Loading...
Agenda 09/13/2011 Item #16C12Agenda Changes Board of County Commissioners Meeting September 13, 2011 Continue Item 16A3 to the September 27, 2011 BCC Meeting: Recommendation to grant final approval of the roadway (private) and drainage improvements for the final plat of Caldecott with roadway and drainage improvements being privately maintained and authorizing release of the maintenance security (Staff request due to a calculation error in the performance security) Move Item 16A14 to Item 10J: PMC- PL2011 -872: Heavenly PUD — Notification of staff intent to approve a minor amendment to the Heavenly PUD in accordance with LDC Section 10.02.13.E.6 and 8 to change location and type of plantings and revise buffer standards to reduce height of trees and plantings due to site conditions and conflict with FPL lines, and allow payment in lieu of sidewalks instead of construction of a sidewalk along Myrtle Road from North Trail Boulevard to the project entrance. property located at 6926 Trail Boulevard, and comprises the entire block bounded by Ridge Drive, West Street, Myrtle Road and Trail Boulevard in Section 3, Township 49 South, Range 25 East Collier County, FL (Commissioner Hiller's request) Move Item 16A16 to Item 1OK: Recommendation to provide after the fact approval for submittal of a State of Good Repair (SGR) Bus and Bus Facilities grant application, in the amount $11,335,290, to the Federal Transit Administration (FTA) for construction of improvements at the Collier Area Transit Administration and Maintenance Facility at 8300 Radio Road (Commissioner Hiller's request) Move Item 16A19 to Item 1OH: Recommendation to accept a Speed Limit Study Report and adopt a Resolution of the Board of County Commissioners of Collier County, Florida, authorizing a speed limit decrease from fifty -five miles per hour (55 mph) to fifty miles per hour (50 mph) on Collier Boulevard from to Golden Gate Boulevard at a cost of approx.. $500. (Commissioner Fiala's request) Withdraw Item 16A25: Recommendation to advertise an amendment to Ordinance No. 2009 -44, Radio Road East of Santa Barbara Boulevard to Davis Boulevard Municipal Service Taxing Unit (MSTU) Ordinance, to remove a sunset provision of six years and provide the MSTU be dissolved upon recommendation by the MSTU Advisory Committee and approval by Board of County Commissioners. (Staff request to coordinate with future MSTU Referendum question) Move Item 16B2 to 13A: Continued from the May 10, 2011 BCC mtg. Recommendation to approve a Resolution to petition Governor Scott to extend the "Rural Area of Critical Economic Concern" designation awarded to Florida's Heartland Regional Economic Development Initiative, Inc. for another 5 -years and keep the Community of Immokalee in the South Central Rural Area of Critical Economic Concern designation (Commissioner Hiller's request) WITHDRAW ITEM 16C12: RECOMMENDATION TO APPROVE A REQUISITE MEMORANDUM OF AGREEMENT WITH FDOT & FLORIDA DEPARTMENT OF FINANCIAL SERVICES, DIVISION OF TREASURY, TO ESTABLISH AN INTEREST BEARING ESCROW ACCOUNT FOR FUNDS REQUIRED TO RELOCATE COUNTY WATER -SEWER DISTRICT -OWNED UNDERGROUND UTILITY LINES TO ACCOMMODATE WIDENING STATE ROAD 84 BETWEEN SANTA BARBARA BOULEVARD AND RADIO ROAD. (COUNTY ATTORNEY'S REQUEST) Move Item 16D5 to Item 10I: Recommendation to waive boarding fees in the amount of $16,400 associated with kenneling two declared dangerous dogs, in exchange for dismissal of a pending dangerous dog appeal, and in order for the dogs to be reunited with the owners, who currently live out - of- county. (Commissioner Coletta's request) Move Item 16D8 to Item 10G: Continued from the July 26, 2011 BCC Meeting. Request the Board of County Commissioners review and approve County Attorney's recommendation to waive any potential ethics conflict for a Code Enforcement Board member based on Ch. 112, Florida Statutes. (Commissioner Coyle's request) Continue Item 16E13 to the September 27, 2011 MeetinL• Recommendation to establish standards and criteria for use of Peer Reviews of designs for major capital projects. (Staff request) Move Item 16H3 to Item 9H: Authorize the Chairman to sign a letter of concurrency for the Florida Department of Children and Families for a State of FL Refugee Services Targeted Assistance Grant Program and utilize funds in the County through Catholic Charities (Commissioner Fiala's request) Move Item 16K2 to Item 11A: Request authorization to advertise and bring back for future consideration ordinances which repeal or amend certain Collier County ordinances relating to the regulation of firearms and ammunition in order to comply with recent amendments to Section 790.33, Florida Statutes which preempts all such regulatory powers to the State of Florida effective October 1 2011, and that following such future public hearing the Board considers referring two Special Acts dealing with firearms to the Legislative Delegation, with a request the Legislature review them for possible repeal. (Commissioner Hiller's request) Continue Item 16K6 to the October 11, 2011 BCC Meetin : Recommendation that the Board consider the withdrawal of the designation of the Stewardship Sending Area known as Half Circle L Ranch Partnership ( "HCLRP ") SSA #8 and the termination of the Stewardship Sending Area Credit Agreement and the Stewardship Easement Agreement, and the canceling of the Stewardship credits generated by the designation of said Stewardship Sending Area. (County Attorney's request) Note: Item 8C does not require that ex parte disclosure be provided by Commission members as stated in the agenda title. Also, Items 8B and 8C are companion items; Item 8C will be heard before 8B. Item 16A20 "Recommendation" portion of the Executive Summary should read: That the Board of County Commissioners accept the Traffic Speed Limit Study and adopt the Resolution deer-easing increasing the speed limit on a designated section of Pine Ridge Road, authorize Chairman to execute the Resolution, and authorize County Manager to erect and remove appropriate traffic control signs. (Commissioner Fiala's request) Item 16A21 requires that ex parte disclosure be provided by Commission members. Should a hearing be held on this item, all participants are required to be sworn in. 9/13/2011 Item 16.C.12. EXECUTIVE SUMMARY Recommendation to approve a requisite Memorandum of Agreement with the Florida Department of Transportation and the Florida Department of Financial Services, Division of Treasury, to establish an interest bearing escrow account for the funds required to relocate Collier County Water -Sewer District -owned underground utility lines to accommodate the widening of State Road 84- between Santa Barbara Boulevard and Radio Road. ECTIVE: To minimize disruptions to water and wastewater services associated with the timely construction of important road improvement project. CONSIDEBATIONS: The Florida Department of Transportation (FDOT) is planning to widen State Route 84 (Davis Boulevard) , between Santa Barbara Boulevard and Radio Road. The Collier County Water -Sewer District (CCWSD) has existing underground water and wastewater facilities that will r6quire relocation to accommodate the road widening project. - The relocations will be done by the highway contractor. On April 26, 2011, Item 16 C 2, the Board of County Commissioners approved the FDOT's standard Utility Work Agreement and Utility Work by Highway Contractor Agreement. The Utility Work Agreement is a general agreement that. utility relocate work is needed during the project, and that the cost of relocation is the responsibility of the owner of the facilities; in this n case, the CCWSD. The Utility Work by Highway Contractor Agreement is an agreement to have the highway contractor perform the utility relocates for the CCWSD, and allows the CCWSD to elect to have the utility work removed from the contract if the bid exceeds the estimate by more than ten percent. The Memorandum of Agreement is required by FDOT and the State of Florida, Department of Financial Services, Division of Treasury to establish an interest bearing escrow account with the funds that the CCWSD agreed to deposit as part of the Utility Work Agreement and Utility Work by Highway Contractor Agreement. The estimated construction cost increased by $26,000 from the April 26, 2011, estimate of $51.2,000 to a total of $538,000 due to a plan revision. Construction on the road widening project is anticipated to begin in January 2012. FISCAL IMPACT: Estimated construction cost is $247,000 for water facilities, and $291,000 for wastewater facilities (combined total of $538,000). Water User Fee funds (Fund 412) in the amount of $247,000 are available in project number 70045 for the relocation of water lines. Wastewater User Fee funds (Fund 414) in the amount of $291,000 are available in project number 73045 for the relocation of wastewater lines. LEGAL CONSIDERATIONS: Section 337.403(1), Florida