Loading...
Agenda 10/14/2008 Item #16C 3Agenda Item too. 1503 October 14, 2008 Page 1 of 24 EXECUTIVE SUMMARY Recommendation for the Board of County Commissioners of Collier County, Florida, as Ex- Officio Board of the Collier County Water -Sewer District, to adopt a Resolution approving a Florida Department of Transportation (FDOT) Standard form Utility Work Agreement and a FDOT Standard form Utility Work by Highway Contractor Agreement regarding Collier County relocating its utility facilities necessitated by FDOT replacing the Vanderbilt Drive (CR 901) Bridge over the Cocohatchee River, Projects 70045 and 73045 and authorizing the Chairman to execute those Agreements. OBJECTIVE: To adopt a Resolution approving a FDOT Standard form Utility Work Agreement and a FDOT Standard form Utility Work by Highway Contractor Agreement regarding Collier County relocating its utility facilities necessitated by FDOT replacing the Vanderbilt Drive Bridge over the Cocohatchee River. CONSIDERATIONS: The FDOT has provided plans for the replacement of the Vanderbilt Drive Bridge to the Collier County Public Utilities Engineering Department. A review of those plans indicates that the relocation of a water main and the adjustment of wastewater facilities will be necessary to accommodate the bridge replacement project. The FDOT has also provided its standard "Utility Work Agreement" (UWA) form and its standard "Utility Work by Highway Contractor Agreement" (UWHCA) form for execution by an authorized representative of the County. The UWA pertains to the County construction of a replacement water main required by the project. The UWHCA pertains to FDOT's contractor and the need to remove the existing water main and adjust existing wastewater facilities to match the new grade. Staff seeks the Boards approval of a Resolution approving both Agreements and authorizing the Chairman of the Board of County Commissioners to execute same. FISCAL IMPACT: Funds in the amount of $34,500 for the construction work by the FDOT contractor are available from County Water Capital Projects ($25,875) and from County Sewer Capital Projects ($8,625). Funds for the construction of the replacement water main by the County will require a budget amendment in the amount of 5500,000 to transfer funds from reserves to County Water Capital Projects. Source of funds is user fees. LEGAL CONSIDERATIONS: The Agreements, Resolution, and Executive Summary have been reviewed and approved by the County Attorney's Office for form and legal sufficiency and are legally sufficient for Board action.— SRT GROWTH MANAGEMENT IMPACT: This Resolution involves the relocation of existing utilities so there is no growth management impact. RECOMMENDATIONS: That the Board of County Commissioners, as the Ex- officio Board of the Collier County Water Sewer District: Agenda Item No. 16C3 October 14, 2403 Page 2 of 24 1. Adopt a Resolution approving a FDOT Standard form Utility Work Agreement and a FDOT Standard form Utility Work by Highway Contractor Agreement regarding Collier County relocating its utility facilities necessitated by FDOT replacing the Vanderbilt Drive Bridge over the Cocohatchee River, and authorizing its Chairman to execute those agreements; ?. Approve the necessary Budget Amendment. Prepared by: Ronald F. Dillard, P.E., Senior Project Manager, Public Utilities Engineering Department. Attachments: FDOT Standard form Utility Work Agreement; FDOT Standard form Utility Work by Highway Contractor Agreement; and Resolution. Page \of 2 Agenda Item No. 16C {}--toJber14.2008 Page 3of24 COLLIER COUNTY — BOARD OF COUNTY COMMISSIONERS Item Number: 10C3 Item Summary: Recommendation for the Bnunu of County Commissioners of Collier Florida, as Ex- Officio Board of the CnUierCounty Water-Sewer District, to adopt o Resolution approving a Florida Department of Transportation (FDOT.) Standard form Utility Work Agreement and a FDDT Standard ho,m Utility Work by Highway Cnntracto,Agreamont regarding Collier County relocating its utility facilities necessitated by rDOT replacing tire Vanderbilt Drive <CR o81) Bridge over the Connhatchee River, Projects 70045 and 73045 and authorizing the Chairman m execute those Agreements. ($34,5OO) Meeting Date: 101"4,12008 9:00,00 AM Prepared By Ronald F. Dillard, p.E. Senior Project Manager uoe Public Utilities Public Utilities Engineering e1231200e 3:35:08 Pm Approved By Phil E.Gramatges.P.s. Sr. pn!JextManager Date Public Utilities Public UtoitiosEngineering 9!232008 4:53 PM Approved By —� Stev,camm/ pvrchu»ing/G*nero/ Svcs Director Date Admin/strat/°eSar,ices Purchasing 91211!2001, a:co PM Approved By Pau/Mauaosch Water Director �a=^ Public Utilities Water 9/114!z008 11:23AM Approved By Tvonnasvwues Operations Director uaa, Public Utilities Public Utilities Operations 2124/2008 11:41 4m Approved By Scott n'Teach Assistant County Attorney Date County Attorney County Attorney Office 91241200u2:17 Pm Approved By Donald Edwards Operations Manager Date Public Utilities Wastewater 9/24/2008 2:41 PM Approved By vmUiam D. Mullin, PE Principal Project Manager oan* ~—~ Public Utilities Public Utilities Engineering 9,124/2008 3�33 pkq Approved By fi|c://C:\A est\Exoort\\|4-{)otoboc%20\4,Y6202O08\lh.