HomeMy WebLinkAbout2005-061a DILD - d is
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 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 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 . 2nn5 _ n1 adopted on Tehrmm 15 200 , 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 apart 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 exceed 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 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
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 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
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 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 , (554 ) 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
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 - 018 , hereto attached .
STATE OF FLORIDA
INDIAN RIVER COUNTY DEPARTMENT OF TRANSPORTATION
BY: S. (> BY:
Thomas S-TZ*ebe ' . aha-1 * Mar ROSIELYN QUIROZ
DIRECTOR OF TRANSPORTATION SUPPORT
ATTEST : So K . BARTONXIMK APPROVED : (AS TO FORM)
2z dze Z�
Deputy Clark (SEAL) BY:
DISTRICT GENERAL COUNSEL
APPROVED : APPROVED :
BY: tJ . BY:
UNTY ' ' strator PROFESSIONAL SERVICES ADMINISTRATOR
A PR TO FORM
A FWENC
E .ASs A COUNT
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, Allinvoices received by the county shall clearly
the COUNTY' s cost billed to the DEPARTMENT .
separate the cost to the LOCAL MUNICIPALITY from
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 ment duce to he COUNTY fothe LOCAL orfailDDEPARTMENT The l
failure issue payment to the LOCAL paymentsll hold future
reimburse 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.
4
Page 6
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.
Indian River County
1 /14/2005
DDIR Reimbursement DDIR Amounts
Report # FM # Location Descrl Uoenn Emer Subtotals
J Ot anus i naffs - countyonce ccount - r 200.00
J88-001 1 41758337801 JVadous [ Signals - County Force Account - fed aid non SR S717,000.00l $724 200.0
JOB-002 1 41758327802 Various Signals 7U5'unty Contracts- Sr $10,000.0
JBB-002 1 41758337802 Various Signals - County Contracts- fed aid non SR $990,000.001 $1000000.0
J88.006 1 41758327803 Various Si ns - Indian River Count - Contracts - State $25,000.00
J8MO6 41758337803 VanoUS Si ns - Indian River Count - Contracts - non State FA 1 $975,000.001 $1 000 000.0
JBB-007 1 41758327804 Various Signs - Indian River Count - Force Account - State $60,000.0
J88-007 I 41758337804 JiVarious Si ns - Indian River Count - Force Account - non Stale FA $1 ,050,000.04q $1110000.0
188.008 41771717801 IJungle Trail Road wash-out and repair - Force Account $ 110,000.0 $110 000.0
JBB-022 41758327805 Varous Debris • Indian River County - Contracts SR $212,000.0
J88-022 41756337805 Various Debris - Indian River Count - Contracts Fed Aid • non SR $2,270,000.001 $2l482,000.001
JBB-023 1 41758327806Various I Debris . Indian River Count - Force Account - SR 1 $7, 121 .351 1
J88-023 1 41758337806 Various Debris - Indian River Count - Force Account - Fed Aid non-S $15,8852 $23,006.6
J88-024 1 41758337807 1 Highland Driveblocked culvert - Force Account $2,267.741 i
J88 024 41758337808 ] Highland Drive blocked culvert - Contract Work 1 $1509000.0 $152,267.741
JBB-025 41831917801 120th Avenue from 12th to SR60 lwashoutstshoulder rapier 1 $ 15,000.0 $15 000.00
JBB-026 41758337809 14th Street 11th Ct. to 11th Ave washouts/shoulder re iar 1 $8,000.00 $6 000.00
12th St. (east of 27th, Vero Bch
J68-027 41758337810 Elem ., & at 21 st Ct. to 20th Ave.) washouWshoulder re iar $40,000.0i) $40 000.00
JBB-028 1 41758337811 166th Avenue (South of SR 60) 1 Dirt road washout in center of road $6,000.001 $69000.00
77th Street (east and west of 66th
J88-029 41758337812 Ave.) washouts/shoulder re iar $6,000.00 $6000.00
J88-030 41758337813 116th Street at 71st Ct. culvert washout, ex used utilities 1 $5,500.001 $5j500,001
J88.031 1 41758337814 112th Avenue at 82nd Ave. lRoadside washout that undermined guardrail 1 $5,000.001 $5,000.001
J88-032 1 41758337815 166th Avenue at Oslo Raod Roadside washout/undermined pavement $5,000.00 $5t()00,00
Total: $6 691 974.3
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 )(x) and 337 . 015) .