Statutes provides that: Any utility heretofore or hereafter placed upon, under, over, or along any public road or publicly owned rail corridor that is found by the authority to be unreasonably interfering in any way with the convenient, safe, or continuous use, or the maintenance, improvement, extension, or expansion, of such public road or publicly owned rail corridor shall, upon 30 days' written notice to the utility or its agent by the authority, Packet Page -2438- 9/1312011 {tern 1£.0.12. be removed or relocated by such utility' at its own expense except as provided in paragraphs (a)-(f). (Emphasis Added.) The limited exception in paragraphs (a) -(f) do not apply in this instance. This item is legally sufficient and requires a majority vote. -JBW GROWTH MWAGEMENT IMPACT: This project will support the User Fee project that is consistent with and will further the Goals; Objectives, and Policies of the Collier County Growth Management Plan. RECOMMENDATION: That the Board of County Commissioners, as Ex- officio the Governing Board of the Collier County Water -Sewer District, approve a Memorandum of Agreement with the Florida Department of Transportation and the Florida Department of Financial Services, Division of Treasury. Prepared By: Nathan Beals, Project Manager, Public Utilities Planning and Project Management Department. Packet Page - 2439 - 9/13/2011 Item 16.0.12. COLLIER COUNTY Board of County Commissioners Item Number: 16.0.12, Item Summary: Recommendation to approve a Memorandum of Agreement with the Florida Department of Transportation and the Florida Department of Financial Services, Division of Treasury. Meeting date: 9/13/2011 Prepared By Name: Nathan Beals Title: Project Manager, Associate,Public Utilities Engine 8/23/2011 ` 1:12 :58 PM Approved By Name: ChmelikTam Title: Project Manager, PrincipalPublic Utilities Engine Date: 8/23/20112:50:13 PM Name: HapkeMargie Title: VALUE MISSING Date: 8f23/2011 3:18:58 PM Name: Steve Messner Title: Plant Manager,Water Date: 8/23/2011 3 :23:54 PM Name: ParkerNicole Title: Contracts Specialist,Purchasing & General Services Date: 8/24/20117:46:36 AM Name: CromerAaron Title: Project Manager, Principal,Public Utilities Engineering Date: 8/24 /2011 11:52:11 AM Name: CarnellSteve Title: Director - Purchasing/General Services,Purchasing Date: 8/25/20117:07:51 AM Packet Page - 2440- 9/13/2011 Item 16.0.12. Name: Paul Mattausch Title: Director - Water,Water Date: 8/25/2011 10 :07:01 AM Name: WidesTom Title: Director - Operations Support - PUD,Utilities Fina Date: 8/25/2011 11:07 :20, AM Name: WhiteJennfer Title: Assistant County Attorney,County Attorney Date: 8/26/20119 :05:54 AM I Name: YilmazGeorge Title: Director - Wastewater,Wastewater Date: 8/2812011 10:33:10 PM Name: KlatzkowJeff Title: County Attorney; Date: 8/29/2011 1 :49:09 PM Name: UsherSusan Title: ManagernentBudget Analyst, Senior,Office of Manage Date: 9/2/20114:10:50 PM Name: OchsLeo Title: County Manager Date: 913/2011 11:25:53 AM Packet Page -2441- n 9/13/2011 Item 16.C.12. MEMORANDUM OF AGREEMENT THIS AGREEMENT, made and entered into this , day of 1 2011, by and between the State of Florida, Department of Transportation, hereinafter referred to as "FDOT" and the State of Florida, Department of Financial Services, Division of Treasury, hereinafter referred to as "TREASURY" and (Collier County Water- Sewer District), hereinafter referred to as the "PARTICIPANT". WITNESSETH WHEREAS, "FDOT" is currently constructing the following pi%,,ject, Main Financial Project No.: 195416-4-52-01 County: Collier hereinafter referred to as the "PROJECT". WHEREAS, FDOT and the PARTICIPANT entered into a Lo-,ally Funded Agreement dated April 26, 2011, wherein FDOT agreed to perform certain work on behalf of the PARTICIPANT in conjunction with the PROJECT. WHEREAS, the parties to this AGREEMENT mutually agreed that it would be in the best interest of the FDOT and the PARTICIPANT to establish an interest bearing escrow account to provide funds for the work performed on the PROJECT on behalf of the PARTICIPANT by the FDOT. NOW THEREFORE, in consideration of the premises and the covenants contained herein, the parties agree to the following: I An initial deposit in the amount of five hundred thirty ° , aven thousand eight hundred sixty seven and 6611,0 dollars 0537,867.68) will be made by ILI I- PARTICIPANT into an interest bearing escrow account established by the FDOT for the purposes of the PROJECT. Said escrow account will be opened w?th the TREASURY on behalf of the FDOT upon receipt of this Memorandum of Agreerr-,ent. Such account will be an asset of the FDOT. 2. Other deposits may be made by the PARTICIPANT a- necessary to cover cost increases or the cost of additional work prior to the execution (. any Supplemental Agreements or Amendments. Packet Page -2442- 9/13/2011 Item 16.C.12. 350 - 020 -300 -m Page 2 of 3 3. Payment will be made as follows (check appropriate payment method): C7 Wire transfer D ACH deposit Check A wire transfer or ACH deposit is the preferred method of payment and should be used whenever possible. Following is the wiring and ACH deposit instructions: For wire transfers: Bank of America Account# 001009068974 ABA # 026009593 Chief Financial Officer of Florida Re: DOT — K 11 -78, Financial Project # For ACH deposits: Bank of America Account # 001009068974 ABA # 063100277 Chief Financial Officer of Florida Re: DOT — K 11 -78, Financial Project # If a check is the method of payment, the check shall be made paya! ;'le to the Department of Financial Services, Revenue Processing and mailer: "o the FDOT, OOC- GAO for appropriate processing at the following address: Florida Department of Transportation OOC -GAO, LFA Section 605 Suwannee Street, MS 42B Tallahassee, Florida 32399 A copy of this Agreement should accompany any deposits. When the check is mailed to Tallahassee, the District Office should instruct the PARTICIPANT to snail the District Office a copy of the check, 4. The FDOT's Comptroller or designee shall be the sole signatories on the escrow account with the TREASURY and shall have sole authority to authorize withdrawals from said account. 5. Unless instructed otherwise by the parties hereto, all interest accumulated in the escrow account shall remain in the account for the purposes of the PROJECT as defined in the LFA. 6. The TREASURY agrees to provide written confirmation of receipt of funds to the FDOT. t 7. The TREASURY further agrees to provide periodic re- orts to the FDOT. Packet Page -2443- n STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION COMPTROLLER ATTEST: Dwight E. Brock, Clerk Approved as to form and Legal sufficiency: Jennit B. White Assistant County Attorney 59- 6000:58 FEDERAL EMPLOYER I.D. NUMBER 9/13/2011 Item 16.C.12. 350 -020 -300 -m Page 3of3 STATE OF FLORIDA DEPARTMENT OF,',=1NANCIAL SERVICES, DIVISICiN OF TREASURY u CUSTOMER: BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: Fred W. Coyle, Chairman Packet Page -2444- 9/13/2011 Item 16.C.12. Form No. 710- 010.55 Utilities 10/04 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK AGREEMENT (at UAO's Sole Expense) Financial Project ID: 195416- 4 -52 -01 Federal Project ID: County: Collier State Road No.: 84 District Document No: Utility Agency /Owner (UAO): Collier County Water -Sewer District THIS AGREEMENT, entered into this _ day of Ppr; I , year of 2011 , by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, hereinafter referred to as the "FDOT, and COLLIER COUNTY WATER -SEWER DISTRICT, hereinafter referred to as the "UAO "; &V1IIt,11M*�► _3=1JiF WHEREAS, the UAO owns or desires to install certain utility facilities which are located on the public road or publicly owned rail corridor identified below, hereinafter referred to as the "Facilities" (said term shall be deemed to include utility facilities as the same may be relocated, adjusted, or placed out of service); and WHEREAS, the FDOT, is currently engaging in a project which involves constructing, reconstructing, or otherwise changing a public road and other improvements located on a public road or publicly owned rail corridor identified as David Boulevard From East of Santa Barbara Blvd. to West of Radio Rd. (CR 856), State Road No.84, hereinafter referred to as the "Project "; and WHEREAS, the Project requires the location (vertically and /or horizontally), protection, relocation, installation, adjustment, or removal of the Facilities, or some combination thereof, hereinafter referred to as "Utility Work "; and WHEREAS, under the law of the State of Florida, the Utility Work must be performed at the sole cost and expense of the UAO; and WHEREAS, the FDOT and the UAO desire to enter into an agreement which establishes the terms and conditions applicable to the Utility Work; NOW, THEREFORE, in consideration of the premises and the mutual covenants contained herein, the FDOT and the UAO hereby agree as follows: 1. Performance of Utility Work a. The UAO