Loading...
HomeMy WebLinkAbout2015-022AITEM NO TEM NO: Appropriation Bill Number(s)/Line Number (s) Contract No.: R S - y -IQ SB 2000: ICIt2i DUNS No.: 80-939-7102 CSFA No.: N/A FM Nos.: 228613-4-54-01 F.A.P No: N/A FEID No.: VF -596-000-674 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION JOINT PARTICIPATION AGREEMENT THIS Joint Participation Agreement (hereinafter referred to as "Agreement"), entered into this 2 c>d day of KcifCh , , 20 15 , by and between the State of Florida Department of Transportation hereinafter called the DEPARTMENT, and Indian River County located at 1801 27th Street, Vero Beach, Florida, 32960, hereinafter referred to as the PARTICIPANT. WITNESSETH WHEREAS, the DEPARTMENT and the PARTICIPANT are desirous of having the PARTICIPANT make certain enhancements in connection with Financial Management (FM) Number 228613-4-54-01 (Funded in Fiscal Year 2014/2015) for the upgrades to the Traffic Signal System Equipment located on the State Highway in Indian River County, Florida. Refer to Exhibit A attached hereto and made of part hereof; and WHEREAS, the DEPARTMENT is prepared to contribute funds toward furnishing and installing upgrades to the hardware and software on existing traffic signal systems; and WHEREAS, for purposes of this Agreement, enhancements to be made as stated above are hereinafter referred to as the Project; and WHEREAS, said Project is on the State Highway System, is not revenue producing and is contained in the DEPARTMENT'S Adopted Work Program; and WHEREAS, the improvements are in the interest of both the PARTICIPANT and the DEPARTMENT and it would be more practical, expeditious, and economical for the PARTICIPANT to perform such activities; and WHEREAS, the PARTICIPANT by Resolution No. 2015 — 017 adopted on February 10 . 20 15 , a copy of which is attached hereto and made a part hereof, authorizes the proper officials to enter into this Agreement. NOW, THEREFORE, in consideration of the mutual benefits to be derived from joint participation on the Project, the parties agree to the following: 1. The recitals set forth above are true and correct and are deemed incorporated herein. Page 1 2. The PARTICIPANT shall commence and 'complete the Project as described in Exhibit A with all practical dispatch in a sound, economical, and efficient manner and in accordance with the provisions herein. The PARTICIPANT is obligated to fulfull all of its obligations as set forth in this Agreement and to commence construction of the Project within six (6) months of the execution of this Agreement by all parties. The PARTICIPANT shall be responsible for assuring that the Project complies with all applicable Federal, State and Local laws, rules, regulations, guidelines and standards. 3. The DEPARTMENT shall make available to the PARTICIPANT upon request any design plans, standards, or specifications relevant to the PARTICIPANT enhancement activities. The PARTICIPANT shall be responsible for verifying the accuracy of design plans as supplied by the Department and shall revise them as necessary to reflect current conditions. 4. The PARTICIPANT shall have the sole responsibility for resolving claims and requests for additional work for the Project. The PARTICIPANT will make best efforts to obtain the DEPARTMENT's input in its decisions. 5. Except as otherwise set forth herein, this Agreement shall continue in effect and be binding to both the PARTICIPANT and the DEPARTMENT until the Project is completed as evidenced by the written acceptance of the DEPARTMENT or June 30, 2017, whichever occurs first. 6. The DEPARTMENT agrees to pay the PARTICIPANT for services described in Exhibit A of this Agreement. The total DEPARTMENT share towards this Project is an estimated amount not to exceed SIX HUNDRED NINETY FIVE THOUSAND SEVEN HUNDRED FIVE DOLLARS AND NO CENTS ($695,705.00), for actual costs incurred. In the event the actual cost of the Project exceeds the DEPARTMENT'S share of SIX HUNDRED NINETY FIVE THOUSAND SEVEN HUNDRED FIVE DOLLARS AND NO CENTS ($695,705.00), any additional cost shall be the sole responsibility of the PARTICIPANT. 7. The PARTICIPANT shall provide quantifiable, measurable, and verifiable units of deliverables. Each deliverable must specify the required minimum level of services to be performed and the criteria for evaluating successful completion. The deliverables for this Project are shown in Exhibit B. The PARTICIPANT must obtain the prior written approval from the DEPARTMENT, if deviating from the deliverables in Exhibit B, prior to the PARTICIPANT implementing the changes. 