Loading...
HomeMy WebLinkAbout2005-018RESOLUTION NO. 2005- 018 A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, APPROVING 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 JEANNE. 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 Jeanne, 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 NPuhergPr and seconded by Commissioner Davi s , 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 >,w Commissioner Gary C. Wheeler „Commissioner `Commissioner Sandra L. Bowden The:Chairman";thereupon declared this Resolution duly passed and adopted this 15th dayof •February, 2005.: Aye Aye Aye &ye Aye Attest J.K. Barton, Clerk= By Deputy Clerk BOARD OF COUNTY COMMISSIONERS By Thomas S. Lowther, Chairman Appr. : •rm and legal sem•ency: B 'pian E. Fell, Ass st. '''County torney 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 JEANNE 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 25'" Street, Vero Beach, Florida 32960, hereinafter called 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 Jeanne. 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 04-217, dated September 24, 2004 for Hurricane Jeanne and President Bush's subsequent Disaster Declaration, dated September 26, 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 Jeanne 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.2005-018adopted on February 15 , 2004,, 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 heretoand made a part hereof. All other costs are to be bome by the COUNTY. For satisfactory completion of all services as described in Exhibit A (Scope of Services) and the attached Detailed Damage Inspection Report (DDIR), the DEPARTMENT will pay the COUNTY funds received from FHWA a total amount not to eceed SIX MILLION SIX HUNDRED NINETY- ONE THOUSAND NINE HUNDRED SEVENTY-FOUR DOLLARS AND THIRTY-SEVEN CENTS ($6,691,974.37). 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 contract or 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 upon request 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 Agreementswith 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 fide employees 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 Page 2 have the right to terminate the Agreement without liability. 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 maybe experiencing problems inobtaining 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 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 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 Page 3 of 36 months from the date of being placed on the convicted vendor list. 20. The DEPARTMENT's obligation to pay is contingent upon an annual appropriation by the Florida Legislature. 21. The DEPARTMENT willconsider 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: If to the PARTICIPANT: Florida Department of Transportation - District Four 3400 West Commercial Blvd. Fort Lauderdale, Florida 33309-3421 Attn: Antonette P. Adams, t954) 777-4624 With a copy to: Matthew Price (954) 777-4442 A second copy to: District General Counsel 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: Attomey With a copy to: Attorney *** Page 4 of 36 months from the date of being placed on the convicted vendor list. 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: If to the PARTICIPANT: Florida Department of Transportation - District Four 3400 West Commercial Blvd. Fort Lauderdale, Florida 33309-3421 Attn: Antonette P. Adams, (554) 777-4624 With a copy to: Matthew Price (954) 777-4442 A second copy to: District General Counsel 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 With a copy to: Attomey *** 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. 