shall perform the Utility Work in accordance with the utility relocation schedule attached hereto as Exhibit A and by this reference made a part hereof (the Schedule) and the plans and specifications for the Utility Work which have been previously approved by the FDOT (the Plans), said Plans being incorporated herein and made a part hereof by this reference. If the Schedule and the Plans have not been prepared as of the date of the execution of this Agreement, then the Utility Work Page 1 of 10 Packet Page -2445- 9/13/2011 Item 16.C.12. Form No. 710- 010 -55 Utilities 10104 ?01O STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK AGREEMENT (at UAO's Sole Expense) shall be performed in accordance with the Plans, and the Schedule that are hereafter prepared in compliance with the notice previously sent to the UAO which established the terms and conditions under which those documents are to be prepared. The FDOT's approval of the Plans shall not be deemed to be an adoption of the Plans by the FDOT nor a substitution for the proper exercise of engineering judgment and the UAO shall at all times remain responsible for any errors or omissions in the Plans. The Utility Work shall include all Facilities located on the Project and neither the failure of the UAO to include all of the Facilities in the Schedule, nor the Plans, nor the failure of the FDOT to identify this omission during its review of the Plans shall relieve the UAO of the obligation to make those Facilities part of the Utility Work. Time shall be of the essence in complying with the total time shown by the Schedule for the Utility Work as well as any and all interim time frames specified therein. The Utility Work shall be performed in a manner and using such methods so as to not cause a delay to the FDOT or its contractors in the prosecution of the Project. The UAO shall be responsible for all costs incurred as a result of any delay to the FDOT or its contractors caused by errors or omissions in the Plans or the Schedule (including location of the Facilities and the proper inclusion of all Facilities as part of the Utility Work as stated above); failure to perform the Utility Work in accordance with the Plans and Schedule; or failure of the UAO to comply with any other obligation under this Agreement or under the law. b. All Utility Work shall be performed by UAO's own forces or its contractor, at the UAO's sole cost and expense. The UAO shall be responsible for obtaining any and all permits that may be necessary to perform the Utility Work. The FDOT's Engineer (as that term is defined by the FDOT's Standard Specifications for Road and Bridge Construction) has full authority over the Project and the UAO shall be responsible for coordinating and cooperating with the FDOT's Engineer. In so doing, the UAO shall make such adjustments and changes in the Plans and Schedule as the FDOT's engineer shall determine are necessary for the prosecution of the Project and shall stop work or modify work upon order of the FDOT's engineer as determined by the FDOT's engineer to be necessary for public health, safety or welfare. The UAO shall not be responsible for the cost of delays caused by such adjustments or changes unless they are attributable to the UAO pursuant to subparagraph 1 a. c. After the FDOT has received a proper Schedule and Plans, the FDOT will issue a notice to the UAO which authorizes the Utility Work to proceed. The UAO shall notify the appropriate FDOT office in writing prior to beginning the Utility Work and when the UAO stops, resumes, or completes the Utility Work. The Utility Work shall be performed under the conditions of, and upon completion of the Utility Work, the Facilities shall be deemed to be located on the public road or publicly owned rail corridor under and pursuant to, the Utility Permit (Note: Intent of this line is to allow either attachment of or separate reference to the permit). 2. Claims Against UAO Page 2 of 10 Packet Page -2446- 9/13/2011 Item 16.C.12. Form No. 710-010-55 Utilities 10104 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK AGREEMENT (at UAO's Sole Expense) a. In the event the FDOT's contractor provides a notice of intent to make a claim against the FDOT relating to the Utility Work, the FDOT will, in accordance with the FDOT's procedure, notify the UAO of the notice of intent and the UAO will thereafter keep and maintain daily field reports and all other records relating to the intended claim. b. In the event the FDOT's contractor makes any claim against the FDOT relating to the Utility Work, the FDOT will notify the UAO of the claim and the UAO will cooperate with the FDOT in analyzing and resolving the claim within a reasonable time. Any resolution of any portion of the claim directly between the UAO and the FDOT's contractor shall be in writing, shall be subject to written FDOT concurrence and shall specify the extent to which it resolves the claim against the FDOT. 3. Out of Service Facilities No Facilities shall be left in place on FDOT's Right of Way after the Facilities are no longer active (hereinafter Placed out of service /Deactivated) unless specifically identified as such in the Plans. The following terms and conditions shall apply to Facilities Placed out of service /Deactivated, but only to said Facilities Placed out of service /Deactivated: a. The UAO acknowledges its present and continuing ownership of and responsibility for Facilities Placed out of service /Deactivated. b. The FDOT agrees to allow the UAO to leave the Facilities within the right of way subject to the continuing satisfactory performance of the conditions of this Agreement by the UAO. In the event of a breach of this Agreement by the UAO, the Facilities shall be removed upon demand from the FDOT in accordance with the provisions of subparagraph 3. e. below. C. The UAO shall take such steps to secure the Facilities and otherwise make the Facilities safe in accordance with any and all applicable local, state or federal laws and regulations and in accordance with the legal duty of the UAO to use due care in its dealings with others. The UAO shall be solely responsible for gathering all information necessary to meet these obligations. d. The UAO shall keep and preserve all records relating to the Facilities, including, but not limited to, records of the location, nature of, and steps taken to safely secure the Facilities and shall promptly respond to information requests concerning the Facilities that are Placed out of service /Deactivated of the FDOT or other permittees using or seeking use of the right of way. e. The UAO shall remove the Facilities upon 30 days prior written request of the FDOT in the event that the FDOT determines that removal is necessary for FDOT use of the right of way or in the event that the FDOT determines that use of the right of way is needed for other active utilities that cannot be otherwise accommodated in the right of way. In the event that the Facilities that are Placed out of Service /Deactivated would Page 3 of 10 Packet Page -2447- 9/13/2011 Item 16.C.12. Form No. 710- 010 -55 Utilities 10104 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK AGREEMENT (at UAO's Sole Expense) not have qualified for reimbursement under this Agreement, removal shall be at the sole cost and expense of the UAO and without any right of the UAO to object or make any claim of any nature whatsoever with regard thereto. In the event that the Facilities that are Placed out of Service /Deactivated would have qualified for reimbursement only under Section 337.403 (1)(a), Florida Statutes, removal shall be at the sole cost and expense of the UAO and without any right of the UAO to object or make any claim of any nature whatsoever with regard thereto because such a removal would be considered to be a separate future relocation not necessitated by the construction of the project pursuant to which they were Placed out of service /Deactivated, and would therefore not be eligible and approved for reimbursement by the Federal Government. In the event that the Facilities that are Placed out of service /Deactivated would have qualified for reimbursement for other reasons, removal of the out of service Facilities shall be reimbursed by the FDOT as though the Facilities had not been Placed out of service /Deactivated. Removal shall be completed within the time specified in the FDOT's notice to remove. In the event that the UAO fails to perform the removal properly within the specified time, the FDOT may proceed to perform the removal at the UAO's expense pursuant to the provisions of Sections 337.403 and 337.404, Florida Statutes. f. Except as otherwise provided in subparagraph e. above, the UAO agrees that the Facilities shall forever remain the legal and financial responsibility of the UAO. The UAO shall reimburse the FDOT for any and all costs of any nature whatsoever resulting from the presence of the Facilities within the right of