Loading...
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