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)