way. Said costs shall include, but shall not be limited to, charges or expenses which may result from the future need to remove the Facilities or from the presence of any hazardous substance or material in the Facilities or the discharge of hazardous substances or materials from the Facilities. Nothing in this paragraph shall be interpreted to require the UAO to indemnify the FDOT for the FDOT's own negligence; however, it is the intent that all other costs and expenses of any nature be the responsibility of the UAO. 4. Default a. In the event that the UAO breaches any provision of this Agreement, then in addition to any other remedies which are otherwise provided for in this Agreement, the FDOT may exercise one or more of the following options, provided that at no time shall the FDOT be entitled to receive double recovery of damages: (1) Terminate this Agreement if the breach is material and has not been cured within 60 days from written notice thereof from the FDOT. (2) Pursue a claim for damages suffered by the FDOT. (3) Suspend the issuance of further permits to the UAO for the placement of n Facilities on FDOT properly if the breach is material and has not been cured within 60 days from written notice thereof from the FDOT until such time as the Page 4 of 10 Packet Page -2448- 9/13/2011 Item 16.C.12. Form No. 710-010-55 Utilities 10104 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK AGREEMENT (at UAO's Sole Expense) breach is cured. (4) Pursue any other remedies legally available. (5) Perform any work with its own forces or through contractors and seek repayment for the cost thereof under Section 337.403(3), Florida Statutes. b. In the event that the FDOT breaches any provision of this Agreement, then in addition to any other remedies which are otherwise provided for in the Agreement, the UAO may exercise one or more of the following options: (1) Terminate this Agreement if the breach is material and has not been cured within 60 days from written notice thereof from the UAO. (2) Pursue any other remedies legally available. c. Termination of this Agreement shall not relieve either party from any obligations it has pursuant to other agreements between the parties and from any statutory obligations that either party may have with regard to the subject matter hereof. 5. Indemnification FOR GOVERNMENT -OWNED UTILITIES: To the extent provided by law, the UAO shall indemnify, defend, and hold harmless the FDOT and all of its officers, agents, and employees from any claim, loss, damage, cost, charge, or expense arising out of any acts, action, error, neglect, or omission by the UAO, its agents, employees, or contractors during the performance of the Agreement, whether direct or indirect, and whether to any person or property to which FDOT or said parties may be subject, except that neither the UAO, its agents, employees, or contractors will be liable under this section for damages arising out of the injury or damage to persons or property directly caused by or resulting from the negligence of the FDOT or any of its officers, agents, or employees during the performance of this Agreement. When the FDOT receives a notice of claim for damages that may have been caused by the UAO in the performance of services required under this Agreement, the FDOT will immediately forward the claim to the UAO. The UAO and the FDOT will evaluate the claim and report their findings to each other within fourteen (14) working days and will jointly discuss options in defending the claim. After reviewing the claim, the FDOT will determine whether to require the participation of the UAO in the defense of the claim or to require the UAO to defend the FDOT in such claim as described in this section. The FDOT's failure to notify the UAO of a claim shall not release the UAO from any of the requirements of this section. The FDOT and the UAO will pay their own costs for the evaluation, settlement negotiations, and trial, if any. However, if only one party participates in the defense of the claim at trial, that party is responsible for all costs. Page 5 of 10 Packet Page -2449- 9/13/2011 Item 16.C.12. Form No. 710- 010 -55 Utilities 10104 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK AGREEMENT (at UAO's Sole Expense) FOR NON - GOVERNMENT -OWNED UTILITIES; The UAO shall indemnify, defend, and hold harmless the FDOT and all of its officers, agents, and employees from any claim, loss, damage, cost, charge, or expense arising out of any acts, action, error, neglect, or omission by the UAO, its agents, employees, or contractors during the performance of the Agreement, whether direct or indirect, and whether to any person or property to which FDOT or said parties may be subject, except that neither the UAO, its agents, employees, or contractors will be liable under this section for damages arising out of the injury or damage to persons or property directly caused by or resulting from the negligence of the FDOT or any of its officers, agents, or employees during the performance of this Agreement. The UAO's obligation to indemnify, defend, and pay for the defense or at the FDOT's option, to participate and associate with the FDOT in the defense and trial of any damage claim or suit and any related settlement negotiations, shall arise within fourteen (14) days of receipt by the UAO of the FDOT's notice of claim for indemnification to the UAO. The notice of claim for indemnification shall be served by certified mail. The UAO's obligation to defend and indemnify within fourteen (14) days of such notice shall not be excused because of the UAO's inability to evaluate liability or because the UAO evaluates liability and determines the UAO is not liable or determines the FDOT is solely negligent. Only a final adjudication or judgment finding the FDOT solely negligent shall excuse performance of this provision by the UAO. The UAO shall pay all costs and fees related to this obligation and its enforcement by the FDOT. The FDOT's delay in notifying the UAO of a claim shall not release UAO of the above duty to defend. 6. Force Majeure Neither the UAO nor the FDOT shall be liable to the other for any failure to perform under this Agreement to the extent such performance is prevented by an act of God, war, riots, natural catastrophe, or other event beyond the control of the non - performing party and which could not have been avoided or overcome by the exercise of due diligence; provided that the party claiming the excuse from performance has (a) promptly notified the other party of the occurrence and its estimate duration, (b) promptly remedied or mitigated the effect of the occurrence to the extent possible, and (c) resumed performance as soon as possible. 7. Miscellaneous a. The Facilities shall at all times remain the property of and be properly protected and maintained by the UAO in accordance with the then current Utility Accommodation Manual and the current utility permit for the Facilities. b. Pursuant to Section 287.058, Florida Statutes, the FDOT may unilaterally cancel this Agreement for refusal by the UAO to allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119, Florida Statutes, Page 6 of 10 Packet Page -2450- 9/13/2011 Item 16.C.12. Form No. 710-010-55 Utilities 10/04 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK AGREEMENT (at UAO's Sole Expense) and made or received by the UAO in conjunction with this Agreement. c. This Agreement constitutes the complete and final expression of the parties with respect to the subject matter hereof and supersedes all prior agreements, understandings, or negotiations with respect thereto, except that the parties understand and agree that the FDOT has manuals and written policies and procedures which shall be applicable at the time of the Project and the relocation of the Facilities and except that the UAO and the FDOT may have entered into joint agreements for Utility Work to be performed by FDOT's highway contractor. To the extent that such a joint agreement exists, this Agreement shall not apply to Facilities covered by the joint agreement. Copies of FDOT manuals, policies, and procedures will be provided to the UAO upon request. d. This Agreement shall be governed by the laws of the State of Florida. Any provision hereof found to be unlawful or unenforceable shall be severable and shall not affect the validity of the remaining provisions hereof. e. Time is of the essence in the performance of all obligations under this Agreement. ,-*"`, f. All notices required pursuant to the terms hereof may be sent by first class United States Mail, facsimile transmission, hand delivery, or express mail and shall be ,,.