HomeMy WebLinkAbout2009-014RESOLUTION NO. 2009- 014
A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF
INDIAN RIVER COUNTY, FLORIDA, AUTHORIZING A JOINT
PARTICIPATION AGREEMENT FOR TRAFFIC SIGNAL SYSTEM
ENHANCEMENTS.
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 traffic safety on the State Highway System; and
WHEREAS, the State of Florida Department of Transportation (FDOT) and Indian River
County are desirous of making certain enhancements to the operation of the computerized traffic
control signals at intersections on the State Roadway System within the County; and
WHEREAS, the joint participation agreement will provide funding for increased staffing to
enhance the operation of the County's computerized traffic signal system and funding to obtain,
install and maintain the system and communication hardware and software needed to maintain and
optimize the operation and efficiency of the existing computerized traffic signal system; and
WHEREAS, the traffic signal system enhancements joint participation agreement is
identified as:
State FM No. 228613-2-54-01
FEID No. VF 596-000-679
Contract No. AF -996
F:\Traffic\Maya\BCC AGENDA ITEMS - RESOLUTIONS\RESOLUTION\resolution jpa traffic signal system enhancements Feb 2009.doC
RESOLUTION NO. 2009- 014
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY
COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, THAT:
1. The above recitals are ratified in their entirety; and
2. The Chairman of the Board of County Commissioners of Indian River County, Florida is
hereby authorized to execute the aforementioned joint participation agreement with the
FDOT; and
3. The County shall maintain and operate the traffic signal system; and
4. The FDOT shall fund the project cost, as detailed in the aforementioned joint
participation agreement; and
5. The Indian River County Traffic Engineer shall prepare, on a monthly basis, an invoice to
submit to the FDOT for compensation.
The resolution was moved to adoption by Commissioner 0' Bryan and the
motion was seconded by Commissioner Fl escher , and, upon being put to a vote, the
vote was as follows:
Chairman Wesley S. Davis AYE
Vice -Chairman Joseph E. Flescher AYE
Commissioner Gary C. Wheeler AYE
Commissioner Peter D. O'Bryan AYE
Commissioner Bob Solari AYE
F:\Traffic\Maya\BCC AGENDA ITEMS - RESOLUTIONS\RESOLUTION\resolution jpa traffic signal system enhancements Feb 2009.doc
The Chairman thereupon declared the resolution duly passed and adopted this 3RD day of
March . 2009.
Attest: ZiJeff,,,eK. Barton, Clerk
k0(
By-
Deputy Jerk
AP P ROS
ANia
BY ?. .
oLBRAAL
DEPUTY COUNTY ATTORNEY
BOARD OF COUNTY COMMISSIONTW
INDIAN RIVER COUNTY, FLORIDA
Wesley S. Davis, Chairman
F:\Traffic\Maya\BCC AGENDA ITEMS - RESOLUTIONS\RESOLUTION\resolution jpa traffic signal system enhancements Feb 2009.doc
2. In the event that a copy of the reporting package for an audit required by PART I of this agreement
and conducted in accordance with OMB Circular A-133, as revised, is not required to be submitted to
the Department for reasons pursuant to section .320 (e)(2), OMB Circular A-133, as revised, the
recipient shall submit the required written notification pursuant to Section .320 (e)(2) and a copy of
the recipient's audited schedule of expenditures of Federal awards directly to each of the following:
Florida Department of Transportation,
3400 W. Commercial Blvd.
Ft. Lauderdale, FL 33309
Karen Maxon, District Single Audit Liaison
In addition, pursuant to Section .320 (f), OMB Circular A-133, as revised, the recipient shall submit a
copy of the reporting package described in Section .320 (c), OMB Circular A-133, as revised, and any
management letters issued by the auditor, to the Department at each of the following addresses:
Florida Department of Transportation,
3400 W. Commercial Blvd.
Ft. Lauderdale, FL 33309
Karen Maxon, District Single Audit Liaison
3. Copies of financial reporting packages required by PART it of this agreement shall be submitted by or
on behalf of the recipient directly to each of the following:
A. The Department at each of the following addresses:
Florida Department of Transportation,
3400 W. Commercial Blvd.
Ft. Lauderdale, FL 33309
Karen Maxon, District Single Audit Liaison
B. The Auditor General's Office at the following address:
Auditor General's Office
Room 401, Pepper Building
111 West Madison Street
Tallahassee, Florida 32399-1450
4. Copies of reports or the management letter required by PART 111 of this agreement shall be submitted
by or on behalf of the recipient direct [y to:
A. The Department at each of the following addresses:
Florida Department of Transportation,
3400 W. Commercial Blvd.
Ft. Lauderdale, FL 33309
Karen Maxon, District Single Audit Liaison
5. Any reports, management letter, or other information required to be submitted to the Department
pursuant to this agreement shall be submitted timely in accordance with OMB Circular A-133, Florida
Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit
organizations), Rules of the Auditor General, as applicable.
