JOINT PROJECT AGREEMENT CLEARWATER WATER AND SEWER DEPARTMENTS/U.S. 19 AT DREW STREET- FIN NO. 256957-1-56-07; WPI NO. 7117045; SPN NO. 15150-3566
r ",
.'- .:' ~'"
I
\
..,., '"
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT
(AT UTILITY EXPENSE)
Form No. 710-01G-22
UTJUTlES
-
Financial Project 10: 256957-1-56-07 Federal Project 10:
Work Program Item No. (old): 7117045 CountylSection No: 15 150
State Job No. (old): 15150-3566 District Document No:
+n )
THIS AGREEMENT, entered into this .l.Lday of Novem \-le, , year of qqq, by and
between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, hereinafter referred to as
the 'FOOT", and CITY OF CLEARWATER WATER AND SEWER DEPARTMENTS, hereinafter referred
to as the 'UAO";
WITNESSETH:
WHEREAS, the FOOT, is constructing, reconstructing, or otherwise changing a portion of a
public road or publicly owned rail corridor. said project being identified as U.S. 19 (at Drew Street), State
Road No.: 55. 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 FOOT and the UAO desire to enter into a joint agreement pursuant to Section
337.403(1 )(b) of the Florida Statutes for the Utility Work to be accomplished by the FOOT's contractor
as part of the construction of the Project;
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 FOOT and the UAO hereby agree as follows:
1. Design of Utility Work
a. UAO shall prepare, at UAO's sole cost and expense, a final engineering design,
Page 1 of 14
0' ,r;.
,/ "
',','1()
(/
ffi
, ,
,~- -/
r
. ~"."
ST4-E OF FLORIDA DEPARlMENT OF TRANSPORTATION I
UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT
(AT UTILITY EXPENSE)
Form No. 710-010--22
UTILITIES
02199
plans. technical special provisions, a cost estimate, and a contingency utility
relocation 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 December 1, year of 1999,
b. The Plans Package shall be in the same format as the FOOT'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 maintenance of traffic.
d, The Plans Package shall be prepared in compliance with the FOOT'S the Utility
Accommodation Manual and the FOOT's Plans Preparation Manual in effect at the
time the Plans Package is prepared, and the FOOT's contract documents for the
Project. If the FOOT'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 FOOT's guidelines on preparation of technical
special provisions and shall not duplicate or change the general contracting
provisions of the FOOT's Standard Specifications for Road and Bridge Construction
and any Supplemental Specifications, Special Provisions, or Developmental
Specifications of the FOOT for the Project.
f. UAO shall provide a copy of the proposed Plans Package to the FOOT, and to such
other right of way users as designated by the FOOT, for review at the following
stages: Phase IV submittal. Prior to submission of the proposed Plans Package for
review at these stages, the UAO shall send the FOOT a work progress schedule
explaining how the UAO will meet the FOOT'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 FOOT finds any deficiencies in the Plans Package during the
reviews performed pursuantto subparagraph f. above. the FOOT 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 FOOT's review and
approval of the documents shall not relieve the UAO from responsibility for
subsequently discovered errors or omissions,
h. The FOOT shall furnish the UAO such information from the FOOT's files as
Page 2 of 14
- ..
ST"f-E OF FLORIDA DEPARTMENT OF TRANSPORTATION 1
UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT
(AT UTILITY EXPENSE)
Form No. 710-010-22
UTILITIES
02199
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 FOOT shall not relieve the UAO ofthis obligation nor
transfer any of that responsibility to the FOOT.
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: None,
These exceptions shall be handled by separate arrangement.
j. 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 FOOT'S expense, but
not previously identified as such. the UAO shall file a claim with the FOOT 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 FOOT'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 FOOT,
L 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: The FOOT RJW Utilization Permit will be applied for at a later date.
(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 FOOT shall incorporate the Plans Package into its contract for construction of
the Project.
b, The FOOT shall procure a contract for construction ofthe Project in accordance with
the FOOT's requirements,
c, If the portion of the bid of the contractor selected by the FOOT which is for
performance of the Utility Work exceeds the FOOT'S official estimate for the Utility
Page 3 of 14
I
1
'"
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT
(AT UTILITY EXPENSE)
FOl'T1\No.71().Olo.22
UT1UT1ES
"""'"
Work by more than ten percent (10%) and the FOOT does not elect to participate
in the cost of the Utility Work pursuant to Section 337.403(1)(b) of the Florida
Statutes. the UAO may elect to have the Utility Work removed from the FOOTs
contract by notifying the FOOT in writing within 10 days from the date that the UAO
is notified of the bid amount. Unless this election is made, the Utility Work shall be
performed as part of the Project by the FOOTs contractor.
d. If the UAO elects to remove the Utility Work from the 'FOOTs contract in
accordance with subparagraph 2. c., the UAO shall perform the Utility Work
separately pursuant to the terms and conditions of the FOOT'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 FOOT or the
FOOTs 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:
NONe'
and will furnish the FOOT with daily diary records showing approved quantities and
amounts for weekly, monthly, and final estimates in accordance with the format
required by FOOT procedures.
f. Except for the inspection, testing, monitoring and reporting to be performed by the
UAO in accordance with subparagraph 2. e., the FOOT will perform all contract
administration for its construction contract.
g. The UAO shall fully cooperate with the FOOT and the FOOT's contractor in all
matters relating to the performance of the Utility Work.
h. The FOOT'S engineer has full authority over the Project and the UAO shall be
responsible for coordinating and cooperating with the FOOT'S engineer. In so
doing, the UAO shall make such adjustments and changes in the Plans Package
as the FOOTS engineer shall determine are necessary for the prosecution of the
Project.
i. The UAO shall not make any changes to the Plans Package after the date on which
the FOOTS contract documents are mailed to Tallahassee for advertisement of the
Project unless those changes fall within the categories of changes which are
Page 4 of 14
~
,
I
I
FonnNo.710-010-22-
UTIUTlES
02Jll9
- .' ~
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT
(AT UTILITY EXPENSE)
allowed by supplemental agreement to the FOOT'S contract pursuant to Section
337.11 of the Florida Statutes. All changes, regardless of the nature ofthe change
or the timing of the change, shall be subject to the prior approval of the FOOT.