� deemed to have been received by the end of five business days from the proper sending thereof unless proof of prior actual receipt is provided. The UAO shall have a continuing obligation to notify each District of the FDOT of the appropriate persons for notices to be sent pursuant to this Agreement. Unless otherwise notified in writing, notices shall be sent to the following addresses: If to the UAO: Nathan Beals, Project Manager Collier County Public Utilities Division 3339 East Tamiami Trail, Suite 303 Naples, FL 34112 If to the FDOT: Raymond Mercer, Utility Project Manager FDOT District 1 Utilities Office 801 N. Broadway Ave., MS .1 -11 Bartow, FL 33830 8. Certification This document is a printout of an FDOT form maintained in an electronic format and all revisions thereto by the UAO in the form of additions, deletions, or substitutions are Page 7 of 10 Packet Page -2451- n 9/13/2011 Item 16.C.12. Form No. 710- 010 -55 Utilities 10104 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK AGREEMENT (at UAO's Sole Expense) reflected only in an Appendix entitled Changes to Form Document and no change is made in the text of the document itself. Hand notations on affected portions of this document may refer to changes reflected in the above -named Appendix but are for reference purposes only and do not change the terms of the document. By signing this document, the UAO hereby represents that no change has been made to the text of this document except through the terms of the appendix entitled "Changes to Form Document." Page 8 of 10 Packet Page -2452- 9/13/2011 Item 16.C.12. Form No. 710- 010 -55 Utilities 10/04 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK AGREEMENT (at UAO's Sole Expense) You MUST signify by selecting or checking which of the following applies: ® No changes have been made to this Form Document and no Appendix entitled "Changes to Form Document" is attached. ❑ No changes have been made to this Form Document, but changes are included on the attached Appendix entitled "Changes to Form Document." IN WITNESS WHEREOF, the parties hereto have executed this Agreement effective the day and year first written. UTILITY: Collier County Water -Sewer District BY: (Typed Name: Fred W. Coyle) (Typed Title: Chairman, Collier Board of County Commissioners)As Ex- Officio the governing board of water -Sewer District Recommend Approval by the District Utility Office BY: (Signature) DATE: FDOT Legal review BY: (Signature) DATE: District Counsel STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BY: (Signature) DATE: (Typed Name: ) (Typed Title: ) Page 9 of 10 Packet Page -2453- 9/13/2011 Item 16.C.12. �\ STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK AGREEMENT (at UAO's Sole Expense) FEDERAL HIGHWAY ADMINISTRATION (if applicable) BY: DATE: (Typed Name: ) (Typed Title: ) ti ATT f IG1�T F.. r. Approved as to form & legal sufficiency Page 10 of 10 Packet Page -2454- Assi t County Attorney Form No. 710 - 010 -55 Utilities 10/04 9/13/2011 Item 16.C.12. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No. 7UTILIT -22 IES UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT UTIL1004 (AT UTILITY EXPENSE) Financial Project ID: 195416- 4 -52 -01 Federal Project ID: County: Collier (03001) State Road No.: 84 District Document No: 1 If Utility Agency /Owner (UAO): Collier County Water -Sewer District THIS AGREEMENT, entered into this 2-6 day of Aprd , year of 20 l , by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, hereinafter referred to as the "FDOT ", and Collier County Water -Sewer District, hereinafter referred to as the "UAO "; WITNESSETH: WHEREAS, the FDOT, is constructing, reconstructing, or otherwise changing a portion of a public road or publicly owned rail corridor, said project being identified as State Road No. 84 (Davis Blvd.) From East of Santa Barbara Blvd. to West of Radio Rd. (CR 856), State Road No.: 84, hereinafter referred to as the "Project "; and WHEREAS, the UAO owns or desires to install certain utility facilities which are located within the limits of the Project hereinafter referred to as the "Facilities" (said term shall be deemed to include utility facilities as the same may be relocated, adjusted, installed, or placed out of service pursuant to this Agreement); and WHEREAS, the Project requires the location (vertically and /or horizontally), protection, relocation, installation, adjustment or removal of the Facilities, or some combination thereof, hereinafter referred to as "Utility Work "; and WHEREAS, the FDOT and the UAO desire to enter into a joint agreement pursuant to Section 337.403(1)(b), Florida Statutes for the Utility Work to be accomplished by the FDOT's contractor as part of the construction of the Project; and WHEREAS, the UAO, pursuant to the terms and conditions hereof, will bear certain costs associated with the Utility Work; NOW, THEREFORE, in consideration of the premises and the mutual covenants contained herein, the FDOT and the UAO hereby agree as follows: Design of Utility Work a. UAO shall prepare, at UAO's sole cost and expense, a final engineering design, plans, technical special provisions, a cost estimate, and a contingency Utility Work Schedule (said contingency schedule to be used in the case of a bid rejection) for the Utility Work (hereinafter referred to as the "Plans Package ") on or before May 9th, year of 2011. b. The Plans Package shall be in the same format as the FDOT's contract documents for the Project and shall be suitable for reproduction. C. Unless otherwise specifically directed in writing, the Plans Package shall include any and all activities and work effort required to perform the Utility Work, including but not limited to, all clearing and grubbing, survey work and shall include a traffic control plan. d. The Plans Package shall be prepared in compliance with the FDOT's Utility Accommodation Manual and the FDOT's Plans Preparation Manual in effect at the time the Plans Package is prepared, and the FDOT's contract documents for the Project. If the FDOT's Plans Preparation Manual has been updated and conflicts with the Utility Accommodation Manual, the Utility Accommodation Manual shall apply where such conflicts exist. e. The technical special provisions which are a part of the Plans Package shall be prepared in accordance with the FDOT's guidelines on preparation of technical special provisions and shall not Page 1 of 9 Packet Page -2455- 9/13/2011 Item 16.C.12. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No. 7 UTILITIES UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT 10/04 (AT UTILITY EXPENSE) duplicate or change the general contracting provisions of the FDOT's Standard Specifications for Road and Bridge Construction and any Supplemental Specifications, Special Provisions, or Developmental Specifications of the FDOT for the Project. UAO shall provide a copy of the proposed Plans Package to the FDOT, and to such other right of way users as designated by the FDOT, for review at the following stages: Phase 3 -r. Prior to submission of the proposed Plans Package for review at these stages, the UAO shall send the FDOT a work progress schedule explaining how the UAO will meet the FDOT's production schedule. The work progress schedule shall include the review stages, as well as other milestones necessary to complete the Plans Package within the time specified in Subparagraph a. above. g. In the event that the FDOT finds any deficiencies in the Plans Package during the reviews performed pursuant to Subparagraph f. above, the FDOT will notify the UAO in writing of the deficiencies and the UAO will correct the deficiencies and return corrected documents within the time stated in the notice. The FDOT's review and approval of the documents shall not relieve the UAO from responsibility for subsequently discovered errors or omissions. The FDOT shall furnish the UAO such information from the FDOT's files as requested by the UAO; however, the UAO shall at all times be and remain solely responsible for proper preparation of the Plans Package and for verifying all information necessary to properly prepare the Plans Package, including survey information as to the location (both vertical and horizontal) of the Facilities. The providing of information by the FDOT shall not relieve the UAO of this obligation nor transfer any of that responsibility to the FDOT. I. The Facilities and the Utility Work will include all utility facilities of the UAO which are located within �\ the limits of the Project, except as generally summarized as follows: N /A. These exceptions shall be handled by separate arrangement. If any facilities of the UAO located within the project limits are discovered after work on the project commences to be qualified for relocation at the FDOT's expense, but not previously identified as such, the UAO shall file a claim with the FDOT for recovery of the cost of relocation thereof. The filing of the claim shall not necessarily entitle the UAO to payment, and resolution of the claim shall be based on a determination of fault for the error. The discovery of facilities not previously identified as being qualified for relocation at the FDOT's expense shall not invalidate this Agreement. k. The UAO shall fully cooperate with all other right of way users in the preparation of the Plans Package. Any conflicts that cannot be resolved through cooperation shall be resolved in the manner determined by the FDOT. Upon completion of the Utility Work, the Facilities shall be deemed to be located on the public road or publicly owned rail corridor under and pursuant to the Utility Permit: (Note: It is the intent of this line to allow either attachment of or separate reference to the permit). 