2005-018 , hereto attached. STATE OF FLORIDA INDIAN RIVER COUNTY DEPARTMENT OF TRANSPORTATION BY: t� S Thous S . r Cher, Chairman ATTEST: S. K. BARTON.CLERK Deputy CI:ark (SEAL) APPROVED: BY: 8CLu c UNTY 'strator A"PR, TO FORM fry.A.FF ENE. COUNT ATTORN BY: ROSIELYN QUIROZ DIRECTOR OF TRANSPORTATION SUPPORT APPROVED: (AS TO FORM) BY: DISTRICT GENERAL COUNSEL APPROVED: BY: PROFESSIONAL SERVICES ADMINISTRATOR Page 5 EXHIBIT A SCOPE OF SERVICES As a result of Hurricane Jeanne, 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 Jeanne. The DEPARTMENT will seek the maximum amount of FHWA funding available for reimbursement to the COUNTY. 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 (40) calendar days after notification from the Department of the approved invoiced amount. The DEPARTMENT will verify work has been completed and the amounts 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 incurredby DEPARTMENT wihe LOCAL ll holdlfuture I lEs have paymentseen and%rd by the COUNTY to the LOCAL MUNICIPALITY. The D 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 certificationof 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 $5,000.00 615,000.001 EXHIBIT B - METHOD OF COMPENSATION JEANNE FHWA-ER DDIR AND FINANCIAL PROJECT NUMBERS The COUNTY will receive progress payments for services based on the work that has been completed and accepted by the DEPARTMENT during the billing period. The COUNTY will invoice the DEPARTMENT with a breakdown by DDIR and Financial Project Number (FM) for the amount to be reimbursed. The invoice will not be accepted If the supporting documentation is inclomplete and/or invoiced costs are not eligible. DDIR Report # .188-001 Reimbursement FM # Indian River County 1/14/2005 DDIR Amounts Location 41758327801 Venous Description Signals - County Force Account - Sr Emergency $7,200.00 Subtotals J88-001 41758337801 Various Signals- County Force Account - fed aid non SR $717,000.00 $724,200.00 J88-002 41758327802 Various J88-002 ' 41758337802 Various Signals - County Contracts- Sr Signals - County Contracts- fed aid non SR $10,000.00 $990,000.00 $1,000,000.00 J88-006 41758327803 Various Signs.- Indian River County - Contracts - State $25,000.00 J88-006 41758337803 Various Signs - Indian River County - Contracts - non State FA $975,000.00 $1,000,000.00 .188-007 41758327804 Various Signs - Indian River County - Force Account - State $60,000.00 J88-007 41758337804 Various Signs - Indian River County - Force Account - non State FA $1,050,000.00 $1,110,000.00 1 J88-008, . 1 41771717801 'Jungle Trail 1 Road wash-out and repair Force Account 6110,000.00 6110,000.00 J88-022 41758327805 Various Debris - Indian River County - Contracts SR 6212,000.00 J88-022 41758337805 Various Debris - Indian River County - Contracts Fed Aid - non SR 62,270,000.00 62,482,000.00 J88-023 41758327806 Various Debris - Indian River County - Force Account - SR 67,121.35 J88-023 41758337806 Various Debris - Indian River County - Force Account - Fed Aid non -SF $15,885.28 $23,006.63 J88-024 41758337807 Highland Drive blocked culvert Force Account $2,267.74 J88-024 41758337808 Highland Drive blocked culvert - Contract Work $150,000.00 6152,267.74 J88-025 1 41831917801 120th Avenue from 12th to SR60 lwashouts/shoulder repiar $15,000.00 1 J88-026 1 41758337809 14th Street (11tht. to 11th Ave) 'washouts/shoulder repiar $8,000.001 $8,000.001 J88-027 41758337810 12th St. (east of 27th, Vero Bch Elem., & at 21st Ct. to 20th Ave.) washouts/shoulder repiar $40,000.00 $40,000.00 1 J88-028 1 41758337811 166th Avenue (South of SR 60) 1Dirt road washout in center of road 66,000.001 $6,000.00 J88-029 41758337812 77th Street (east and west of 66th Ave.) washouts/shoulder repiar $6,000.00 66,000.00 1 J88-030 1 41758337813 116th Street at 71st Ct. (culvert washout, exposed utilities $5,500.001 $5,500.00 1 J88-031 1 41758337814 112th Avenue at 82nd Ave. 