6. Recipients, when submitting financial reporting packages to the Department for audits done in
accordance with OMB Circular A-133 or Chapters 10.550 (local governmental entities) or 10.650
(nonprofit and for-profit organizations), Rules of the Auditor General, should indicate the date that
the reporting package was delivered to the recipient in correspondence accompanying the reporting
package.
PART V: RECORD RETENTION
1. The recipient shall retain sufficient records demonstrating its compliance with the terms of this
agreement for a period of at least five years from the date the audit report is issued, and shall allow
the Department, or its designee, CFO, or Auditor General access to such records upon request. The
recipient shall ensure that audit working papers are made available to the Department, or its
designee, CFO, or Auditor General upon request for a period of at least five years from the date the
audit report is issued, unless extended in writing by the Department.
EX�IT "D"
SINGLE AUDIT COMPLIANCE REQUIREMENTS
FEDERAL and/or STATE resources awarded to the recipient pursuant to this agreement should be
listed below. If the resources awarded to the recipient represent more than one Federal or State
program, provide the same information for each program and the total resources awarded. Compliance
Requirements applicable to each State program should also be listed below. If the resources awarded
to the recipient represent more than one program, list applicable compliance requirements for each
program in the same manner as shown here:
STATE RESOURCES
State Agency Catalog of State Financial Assistance (Number & Titlej Amount
DOT 55.023 State Highway Project Reimbursement $6297000.00
(Department of Transportation)
Activities Allowed: Project costs must be incurred subsequent to agreement execution
(contract provision). Project scope of services identifies the types of
work that are eligible for reimbursement (contract provision).
Allowable Costs: Identified in the contract document up to a lump sum or maximum
limiting amount.
Eligibility:
Project must be on the State Highway System.
Period of State Fiscal Year: July 1 to June 30. The contract must be executed
Availability: during the fiscal year for which state funds are programmed. Once
committed, the funds certify forward across fiscal years for the life of
the contract.
Reporting: Project costs are reviewed and approved upon receipt of an invoice
from the county of municipality.
Subrecipient The county or municipality is responsible for monitoring to work of
Monitoring: subreeipients. Subrecipient invoices are reviewed, verified and paid
by the county of municipality. County or municipality invoices are
then reviewed and approved for payment by FDOT. Subrecipients do
not invoice FDOT directly.
,
Kennedy, Leos
From: The job F1989HLR
Sent: Friday, March 13, 2009 3:05 PM
To: Kennedy, Leos
Subject: FUNDS APPROVAUREVIEWED FOR CONTRACT AP029
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
FUNDS APPROVAL
Contract #APG29 Contract Type: AK
Vendor Name: INDIAN RIVER
Vendor ID: VF596000679001
Beginning date of this Agmt: 03/18/09
Ending date of this Agmt: 06/30/12
Contract Total/Budgetary Ceiling: ct
Method of Procurement: G
************************************************************************
Description:
Enhancement & Ops of the Computerized Traffic Control Signal System on State Highway System
in Indian River County
************************************************************************
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 *OM *750070 * 200000.00 *22861325401 *215
2009 *55150200 *088717/09
0001 *00 * *0001/04
-
---------------------------------
--------------------------------------
TOTAL AMOUNT: *$ 200,000.00 *
-
-----------------------------------------------------
------------------
FUNDS APPROVED/REVIEWED FOR ROBIN M. NAITOVE, CPA, COMPTROLLER
DATE: 03/13/2009
1
Kennedy, Leos
From: The job F1989HLR
Sent: Friday, March 13, 2009 3:05 PM
To: Kennedy, Leos
Subject: FUNDS APPROVAL/REVIEWED FOR CONTRACT AP029
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
FUNDS APPROVAL
Contract #APG29 Contract Type: AK Method of Procurement: G
Vendor Name: INDIAN RIVER
Vendor ID: VF596000679001
Beginning date of this Agmt: 03/18/09
Ending date of this Agmt: 06/30/12
Contract Total/Budgetary Ceiling: ct = $629,000.00
************************************************************************
Description:
Enhancement & Ops of the Computerized Traffic Control Signal System on
in Indian River County
************************************************************************
ORG-CODE *EO *OBJECT *AMOUNT *FIN PROJECT *FCT *CFDA
(FISCAL YEAR) *BUDGET ENTITY *CATEGORY/CAT YEAR
AMENDMENT ID *SEQ. *USER ASSIGNED ID *ENC LINE(6S)/STATUS
************************************************************************
Action: Funds have been: REVIEWED*
55 044040462 *OM *750070 * 220000.00 *22861325401 *215
2011 55150200 088717 11
A001 *01 * * /04
-
----------------------------------------------------------------
-------
State Highway System
Action: Funds have been: REVIEWED*
55 044040462 *OM *750070 * 209000.00 *22861325401 *215
2010 55150200 088717 10
A001 *00 * * /04
------------------------------------------------------------------------
TOTAL AMOUNT: *$ 429,000.00
-
-------------
----------------------------------------------------------
FUNDS APPROVED/REVIEWED FOR ROBIN M. NAITOVE, CPA, COMPTROLLER
DATE: 03/13/2009
1