.00 $531,000.00
51
014-01-00
(119-
Improvements
A4)
FL -2021-
11 92 02 PURCHASE BUS
5325,000.00
$0.00 $325,000.00
21
014-01-00
SHELTERS
FL -2021-
014-01-00
1 i 92 08 PURCHASE
SIGNAGE
$206,000.00
$0.00 $205,000.00
30 !,
FL -2021-
014-02-00
111-
00
BUS - ROLLING STOCK
$465,235.00
$0.00 $465,235.00
1
(111-
A5)
FL -2021- BUY
014-02-00 11.12-03 REPLACEMENT $465.235.00 $0.00 5465,235.00 1
30 -FT BUS
Discretionary Allocations
This application does not contain discretionary allocations.
Sources of Federal Financial Assistance
PO Proj
Scop Sco LIZA
Are Account
Amend
Cumui
Num ect Scope Name
a pe Cod
a Class
FP Descri ment
ative
ber Num
Num Suff a
Na Code
C ption Arnoun
Amoun
ber
ber ix
me
t
t
Part 3: Project Information
Project Tide: Sec 5307 Capital Assistance
Project Number Temporary Project Number Date Created Start Date End Date
FL -2021-014-01-00 5630-2020-1-P1 6/8/2020 12/31/2023 9/30/2021
FL-
Bus
FL-
2021
BUS - ROLLING
111-
120
Flori 2018.25:3
Form -
$465;23
5465.2
34-
-014-
STOCK
00
A5
000
da 4..BF.2
00
Formul
5
35
0169
02-
(111)
a Alloc
00
Ft-
Urbaniz
FL-
2021
BUS -
113-
120
Flori 20'19.25.9
ed Area
$750;00
$750:0
90-
=014-
STATION/STOPS/T
00
Al
000
da 0.91.2
00
Rormul
0
00
Y110
01-
ERMINALS
(113)
a
00
Grants
FL-
Urbaniz
FL-
2021
BUS; SUPPORT
114-
120
Flori 2019.25.9
ed Area
$411,69
$41116
90-
-014-
EQUIP AND
00
A2
000
da 0.91.2
00
Formul
3
93
Y110
01-
FACILITIES
(114)
2
00
Grants
FL-
Urbaniz
FL-
2021
OTHER CAPITAL
117-
120
Flori 201'9.25.9
ed Area90-
76;62
$476;6
ITEMS (BUS)
00
A3
000
da 0.91.2
00
Formul
9
29
Y1?0
Y1
01- 01-
(117)
a
00
Grants
FL-
Urbaniz
FL-
2021
Bus Associated
119-
120
Flori 2019.25.9
ed Area
$531.00
$531.0
90-
-014-
Transit
00
A4
000
da 0.91.2
00
Formul
0
00
Y110
01-
Improvements
(11 9)
a
00
Grants
Part 3: Project Information
Project Tide: Sec 5307 Capital Assistance
Project Number Temporary Project Number Date Created Start Date End Date
FL -2021-014-01-00 5630-2020-1-P1 6/8/2020 12/31/2023 9/30/2021
59
W
Project description
This project consists of capital assistance using FY 2020 funds from the Section 5307 program. The
federal share consists of 52,169,322 in Sec 5307 funds: the nonfederal share consists of 5542,330 in
toll revenue credits authorized by FDO T .
Capital assistance will provide funding for transit hub and bus stop improvements, computer hardware
and software, shop equipment. support vehicles, 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.
The bus stop improvements include a small restroom facility to be constructed on the west side of
County Road 510 (aka 90th Avenue), just south of County Road 512 (aka Sebastian Blvd.).
A copy of the FTA NEPA class of action for the transit hub/restroom is attached (in the Application
Documents).
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.
