HomeMy WebLinkAbout2005-061 V�
D5 � D (o
EXHIBIT " A"
FLORIDA DEPARTMENT OF TRANSPORTATION EMERGENCY JOINT
PARTICIPATION AGREEMENT FOR FUNDINGOF THE
CLASSIFIED
REPAIROF
FEDERAL HIGHWAY ADMINISTRATION FUNCTIONALLY
COUNTY ROADS IN INDIAN RIVER COUNTY DAMAGED BY
HURRICANE FRANCES
7
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 25TH 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 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 , 2005, 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 ($41592 , 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 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 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 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
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 international 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 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
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 ) 7774624
With a copy to : Matthew Price (954) 7774442
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 specked
herein . Authorization has been given to enter into and execute this Agreement by Resolution
No . 2005 - 017 hereto attached .
STATE OF FLORIDA
INDIAN RIVER COUNTY DEPARTMENT OF TRANSPORTATION
BY: BY:
Taoziiis S-JZTrEber , Cbairz�= ROSIELYN QUIROZ
DIRECTOR OF TRANSPORTATION SUPPORT
ATTEST : J . R . BARTON , C M APPROVED : (AS TO FORM)
Deputy Clark (SEAL) BY: .
DISTRICT GENERAL COUNSEL
APPROVED : APPROVED :
BY: V1 jZ1 0 BY:
UNTY Administrator PROFESSIONAL SERVICES ADMINISTRATOR
4SSISTANT
OVED S TO FORM
E SUFFI Y
/oz/ooz
ARIA E . FE
COUNTY ATTORNEY
r
Page 5
EXHIBIT A
SCOPE OF SERVICES
ergencyt
As a result of Hurricane Frances , the COUNTY or other LOCAL M U ICIP LITY will ill E�rfor `B°to restore
described in the signed Detailed Damage Inspection Rep (DDIR' s )
Federal Aid Roads damaged during Hurricane Frances , 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 in\oice 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 the LOCAL O he COUNTY for failure The DEPATMENT to issue payment ' ll hold future payments
to the LOCAL MUNICIPALITIES for
reimbursement
ent due
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
EXHIBIT B - METHOD OF COMPENSATION
FRANCES 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.
Indian River County
1 /14/2005
DDIR Reimbursement I DDIR Amounts
Re ort # FM # I Location Description Emergency . Subtotals
F88-002 41728627803 Ivarious Si nals - County Force Account - Sr $9,000.00
F88-002 41728637803 lVarious I Signals - County Force Account - fed aid non SR $720,000.00 $729,000.00
F88-003 41728627804 Various Si nals - County Contracts- Sr 1 $ 109000.00
F88-003 41728637804 lVarious I Signals - County Contracts- fed aid non SR 1 $590,000.00 $600,000.00
F88-009 41728637808 Ocean Drive Washout $6009000.00 $600,000.00
F88-010 41728627805 VariousSi ns - Indian River County - Force Account State I $20,000.00
F88-010 41728637805 lVarious I Signs - Indian River County - Force Account - Off State FA 1 $283,400.00 $303,400.00
F88-011 41728627806 JVanous Debris - Indian River County - Force Account - State $5,000.00
F88-011 41728637806 lVarious IDebris - Indian River Count - Force Account - non State FA $40,723.891 $45,723.89
F88-012 41728627807 lVarious Debris - Indian River County - Contracts SR $562,537.00
F88-012 41728637807 JVarlous Debris - Indian River County - Contracts Fed Aid - non State 1 $19751 ,390.00 $2,313,927.00
Total: $49592 050.89
1 of 1
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
A false statement or omission made in
State of Florida connection with this certification is sufficient
County of
Swom to and subscribed before me this day of cause for suspension , revocation or denial of
by payment, and may subject the person and/or
entity making false statement to any or all civil
(Print name of the person signing the Certification ) and criminal penalties available pursuant to
applicable Federal and State Law,
Notary Public
Authorized Agency Official
Commission Expires
Personally Known OR Produced Identification By
Type of Identification Produced Title
DETAILED DAMAGE INSPECTION REPORT KOPUILNUI Iwe F88 - 002
u .S . Department
of Transportation (Title 23 , Federalmaid Highways ) Sheet 1
Federal Highway
Administration of
Location (Name of Road and Milepost) FHWA Disaster Number
Indian River County FL - 04 - 02
Inspection Date
09 - 21 - 2004
Description of Damage Federal-aid Route Number
Hurricane Frances traffic signalization repairs . Maintaining agency 10 - 04 - 2004
force account work .
State County
FL 88 - Indian River
Cost Estimate
Description of Work to Date Unit Unit Price Quantity Cost
(Equipment, Labor, and Materials) Completed Remaining
Phase I $ 100 , 000 . 00
CL
W phase II $ 500 , 000 . 00
. C
21 (0-m
' eo
E r
w cai
I
Method Subtotal $ 100 , 000 . 00 G 219 OOO
0✓ Local Forces State Forces Contract PENCE
Emergency Repair Total `7 2q 000 ,0 °
c
0
M
m
0
w
a�
tr
.r
- C
c
[C
d.
