Loading...
Item C31 BOARD OF COUNTY COM1\USSIONERS AGENDA ITEM SUMMARY Meeting Date: December 21.2005 Bulk Item: YES X NO Division: Community Services Department: Social Services AGENDA ITEM WORDING: Approval of an application for Federal Assistance between Monroe County Board of County Commissioners, the applicant, and the Federal Transit Administration for Financial Assistance to purchase two transportation buses and approval for the Mayor to sign the Grant Application, Resolution and Other Application Documents. ITEM BACKGROUND: The FY2006 5310 Grant Application (or Federal Assistance, if approved by the Federal Transit Administration, would purchase two transportation buses with funding coming from the Federal funds for $121,600, State funds $15,200 and County match $15,200. These vehicles would replace two existing aging buses currently in the transportation fleet. PREVIOUS RELEVANT BOCC ACTION: ISLA CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATION: Approval of agreement and resolution TOTAL COST: $152,000 BUDGETED: Yes_ No -L COST TO COUNTY: $15.200 SOURCE OF _FUNDS: Pro2ram Bud2et Account #001-61525-560640 & FDOT 5310 Grant REVENUE PRODUCING: No X AMOUNT PER MTH YEAR APPROVED~-,ounty A OMB/Purchasing YES Risk Management YES \ J ~\., .f.._ ~/ Prepared By: - "',,-~ -1/ ~ Print Name: Jerr~iEskew, Director, Transportation Program .-/) /") if ~--~ _~/: ~-~"/ -- -7~- ------- DEPARTMENT DIRECTOR APFROV AL: //,)>~- / ....r-p----lf-' L):2/v~__ -/ 'c Print Name: LOVIS LA TORRE /1 /--:7 - /j / - -~; / DIVISION DIRECTOR APPROVAL: A/ll2-Lt:p: ;-;/-2:ZCA!.L--1_ Print Name: SHEILA BARKER DOCUMENTA TION: Included YES To Follow Not Required DISPOSITION: Agenda Item # Thursdav_ f)ecernbe-r 0 L 2005 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract w1th: FTA Contract # _~~~ Effective Date: 12/21/2005 Expiration Date: Contract Purpose/Description: Application for Federal Assistance bet":'fen Monroe County Board of Co.unty Commissioners~ for-tmr1"lnrchase of two transportation vehid~5. \ \ /l \ J ~\~ ~// "',',' /; / ~ Contract Manager: "'T~ E~;~ ~ 4425 " (N ame) (Ext.) # i TransportationfSS/Stop # 1 (Department/Stop #) for BOCC meeting on 1212112005 Agenda Deadline: 12/05/2005 CONTRACT COSTS Tota! Dollar Value of Contract: $ 152,000 Budgeted? YesO No k2J Account Codes: Grant: $ 136,800 County Match: $ 15,200 Current Year Portion: $ _152,900 .~~~. 001-61525-260-640-_ - - - - ~~-_.~~--'--,-,---,~~ ~ - - - _.~ ~~~~ - ~-~~ ~ - - - - ~~~~--~ ADDITIONAL COSTS Estimated Ongoing Costs: $N/A Iyr For: (Not included in dollar va iue above) (eg. maintenance, utilities, jmtiioriaCsalffiies~';;ic.~ CONTRACT REVIEW Date In Changes Needed; /' Revi~ ' Y esO No~'-::,~>dALC t~, /i;;;;Zi/t.J!?.j'?;~ Yesn No0 YeSONO~t, YesD Nob% /:;/I~~-- Date Out Division Director Risk Management, f{ ~ \ o .M.B.!PUfChas~ County Attorney OMB Form Revised 2/27/01 Mer #2 Checklist for Application Completeness (2006) Name of Applicant: Monroe County Board of County Commissioners Check one: First-time Applicant Previous Applicant. X The following must be included in the Section 5310 grant appllcation in the following order: X This checklist X Applicant's cover letter and 2 copies of the governing board's Resolution X Application for Federal Assistance (Form 424, Code 20.523) X Operating and Administrative Expense and Revenue Form X Current Vehicle and Transportation Equipment Inventory Form X Capital Request Form X Exhibit A: Current System Description X Exhibit A-1 : Fact Sheet X Exhibit B: Proposed Project Description X Exhibit C: Public Hearing Notice and Publisher's Affidavit (for public agencies only.) X Exhibit 0: Coordination N/A Exhibit E: NfA X Exhibit F: Federal Certification and Assurances N/A Exhibit G: Certification of Equivalent Service (if grant is for non-accessible vehicles) X Exhibit H: Applicant Certification and Assurance to FOOT. X 6 Copies of the Audit Report or the latest Internal Revenue Services Return Date application was submitted to Local Clearinghouse: D6lcem~ber 21, 2005 Additional documents required for first-time applicant (if a private-non profit agency) N/A Copy of Certificate of Incorporation o~~!Y ~O~K~~E (305) 294-4641 (+'<cT"'_,,-"'~ BOARD OF COUNTY COMMISSIONERS Mayor Charles"SonnyH McCoy, District 3 Mayor Pro Tern Murray E. Nelson, District 5 George Neugent, District 2 Dixie M. Spehar, District 1 David P. Rice, District 4 Community Services Division Social Services Department Transportation Program 1100 Simonton Street, Room 1-188 Key West, FL 33040 Phone: (305) 292-4425 Fax: (305) 292-4411 State of Florida Department of Transportation Grant Application Monroe County Board of County Commissioners submits this Application for the Section 5310 Program Grant and agrees to comply with aU assurances and exhibits attached hereto and by this reference made a part thereof, as itemized in the Checklist for Application Completeness. Monroe County Board of County Commissioners further agrees, to the extent provided by law in accordance with Sections 129.07 and 768.82, Florida Statutes, to indemnify, defend and hold harmless the Department and all of its officers, agents and employees from any claim, loss, damage, cost, charge, or expense arising out of the non-compliance by the Agency, its officers, agents or employees, Vv1th any of the assurances stated in this Application. This Application is submitted on this 21,t day of December, 2005, v.i.th two (2) original resolutions or certified copies of the original resolution authorizing Mayor Charles S. McCoy to sign this Application. Monroe County Board of County Commissioners By: Date: 12/21/05 Charles S. McCoy, Mayor PrlV2.Q' Statement; This ietter and any mes it >ire intended fur thi': per>rou or to which it is addressed and may contain confidential materials andlor material protected by law. Any retransmission or use of tbis information may be a violation of tbat law. If you received this in eITor. please contact the sender and destroy the material. Resolution Form (2006) A Resolution of the Monroe County Board of County Commissioners authorizing the signing and submission of a grant application and supporting documents and assurances to the Florida Department of Transportation, and the acceptance of a grant award from the Department Whereas, Monroe County Board of County Commissioners has the authority to apply for and accept grant awards made by the Florida Department of Transportation as authorized by Chapter 341, Florida Statutes and/or by the Federal Transit Administration Act of 1964, as amended; NOW, THEREFORE, BE IT RESOLVED BY THE MONROE COUNTY BOARD OF COUNTY COMMISSIONERS, MONROE COUNTY, FLORIDA: 1. This resolution applies to Federal Program(s) under U.S.C. Section(s) 5310. 2. The submission of a grant application(s), supporting documents, and assurances to the Florida Department of Transportation is approved. 3. Charles So McCoy, Mayor is authorized to sign the application and accept a grant award, unless specifically rescinded. DULY PASSED AND ADOPTED THIS DECEMBER 21,2005. By: Charles S. McCoy, Mayor Attest: (seal) Resolution Form (2006) A Resolution of the Monroe County Board of County Commissioners authorizing the signing and submission of a grant application and supporting documents and assurances to the Florida Department of Transportation, and the acceptance of a grant award from the Department Whereas, Monroe County Board of County Commissioners has the authority to apply for and accept grant awards made by the Florida Department of Transportation as authorized by Chapter 341, Florida Statutes and/or by the Federal Transit Administration Act of 1964, as amended; NOW, THEREFORE, BE IT RESOLVED BY THE MONROE COUNTY BOARD OF COUNTY COMMISSIONERS, MONROE COUNTY, FLORIDA: 1, This resolution applies to Federal Program(s) under U.S.C. Section(s) 5310. 2. The submission of a grant application(s), supporting documents, and assurances to the Florida Department of Transportation is approved. 3. Charles S. McCoy, Mayor is authorized to sign the application and accept a grant award, unless specifically rescinded. DULY PASSED AND ADOPTED THIS DECEMBER 21, 2005. By: Charles S. McCoy, Mayor Attest: (seal) APPLlCATION FOR FEDERAL ASSISTANCE ] Applicant Identifier ........~~g~X?09? ..._..._ i State Application Identifier Version 7103 J ~DATE SUBMITTED mJ1.?{?1105 _ ...m_._. ..... .... . . ..... ... '3. DATE RECEIVED BY STATE i. TYPE OF SUBMISSION: Application Construction IiZLl!!gn.-G,mst.r.I,I~jg-'lm m_ : 5. APPLICANT lNFOR!1J!All0N Legal Name: Monroe County Board of County Commissioners __~c~~"~~___~~~ Organizational DUNS: NIA Address: Street: Pre-application Construction ;-4. DATE.."RE'C.Ei\iEb"'B"""'F.EDEj:~.AL----A-G-Er~J"CY .....-..-, : Federal Identifier 15,200 .w I _. 15,200 w-----.-J . ~ b, No. r7! PROGRAM IS NOT COVERED BY E. O. 12372 ____m__~~-~ OR PROGRAM HAS NOT BEEN SELECTED BY STATE I FOR REViEW f P'ogram Income "" ---~---j 17.18 THE APPLICANT DELINQUENT ON ANY FEDERAL-DEBT? 'g TOTAL m~ - ---~- " tfI ~ I 152,000 - Yes If "Yes' attach an explanation. Wi No 18. TO THE BEST OF MY KNOWLEDGE AND BEUEF, ALL DATA lNTHIS APPLlCATIONiPREAPPLlCAT10N ARE TRue-AND CORRECT~-fH~ CUMENT HAS BEEN DULY AUTHORIZED BY THE GOVERNING BODY OF THE APPLICANT AND THE APPLICANT WILL COMPLY WITH THE !ATTACHED ASSURANCES IF THE ASSISTANCE IS AWARDED. I ill. Authorized RepFesl>ntativo ! lVrrefix ! first Name : ____.