Project Location (Urbanized Areas)
UZA Code Area dame
120000 Florida
123920 Sebastian—Vero Beach South --Florida Ridge, FL
Congressional District Information
State District Representative
Florida 8 Bill Posey
Program Plan Information
STIP/TIP
Date: 9/30/2020
Description: STIP Page 5562
UPWP
Date: N/A
t
Description: N/A
Long Range Pian
Date` N/A
Description: N/A
Project Control 'totals
Funding Source Section of
Statute
CFDA Amount f
Number
5307 - Urbanized Area Formula Grants (2013 and 5307-2A
20507 $2,169,322
forward)
Quantity
Local
$0
Local/In-Kind
$0
State
$0
State/In-Kind
$0
Other 'Federal
$0
Transportation Development Credit
$542,330
Adjustment
$0
Total Eligible Cost
$2,169,322
Project Budget
Project
Budget Item
FTA
Non- Total
FTA Eligible
Quantity
Number
Amount
Amount Amount
113 -
FL -2021-
00
BUS -
$750,000.00
$0.00 $750;000:00
1
014-01-00
(113-
STATION/STOPS/TERMINALS
Al)
FL -2021-
11.33.02 CONSTRUCT-
$750,000.00
$0.00 $750,000.00
1
014-01.00
BUS STATION
114 -
FL -2021-
00
BUS: SUPPORT.EQUIP AND
$411,693.00
$0:00 $411;693.00
34
014-01-00
(114-
FACILITIES
A2)
FL -2021-
ACQUIRE -
11.42.06 SHOP
540,000.00
$0.00 $40,000.00
2
014-01-00
EQUIPMENT
FL -2021-
ACQUIRE - ADP
1.1.42.07
$50,000.00
$0.00 $50,000.00
201,
014-01.00
HARDWARE
FL -2021-
11 42 08 ACQUIRE - ADP
$150,000.00
$0.00 $150,000.00
0
014-01-00
SOFTWARE
FL -2021-
11.42.09 ACQUIRE -
$21,693.00
$0.00 $21,693.00
7
014-01-00
MOBILE
rAM
Project Budget Activity Lire items
Budget Activity Line Item: 11.42.07 - ACQUIRE - ADP HARDWARE f
Scope Name / Code Line Item # Line Item Name Activity Quantity
BUS: SUPPORT EQUIP ACQUIRE -ADP ACQUISITION OF BUS
AND FACILITIES (114- 1 1.42.07 HARDWARE SUPPORT EQUIP/FACILITIES 20
00}
Extended Budget Description
New ADP hardware includes computers, mobile tablets for vehicles, and network equipment (firewall,
routes, and switches). If an equipment item is purchased with these funds which has a cost over
$5,000, a budget revision will be submitted to identify the item and provide its useful life.
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
Statute
CFDA
Amount
Number
SURV/SECURITY
20501 $50,000
forward)
Local
$0
EQUIP
$o
State
$0
FL -2021-
$0
ACQUIRE -
11.42.11 SUPPORT
$150,000.00
$0.00 $150,000.00
5
014-01-00
VEHICLES
117 -
17 -
FL -2021 -
FL -2021-
00
OTHER CAPITAL ITEMS (BUS)
5476,,629.00
$0.00 $476;629.00
0
014-01-00
(117-
A3)
FL -2021-
11.7A.00 PREVENTIVE
MAINTENANCE
5476,629.00
$0.00 $476,629.00
0
014-01-00
119 -
FL -2021-
00
Bus Associated Transit
$531,000.00
$0.00 $531;000:00
51
014-01-00
(119-
Improvements
A4)
FL -2021-
11 92 02 PURCHASE BUS
$325,000.00
$0.00 $325,000.00
21
014-01-00
SHELTERS
FL -2021-
1 i 92 08 PURCHASE
$206,000.00
$0.00 $206,000.00
30
014-01-00
SIGNAGE
Project Budget Activity Lire items
Budget Activity Line Item: 11.42.07 - ACQUIRE - ADP HARDWARE f
Scope Name / Code Line Item # Line Item Name Activity Quantity
BUS: SUPPORT EQUIP ACQUIRE -ADP ACQUISITION OF BUS
AND FACILITIES (114- 1 1.42.07 HARDWARE SUPPORT EQUIP/FACILITIES 20
00}
Extended Budget Description
New ADP hardware includes computers, mobile tablets for vehicles, and network equipment (firewall,
routes, and switches). If an equipment item is purchased with these funds which has a cost over
$5,000, a budget revision will be submitted to identify the item and provide its useful life.