%2UC[)N8ENT%2OAGEN[}— 10/8/2008 Page 2 of 2 Agenda item No. 1623 October 14, 2008 Page 4 of 24 G. George Yilmaz WasteWater Director Date Public Utilities WasteWater 9/24!2008 4:28 PM Approved By James W. DeLony Public Utilities Administrator Date Public Utilities Public Utilities Administration 912912006 8:11 AM Approved By OMB Coordinator OMB Coordinator Date County Manager's Office Office of Management & Budget 912S12008 9:06 AM Approved By Susan Usher Senior ManagementIBUdget Analyst Date County Manager's Office Office of Management & Budget 10/312008 3;47 PM Approved By James V. Mudd County Manager Date Board of County County Manager's Office 101612008 10:56 AM Commissioners fi I e://C:\A gendaTest\Export\ 1 14 -October%2 014,%2 0 200 8\ 16. %2 0 CONS EN T%20 AG END... 10/8/2008 Agenda Item No. 1603 October 14, 2006 Page 5 of 24 RESOLUTION NO. 2008- A RESOLUTION OF THE BOARD OF COUNTY COMI4IISSIONERS OF COLLIER COUNTY, FLORIDA, ACTING AS THE EX-OFFICIO BOARD OF THE COLLIER COUNTY WATER -SEWER DISTRICT, APPROVING A FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) STANDARD FORM UTILITY WORK AGREEMENT AND A FDOT STANDARD FORM UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT REGARDING COLLIER COUNTY RELOCATING ITS UTH TI'Y FACILITIES NECESSITATED BY FDOT REPLACING THE VANDERBILT DRIVE (CR "I) BRIDGE OVER THE COCOHATCHEE RIVER AND AUTHORIZING ITS CHAIRMAN TO EXECUTE THOSE AGREEMENTS. WHEREAS, The Florida Department of Transportation (FDOT) plans to replace the Vanderbilt Drive Bridge over the Cocohatchee River, which work will require the County to relocate its government owned utility facilities from the bridge; and WHEREAS, FDOT requires that Collier County enter into FDOT's standard form Utility Work Agreement before Collier County can perform its utility work with regard to this FDOT project; and WI1EREAS, FDOT requires that Collier County enter into FDOT's standard form Utility Work by Highway Contractor Agreement for the removal of existing County facilities from the existing bridge, and WHEREAS, the Collier County Board of County Commissioners as the Ex- Officio Board of the Collier County Water -Sewer District by Resolution approved the subject Utility Work Agreement and the subject Utility Work by Highway Contractor Agreement and authorizes its Chairman to sign those agreements on behalf of the Water Sewer District at its October 14, 2008 meeting. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, AS THE EX- OFFICIO GOVERNING BOARD OF THE COLLIER COUNTY WATER -SEWER DISTRICT AS FOLLOWS: 1. The foregoing WHEREAS clauses are incorporated herein by reference. 2. The Board of County Commissioners of Collier County, Florida, as the Ex- Officio Governing Board of the Collier County Water -Sewer District, hereby approves the subject Utility Work Agreement and the subject Utility Work by Highway Contractor Agreement regarding the replacement of the Vanderbilt Drive Bridge over the Cocohatchee River. 3. The Board hereby authorizes its Chairman to execute those Agreements on behalf of the Collier County Water -Sewer District. �. 4. This Resolution shall become effective immediately upon its adoption. Agenda item No. 16C3 October 14. 2008 Page 6 of 24 PASSED AND DULY ADOPTED by the Board of County Commissioners of Collier County, Florida, this 14th day of October, 2008 after majority vote. ATTEST: BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA, AS EX- OFFICIO THE GOVERNING BOARD DWIGHT E. BROCK, Clerk OF THE COLLIER COUNTY WATER - SEWER DISTRICT Deputy Clerk lM Approved as to form and legal sufficiency: Scott R. Teach Deputy County Attorney TOM HENNING, CHAIRMAN Agenda Item No. 1603 October 14, 22 {008 Fortis Nb9!'180,3.t "x' uhuum 10/04 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK AGREEMENT (at UAO's Sole Expense) Financial Project ID: 408440- 1-56 -1 Federal Project ID: NIA County: Collier State Road No.: District Document No: Utility AnencylOwner (UAO): Collier County Water -Sewer District THIS AGREEMENT, entered into this day of , year of , by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, hereinafter referred to as the "FDOT, and the Collier County Water -Sewer District, hereinafter referred to as the "UAO "; WITNESSETH: 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 Vanderbilt Drive, State Road No.CR901, 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 shall be performed in accordance with the Plans, and the Schedule that are hereafter Pegs 7 ar 10 Agenda Item No. 1603 October 14, 22x3 �00 ForrtP0R01,,54 `� UWAI" 10104 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK AGREEMENT (at UAO's Sole Expense) 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 complywith 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 deference to the permit). 