8. Contractors must be prequalified by the DEPARTMENT, unless requested in writing and approved by the DEPARTMENT, as required by Section 2 of the Standard Specifications Page 2 for Road and Bridge Construction (2014), as amended. In the event the PARTICIPANT proceeds with the Construction of the Project with its own forces, the PARTICIPANT will only be reimbursed for direct costs (this excludes general and administrative overhead). However, before the PARTICIPANT can proceed with its own forces, all personnel shall be pre -approved by the DEPARTMENT. The Construction Engineering and Inspection (CEI) services will be provided by hiring a DEPARTMENT prequalified consultant firm. This includes one individual that has completed the Advanced Maintenance of Traffic Advanced Level Training. The CEI staff shall be present on the Project at all times that the contractor is working. Administration of the CEI staff shall be under the responsible charge of a State of Florida licensed Professional Engineer. The DEPARTMENT shall approve all CEI personnel in writing. The PARTICIPANT is hereby precluded from hiring the same consulting firm providing design services. In the event the PARTICIPANT proceeds with CEI Services of the Project with its own forces, the PARTICIPANT will only be reimbursed for direct costs (this excludes general and administrative overhead). However, before the PARTICIPANT can proceed with its own forces, all personnel shall be pre -approved by the DEPARTMFNT. 9. Upon submission by the PARTICIPANT of a quarterly invoice, the DEPARTMENT's Project Manager will notify the DEPARTMENT's Traffic Operations Engineer to inspect and verify that services by the PARTICIPANT meets or does not meet the DEPARTMENT's standards/minimum level of service. 10. Invoices shall be submitted by the PARTICIPANT in detail sufficient for proper preaudit and postaudit thereof, based on the quantifiable, measurable, and verifiable units of deliverables as established in Exhibit B. Deliverables must be received and accepted in writing by the DEPARTMENT's Project Manager or designee prior to any reimbursement. Supporting documentation must establish that the deliverables were received and accepted in writing by the PARTICIPANT and that the required minimum level of service to be performed based on the criteria for evaluating successful completion as specified in Paragraph 7, has been met. Supporting documentation shall include copies of any invoices for software purchases, hardware, etc., contracts, or vouchers evidencing in proper detail the nature and propriety of the Project charges. 11. The PARTICIPANT must submit the final invoice to the DEPARTMENT within 120 days after the final acceptance of the Project. Invoices submitted after the 120 days time period may not be paid as determined at the sole discretion of the DEPARTMENT. The final balance due under this Agreement will be reimbursed upon the completion of all Project services, receipt of final cost documentation, and proper submission of a detailed invoice after the Project has been inspected, approved, and accepted to the satisfaction of the DEPARTMENT in writing. Page 3 12. The PARTICIPANT acknowledges and agrees that the DEPARTIVIENT's obligation to pay the sum set forth herein is contingent upon an annual appropriation by the Florida Legislature. 13. In the event the Project costs or Project modifications increase or exceed the amount authorized in paragraph 6, the DEPARTMENT and the PARTICIPANT shall meet and attempt to mutually agree to the amount and distribution of the additional funding needed to complete the Project. Any funding increase or modifications to the Project shall be added by means of an amendment to the Agreement to be signed by both parties before work is undertaken. However, in the event the PARTICIPANT and the DEPARTMENT fail to negotiate an amendment for any reason whatsoever, then the increase in the Project costs will be the sole responsibility of the PARTICIPANT. 14. Project costs eligible for DEPARTMENT participation will be allowed only from the date of this Agreement. It is understood that DEPARTMENT participation in eligible Project costs is subject to: a) Legislative approval of the DEPARTMENT's appropriation request in the Work Program year that the Project is scheduled to be committed. b) Approval of all plans, specifications, contracts, and all other terms of this Agreement. 15. Payment shall be made only after receipt and approval of goods and services unless advance payments are authorized by the Department of Financial Services under Section 215.422(14), Florida Statutes, or by the Department's Comptroller under Section 334.044(29), Florida Statues. 