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
. FOOT'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
FOOT. 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 $ (;2/, 29{.. "E. At such
time as the FOOT prepares its official estimate, the FOOT 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 FOOT to the cost of the Utility Work, or to elect to
have the Utility Work removed from the FOOrS contract and performed separately
pursuant to the terms and conditions set forth in subparagraph 2. d. hereof.
c. At least seven (7) calendar days prior to the date on which the FOOT advertises the
Project for bids, the UAO will pay to the FOOT an amount equal to the FOOrS
official estimate; plus 5% for mobilization of equipment for the Utility Work. 2% for
additional maintenance oftraffic costs for the Utility Work, and 5% for administrative
costs of field work, tabulation of quantities. Final Estimate processing and Project
accounting (said three amounts for mobilization, maintenance of traffic and
administrative costs to be hereinafter collectively referred to as the 'Allowancesi;
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 Fundi.
d. Payment of the funds pursuant to this paragraph will be made (choose one):
directly to the FOOT for deposit into the State Transportation Trust
Fund. '
X as provided in the attached Memorandum of Agreement between
UAO, FOOT and the State of Florida, Department of Insurance,
Division of Treasury. Deposits of less than $100,000.00 must be pre-
Page 5 of 14
.60
I
I
Form No. 71G-Ql().ZZ
UTILITIES
D2I99
~ . , ~
STATE OF FLORIDA DEPARTMENT OFTAANSPORTATlON
UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT
(AT UTILITY EXPENSE)
approved by the FOOT Comptroller's Office prior to execution of this
agreement.
e. If the portion of the contractor's bid selected by the FOOT 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 FOOT participation in the cost
of the Utility Work arid the UAO's election to remove the Utility Work from the
Project, the UAO shall, within fourteen (14) calendar days from notification from the
FOOT or prior to posting of the accepted bid, whichever is earlier, pay an additional
amount to the FOOT 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
FOOT will notify the UAO 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 FOOT 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.
f. If the accepted bid amount plus allowances and contingency is less than the
advance deposit amount, the FOOT 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 FOOT or
his designee.
g. Should contract modifications occur that increase the UAO's share of total project
costs, the UAO will be notified by the District accordingly. The UAO agrees to
provide, in advance of the additional work being performed, adequate funds to
ensure that cash on deposit with the FOOT is sufficient to fully fund its share of the
project costs. The FOOT shall notify the UAO as soon as it becomes apparent the
actual costs will overrun the award amount; however, failure of the FOOT 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.
h. The FOOT 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 FOOT 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 FOOT determines that the
work is necessary. the FOOT may proceed to perform the work and recover the cost
thereof pursuant to the provisions of Section 337.403(3) of the Florida Statutes. In
Page 6 of 14
fYJ
I
I
Fom1No. 710-01~Z2
UTIUTlES
.....
STATE OF FLORIDA OEPARTMENT OF TRANSPORTATION
UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT
(AT UTILITY EXPENSE)
the event that the Contingency Fund is depleted, the UAO shall, within fourteen (14)
calendar day from notification from the FOOT, pay to the FOOT an additional 1 0%
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 FOOT intends to have its final and
complete accounting of all costs incurred in connection with the work l1erformed
hereunder within three hundred sixty (360) days. All project cost records and
accounts shall be subject to audit by a representative of the UAO 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 FOOT to the UAO in accordance with
Section 215.422, Rorida 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.
j. The FOOT shall have the right to retain out of any payment due the UAO under this
Agreement an amount sufficient to satisfy any amount due and owing to the FOOT
by the UAO on any other Agreement between the UAO and the FOOT, whether
existing now or in the future.
4. Claims Against UAO
a. The UAO shall be responsible for all costs incurred as a result of any
delay to the FOOT 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 contractor provides a notice of intent to make a claim
against the FOOT relating to the Utility Work, the FOOT 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 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
Page 7 of 14
fYJ
1
I
Fonn No. 710-010.22
UTIUT1ES
02J99
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT
(AT UTILITY EXPENSE)
claim directly between the UAO and the FOOTS 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.
d. The FOOT may withhold payment of surplus funds to the UAO until
final resolution (including any actual payment required) of all claims
relating to the Utility Work. .
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 FOOT 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 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 FOOT or other permitees using or
seeking use of the right of way.
e. The UAO shall remove the Facilities at the request of the FOOT 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. 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
Page 8 of 14
;/l
STATE OF FLORIDA DEPARTMENT OFTRANSPORTATION
UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT
(AT UTILITY EXPENSE)
I
I
Fonn No. 710-010-22
UTlUTIES
02<99
in the FOOrs notice to remove. In the event that the UAO fails to
perform the removal properly within the specified time, the FOOT may
proceed to perform the removal at the UAO's expense pursuant to the
provisions of Sections 337.403 and 337.404 of the 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 FOOT 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.
6. 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 FOOT may exercise one or more of the following options, provided that at no
time shall the FOOT be entitled to receive double recovery of damages:
1. Terminate this Agreement if the breach is material and has not been cured
within sixty (60) days from written notice thereof from FOOT.
2. Pursue a claim for damages suffered by the FOOT or the public.
3. If the Utility Work is reimbursable under this Agreement, withhold
reimbursement payments until the breach is cured.
4. If the Utility Work is reimbursable under this Agreement, offset any damages
suffered by the FOOT or the public against payments due under this
Agreement for the same Project. Payments due under this Agreement for
Projects other than the one under which the breach occurred may be
withheld pending resolution of the merits of the breach.
5. Suspend or terminate the issuance of further permits to the UAO for the
placement of Facilities on FOOT property if the breach is material and has
not been cured within sixty (60) days from written notice thereof from FOOT.
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) of the Rorida
Page 9 of 14
IP
I
I
'< . . ~
STATE OF FlORIDA DEPARTMENT OF TRANSPORTATION
UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT
(AT UTILITY EXPENSE)
Form No. 710-<:110-22
UTIUTlES
......
Statutes.
b. In the event that the FOOT 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.
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 party may have with regard to the subject matter hereof.
7. Force Majeure
Neither the UAO nor the FOOT 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.
!f!l
Paoe 10 of 14
I
I
'. .' ~
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT
(AT UTILITY EXPENSE)
Form No. 71Q-01o.22
UTIUT1ES
......