___.. .J~_~~..__.___ i Last Name I McCoy lb. Title .______...___~_.__.~._..m__._..___.____.~.____._____.__~__.___ l;~~ature of Authorized Repre:seFltativ~---~m_-- Previous Edition Usable-----m-_..------~_m_-~--- Authorized for local Reoroduction CIN,m:G9115:trl.it,:tiQI} 1100 Simonton Street Room 1-188 l%~~;st .. i County: i Monroe State: Florida Country: United States 6. EMPLOYER IDENTIFICATION NUMBER (ElN): i.5][~]-l6][?] iQi~]i!J [4] 19] 8. TYPE OF APPLICATION: V New Continuation f Revision, enter appropriate lettar(s) in box{es) See back ofform for description of letters.) I Zip Code ~33040 Revision Other (spI3clfy) 10. CATALOG OF FEDERAL DOMESTIC ASSISTANCENUMBER: i TITLE (Name of Prowam): I Federal Transit Administration Section 5310 Program 12. AREAS AFFECTED BY PROJECT (Cities. Counties, States. ete.): Monroe County 13. PROPOSED PROJE;CT Start Date: l Ending Date: July 2000 ~une 20.07 15. ESTIMATED FUNDING; <I. Federal 121,600 . b. Applicant c. State .d. Local I e. Other --~Orga-nizaiional Unlt:.--.------- Department: Social Services Department (Monroe County Transit) Division: Community Services Division Name and telephone number of persQn to~be contacted on matters involving this application (give area code) PrefIX: Naf1'1e: Me me Email: eskew~jerry@monroecounty-fl.gov Phone Number (give area code) 305 292-4425 7. TYPE OF APPLICANT: {See back of form for Application Types} S. County her (specify) , t 9. NAME OF FEDERAL AGENCY: I Federal Transit Administration , 11. DESCRIPTNE TITLE OF APPLICANT'S PROJECT: ~ BOO~~.cha~;' P"m""""' O_ j -~B 14. CONGRESSIONAL DISTRICTS OF: a. Applicant b. Project I 20th Congressional District 0 Congressional District 16. IS APPLICATION SUBJECT TO REVIEW BY STATE EXECUTIVE RDER 12372 PROCESS? THIS PREAPPLlCATIONlAPPUCAT!ON WAS MADE AVAilABlE TO THE STATE EXECUTIVE ORDER 12372 PROCESS FOR REVIEWON DATE: --- !r..-~idd!e'N;:;;:r;c- ! $. fSuffix _.~--~~ ~ i . ---l 1:' Telephone Number ((live area COOO, 'I' 305 292-3430 - -~-~-----~'----"l ~. Date Signed ' ~ j12121iO.~____~__.-_. I Standard Form 424 (Rev.9-2003) PreSCribed bv OMS Circular A-102 OPERA TING AND ADMINISTRA TIVEEXPENSE AND REVENUE (2006) Name of Applicant Monroe Cou.nty Board of County Commissioners (Me Transit) Fiscal Period from 10/01/2004 to 09/30/2005 TRANSPORTATION-RELATED OPERATING and ADMINISTRt\ TIVEEXPENSES I EXPENSE CATEGORY ~-~~,~--~--~"~-- ---, EXPENSE $ ~~ Labor (501) - $466,262.48 Fringe and Benefits (502) ~~_______~c_~~ 231,447.57 Services (503) Materials and Supplies (504) 49,810.63 ~~.~~'~'nnnn_.' .___.._~..~~c~cc"'~'cc, Vehicle Maintenance ( 504,01)_ --- 143,121.00 -- Utilities (505) 3,437.90 Insurance (506) 22,307.00 Licenses and Taxes (507) Purchased Transit Service (508) Miscellaneous (509) 46,152.95 Leases and Rentals (512) Depreciation (513) 123,832.29 I TOTAL EXPENSE $1,086,371.82 i I TR4.NSPORT A TION -RELA TED OPERATING and ADMINISTRATIVE REVENUES I REVENUE $ $ 30,090.91 r OPERATING REVENUE - - Passenger Fares for Transit Service (401) I S ecial Transit Fares (402) ----~ Other (403-407) (identify by appropriate code) TOTAL OPERATING REVENUE OTHER REVENUE SOURCES Taxes Levied Directl 'b the Transit S 'stem Local Cash Grants and Reimbursements (409) Local S ectal F~re Assistance (410) State Cash Grants and Reimbursements , (411) ARCA State Special Fare Assistance (410) Federal Cash Grants & Reimbursements (413) _~Interest Income (414) ! Contributed Services (430) I_Contributed_ Cash (43 1 ) Subsid ':fro~9ther Sec!ors of Operations (4:1'0) TOTAL OF OTHER REVENUE ! GRAND TOTAL OF OTHER REVENUES I ~ I ~ ~ _ I $ 30,090.91 I $1,001,700.91 I ~--~~~~~~ 54,580.00 - .1 1{1,056,280.9-1~--- I $1~086~32~_.82 -~j ---~ j t _C"~"~___--1 NNNNNNNNNNNNN~~~~ OOOOOOOOOOOOOIDIDIDID OOOOOOOOOOOOOIDIDIDro ~~~~~~N~~~OOOIDOOOO~ .J:>.NNN~~N~~~~~~~N~~ roNNNIDIDroIDIDOOroIDroroOOIDro W~~~~NwwC~NNC~wNw ro~W~~~~~ID~ID~~IDW~~ O"'TI"" """,, " ~OOOO'TI"OOO 0""0"" ~~~~~OO~~~()~OO~OO I!OOCJO;o~O~!2J:!2e;~O~~<:- g~~~~~~>m~~~~~~~~~ ~cccCG)G)m;om_;ommmmm~ ~~~~~~~~O~~O~O;oO~~;oOO <::""<<~~~,~ ,0 J: ~mmmm~~mmm-mCC-CCm >~~~~',OOO~O~~~~~;o <OOOONNIII zmmmmo ~~~~~~NNN.J:>.NNN~NN^ NNNNO N~NO~qq -qqm qqqq~~oOO;o()oo~Oom ~I~I~I~I~ ~ )> )> ~ ~ )> )> <:: ~ ~ ~ ~~~ ~~~<~~ -.L.~~"""-'-""-.Jo;-I..~~ ....J......Jl........l.-.-Jo.-Io.~ """""""""~""""o"O"~ OOOOOOoooYJOOOO ~ ~~~~~~XXXzX~~~~~~ mmmmmmmmmo~mmmmm~ W~~~~~~~~~~~~W~~ro ~~~~~~"""~"x,,~~"~m ~mXroromIDmmw ~wooOO~~ ~~~~NN~~~~<XXX~~ro J:IIJ:IJ:J:IImJ:IIJ:OI~ ~>)>>roro~~~m~()()>J:()~ ~~~~~~~~~~~~~~n~~~ _N~~~mm~~$~~~~IDW m ffig;~~IDID~.p.N~~~ 00 - ID ro ro ro ZZ~ mG:lZ~~ZZZZ~ZZZ ~~.J:>. ~O)>~~~~~~N>~)> ~OID.p. G:lN m CCCCCCCCCZCCCCCCE ~~=~~;::~~~)>;:+t~~~~~.J.' IDroroID~~~~~~~oooooooooo~ ./ll.../::>.O>NO>_ .p.. . W~~~~~~N~O~NNNNNO ~_~ w ~ C;; ~ ~ ~ ~ a; ~ z:. C;; ~ ~ W O~~W~ro~~oo~ro~rom~NA rorow~-->'OO"""Ooo~~O~N....-.j WJl-.....Nro~cocoCOO~NNW-"W -& ~--:..-::..~~.....J:.,~ ~wOOOOI~w~o~~oo~o~wm - - - Jl-"Wo>~NNo)O~WJ:;.->. ~~~~ ~OO~~O~~OO- ~O~ ID~O OOroWOWAro (J).J:>.N ooIDoNOo)No) 0lJ:>.0 NNNNNNNNNNNN NNN 00000000000000000 ~~~~OOOOOOO 0000 ~~-"~roIDoo~~~O) 0l0l0l0l I)> )>')> )>M~~;: -)>)> J.>-z 0000 0 000(00)> )>>>J> ):> )>)>)>)>):>)> "11"11"11'T1 'TIll l! ~ 000000 000000000;0 000000 000000000):- cc~~~~ ~~cccc~ccz Zzrooo~O) J:>.OlZZZZWzzm ~~~NNN~~N~~~~~~4" <<OOOO<IDO<<<<ro<<m 0000 IDO (0 ~ .j)>..WN-" roo CO s: -(0 .... c.. C'D - ZC o :s ;::;: s: 03 A Cl) en N" C'D ::t '< "'0 (f:i < Z :It; " C o -I ::0 rl>> ;i3 "'0 :ef 01>> (it ~~ i)Cl) en '"" _l>> -<a':l '"" C'D 3:0 i)f; l>> '"" (QCEl' CD 3. 00(::0 "'l ~ mO .pg: en" o C c ~ '"" -" (") :::s ('1)(0 o s:: '"" s:(i; o a :::s < a (!) C'D ::r o C:;" oi) s:: fA) )>3.:::s w '< 0.. 000-1 -o~ cO:::s (!) 0 th (") "'0 (0-0 3S:~ 0"003 Cl)~l:!: ... 0 0 N(I):::S Qom oo..c Utcc :::s -" _"0 '< 3 -1(1) ... :::s 03 - :::s - th :::s ;:;< _C'D ::s - o ... '< CAPITAL REQUEST FORM (2006) Monroe County Transit (BOCC) VEHICLE REQUEST I ~,~~~~ Description to) (c) -~--~._-- -Estimatcdl GMIS code RorE Number (lbis column (a) Requested Cost for FDO'1' use ONLY) .~~~~'m,___.~"M' """"-~- II. R 2 Type D Body-on~Chassis Transit Bus 23~3 I ft $152,000 ~~~~- diesel WC lift 4-20 ambulatory seating in combination with 6 wheelchairs " II. ~-- , II. ~~ II. ~~ -- It. ~~ ~. Su btotal $152,000 , " EQUIPMENT REQUEST (C) IL~.~ ---"~=~~- ~-==C--J ~__"__"_"~__~~- J I · I I 1$ --l I I ~--=---- II. . II.~._ I Subtotal ! I (a) Replacement (R) or Expansion (E). (b) Provide a brief description including the lenf,>1:h and type vehicle, type of fuel, lift or ramp, number of seats and wheelchair positions. Do not show the Make. For example, 22' diesel bus with lift, 12 ambo Seats, 2 w/c positions. (c) Show mobile radios, computer hardware/software, etc. under aEquipment Request'" . VEHICLE SUBTOTAL $152,000 + EQUIPMENT SUBTOTAL$ _~_ (X). (X) x 80 % = $121,600 (Show this amount on Form 424 in block 15 (a)] EXHIBIT A (2006) CURRENT SYSTEM DESCRIPTION Monroe County Transit (BOCe) Overview & Routes Monroe County Transit provides paratransit service to the elderly, disabled and transportation disadvantaged citizens of Monroe County. The operatIon services three geographical route areas, the Lower Keys (Key West) from mile marker 0 to 40, the Middle Keys (Marathon Key) from mile marker 47 to 72 and the Upper Keys (Plantation Key and Key Largo) from mile marker 73 to 112. Fleet Size & Placement The entire fleet of fifteen (15) paratransit buses is wheelchair equipped and ADA Compliant Five buses are located at each of the three base operations, 1100 Simonton Street, Key West, 490 63rd Street, City of Marathon and 88800 Overseas Highway, Plantation Key. Hours of Operation Monroe County Transit operates five (5) days per week Monday through Friday from 7 a.m. to 6 p.m. excluding Monroe County Observed Holidays. Staffi n9 Monroe County Transit staff consists of a Transportation Administrator, Administrative Assistant, Special Needs Coordinator, Transportation Specialist, Three (3) Dispatcher, Reservation, Schedulers, nine (9) CDL Class B Licensed Transportation Drivers and nine (9) CDL Class B or D Licensed On-Call Substitute Transportation Drivers. Rider Composition 71 % Elderly 60 years and older includes handicapped 29% Transportation Disadvantaged 59 years and younger includes handicapped Within those two categories 16% are Wheelchair Clients Vehicle Maintenance Monroe County Transit utilizes the County's three fully staffed maintenance fadlities (Key 'Nest, City of Marathon & Plantation Key) with an industry recognized preventative maintenance program in place. Single Audit Act Attached is Monroe County's latest completed Single Audit EXHIBIT A-1 -- FACT SHEET (2006) Monroe County Transit (BOCe) CURRENTL Y 1. Number of one-way trips provided to elderly and persons with disabilities (E & D) PER YEAR 2. Number of individual E & 0 served ' (unduplicated) PER YEAR 3. Percentage of E & 0 needing wheelchair positions AVERAGE 4. Number of vehicles used to provide service AVERAGE 5. Number of ambulatory seats A VG 36,404 1,107 15.9% 9 168 49 6. Number of wheelchair positions AVERAGE ~ehicle miles traveled PER YEAR I 241,052 r 8. Average vehicle miles PER DAY ~~' ~cw~~ ~___~~~r~_______ I 9. Normal number of days in 5 operation PER WEEK 10. Normal hours of vehicle operation PER DAY 11 . Trip length AVERAGE --- 1 a.m. until 6 p.m. 5.76 IF GRANT IS AWARDED (Estimates are acceptable) 43,000 1,400 17.0% 9 192 to 204 depends on exact configuration chosen 54 to 57 depends on exact configuration Ch.osen.