2. Performance of Utility Work a. The FDOT shall incorporate the Plans Package into its contract for construction of the Project. b. The FDOT shall procure a contract for construction of the Project in accordance with the FDOT's requirements. C. If the portion of the bid of the contractor selected by the FDOT which is for performance of the Utility Work exceeds the FDOT's official estimate for the Utility Work by more than ten percent (10 %) and �\ the FDOT does not elect to participate in the cost of the Utility Work pursuant to Section 337.403(1)(b), Florida Statutes, the UAO may elect to have the Utility Work removed from the FDOT's contract by notifying the FDOT in writing within seven calendar days from the date that the UAO is notified of the bid amount. Unless this election is made, the Utility Work shall be performed Page 2 of 9 Packet Page -2456- 9/13/2011 Item 16.C.12. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No. 710 UTILITIES 10 /04 ILITIE UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT (AT UTILITY EXPENSE) n as part of the Project by the FDOT's contractor. If the UAO elects to remove the Utility Work from the FDOT's contract in accordance with Subparagraph 2. c., the UAO shall perform the Utility Work separately pursuant to the terms and conditions of the FDOT's standard relocation agreement, the terms and conditions of which are incorporated herein for that purpose by this reference, and in accordance with the contingency relocation schedule which is a part of the Plans Package. The UAO shall proceed immediately with the Utility Work so as to cause no delay to the FDOT or the FDOT's contractor in constructing the Project. e. The UAO shall perform all engineering inspection, testing, and monitoring of the Utility Work to insure that it is properly performed in accordance with the Plans Package, except for the following activities: N/A and will furnish the FDOT with daily diary records showing approved quantities and amounts for weekly, monthly, and final estimates in accordance with the format required by FDOT procedures. f. Except for the inspection, testing, monitoring, and reporting to be performed by the UAO in accordance with Subparagraph 2. e., the FDOT will perform all contract administration for its construction contract. The UAO shall fully cooperate with the FDOT and the FDOT's contractor in all matters relating to the performance of the Utility Work. The FDOT's engineer has full authority over the Project and the UAO shall be responsible for coordinating and cooperating with the FDOT's engineer. In so doing, the UAO shall make such adjustments and changes in the Plans Package as the FDOT's engineer shall determine are necessary for the prosecution of the Project. The UAO shall not make any changes to the Plans Package after the date on which the FDOT's contract documents are mailed to Tallahassee for advertisement of the Project unless those changes fall within the categories of changes which are allowed by supplemental agreement to the FDOT's contract pursuant to Section 337.11, Florida Statutes. All changes, regardless of the nature of the change or the timing of the change, shall be subject to the prior approval of the FDOT. 3. Cost of Utility Work a. The UAO shall be responsible for all costs of the Utility Work and all costs associated with any adjustments or changes to the Utility Work determined by the FDOT's engineer to be necessary, including, but not limited to the cost of changing the Plans Package and the increase in the cost of performing the Utility Work, unless the adjustments or changes are necessitated by an error or omission of the FDOT. The UAO shall not be responsible for the cost of delays caused by such adjustments or changes unless they are attributable to the UAO pursuant to Subparagraph 4.a. b. The initial estimate of the cost of the Utility Work is $457,000. At such time as the FDOT prepares its official estimate, the FDOT shall notify the UAO of the amount of the official estimate for the Utility Work. Upon being notified of the official estimate, the UAO shall have five (5) working days within which to accept the official estimate for purposes of making deposits and for determining any possible contribution on the part of the FDOT to the cost of the Utility Work, or to elect to have the Utility Work removed from the FDOT's contract and performed separately pursuant to the terms and conditions set forth in Subparagraph 2. d. hereof. C. At least thirty (30 ) calendar days prior to the date on which the FDOT advertises the Project for bids, the UAO will pay to the FDOT an amount equal to the FDOT's official estimate; plus 2% for administrative costs of field work, tabulation of quantities, Final Estimate processing and Project accounting (said amounts are to be hereinafter collectively referred to as the Allowances); plus 10% of the official estimate for a contingency fund to be used as hereinafter provided for changes to the Utility Work during the construction of the Project (the Contingency Fund). Page 3 of 9 Packet Page -2457- 9/13/2011 Item 16.C.12. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No. 7 UTILITIES UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT 10104 (AT UTILITY EXPENSE) d. Payment of the funds pursuant to this paragraph will be made (choose one): ® directly to the FDOT for deposit into the State Transportation Trust Fund. ❑ as provided in the attached Memorandum of Agreement between UAO, FDOT and the State of Florida, Department of Financial Services, Division of Treasury. Deposits of less than $100,000.00 must be pre- approved by the Department of Financial Services and FDOT Comptroller's Office prior, to execution of this agreement. e. If the portion of the contractor's bid selected by the FDOT for performance of the Utility Work exceeds the amount of the deposit made pursuant to Subparagraph c. above, then subject to and in accordance with the limitations and conditions established by Subparagraph 2. c. hereof regarding FDOT participation in the cost of the Utility Work and the UAO's election to remove the Utility Work from the Project, the UAO shall, within fourteen (14) calendar days from notification from the FDOT or prior to posting of the accepted bid, whichever is earlier, pay an additional amount to the FDOT to bring the total amount paid to the total obligation of the UAO for the cost of the Utility Work, plus Allowances and 10% Contingency Fund. The FDOT will notify the LIAO as soon as it becomes apparent the accepted bid amount plus allowances and contingency is in excess of the advance deposit amount; however, failure of the FDOT to so notify the UAO shall not relieve the UAO from its obligation to pay for its full share of project costs on final accounting as provided herein below. In the event that the UAO is obligated under this Subparagraph 3.e. to pay an additional amount and the additional amount that the UAO is obligated to pay does not exceed the Contingency Fund already on deposit, the UAO shall have sixty (60) calendar days from notification from the FDOT to pay the additional amount, regardless of when the accepted bid is posted. f. If the accepted bid .amount plus allowances and contingency is less than the advance deposit amount, the FDOT will refund the amount that the advance deposit exceeds the bid amount, plus allowances and contingency if such refund is requested by the UAO in writing and approved by the Comptroller of the FDOT or his designee. Should contract modifications occur that increase the UAO's share of total project costs, the UAO will be notified by the FDOT accordingly. The UAO agrees to provide, in advance of the additional work being performed, adequate funds to ensure that cash on deposit with the FDOT is sufficient to fully fund its share of the project costs. The FDOT shall notify the UAO as soon as it becomes apparent the actual costs will overrun the award amount; however, failure of the FDOT to so notify the LIAO shall not relieve the UAO from its obligation to pay for its full share of project costs on final accounting as provided herein below. The FDOT may use the funds paid by the UAO for payment of the cost of the Utility Work. The Contingency Fund may be used for increases in the cost of the Utility Work which occur because of quantity overruns or because of adjustments or changes in the Utility Work made pursuant to Subparagraph 2. h. Prior to using any of the Contingency Fund, the FDOT will obtain the written concurrence of the person delegated that responsibility by written notice from the UAO. The delegatee shall respond immediately to all requests for written concurrence. If the delegatee refuses to provide written concurrence promptly and the FDOT determines that the work is necessary, the FDOT may proceed to perform the work and recover the cost thereof pursuant to the provisions of Section 337.403(3), Florida Statutes. In the event that the Contingency Fund is depleted, the UAO shall, within fourteen (14) calendar days from notification from the FDOT, pay to the FDOT an additional 10% of the total obligation of the UAO for the cost of the Utility Work established under Subparagraph 3. e. for future use as the Contingency Fund. I. Upon final payment to the Contractor, the FDOT intends to have its final and complete accounting of all costs incurred in connection with the work performed hereunder within three hundred sixty (360) days. All project cost records and accounts shall be subject to audit by a representative of the UAO Page 4 of 9 Packet Page -2458- 9/13/2011 Item 16.C.12. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No. 710.ILITIE UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT UTILITIES (AT UTILITY EXPENSE) for a period of three (3) years after final close out of the Project. The UAO will be notified of the final cost. Both parties agree that in the event the final accounting of total project costs pursuant to the terms of this agreement is less than the total deposits to date, a refund of the excess will be made by the FDOT to the UAO in accordance with Section 215.422, Florida Statutes. In the event said final accounting of total project costs is greater than the total deposits to date, the UAO will pay the additional amount within forty (40) calendar days from the date of the invoice. The UAO agrees to pay interest at a rate as established pursuant to Section 55.03, Florida Statutes, on any invoice not paid within the time specified in the preceding sentence until the invoice is paid. 4. Claims Against UAO a. The UAO shall be responsible for all costs incurred as a result of any delay to the FDOT or its contractors caused by errors or omissions in the Plans Package (including inaccurate location of the Facilities) or by failure of the UAO to properly perform its obligations under this Agreement in a timely manner. b. In the event the FDOT's contractor provides a notice of intent to make a claim against the FDOT relating to the Utility Work, the FDOT will notify the UAO of the notice of intent and the UAO will thereafter keep and maintain daily field reports and all other records relating to the intended claim. C. In the event the FDOT's contractor makes any claim against the FDOT relating to the Utility Work, the FDOT will notify the UAO of the claim and the UAO will cooperate with the FDOT in analyzing and resolving the claim within a reasonable time. Any resolution of any portion of the claim directly between the UAO and the FDOT's contractor shall be in writing, shall be subject to written FDOT concurrence and shall specify the extent to which it resolves the claim against the FDOT. d. The FDOT may withhold payment of surplus funds to the UAO until final resolution (including any n actual payment required) of all claims relating to the Utility Work. The right to withhold shall be limited to actual claim payments made by the FDOT to the FDOT's contractor. 5. Out of Service Facilities No Facilities shall be placed out of service unless specifically identified as such in the Plans. The following terms and conditions shall apply to Facilities placed Out -of- Service: a. The UAO acknowledges its present and continuing ownership of and responsibility for out of service Facilities. b. The FDOT agrees to allow the UAO to leave the Facilities within the right of way subject to the continuing satisfactory performance of the conditions of this Agreement by the UAO. In the event of a breach of this Agreement by the UAO, the Facilities shall be removed upon demand from the FDOT in accordance with the provisions of Subparagraph e. below. C. The UAO shall take such steps to secure the Facilities and otherwise make the Facilities safe in accordance with any and all applicable local, state or federal laws and regulations and in accordance with the legal duty of the UAO to use due care in its dealings with others. The UAO shall be solely responsible for gathering all information necessary to meet these obligations. d. The UAO shall keep and preserve all records relating to the Facilities, including, but not limited to, records of the location, nature of, and steps taken to safely secure the Facilities and shall promptly respond to information requests of the FDOT or other permittees using or seeking use of the right of way. e. The UAO shall remove the Facilities at the request of the FDOT in the event that the FDOT determines that removal is necessary for FDOT use of the right of way or in the event that the FDOT Page 5 of 9 Packet Page -2459- 6. Default 9/13/2011 Item 16.C.12. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No. 7 UTILITIES UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT 10/04 (AT UTILITY EXPENSE) determines that use of the right of way is needed for other active utilities that cannot be otherwise accommodated in the right of way. Removal shall be at the sole cost and expense of the UAO and without any right of the UAO to object or make any claim of any nature whatsoever with regard thereto. Removal shall be completed within the time specified in the FDOT's notice to remove. In the event that the UAO fails to perform the removal properly within the specified time, the FDOT may proceed to perform the removal at the UAO's expense pursuant to the provisions of Sections 337.403 and 337.404, Florida Statutes. Except as otherwise provided in Subparagraph e. above, the UAO agrees that the Facilities shall forever remain the legal and financial responsibility of the UAO. The UAO shall reimburse the FDOT for any and all costs of any nature whatsoever resulting from the presence of the Facilities within the right of way. Said costs shall include, but shall not be limited to, charges or expenses which may result from the future need to remove the Facilities or from the presence of any hazardous substance or material in or discharging from the Facilities. Nothing in this paragraph shall be interpreted to require the UAO to indemnify the FDOT for the FDOT's own negligence; however, it is the intent that all other costs and expenses of any nature be the responsibility of the UAO. In the event that the UAO breaches any provision of this Agreement, then in addition to any other remedies which are otherwise provided for in this Agreement, the FDOT may exercise one or more of the following options, provided that at no time shall the FDOT be entitled to receive double recovery of darnages: (1) Terminate this Agreement if the breach is material and has not been cured within sixty (60) days from written notice thereof from FDOT. (2) Pursue a claim for damages suffered by the FDOT. (3) If the Utility Work is reimbursable under this Agreement, withhold reimbursement payments until the breach is cured. The right to withhold shall be limited to actual claim payments made by FDOT to third parties. (4) If the Utility Work is reimbursable under this Agreement, offset any damages suffered by the FDOT or the public against payments due under this Agreement for the same Project. The right to offset shall be limited to actual claim payments made by FDOT to third parties. (5) Suspend the issuance of further permits to the UAO for the placement of Facilities on FDOT property if the breach is material and has not been cured within sixty (60) days from written notice thereof from FDOT. (6) Pursue any other remedies legally available. (7) Perform any work with its own forces or through contractors and seek repayment for the cost thereof under Section 337.403(3), Florida Statutes. b. In the event that the FDOT breaches any provision of this Agreement, then in addition to any other remedies which are otherwise provided for in the Agreement, the UAO may exercise one or more of the following options: (1) Terminate this Agreement if the breach is material and has not been cured within sixty (60) days from written notice thereof from the UAO. (2) If the breach is a failure to pay an invoice for Utility Work which is reimbursable under this Agreement, pursue any statutory remedies that the UAO may have for failure to pay invoices. Page 6 of 9 Packet Page -2460- 9/13/2011 Item 16.C.12. Form No. 710 -010 -22 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITIES UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT 10/04 (AT UTILITY EXPENSE) (3) Pursue any other remedies legally available. c. Termination of this Agreement shall not relieve either party from any obligations it has pursuant to other agreements between the parties nor from any statutory obligations that either parry may have with regard to the subject matter hereof. 