8. Indemnification
Check one of the appropriate boxes 0 below:
X For government-owned utilities,
To the extent provided by law, the UAO shall indemnify, defend and hold harmless
the FOOT 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 subcontractors during the
performance of the Agreement, whether direct or indirect, and whether to any
person or property to which FOOT or said parties may be subject, except that
neither the UAO, its agents, employees or subcontractors 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 FOOT or any of its officers
agents or employees during the performance of this Agreement.
When the FOOT 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
FOOT will immediately forward the claim to the UAO. The UAO and the FOOT 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 FOOT will determine whether to require the participation of the UAO
in the defense of the claim or to require the UAO to defend the FOOT in such claim
as described in this section. The FOOrs failure to notify the UAO of a claim snail
not release the UAO from any of the requirements of this section. The FOOT 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.
o For non-government-owned utilities,
The UAO shall indemnify, defend and hold harmless the FOOT 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 subcontractors during the performance of the Agreement,
whether direct or indirect, and whether to any person or property to which FOOT or
said parties may be subject, except that neither the UAO, its agents, employees or
subcontractors 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 FOOT or any of its officers agents or employees during the
performance of this Agreement.
~
Paae 11 of 14
~ ."
:.:: ., ~
I
I
STATE OF FLORIDA DEPARTMENT OF TRANSPORT ATlON
UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT
(AT UTILITY EXPENSE)
Form No. 710-010-22
UTIUTlES
.....
The UAO's obligation to indemnify, defend, and pay for the defense or at the
FOOTs option, to participate and associate with the FOOT in the defense and trial
of any damage claim or suit and any related settlement negotiations. shall arise
within seven (7) days of receipt by the UAO of the FOOTs 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 seven (7)
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 FOOT is solely negligent. Only a final adjudication or judgment
finding the FOOT 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 FOOT. The FOOTs delay in notifying the UAO of a claim shall
not release UAO of the above duty to defend.
9. Miscellaneous
a.
b.
,fiJ
Time is of essence in the performance of all obligations under this Agreement.
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 FOOT'S contractor has that
obligation as part of the Utility Work pursuant to the FOOTs specifications.
c.
The FOOT 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 FOOT 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
P1l0e 12 of 14
I
I
STATE OF FLORIDA DEPARlldENTOF TRANSPORTATION
Form No. 71D-01D-22
UTR.JTIes
......
UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT
(AT UTILITY EXPENSE)
sending thereof unless proof of prior actual receipt is provided. The UAO shall have
a continuing obligation to notify each District of the FOOT 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:
Mrs. Mashid Arasteh
City of Clearwater
Water and Sewer Deoartments
100 S. Mvrtle Avenue
Clearwater. FL 33756
727-562-4747
If to the FOOT:
Henrv E. Humbert. District Utilitv Engineer
Florida Deoartment of Transoortation MC 7-820
11201 N. McKinlev Drive. Tamoa. Florida 33612
10. Certification
This document is a printout of an FOOT 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 Documenf 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. .
IN WITNESS WHEREOF, the parties hereto have executed this Agreement effective the day and year
first written.
U : ClTYOFCLEARWATER.FLORlDA
---
~~~' /,
'aE. Goudeau, City Clerk
BY:
Me
coun11:gn:: iT'
Brian J. AUngst,tor-COmmi~ner
Approved as to foml:
'S ~ Y- ?
~"hn e& was, -Assistant City Attorney
Page 13 ofl4
~
I
I
-,." ..
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT
(AT UTILITY EXPENSE)
Form No. 710-010-22
UTUTlES
Cl2I99
Recommend Approval by the District Utility Office
BY' (Slgnatu..1 // ,:':5.1/ --J-J-
DATE: /Dh'1/f1
I I
FOOT Approved as to Form and Legality
BY: (Signature) ~~f-'b~
District Counsel
OATE: JI-S-9Q
STATE OF FLORIOA
DEPARTMENT OF TRANSPORTATION
BY:
DATE: IYV9i
(Typed Name: ~"""',., W/l-YlVc Ii: LE )
(Typed Title: fl.C//v;j' p/v-ec-bz cf. {;."c!",c(;d<--,)
FEOERAL HIGHWAY AOMINISTRATION (if applicable)
BY:
DATE:
(Typed Name:
(Typed Title:
)
)
p<J
J:\OOCl14)0195'OO1 95059.32\71001 022.dw
""_"""~_" '<)0()
Page 14 of 14
..'"
;.
;.
jJIJ
:::,\,..
.
.
Exhibit A
5/92
Page 1 of2
EXHIBIT "A"
MEMORANDUM OF AGREEMENT
~
TIllS AGREEMENT, made and entered into this l:>-n,. day jA~u.AI:-'i , ~ , by and
between the State of Horida, Department of Transportation, hereinafter referred to as "DOT" and
the State of Horida, Department of Insuranee, Division of Treasury, hereinafter referred to as
"Treasurer" and the City of Clearwater Water and Sewer Departments, hereinafter referred to as
the "Participant".
WITNESSETH
WHEREAS, "DOT" is currently constructing the following project:
Financial Project ill: 256957-1-56-07
State Job. No.: 15150-3566
F.A.P. No.:
W.P.I. No.: 7117045
County: Pinellas
hereinafter referred to as the "Project".
~ WHEREAS, DOT and the ~articipant entered into a Joint Participation AgreemeJ1t dated
i\JeM.hor II ,1993...., wherem DOT agreed to perform certam 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 DOT and the Participant if an escrow account were established to provide funds for
the additional work performed on the Project on behalf of the Participant by DOT.
NOW THEREFORE, in eonsideration of the premises and the covenants contained herein
the parties agree to the following:
1. An initial deposit in the amount of $ 82 3J 407. 54 ( ) will be made by
the "Participant" into an escrow aecount. Said escrow account will be opened by DOT on behalf
of the Participant in the name of the Horida DeDartment of Transportation with the Department
of Insurance, Division of Treasury, Bureau of Collateral Securities upon receipt of this
Memorandum of Agreement. Such account will be opened and shall be deemed an asset of DOT.
2. Other deposits will be made only by the Partieipant as necessary to cover the cost of the _
work prior to the execution of any Supplemental Agreements.
3. All deposits shall be made payable to the DeDartment of Insurance. Revenue Processing
and mailed to the DOT Offiee of Comptroller for appropriate processing at the following address:
L".. .
. '~~
"
.
.
.