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
Statute
CFDA
Amount
Number
5307 - Urbanized Area Formula Grants (2013 and 5307-2P.
20501 $50,000
forward)
Local
$0
Local/In-Kind
$o
State
$0
State/In-Kind
$0
r7 I
?they Federal $0
f ransportation Development Credit $12,500
%djustment $0
fotai Eligible Cost $50,000
Milestone Name
Est. Completion
Description
Statute
Date ;
RFP/IFB issued
6/30/2021 }
Contract Award
9/30/2021
Project Complete
6/30/2022
Budget Activity Line Item: 11.42.06 - ACQUIRE'. - SHOP EQUIPMENT
Scope Name / Code Line Item # Line Item Name Activity Quantity
BUS: SUPPORT EQUIP ACQUIRE -SHOP ACQUISITION OF BUS
AND FACILITIES (114- 11.42.06 EQUIPMENT SUPPORT EQUIP/FACILITIES 2
00) ,
Extended Budget Description
Shop equipment for vehicle maintenance, including a forklift and a brake buddy. Approximate cost is
$30,000 for forklift and $5,000 for brake buddy. Useful Irfe is 12 years for forklift and 15 years for brake
buddy.
Will 3rd Party contractors be used to fulfill this activity line item?
Yes, 3rd Party Contractors will be used for this line item.
Section of
Funding Source
CFDA
Amount
Statute
Number
5307 - Urbanized Area Formula Grants (2013 and
5307-2A
forward)
20507 $40,000
Local
$0
Local/In-Kind
$0
State
$0
State/In-Kind
s0
Other Federal
$0
Transportation Development Credit
$10,000
Adjustment
s0
Total Eligible Cost
$40,000
Milestone Name Est. Completion Description
Date
RFP/IFB Issued 12/31/2020
Contract Award 3/31/2021
Project Complete 3/31/2022
Budget Activity Line Item: 11.42.08 - ACQUIRE'- ADP SOFTWARE l
Scope Name / Code Line Line Item Name Activity Quantity
Item #
BUS: SUPPORT EQUIP ACQUIRE - ADP ACQUISITION OF BUS
AND FACILITIES (114- 11 A2.08 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. Exact quantity may vary.
Will 3rdParty contractors be used to fulfill this activity tine item?
Yes, 3rd Party Contractors will be used for this line item.
Section of CFDA
[Funding Source Statute Number Amount
5307 - Urbanized Area Formula Grants (2013 and 5307-2A
20507 $150,000
forward)
3/31/2021
Local
SO
Local/In-Kind
80
State
$0
State/In-Kind
$0
Other Federal
$0
Transportation Development Credit
$37,500
Adjustment
$0
Total Eligible Cost
$150,000
Est. Completion
Milestone Name Date Description
RPP/IFB Issued
12/31/2020
Contract Award
3/31/2021
Project Complete
3/31/2022
Budget Activity Line Item: 11.42.09 - ACQUIRE - MOBILE SURV/SECURITY EQUIP
Scope Name I Code Line Line Item Name Activity Quantity
Item #
BUS: SUPPORT ACQUIRE - MOBILE ACQUISITION OF BUS
EQUIP AND 11.42.09 SUPPORT 7
FACILITIES (114-00) SURV/SECURITY EQUIP EQUIP/FACILITIES
Extended Budget Description
Security cameras and recording equipment for vehicles and the Main Transit Hub, includes equipment
for new vehicles and replacing old equipment as needed. This ALI satisfies the required I% of the
award for security -related projects. If an equipment item is purchased with these funds which has a
cost over $5.000, a budget revision will be submitted to identify the item and provide its useful life.
Will 3rd Party contractors be used to fulfill this, activity line item?
Yes, 3rd Party Contractors will be used for this fine item.