5 . Monetary Amount Submitted
A false statement or omission made in
State of Florida
County of connection with this certification is sufficient
Sworn 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
Commission Expires Authorized Agency Official
Personally Known OR Produced Identification By
Type of Identification Produced Title
Report Number
DETAILED DAMAGE INSPECTION REPORT J8e - 001
U. S. Department
of TransportaWn (Title 23 , Federal -aid Highways ) Sheet 1
Federal Highway
Administration of
Location (Name of Road and Milepost) FHWA Disaster Number
Indian River County FL - 04 - 04
Inspection Date
10 - 04 - 2004
Description of Damage Federal-aid Route Number
County - wide signal repair work associated with Hurricane Jeanne . n / a
Maintaining agency 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 ( estimate ) $ 100 , 000 . 00
Phase II . ( estimate ) $ 500 , 000 . 00
. I cu
CL C is o-0
of
T
U
C
W
tT
N
• E
LU
Method Subtotal $ 100 , 000 . 00
❑✓ Local Forces State Forces Contract PE/CE
Emergency Repair Total ; �2 � , 2 0
c
0
� r
tr
a�
C
m
a
Method Subtotal
✓Q Local Forces State Forces Contract PENCE
Right-of--Way
Perm, Repair Totals
Environmental Assessment Recommendation
a9
[]✓ Categorical Exclusion •❑ EA/EIS Estimated Total �� 7e-1 , 20 �•
Recommendation FHWA Engineer Date
❑✓ Eligible ❑ Ineligible Nahir Mendo r'J G 10 -R� 2004
Concurrence State Eryl, ee, Date
Yes ❑ No 1
Concurrence � ,//
IL, gency epresenta 've Date
No
Form FHWA-1547 (Rev. 4-98 )
Report Number
COW DETAILED DAMAGE INSPECTION REPORT
JBB - 002
U.S. DepartmentSheet 1
ofTransporletion (Title 23 , Federal -aid Highways ) of
Federal Highway
Administration FHWA Disaster Number
Location (Name of Road and Milepost) FL - 041111104
Indian River County Inspection Date
10 - 04 - 2004
Federal-aid Route Number
Description of Damage
County - wide signal repair work associated with Hurricane Jeanne . III n/ a
Maintaining agency contract work . State County
FL BB - Indian River
Cost Estimate
Cost
Description of Work to Date Unit Unit Price Quantity Completed Remaining
(Equipment, Labor, and Materials)
$ 200 , 000 . 00
Phase I ( estimate ) $ 800 , 000 . 00
Phase II ( estimate )
'ra
CL
W
T
U
C
01
d
E
W
Subtotal $$ 00 , 000 . 00 $800 , 000 . 00
Method
PE/CE
Local Forces State Forces [✓ Contract Emergency Repair Total
c
a
m
0
w
N
+J
C
d
C
W
N
IL
Subtotal
Method PE/CE
Local Forces State Forces Contract Right-of--Way
Perm, Repair Totals
Environmental Assessment Recommendation f o0o Dag
ZCategorical Exclusion 0 EA/EIS Estimated Total J
FHWA E!M:en:ddo
r Date
Recommendation 10 - 4 - 04
Q Eligible Ineligible Nahir Date
Concurrence � State Engineer
& 5 � No O - L6 ' ON
Local cY Repr ant five Date
Concurrence
l Yes No
Form FHWA-1547 (Rev. 4-98)
Report Number
DETAILED DAMAGE INSPECTION REPORT
=Administration
(Title 23, Federal-aid Highways ) sheet
of
Location (Name of Road and Milepost) FHWA Disaster Number
L - Ate{ O
/ %t leWC=Vt cowr%lI Inspection Dat
Description of Damage Federal-aid Route Number
�`j � Cq (•( �f'*!''LA�r'1� �L3(JE ""Cra i-��JR�.�C�1'r�t�' ^�-�� '�/iPC +� I oto S
State County
Cost Estimate
Description of Work to Date Unit Unit Price Quantity Cost
(Egyipment, Labor, and Materials) Completed Remaining
m
a
U
C
ID -
Ol
D)
E
LU
Method Subtotal
Local Forces State Forces Contract PEKE
Emergency Repair Total ( pfl too 10
c '
0
L°
p
N '
a)
w
C
d
C
co
E
Q1
D_
Method Subtotal
Local Forces State Forces Contract PE/CE
Right-of--Way
Perm. Repair Totals-
Envir nmental Assessment Recommendation
Categorical Exclusion EA/EIS Estimated Total /i L iso'
Recommendation FHWA Eng' r Date
MEligible ineligible ( c1& 116�0(
Concurrence Stat nginee Da
Yes No
Concurrence . . LAgency epresentativ Date
i--. . G . .