=J _ ____ 250,OO~~~ _ 1,012 5 7 a.m. until 6 p.m. 6.00 EXHIBIT B (2006) PROPOSED PROJECT DESCRIPTION Monroe County Transit (BOCC) The awarded funds will be used to replace two aging body-an-chassis buses, unit 1927 (VIN# 1 FDWE30F6WHC 13963), a 1998 Ford/Aerolite bus with 8 ambulatory & 2 wheelchair passenger capacity and 2833 (VIN#1 FDWE30F8WCH13964) , a 1998 Ford/Aerolite with 8 ambulatory /2 wheelchair passenger capacity, The two body-on- chassis diesel bus replacement vehicles will be configured to increase the capacity of the fleet to handle both ambulatory and wheelchair clients with more dependable transportation, while reducing the excessively high repair and maintenance and service equipment downtime that is associated with high age and high mileage vehicles. Additionally, the transit program will be able to reduce the fleet size as the average age of the fleet reflects newer vehicles. This reduction of the older, more costly to operate backup vehicles from the transit fleet will result in reduced maintenance expense, better fuel economy and less bus downtime than the department had been experiencing in the past As always, the new buses will be placed on Monroe County's preventive maintenance plan along with utflizing the new vehicle warranties. Client outreach especially in the Middle Keys will be the focus for this fiscal year especially targeting the elderly and the handicap. Elderly organization meetings will be attended on a regular basis in an attempt to introduce and re-acquaint the aging population with our services. Special Needs Clients target the elderly and handIcapped to make sure they are not forgotten as threatening storms approach the Florida Keys. The transportation of those individuals is assured by maintaining a well-equipped current transit fleet. Paratransit service is now being provided from Monroe County to the Miami area medical facilities on a limited basis. EXHIBIT C (2006) PUBLIC NOTICE Monroe County Transit (BOCe) All interested parties within Monroe County are hereby advised that Monroe County Board of County Commissioners is applying to the Florida Department of Transportation for a capital grant under Section 5310 of the Federal Transit Act of 1991, as amended, for the purchase of a Type 0 Transit bus (Body-on-Chassis) to be used for the provision of public transit services within Monroe County, Florida, A Public Hearing has been scheduled at 9:00 a.m. on 12/21/2005, Marathon Government Center 2798 Overseas Highway; Marathon, Florida, for the purpose of advising all interested parties of service being contemplated if a grant is awarded, and to ensure that contemplated services would not represent a duplication of current or proposed services provided by existing transit or paratransit operators in the area. This hearing will be conducted if and only if a written request for the hearing is received by 12/16/2005. Requests for a hearing must be addressed to Monroe County Board of County Commissioners, 1100 Simonton Street Key West, FL 33040 and a copy sent to FOOT District 6, 1000 NW 111 th Avenue, Room 6114 Miami, Fl., 33172. E"Ut .cr D Effective: 01/01/05 to 12/31/05 STATE OF FLORIDA COMMISSION FOR THE TRANSPORTATION DISADVANTAGED STANDARD COORDINA TlON/OPERA TOR CONTRACT THIS CONTRACT is entered into between the COMMUNITY TRANSPORTATION COORDINATOR I THE GUIDANCE CLINIC OF THE MIDDLE KEYS, designated pursuant to Chapter 427, F,S., to serve the transportation disadvantaged for the community that includes the entire area of MONROE County, and hereinafter referred to as the 'iCoordinator" and MONROE COUNTY BOARD OF COUNTY COMMISSIONERS, hereinafter referred to as the "Agency/Operator", The terms and conditions of this Contract are effective January 1. 2005. and will continue through December 31.2005. WHEREAS, the Coordinator is required, under Rule 41-2.011, FA.C., when cost effective and efficient, to enter into contract with a transportation Agency/Operator to provide transportation services; and WHEREAS, transportation disadvantaged funds includes any local government, state or federal funds that are for the transportation of transportation disadvantaged; and WHEREAS, the Coordinator desires to contract with the AgencylOperator for the provision of transportation services for the transportation disadvantaged; and WHEREAS, the Coordinator believes it to be in the public interest to provide such transportation services through the Agency/Operator for the residents of the service area who are clients of the Agency/Operator; and WHEREAS, the Agency/Operator will provide the Coordinator the opportunity to develop a proposal for any new transportation services needed; and WHEREAS, the Agency/Operator, in an effort to coordinate available resources, will make available transportation services to the Coordinator. WHEREAS, this Contract allows for the provisions of transportation services be provided by the in accordance with Chapter 427, F.S., Rule 41-2, F.A.C" and the most current Transportation Coordinator policies, THEREFORE, in consideration of the mutual covenants, promises and representations herein, parties agree as follows: AGENCY/OPERATOR SHALL: Provide services and vehicles according to the conditions specified in Attachment I. Coordinate available resources and make available transportation services to the Coordinator. Such san/ices shall be provided in accordance with Attachment I. This contract currently t' , excludes the coordination of Medicaid trips, A separate Medicaid transportation contract will be negotiated. C. Every three (3) months, submit to the Coordinator a Quarterly Year to Date Operating Report (from the Annual Operating Report) detailing demographic, operational and financial data regarding coordination activities in the designated service area. The reported data will include information regarding all transportation provided by the Agency/Operator (including but not limited to CTC, Medicaid...) The report shall be prepared on forms provided by the Commission for the Transportation Disadvantaged, hereinafter Commission, and according to the instructions for the forms. 0, Comply with audit and record keeping requirements by: 1. Utilizing the Commission recognized Chart of Accounts defined in the Transportation AccountinQ Consortium Model Uniform Accounting System for Rural and Specialized Transportation Providers (uniform accounting system) for all transportation disadvantaged accounting and reporting purposes, Agencies/Operators with existing and equivalent accounting systems are not required to adopt the Chart of Accounts in lieu of their existing Chart of Accounts but shall prepare all reports, invoices, and fiscal documents relating to the transportation disadvantaged functions and activities using the chart of accounts and accounting definitions as outlined in the above referenced manual. 2. Maintaining and filing with the Coordinator such progress, fiscal, inventory and other reports as the Coordinator may require during the period of this contract. 3. By reserving to the Coordinator, the right to conduct finance and compliance audits at any time. Such audits conducted by the Coordinator will be at the expense of the Coordinator. E. Retain all financial records, supporting documents, statistical records, and any other documents pertinent to this Agreement for a period of five (5) years atter termination of this Agreement. If an audit has been initiated and audit findings have not been resolved at the end of the five~ (5) years, the records shall be retained until resolution of the audit findings. The Agency/Operator shall assure that these records shall be subject to inspection, review, or audit at all reasonable times by persons duly authorized by the Coordinator or Commission or this Agreement. The Commission and the Coordinator shall have full access to and the right to examine any of the records and documents during the retention period. F. Comply with Safety Requirements by: 1. Complying with Section 341.061, F,S., and Rule 14~90, F,AC" concerning System Safety or complying with Chapter 234.051, F,S" regarding school bus safety requirements for those services provided through a school board; 2. Assuring compliance with local, state, and federal laws, and Commission policies relating to drug testing, and; 3. Complying with Coordinator's System Safety Program Plan (SSPP) for designated service area. G. Comply with Commission insurance requirements by maintaining at least minimum liability insurance coverage in the amount of $100,000 for anyone person and $200,000 per occurrence at all times during the existence of this Contract. In the event of any cancellation or changes in the limits of liability in the insurance policy, the insurance agent or broker shall notify the Coordinator. The Agency/Operator shall furnish the Coordinator written verification of the existence of such insurance coverage prior to the execution of this Contract or proof of a self-insurance program operated by the Agency/Operator. School board vehicle insurance coverage shall be in accordance with Section 234.03, F.B. and 234.211, F.S. H. Safeguard information by not using or disclosing any information concerning a user of services under this Agreement for any purpose not in conformity with the local, state and federal regulations, including but not limited to 45 CFR, Part 205.50, except upon order of a court of competent jurisdiction, written consent of the recipient, or his/her responsible parent or guardian when authorized by law. I. Protect Civil Rights by: 1. Complying with Title VI of the Civil Rights Act of 1964 and Section 504 of the Rehabilitation Act of 1973, as amended. The Agency/Operator gives this assurance in consideration of and for the purpose of obtaining federal grants, loans, contracts (except contracts of insurance or guaranty), property, discounts, or other federal financial assistance to programs or activities receiving or benefiting from federal financial assistance and agreeing to complete a Civil Rights Compliance Questionnaire if so required by the Coordinator. Agency/Operator shall also assure compliance with: a. Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.C. 2000d et seq., which prohibits discrimination on the basis of race, color, or national origin in programs and activities receiving or benefiting from federal financial assistance. b. Section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. 794, which prohibits discrimination on the basis of disability in programs and activities receiving or benefiting from federal financial assistance. c. Title IX of the Education Amendments of 1972, as amended, 20 U.S.C. 1681 at seq., which prohibits discrimination on the basis of sex in education programs and activities receiving or benefiting from federal financial assistance. d. The Age Discrimination Act of 1975, as amended, 42 U.S.C. 6101 et seq., which prohibits discrimination on the basis of age in programs or activities receiving or benefiting from federal financial assistance. e. The Omnibus Budget Reconciliation Act of 1981, P.L. 97-35, which prohibits discrimination on the basis of sex and religion in programs and activities receiving or benefiting from federal financial assistance. f All regulations, guidelines, and standards lawfully adopted under the above statutes. g. The Americans with Disabilities Act of 1990, as it may be amended from time to time. 2. Agreeing that compliance with this assurance constitutes a condition of continued receipt of or benefit from federal financial assistance, and that it is binding upon the Agency/Operator, its successors, subcontractors, transferees, and assignees for the period during which such assistance is provided. Assuring that operators, subcontractors, subgrantees, or others with whom the Coordinator arranges to provide services or benefits to participants or employees in connection with any of its programs and activities are not discriminating against those participants or employees in violation of the above statutes, regulations, guidelines, and standards. In the event of failure to comply, the Agency/Operator agrees that the Coordinator may, at its discretion, seek a court order requiring compliance with the terms of this assurance or seek other appropriate judicial or administrative relief, to include assistance being terminated and further assistance being denied. J. The Agency/Operator agrees to indemnify and hold the Coordinator harmless for all claims, cost (including legal fees), and expenses associated with the services provided under this contract arising out of the negligent acts of the Agency/Operator. K Comply with all standards and performance requirements of the: 1. The Commission for the Transportation Disadvantaged [ Attachment II J; 2. The local Coordinating Board approved Transportation Disadvantaged Service Plan and; 3. Any entities that purchase service. Failure to meet the requirements or obligations set forth in this Contract, and performance requirements established and monitored by the Coordinating Board in the approved Transportation Disadvantaged Service Plan shall be due cause for non-payment of reimbursement invoices until such deficiencies have been addressed or corrected to the satisfaction of the Coordinator. L. Provide Corrective Action. A corrective action notice is a written notice to the Agency/Operator that the Agency/Operator is in breach of certain provisions of this Contract and that correction is required. Any corrective action notice will specify a reasonable time for corrective action to be completed. The Agency/Operator agrees to implement the Corrective Action specified in the notice and provide written documentation to substantiate the implementation of the Corrective Action. M. All contracts, subcontracts, coordination contracts will be reviewed annually by the Coordinator and local CoordInating Board for conformance with the requirements of this Contract. N. Return to the Coordinator any overpayments due to unearned funds or funds disallowed pursuant to the terms of this Contract that were disbursed to the Agency/Operator by the Coordinator. The Agency/Operator shall return any overpayment within thirty (30) calendar days after either discovery by the Agency/Operator, or notification of the Agency/Operator by the Coordinator or entity purchasing transportation, whichever is earlier. In the event that the Coordinator first discovers an overpayment has been made, the Coordinator will notify the Agency/Operator by letter of such a finding. Should repayment not be made in a timely manner, the Coordinator or purchasing entity will charge interest after thirty (30) calendar days after the date of notification or discovery, or the Coordinator will deduct said amount from future invoices. O. In performing this Contract, the Agency/Operator shall not discriminate against any employee or applicant for employment because of race, age, disability, creed, color, sex or national origin. Such action shall include, but not be limited to, the following: employment upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Agency/Operator shall insert the foregoing provision modified only to show the particular contractual relationship in all its contracts in connection with the development of operation of the Contract, except contracts for the standard commercial supplies or raw materials, and shall require all such contractors to insert a similar provision in subcontracts relating to the performance of this Contract, except subcontracts for standard commercial supplies or raw materials. The Agency/Operator shall post, in conspicuous places available to employees and applicants for employment for Project work, notices setting forth the provisions of the nondiscrimination clause. P. By execution of this Contract, the Agency/Operator represents that it has not paid and, also, agrees not to pay, any bonus or commission for the purpose of obtaining an approval of its application for the financing hereunder. Funds disbursed to the Agency/Operator under this Contract shall not be expended for the purpose of lobbying the Legislature, the judicial branch, or a state agency. THE COORDINATOR SHALL: A Recognize the Agency/Operator as described in Chapter 427. F.S., and Rule 41-2, F.AC. B. Insure that entities with transportation disadvantaged funds will purchase Transportation Disadvantaged services through the coordinated system. C. At a minimum, annually monitor the Agency/Operator for insurance, safety and reporting requirements. pursuant to Chapter 427, F.S., and Rule 41-2, F.A.C. The information contained in the Annual Operating Report must be collected, at a minimum, quarterly from the Agency/Operator. THE OPERATOR AND COORDINATOR FURTHER AGREE: A Nothing in the Contract shall require the Coordinator to observe or enforce compliance with any provision thereof, perform any other act or do any other thing in contravention of any applicable state law. If any provision of the Contract is found by a court of law to violate any applicable state law, the purchasing entity will at once notify the Coordinator in writing in order that appropriate changes and modification may be made by the Coordinator and the Agency/Operator to the end that the Agency/Operator may proceed as soon as possible with the provision of transportation services. B. If any part or provision of this Contract is held invalid; the remainder of this Contract shall be binding on the parties hereto. C. Termination Conditions: 1 . Termination at Will - This Contract may be terminated by either party upon no less than thirty (30) days notice, without cause. Said notice shall be delivered by certified mail, return receipt required, or in person with proof of delivery. 