Loading...
HomeMy WebLinkAbout2005-017RESOLUTION NO. 2005 2005-017 A RESOLUTION OF THE BOARD OF CONTY. COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, APPROVIN A FLORIDA DEPARTMENT OF TRANSPORTATION EMERGENCY JOINT PARTICIPATION AGREEMENT FOR FUNDING OF THE REPAIR OF FEDERAL HIGHWAY ADMINISTRATION FUNCTIONALLY CLASSIFIED COUNTY ROADS IN INDIAN RIVER COUNTY DAMAGED BY HURRICANE FRANCES. WHEREAS, the Board of County Commissioners (County) and the Florida Department of Transportation (FDOT) are desirous of having the County make certain repairs to the Federal Highway Administration functionally classified county roads damaged by Hurricane Frances, pursuant to the terms of Joint Participation Agreement (JPA) between FDOT and the County, prepared by FDOT, and approved by County staff; and WHEREAS, FDOT requires that the Board of County Commissioners adopt a resolution approving the JPA and authorizing the execution of the JPA by the proper officials of the County. 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 approves the JPA between the Board of County Commissioners of Indian River County, Florida and FDOT in the form attached to this Resolution as Exhibit "A" and authorizes the Chairman to execute such JPA. The foregoing Resolution was offered by Commissioner Neuberger and seconded by Commissioner Davis , and, upon being put to a vote, the vote was as follows: Chairman Thomas S. Lowther Vice Chairman Arthur R. Neuberger Commissioner Wesley S. Davis Commissioner Gary C. Wheeler Commissioner Sandra L. Bowden P Aye Aye Ay P NIP The Chairman' thereupon declared this Resolution duly passed and adopted this 15th day of February, 2005. Attest: J. K. Barton, Clerk By X�J Deputy: Clerk BOARD OF COUTYCOMMISSIONERS By S Thomas S. Lowther, hairman Appr•, ed as to form leg- suffici pcy: By anan E. Fell, A istan County Attorney EXHIBIT "A" FLORIDA DEPARTMENT OF TRANSPORTATION EMERGENCY JOINT PARTICIPATION AGREEMENT FOR FUNDING .OF THE REPAIR OF FEDERAL HIGHWAY ADMINISTRATION FUNCTIONALLY CLASSIFIED COUNTY ROADS IN INDIAN RIVER COUNTY DAMAGED BY HURRICANE FRANCES Contract No.: A STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION EMERGENCY JOINT PARTICIPATION AGREEMENT THIS AGREEMENT, entered into this day of 2005, by and between the State of Florida Department of Transportation hereinafter called the DEPARTMENT, and INDIAN RIVER COUNTY, State of Florida, located at 1840 251" Street, Vero Beach, Florida 32960, hereinaftercalled the COUNTY. WITNESSETH WHEREAS, the DEPARTMENT and the COUNTY are desirous of having the COUNTY make certain repairs to the Federal Highway. Administration (FHWA) functionally classified county road(s) damaged by Hurricane Frances: These repairs are located within Indian River County and are hereinafter referred to as the Project and as detailed in Exhibit "A"; and; WHEREAS, the DEPARTMENT is prepared to allocate funds towards the repair of county roads in accordance with the Executive Order 04-192, dated September 1, 2004 for Hurricane Frances and President Bush's subsequent Disaster Declaration, dated September 6, 2004 , under the Robert T. Stafford Disaster Emergency Act, to provide for the reimbursement of FHWA eligible costs of for Financial Project Number(s): listed in Exhibit "B". All FHWA non -participating costs shall be borne by the COUNTY; and, WHEREAS, the repairs of these FHWA functionally classified county road(s) damaged by the Hurricane Frances are in the interest of both the DEPARTMENT and the COUNTY and it would be more practical, expeditious and economical for the COUNTY to perform such activities; and, WHEREAS, the COUNTY by Resolution No.2005-01 Adopted on February 15 , 200 5, 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. 