Funding Source Section of CFDA Amount
Statute Number
5307 - Urbanized Area Formula Grants (2013 and 5307-2A
20507 $21,693
forward)
Date
Local
$0
Local/In-Kind
$0
State
$0
State/In-Kind
$0
Other Federal
$0
Transportation Development Credit
$5,423
Adjustment
$0
Total Eligible Cost
$21,693
Milestone Name
Est. Completion Description
Date
RFP/IFB Issued
9/30/2021
Contract Award
12131/2021
Project Complete
9/30/2022
Budget Activity Line Item: 11.42.11 ACQUIRE - SUPPORT VEHICLES
Scope Name / Code Line Line Item Name Activity Quantity
Item #
BUS: SUPPORT EQUIP
AND FACILITIES (114-
00)
ACQUIRE - ACQUISITION OF BUS
1 1.42.1 1 SUPPORT � SUPPORT EQUIP/FACILITIES 5
VEHICLES
Extended Budget Description
Vehicles for maintenance and operations support activities, including 3 sedans/small SUVs and 2
pickup trucks. All vehicles will be purchased through a competitive procurement in compliance with
FTA Circular 4220. Approximate cost is $30,000 per vehicle. Useful life is 4 years or 100,000 miles.
Will 3rd Party contractors be used to fulfill this' activity line item?
Yes, 3rd Party Contractors will be used for this line item.
i Section of
Funding Source
CFDA f
Amount
Statute
Number
5307 - Urbanized Area Formula Grants (2013 and
5307-2A
20507 3150,000.
forward)
3/31/2021 '
Local
$0
Local/In-Kind
so
State
30
State/In-Kind
$0
Other Federal
$0
Transportation Development Credit
$37,500
Adjustment ;
50
Total Eligible Cost s
$150,000
Milestone Name
Est. Completion Description
Date
RFP/IFS Issued
12/31/2020
Contract Award
3/31/2021 '
Project Complete
7/31/202
Budget Activity Line Item: 11.7A.00 - PREVENTIVE MAINTENANCE
Scope Name / Code #ine Item Line Item Name Activity Quantity
OTHER CAPITAL ITEMS 11.7A.00 PREVENTIVE OTHER CAPITAL 0
(BUS) (117-00) .7A.00 MAINTENANCE ITEMS (BUS)
Extended Budget Description
Monthly service and repairs for all vehicles from 10/1/2019 to 9130/2020; includes replacement of fires
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. Indian River County does not anticipate the.purchase of items over $5,000 in value at this time.
Any items with value over $5.000 identified during4he execution of the activities under this ALI will be
included after award (actual value and useful life).'
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 $x+76,629
forward)
Local $0
LocaUln-Kind s0
State $0
State/In-Kind SO
Other Federal SO
Transportation Development Credit $119,157
Adjustment $0
Total Eligible Cost 54761629
Milestone Name
Est. Completion Description
5307 - Urbanized Area Formula Grants (2013 and 5307-2A
Date
RFP/IFB Issued
10/1x'2019
Contract Award
10/31/2019
Project Complete
9/30/2020
Budget Activity Line Item: 11.92.02 - PURCHASE BUS SHELTERS
Scope Name / Code Line Item Line Item Name Activity Quantity
Bus Associated Transit PURCHASE BUS
improvements (119-00) 11"92.02 SHELTERS ACQUISITION 21
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. Useful life is 10 years. All shelters to be constructed within existing street right-of-way.
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 $325,000
forward)
Local
$0
Local/in-Kind.
$0
State
$0
State/In-Kind
$0
Other Federal
$0
Transportation Development Credit
$81,250
Adjustment
$a
Total Eligible Cost
$325,000
Milestone Name EEsatt. Completion Description
RFP/IFB Issued 12/31/2021
;ontract Award 3/31/2022
1,roject Complete 12/31/2023 ,
Budget Activity Line Item: 11.92.08 - PURCHASE SIGNAGE i
� ScopeLine Item. Name /Code # Line Item Name Activity Quantity
jBus Associated Transit Improvements PURCHASE
(119-00) 11.92.08 SIGNAGE ACQUISITION 30
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 $206,000
forward)
9/30/2021
Local
$0
Local/in-Kind
$0
State
30
State/In-Kind
$0
Other federal
$0
Transportation Development Credit
$51,500
Adjustment
$0
Total Eligible Cost
$206,000
Milestone Name
Est. Completion — -
Description
Date
RFP/IFB Issued
6/30/2021
Contract Award
9/30/2021
Project Complete
12/31/2022
Budget Activity Line Item: 11.33.02 - CONSTRUCT - BUS STATION
Scope Name / Code Line Line Item Activity Quantity
Item # Name
BUS - CONSTRUCT - CONSTRUCTION OF BUS
STATION/STOPS/TERMINALS 11.33.02 BUS,STATION STATIONS/TERMINALS 1
(113-00)
Extended Budget Description
Construction of bus station im, oproverrients in conjunction with the programmed widening of County
Road 510. Improvements to include a restroom facility with covered shelter for passengers at the North
County Transit Flub. The improvements will be located on the west side of CR 510 just north of
Sebastian River High School at 9001 90th Avenue (aka CR 510). The improvements will be located on
a stormwater pond parcel to be dedicated to Indian' River County by FDO T as part of the CR 510
widening project. The facility will be owned by Indian River County and operated and maintained by
the County and the transit service contractor. Indian River County certifies an independent cost
estimate will be prepared and available on file along with the corresponding cost/price analysis for the
scope of work of the project. Construction management of the project will be conducted in-house and
the project oversight will be contracted out. The useful life for the restroom and covered passenger
waiting area is 40 years.