'Roadside washout that undermined guardrail 65,000.001 65,000.001 1 J88-032 1 41758337815 166th Avenue at Oslo Raod 'Roadside washout/undermined pavement $5,000.001 1 of 1 Total: 66,691,974.37 Exhibit C CERTIFICATION AS TO ACCURACY OF PAYMENT The undersigned , on behalf of and as a duly authorized representative of, , (hereinafter referred to as the "Agency") hereby certifies, to the best of Agency's knowledge, information and belief, to the Florida Department of Transportation (hereinafter referred to as the "Department") as follows: 1. That the Invoice/Reimbursement Request package for Joint Participation Agreement Number , Financial Project Number(s) ,(hereinafter referred to as the "Invoice") is in compliance with the Agreement, FHWA ER Manual or other acceptable plan as developed by the Agency; and 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 payment based on the attached Invoice and supporting documentation; and, 4. That the Agency hereby agrees to indemnify and hold the Florida Department of 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 misconduct of the Agency and persons employed or utilized by the Agency in the preparation and/or audit of the Invoice, supporting documentation, and execution of the work as outlined in the Scope of Services. 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 Fldrida County of Sworn to and subscribed before me this day of by (Print name of the person signing the Certification) Notary Public A false statement or omission made in connection with this certification is sufficient cause for suspension, revocation or denial of payment, and may subject the person and/or entity making false statement to any or all civil and criminal penalties available pursuant to applicable Federal and State Law. Commission Expires Authorized Agency Official Personally Known OR Produced Identification Type of Identification Produced By Title • . Pr DETAILED DAMAGE INSPECTION REPORT Report Number J88-002 u,5. Department of Transportation (Title 23, Federal -aid Highways) Federal Highway Sheet 1 Of Administration Location (Name of Road and Milepost) River County FHWA Disaster Number FL -04-04 Indian Inspection Date 10-04-2004 Description of Damage County -wide signal repair work associated with Hurricane Jeanne. Federal -aid Route Number n/a • Maintaining agency contract work. State County FL 88 -Indian River Cost Estimate Description of Work to Date Cost p (Equipment, Labor, and Materials) Unit Unit Price Quantity Completed Remaining Phase I (estimate) $200,000.00 Phase II (estimate) $800,000.00 rd o. a) CL6. c a) 01 . a) E tu Method Subtotal $200,000.00 $800,000.00 State Forces ✓ Contract PE/CE Local Forces Q Emergency Repair Total $ . ,/000) DOaJO c 0 w 0 in(n Ca) V w c ^a) 0. Method Subtotal PE/CE Local Forces State Forces ✓ Contract Right -of -Way • Perm. Repair Totals Environmental ✓ Assessment Recommendation Categorical Exclusion ,.EA/EIS Estimated Total .1!I p00 DI D. Recommendation ✓ Eligible Ineligible FHWA Engineer Nahir Mendo Date 10-4-04 Concurrence _ / ie?es No State Engineer l C— Date t0'2.6-04 .. Concurrence Local cy Repr eniative 1 Date to ZCo —VY Yes LI No . GO 1 Form FHWA-1547 (Rev. 4-98) U.S. Department of Transportation Federal Highway Administration DETAILED DAMAGE INSPECTION