Form FHWA-1547 (Rev. 4-9.8)
Report Number
�W DETAILED DAMAGE INSPECTION REPORT Sheet 001
�
u.s. DePa
rT18^t (Title 23 , Federal-aid Highways) of
of TransPortation
Federal Highway FHWA Disaster Number
Administration
Location (Name of Road and Milepost) ( L
Inspection Date
V" l
Federal-aid Route Number
Description of Damage ,�(� � ( p u S
St �Cif� T>Ar 46bc ftwe State County z
'QAC-4E "C^ L
4
Cost Estimate
Cost
Description of Work to Date Unh Unit Price Quantity Completed Remaining
(Equipment, Labor, and Materials)
S rc�t..t - PEN
c
CL
m
Cr.
c
CD
E'
a)
E
W
Subtotal 1
Method PENCE
Contra
State Forces [� il
.Local Forces .Emergency Repair Total / / D Dom•
c
0
ns
0
u,
tr
c
C
c
C0
a' Subtotal
a
Method PENCE
Local Forces
State Forces ❑ Contract Right-of-Way
Perm. Repair Totals
Envir nmental Assessment Recommendation Estimated Total
Categorical Exclusion ❑ EA/EIS FHWADate
.En ar � 6 '� c.f
Recommendation
X1 Eligible Ineligible Dat
I III Ste ngin �o G p l�
ConcurrenceFOI Q No .�
Yes Lo en Represent five Dat
Concurrence. .
�] Yes, .�] No . . . _ - - . . . • - '' , _ , � . . ,
Form ;FHWA='f 5V. ( Rev:
DETAILED DAMAGE INSPECTION REPORT Report Number
U.S. Department
ofTransportation (Title 23 , . Federal-aid Highways ) Sheet
Federal Highway l of I
Administration
Location (Name of Road and Milepost) FHWA Disaster Number
JI,I. r�I� Tra� � ( tC1Lr0 .I 'OJd MC [Lk� y � r Lin kilayi 2,tver 304 Inspection Date
10 - 2IV -Dy
Description of Damage Federal-aid Route Number
Q.oaclwa � t�GSha� f' gu 19 lei
State County
FL s8 :Irclian P4vcr
r-
Cost Estimate
Description of Work to Date Unit Unit Price Quantity Cost
(Equipment, Labor, and Materials) Completed Remaining
a
m
cTi
c
a�
ar
CD
E
uj
Method Subtotal i 1010 CIS
Local ForcesState Forces Contract PEKE
Emergency Repair Total
c
0
0
W
d
C
d
C
ID
IL
Method Subtotal
Local Forces State Forces Contract PE/CE
Right-of--Way
Perm. Repair Totals
Environme I Assessment Recommendation
Categorical Exclusion E] EAIEIS Estimated Total i l0 WO .
Recommendation FHWA En ' Date
'�ligible E] Ineligible low 2L -a.l
Concurrence State En ' Date
�Pes No
Concurrence L"!yRepresentative Date
�es No
. Form FHWA-1547 (Rev. 4.98)
. Report Number
O DETAILED DAMAGE INSPECTION REPORT $ g - O �Z
U.S. Department Sheet r
l-aid Highways)
of Transportation (Title 23 , Fedora _� of
Federal Highway
Admtnlatretlon FHWA Disaster Number
Location (Name of Road and muspostJ
Inspections Date
Federal-aid Route Number
Description of Damage
✓�i�oVl 'S K ✓� IIVa--Q C�U �- -�"o rVi eco c ��ea.tl� Y�. UD� ri Ou.�
state County
�-�c� ed � � riz . ��5 o n � y
,e
Cost Estimate
Cost
Description of Work to Date Unit Unit Price Quantity Completed Remaining
(Equipment, tabor, and Materials)
P
111 0
Ila
CL
io
m
E
LU
Subtotal 2 g2=01°
Method PE/CE
Local Forces State Forces Contract
Emergency Repair Total yS'2 DDS.