2. The COUNTY shall provide all design services necessary for completion of the Project. 3. The COUNTY shall obtain any permits necessary to complete the Project. 4. The COUNTY shall be responsible for assuring that the Project complies with all Federal Highway Administration (FHWA) and DEPARTMENT standards. 5. The COUNTY shall make available to the DEPARTMENT upon request any existing plans relevant to the COUNTY's design and construction activities.. The COUNTY will be responsible for verifying the accuracy of any Project related plans prepared on the COUNTY's behalf, and the COUNTY shall revise them as necessary to reflect 'as -built' conditions upon completion of construction. Project plans that have been modified to reflect 'as -built' conditions shall be provided to the DEPARTMENT. 6. The DEPARTMENT agrees to reimburse the COUNTY only for eligible costs associated with design, construction and construction engineering and inspection of the aforementioned Page 1 improvements as stated in the FHWA Detailed Damage Inspection Reports, copies of which are attached hereto and made a part hereof. All other costs are to bome by the COUNTY. For satisfactory completion of all services as detailed in Exhibit A (Scope of Services) and the attached Detailed Damage Inspections Reports of this. Agreement, the DEPARTMENT will pay the PARTICIPANT funds received from FHWA not to exceed FOUR MILLION FIVE HUNDRED NINETY-TWO THOUSAND FIFTY DOLLARS AND EIGHTY-NINE CENTS ($4,592,050.89). 7. The DEPARTMENT shall have ten (10) working days to approve any invoice submitted by the COUNTY. A completed copy of Exhibit "C", CERTIFICATION AS TO ACCURACY OF PAYMENT, must accompany all invoices. Project costs eligible for DEPARTMENT participation will be allowed only from the date of final execution of the Agreement. Travel expenses are not authorized in this agreement. The COUNTY shall submit invoices for fees and other compensation for services or expenses in detail sufficient for a proper per -audit and post -audit thereof. Invoice(s) shall be submitted to State DEPARTMENT of Transportation at 3400 W. Commercial Boulevard; Ft. Lauderdale, FL 33309; Attn: Matthew Price. 8. The Agreement and any interest herein shall not be assigned, transferred or otherwise encumbered by the COUNTY under any circumstances without the prior written consent of the DEPARTMENT. However this Agreement shall run to the DEPARTMENT and its successors. 9. This Agreement shall continue in effect and be binding to both the COUNTY and the DEPARTMENT until January 15, 2006. All invoices and supporting documentation must be received by this date. 10. The DEPARTMENT, during any fiscal year, shall not expend money, incur any liability, or enter into any contracts which by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during the 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 funds are available prior to entering into any such contractor other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding one (1) 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 $25,000 and which have a term for a period of more than one (1) year. 11. Records of costs incurred under the terms of this Agreement shall be maintained and made available uponrequest to the DEPARTMENT at all times during the period of this Agreement for three years after final payment is made. Copies of these documents and records shall be furnished to the DEPARTMENT upon request. Records of costs incurred include the Contractor'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 records of the Contractor and subcontractors considered necessary by the DEPARTMENT for the proper audit of costs. 