Method Subtotal
✓Q Local Forces State Forces Contract PE/CE
Right-of-Way
Perm. Repair Totals
Environmental Assessment Recommendation
Q✓ Categorical Exclusion , EA/EIS Estimated Total 7 2I000
Recommendation FHWA Engineer Date
✓] Eligible E] Ineligible
Nahir MendoVg<o� 10 - 04 - 2004
ConcurrenceState Engineer Date
[JoYes E] No a
j0 �
Concurrence Lo I Agency R esentabyt Date
�s F� No _ ff 0274 - 0
Form FHWA-1547 (Rev. 448)
Report Number
• FBB - 003
�r DETAILED DAMAGE INSPECTION REPORT Sheet
i U . S. Dapartment 1 l
of Trenaportstion (Title 23 , Federal -aid Highways) Of
Federal Highway
AdminletzI FHWA Disaster Number
Location (Name of Road and MUepost) FL - 04 - 02
Indian River County Inspection Date
10 - 05 - 2004
Federal-aid Route Number
Description of Damage
Hurricane Frances traffic signalization '. repairs . Maintaining agency n / Coun
contract work . State �'
FL BB - Indian River
Cost Estimate
Cost
Description of Work to Date Unit Unit Price Quantity Completed Remaining
(Equipment, Labor, and Materials) $ 100 , 000 , 00
Phase I
o $ 500 , 000 . 00
a
Phase II
c
0
21
a�
E
W
Subtotal $ 100 , 000 - 00 $ 5001000 ' 00
Method PE/CE
Emer en
❑ Local Forces . State Forces Q Contract g cy
❑ Repair Total $ 600 , 000 , 00
c
0
m
0
W
0
tr
c .
a�
c
m
a Subtotal
Method PE/CE
Local Forces ❑ State Forces ❑✓ Contract Right-of-Way
Perm . Repair Totals
Environmental Assessment Recommendation ❑ EA/EIS Estimated Total $ 600 , 000 - 00
❑✓ Categortcal Exclusion Date
FHWA Engineer
Recommendation .� I 0 - 2004
Q Eligible ineligible Nahir Mend a Date
Concurrence State Engineer �. /� t0 X 6WO
Yes [] No V
I Agency presentative ^ -. Date
Concurrences
eYes ❑ No
Form FHWA-1547 (Rev. 4-9B)
Report Number
�r DETAILED DAMAGE INSPECTION REPORT ocpt
U.S. Department Sheet
of Transportation (Title 23 , Federal -aid Highways)
Federal Highway of
Administration
Location (Name of Road and Milepost) FHWA Disaster Number
oc� - O Z
ICkvc— o2 coa >`rt �( - C�C.C1�1 � I - 144t I J inspection Date
l o f,o Z
Description of Damage Federal-aid Route Number
�yACJwa��
'De
State . County
Cost Estimate
Cost
Description of Work to Date Unit Unit Price Quantity
(Equipment, Labor, and Materials) Completed Remaining
� Al
� ab0
a lr
a
ID
W
U
C
m
m
E
LU
Method Subtotal
Local Forces State Forces Contract PEICE
Emergency Repair Total }
c
0
L°
0
m
c
m
c
co
E
a�
CL
Method Subtotal
PEICE
Local Forces Q State Forces ❑ Contract Right-of--Way
Penn. Repair Totals
Environmental Assessment Recommendation I ,,`, ��f�9
'Categorical Exclusion ❑ EA/EIS Estimated Total �'i ���"
Recommendation FHWA nine Date
Eligible Ineligible t ICA,(
Concurrenceto Eng l er
es No D /014g JOH
Concurrence Local gency R presentative Date
Yes No
Form FHWA-1547 (Rev. 4-98)
Report Number F
17M
DETAILED DAMAGE INSPECTION REPORT Sheet of(Title 23 , Federal-aid Highways)
Fsds rig Y
Adml on FHWA Disaster Number
Location (Name of Road and Milepost) FL - DH - 0`1
Inspection Date
t t O
SnC1 i �i u Y moun - (�
`1 Federal-aid Route Number
Description of Damage I - , (ar �U,�j
61 n d.ar;na e C�.t L T ruYr i C'Q � e 1-r�t n c � S • State County +
MC 4-C Po(- occwt - �FL gg - �irY� ton t Y }`
Cost Estimate
Cost
Description of Work to Date Unit Unit Price Quantity Completed Remaining
(Equipment, Labor, and Materials)
l0 2 � •de
o +r V (w 11 100 000
I 5
CL ano
CD
tY
U
C
m
d
E
W
Subtotal 2
Method PENCE
�ocal Forces State Forces Contract
Emergency Repair Total 00 • '
f
c
0
m
0
y
C
C �
C
CD
a Subtotal
Method PENCE
Local Forces State Forces Contract
Right-of-Way
Perm. Repair Totals
00
Environmprftl Assessment Recommendation A/EIS 3D 3 <( Q .
