Loading...
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.