Will 3rd Party contractors be used to fulfill this activity line item?
Yes: 3rd Party Contractors will be used for this line item.
Section of
Funding Source
Statute
CFDA
Amount
Number
5307 - Urbanized Area Formula Grants (2013 and 5307-2A
20507 $750,000
forward)
12/31/2023
Local
$0
Local/In-Kind
$0
State
$0
State/In-Kind
$0
Other Federal
$0
Transportation Development Credit
$187,500
Adjustment
$0
Total Eligible Cost
$750,O00
Milestone Name
Est. Completion
Description
Date
RFP/IFB Issued
12/31/2023
Contract Award
3/31/2024
Project Complete
9/30/2025
Project Environmental Findings
Finding: Class ll(c) - Categorical Exclusions (C -List)
Class Level Description
Class II(c) consists of projects that do not have 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. FTA requires a sufficient project
description to support a CE determination. The project may require additional documentation to
comply with other environmental laws.
Categorical Exclusion Description
Type 05: Activities, including repairs, replacements, and rehabilitations, designed to promote
transportation safety, security, accessibility and effective communication within or adjacent to existing
right-of-way, such as: the deployment of intelligent Transport; m Systems and components;
installation and improvement of safety and communications equipment, including hazard elimination
and mitigation; installation of passenger amenities and traffic signals; and retrofitting existing
transportation vehicles, facilities or structures, or upgrading to current standards.
Date Description Date
Class llc CE Approved
Line Line Item
FTA
tal
Scope Name l Code Item NameQuantity Amount Eligible
ble
Number Cost
BUS- CONSTRUCT-
STATION/STOPS/TERMINALS 11.33.02 BUS STATION 1 $750,000.00 $750.000.00
(113-00)
Finding: Class li(c) - Categorical Exclusions (C -List)
Class Level Description
Class 11(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 li(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 2 $40,000.00 $40,000.00
00)
Finding: Class 11(c) - Categorical Exclusions (C -List)
Class Level Description
Class 11(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 11(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: equipa
ment to be located within existing faciiities 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 facifities or by new facilities that qualify for a
categorical exclusion.
Date Description Date
Class Iic CE Approved
Scope Name I Code Line ItemLine 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 li(c) does not require
documentation.
Categorical Exclusion Description
Type 05: Activities, including repairs, replacements, and rehabilitations, designed to promote
transportation safety, security, accessibility and effective communication within or adjacent to existing
right=of-way, such as: the deployment of Intelligent Transportation Systems and components;
installation and improvement of safety and communications equipment, including hazard elimination
and mitigation; installation of passenger amenities and traffic signals; and retrofitting existing
transportation vehicles, facilities or structures, or upgrading to current standards.