0
IIIIIIIIIIIIn I 111 111111 1111111 1111 11 11111 11111111
ca
0
H
CD
r
C
D)
C
M
E
CL
Subtotal
Method PE/CE
Local Forces State Forces Contract Right-of-Way
Perm. Repair Totals
Environmental Assessment Recommendation Estimated TotalWo 4821 a
LJ Categorical Exclusion [� EA/EIS
FHWDate
A E
Recommendation
Eligible E] Ineligible Date
Concurrence State ngineer
eElls No ,
Local Age Rep oe a tativ' a Date
Concurrence C�
yes � No i
Form FHWA-1547 (Rev. 4wl
Report Number
DETAILEDDAMAGE INSPECTION REPORT ��� - 23rr
epartrnentofnsportatlon Title 23 , Federal -aid Highways ) Sheet
Federal Hlghway
Administration Of
Location (Name of Road and Milepost) FHWA Disaster Number
I 1= L — Oil �O L4
aY)rjl 0L n Lt e r Co L.l. ►t- -1�1 Inspection Date
. 10 2to -- oy
Description of Damage Federal-aid Route Number
i:) dorL@ 5 rpatrnoucJ d-uc 4o Hl wve . cause JI ecln " Ua r► cxUS
State County
�D2P a o aou.ruVoy Ft. sts -7.� ton
Cost Estimate
Description of Work to Date Unit Unit Price Quantity Cost
(Equipment, Labor, and Materials) Completed Remaining
o. ( �— (a 53 • ta5
>r
-I— 8Q2 .9h
E
Lu
Method Subtotal3 3
Local Forces State Forces Contract PE/CE
Emergency Repair Total ' (o eta 3
c
0
0
N
d
tY
w
C
d
C
W Egg
E
d
CL
Method Subtotal
Local Forces State Forces Contract PE/CE
Right-of-Way
Perm. Repair Totals
FEnlronm:":�Assessment Recommendation
orical Exclusion Q EA/EIS Estimated Total ommendation FHWA En ' Date
Ev Eligible Ineligible
Concurrence Stite Enrileer Date
es No
ConcurrenceLocal Agan Repre nttat Date
es No Lit/ jCj Z� 6
Form FHWA-1547 (Rev. 4-98)
Report Number
DETAILED DAMAGE INSPECTION REPORT MMMMMMMMMM S$$ - OLL
U.S. Department
Sheet
of Transportation (Title 23 , Federal -aid Highways t of
Federal Highway
Administration FHWA Disaster Number
Location (Name of Road and Milepost) F L - D uoweDy
23 rd �reC,+ 5W ) Q.+ 21 5W Inspection Date
�hl� rc� � e io - 2(0 - 044
Federal-aid Route Number
Description of Damage
luer-�- due. 410L,).n i mrnr� e
State County
Ft. � $ Zr�cL (an Q,'. �cr
Cost Estimate
Cost
Description of Work to Date Unit Unit Price Quantity Completed Remaining
(Equipment, Labor, and Materials) o.
2 2 l0"1 . 7z P5 ppO.
dAn
�-�
a
d
lr
T
U
C
m
L
E
w
Subtotal 152 267. 7"
Method PENCE
Local Forces Q State Forces LJ �on� I �y
Emergency Repaft Total
MM
c
0
ICU IIIIII
L
0
.r
y
N -
C
d
C
L6
E
L
tCD Subtotal
Method PENCE
Local Forces State Forces Contract Right-of-Way
Perm, Repair Totals
Environments Assessment Recommendation 152 2 (p7. 75�
DodaExclusion Q . ENEIS Estimated Total i
Date
FHWAE
Recommendation, /
Eligible Ineligible Date
Concurrence State Engineer > _ !O MM", y
Yes No (!_
Date
i Agen epresentative ( O , Z� r O
Concurrence � No
Zas'
Form FHWA-1547 (Rev. 4-98)
Report Number
EAdministmtIon DETAILED DAMAGE INSPECTION REPORT J' g g - 02- S
Title 23 , Federal-aid Highways ) sneer
of -L
Location ( ameof Road and Milepost) FHWA Disaster Number
n � L. _ p u
Q, 04'1�' Au-mule ( you,+ N 171= S40,+C ZDox � � ) Inspection Date .