16. PARTICIPANT providing goods and services to the DEPARTMENT should be aware of the following time frames. Upon receipt of an invoice from the PARTICIPANT, the DEPARTMENT has (10) ten working days to inspect and approve the goods and services where working day is defined as any day of the week excluding Saturday, Sunday and any legal holiday as designated in Section 110.117, Florida Statutes. The DEPARTMENT has 20 calendar days to deliver a request for payment (voucher) to the Department of Financial Services. The 20 calendar days are measured from the latter of the date the invoice is received or the goods or services are received, inspected and approved. 17. If payment is not available within 40 calendar days, a separate interest penalty at a rate as established pursuant to Section 55.03(1), Florida Statutes, will be due and payable, in addition to the invoice amount, to the PARTICIPANT. Interest penalties of less than one (1) dollar will not be enforced, unless the PARTICIPANT requests payment. Invoices that have to be returned to the PARTICIPANT because of PARTICIPANT preparation errors Page 4 will result in a delay in the payment. The invoice payment requirements do not start until a properly completed invoice is provided to the DEPARTMENT. 18. A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this individual include acting as an advocate for contractors/vendors who may be experiencing problems in obtaining timely payment(s) from a state agency. The Vendor Ombudsman may be contacted at (850) 413-5516 or by calling the Division of Consumer Services at 1-877-693-5236. 19. The PARTICIPANT shall establish for the Project, in conformity with uniform requirements that may be established by the DEPARTMENT, program guidelines, or procedures to facilitate the administration of the financing program, separate accounts to be maintained within its existing accounting system or establish independent accounts. Such accounts are referred to herein collectively as the `Project Account'. The Project Account information shall be made available upon request by the DEPARTMENT at any time during the period of this Agreement and for a period of five years after the final payment is made. 20. The PARTICIPANT shall provide to the DEPARTMFNT for each of its fiscal years for which the Project Account remains open, an audit report prepared either by its official auditor or audit agency or an independent Certified Public Accountant, reflecting the use of the funds of the DEPARTMENT, the PARTICIPANT, and those from any other source with respect to the Project. Audits shall be performed in accordance with Generally Accepted Government Auditing Standards contained in the Standards for Audit of Governmental Oranizations. Programs. Activities and Functions, issued by the U.S. General Accounting Office and OMB CircularsA-133 where applicable. 21. In determining the amount of any payment, the DEPARTMENT will exclude all Project costs incurred by the PARTICIPANT prior to the effective date of this Agreement, costs which are not provided for in the latest approved budget for the Project, and costs attributable to goods or services received under a contract or other arrangements which have not been approved in writing by the DEPARTMENT. 22. Prior to performing any of the work set forth in Exhibit A, Scope of Services, the PARTICIPANT must obtain approval in writing by the DEPARTMENT. The PARTICIPANT shall not execute any contract or obligate itself in any manner requiring the disbursement of DEPARTMENT funds to consultants, subconsultants, contractors and/or subcontractors, and/or any other third party with respect to the Project without the prior written approval of the DEPARTMENT. Failure to obtain such approval shall be sufficient cause for nonpayment by the DEPARTMENT. The DEPARTMENT specifically reserves unto itself the right to review the qualifications of any consultants, subconsultants, contractors and/or subcontractors to approve or disapprove the employment of the same. Page 5 A 23. It is understood and agreed by the parties hereto that participation by the DEPARTMENT in a Project with the PARTICIPANT, where said Project involves a consultant contract for engineering, architecture or surveying services, is contingent on the PARTICIPANT complying in full with provisions of Section 287.055, Florida Statutes, Consultant's Competitive Negotiation Act. The PARTICIPANT will involve the DEPARTMENT in the Consultant Selection Process for this Project. The PARTICIPANT must certify that any consultant utilized for the Project has been selected in accordance with the Consultant's Competitive Negotiation Act. 24. The PARTICIPANT agrees that the Project facilities and equipment will be used by the PARTICIPANT to provide and/or support enhancements to the operation of the computerized traffic signal system for the period of the useful life of such facilities and equipment as determined in accordance with general accounting principles and approved by the DEPARTMENT. The PARTICIPANT further agrees to maintain the Project facilities and equipment in good working order for the useful life of said facilities or equipment. This paragraph shall survive the termination of this Agreement and may be enforced by the DEPARTMENT. 