Date Description Date
Class lic CE Approved
Scope Name I Code Line Item Line Item Name
Number
FTA Total
Quantity Amount Eligible
Cost
BUS: SUPPORT ACQUIRE - MOBILE
EQUIP AND 11.42.09 SURV/SECURITY i $21,693.00 $21.693.00
FACILITIES (114-00) EQUIP
Finding: Class 11(c) - Categorical Exclusions (C -List)
Class Level Description
Class 11(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
go
environmental assessment or an environmental impact statement. Class li(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 lic CE Approved
Scope Name / Code Line Item Line Item Name Quantity FTA Total Eligible
Number Amount Cost
BUS: SUPPORT EQUiP ACQUIRE -
AND FACILITIES (114- 11.42.11 SUPPORT 5 $150,000.00 $150,000.00
00) VEHICLES
I Finding: Class II(e) - Categorical Exclusions (C -List)
Class Level Description
Class 11(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 lic 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 $476,629.00 $476,629.00
00)
Finding: Class 11(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 requiremenr to prepare an
environmental assessment or an environmental impact statement. Class 11(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 Gate
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 21 $325,000.00 $325,000.00
Improvements (119-00) SHELTERS
Finding: Class 11(c) - Categorical Exclusions (C -List) i
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 11(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 I Code Line Item Line Item Name Quantity FTA Total Eligible
Number Amount Cost
Bus Associated Transit 1 ,.92.0E PURCHASE 30 $206,000.00 $20fi,000.00
Improvements (119-00) SIGNAGE
Finding: Class li(c) - Categorical Exclusions (C -List)
Class Level Description
Class li(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 20 $50,000.00 $50,000.00
00)
Project Tide: See 5339 Capitan Assistance
Project Number Temporary Project Number Date Created Start Date End Date
FL -2021-014-02-00 5630-2020-1-P2 6/30/2020 6/30/2023 6/30/2025
Project Description
This project consists of capital assistance using FY 2019 and 2020 funds from the Section 5339
program. The federal share consists of $465,235 in Section 5339 funds; the nonfederal share consists
of $116,309 in toll revenue credits authorized by FDOT.
Capital assistance for vehicle replacement. 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.
Project Location (Urbanized Areas)
UZA Code Area Name 1
120000 Florida
123920 Sebastian—Vero°Beach:South-i=ionda Ridge, Fa
Congressional District Informatiofi
State District Representative
Florida E Bill Posey
Program Plan Information
STIPITIP
Date: 9/30/2020
Description: STIP Page 5564
UPWP
Date: N/A
Description: NIA
Long Range Plan
Date: N/A
Description: N/A
Project Control Totals
Funding Source
Section of Statute CFDA Number Amount
5339 — Buses and Bus Facilities Formula
5339-1 20526 $465,235
Local
$0
LocaVIn-Kind
$0
State
$0
State/In-Kind
$0
Other Federal
SO
Transportation Development Credit
$116.309
Adjustment
$0
Total Eligible Cost
$465,235
Project Budget
Project FTA Non- Total
Number Budget Item Amount FTA Eligible Quantity
Amount Amount
FL -2021-014- 111- BUS -ROLLING ZTOCK $465,23:5:.00 $0:'00 $465,.'235 0
02-00 00
(,i
A'S)
-2021-01
BUY
02-00 4- 11. 12.03 REPLACEMENT $465,235.00 $0.00 $465,235.00 1
02 30 -FT BUS
Project Budget Activity Line Items
Budget Activity Line Item: 11.12.83 - BUY REPLACEMENT 34 -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 1
Extended Budget Description
Funding is requested to replace one medium -duty cutaway with a 30' heavy duty bus. The vehicle to be
replaced is #228 (2013 Champion Defender; 257,851 miles; VIN 5WEXWSKKODH383661). Useful life
for .vehicle to be replaced is 7 years or 200:000 miles (FTA C 5010.1 E). Replacement vehicle will be
heavy duty bus (10 year/350,000 mile useful life). Unit cost is approximately $405,000 for the heavy
duty bus (any additional funds will be expended on other replacement vehicle purchases as specified in
the system's vehicle replacement schedule). The replacement vehicle will be purchased from the state
contract or the FPTA consortium contract, of which Indian River County is a listed party. Both contracts
comply with FTA C 4220.1 F. All new vehicles will comply with ADA standards.
All transit vehicles are owned by Indian River County. Operation and maintenance of the vehicle will be
by Senior Resource Association, as part of the transit service contract.