1 - DU
Description of Damage Federal-aid Route Number
( du damages 6LLtt 4,o Ht, mca ru_ � earnne .
lam Wce 01 state C-oJunty n ,
Cost Estimate 7
Description of Work to Date Unft Unit Price Quantity Cost
(Egyipment, Labor, and Materials) Completed Remaining
PwA wa. rtrxo rs
CL
LUft I/
d
tY
U
C
a)
m
CD
CD
E
W
Method Subtotal `°'D
Local Forces State Forces 2 Contract PENCE
Emergency Repair Total IS
c •
0
ca
o
Cn
CD
CD
c
W
c
m
m
IL
Method Subtotal
Local Forces State Forces Contract PENCE
Right-of--Way
Perm. Repair Totals
Environment Assessment Recommendation 00
Categorical Exclusion Q -EA/EIS Estimated Total As 150 00
RecommendationFHWA Enginee Date
Eligible Ineligible 19 - 2to -ot'(
Concurrence State Engineer Date y
R<es No / 11 `�Il'0
Concurrence Local Ag cY Repres ntative Date
[�'es j No n
ry ,CSd�-rt-•-� o - u - o
Form FHWA4547 (Rev. 4-98)
Kepol t rvun ue,
OZto
DETAILED DAMAGE INSPECTION REPORT Sheet fg B I
U .S. pepartment (Title 23 , Federal -aid Highways) t of
of Transportation
II
OM
Fed*ml Highway FHWA Disaster Number
Administration
Location (Name of Road and Milepost)
Inspection Date
QLl
Cou + TD ri I i o � 2 L. - o
Federal-aid Route Number
Description of Damage
It I�.�CdC3t wQ�J� � OAl .lt� '� O11 Ct7- 1'le SeaY1Y�� . State County
GL gg ; OLY c
Cost Estimate cWII
ost
Description of III Work to Date Unit Unit Price Quantity Completed Remaining
(Equipment, Labor, and Materials) $ e• o
.E
a
a�
c
a�
rn
y
E
W
co
Subtotal
Method I I PENCE e
❑ Local Forces State Forces
Contract Emergency Repair Total $ O�
c
0
m
0
N
(lDl
Y
C '
W
C
Subtotal
a W, III
PENCE
Method
State Forces ❑ Contract Right-of-Way
❑ Local Forces pew , Repair Totals
Environm I Assessment R7jjecommendation ❑ EASS Estimated Total
$ Ow
Categorical Exclusion Date
FHWA. Engine
Recommendation
[2e/Etigible Ineligible Date❑
State Engineer / 0
Concurrence Yes ❑ No Date
Lc envy presents e 10 D
Concurrence No
[ Yes
Forru FHWA-1547 (Rev. 4wI
Report Number
DETAILED DAMAGE INSPECTION REPORT j ? .g
U.S. Department Sheet
of Transportation (Title 23 , Federal-aid Highways) l of
Federal Highway
Administration
Location (Name of Road and Milepost) FHWA Disaster Number
• farf- o 27+h Au e F Lw Q LI - D1-/
2 arc if Vt ro AJC � e jefY1 tk +Q1r y Inspection Date
0 .+ 21 G-4 -Io 20 }k e I O - 2. 6 ` 044
Description of Damage Federal4d Route Number
6ad'5;C(k ojo'shou4t) civt -}c� -ur-,rica >� e JeQn� e
State county
s�clr0 ,1 eluty
Cost Estimate
- Cost
Description of Work to Date Unit Unit Price Quantity
(Equipment, Labor, and Materials) Completed Remaining
Lai
2 !�
CIS �Q
t rqA 1 ,C
U _
5t 2 + e o CA. =°
E U I - OvO .