25. The PARTICIPANT agrees that no federal appropriated funds have been paid or will be paid by or on behalf of the PARTICIPANT, to any person for influencing or attempting to influence any officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any federal contract, grant, loan or cooperative agreement. 26. In the event it becomes necessary for the DEPARTMENT or PARTICIPANT to institute suit for the enforcement of the provisions of this Agreement, each party shall be responsible to pay their own attorney fees and court costs. Venue with respect to any such litigation shall be in Broward County. 27. This Agreement and any interest herein shall not be assigned, transferred or otherwise encumbered by the PARTICIPANT under any circumstances without the prior written consent of the DEPARTMENT. However, this Agreement shall run to the DEPARTMENT and its successors. 28. Payment shall be made only after receipt and approval of goods and services unless advance payments are authorized by the Department of Financial Services under Section Page 6 215.422(14), Florida Statutes, or by the Department's Comptroller under Section 334.044(29), Florida Statues. 29. Records of costs incurred under the terms of this Agreement shall be maintained and made available upon request to the DEPARTMENT at all times during the period of this Agreement and for five years after final payment is made. Copies of these documents and records shall be furnished to the DEPARTMENT upon request. Records of costs incurred includes the PARTICIPANT's general accounting records and the project records, together with supporting documents and records, of the contractor and all subcontractors performing work on the project, and all other records of the Contractor and subcontractors considered necessary by the DEPARTMENT for a proper audit of costs. 30. In the event this contract is for services in excess of TWENTY FIVE THOUSAND DOLLARS ($25,000.00) and a term for a period of more than one year, the provisions of Section 339.135(6)(a), Florida Statutes, are hereby incorporated: "The DEPARTMENT, during any fiscal year, shall not expend money, incur any liability, or enter into any contract which, by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal or written, made in violation of this subsection is null and void, and no money may be paid on such contract. The DEPARTMENT shall require a statement from the Comptroller of the Department that such funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding one year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years; and this paragraph shall be incorporated verbatim in all contracts of the DEPARTMENT which are for an amount in excess of TWENTY FIVE THOUSAND DOLLARS ($25,000.00) and which have a term for a period of more than one year." 31. The PARTICIPANT will comply with all Federal, State, and Local laws and ordinances applicable to the work or payment for work thereof, and will not discriminate on the grounds of race, color, religion, sex, national origin, age, or disability in the performance of work under the Agreement. 32. E -Verify. The PARTICIPANT/ Vendor/ Contractor: a) shall utilize the U.S. Department of Homeland Security's E -verify system to verify the employment eligibility of all new employees hired by the PARTICIPANT/ Vendor/Contractor during the term of the contract; and b) shall expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's E -Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. Page 7 33. The PARTICIPANT warrants that it has not employed or obtained any company or person, other than bona fide employees of the PARTICIPANT, to solicit or secure this Agreement, and it has not paid or agreed to pay any company, corporation, individual or firm, other than a bona fide employee employed by the PARTICIPANT. For breach or violation of this provision, the DEPARTMENT shall have the right to terminate the Agreement without liability. 34. To the fullest extent permitted by law the PARTICIPANT's contractor shall indemnify and hold harmless the PARTICIPANT, the DEPARTMENT, and its officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of contractor and persons employed or utilized by the contractor in the performance of this contract. This indemnification shall survive the termination of this Agreement. Nothing contained in this paragraph is intended to nor shall it constitute a waiver of the DEPARTMENT's and the PARTICIPANT's sovereign immunity. 