Exhibit A
5/92
Page 2 of2
FLORIDA DEPARTMENT OF TRANSPORTATION
Office of Comptroller (M.s. 24)
605 Suwannee Street
Tallahassee, Florida 32399-0450
A'ITN: JPA Coordinator
A copy of this Agreement shall aecompany the deposits.
4. The DOT's Comptroller and/or his designees shall be the sole signatories on the escrow
aceount with Department of Insuranee and shall have sole authority to authorize withdrawals from
said aecount.
5. Unless instructed othelWise by the parties hereto. all interest accumula1ed in the escrow
aecount shall remain in the account for the purposes of the project as defined in the 1P A.
6. The Treasurer agrees to provide written confirmation of receipt of funds to the DOT.
7. The Treasurer's Office further agrees to provide periodic reports to the DOT.
/
! CA.A.-y w~
STATE OF FL(;RmA
DEPARTMENT OF INSURANCE
DIVISION OF TREASURY
CITY OF CLEARWATER. FLORIDA
BY:
hael J. Roberto, City Manager
ATTEST ~'.. 1. fL ,0.,
Cynt E.Goudeau, 'City Clerk
ioner
e~~onn: ~
John Carassas, Assistant City Attorney
Counter-Signed:
Sqt;.. O.OC\~:89
FEDERAL TAX ID.
ty)
I
~ dearwater
iJ
Interoffice Correspondence Sheet
To:
Susan Stephenson, Documents and Records Supervisor
RRCEIVED
DEe 16 1999
From:
Alice R. Eckman, Engineering Services Technician . ~z_ CITY GlEiiK OEF'"/:
Michael D. Quillen, Asst. Director of Engineering/Production
Lisa Murrin, Civil Engineer II
CC:
Date:
December 15, 1999
RE:
Joint Project Agreement - City of Clearwater Water & Sewer Depts.
Please find attached for your records one signed/sealed original of the Joint Project
Agreement between the City of Clearwater and Florida Dept. of Transportation dated
November 11, 1999.
Fin. Project. ID: 256957-1-56-07
SPN: 15150-3536
WPI: 7117045
Project - US 19 (at Drew Street), SR 55
This Joint Project Agreement was approved by the Clearwater City Commission on
September 16, 1999.
lae
Anachment
Tron""i",'olo,igj"al'""(:r.",,,OI(~
~
Florida Department of Transportation
"r
I
rfl) ~m~ill~!';[i)
!ii11~~~~ 1~9 5!iflj
l ",II"'::,'
(;-~,~r;-;- ,~;- ,-
__IWIJ't (
'-.-- ------: ~_':~:_ '/1'"
JEB BUSH
GOVERNOR
11201 N. McKINLEY DRIVE. TAMPA, FL 33612-6403" (813) 975-6040 -1-800-226-7220
DISTRICT UTILITIES MS '-820
THOMAS E BARRY. JR.
SECRETARY
December 9,1999
Mashid Arasteh
City of Clearwater
100 South Myrtle Avenue
Clearwater, FL 33756
RE: Fin. Proj. ID: 256957-1-56-07 SPN: 15150-3536 WPI: 7117045
Joint Project Agreement - City of Clearwater Water and Sewer Departments
Description: SR 55 (US 19) at Drew Street
Dear Ms. Arasteh:
We are enclosing your copy of the Agreement, Relocation Schedule and executed Change Order
No.1 for utility installation by Highway Contractor.
Thank you for your cooperation in this phase of the negotiations. We will keep you abreast as the
remaining phases take place.
If you have any questions regarding this project, don't hesitate to call me.
Sincerely,
jJ~A~
Nina S, Mabilleau
FDOT Utility Coordinator
form#23
Enclosure
cc: Daphne Mahagan, District Construction Services, w/copy of change order
Marty Sanchez, Construction Engineer, w/original change order
Debbie Carroway, Office of the Comptroller, w/original change order
Project File, w/original change order
www.dot.state.fl.us
o RECYCLED PAPER
,;.J "
,
I
I
RESOLUTION NO. 99-40
A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA,
AUTHORIZING THE UTILITY WORK BY HIGHWAY CONTRACTOR
AGREEMENT. WITH THE STATE OF FLORIDA DEPARTMENT OF
TRANSPORTATION FOR THE RELOCATION OF EXISTING WATER
AND SEWER FACILITIES WITHIN THE S.R. 55 (U.S. 19) AND
DREW STREET PROJECT LIMITS, PROVIDING AN EFFECTIVE
DATE.
WHEREAS, the State of
Transportation, hereinafter referred
construct or improve S.R. 55 (U.S. 19)
referred to as the ftproject"; and
Florida Department of
to as FDOT, proposes to
at Drew Street, hereinafter
WHEREAS, in order for the FDOT to proceed with their
Project, it is necessary for the City of Clearwater to execute and
deli ver to FDOT the agreement identified as ftUtili ty Work By
Highway Contractor Agreement," hereinafter referred to as the
ftAgreement"; and
WHEREAS, said Agreement is in the best interest of the
City of Clearwater.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION
OF THE CITY OF CLEARWATER, FLORIDA:
Section 1. That the application of the State of Florida
Department of Transportation for a Utility Work By Highway
Contractor Agreement is for transportation purposes which are in
the public or community interest and for public welfare; that an
agreement of utility interest, or interests, in favor of the State
of Florida Department of Transportation, in the City of
Clearwater, Florida, should be drawn and executed by the City
Commission.
Section 2. A certified copy of
forwarded forthwith to the State of
Transportation at Tallahassee, Florida.
this Resolution shall be
Florida Department of
Section 3. This
immediately upon adoption.
resolution
shall
take
effect
(
.
.
-.
-I.
i!
I
PASSED AND ADOPTED this
16th
day of September 1
1999.
rnmissioner
Approved as to form:
C- c/- -=>
J~rassas
Assistant City Attorney
Attest:
-~
i E. Goudeau
Clerk
~
I hereby certIfv lDat thii! Is a true .00
OOlTecl-oopy of the origiml as- it
"Il'l"'lU" in ihefi1€S of the City of
Clearwater. Witness my -hand .and
~ Ci learn"e,_
- 'f of 19cf-J.