2. i �o � e
Method Subtotal '4 0 000 .
Local Forces State Forces [Contract PE/CE
Emergency Repair Total 40 00b a'
C
O
to
O
N
d
C
d ,
C
M
G1
4
Method Subtotal
PE/CE
Local Forces State Forces Contract Right-of--Way
Perm . Repair Totals
Environme talAssessmentRecommendation `r0 01D0 . 0
0[Categorical Exclusion EA/EIS Estimated Total -7 +
Recommendation
FHWZEEDate
op
dEligible Ineligible �
Date
Concurrence State Engineer
Yes No
Concurrence Local Agency Re r
esentativ ^ Date
as No
Form FHWA•1547 (Rev. 448)
Report Number
O
DETAILED DAMAGE INSPECTION REPORT sheat 8r — p21
U.S . Department (Title. 23 , Federal -aid Highways) _� of I
of Transportation
Federal Highway
Administration FHWA Disaster Number
Location (Name of Road and Milepost)
u Inspection Date
LoIIIIIIIII0
Federal-aid Route Number
Description of Damage
QjIIAWILI U jo-S� "LI OLLI 4-0
state County
FL gg - z►� ltar, �.,��
1 Y
Cost Estimate
Cost
Description of Work to Date Unit Unit Price Quantity Completed Remaining
(Equipment, Labor, and Materials ) 11,%
CL
ICU
U
C
Q)
21
a)
Q)
E
LU
Subtotal Do • v�
MethodPEI
Local Forces State Forces E500contract
Emergency Repair Total 0
c
0
w
co
0
rn -
m
,r
c
m .
c
co
CD Subtotal
Method PEI
Local Forces [] State Forces [] Contract Right-of-Way
Perm. Repair Totals
Environmen I Assessment Recommendation ❑ EA/EIS Estimated Total �o '
[]Gtategoric11 al Exc11 lusion FHWA Engin Date
III
RecommendationU
Eligible Ineligible Date
Stat ng neer �� .Z(�
Concurrence � / No v. L�
lam' as Date
Lo gency R reser
Concurrence
2/yes No
Form FHWA-1547 (Rev. 4-g8)
Report Number
DETAILED DAMAGE INSPECTION REPORT Tat - O29
U .S. Department
of Transportation Title 23 , Federal-aid Highways) sneer
Federal Highway ( of
Administration
Location (Name of Road and Milepost) FHWA Disaster Number
'17 1011'` 75+y-oe t� ( ct - ark west o� Co t� ^ }4vevwc.) fir✓- oq - 04
Inspection Date
f
Description of Damage Federal-aid Route Number
R.ax .�ci� wa.51Ao Lj�+ .
State County
Fr✓ g F Tye; an Relar
Cost Estimate
Description of Work to DateCost
Labor, and Materials Unit Unit Price Quantity
(Equipment, ) Completed Remaining
(p ppO • °'
a
c
d
rn
a�
E
LU
Method Subtotal
Local Forces State Forces 00OCantract PEKE
Emergency Repair Total r°
c
0
w
E
0
N
w
C
CD
C
M
G
CD
IL
Method Subtotal
Local Forces Q State Forces Contract PE/CE
Right-of-Way
Perm, Repair Totals
Environme ssessment Recommendation
Categorical Exclusion Q .EA/EISEstimated Total (O , OOO '
RecommendationFHWA Engineer Date
Eligible Ineligible � ' 1 D � Zto —o`•(
Concurrence State Enginee Date
E'es No
ConcurrenceLo ency R resentativ Date
Yes ❑ No (iCJ� p - i 40 Z ' O
Form FHWA-1547 (Rev. 4-98)
Report Number
DETAILED DAMAGE INSPECTION REPORT sneer
U.S, DepartmentItof f
orTranspurtsl (Title 23 , Federal-aid Highways)
Federal HighwayFHWA Disaster Number
Administration
Location (Name of Road and Mliepost) (, � p — Oy
5k Inspection Date
l C-+ .