35. To the fullest extent permitted by law the PARTICIPANT's consultant shall indemnify and hold harmless the PARTICIPANT, the DEPARTMENT, and its officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused, in whole or in part, by the professional negligence, error or omission, recklessness, or intentional wrongful misconduct of the consultant and persons employed or utilized by the consultant in performance of this Agreement. This indemnification shall survive the termination of this Agreement. Nothing contained in this paragraph is intended to nor shall it constitute a waiver of the DEPARTMENT's and the PARTICIPANT's sovereign immunity. 36. This Agreement is governed by and construed in accordance with the laws of the State of Florida. 37. This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or 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 Agreement that are not contained in this document. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representation 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 executed with the same formality and of equal dignity herewith. Page 8 38. Any or all notices (except invoices) given or required under this Agreement shall be in writing and either personally delivered with receipt acknowledged or sent by certified mail, return receipt requested. All notices delivered shall be sent to the following addresses: If to the DEPARTMENT: Florida Department of Transportation - District Four 3400 West Commercial Blvd. Fort Lauderdale, Florida 33309-3421 Attn: Leos A. Kennedy, Jr. With a copy to: Jonathan Overton A second copy to: Office of the General Counsel If to the PARTICIPANT: Indian River County 1801 27th Street Vero Beach, Florida 32960 Attn: Mr. Chris Mora, Public Works Director With A Copy to: County Attorney SPACE INTENTIONALLY LEFT BLANK Page 9 IN WITNESS WHEREOF, this Agreement is to be executed by the parties below for the purposes specified herein. Authorization has been given to enter into and execute this Agreement by Resolution No. 2015-017 , hereto attached. INDIAN RIVER COUNTY BY. NAME: Wesley S. Davis TITLE: commissioner Chairman STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BY:'�• I�%SL. CO ' Y DN1rMOND, P.E. DIRECTOR OF TRANSPORTATION LEGAL REVIEW: APPROVED AS TO FORM APPROVED: BY: .COUN Y ATTORNEY BY: r P GRA AGEMENT ENGINEER Page 10 Exhibit A Scope of Services Upgrade to Traffic Signal System Indian River County The proposed automated traffic management system is designed to collect real time traffic count data which can then be utilized to facilitate traffic -adaptive operation along signalized corridors, to project future traffic needs, and to allow more efficient incident management. The system will be capable of automated reporting and data sharing utilizing email. The proposed traffic count locations are designed to accommodate the PARTICIPANT's existing concurrency management/ link count segments as well as future traffic -adaptive locations. EQUIPMENT The equipment to be supplied by the vendor/controller manufacturer is compatible with the existing system already in place in Indian River County. The count stations will consist of traffic adaptive system modules and data collection modules. The modules will be equipped with Bluetooth for field data collection. PHASING A five phase project, to be submitted by the vendor, poles to be installed by the PARTICIPANT's current signal maintenance contractor, and to be implemented by the PARTICIPANT is proposed as follows: PHASE l: SR -60 Consist of nine count stations on SR -60 between 90th Avenue and 20th Avenue, a six -and -one-half mile segment. Six of the count stations will be utilized for advanced detection for real-time traffic -adaptive traffic management. The real-time traffic -adaptive traffic management system will consist of five traffic signals along SR -60 at 66th Avenue, Indian River Mall/Hedden Place, 58th Avenue, 53`d Avenue/Wal-Mart and 43`d Avenue. This is a two mile long adaptive traffic management corridor segment. PHASE 2: Indian River Blvd. Consists of two count stations and five real-time traffic -adaptive signals on Indian River Boulevard / SR60 at 17th Street and also at Beachland Boulevard (Barber Bridge), a 1.3 mile long adaptive traffic management segment. Due to the close proximity of the traffic signals, advance detection will function through the use of both video detection from the upstream intersection as well as the radar. PHASE 3: US-1/SOUTH Consists of six count stations on US -1 between Highland Drive and SR -60, a five mile long segment. The count stations are located to cover existing link counts and future real time adaptive traffic management along US -1 between SR -60 and 4th Street. Page 11 PHASE 4: US -1 SEBASTIAN Consists of eight count stations and five real-time traffic -adaptive signals on US Highway 1. This adaptive system will included, CR -512 EB at US Highway 1, CR512 WB at US Highway 1, Main Street & US Highway 1, Jackson