2. Termination due to Lack of Designation - In the event that the Coordinator so designated by the local Coordinating Board and approved by the Commission, loses its designation, this contract is terminated immediately upon notification to the Agency/Operator. Notice shall be delivered by certified mail, return receipt requested, or in person, with proof of delivery. Notice shall be effective upon receipt 3. Termination due to Disapproval of Memorandum of Agreement - In the event that the Commission does not accept and approve any contracted transportation rates listed within the Memorandum of Agreement, this Contract is terminated immediately upon notification to the Agency/Operator. Notice shall be delivered by certified mail, return receipt requested, or in person, with proof of delivery. Notice shall be effective upon receipt. 4. Termination due to Lack of Funds - In the event funds to finance this contract become unavailable, the Coordinator may terminate the contract with no less than twenty-four (24) hours written notice to the Agency/Operator. Notice shall be delivered by certified mail, return receipt requested, or in person, with proof of delivery. Notice shall be effective upon receipt. The Coordinator shall be the final authority as to the availability of funds. 5. Termination for Breach - Unless the Agency/Operator's breach is waived by the Coordinator in writing, the Coordinator may, by written notice to the Agency/Operator, terminate this Contract upon no less than twenty-four (24) hours notice. Notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. Waiver by the Coordinator of breach of any provision of this Contract shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Contract, and shall not act as a waiver or estoppel to enforcement of any provision of this Contract. The provisions herein do not limit the Coordinator's right to remedies at law or to damages. 6. Upon receipt of a notice of termination of this Contract for any reason, the Agency/Operator shall cease service and prepare all final reports and documents required by the terms of this Contract. A final invoice shall be sent to the Coordinator within thirty (30) days after the termination of this Contract. 7 The Coordinator shall pay all bills within 7 days to the Agency/Operator after receipt of said payment by the CTD. Nonpayment to the Agency/Operator shall be a breach for which Agency/Operator may give 24-hour notice of termination of the contract. D. Renegotiations or Modifications of this Contract shall only be valid when they have been reduced to writing, duly approved by the Coordinator, and signed by both parties hereto. E. Agency/Operator shall assign no portion of this Contract without the prior written consent of the Coordinator. F. This Contract is the entire agreement between the parties. G. Attachments I and II are an integral part of the Contract and are hereby incorporated by reference into this Contract All subsequent attachments are of an optional nature. H. Notice and Contact: The name and address of the contract manager for the Coordinator for this Contract is: Maureen Grynewicz Guidance Clinic of the Middle Keys 3000 41 st Street, Ocean Marathon, FL 33050 The representative/position of the Agency/Operator responsible for administration of the program under this contract is: Administrator, Transportation Monroe County Transportation 1100 Simonton Street Key West, Florida 33040 In the event that different representatives are designated by either party after execution of this Contract, notice of the name and address of the new representative will be rendered in writing to the other party and said notification attached to originals of this Contract This contract and its attachments contain all the terms and conditions agreed upon by the parties hereto. WITNESS WHEREOF, the parties hereto have caused these presents to be executed. AGENCY/OPERATOR: COMMUNITY TRANSPORTATION COORDINATOR Monroe County Board of County Commissioners [ Agency/Operator Name] Guidance Clinic of the Middle Keys [ Coordinator Name] . t Typed/Printed Name of Authorized Individual Maureen Grynew[cz Typed/Printed Name of Authorized Individual Tit1e / J ,~~"'" ' Date . .i/,~/u ///. ~ Signature J) / I (/ . TransQ9Jtation Director .LJ/ f) (., / if! Tille D~e . E <~f)k (~ . tl '-qLi.k'iJ/'\ (1 /vlt".t).~H{1-.' - "'~._-'. .,.. ) Signature .: ATTACHMENT I AGENCY/OPERATOR CONTRACT SERVICE DESCRIPTION 1. The Agency/Operator will be able to provide: (type of service) Ambulatory and wheelchair service, paratransit 2. The Agency/Operator will be available to provide transportation (schedule) Monday thru Friday, 7:00 am to 6:00 pm 3. Days Agency/Operator will not be able to provide services: Service will not be provided on Saturday and Sunday or County holidays 4. Vehicles Agency/Operator will use to transport all passengers(fleet list- if list does not fit in this section, please attach a separate sheet - please also include number of seats and wlc capacity) 5. Vehicle/Equipment Standards Air Conditioning, first aid kit, fire extinguisher, warning triangles, 2 way radios 6. Driver Requirements License type depended on FL DOT requirements, 3 year dean driving record, CPR & First Aid, HIV training, Physicals, Defensive Driving, Drug Screening (see FAC 41-90 and requirements illustrated throughout contract) 7. Training Current CPR and First Aid certification, HIV/AIDS, Defensive Driving, Pre-employment and biennial driver physicals, ADA training (see FAC 41-90 and requirements illustrated throughout contract) 8. Reporting Requirements Quarterly Operating Reports, Annual Review (conducted by CTC) 9. Agency/Operator fare structure $5.70 per one way trip, plus $0.31 per mile in excess of 10 miles per one way trip. Monroe County Transportation will pay a $0.20 administrative fee per one way trip to the CTC. Trips will be reimbursed on a priority of need basis. The priority structure will be as follows: 1st Priority ~ Medica' (Medical reasons include trips to treatment, the doctor, dentist, chiropractor, the hospital and to purchase prescriptions.) 2nd Priority - School/Day Care 3rd Priority - Other (Other includes transport for the purpose of conducting personal business. - i.e. shopping, going to the bank...) O. Billing/Invoicing and Reimbursement procedure for Agency/Operator Monthly invoices ATTACHMENT II The Commission for the Transportation Disadvantaged Standards and Performance Requirements Pursuant to Rule 41-2.006, Florida Administrative Code, the Community Transportation Coordinator and any Transportation Operator/Agency from whom service is purchased or arranged by the Community Transportation Coordinator shall adhere to Commission approved standards. These standards shall include: (a) Drug and alcohol testing for safety sensitive job positions within the coordinated system regarding pre-employment, randomization, post-accident, and reasonable suspicion as required by the Federal Highway Administration and the Federal Transit Administration; (b) An escort of a passenger and dependent children are to be transported as locally negotiated and identified in the local Transportation Disadvantaged Service Plan; (c) Child restraint devices shall be determined locally as to their use, responsibility, and cost of such device in the local Transportation Disadvantaged Service Plan; (d) Passenger property that can be carried by the passenger and/or driver in one trip and can be safely be stowed on the vehicle, shall be allowed to be transported with the passenger at no additional charge. Additional requirements may be negotiated for carrying and loading rider property beyond this amount. Passenger property does not include wheelchairs, child seats, stretchers, secured oxygen, personal assistive devices, or intravenous devices; (e) Vehicle transfer points shall provide shelter, security and safety of passengers; (f) A local toll free phone number for complaints or grievances shall be posted inside the vehicle. The local complaint process shall be outlined as a section in the local Transportation Disadvantaged Service Plan including, advising the dissatisfied person about the Commission's Ombudsman Program as a step within the process as approved by the Local Coordinating Board; (9) Out of service area trips shall be provided when determined locally and approved by the local Coordinating Board, except in instances where local ordinances prohibit such trips; (h) Interior of all vehicles shall be free from dirt, grime, oil, trash, torn upholstery, damaged or broken seats, protruding metal or other objects or materials which could soil items placed in the vehicle or provide discomfort for the passenger; (i) Billing requirements of the Community Transportation Coordinator to subcontractors shall be determined locally by the local Coordinating Board and provided in the local Transportation Disadvantaged Service Plan. All bills shall be paid within 15 calendar days to subcontractors, after receipt of said payment by the Community Transportation Coordinator, except in instances where the Community Transportation Coordinator is a non-governmental entity; U} Passenger/trip database must be maintained or accessible by the Community Transportation Coordinator on each rider being transported within the system; (k) Adequate seating for paratransit services shall be provided to each rider and escort, child, or personal care attendant, and no more passengers than the registered passenger seating capacity shall be scheduled or transported in a vehicle at any time. For transit services provided by transit vehicles, adequate seating or standing space will