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
r[Funding Source Section of Statute CFDA Number Amount
15339 — Buses and Bus Facilities Formula 5339-1 20526 54651.235
Local
50
Local/in-Kind
�0
State
$0
State/in-Kind
s0
Other Federal
50
Transportation Development Credit
$116,309
Adjustment
$0
Total Eligible Cost
$466,235
Milestone Name
Est. Completion Description
Date
RFP/IFB Issue Date
6/30/2023
ContractAward Date
9/3012023
Initial Delivery Date
12/31/2024
Final Delivery Date
6/30/2025
Contract Completion
6/30/2025
Date.
Project Environmental Findings
Finding: Class II(c) - Categorical Exclusions (C -List)
Class Level Description
Class li(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 11(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
Code Number
BUS - ROLLING 11 12.03
STOCK (111 -00)
Line Item Name Quantity FTA Amount Gust Cost Eligible
BUY REPLACEMENT 1 5465,235.00 5465,235.00
30 -FT BUS
Part 4: Fleet Details
Fleet Type: Fixed Route
Fleet Comments
Fixed route system consists of 15 routes, each with one VOMS. All spare vehicles have exceeded useful
life minimum thresholds.
Current Value
I. Active .Fleet
A. Peak Requirement 15
B. Spares
&
C. Total (A+B)
21
D...SDaresRatioc(B/A)
40%
11. Inactive Fleet
8
A.:Other
0
6, Pending Disposal
0
C. Total-(.A+B)
,0
Ill. Total (I.0 and ILC)
21
Fleet Type: Paratransit
Fleet Comments
None provided.
Part 5: FTA Review Comments
Application Review Comments
Comment By Robert Sachnin
Comment Pre -Award Manager Returns Application
Type
Date 1119/2020
Comment Due to character limitations in TrAMS, comments have been attached in the application
documents section.
Comment By Robert Sachnin
Comment Pre -Award Manager Returns Application
Type
Date 3/9/2021
Current Value
1. ActiveFleet
A. Peak Requirement
14
B. Spares
8
C. Total (A+B)
22
D. Spare Ratio (B/,A)
57.14%
H. inactive Fleet
A. Other
i0
B. Pending Disposal
0
C. Total .(A+'B)
0
III. Total (LC and II.C)
22
Part 5: FTA Review Comments
Application Review Comments
Comment By Robert Sachnin
Comment Pre -Award Manager Returns Application
Type
Date 1119/2020
Comment Due to character limitations in TrAMS, comments have been attached in the application
documents section.
Comment By Robert Sachnin
Comment Pre -Award Manager Returns Application
Type
Date 3/9/2021
rte,
Good Momino -please find comments below:
General:
1. Application Title: please re -add the urbanized area (i.e. Sebastian -Vero Beach UZA)
2. FY21 Certifications & Assurances (C&As): the attorney has not executed and PINd
Comment the C&As in TrAMS. Please note that applications cannot be advanced past a certain
point and awarded until the C&As are completed executed.
Part 2 Application Information:
1. Executive Summary: please note that FTA NEPA class of action is also attached RE:
the 'transit hub/restroom.
2. Project #1 Description: please note that FTA NEPA class of action is also attached
RE: the transit hub/restroom.
Part 6: Agreement
UNITED STATES OF AMERICA
DEPARTMENT OF TRANSPORTATION
FEDERAL TRANSIT ADMINISTRATION
GRANT AGREEMENT
(FTA G-28, February 9, 2021)
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(28), February 9, 2021,
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 F i A'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
W
DUNS No: 079208989
Award Information
Federal Award Identification Number: FL -2021-014-00
Award Name: 5307/5339 Capital Assistance; Sebastian -Vero Beach LIZA; Indian River County, FL
Award Start Date: 4/112021
Original Award End Date: 3/30/2028
Current Award End Date: 3/30/2028
Award Executive Summary: This 5307/5339 grant provides capital assistance for public transportation
in Indian River County, which consists of the GoLine fixed route system and the Community Coach
demand response service. Federal funds in this grant application are from FY 2020 Section 5307 (see
Project #1) and FYs 2019 & 2020 Section 5339 (see Project #2).