Street & US Highway 1 and Roseland Road & US Highway 1, a 2.6 mile long segment. The count stations will be used existing link counts and traffic adaptive advance detection. PHASE 5: US -1 /NORTH Consists of thirteen count stations on US Highway 1 between SR -60 and the city of Sebastian, a 9.8 mile long segment. The count stations are located to cover existing link counts and future real-time adaptive traffic management on US 1 between 23rd Street and 53rd Street. IMPLEMENTATION: Indian River County intends to have the current signal maintenance contractor, currently under contract with Indian River County, install the proposed poles to house the radar equipment. The additional equipment such as solar panels radar units and antennas are proposed to be installed by Indian River County Traffic Operations Staff Technicians. Page 12 Exhibit B Deliverables FM# 228613-4-54-01 The Deliverables for the Proiect are as follows: Item Unit Estimated Qty. RADIO DATA COLLECTION MODULE W/ BLUE TOOTH EA 38 RADIO DATA COLLECTION HUB EA 23 ONSITE DATA COLLECTOR SETUP SUPPORT EA 1 CENTRAL DATA COLLECTION SOFTWARE MODULE EA 1 STORAGE SERVER OR INCREASE EXISTING SERVER STORAGE EA 1 ADAPTIVE CENTRAL CONTROL MODULE EA 1 CONTROLLER ADAPTIVE MODULE EA 15 DETECTOR CARD RACK EA 25 8 PHASE, SOP10, 16BAY, TYPE V CABINET ASSEMBLY EA 2 VIDEO DETECTION — 4 CAMERA SYSTEM EA 3 VIDEO DETECTION CAMERA EA 13 RACK MOUNTED VIDEO DETECTION CARD PROCESSOR EA 8 SDLC "Y" CABLE EA 23 INTERFACE HARDWARE EA 2 ADAPTIVE INTEGRATION, TESTING AND TRAINING EA 1 25 FOOT WOOD POLE (FURNISH & INSTALL BY CONTRACTOR) EA 38 The Participant will need written approval from the Department, if deviating from the Deliverables shown in Exhibit B. Page 13 RESOLUTION NO. 2015- 017 A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, AUTHORIZING A JOINT PARTICIPATION AGREEMENT FOR TRAFFIC SIGNAL SYSTEM EQUIPMENT UPGRADES WHEREAS, it is a policy of the State of Florida to construct and make improvements to the state transportation system in a cooperative partnership; and WHEREAS, such partnership shall be encouraged through the joint funding of projects that improve traffic flow and reduce congestion on the State Highway System; and WHEREAS, the Board of County Commissioners of Indian River County wishes to authorize the Chairman of the Commission to enter into a Joint Participation Agreement with the State of Florida Department of Transportation (FDOT) on behalf of the Commission, NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA THAT: The Board of County Commissioners of Indian River County, Florida hereby authorizes the Chairman of the Commission to enter into a Joint Participation Agreement with the State of Florida Department of Transportation (FDOT) for: 1. The FDOT shall fund the project cost, as detailed in Exhibits A and B of the Traffic Signal System Equipment Upgrades Agreement. The Board authorizes the County Traffic Engineer to annually prepare, update and submit Exhibit A to the FDOT for compensation. 2. The County shall maintain and operate the traffic signal system. If the project cost exceeds the amount shown in Exhibits A and B, the County shall pay the overage. RESOLUTION NO. 2015- 017 The resolution was moved to adoption by Commissioner 0' Bryan and the motion was seconded by Commissioner Flescher , and, upon being put to a vote, the vote was as follows: Chairman, Wesley S. Davis Aye Vice Chairman, Bob Solari Aye Commissioner Joseph E. Flescher Aye Commissioner Timothy Zorc Aye Commissioner Peter D. O'Bryan Aye The Chairman thereupon declared the resolution duly passed and adopted this 10th February , 2015. Attest: Jeffrey R. Smith day of BOARD OF COUNTY COMMISSIONERS Clerk of Court and Comptroller / INDIAN RIVER COUNTY, FLORIDA •M�SSIONE Wesley S. Davis :0 � � ! r ' E Chairman `•S •t .�!AN R NEA . APPROVED AS TO AND LEGAL S FFICI_N Y BY SRI WILLIAM K. DEERAAL DEPUTY COUNTY ATTORNEY TO: PG404LK@dot.state.fl.us SUBJECT: FUNDS APPROVAL/REVIEWED FOR CONTRACT ARS46 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION FUNDS APPROVAL Contract #ARS46 Contract Type: - Vendor Name: INDIAN RVR CTY Vendor ID: VF596000674016 Beginning date of this Agmt: 02/26/15 Ending date of this Agmt: 06/30/17 Method of Procurement: ************************************************************************ ORG-CODE *EO *OBJECT *AMOUNT *FIN PROJECT *FCT *CFDA (FISCAL YEAR) *BUDGET ENTITY *CATEGORY/CAT YEAR AMENDMENT ID *SEQ. *USER ASSIGNED ID *ENC LINE(6S)/STATUS ************************************************************************ Action: ORIGINAL Funds have been: APPROVED 55 044040462 *TO *244004 * 695705.00 *22861345401 *215 * 2015 *55150200 *088716/15 0001 *00 * *0001/04 TOTAL AMOUNT: *$ 695,705.00 * FUNDS APPROVED/REVIEWED FOR ROBIN M. NAITOVE, CPA, COMPTROLLER DATE: 02/24/2015