REPORT (Title 23, Federal -aid Highways) Report Number J88-001 Sheet of f Location (Name of Road and Milepost) Indian River County FHWA Disaster Number FL -04-04 Inspection Date 10-04-2004 Description of Damage County -wide signal repair work associated with Hurricane Jeanne. Maintaining agency force account work. Federal -aid Route Number n/a State County FL 88 -Indian River Cost Estimate a re c c 0 ET) 0 E W Description of Work to Date (Equipment, Labor, and Materials) Unit Unit Price Quantity Cost Completed Remaining Phase I (estimate) $100,000.00 Phase II .(estimate) $500,000.00 li?1-Ncc conA Ift.yrs QP_ar.r Jict D. (5e -c {rr;I.F'r CsOrrlrol.' COi.t 11 473 TIT -JAL aorl-)ro1 SG10L113,4-tta.t/1 e�.r�rrak .ic4 2��yo/am°' o. 11, -75r l-°.° Method Local Forces _ 0 State Forces Q Contract 1,241,200."° Subtotal $100,000.00 PE/CE Emergency Repair Total ; �-2 - 2 0 0 .°"5 Permanent Restoration Method ✓Q Local Forces Q State Forces 0 Contract Subtotal PE/CE Right -of -Way Perm, Repair Totals Environmental Assessment Recommendation �✓ Categorical Exclusion .0 EA/EIS Recommendation Concurrence Concurrence 0 Eligible El Ineligible [Yes No s E No Form FHWA-1547 (Rev. 4-98) FHWA Engineer Nahir Mendoz State Engineer /„ epresenta . �-- Imo/ Estimated Total 7241, 2oD.no Date 10-2 2004 Date /0 2if O'( Date ko U.S. Department of Transportation Federal Highway Administration DETAILED DAMAGE INSPECTION REPORT (Title 23, Federal -aid Highways) Report Number _ 007 Sheet Location (Name of Road and Milepost) of FHWA Disaster Number Description of Damage St 6v4 'DAr-‘A67C rock Hrt1ele t CAr-Ia- 'St;A^►'�I� tMA'"rE PA(' QGE A- Cc„),reT Inspection Date C4.1/C17 /Zc01-( Federal -aid Route Number Virc►2l.ous State County • 72L . It -T Fotom( Cost Estimate Emergency Repair Description of Work to Date (Equipment, Labor, and Materials) Unit Unit Price Quantity Cost Completed Remaining - 1 chest ' PA tit MEPL-Are-Qr't C•'r T tt4.-t Auee- c.au^r l 10x1, CO °z Method .Local Forces 0 State Forces 0 Contract Subtotal PE/CE .Emergency Repair Total Permanent Restoration (1100 DP0-d • Method 0 Local Forces 0 State Forces Environmental Assessment Recommendation XCategorical Exclusion 0 EA/EIS Recommendation Concurrence Eligible Concurrence. .• ••••:::-: ' • ;Yes, . • Folin FHWA454.7.:(Rev. 4-98) Ineligible Q No Q Contract 1 FHWA.Eni7 : er _ Subtotal PE/CE Right -of -Way Perm. Repair Totals Estimated Total 26 -itOt coo .° en Representativ Date Dat 4/911 Dat' DETAILED DAMAGE INSPECTION REPORT f.1 DETAILED Number VZ -- MO U.S. Department of TransportationTitle 23, Federal -aid Highways) • Federal Highway Sheet 0f Administration Location (Name of Road and Milepost) FHWA Disaster Number -/ 1 (A/ ieViI Inspection Oal ( ''a+'" ( Description of Damage v.)( t (0r A<VE (UE " t`v i -i J tUrisJE- — .e.!' LE Federal -aid Route Number Vie'Vet G t.) S C4 G rlA.,i R -id' Pte- '%rANcT '. -t1Q C State County r -L -81- Te -f -( Cost Estimate Description of. Work to DateCost Price (Equipment, Labor, and Materials) Unit Unit Quantity Completed Remaining $k,..4 em'Ate (,2 r pf..hc&-Le- r it 000� °u© O. •ca a co0 E - w Method Subtotal • Local Forces Q State Forces X Contract PE/CE Emergency Repair Total qt•((000MO P c 0 o N • 0 rtc 0 c m E 0 a Method Subtotal • PE/CE Local Forces ❑ State Forces 0 Contract Right -of -Way Perm. Repair Totals. En Ir mental Assessment Recommendation Categorical Exclusion ' Q EA/EIS / Estimated Total 11p: 000 • �/ / 01:10 Recommendation (Eligible Ineligible FHWA Eng) : C% Date/ /� r� (c/ v -i. Concurrence IJ Yes Q No• Stat -nginee ,� \5---� • DatI I C l/° t/ Concurrence :,. .. 