2. Claims Against UAO a. In the event the FDOT's contractor provides a notice of intent to make a claim against Page 2 of 10 Agenda Item No. 1603 October 14, 2008 F-m,' o�, 4 U11MM 1GM4 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK AGREEMENT (at UAO's Sol@ Expense) the FOOT relating to the Utility Work, the FOOT 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 FOOT relating to the Utility Work, the FOOT will notify the UAO of the claim and the UAO will cooperate with the FOOT 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 FOOT concurrence and shall specify the extent to which it resolves the claim against the FOOT. 3. Out of Service Facilities No Facilities shall be left in place on FDOT's Flight 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 FOOT 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 FOOT 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 FOOT determines that removal is necessary for FOOT use of the right of way or in the event that the FOOT 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 not have qualified for reimbursement under this Agreement, removal shall be at the Page 3 of 10 Agenda Item No. 15C3 October bbee�r1114, 2008 FwmTiO`71Dn0l&jff'4 U61 tiea 11= STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK AGREEMENT (at UAO'a Sole Expanse) 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. I n 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 Facilities on FDOT property 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 breach is cured. Page 4 of 10 Agenda Item No. 1603 October 14, 2008 F"Pll"jL.24 UU1WM 10/p4 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK AGREEMENT (at UAO'a Sole Expenaa) (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, As 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 FDOrs 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. FOR NON- GOVERNMENT -OWNED UTILITIES; Page 5 of 10 Agenda Item No. 16G3 Octobbeerr 14, 2y0018 Fonrtl�'710410.55- UWNIOS 10104 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK AGREEMENT (at UAO's Soie Expense) 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, and made or received by the UAO in conjunction with this Agreement. Page 6 of 10 Agenda Item No, 16C3 October 14,, 2008 Fa�j�WE71 q Z,RW4 usMbss 101D4 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK AGREEMENT (at UAO's Sob ExPenw) 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: Mr. Phil Gramatges Collier County - Public Utilities 3301 Tamiami Trail E. Bldg H Naples, FL 34112 (239)530-5336 If to the FDOT: Wait L. Childs, Jr. District Utility Administrator Florida Department of Trans portation - District 1 801 N. Broadway Street Bartow, FL 33830 -3809 (863)519-2532 8. Certification Paga ?of 10 Agenda Item No. 16C3 Oct��obbe�7r 14,, [20`08 FomAZ'71 � ,Qa 4 uhhhe9 law STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK AGREEMENT (at UAO's Sole Expanse) 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 10 Agenda Item No. 16C3 October 14�, 2008 Fnl1EP91V6324 MOM 10)04 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK AGREEMENT (at UAO's Sale Expense) You MUST signify by selecting or checking which of the following applies: Z 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: (Signature) _ DATE: (Typed Name: Tom Henning) (Typed Title: Chairman, Collier County Board of Commissioners) As Ex- Officio The Governing Board of the Collier County 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: (Siionature) DATE: (Typed Name: Richard Combs) (Typed Title: Director of Transportation) ATTEBT �� as f & ega sufficieec) DWHIRT Si: Page 2of10 AssisCant County AttNner STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK AGREEMENT (at UAO's Sole Expense) FEDERAL HIGHWAY ADMINISTRATION (if applicable) IZYIF (Typed Name; (Typed Title: ) Page 10 of 10 Agenda lieEn No. 1603 October 14, 2008 FOpnfYP�710�1'I$55 4 Uhlr ie8 7 NDn DATE: Agenda Item No. 1603 October 14, 21008 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No 7 ",f Zet 24 UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT UTILITIES (LUMP SUM) 10Jb+✓F Financial Project ID: 408440- 1-56 -1 Federal Project ID: NIA County: Collier State Raad No.: CR901 District Document No: Utility AgencylOwner (UAO): Collier County Water -Sewer District THIS AGREEMENT, entered into this day of , year of 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 "; y. WHEREAS, the UAO owns certain utility facilities which are located on the public road or publicly owned rail corridor identified below, hereinafter referred to as the "Facilities" (said temp 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 Vanderbilt Drive (CR901), State Road No. , hereinafter referred to as the "Project'; and WHEREAS, the Project requires minor modifications to the Facilities or the FDOT's design more particularly described in Exhibit A attached hereto and by this reference made a part hereof, hereinafter referred to as "Utility Work," and full plans and technical specifications for the Utility Work are not required; and WHEREAS, the FDOT will perform the Utility Work as part of the Project; and WHEREAS, the UAO, pursuant to the terms and conditions hereof, will bear certain costs associated with the Utility Work; 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 follaws: 1. Performance of Utility Work a. The FDOT will include the Utility Work in its plans and specifications for the Project and will include the Utility Work as part of the FDOT's constriction of the Project. The preparation of the plans and specifications and the construction of the Project will be performed in such manner as the FDOT, in its discretion, deemed appropriate. b. All location, protection, relocation, adjustment, or removal of Me UAO'* Facilities which is nothsted in Exhibit A shall be performed pursuant to a separate agreement. 