12. The DEPARTMENT may cancel this Agreement for refusal of the COUNTY to allow public access to all documents, papers, letters, of other material subject to the provisions of Chapter 119 of the Florida Statutes, made or reviewed by the COUNTY in conjunction with this Agreement and shall make provisions in its Agreements with its consultants and sub -consultants to terminate for failure to comply with this provisions. 13. The COUNTY warrants that it has not employed or obtained any company or person, other than bona fideemployees of the COUNTY, 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 COUNTY. For breach or violation of this provision, the DEPARTMENT shall have the right to terminate the Agreement without liability. Page 2 14. To the extent allowed by the Laws of Florida, the COUNTY hereby agrees to indemnify, defend, save, and hold harmless the DEPARTMENT from all claims, demands liabilities, and suits of any nature arising out of, because of, or due to any negligent or intemational act and/or occurrence, omission, or commission of the COUNTY, its consultants, contractors, subcontractors, agents, and/or employees. It is specifically understood and agreed that this indemnification clause does not cover or indemnify the DEPARTMENT for its own negligence. 15. The Agreement is governed by and construed in accordance with the laws of the State of Florida. 16. Section 215.422(5), Florida Statutes, request the DEPARTMENT to include a statement of vendor rights in the Agreement. The COUNTY is hereby advised of the following time frames. Upon receipt, the DEPARTMENT has ten (10) days to inspect the goods and services provided by the COUNTY. The DEPARTMENT has twenty (20) days to deliver a request for payment to the DEPARTMENT of Financial Services. The twenty days are measured from the latter of the date the invoice is received or the goods and services are received, inspected and approved by the DEPARTMENT. If payment is not available with forty (40) days a separate interest penalty at a rate as established pursuant to Section 215.422 (3) (b), Florida Statutes, will be due and payable, in addition to the invoice amount, to the COUNTY. Interest payments of less than one (1) dollar will not be enforced unless the COUNTY requests payment. Invoices which have been returned to the COUNTY because of invoice preparations errors will result in delay in the payment. The invoice payment requirements do no start until a properly completed invoice is provided the DEPARTMENT. Vendor Ombudsman has been established with the DEPARTMENT of Financial Services. The duties of this individual include acting as an advocate for the COUNTY in the event that the COUNTY may be experiencing problems in obtaining timely payment(s) from the DEPARTMENT. The Vendor Ombudsman may be contacted at (850) 410-9724 or by calling the Department of Financial Services Hotline 1-800-848-3792. 17. This document incorporates and includes all prior negotiations, correspondence, conversations, Agreements, or understanding applicable to the matters contained herein, and the parties agree that there are no commitments, Agreements or understanding conceming 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 written document executed with the same formality and of equal dignity herewith. 18. The DEPARTMENT agrees to pay the COUNTY for the services herein described at compensation as detailed in this Agreement. Payment shall be made only after receipt and approval of goods and services unless advance payments are authorized by the Department of Financial Services 215.422 (14), Florida Statute, or by the Department's Comptroller under section 334.044(29), Florida Statutes. Any provisions for an advance payment are provided in Exhibit "A" attached, and made part of this Agreement. 19. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases or real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or a consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 287.017, Florida Statutes, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. Page 3 20. The DEPARTMENT's obligation to; pay is contingent upon an annual appropriation by the Florida Legislature. 21. The DEPARTMENT will consider the employment by any contractor of unauthorized aliens a violation of Section 274A9e) of the Immigration and nationality Act. If the participant knowingly employees unauthorized aliens, such violation shall be cause for unilateral cancellations of this agreement., 22 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 or by email. All notices delivered shall be sent to the following address: If to the DEPARTMENT: Florida Department of Transportation - District Four 3400 West' Commercial Blvd. Fort Lauderdale, Florida 33309-3421 Attn: Antonette P. Adams, (954) 777-4624 With a copy to: Matthew Price (954) 777=4442 A second copy to: District General Counsel If to the PARTICIPANT: Jason Brown Indian River. County 1840 25th Street Vero Beach, FL 32960 With a copy to: Jim Davis With a copy to: Phillip Matson With a copy to: Attorney *** Page 4 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. -2005._0.1. 7 , hereto attached. INDIAN RIVER COUNTY BY: �aG„ S, Thomas ff.L MEher, Chairman ATTEST: 3. K. BARTON,CLERK Deputy Cly (SEAL) BY: DISTRICT GENERAL COUNSEL STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BY: ROSIELYN QUIROZ DIRECTOR OF TRANSPORTATION SUPPORT APPROVED: (AS TO FORM) APPROVED: APPS OVED 'S TO FORM Iv LE ���SUFFI -�-+��`-Y ��''-�/ ARIA E. FE ""/ SSISTANT COUNTY AT 0 NE? APPROVED: BY: PROFESSIONAL SERVICES ADMINISTRATOR Page 5 EXHIBIT A SCOPE OF SERVICES As a result of Hurricane Frances, the COUNTY or other LOCAL MUNICIPALITY will perform "Emergency" work described in the signed Detailed Damage Inspection Reports (DDIR's) listed in Exihibit "B" to restore Federal Aid Roads damaged during Hurricane bursement to the COPNRTMENT will seek the maximum amount of FHWA funding available for The COUNTY will act as the reimbursement agency to the LOCAL MUNICIPALITIES within the county performing work described in the DDIR's. The COUNTY will then be reimbursed by the DEPARTMENT for work performed by the COUNTY or LOCAL MUNICIPALITY. The COUNTY shall reimburse the LOCAL MUNICIPALITY within forty :(40fty work hasnotification been comple d and thepartment of the amounts approved invoiced amount. The DEPARTMENT w II eri invoiced are correct prior to issuance of payment. In the event the COUNTY is unable to advance reimbursement to the LOCAL MUNICIPALITY for work already completed by the LOCAL MUNICIPALITY, the DEPARTMENT will pay to the COUNTY, upon receipt of the invoice and approval of supporting documentation, an amount equal to the invoice received by the COUNTY from the LOCAL MUNICIPALITY. All invoices received by the county shall clearly separate the cost to the LOCAL MUNICIPALITY from the COUNTY'S cost billed to the DEPARTMENT. All LOCAL MUNICIPALITY costs invoiced must have been incurred by the LOCAL MUNICIPALITY prior to the date of the invoices. All invoices submitted to the DEPARTMENT must provide complete documentation, including a copy of the LOCAL MUNICIPALITY invoice, to substantiate the cost on the invoice. Subsequent to the first invoice from the COUNTY, each invoice must contain a statement from the County that previous month's cost incurred by the LOCAL MUNICIPALITIES have been paid by the COUNTY to the LOCAL MUNICIPALITY. The DEPARTMENT will hold future payments and/or reimbursement due to the COUNTY for failure