The total eligible cost is $2,634.557. The federal share is $2,634,557, consisting of 82,169;322 in Section
5307 funds and $465,235 in Section 5339 funds. Descriptions of the activities funded in this application
are listed under each respective Project Description: The Florida Dept. of Transportation has authorized
toll revenue credits in the amount of $658,639 in support of this application in the three letters dated
February 4, 2021 for Section 5307 and October 12, 2020 and October 13, 2020 for Section 5339.
Indian River County will ensure that all vehicles purchased are accessible, purchased from an FTA
approved TV`M, 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 C,4220. IF (Third Party
Contracting Guidance).
Indian River County will ensure contractors procured will not be on the FTA Suspension and Debarment
list.
i
In accordance with federal regulations, a public hearing was conducted on June 16, 2020 and advertised
in advance.
Copies of the FDOT TDC letters are attached (separate letters provided for FY 2020 Sec 5307, FY 2019
Sec 5339, and FY 2020 Sec 5339).
Copies of the Florida Governor's Apportionment letters are attached (separate letters provided for FY
2020 Sec 5307, FY 2019 Sec 5339, and FY 2020 Sec 5339).
1
The current FDOT STIP is attached. 5307 Capital Assistance is listed in FM# 407190-2, and 5339 Capital
Assistance is listed in 445728-1.
As required, 1 % of the award has been allocated to security -related projects (see ALI 11.42.09).
A copy of the FTA NEPA class of action for the transit hub/restroom is attached (in the Application
Documents).
Research and Development: This award does not include research and development activities.
Indirect Costs: This award does not include an indirect cost rate.
Suballocaiuon 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 Budoet: $2,634,557.00
Amount of Federal Assistance Obligated for This FTA Action (in U.S. Dollars): 52,634,557:00
Amount of Non -Federal Funds Committed to This FTA Action (in U.S. Dollars): $0.00
Total FTA Amount Awarded and Obfiaated (in U.S. Dollars): $2,634.557.00
Total Non -Federal Funds Committed to the Overall Award (in U.S. Dollars): $0.00
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 I
Statute Number
5307 - Urbanized Area Formula Grants (2013 and 5307-2A
20507 $2,169,322
forward)
.5339 —,Buses and .Bus Facifities Formula 5339-1
20526 $4651235
Local
$0
Local/In-Kind
50
State
$0
State/In-Kind
$0
Other Federal
50
Transportation Development Credit
$658:639
Adjustment
$0
Total Eligible Cost
$2,634,557
(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: 3/29/2021
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:
Yvette Taylor
Regional Administrator
FEDERAL TRANSIT ADMINISTRATION
U.S. DEPARTMENT OF TRANSPORTATION
Contact Into: yvette.taylor@dot.gov
Award Date: 4/112021
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:
Brian Freeman
MPO Staff Director
Indian River, County Of
4/5!2021
EXHIBIT C
[From policy adopted by Indian River County Board Of County Commissioners on February 19,
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. 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 1s' 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 yearend (September 301h) 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."
EXHIBIT D
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. Entirety of Agreement: This Contract incorporates and includes all prior and contemporaneous
negotiations, correspondence, conversations, agreements, and understandings 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 in a written document signed by both parties.
3. Severability: In the event any. provision of this Contract is determined to be unenforceable or
invalid, such unenforceability or invalidity shall not affect the remaining provisions of this Contract,
and every other term and provision of this Contract shall be deemed valid and enforceable to the
extent permitted by law. To that extent, this Contract is deemed severable.
4. Captions and Interpretations: Captions in this Contract are included for convenience only and are
not to be considered in any construction or interpretation of this Contract or any of its provisions.
Unless the context indicates otherwise, words importing the singular number include the plural
number, and vice versa. Words of any gender include the correlative words of the other genders,
unless the sense indicates otherwise.
5. Independent Contractor: The Subrecipient is and shall be an independent contractor for all
purposes under.this Contract. The Subrecipient is not an agent or employee of the County, and
any and all persons engaged in any of the services or activities funded in whole or in part
performed pursuant to this Contract shall) at all times and in all places be subject to the
Subrecipient's sole direction, supervision, and control.
6. Assignment: This Contract may not be assigned by the Subrecipient without the prior written
consent of the County.