7. Force Majeure Neither the UAO nor the FDOT shall be liable to the other for any failure to perform under this Agreement to the extent such performance is prevented by an act of God, war, riots, natural catastrophe, or other event beyond the control of the non - performing party and which could not have been avoided or overcome by the exercise of due diligence; provided that the party claiming the excuse from performance has (a) promptly notified the other party of the occurrence and its estimate duration, (b) promptly remedied or mitigated the effect of the occurrence to the extent possible, and (c) resumed performance as soon as possible. 8. Indemnification FOR GOVERNMENT -OWNED UTILITIES, To the extent provided by law, the UAO shall indemnify, defend, and hold harmless the FDOT and all of its officers, agents, and employees from any claim, loss, damage, cost, charge, or expense arising out of any acts, action, error, neglect, or omission by the LIAO, its agents, employees, or contractors during the performance of the Agreement, whether direct or indirect, and whether to any person or property to which FDOT or said parties may be subject, except that neither the UAO, its agents, employees, or contractors will be liable under this section for damages arising out of the injury or damage to persons or property directly caused by or resulting from the negligence of the FDOT or any of its officers, agents, or employees during the performance of this Agreement. When the FDOT receives a notice of claim for damages that may have been caused by the LIAO in the performance of services required under this Agreement, the FDOT will immediately forward the claim to the LIAO. The LIAO and the FDOT will evaluate the claim and report their findings to each other within fourteen (14) working days and will jointly discuss options in defending the claim. After reviewing the claim, the FDOT will determine whether to require the participation of the LIAO in the defense of the claim or to require the UAO to defend the FDOT in such claim as described in this section. The FDOT's failure to notify the LIAO of a claim shall not release the UAO from any of the requirements of this section. The FDOT and the LIAO will pay their own costs for the evaluation, settlement negotiations, and trial, if any. However, if only one party participates in the defense of the claim at trial, that party is responsible for all costs. FOR NON - GOVERNMENT -OWNED UTILITIES, The LIAO shall indemnify, defend, and hold harmless the FDOT and all of its officers, agents, and employees from any claim, loss, damage, cost, charge, or expense arising out of any acts, action, error, neglect, or omission by the UAO, its agents, employees, or contractors during the performance of the Agreement, whether direct or indirect, and whether to any person or property to which FDOT or said parties may be subject, except that neither the UAO, its agents, employees, or contractors will be liable under this section for damages arising out of the injury or damage to persons or property directly caused by or resulting from the negligence of the FDOT or any of its officers, agents, or employees during the performance of this Agreement. The UAO's obligation to indemnify, defend, and pay for the defense or at the FDOT's option, to participate and associate with the FDOT in the defense and trial of any damage claim or suit and any related settlement negotiations, shall arise within fourteen (14) days of receipt by the UAO of the FDOT's notice of claim for indemnification to the UAO. The notice of claim for indemnification shall be served by certified mail. The UAO's obligation to defend and indemnify within fourteen (14) days of such notice shall not be excused because of the UAO's inability to evaluate liability or because the UAO evaluates liability and determines the Packet Page -2461- 9/13/2011 Item 16.C.12. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No. 7UTILIT -22 UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT uTiuoo (AT UTILITY EXPENSE) UAO is not liable or determines the FDOT is solely negligent. Only a final adjudication of judgment finding the FDOT solely negligent shall excuse performance of this provision by the UAO. The UAO shall pay all costs and fees related to this obligation and its enforcement by the FDOT. The FDOT's delay in notifying the UAO of a claim shall not release UAO of the above duty to defend. 9. Miscellaneous a. Time is of essence in the performance of all obligations under this Agreement. b. The Facilities shall at all times remain the property of and be properly protected and maintained by the UAO in accordance with the current Utility Accommodation Manual in effect at the time the Plans Package is prepared and the current utility permit for the Facilities; provided, however, that the UAO shall not be obligated to protect or maintain any of the Facilities to the extent the FDOT's contractor has that obligation as part of the Utility Work pursuant to the FDOT's specifications. C. The FDOT may unilaterally cancel this Agreement for refusal by the UAO to allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119, Florida Statutes, and made or received by the UAO in conjunction with this Agreement. d. This Agreement constitutes the complete and final expression of the parties with respect to the subject matter hereof and supersedes all prior agreements, understandings, or negotiations with respect thereto, except that the parties understand and agree that the FDOT has manuals and written policies and procedures which may be applicable at the time of the Project and the relocation of the Facilities. e. This Agreement shall be governed by the laws of the State of Florida. Any provision hereof found to be unlawful or unenforceable shall be severable and shall not affect the validity of the remaining portions hereof. f. All notices required pursuant to the terms hereof may be sent by first class United States Mail, facsimile transmission, hand delivery, or express mail and shall be deemed to have been received by the end of five business days from the proper sending thereof unless proof of prior actual receipt is provided. The UAO shall have a continuing obligation to notify each District of the FDOT of the appropriate persons for notices to be sent pursuant to this Agreement. Unless otherwise notified in writing, notices shall be sent to the following addresses: If to the UAO: Nathan Beals, Project Manager Collier County, Public Utilities Division 3339 E. Tamiami Trail, Suite 303 Naples FL 33112 If to the FDOT: Raymond Mercer, Utility Project Manager, FDOT District 1 Utilities Office 801 N. Broadway Ave., MS 1 -11 Bartow, FL 33830 10. Certification This document is a printout of an FDOT form maintained in an electronic format and all revisions thereto by the UAO in the form of additions, deletions, or substitutions are reflected only in an Appendix entitled Changes To Form Document and no change is made in the text of the document itself. Hand notations on affected portions of this document may refer to changes reflected in the above -named Appendix but are for reference purposes only and do not change the terms of the document. By signing this document, the UAO hereby represents that no change has been made to the text of this document except through the terms of the appendix entitled Changes to Form Document. Page 8 of 9 Packet Page -2462- 9/13/2011 Item 16.C.12. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No. 7 UTIL -22 UTILITIES UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT 10104 (AT UTILITY EXPENSE) You MUST signify by selecting or checking which of the following applies: ® No changes have been made to this Form Document and no Appendix entitled "Changes to Form Document" is attached. ❑ No changes have been made to this Form Document, but changes are included on the attached Appendix entitled "Changes to Form Document." IN WITNESS WHEREOF, the parties hereto have executed this Agreement effective the day and year first written. UTILITY: Collier County Water -Sewer District BY:(Sicinature / DATA 9d6 1 I,Vk 5 + (Typed Name: Fred W. Coyle) (Typed Title: Chairman Collier Board of County Commissioners , :. As ate• Of f" Q the'. H. Governing Board of the Collier County Water —Sewer Di'­ riot,- _. �y G' Recommend Approval by the District Utility Office BY: (Signature) DATE: FDOT Legal review BY: (Signature) DATE: District Counsel STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BY: (Signature) DATE: (Typed Name: ) (Typed Title: ) FEDERAL HIGHWAY ADMINISTRATION (if applicable) BY: (Typed Name:,.;..,........:), (Typed Title'` TTES o :. ggggpp@@ .8t�®i�!l1.6y ShYB d -MV. (1::1 1 d; - d �iil Page 9 of 9 Packet Page -2463 - 4 te>; 4a DATE: Approved as to form & legal sufficlency -A-s-sistaRl County Attorney