to issue payment to the LOCAL MUNICIPALITIES for advanced reimbursement. The COUNTY will not be responsible for verification of eligibility and costs to LOCAL MUNICIPALITIES. The LOCAL MUNICIPALITIES will submit the supporting documentation directly to the DEPARTMENT for review and approval. The DEPARTMENT will notify the COUNTY by email or certified mail, return receipt requested, of the approved amount to be invoiced for reimbursement to the LOCAL MUNICIPALITY by the COUNTY. All work is subject to meeting eligibility criteria. It is the responsibility of the agency performing the work to provide the documentation necessary to justify the eligibility of items of work and the actual costs incurred for the emergency work described in the DDIR's. Each agency will submit with each invoice and supporting documentation package certification of work completed and costs incurred. Exhibit "C" of this agreement will be used as the certification document. This document must be filled out completely and notarized. If any cost reimbursed by the DEPARTMENT to the COUNTY are determined ineligible or non- participating by FHWA, the DEPARTMENT will notify the COUNTY. The COUNTY, upon notification will have 40 (forty) days to provide reimbursement to the Department for these ineligible costs. The COUNTY and LOCAL MUNICIPALITY shall submit for payment with supporting documentation described above no more than ninety (90) days after work is completed or from the execution date of this JPA. Page 6 CO N 0 CO coNJ m cob 46 N COCO v 0 V N CO v 0 V o) O O N v c c 0 a a a 0 N 6, 7-4 co 0 0) 0) N 0) v 0 m CO -n b N CO V 0 0) N 0 N 46 N rn V 0 O N 64 0 O N 0) W Co Co 0 N co b 0 N Co V CO 0 6<) O N N n 30 00 a Q C Si N Co 0 0 O 6, O 0 0 0 0 03 03 0 co 909L£99ZL1.4 N 2 0 O 41) 00) 0 0 0 O 0 03 03 0) 0 0 N 0) O) V 032 V Co N CO 2 N =9 N N co. 6, 0 00 0 Co03 mC 41, N 00)) CO 0 w N Co 0) Co w N O N N O N R d 0 0 co0 N3 0 p8 0 4, m 3 to 0) cn C 0• 0 0 e tx 5. m a' co n (1) No C CD. (p < (-13 v 0 .0 o.o O 5 3 2 CD vy_ z o1 0 cn O 71 (D 11 O < �x o Zy y 5-�a m •co ca a - a o, 5 gwo gE. c 0 o•= Xm CCD= x p O = Z (n. O � y Z• C0 • 0 0 co D • B o- rm m c 33 z (o0- g OD • o v Z c). z 5. N a C - a�.o m (i _c, so N v zg 3' (0511 . o T� (� .m (o p m -p (SD 3 "4 73 c m 0 0. C (D =• (0 co• Exhibit C CERTIFICATION AS TO ACCURACY OF PAYMENT The undersigned of, on behalf of and as a duly authorized representative (herto the best of Agency's knowledge, information and belief, to the inafter referred to as the "Agency") hereby certifies,. Florida Department of Transportation (hereinafter referred to as the "Department") as follows: 1. That the Invoice/Reimbursement Request package for Joint Partici ati Financial Project Number(s) p on Agreement Number the "Invoice") is in compliance with the Agreement, FHWA ER Manual or other raccet (hereinafter accrefeptable planrred astas developed by the Agency; andp able plan 2. That the Invoice is true and correct as determined by the Agency 's reasonable and independent investigation, measurements and verification of work performed; and 3. That the Agency hereby recommends that the Department make attached attached Invoice and supporting documentation; and p yment based on the 4. That the Agency hereby agrees to indemnify and hold the Florida Department Transportation, its officers and employees harmless from all liabilities, damages, costs, and attorney fees incurred and paid as a result of the negligence, recklessness, or intentional wrongful miscondu the Agency and persons employed or utilized by the Agency in the preparation and/or audit Scope of Sereduct of Invoice, supporting documentation, and execution of the work as outlined in the ofv the --- - --------_____vices. The Department also reserves the right to recover from the Agency any increased costs, delays or other damages to the Department due to errors and/or omissions under applicable Florida Statutes (334.044(2); 334.048.20.23(3)(a) and 337.015). 