'fes; No, [Agency epresentati :;f, ..�" - . .. .. Date ; .. /C G a/.. ... Form FHWA-1547 (Rev. 4-98) fel U.S. Department of Transportation. Federal Highway Administration DETAILED DAMAGE INSPECTION REPORT (Title 23, -Federal -aid Highways) Report Number -001 Sheet of Location (Name of Road and Mllepost) Surqz.Trail [ tatral-Cud YO act ety�� 1 d c.�n Qtver Ccs• FHWA Disaster Number f L--OLJ-0t-1 Description of Damage kuadL f u shtx�L� Inspection Date 10-2to-DLI Federal -aid Route Number State County F L $8 7i -r1 ct n 2tve r Cost Estimate Emergency Repair Descdptlon of Work to Date (Equipment, Labor, and Materials) cOd r2(ti r Unit Unit Price Quantity .Completed Cost Remaining Il-o�coo ° Method 0 Local Forces Q State Forces 0/Contract Subtotal PENCE Emergency Repair Total - S. tOIOCO.°' Permanent Restoration s t IO,t700. Method -Local Forces 0 State Forces Contract Subtotal PE/CE Right -of -Way Perrn. Repair Totals Environme I Assessment Recommendation Categorical Exclusion Recommendation Concurrence ligible 0 Ineligible es 0 No Concurrence [Fres Form FHWA-1547 (Rev. 4-98) No EA/EIS Representative Estimated Total C, I IOIODO!' Date - lD- 2 to -b..( Date OY Date •• 0DETAILED DAMAGE INSPECTION REPORT Report NumberJ-S7 -02.2 U.S. Department of Transportation (Title 23, Federal -aid Highways) Federal Highway Sheet 1 of i Administration • Location (Name of Road and Milepost) FHWA Disaster Number FG -0(--1 -0 (--) 3nCLian lb u -Q r avu. rx Inspection Date LO-ZCo —Dy Description of Damage ei10vl 5 K.Inn loved dU e t4ti no' ea -n C ,..QGl,t(l•Y\-Q.. Federal -aid Route Number kr01-1'1.OU-5 exyl 1-,-a,,D CL. �t�j is -or -P6-3+• CJS only t) State County PG 537' - Cost Estimate Description of Work to DateCost Unit Price Quantity (Equipment, Labor, and Materials) Unit Completed Remaining ! Emergency Repair IGLn:3 ,rtlmovr)J 1' c4,---1.1 YLit. .) iiiclib 2 nkz, 20 (. -thi) 210 , ate. °" -Tv-vrnpt d3ni1 (.0,-1-... 21 eoo-- Lla60 a -.ere rr0 .irl ra nQ ,,c,rto 21 z , t -c_o_i ioi (fl2) 2torrw. Method Subtotal 51 2922jp00.°" Forces State Forces [►Contract • PE/CE Local Emergency Repair Total li 2 ge-21 000.'x' c o . 12 0 Vi 0) CL ar f0 E i].3 MethodSubtotal PE/CE • Local Forces E State Forces Contract Right -of --way Perm. Repair Totals Environrndntal Assessment Recommendation f Categorical Exclusion [] EA/EIS Estimated Total A 2 48'2i Recommendation Eligible Ineligible FHWA E r (C%� GG^jj t�f '( Date 10-24-0qn Concurrence es No State g sneer �.�----� Date jQ -26 -a y Concurrence v Yes No Local Agen Representative 0-9 t C')e-,-4- Date a, Form FHWA-1547. (Rev. 4-98) • Cor DETAILED DAMAGE INSPECTION REPORT U.S. Department of Transportation (Title 23, Federal-aid Highways) Federal Highway Report Number JeN - o a. Sheet 1 of 1 Administration Location (Name of Road and Milepost) L�1+t tf� L1v2f ( OU �- FHWA Disaster Number FL— 0LlO'1 Inspection Date Id 26'-OI Description of Damage Dt10r 5 rem olio. d-ue - T021. Ct. 0_aoun, I- uuoi-l- H-ucane ecinrif2 - Federal-ald Route Number U a r oU-b State County FL. s-Tridt'on 'Rave Cost Estimate Cost Description of Work to Date (Equipment, Labor, and Materials) Unit Unit Price Quantity Completed Remaining Pi c nra plear(r 1..i nr 1 a idr6 cat F(rne (DP 1QJ''rat t me in }-1 ryla+r pin 6-D .Pr .i a FA, ori no_ 5 -t-crn .t-(Pr ue n (,) 53 • (05 .ert 5.._ (1.In 3 lahar 4t.l 1, 99'2.32 o� (1c c 5 R. PCttU 4- 16 Pi isci 2 eco a� E t.kt,-t-rx\n .Upt•-ne l w MethodSubtotaii 2 3i oO (D • !,3 tical Contract PE/CE Forces State Forces Emergency Repair Total .3 9.,31 n0 (o .