.. "_u "u.._...,..
l),",,~,,",. '~"
(
UTILITY RELOCATION SCHEDULE 1
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
Form 71 O-Q1 O.{lS
UTILlTIES2199
Financial Proieet ID: 256957-1-56-07 Federal Proiect 10:
Work Program Item No. (old): 7117045 County/Section No: 15 150
State Job No. (old): 15150-3566 District Document No:
Utility AgencyJOwner (UAO): City of Clearwater Water and Sewer Departments
A. Summary of Relocation And Execution
NON-CONSTRUCTION ITEMS ESTIMATED CONSTRUCTION ITEMS ESTIMATED
CALENDAR DAYS CALENDAR DAYS
Preliminary 30 Prior to FDOT Project Construction 0
Material Procurement 60 During FDOT Project Construction 205
Right-of-Way Acquisition 0
Other 30
This document has been developed as the method for a Utility Agency/Owner (UAO) to transmit to the Florida Department of
Transportation (FDOT), the Highway Contractor, and other right-of-way users, the location, relocation, adjustment, installation,
and/or protection of their facilities, on this FDOT project The following data is based on FDOT preliminary construction plans
dated Mav 21 ,1999 , Any deviation by the FDOT or its contractor from the plans, as provided. may render this
relocation schedule null and void. Upon notificatiDn by FDOT of such change, this utility may require additional days for
assessment and negotiation of a new relocation schedule. This UAO is not responsible for events beyond the control of the
UAO that could not reasonably be anticipated by the UAO and which could not be avoided by the UAO with the exercise of
due diligence at the time of the occurrence. The UAO agrees tD notify the Department in writing prior to starting. stDpping,
resuming, or completing work.
During the project, the UAO shall locate their facilities within 48 hours of nDtice to their
Representative Claude Howell . Telephone Number 727/462-6848
This UAO's Fieid Representative is Rav Boler , Teiephone Number 727/562-4753
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, deletiDns 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 DDcument".
Authorized Uti~t0:t: ~ Aj tance by r~rictti~S:
;Z~ ~-yd-f'~? 0~ ~
(Signature) (Date) (Signa ure) <....) , (Da e)
Michael D. Quillen. PE Henrv E. Humbert
(Printed Name) (Printed Name)
Assistant Director of Enaineerina/Production District Utilitv Enalneer
(Title) (Title)
J:\DOa00083\000830 15.01\Relo. wwa
Page 1 oft1
uTIII!Ty RELOCATION SCHEDULE I
STATE OJ FLORIDA DEPARTMENT OF TRANSPORTATION
Form710.010-05
UTtLITIES2f99
Financial Project ID: 256957-1-56-07 Federal Project ID:
Work Program Item No. (old): 7117045 County/Section No: 15150
State Job No. (old): 15150-3566 District Document No:
Utility Agency/Owner (UAO): City of Clearwater Water and Sewer Departments
I B. Special Conditions I Constraints
1.
New facilities must be activated prior to removal of any facilities.
2.
48 hours prior to construction, FDOT Contractor shall call Sunshine at 1-800/432-4770.
3.
Any proposed right-of-way acquisitions by FDOT are to be completed prior to utility construction.
4.
This relocation schedule is to be used if the City of Clearwater rejects the FDOT Contractor's bid on
financial project ill 256957-1-56-07.
J:\DOC\00083\OQ083015.01 IRelo.wwa
Page 2 of 11
UTlIl!ry RELOCATION SCHEDULE I
STATE 01 FLORIDA DEPARTMENT OF TRANSPORTATION .
Form 710-010-05
UTILITIES2/99
Financial Project 10: 256957-1-56-07 Federal Project 10:
Work Program Item No. (old): 7117045 County/Section No: 15 150
State Job No. (old): 15150-3566 Distriet Oocument No:
Utility Agency/Owner (UAO): City of Clearwater Water and Sewer Departments
C. Disposition of Faeilities (List All Existing & Proposed) on Project:
UTILITY FACILITIES by DESCRIPTION M.O.T. CONSECUTIVE
TYPE! SIZE! MATERIAU OFFSET OF DEPENDENT PHASE CALENDAR
TO BASELINE FROM STA TO STA UTILITY WORK ACTIVITIES NUMBER DAYS
US 19
Sanitary Sewer
l. Existing 8-inch VCP Gravity Sewer TO REMAIN N/A N/A 0
from Station 978+00 to Station
984+00,92 feet left of baseline survey.
2, Existing 8-inch VCP Gravity Sewer TO BE Concurrent with 2 2
from Station 984+00 to Station REMOVED Drainage
988+80,92 feet left of baseline survey.
3. Existing 8-inch VCP Gravity Sewer NIA N/A 0
from Station 978+00 to Station TO REMAIN
986+27, 81 feet right of baseline
survey.
4, Existing 8-inch VCP Gmvity Sewer TO BE Concurrent with 2 5
from Station 993+85 to Station REMOVED Drainage
1001+40,103 feet left of baseline
survey.
5, Existing 12-inch VCP Gravity TO BE Concurrent with 2 12
Sewer from Station 1004+55, 100 REMOVED Drainage
feet left to Station 1022+65, 96.5
feet left of baseline survey.
TO BE Concurrent with 2 4
6. Existing 1O-inch VCP Gravity Drainage
Sewer from Station 1004+45 to REMOVED
Station 1010+70, 56 feet right of
baseline survey.
Existing 1O-inch VCP Gravity TO BE Concurrent with 2 2
7. Drainage
Sewer Crossing at Station 1010+75. REMOVED
J:\DOC\00083\OOOB3015.0 l\Re1o.wwa
Page 3 of 11
UTiliTY RELOCATION SCHEDULE I
STATE;rF FLORIDA DEPARTMENT OF TRANSPORTATION
Form 710-010-05
UTllITIES2I99
Financial Project ID: 256957-1-56-07 Federal Project ID:
Work Program Item No. (old): 7117045 County/Section No: 15 150
State Job No. (old): 15150-3566 District Document No:
Utility Agency/Owner (UAO): City of Clearwater Water and Sewer Departments
C. Disposition of Facilities (List All Existing & Proposed) on Project:
UTILITY FACILITIES by DESCRIPTION M.O.T. CONSECUTIVE
TYPE! SIZEI MATERIAU OFFSET OF DEPENDENT PHASE CALENDAR
TO BAS ELINE FROM ST A TO ST A UTILITY WORK ACTIVITIES NUMBER DAYS
8. Existing 2-inch PVC Force Main TO BE Concurrent with 2 I
from Station 1010+70, 56 feet right REMOVED Drainage
to Station 1011+50, 145 feet right of
baseline survey.