2. Cost of Utility Work a. The UAO will, at least fourteen (14) calendar days prior to the date on which the FDOT advertises the Project for bids, pay the FDOT the amount of $ y500 00 for the cost of the Utility Work. Said amount Wil be deposited into the State Transportation Trust Fund. b. The FDOT and the UAO acknowledge and agree that the amount stated above includes an additional ten percent (10 %) to cover the UAO's obligation for the cost of the Utility Work as set forth in Section 337.403(1)(b), Florida Statutes. Pao 1 of 5 3 EN Agenda item No. 16C3 October 14, 2006 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No?7q&-t10T't UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT UTILITIES (LUMP SUM) 10104 C. Except for costs associated with any changes or additions to the Utility Work, the FDOT and the UAO agree that the deposit shall be an asset of the FDOT and that it constitutes a full and final lump sum payment for the cost of the Utility Work, without any requirement for a subsequent accounting for the use of the deposit. d. Pursuant to Section 337.403(1)(b), Florida Statutes, no changes or additions to the Utility Work will be made during the construction of the Project unless the UAO has made an additional deposit to cover the cost of the changes or additions. To the extent that the amount stated in Subparagraph 2.a. above exceeds the amount of the FDOT contractor's bid that applies to the Utility Work, such excess may be applied to cover the cost of the changes or additions. All changes or additions shall be subject to the limitations on supplemental agreements and change orders contained in Section 337.11(8), Florida Statutes. 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 Facilities on FDOT property if the breach is material and has not been cured within 60 days from written notice thereof from FDOT until such time as the 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. 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 Page 2 of 5 Agenda Item No. 1603 October 14, 2008 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form N07gg01 2 %= f 24 UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT UTILITIES . (LUMP SUM) 10V section f+or 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 wilt 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. 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 FDOrs 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. S. 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. 6. Miscellaneous a. To 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 287.056, 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, and made or received by the UAO in conjunction with this Agreement Pegs 3 of 5 Fi STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT (LUMP SUM) Agenda Item No. 16C3 October 14, 2008 Form Nopi K_Ofo 5�1 UTILITIES 10/04 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 other agreements for work not included in Exhibit A for Facilities located within the limits of the Project. 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 portions hereof. e. Time is of essence in the performance of all obligations under this Agreement 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. Phil Gramatges Collier County - Public Utilities 3301 Tamiami Trail E. Bldg H Naples, FL 34112 (239)530-5336 If to the FDOT: Walt L. Childs, Jr. (District Utility Administrator) Florida Department of Transportation District I 801 N. Broadway Street Bartow FL 33830 -3609 (863)519-2532 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." 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 Documenr is attached. ❑ No changes have been made to this Form Document, but changes are included on the attached Appendix entitled "Changes to Form Document.' Page 4 of 5 Agenda Item No. 16C3 October 1 ?24, 2003 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No.�7M14.5'Tpf 24 UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT UTILITIES (LUMP SUM) 10M4 IN WITNESS WHEREOF, the parties hereto have executed this Agreement effective the day and year first written. UTILITY: Collier County Water -Sewer District BY: (Slanatum) DATE: (Typed Name: Tom Henning, Chairman) (Typed Title: Collier County Board of Commissioners) As Ex- Officio The Governing Board of the Collier County 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: Richard Combs) (Typed Title: Director of Transaortatlon) FEDERAL HIGHWAY ADMINISTRATION (if applicable) BY: (Typed Name: (Typed Title: _ _ 1 ATMT DWXW 1LOLM Page 5 of 5 DATE: "s 110 fc I-. gal 20ftclenc) y Assistat County Attviier c u, I I i I LO 06 LO O C) 04 ILL CY O of � CI4 CJ CY 7! U- 00 0 z O CL .:c N C-4 ( �-H D Z) -Z CO C-4 LL C> r N C-4 1n z 4-j W > cr 41 w U w u = U 0' LA co -:T o CD ��� �o� _ c.; o G' � N Z � � N �: � O� �� �.