(„s Permanent Restoration Subtotal Method • PE/CE Local Forces D State Forces Contract Right-of--Way Perm. Repair Totals Environme ssessment Recommendation Categorical Exclusion EA/EIS Estimated Total 2,1C0(1) • (Q3 Recommendation Eligible E Ineligible�/j/JS FHWA En %16 Date 1,0- ' --by Concurrence es E Noej S to En ee < ( Date p -t6'-G Concurrence obeYes Q No tical Agen Repre ntative LA) I Date 10 1246`1 • Form FHWA-1547 (Rev. 4-98) U.S. bepartment of Transportation Federal Highway Administration Location (flame of Road and Milepost) ir-11'9h1a.pciD V , ( 23 rd 5, J) Q,+ 2,1"51-. �w DETAILED DAMAGE INSPECTION REPORT (Title 23, Federal -aid Highways) Report Number J8g- o2 -L-1 Sheet of FHWA Disaster Number FL-oy-may Inspection Date 10 —26) 01-1 Description of Damage due. me Federal -aid Route Number State County FL $$ anciIan Q,vr Emergency Repair Cost Estimate Description of Work to Date (Equipment, Labor, and Materials) r^.u.: upf-% -n ru 1 n x P(nt i) r)P I.ar, , J (nrAtfl3 _ l'Yl +hP Cay.) \1 Method 0 Local Forces Permanent Restoration Method Q Local Forces 0 State Forces Environmenta Assessment Recommendation ategorical Exclusion Recommendation l� Concurrence Concurrence Eligible Yes 0 State Forces Q. EA/EIS Q Ineligible 0 No Unit Contract Unit Price 0 Contract FHWA E State Engineer • Quantity Subtotal PE/CE Emergency Repair Total ffi /522.67.'' Completed Cost Remaining 2.2col .7' 152,2!,7.24' Subtotal PE/CE Right -of -Way Perm. Repair Totals Estimated Total X52, 20'7. �y I1 I Agen epresentative (e [] No Form FHWA-1547 (Rev. 4-98) 1 Date 10 -2(o -a4 -f Date /0 -A6^° ' Date �'• s' DETAILED DAMAGE INSPECTION REPORT U.S. Department Form Report Number S g• 3 - p 25 of Transportation Title 23, Federal -aid Highways)Sheet Federal Highway 1. of —L Administration Location (Name of Road and Mllepost) FHWA Disaster Number -Ou 20"'Auentke Cao.+h 0 F 5-a+c ��V�Ut J Q , -0 Inspection Dae I 0 ZCo — WI Description of Damage 11,004,00.d damac cs eluL c 1 Y Sea nne • Federal -aid Route Number Ova lane. Luctd State County RL B 2-Ird.an Rwer Cost Estimate Description of Work to Date Unit Unit Price QuantityCost (Equipment, Labor, and Materials) Completed Remaining P n/rd wct_ L r -t. ,i i i'S .B 1 S °' iC00. kink- : arc were flour log ,: ,_ .Q Lth*-h I/y rn i le -M P r rr (-i- CC Citi he erY1Siott rr.d. OS Melt N TC. . a) EP m E w Method Subtotal'?9 '� i S oo. Local Forces fl State Forces 'ontract PEJCE fr) Emergency Repair Total $ i Sx000 .''v c 0• o 11) . m .r c a) c m ti Method Subtotal PEJCE Local Forces E State Forces 0 Contract Right-of-Way Perm. Repair Totals Environmentssessment Recommendation categorical Exclusion • •EA/EIS Estimated Total 4o0 15 iSTO 00 . Recommendation ligible Ineligible FHWA Enginee Date tD-2tc -0t-(Concurrence LJ es No State Engineer Date /Q --ar-ol Concurrence COYes ❑ No Local Ag cy Repres ntative fl-) . -t Date /0 -Z-C-0/- ZG-O/ Form FHWA-1547 (Rev. 4-98) U.S. bepa nt of Transportation Federal Highway Administration Location (Name of Road and Milepost) 4 S -1-v eel- (I►+" Cott + +o 11+1' AUei ►ue DETAILED DAMAGE INSPECTION REPORT (Title 23, Federal -aid Highways) Description of Damage Q,C0j3idt waSN e t 0.1L -Le. Description of Work to Date (Equipment, Labor, and Materials) Cost Estimate Unit Method 0 Local Forces Q State Forces [Contract Method 0 Local Forces Environm mow. Assessment Recommendation ❑ EA/EIS Exclusion cp State Forces Recommendation Concurrence Concurrence Eligible Q Ineligible Yes 0 No 0 No fes Forrn FHWA-1547 (Rev. 4-98) earn e Unit Price 0 Contract Quantity J1? - Otto Sheet I of FHWA Disaster Number F L - DIA —O -1. Inspection Date tO -2(3-OLE Federal -aid Route Number State County FL g�-1lcatn�er Completed Cost