5. Monetary Amount Submitted State of Florida County of A false statement or omission made in Sworn to and subscribed before me this day of connection with this certification is sufficient by cause for suspension, revocation or denial of payment, and may subject the person and/or (Print name of the person signing the Certification) entity making false statement to any or all civil and criminal penalties available pursuant to applicable Federal and State Law: Notary Public Commission Expires Personally Known OR Produced Identification. Type of Identification Produced Authorized Agency Official By Title U.S. Department of Transportation Federal Highway Administration DETAILED DAMAGE INSPECTION REPORT (Title 23, Federal -aid Highways) Location (Name of Road and Milepost) Indian River County rtapu!t wwnuai F88-002 Sheet 1 of i Description of Damage Hurricane Frances traffic signalization repairs. Maintaining agency force account work. • FHWA Disaster Number FL -04-02 Inspection Date 09-21-2004 Federal -aid Route Number 10-04-2004 State County FL 88 -Indian River Cost Estimate Description of Work to Date (Equipment, Labor, and Materials) Unit Unit Price , Quantity Cost Phase I Completed Remaining $100,000.00 t6 ce Phase II c m c 0,0111-rn I= l 1e rD. 6eac h w r r4 a cat-hoi : o trot : 5 ueol-ice Y1 $500,000.00 Method Local Forces Q State Forces Contract Subtotal $100,000.00 PE/CE (s2.9 000 Emergency Repair TotatI 7 2cJ ODp,° Method ✓Q Local Forces D State Forces Environmental Assessment Recommendation 0 Categorical Exclusion , EA/EIS Recommendation 0 Contract Subtotal PE/CE Right -of -Way Perm. Repair Totals Q✓ Eligible 0 Ineligible Concurrence Yes 0 No Concurrence L�"Tes 0 No Form FHWA-1547 (Rev. 4-98) FHWA Engineer Nahir Mendo State Engineer Estimated Total 4 72q000 Date 10-04-2004 esentati ty - Date 10",7( -0 Date ./ D-74,'0 �r U.S. Department of Transportation Federal Highway Administration DETAILED DAMAGE INSPECTION REPORT (Title 23, Federal -aid Highways) Report Number F88-003 Sheet 1 of Location (Name of Road and Milepost) Indian River County FHWA Disaster Number FL -04-02 Inspection Date 10-05-2004 Description of Damage Hurricane Frances traffic signalizationrepairs. Maintaining agency contract work. Federal -aid Route Number n/a State County FL B8 -Indian River Cost Estimate Description of Work to Date (Equipment, Labor, and Materials) Unit Unit Price Quantity Cost Completed Remaining Phase I $100,000.00 Phase II $500,000.00 Method Local Forces State Forces Q Contract Subtotal PE/CE Emergency Repair Total $100,000.00 $500,000.00 $600,000.00 c 0 co 0 U) N N o_ Method Local Forces • State Forces �✓ Contract Subtotal PE/CE Right -of -Way Perm. Repair Totals Environmental Assessment Recommendation Q✓ Categorical Exclusion Recommendation 2 Eligible Concurrence Concurrence Q EA/EIS Ineligible es 0 FHWA Engineer GG Nahir MendO% State Engineer Estimated Total aers(-/e,Or7 IAgencypresentative Form FHWA-1547 (Rev. 4-98) $600,000.00 Date 10-2004 Date Date pp 6d``— Permanent Restoration U.S. Department of Transportation Federal Highway Administration DETAILED DAMAGE INSPECTION REPORT (Title 23, Federal -aid Highways) Report Number 60et Sheet Location (Name of Road and Milepost) ./.