Categorical Exclusion ❑ EEstimated Total
Date
Recommendation FHWA Engineer 10 _ to _ p y
Eligible E] Ineligible
Elie Date
ConcurrenceState Engineer
to 11111116 —CJ c�
Yes ❑ No Date
Concurrence oval Agency Repr entati ` 0
Yes C No
morm FHWA-1547 (Rev. 4-98)
Report Number
rr DETAILED DAMAGE INSPECTION REPORT Fgg - 01 t
U.S. Department Sheet
of Transportation (Title 23 , Federal-aid Highways) , of I
Federal Highway
Administration
FHWA Disaster Number
Location (Name of Road and Milepost)
FL - o '-1 - 02
T t UP i' Cpv t'1 1, Inspection Date
0q
Description
Description of Damage Federal-aid Route Number
ri5 tnUa,l a6soC'ia41'd 40 41J m cant h anca. 5 . far i ou5
�. m
I`^ e -C 2: 1 ' yy cjjC L 'A f 11 �L1C � � rC� O-CCOu f7� Gr��-} j � fi�2 State County
Glu on'td
FL $$ -J; rat kr� � ve �(
Cost Estimate
Cost
Description of Work to Date Unit Unit Price Quantity -
(Equipment, Labor, and Materials) Completed Remaining
2t ' r
I-2 nom' a! 54 3 . 8
Va4 Ln -�- IIIPIIII
vv.a,{c riot
a
U
C
d
O)
CD
E
W'
Method Subtotal
Op"Local Forces State Forces Contract PEKE
Emergency Repair Total s} Gj 2 9
C
0
m
0
N
d
of
w
C
m
C
d
a
Method Subtotal
PEICE
Local Forces State Forces Contract Right-of-Way
Perm. Repair Totals
EnAronntal Assessment Recommendation t1tJ
[✓Categorical Exclusion ❑ EAIEIS Estimated Total —t 1 .72 3
Recommendation FHWA Engineer Date
Q Eligible Ineligible r 10
Concurrence State Engineer Date
Yes No
' Concurrence' Local Agency Represen 'vaDat
^ e
a Yes INo-
Form FHWAA547 (Rev. :4wS8) :
Report Number
�r DETAILED DAMAGE INSPECTION REPORT Sheet
U.S. DepartmentOf
ofTransportaWn (Title 239 Federal-aid Highways)
Federal Highway IIIIIIIIIFHWA Disaster Number
Administration
Location (Name of Road and Milepost) 'Fi^ by O Z
Inspection Date
Federal-aid Route Number
Description of Damage VO ( p v 5
�lrc C' l S rPC:r� ° V �`� RJ�ir ?a P"FuR'C I CA "( F'r2s1C F. 5 State County
C.br4�t4 taT CrC
Cost Estimate
Cost
Description of Work to Date Unit Unit Price Quantity Completed . Remaining -
(Equipment, Labor, and Materials) ,
f 1111! VAAL —
Li $
kd t, r _ rs k Q 124 48 2 . ep-
a t 2.dlY0.1 -GtIG� � � IG "1 I • o0
C 21 I y o0
4 . 00 ZI17 � a IZ
Ice c 0 3 2 3 7 OD
w t _ sc� i . G 172014Ilo . °°
C`C I y 3 32 01 �►9 48
Subtotal . 31 39a ;r
Method PEICE
State Forces Contras Repair Total 13139 :17*
• °
Local Forces Emergency p
c
0
w
0
».
N
CD
w
r
C
m
C
a7
E
a`) Subtotal
Method PEICE
State Forces Contract Right-of-Wey
Local Forces FPerm• Repair Totals
; °;
Environmental Assessment Recommendation ❑ EAlEIS Estimated Total
�j313,�1a r
7K Categorical Exclusion Date
FHWA Eng r � Id �✓
Recommendation Eligible Ineligible
Dat
State gi • G \ � /d
Concurrence Yes No ('�
Date
op ncy R resentative
Concurrence
D Yes . a No : .
Form FHWA-1547 (Rev. 4-98) " "
RESOLUTION NO . 2005- 2005 - 017
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 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 n ;; , and , upon being put to a vote , the vote was
as follows :
Chairman Thomas S . Lowther AXP
Vice Chairman Arthur R. Neuberger Aye
Commissioner Wesley S . Davis Aye
Commissioner Gary C . Wheeler AVP
Commissioner Sandra L . Bowden Aye
The Chairman thereupon declared this Resolution duly passed and adopted this 15th
day of February, 2005 .
Attest : J . K. Barton , Clerk BOARD OF COL NTY COMMISSIONERS
r / r
BY ��<aBY
Deputy Clerk Thomas S . Lowther, Mirman
Appr ed as to form leg sufficie cy:
By
arian E . Fell , A istan County Attorney