Remaining g1cpo. Subtotal PE/CE Emergency Repair Total It$, OCO . °' Subtotal PE/CE Right -of -Way Perm. Repair Totals $000. , Estimated Total $ FHWA. Engine State Engineer ency presenta Date 10-2(e -OU Date 0 -16-0/ Date G�`Z�D-p DETAILED DAMAGE INSPECTION REPORT U.S. Department of Transportation (Title 23, Federal -aid Highways) Federal Highway Administration Location (Name of Road and Milepost) 12+1, S4 -rte + : • ect.b. o 27+h A -'e • k-ro (beric-In Elemcn+ary. a-1- 21 54-0-4 -4o 201' Ave. Report Number Sheet 1. of FHWA Disaster Number F L- ()Lei—Oy Description of Damage 12ADALt6i CIA i va.s \ou-f-5 due. -}44--urriCcou�Jean'n� Inspection Date t0-2(o—01i Federal -aid Route Number State County Vii. g�-fir tut, Cost Estimate Emergency Repair Description of Work to Date (Equipment, Labor, and Materials) Unit Unit Price Quantity Completed Cost Remaining ( nol't.tyv.t f r-r°pn irS [,brit_ ro-t-tnrih 0-ktr-e- 1-r_r- rx--1-c.ck els .n V\ - rti AP +2, kh c i r froyi•vvt ; -h 1 (t.,011+11(✓) D.5rni s�- DP 27+k Aue U 6eae- - Ft-rryttf o - i} 2i 4(':1 ko ?n Ave 15 /CYn .f2 10 000.'° 154OLD Method 0 Local Forces • 0 State Forces Contract Subtotal PE/CE Emergency Repair Total -401000.e- -401000 a' • Permanent Restoration Method 0 Local Forces 0 State Forces 0 Contract Subtotal PE/CE Right -of -Way Perm. Repair Totals Environmetal Assessment Recommendation Categorical Exclusion EA/EIS Recommendation Eligible ❑ Ineligible FHWAE Concurrence State Engineer No Estimated Total a_12 --,,Ws (57- Concurrence Vies E No Local Agency Re esentativ CX) r 40, 000.°° Date t0-2(D'OY Date 66 -�6=oy Date Form FHWA-1547 (Rev. 4-98) • es)DETAILED DAMAGE INSPECTION REPORT Report Number Te S' : 02% U.S. Department of Transportation (Title. 23, Federal -aid Highways) Federal Highway Sheet ( of l Administration Location (Name of Road end Milepost) rr ((�� � FHWA Disaster Number F L. — �u-oma .. lY tNZ►� UC �JLL - �l l7F SQ (� Inspection Date 10'26 —09 Description of Damage OLLA.)CLUI Wash o (Ait.-k r) o -At -i-o rri ccurlt aro.4 . Federal -aid Route Number State County (� FL eT "ari 14v2r Cost Estimate Emergency Repair 1 Work to DateUnit Cost Description of (Equipment, Labor, and Materials) Unit Price Quantity _ Completed Remaining (2,vintWa-ui YL. nAY S (, cob .°' Method Subtotal $ (p.0IDD • "~ Contract PE/CE Local Forces State Forces Emergency Repair Total 4 (9 fjut), r Permanent Restoration • Subtotal . Method PE/CE Local Forces 0 State Forces 0 Contract Right -of --Way Perrn. Repair Totals Environmena I Assessment. Recommendation ategoricai Exclusion ' EA/EIS Estimated Total 7+ (0 PDC) Recommendation Eligible Ineligible FHWA Engin /f Cv�.•�/,5 q3-7 / Date Z(D—ou Concurrence —� &YeS No Stat ng neer Date iOZ(•O ti Concurrence..___,Lo 'es No gency R resent ti e Date /0 _ZeV— O51 Form FHWA-1547 (Rev. 4-98) U.S. Department of Transportation Federal Highway Administration DETAILED DAMAGE INSPECTION REPORT (Title 23, Federal -aid Highways) Location (Name of Road and Milepost) c.4 (,tct — ar d uues-F DC Co LD ue vw c - Description of Damage Rwta wash 0 Cost Estimate co m d d E w Description of Work to Date (Equipment, Labor, and Materials) t 7t t✓ji )fL4 rC f ra.iY Method Local Forces D State Forces Permanent Restoration Unit Contract Method Local Forces Unit Price 0 State Forces E] Contract Environme ssessment Recommendation Categorical Exclusion EA/EIS Recommendation Eligible E Ineligible Concurrence es Q No FHWA Engineer State Enginee Concurrence Yes No Quantity Report Number . 86-029 Sheet ( of f FHWA Disaster Number PL -OW _ Oy Inspection Date (0 —2C, —O L/ Federal -aid Route Number State County {� FLS g OI.; or. 1 t� Completed . . Cost Remaining (40,000•°' Subtotal (oOO.