9. Existing 12-inch VCP Gravity TO REMAIN N/A N/A 0
Sewer from Station 1022+95, 182
feet left to Station 1034+25, 130
feet left of baseline survey.
10. Existing 30-inch DIP Gravity Sewer TO REMAIN N/A t-J(A 0
Crossing at Station 1034+20,
11. Existing 8-inch VCP Gravity Sewer TO REMAIN N/A N/A 0
Crossing at Station 1045+24.
12. Existing 8-inch VCP Gravity Sewer TO REMAIN N/A N/A 0
from Station 1045+24 to Station
1048+50, 110 feet left of baseline
survey.
13. Existing 8-inchVCP Gravity Sewer TO REMAIN N/A N/A 0
from Station 1044+30 to Station
1045+24, 93 feet right of baseline
survey.
14. 8-inch DIP Gravity Sewer from TO BE Concurrent with 2 19
Station 985+97,101.5 feet left to INSTALLED Drainage
Station 1004+54, 123,5 feet left of
baseline survey.
14A. 6-foot diameter manhole at Station TOBE Concurrent with 2 2
984+00, 92 feet left of baseline INSTALLED Drainage
survey
J:\DOa00083\000830 15.01\Relo. wwa
Page 4 of 11
UTIIJITY RELOCATION SCHEDULE I
STATE ~ FLORIDA DEPARTMENT OF TRANSPORTATION
Form 710-Q10-0S
UTILITIES2/99
Financial Project 10: 256957-1-56-07 Federal Project ID:
Work Program Item No. (old): 7117045 County/Section No: 15 150
State Job No. (old): 15150-3566 District Document No:
Utilitv Agency/Owner (UAO): City of Clearwater Water and Sewer Departments
C. Disposition of Facilities (List All Existing & Proposed) on Project:
UTILITY FACILITIES by DEseRIPTION M,O.T. eONSECUTIVE
TYPElSIZEl MATERIAU OFFSET OF DEPENDENT PHASE CALENDAR
TO BASELINE FROM STA TO STA UTILITY WORK AeTIVITIES NUMBER DAYS
15. 12-inch DIP gravity sewer. Station TOBE Concurrent with 2 18
1004+54, 123.5 feet left to Station INSTALLED Drainage
1022+65,96.5 feet left Dfbaseline
survey.
16, 10-inch DIP Gravity Sewer Crossing TO BE Concurrent with 2 2
at Station 1010+85. INSTALLED Drainage
17. 10-inch DIP Gravity Sewer from TOBE Concurrent with 2 7
Station 1004+28, 100 feet right to INSTALLED Drainage
Station 1010+75, 100 feet right of
baseline survey.
18. 2-inch PVC Force Main from TOBE Concurrent with 2 I
Station 1010+75,100 feet right to INSTALLED Drainage
Station 1011 +50, 144 feet right of
baseline survey,
Water
19, Existing 8-inchDIP Water Main TO REMAIN N/A N/A 0
from Station 980+00 to Station
986+50, 81 feet left of baseline
survey.
20. Existing 8-inch DIP Water Main TOBE Concurrent with 2 4
from Station 986+50, 81 feet left to REMOVED Drainage
Station 1000+00, 150 feet left of
baseline survey.
21. 8-inch DIP Water Main from TO BE Concurrent with 2 9
Station 986+50, 81 feet left to INSTALLED Drainage
Station 986+50, 69 feet left to
Station 999+70, 92 feet left to
Station 999+90,150 feet left of
baseline survev.
J:\DQC\00083\OOO83015.01 \Relo.wwa
Page 5 of 11
.'
UTiliTY RELOCATION SCHEDULE I
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
Form 710-01Q-05
UTILlTIES2199
Financial Project ID: 256957-1-56-07 Federal Project ID:
Work Program Item No. (old): 7117045 County/Section No: 15 150
State Job No. (old): 15150-3566 Oistrict Oocument No:
Utility Agency/Owner (UAO): City of Clearwater Water and Sewer Departments
C. Disposition of Facilities (List All Existing & Proposed) on Project:
UTILITY FACILITIES by DEseRIPTION M.O.T, CONSECUTJVE
TYPEI SIZEI MATERIAU OFFSET OF DEPENDENT PHASE CALENDAR
TO BASELINE FROM STA TO STA UTILITY WORK ACTIVITIES NUMBER DAYS
22, Existing 16-inch DIP Water Main TO REMAIN N/A N/A 0
from Station 980+00 to Station
986+48, 101 feet right of baseline
survey.
23. Existing 16-inch DIP Water Main TO BE Concurrent with 2 4
from Station 986+48 to Station REMOVED Drainage
990+63, 106.5 feet right of baseline
survey.
24. 16-inch DIP Water Main from TOBE Concurrent with 2 7
Station 986+48,101 feet right to INSTALLED Drainage
Station 990+63, 106.5 feet right of
baseline survey.
25, Existing 20-inch DIP Water Main TO REMAIN N/A N/A 0
Crossing at Station 990+70.
26. Existing 20-inch DIP raw Water TO REMAIN N/A N/A 0
Main Crossing at Station 990+80.
27, Existing 20-inch DIP water main TOBE Concurrent with 2
from Station 990+73,58 feet left to REMOVED Drainage 2
Station 990+26, 118 feet left of
baseline survey.
28. 20- inch DIP water main from TO BE Concurrent with 2
Station 990+73, 58 feet left to INSTALLED Drainage 4
Station 990+23, 118 feet left of
baseline survey.
29. Existing 20-inch DIP raw water TO BE Concurrent with 2 2
main frDm Station 990+83,61 feet REMOVED Drainage
left to Station 990+31, 123 feet left
of baseline survey.
J:\DOaoOOS3\00083015.0 l\Relo.wwa
Page 6 of 11
UTiliTY RELOCATION SCHEDULE I
STATE (J FLORIDA DEPARTMENT OF TRANSPORTATION
Form 710-010-05
UTllITIES2f99
:
Financial Project 10: 256957-1-56-07 Federal Project 10:
Work Program Item No. (old): 7117045 County/Section No: 15 150
State Job No. (old): 15150-3566 Oistrict Document No:
Utility Agency/Owner (UAO): Citv of Clearwater Water and Sewer Departments
C. Disposition of Facilities (List All Existing & Proposed) on Project:
UTILITY FACILITIES by DESCRIPTION M.O.T, CONSEeUTIVE
TYPEI SIZEI MATERIALI OFFSET OF DEPENDENT PHASE CAlENDAR
TO BAS ELINE FROM ST A TO ST A UTILITY WORK ACTIVITIES NUMBER DAYS
30. 20-inch DIP raw water main from TORE Concurrent with 2 4
Station 990+83, 61 feet left to INSTALLED Drainage
Station 990+34, 123 feet left of
baseline survey.