be provided to each rider and escort, child, or personal care attendant, and no more passengers than the registered passenger seating or standing capacity shall be scheduled or transported in a vehicle at any time; (I) Drivers for paratransit services, including coordination contractors, shall be required to announce and identify themselves by name and company in a manner that is conducive to communications with the specific passenger, upon pickup of each rider, group of riders, or representative, guardian, or associate of the rider, except in situations where the driver regularly transports the rider on a recurring basis. Each driver must have photo identification that is in view of the passenger. Name patches, inscriptions or badges that affix to driver clothing are acceptable. For transit services, the driver photo identification shall be in a conspicuous location in the vehicle; (m) The paratransit driver shall provide the passenger with boarding assistance, if necessary or requested, to the seating portion of the vehicle. The boarding assistance shall include opening the vehicle door, fastening the seat belt or utilization of wheel chair securement devices, storage of mobility assistive devices, and closing the vehicle door. In certain paratransit service categories, the driver may also be required to open and close doors to buildings, except in situations in which assistance in opening/closing building doors would not be safe for passengers remaining on the vehicle. Assisted access must be in a dignified manner. Drivers may not assist wheelchair up or down more than one step, unless it can be performed safely as determined by the passenger, guardian, and driver; (n) All vehicles ordered or put into service after adoption of this section of the Rule, and providing service within the coordinated system, shall be equipped with two-way communications in good working order and be audible to the driver at all times to the base. All vehicles that are not equipped with two+way communications shall have two years to be in compliance after the adoption date of this section of the Rule; (0) All vehicles ordered or put into service after the adoption of this section of the Rule, and providing service within the coordinated system, shall have working air conditioners and heaters in each vehicle. Vehicles that do not have a working air conditioner or heater will be scheduled for repair or replacement as soon as possible. All vehicles that are not equipped with an air conditioner shall have two years to be in compliance after the adoption date of this section of the Rule; (p) First Aid shall be determined locally and provided in the local Transportation Disadvantaged Service Plan; and (q) Cardiopulmonary Resuscitation shall be determined locally and provided in the local Transportation Disadvantaged Service Plan, I CD i8 1> $;; -i iil ::J gt < <1l ::r 5: <1l 5' <: <1l ::J 6" ~ - - .... ~ ~ ~ i! i:I:".:_:;.:.:i ~ i ~ ~ i ':'~~~bo.:~~~iot ~ N ~ ~ ~ ~ . . ~ ; ~ ~: ~ ~ ~ ~ ~ ~ :. .. ~ ~ ~ ~ ~ ~ ~""'OOdl= ~ III Ii ~iiii~ gogoo;d -to...q~gi ;~i~~~ 1~1~s;~ !~iiii 2l'2l'2l'2l'2l'CS i2i2i22l'CS!;; Cii'j;:;;;;:;j; G'j>>jj;j;2'l ~ ~ ~ ~ ~ ~FJI~ m ~ m ~ ffi <~OOOl2!::i;;;OOoo~ ~ii1ii1SjS=l':/""ssss~ c:OOmmm c:mmmmm z :r: :r: ... ., ~ .:'.. z ... ~ ~ ., m ~ ~ ~ ~ ~ (II ,...... ~ ~ (II (II ~ :II)!~-t~~::II)()(-t-l (1)-0 ~ I~ e;. ~ ...... - .... ...., ..... ~ ~ ~ ~ II>> i~~a~j ~ ~ ~ ~ ~ ~H;~ ~ ~ ! ~ ~ i!OJ~ """ - ....., - lfi~i .. - ~ ... '" ~ - ~t:,,~tt'" ~ Cool ..., ~ ~ = ~:f~~jo,. .........,lS~ ~~~~s~ ~~~ii~ ~~~iii 8goooo ;::l;::lgggg Ij~~~~ Is;~~i(: Iii i ~ III N N 8 8 ... .. "I'l 1 o {l ll: ~ ~E~~S~ ~~>3~tS - ... "I'l "\1 2 l: e t:l ... .... I ! :0 ~ :r: :r: o )- i ! <II .... ., <II ~~ ~ ~ ~ ;Jl :t ~ ~o I: ~ <11 N <II ... ~ ~ lS lS "II "II ... 0 )( -t % % )> OJ ... <II - - ... - ;;l : ~'I:!'I!1:1: <I1.i>-..", ...~~~..... !::l..,.,8lg: -:: 1Il ! ~ ::l~::l"'g~::l ~r;g~r;g~r;g ~ i ~ <II g g~i~~~ ~ i g . i ~ ~ S s s sl~l~ s s s s ~ ~~~sSS ~S15SS~ 000000 00000G) (I> (I> ~ (I> (I> ~f::"::1 (I> (II :II XI ~ Z i i i ~ 7" ~ 5Q t ~ .. - - ....! ! ~ ~ ~ ~ S ! ii~~~;;; ~ ~ ~ ~ S ~ - - ~ .::.. .:.. .!.. lU:!;:jttl~ ...., ....., ~ -...t --..t..... ~ '"'4 ...., ....., .....- '"" ~~~~~ri~~~~~X 000000,::000000 ~55555:G5555G .... ...., ..... ..,., ...., ~ -".......... -... ...., ..... ~f:~;;~g: ~~~~~f: ~ S 5l ~ ~ i...... i ~ ~ ~ ~ ~ ~~I~~~ ~~~~~i ~ $ ~ ~ ,i _S /~ ~ ~ ~ = ~ i ~ ~ ~i~ ! ~ .... ~ ~ ; ; ~ ~ < ~ :: ~ ~ a i _:_'::.-: 0;: = ! ~ S E k~~1s};! =~w~g:~ -...ttn..k""-l.....w ~QlI~UI...1;,olI -= ~ i '" iii~~i iiiii~ E" <II ~ - ~~~6:"Ctip' ~~~~~g (") c a ;::I - ~ ::r (Ii' 3!:<f o CIl ;::I ;::I :;! a Q. ril (II -I o;;:! o ;::I C III ~"8 I--Irl- NN~N::: ~...;::;. !io8.. XlCIlO' . '" .... '" .!;::I;::I )>!. ~ - ~ ..;;:. II ~ 6' - -< 00G)00 ..:::! XI(I>ZXI(II .! - o:~ !...... 0 ~ ~ 0 ::8: i ;:j~;q~El ~ ~~~~~ ~ 5b"555 (I> ~3~~~ i ... - "\1 .... o ... ~~ ~ ~ ~ ... ;!~ lD - Ii .... .... - .... ..... l!....!~o~ i'~~~t ~ iN- "'" Po,) ...... ~~i~~ ... .... .. ..:., -"- ~e~~t ~ot5~i: .. .. 2l' ~ ~ m ;'l; ;'l; J~ ~ ~ UI ~ ~ ~ ~ ~ ~ g ~ m r: ~ ~ .. ." "l1 .... ~ ; ! x n ~ g ;: ~ - ... I:l !' II ~~ ... N !a!~ ........'" .... - .. ... .. .... .... Ci ..... ..... '= '" .... .. ~ ... ., ;;t ;;t l!! ::l: a ~ l1: ii !l; .... ..... ~ IQ t.D i g i ii i GIll ..... 0 1i ..... ." 08000 g;jggg ~i~~~ s;i~s;~ ... g g ~ g ~ I\) "'" 5: 0 = "11.,,0 00% ~~~ XI :0 , ~~~ rnm- 00... % % 0 fj I:l ;xl 'Tl'TI ~~ .. .. ~~ ~ S S ~ ~ l!1i S S i i z ..... ..... t. is~ III11 - - $;:~a1::~ :Ow","'''' g;~;g~!i t!:it:~i :~o ~ '" .... ~ .. ~i~~~i ii~i~ ~~!!!ili!i!! Ul't:ftCQCt UI (AQI; 'g..g2gg~ 2~gg = ~ Q 0 0 0 Q p~ :n-l !l' g 2l' ~ j;: m m El el ,... ,... =l :::; m m ... N ~I'h )( -t ." ~ ." '* ~ .. ~ :r: I'l r- m ~ ~ .. t; th !!l '" ." C ~ :r: n :;! "tI C ~ Z 1P S :s XI ...... Z m ~ ." .!. z ~ " ;c: n c ;l:l XI rn C ." '=' :; m m ~ ! 7ii S" I EXHIBIT F (1) 2006 FEDERAL FISCAL YEAR 2005 CERTIFICATIONS AND ASSURANCES FOR FEDERAL TRANSIT ADMINISTRATION ASSISTANCE PROGRAMS (Signature page alternative to providing Certifications and AS,'j;1Jrances in n<:AM-Web) Name of Applicant: Monroe County Board of County Commissioners The Applicant agrees to comply with applicable requirements of Categories 01 - 16. _X_ (The Applicant may make this selection in lieu of individual selections below.) OR The Applicant agrees to comply with the applicable requirements of the following Categories it has selected: Category Description 01. Required of Each Applicant 02. Lobbying 03. Private Mass Transportation Companies 04. Public Hearing 05. Acquisition of Rolling Stock 06. Bus Testing 07. Charter Service Agreement 08. School Transportation Agreement 09. Demand Responsive Service 10. Alcohol Misuse and Prohibited Drug Use 11. Interest and Other Financing Costs 12. Intelligent Transportation Systems 13. Urbanized Area, JARC, and Clean Fuels Programs 14. Elderly and Persons with Disabilities Program 15. Nonurbanized Area Formula Program 16. State Infrastructure Bank Program EXHIBIT F (2) 2006 FEDERAL FISCAl, YEAR 2006FTA CERTIFICATIONS AND ASSURANCES SIGNATURE PAGE {Required of ail /fpplicants for F1A assistance and all FFA Grantees with an naive capital or formula project} AFFIRMA nON OF APPLICANT Name of Applicant: Monroe County Board of County Commissioners Name and Relationship of Authorized Representative: Charles S. IVl:cCoy, Mayor BY SIGNING BELOW, on behalf of the Applicant, I declare that the Applicant has duly authorized me to make these certifications and assurances and bind the Applicant's compliance. Thus, the Applicant agrees to comply with all Federal statutes, regulations, executive orders, and Federal requirements applicable to each application it makes to the Fedeml Tmnsit Administration (FT A) in Federal Fiscal Year 2005. Ff A intends that the certifications and aSSWdnccs the Applicant selects on the other side of this document as representative of the certifications and assurances in Appendix A, should apply, as required, to each project for which the Applicmt seeks now, or may later, seek ITA assistance during Federal Fiscal Year 2005. The Applicant affirms the truthfulness and accwacy of the certifications and assurances it has made in the statements submitted herein with this document and any other submission made to Ff A, and acknowledges that the provisions of tIle Prograrn Fraud Civil Remedies Act of 1986,31 U.S.C 3801 et seq., as implemented by U.S. DOT regulations, "Program Fraud Civil Remedies," 49 eFR part 31 apply to any certification, assumnce or submission made to ITA. The criminal fraud provisions of 18 U.S.c. lOO 1 apply to any certification, assurance, or submission made in connection with a Federal Transit program authorhed in Chapter 53 or any other statute In signing this document, I declare under penalties of perjury that the foregoing Certifications and assurances, and any other statements made by me on behalf of the Applicant are true and correct. Signature Date: 12/21105 Name Charles S. McCoy, Mayor Authorized Representative of Applicant AFFIRMA nON OF APPLICANT'S A TIORNEY For (Name of Applicant): Monroe County Board of County Commissioners As the undersigned Attorney for the above named Applicant, I hereby affiml to the Applicant that it has authority under