Federal-aid Route Number
Description of Damage
Clr � wu5hoU +l �' b tJ ' l State County
F i_ >rg .dean QoUl
Cost Estimate
Cost
Description of Work to Date Unit Unit Price Quantity Completed Remaining
(Equipment, Labor, and Materials)
W
CL
ar
D:
U
C
N
21
CU
E
LU
Subtotal
Method PE/CE
Local Forces Q State Forces Contract Emergency Repair Total SSbc)
------------
C .
0
cc
m
0
N '
Cu
C
rEnvironn)ental
Subtotal
PE/CE
Local ForcesState Forces Contract Right-of-WayPerm. Repair Totalsment RecommendationEstimated Total �-o
Exclusion 0 EA/EIS Date
FHWA Engl / lo- z& .-ply
Recommendation
Eligible DIneligible Date
State Engineer
Concurrence No
�es Date
L gency prese tative r ry
Concurrence Nc 1A d r
Yes
Form FHWA-1547 (Rev. 4-98)
Report Number
EAdministration
DETAILED DAMAGE INSPECTION REPORT ,T B 8 - 03 I
Sheet
(Title 23 , Federal -aid Highways)
of �
Location (Name of Road and Milepost) FHWA Disaster Number
12 h Av e nvc oL+ ?62' �CuC,nL) 2 r �te - `�
Inspection Date
ip - Z - o
Description of Damage Federal-aid Route Number
waslAov + ii^, �4� u r') &t rro i vv- d ¢- U0rtj rCL; 1 .
State County
r t, T Y TrrIb= ri
Cost Estimate
Description of Work to Date Unit Unit Price Quantity Cost
(Equipment, Labor, and Materials) Completed Remaining
•5
a
m
tY
U
c
4)
ED
d
E
uj
Method Subtotal p O v`
Local Forces State Forces ]Contract PENCE
Emergency Repair Total 0 -00 " V-0
c
0
r
m
0
d
c .
d
c
m
ar
a
Method Subtotal
Local Forces State Forces Contract FENCE
Right-of--Way
Perm. Repair Totals
Environmen ssessment Recommendation
ategorical Exclusion Q EA/EIS Estimated Total Sp on
Recommendation FHWA En ' e Date
ligible ineligible
Concurrence State Engineer Date
( 0�s No
Concurrence cal Agency RApresentatv Date
eyes No Jo
Form FHWA-1547 (Rev. 4.98)
Report Number
on DETAILED DAMAGE INSPECTION REPORT
�r sneer i
U .S . DePertrneni (Title 23 , Federal-aid Highways) ( of
of Trensporteti
Fade I HlghwaY FHWA Disaster Number
Administration — y
Location (Name of Road and Mflepost)
inspection Date
�l 0010 (Zo t pi LI)
Federal-aid Route Number
Description of Damage
(n aCt�4d.e �vaSHOU + l ' V,-h� rvvi�CJ , nQ � r�n2 ►�f, State County n
T
Cost Estimate
Cost
Description of work to Date Unit Unit Price Quantity Completed Remaining
(Equipment, Labor, and Materials) w
2-o alwdid
a
IIIIIII
d
cC
ID
OI
d
E
w
Subtotal 5 000 .r°
Method 206on ct PEKE
Local Forces State Forces Em
ergency Repair Total r
III lid
c
o
m
0
N
m
.-
C
C
f0
E
aSubtotal
Method PE/CE
Local Forces
State Forces Q Contract Right-of-Wey
Perm. Repair Totals
Environm Assessment Recommendation EAlEIS Estimated Total
Categorical Exclusion Date
FHWA Engin
Recommendation
gfble [] Ineligible Date
li
State Engineer / COP 7 ,'- O V
ConcurrenceNo
�s Date
I Concurrence Agency Representatives ' U
es No
Form FHWA-1547 (Rev. 4-98)
RESOLUTION NO * 2005w n_, u_
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 Npijhprgpr 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 Aye
Commissioner Wesley S . Davis Aye
Commissioner Gary C . Wheeler AXE_
Commissioner Sandra L . Bowden A;e
The Chairman thereupon declared this Resolution duly passed and adopted this 15th
day of February , 2005 .
Attest: J . K. Barton , Clerk BOARD OF COUNTY COMMISSIONERS
By
Byepututy Clerk
DepThomas S . Lowther, Chairman
A
pprm and legal s enc
Fell , Assist County orney