('NAre'st tClVG.R. - f.r.,e va CA of FHWA Disaster Number C'4 Inspection D9te Description of Damage RoACJwist Q.) P1/4.i4e(t.A-14(17. Fie Aptc •C% Federal -aid Route Number OCE*4 •1:),c. CA I A-) State County F—L . Cost Estimate Emergency Repair Description of Work to Date (Equipment, Labor, and Materials) Unit Unit Price Quantity Cost Completed Remaining e_ottlz> L-aec,st-t-z3,1T afr...P.41,t 4 cetioesi - 404-erree6r- 607,1 000 Method p Local Forces 0 State Forces 0 Contract Subtotal PE/CE Eme Method 0 Local Forces 0 State Forces Environmental Assessment Recommendation tgl.Categorical Exclusion E EA/EIS Recommendation Concurrence Concurrence es 0 Yes 0 Ineligible 0 No No 0 Contract Subtotal PE/CE Right -of -Way Perm. Repair Totals Estimated Total Local gency R presentative Form FHWA-1547 (Rev. 4-98) .(23tao_z6„, (D7 / C1'( D e „ /07i/el Date Method 0 Local Forces ' 0 State Forces Environrri- rtal Assessment Recommendation Categorical Exclusion 0 EA/EIS Recommendation Eligible 0 Ineligible 0 Contract Subtotal PE/CE Right-of-WaY Perm. Repair Totals Estimated Total FHWA Engineer maintr 41, 303(.400.Ge Date Date U.S. Departrnent of Transportation Federal Highway Administration Location (Name of Road and Milepost) Tyr1 4 n 2.i ue r Cou-r DETAILED DAMAGE INSPECTION REPORT (Title 23, Federal -aid Highways) Description of Damage Pe rto rCnr1OUc0 CISSA ed Nv m canc Franc -L5 -)e es-- ry-a}c Loll I incLuae go r -u2 acc•ou n-‘ c.O sk -rhe G0u rrh3 omcf ry-r..)n ce,t1ao,,i Emergency Repair Description of Work to Date (Equipment, Labor, and Materials) (Lt• - e brl. 6 I -e rnD va-. • loirtst vV-a.--K• Y10 T-KrJ�,t..td os tit u n l c UT • Method 2/Local Forces 0 co 0 E o_ Method 0 Local Forces State Forces 0 State Forces Environm ntal Assessment Recommendation ❑ EA/EIS I Categorical Exclusion Recommendation Concurrence Cost Estimate Unit. r E] Contract Unit Price 0 Contract Quantity Report Number Sheet FSS -��� I •of FHWA Disaster Number FL -OH -02 Inspection Date 10- 014 Federal -aid Route Number State U0.1 -(0Q.3 County FL $8 - el'Gt.ty C6 ve Completed 45.1123 . g Cost Remaining Subtotal 46 1 z3 , g q PE/CE Emergency Repair Total ' Subtotal PE/CE Right -of -Way Perm. Repair Totals 4;723 .1c? Estimated Total S 14572 3' FHWA Engineer h4 r`G Eligible Q Ineligible ConcurreriCe Local Agency Represen • Form-fbil A-1547 (Rev. 4 98);• Pr DETAILED DAMAGE INSPECTION REPORT U.S. Department Fof ederal a (Title 23, Federal -aid Highways) FedereCHighway Administration Report Number f' i`5 - 0 12. Sheet Of Location (Name of Road and Milepost) •rt -t)("-' Rivet C.t. u^( -v`( FHWA Disaster Number Ft- az-( - oZ Inspection Date la (CR (200–( Description of DamageFederal-aid IJEI ,2( S , cVAL 1 ?a supet 1 c....., -fa- Ft244-1C, , CArr t AA ---r ,' rte C.y-h.2 at cT waw i• Route Number N./AA( ouS State •County FL .g , T"(4) ears( Cost Estimate Emergency Repair Description Work to DateUnit Cost of (Equipment, Labor, and Materials) Unit Price Quantity Completed. Remaining '1Qrl'efS IeCr-+aVN- /ip(Sft.SAG.. • . • xnc),An,,r, 2i t e r cm v\ • Fcci rA. f -ad (s-( -k 2 oad) t,2_, I g`-1. — Fedi v-o_i-Grid (oro !-froc 206d) I, 2t`I 922. v- . 1 f n a J t 0 IP .5D 9._11-77 11 _ - 11. °o _ clubrs o�.is(-� .1 CY 4.00 2t,t 02 ay 1 i2,o '• di,' VG' • 1 F ► _ • Ito &OD 3 2.3 .7 oo. O' -AA. I FA- vwn S.R. .) C`( co 044 II , -l'f 8 . en (itS scLI GY •oro 17204 b71 ?Ito.°° 5er60..•4-0a-rn C`( 15.y3 3201 • 449 421.Gt Method Subtotal j• ;3 t 39 p7. °f Contract PE/CE Local Forces State Forces 15.4 • Emergency Repair Total fli 131•49 7- ,° Permanent Restoration MethodSubtotal • PENCE Local Forces State Forces Contract Right -of -Way Perm. Repair Totals Environmental Assessment Recommendation Categorical Exclusion E EA/EIS Estimated Total �o'r3 t 3�c1 a ,<° r Recommendation %Eligible Ineligible FHWA Eng r = r ,) Date /d 6(�4l/ Concurrence [Yes ❑ No Stategi \ - G G;__—______ Dat /OM ef Concurrence i :.. —Local Yes. cy R resentative A, n .. Date 7 ( : Form FHWA-1547 (Rev. 4-98)