31. Existing 16-inch DIP Water Main TORE Concurrent with 2 1
Crossing at Station 1005+23. REMOVED Drainage
32, Existing 12-inch DIP Water Main TORE Concurrent with 2 2
from Station 1005+23 to Station REMOVED Drainage
1011+48,80 feet left of baseline
survey.
33, 12-inch DIP Water Main from TORE Concurrent with 2 6
Station 1004+34, 92 feet left to INSTALLED Drainage
Station 1011 +48, 80 feet left of
baseline survey.
34. Existing 12-inch DIP Water Main TO REMAIN N/A N/A 0
from Station 1011 +48, 80 feet left to
Station 1022+60, 89 left of baseline
survey.
35. Existing 12-inch DIP Water Main TO REMAIN N/A N/A 0
from Station 1022+60, 89 feet left to
Station 1048+00, 97 feet left of
baseline survey.
36. Existing 8-inch DIP Water Main TO BE Concurrent with 2 4
from Station 1004+50 to Station REMOVED Drainage
1010+18, 143 feet right of baseline
survey.
J;\DOC\00083\DO083015.01 IRe to. wwa
Page 7 of 11
Form 710-010-05
UT~TY RELOCATION SCHEDULE I UTILITIES2J99
STATE FLORIDA DEPARTMENT OF TRANSPORTATION
Financial Project 10: 256957-1-56-07 Federal Project 10:
Work Program Item No. (old): 7117045 County/Section No: 15 150
State Job No. (old): 15150-3566 District Oocument No:
Utility Agency/Owner (UAO): City of Clearwater Water and Sewer Departments
C. Disposition of Facilities (List All Existing & Proposed) on Project:
UTILITY FACILITIES by DESCRIPTION M.O.T. CONSECUTIVE
TYPEI SIZEI MATERIAU OFFSET OF DEPENDENT PHASE CALENDAR
TO BASELINE FROM STA TO STA UTILITY WORK ACTIVITIES NUMBER DAYS
37. 8-inch DIP Water Main from Station TO BE Concurrent with 2 9
1004+34, 111 feet right to Station INSTALLED Drainage
1010+18,143 feet right of baseline
survey.
38, Existing 6-inch PVC Water Main TO BE Concurrent with 2 2
Drainage
from Station 1015+15, 102 feet right REMOVED
to Station 1017+75, 110 feet right of
baseline survey.
Concurrent with 2 3
39. Existing 8-inch PVC Water Main TO BE Drainage
from Station 1017+65, 98 feet right to REMOVED
Station 1022+60, 320 feet right of
baseline survey.
40. 8-inch DIP Water Main from TO BE Concurrent with 2 8
Station 1015+19, 139 feet right to INSTALLED Drainage
Station 1019+91, 100 feet right of
baseline survey.
41. Existing 8-inchDIP Water Main TO REMAIN N/A N/A 0
Crossing at Station 1017+65.
42, Existing 8-inch DIP Water Main TO REMAIN N/A N!A 0
Cro ssing at S tati on 1045+ 15,
43. Relocate existing meters and BY CITY Concurrent with 2 10
backflow devices FORCES Drainage
J :\DOC\00083\000830 15. 0 1 \Relo. wwa
Page 8 of 11
:
UTiliTY RELOCATION SCHEDULE I
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
Form 710-010-Q5
UTILlTIES2I99
Financial Project ID: 256957-1-56-07 Federal Project 10:
Work Program Item No. (old): 7117045 County/Section No: 15 150
State Job No. (old): 15150-3566 Oistrict Oocument No:
Utility Agency/Owner (UAO): City of Clearwater Water and Sewer Departments
C. Disposition of Facilities (List All Existing & Proposed) on Project:
UfILITY FACILITIES by DESCRIPTION M.O.T. CONSECUTIVE
TYPE! SIZE!MATERIAU OFFSET OF DEPENDENT PHASE eAlENDAR
TO BASELINE FROM STA TO STA UTlUTY WORK ACTlVmES NUMBER DAYS
DREW STREET
Sanitary Sewer
44. Existing 12-inch VCP Gravity Sewer TO REMAIN N/A N/A 0
from Station 27+32 to Station 28+00,
50 feet left of baseline survey.
45. Existing 12-inch VCP Gravity Sewer TO BE Concurrent with 1&3 1
from Station 28+00 to Station 29+02, REMOVED Drainage
50 feet left of baseline survey.
46, 12-inch Dll' Gravity Sewer from TO BE Concurrent with 1&3 I
Station 28+00 to Station 28+77, 50 INSTALLED Drainage
feet left of baseline survey.
47, Existing lO-inch VCP Gravity Sewer TO BE Concurrent with 1&3 7
Drainage
from Station 30+57 to Station 37+21, REMOVED
40 feet left of baseline survey,
48. Existing lO-inch VCP Gravity Sewer TO REMAIN N/A N/A 0
from Station 37+21 to Station 41+57,
40 feet left of baseline survey,
49. Existing lO-inch VCP Gravity TO BE Concurrent with 3 1
Sewer from Station 41 +57 to Station REMOVED Drainage
42+57,40 feet left of baseline
sur vey.
50, Existing 8-inch VCP Gravity Sewer TO BE Concurrent with 3 0.5
from Station 42+57 to Station REMOVED Drainage
42+87,40 feet left of baseline
survey.