`" PE/CE ' Emergency Repair Total {1 (o pop r° 't"' f Subtotal PENCE Right -of -Way Perm. Repair Totals. Estimated Total 600O.cr Date 1b -o4 ency R •resentativ Form FHWA-1547 (Rev. 4-98) Cir DETAILED DAMAGE INSPECTION REPORT U.S. Department of Transportation Federal Highway Administration (Title 23, Federal -aid Highways) report INUIIIIJOI vFE-o3° Sheet Location (Name of Road and Milepost) (ca tk - -r 115k e�+ . Description of Damage C lvtr-F wabhout p ( of FHWA Disaster Number FL- du—Oy Inspection Date ld'2t.o-0Li Federal -aid Route Number State County F i rr Ty-,cL an p,;tsc►- Cost Estimate Emergency Repair Description of Work to Date (Equipment, Labor, and Materials) Unit Unit Price Quantity Cost Completed Zorxelf Lin f 1 r -r f fel' r5 Remaining Method ❑ Local Forces . E State Forces Contract Subtotal PE/CE Emergency Repair Total 5'Do.— Permanent Restoration Method Ej Local Forces t3 State Forces Contract Subtotal PE/CE Right -of -Way Perm. Repair Totals Environ tal Assessment Recommendation .V Categorical Exclusion Q EA/EIS Recommendation Eligible ❑ Ineligible Estimated Total Concurrence [Dies Q No State Engineer ",,c00.`" Date JO- ZCo --OL/ Date Concurrence [✓'Yes ❑ No Form FHWA•1547 (Rev. 4-98) gency presehtative Ek—c)--r; Date .,. Form FHWA-1547 (Rev. 4-98) Report Number . cab- DETAILED DAMAGE INSPECTION REPORT S B'$ - 03 1 U.S. Department of Transportation (Title 23, Federal -aid Highways) Highway Sheet f of 1 Federal Administration Location (Name of Road and Milepost) h FHWA Disaster Number L, - oy -ou 12-4 AU e mid oc-1- S.2'd n(� l�V�1'ty� Inspection Date IO-2Zlo—o4 Description of Damage (Load5 cle wa51A0U+ -11,a:1- uincl. rwl;inc. d ordr-a;I. Federal -aid Route Number • State County Cost Estimate Emergency Repair Description Work to DateUnit Cost of (Equipment, Labor, and Materials) Unit Price Quantity Completed Remaining Qr'YIALU e.q rzpra t r n ' $ s, non � Method Subtotal . 5/000. 'r' PE/CE C Local Forces State Forces ontract Emergency Repair Total i . o •00. vo c 0 o` . to IX '"E' c E. a a) in. Subtotal Method PENCE Local Forces E State Forces D Contract Right -of -Way ' Perm. Repair Totals Environmen ssessment Recommendation ategoricai Exclusion ' EA/EIS Estimated Total -rp S0 00 Recommendation ligible Q Ineligible FHWA En a � (1 Date to -2-6-04 Concurrence [fes E No State ngineer ` lam— Date -715-04, Concurrence eyes No cal Agency presents v 1 \ W s �,-J0 Date J0 - Zb'-' 0 4 Form FHWA-1547 (Rev. 4-98) U.S. Department of Transportation Federal Highway Administration DETAILED DAMAGE INSPECTION REPORT (Title 23, Federal -aid Highways) Report Number `6'$ 032 Sheet Location (Name of Road end Milepost) (¢ (rIL Av,en 0010 2.o ad L of FHWA Disaster Number Description of Damage ►Q c -4fd=e washou + / u vi rvvir�d �atte rnent Inspection Date I t7 - 2(c -0 Li Federal -aid Route Number State County r� gg- oI'an Cost Estimate Emergency Repair Description of Work to Date (Equipment, Labor, and Materials) Unit Unit Price Quantity Cost Completed Remaining ao04 u.)0 -Ad rr fair c� t _nn p at Method 0 Local Forces 0 State Forces ontract Subtotal PE/CE Emergency Repair Total S l000.''D Permanent Restoration S1pap. Q° Method Ej Local Forces E] State Forces 0 Contract Subtotal PE/CE Right -of -Way Perm. Repair Totals Environme Assessment Recommendation Categorical Exclusion 0 EA/EIS Recommendation Iigible 0 Ineligible Estimated Total Concurrence 0 No. State Engineer Concurrence es Q No Form FHWA-1547 (Rev. 4-98) I Agency Representative 67 5DO Date (o - Z (-opt Date Date (o -Z6 -Cy • Y•