state and local law to make and comply with the certifications and assnrfu.'1ces as indicated on the foregoing pages. I further affirm that, in my opinioIl the certifications and assurances have been legally made and constitute legal and binding obligations on the Applicant I further affinn to the Applicant that to the best of my knowledge, there is no legislation or litigation pending or imminent that might adversely affect the validity of these certifi~dtions and assurances, or of the performance of the project. Date: 12/2112005 Name Attorney fOf Applicant Each Applicant lor FTA final:!Cial assi~tanre (except 49 ES.C. 5312(b)asslstanoe) and each FL\ Grantee with an active capita! or fOrmula project must provide an Affirmation of /\.pplican:!'s Attorney pe;taining to the Applicant's legal cap,wity. The Applicant may enter its signature in li<.'U ohhe Attorney's signature, provided the Applicant has on fik this AHirmation, sigped by the attorney and dated this Federal fiscal year, EXHIBIT H (2006) APPLICANT CERTIFICATION AND ASSURANCE TO FOOT Monroe County Transit (BOCe) The Monroe County Board of County Commissioners certifies and assures to the Florida Department of Transportation in regard to its Application for Assistance under U.S.C. Section 5310 dated December 21,2005: 1) It shall adhere to all Certifications and Assurances made to the federal government in its Application. 2) It shall comply with Section 341.051 Florida Statutes and Chapter 14-73 Florida Administrative Code. 3) It has the fiscal and managerial capabiHty and lega! authority to file the application. 4) Local matching funds will be available to purchase vehicles/equipment at the time an order is placed. 5} It will carry adequate insurance to maintain, repair, or replace project vehicles/equipment in the event of loss or damage due to an accident or casualty. 6) It will maintain project vehicles/equipment in good working order for the useful !ife of the vehicles/equipment 7) It will return project vehicles/equipment to the Department if, for any reason, they are no longer needed or used for the purpose intended. 8) It recognizes the Department's authority to remove vehicles/equipment from its premises, at no cost to the Department, if the Department determines the vehicles/equipment are not used for the purpose intended, improperly maintained, uninsured, or operated unsafely. 9) It will not enter into any lease of project vehicles/equipment or contract for transportation services with any third party without prior written approval of the Department. 10)lt will notify the Department within 24 hours of any accident or casualty involving project vehicles/equipment, and submit related reports as required by the Department. 11)it will submit an annual financial audit report to the Department, if required by the Department. Date: December 21,2005 Signature: Charles S. McCoy, Mayor -. . . .. . . I CERTIFIED PUlIUC ~CCQUNTANTS & CONSULTANTS Independent Auditors' Report on Internal Control Over Financial Reporting and on Compliance and Other Matters Based on an Audit of Financial Statements Performed in Accordance with Government Auditing Standards To the Honorable Mayor and Board of County Commissioners of Monroe County, Florida: We have audited the financial statements of the governmental activities, the business~type activities, each major fund and the aggregate remaining fund information of Monroe County, Florida (the "County") as of and for the year ended September 30, 2004, and have issued our report thereon dated March 18,2005. We did not audit the financial statements of the Monroe County Housing Finance Authority, the County's discretely presented component unit Those financial statements were audited by other auditors whose report thereon has been furnished to us, and our opinion, insofar as it relates to the amounts included for the Monroe County Housing Finance Authority, is based solely on the report of other auditors. We conducted our audit in accordance with auditing standards generally accepted in the United States of ,A.merica and the standards applicable to financial audits contained in Government Auditing Standards, issued by the Comptroller General of the United States. Internal Control over Financial Reporting In planning and performing our audit, we considered the County's internal control over financiar reporting in order to determine our auditing procedures for the purpose of expressing our opinions on the financial statements and not to provide an opinion on the internal control over financial reporting. Our consideration of the internal control over financial reporting would not necessarily disclose all matters in the internal control over financial reporting that might be material weaknesses. A material weakness is a reportable condItion in which the design or operation of one or more of the internal control components does not reduce to a relatively low level the risk that misstatements caused by error or fraud in amounts that would be material in relation to the financial statements being audited may occur and not be detected within a timely period by employees in the normal course of performing their assigned functions. We noted no matters involving the internal control over financial reporting and its operation that we consider to be material weaknesses. We noted other matters involving internal control over financial reporting that we have reported to management of the County in a separate management letter dated March 18, 2005. JM1 -'.' . ~ . . . CERTIFlEO PUBLrC ACCOUNTANTS & CONSULTANTS Independent Auditors' Report on Compliance and Internal Control over Compliance Applicable to each Major Federal Awards Program and State Financial Assistance Projects To the Honorable Mayor and Board of County Commissioners of Monroe County, Florida: Compliance We have audited the compliance of Monroe County, Florida (the "County") with the types of compliance requirements described in the U.S. Office of Management and Budget (OMB) Circular A-133 Compliance Supplement, and the requirements described in the Executive Office of the Governor's State Projects Compliance Supplement, that are applicable to each of its major federal awards programs and state financial assistance projects for the year ended September 30,2004. The County's major federal awards programs and state financial assistance projects are identified in the summary of auditors' results section of the accompanying Schedule of Findings and Questioned Costs. Compliance with the requirements of laws, regulations, contracts, and grants applicable to each of its major federal awards programs and state financial assistance projects is the responsibility of the County's management. Our responsibility is to express an opinion on the County's compliance based on our audit. We conducted our audit in accordance with auditing standards generally accepted in the United States of America; the standards applicable to financial audits contained in Government Auditing Standards, issued by the Comptroller General of the United States; OMS Circular A-133, Audits of States, Local Governments, and Non-Profit Organizations; and Chapter 10.550, Rules of the Auditor General. Those standards, OMS Circular A-133, and Chapter 10.550, Rules of the Auditor General, rsquire that we plan and perform the audit to obtain reasonable assurance about whether non- compliance with the types of compliance requirements referred to above that could have a direct and material effect on a major federal awards program or state financial assistance project occurred. An audit includes examining, on a test basis, evidence about the County's compliance with those requirements and performing such other procedures as we considered necessary in the drcumstances. We believe that our audit provides a reasonable basis for our opinion~ Our audit does not provide a legal determination of the County's compliance with those requirements. J-3 THIS PAGE INTENTIONALLY LEFT BLANK Contract Grant Number US451 NA 17022123 G0007 AA329 AA429 AA329 AA329 AA429 AA429 AA329 AA429 CC344 03EA-3R-11-54-01-018 04EA4P~11-54-01-019 03DB-1A-11-54-01-H32 J-6 Expenditures 27,665 98,232 80,058 178,290 4,052 80,274 84,326 13,632 2,500 108,247 118,044 242,423 15,076 29,397 44,473 113,332 20,320 41 ,895 62,215 546,769 34,689 (Continued) Contract Grant Number 2001-LB-BX-1575 2002-LB-BX-0240 V3036 04-CJ-2H-11-54-01-250 04-CJ-J3-11-54-0 1-0 17 04~CJ-J3-11-54-0 1-016 04-CJ-J3-11-54-0 1-0 18 04-CJ-J3~ 11-54-0 1-0 19 04-CJ-J3-11-54-01-020 03~CJ-2J-11-54-0 1-006 04-CJ-7 J-11-54-01-006 13PMIP586 J3PPRP578 13PMIP598 13PMIP999 14PMIP586 14PM1P999 14PMIP598 14PPRP578 14PMIP5980 14PMIP800Z 19PPRP578 J.8 Expenditures 39,078 88,050 127,128 2,225 235,997 238,222 19,050 50,689 34,032 16,421 56,077 29,788 206,057 77,879 51,415 129,294 700,701 4,095,911 3,031,365 1,630,340 158,862 5,013,743 350 448,146 3,158,523 5,576 1,000 184,965 (Continued) Contract Grant Number 19PMIP598 IOPMIPS109 IOPPRP578 IOPMIP5980 11PMIPS108 11PMIP5109 11 PPRP578 11 PMIPS980 I1PMIPS86 12MIP5108 12PMIPS109 12PPRP578 12PMIPS98 12PMlPS981 12PMIPS82 12PMIPS85 12PMIP586 12PMIPS90 12MOP5980 12PMIPS116 12PMIPS117 3~ 12~0037-1501 3-12-0037-1702 3-12-0037 -1802 3-12-0037 -020-2003 3-12-0037 -021-2003 3-12-0037 -022-2003 3-12-0037-023-2004 3-12-0037 -024-2004 3~12~0037 -025-2004 J-10 Expenditures 13 36,489 -1,333 103,935 6,209 152,054 66,253 766,040 18,602 120 285,986 382,243 287,440 3,790,447 160,580 25,799 98,147 5,010 323,917 5,530 1,551 24,243,813 108,136 3,821 429,360 519,082 1,701,698 401,617 6,888 165,238 12,569 (Continued) Contract Grant Number 3-12 -0037 -026-2004 3-12 -0044-1601 3-12~0044-0 18-2003 3-12-0044-019-2004 3~ 12-0044-020-2004 2004-G-006 01 UN-6P-11~54-15-007 03-BG-04-11-54-01-044 04-8G-04-11-54-0 1-044 03-FT-1B-11~54-01-469 03-CT-95-11-54-01-372 05-PA-C%-11-54-01-942 05-P A-C%-11-54-00~952 05-PA-G%-11-54-01 ~962 05-P A-G--11 ~54-0 1-588 05-PA-G=-11-54~23-544 PA-50276-04 J-12 Expenditures 760 16,794 65,493 22,046 32,216 3,485,718 110,000 3,595,718 9,633 8,834 25,454 34,288 25,000 6,271 75,192 87,563 27,941 47,272 181,405 20,152 364,333 3,236 3,321,203 $ 33,091,609 (Continued) Contract Grant Number 04-BG-04-11-54-0 1-044 04-CP-11-11-54-01-045 KG-047 KG-051 Expenditures 102,959 3,238 106,197 48,375 12,525 60,900 KH-372 35,167 KH-472 13,002 48,169 KZ397 61,916 KZ497 18,472 80,388 KC371 306,819 KC471 63,753 370,572 499,129 SC424 R2013 C2044 C3044 J-14 117,647 37,722 8,895 21,002 29,897 67,619 40,028 Transfer To Subrecipients* (Continued) Contract Grant Number P6K01 ee006 04-ST-37 S3075 FM#25207711401/AM102 FM#25207711401/AL652 AL005/FM#41 0504~ 1-54-01 AL 146/FM#41 0504-1-54-02 25222811403/A1893 4108471 4108481 25436918401/AF776 25437518401/AG177 41265919401/AL021 41265819401/AL023 41286519401/AL288 41458418401/AN103 41459819401/ANB43 41646819401/ AN 112 41253519401/ANJ94 41468319401/ANL56 41646419401/ANL57 41646919401/ANK50 J-16 Expenditures 167,409 21,561 188,970 6,350 143,028 13,125 156,153 73,355 25,001 263,172 21 ,396 284,568 69,818 945,639 488,444 1 ,434,083 10,237 24,787 23,853 258 386,528 793,586 57,511 9,564 44 1,185 3,604 89 Transfer To Subrecipients* (Continued) Contract Grant Number 25426919402/AK043 25437718401/AF765 41078019401/AJ816 41077919401/AJ815 41280719401/AL024 41469319401/ANJ95 41468419401/ANJ96 FWCC 01244 SHIP 01-02 PLAN 4 YR 1 SHIP 02-03 PLAN 4 YR 2 SHIP 03~04 PLAN 4 YR 3 J-18 Expenditures 121,524 2,552 1,818 23,211 7,585 622 8,124 1,476,682 3,363,507 13,750 319,794 333,544 171,000 255,548 106,390 532,938 12,946 $ 5,485,928 $ Transfer To Subrecipients* MONROE COUNTY, FLORIDA Schedule of Findings and Questioned Costs - Federal Awards Programs and State Financial Assistance Projects For the year ended September 30, 2004 PART 1- SUMMARY OF AUDITORS' RESULTS 1. The Independent Auditors' Report on the financial statements expresses unqualified opinions. 2. No reportable conditions relating to the audit of the financial statements are reported in the Independent Auditors' Report on Internal Control over Financial Reporting and on Compliance and Other Matters Based on an Audit of Financial Statements in Accordance with Government Auditing Standards. 3. No instances of noncompliance material to the financial statements of Monroe County, Florida were disclosed during the audit. 4. No reportable conditions relating to the audit of major federal or state financial assistance projects are reported in the Independent Auditors' Report on Compliance and Internal Control over Compliance Applicable to Each Major Federal Awards Program and State Financial Assistance Projects. 5. The Independent Auditors' Report on Compliance for Each Major Federal Awards Program and State Financial Assistance Projects expresses an unqualified opinion. 6. No audit findings relative to major federal awards programs for Monroe County, Florida are reported in this Schedule. 7. No audit findings relative to major state financial assistance projects for Monroe County, Florida are reported in this Schedule. 8. The threshold for distinguishing Type A and Type B programs/projects was $992,748 for major federal awards programs and $300,000 for major state financial assistance projects. 9. The County qualified as a low-risk auditee for federal Single Audit purposes, as that term is defined in OMB Circular A-133. 10. The programs/projects tested as major programs/projects included the following: Federal Programs Federal CFDA No. High Intensity Drug Trafficking Areas 07.000 Federal Aviation Administration 20.106 J-20 Monroe County, Florida Summary Schedule of Prior Audit Findings and Corrective Action Plan Federal Awards Programs and State Projects For the Year Ended September 30, 2004 Prior Year Audit Findings: There were no audit findings in the prior year independent auditors' reports that required corrective action. Corrective Action Plan: There were no audit findings in the current year independent auditors' reports that required corrective action. J-22 The Rules of the Auditor General (Section 10.554(1 )(h)4) require disclosure in the management letter of the following matters if not already addressed in the auditors' reports on compliance and internal controls or schedule of findings and questioned costs: (1) violations of laws, rules, regulations, and contractual provisions that have occurred, or are likely to have occurred; (2) improper or illegal expenditures; (3) improper or inadequate accounting procedures (e.g., the omission of required disclosures from the financial statements); (4) failures to properly record financial transactions; and (5) other inaccuracies, shortages, defalcations, and instances of fraud discovered by, or that come to the attention of, the auditor. There were no such matters noted. The Rules of the Auditor General (Section 10.554(1)(h)5) also require that the name or official title and legal authority for the primary government and each component unit of the reporting entity be disclosed in the management letter, unless disclosed in the notes to the financial statements. Such disclosure is included in notes to the financial statements. As required by the Rules of the Auditor General (Section 10.554(1)(h)6.a.), the scope of our audit included a review of the provisions of Section 218.503(1), Florida Statutes, regarding financial emergencies. In connection with our audit of the financial statements of the County, the results of our tests did not indicate that the County met any of the specified conditions of a financial emergency contained in Section 218.503(1). However, our audit does not provide a legal determination on the County]s compliance with this requirement. The Rules of the Auditor General (Section 10.554(1 )(h)6.b.) state that a management letter shall include a statement as to whether or not the financial report filed with the Florida Department of Financial Services, pursuant to Section 218.32, Florida Statutes, is in agreement with the annual financial audit report for the current audit period and, if not, explanations of any significant differences. It should be noted that the County's basic financial statements contain a discretely presented component unit] defined as part of the reporting entity under accounting principles generally accepted in the United States of America, for which the County has not been deemed the local governing authority for purpose of the annual report. In connection with our audit of the County, the results of our tests indicate that the annual financial report for the year ended September 30, 2004, filed with the Department of Financial Services, is in agreement with the annual financial audit report for the current audit period. As required by the Rules of the Auditor General (Sections 10.554(1)(h)6.c. and 10.556), the scope of our audit included financial condition assessment procedures as of September 30, 2004. It is management's responsibility to monitor the County's financial condition, and our financial condition assessment was based in part on representations made by management and the review of financial information provided by same. The financial condition assessment procedures described above disclosed no deteriorating financial conditions, This report is intended solely for the information and use of management, the County Mayor and Board of County Commissioners of Monroe County, Florida. and applicable state and federal agencies, and is not intended to be and should not be used by anyone other than these specified parties. ~, ~~~,i-.L.P West Palm Beach, Florida March 18] 2005 J-24 Community Services Division Social Services Department Transportation Program 1100 Simonton Street, Suite 1-188 Key West, Florida 33040 Phone 305 292-4425 Facsimile 305 292-4411 r~..' ,.-'--~ December 21, 2005 Ms. Carolyn A. Dekle South Florida Regional Planning Council 3440 Hollywood Boulevard, Suite 140 Hollywood, Florida 33021 Dear Ms. Dekle, BOARD OF COUNTY COMMISSIONERS Mayor Charles "Sonny" McCoy, District 3 Mayor Pro Tern Murray E. Nelson, District 5 Dixie M. Spehar, District 1 George Neugent, District 2 David P. Rice, District 4 Please find enclosed the FTA Section 5310 Year 31~2006 Capital Assistance Grant Application from Monroe County Board of County Commissioners (Monroe County Transit) for your review. /1 C=- /1 , ~-,;- \, ./..1 \ SincerYIY." . / a // ~\ J ~/ '~~~->~:f.i1~' . Jelry L. E ew Transportation Administrator CC: L. Carl Filer, Public Transportation Manager, FDOT Miami Ike Mahmood, Programs Engineer, FDOT Miami