J:\DOa00083\00083015.0 l\Relo.wwa
Page 9 of 11
, Form710-Q10-0S
UTILiTy RELOCATION SCHEDULE I UTIlITIES2l99
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
Financial Project ID: 256957-1-56-07 Federal Project ID:
Work Program Item No. (old): 7117045 Countv/Section No: 15 150
State Job No. (old): 15150-3566 District Document No:
Utilitv Agency/Owner (UAO): City of Clearwater Water and Sewer Departments
C. Disposition of Facilities (List All Existing & Proposed) on Project:
UTILITY FACILITIES by DESCRIPTION M,O,T. CONSECUTIVE
TYPEI SIZEI MATERIALI OFFSET OF DEPENDENT PHASE CALENDAR
TO BASELINE FROM STA TO STA UTILITY WORK ACTIVITIES NUMBER DAYS
5l. Existing 8-inch vep Gravity Sewer TO REMAIN N/A N/A 0
from Station 42+87 to Station
44+00,40 feet left of baseline
survey.
52. lO-inch DIP Gravity Sewer from TO BE Concurrent with 1&3 6
Station 31 +00 to Station 37+21,40 INSTALLED Drainage
feet left of baseline survey.
53. 10-inch DIP Gravity Sewer from TOBE Concurrent with 3 1
Drainage
Station 41+57 to Station 42+57,40 INSTALLED
feet left of baseline survey,
Concurrent with
54, 8-inch DIP Gravity Sewer from TO BE Drainage 3 0.5
Station 42+57 to Station 42+87,40 INSTALLED
feet left of baseline survey.
Water
55. Existing 16-inch DIP Water Main TO REMAIN N/A N/A 0
from Station 26+50 to Station
28+50,35 feet left of baseline
survey.
56. Existing 16-inch DIP Water Main TOBE Concurrent with 1 9
from.Station 28+50 to Station REMOVED Drainage
37+30, 35 feet left of baseline
survey.
57. Existing 16-inch DIP Water Main TO REMAIN N!A N/A 0
from Station 37+30 to Station
44+00,35 feet left of baseline
survey.
J:\DOaOOOlmOQ083015.0 l\Relo. wwa
Page 10 of 11
"
,
~ !-
UTI~TY RELOCATION SCHEDULE I
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
Form 710.010.05
lfTILlTIES2199
Financial Project ID: 256957-1-56-07 Federal Project ID:
Work Program Item No. (old): 7117045 County/Section No: 15 150
State Job No. (old): 15150-3566 District Document No:
Utility Agency/Owner (UAO): City of Clearwater Water and Sewer Departments
C. Oisposition of Facilities (List All Existing & Proposed) on Project:
UTILITY FACILITIES by DESCRIPTION M.O.T. eONSECUTIVE
TYPEI SIZEI MATERIALI OFFSET OF DEPENDENT PHASE CALENDAR
TO BASELINE FROM ST A TO STA UTILITY WORK ACTIVITIES NUMBER DAYS
58. 16-inch DIP Water Main from 12
Station 28+50 to Station 37+30,35 Concurrent with
feet left of baseline survey. TOBE Drainage I
INSTALLED
59. Existing 16-inch DIP Water Main
from Station 25+00 to Station N/A N/A 0
26+50, 52 feet right of baseline TO REMAIN
survey.
60. Existing 16-inch DIP Water Main
Crossing at Station 26+50. N/A ~/A
TO REMAIN 0
ACCESS ROAD "B"
Sanitary Sewer
61. Existing 8-inch PVC Gravity SeweT
from Station 34+00 to Station N/A N/A 0
38+00, 4 feet right of baseline TO REMAIN
survey,
Water
62. Existing 8-inch PVC Water Main TO REMAIN N/A N/A 0
from Station 33+92 to Station
36+00, 30 feet left of baseline
survey.
63. 8-inch DIP Water Main from TO BE Concurrent with 1&2 6
Station 30+99, 49 feet right to INSTALLED Drainage
Station 33+92, 38 feet left of
baseline survey.
64. Relocate existing meters and BY CITY Concurrent with 1&2 4
backflow devices. FORCES Drainage
J:\DOaOOOB3\000830 15.0 I \Relo.wwa
Page 11 of 11
STArlOF FLORIDA DEPARTMENT OF TRANSPORTATIC~
UTI ITY WORK ORDER CHANGE NO. 1 I
FORM NO. 71D-01D-04
UTILITIES
11/99
Financial Project ID: 256957-1-56-07 Federal Project 10:
Work Program Item No. (old): 7117045 County/Section No: 15150
State Job No. (old): 15150-3566 Oistrict Oocument No:
UTILITY AGENCY/OWNER (UAO): CITY OF CLEARWATER WATER AND SEWER DEPARTMENTS
A
1. The Agency is hereby authorized to observe the following changes in the plans and/or specifications to the subject
Utility Agreement, and to perform such work accordingly, further described as:
This original Joint Participation Agreement by Highway Contractor is estimated for $823,407.54. This amount includes
surcharges of 5% for Mobilization, 2% for MOT, 5% for CEA and 10% contingency.
2. The items of work covered by this Work Order Change are referenced to an Agreement of record dated 11/09/99,
and no Supplemental Agreement is required.
B.
1. The Utility Relocation Work is to conform to that shown by the utility adjustment plans as:
a. ATTACHED.
b. --",--INCLUDED IN THE HIGHWAY CONTRACT PLANS.
2. Reimbursement for the cost of this Utility Work is to be in accord with the provisions set forth in Administrative Rule
Chapter 14-46 as:
a. ~NONREIMBURSABLE - Section .001(4)(a)
b. _REIMBURSABLE - Section .001(4)(b)
(1) _ Force Account Method
(2) _Lump Sum Method
(3) _Third Party Conlract Method
C.
ESTIMATED COST OF WORK DUE TO THIS CHANGE:
ITEM ITEM UNIT UNIT WORK ELIMINATED (-) ADDITIONAL WORK (+)
NO. PRICE
QUANTITY AMOUNT QUANTITY AMOUNT
Engineer's 669,165.00
Estimate
Mobilization 5% 33,458.25
MOT 2% 13,383.30
Subtotal 716,006.55
CEA 5% 35,800.33
Contingency 10% 71,600.66
Sub-Totals..... $ $ 823407.54
Net Cost of Construction Changes, this order. ......................h...... $ $ 823407.54
Cost of Construction Changes, previously ordered..... $ $ 0.00
Net Total Cost Construction Changes to Date. .............................. $ 0.00
Contract Amount ........................................................... $ 621.296.72
Estimated Cost of Work Authorized to Date. ..... ................................. $ 823,407.54
) Examined as to provisions and participating items of cost:
Recommended: /I /z3 91
JiMA))~
District Lftility Coordinator
Approved:
Date
Division Administrator
Federal Highway Administration