Loading...
2194 UWHC/FDOT Hwy 17-92CITY OF S�k 4FOR..*-I FLORIDA PUBLIC WORKS & UTIUTIES Tw? gmsamr-4 To: City Clerk, RE: Request for Services The item(s) noted below is/are attached and forwarded to your office for the following action(s): F-1 Ordinance F-1 Resolution N Agreement and letter for UW11C agreement and FDOT contract Fj Mayor's signature M Recording ❑ Rendering Safe keeping (Vault) Once completed, please: F] Return original R Return copy r;l _Notify us it has been received for safe keeping Special Instructions: Please store the attached agreement for safe keeping. Please advise if you have any questions regarding the above. Thank you! R.Blake & E.Jones 2/24/2020 From Date February 20, 2020 Ms. Angela Johns FDOT D5 Utilities Project Manager 719 S. Woodland Boulevard MS 2-546 Deland, FL 32720 RE: FPN# 436679-2-56-01 State Road: 15/600 County: Seminole FAP# D518 -045-B Dear Ms. Johns, Pursuant to City Resolution No. 2836 passed December 10, 2019, the City of Sanford has elected to enter into the Utility Work by Highway Contractor Agreement (UWHC), having the work remain part of the Florida Department of Transportation's (FDOT) contract. As part of the terms, the City has agreed to pay the official estimate for the UWHC agreement including the 2% for FDOT Construction Administration Fee, 10% Contingency and the additional amount for asbestos pipe removal for a total of $847,575.40. We understand that the City is subject to the terms and conditions of the agreement. Should you have any additional questions, please contact the office of the Mayor at 407.688.5008 or the Utility Department at 407.688.5101. Sinc Jeff Mayor JeffTriplett Art Woodruff Kerry 5, Wiggins, Sr. Patrick Austin Patty Ylahany Norton N. Bonaparte, Jr. Mayor District 1 District 2 District 3 District 4 City Manager City Hail, 2""` Floor = 300 N. Park Avenue - Stanford, FL 32771-1244 • PO Box 1788 • Samford FL, 32772 1788 P. 407.688.5001 - f. 407.688.5002• sanfordfl.gov CITY OF q III s�{,=FORDFLORIDA CITY COMMISSION MEMORANDUM 19-272 DECEMBER 9, 2,0319 AGENDA TO: Honorable Mayor and Members of the City Commission PREPARED BY: Bilal Iftikhar, Public Works and Utilities Dire .or SUBMITTED BY: Norton N. Bonaparte, Jr., City Manager SUBJECT: US 17-92 Utility Relocations with th Florida Department of Transportation (FDOT) STRATEGIC PRIORITIES: ❑ Unify Downtown & the Waterfront ❑ Promote the City's Distinct Culture ❑ Update Regulatory Framework ❑ Redevelop and Revitalize Disadvantaged Communities SYNOPSIS: Approval of Resolution No. 2836 and entering into a utility work agreement with the Florida Department of Transportation (FDOT) in the amount of $970,968.32 is requested. F"ISCALISTAFFING STATEMENT: The amount, $970,968.32, is available in the Water and Wastewatkr Cap Replacement Fund. The estimated cost was provided by an outside consultant company. BACKGROUND: FDOT is planning improvements to US Highway 17-92 between Lake Mary Boulevard and Airport Boulevard. The City has utility lines located within FDOT's right-of-way. The City will be required to relocate or adjust the utility lines that conflict with the improvements to be constructed by FDOT. It is advantageous to the City to have FDOT's road contractor perform the needed City relocation work. Their approach could be more efficient by having one contractor coordinate all work within the scope of the project. The agreement requires that City funds be advance deposited with the State. LEGAL REVIEW: The City Attorney's office has reviewed the agreement and Resolution No. 2836. The City Attorney's office and the City Finance Director and Risk Management Director have all expressed concerns relating to liability and fund control issues, however, FDOT is very firm in the manner in which such agreements as this are formulated and implemented. RECOMMENDATION: City staff recommends the approval of Resolution No. 2836, entering into a utility work agreement with FDOT regarding US Highway 17-92 between Lake Mary Boulevard and Airport Boulevard Project; and approve the City's utility work being accomplished by FDOT's highway improvement contractor with funds being advance deposited as required by FDOT. SUGGESTED MOTION: "I move to approve Resolution No. 2836, entering into a utility work agreement with FDOT regarding US Highway 17-92 between Lake Mary Boulevard and Airport Boulevard Project; and approve the City's utility work being accomplished by FDOT's highway improvement contractor with funds being advance deposited as required by FDOT." Attachments: (1). Resolution No. 2836 (2). Agreement (3). Estimated Cost FD9T.. Florida Departinent of Transportation RON DESANTIS 719 S. Woodland Boulevard KEVIN.I.1111BAULT, P.E. GOVERNOR Del-and, Florida 32720-6834 SECRETARY 1/27/2020 Richard Blake City of Sanford Post Box 1788 Sanford, FL 32773 Financial Project ID#: County: State Road: Document: Federal Aid Project Limits: Dear Mr. Blake: 436679-1-56-01 Seminole 15/600 1 D518 -045-B From N of Lake Mary Blvd to N of Airport Blvd Enclosed is your fully executed Utility Work by Highway Contractor Agreement (At Utility Expense) for the above referenced project. The Back out Utility Work Schedule wille forwarded once approved. The Department's advertisement date for the above referenced project is 4/17/2020. According to the terms of your UWHC Agreement, your advance deposit is due thirty (30) calendar days prior to the above date. Once the final pay items and quantities have been updated and agreed to by all parties. The Department will provide you with a letter notifying you of the FDOT Official Estimate amount. Your check or wire transfer for that amount will need to be made payable to the Department of Financial Services, Revenue Processing to this office to my attention, at the above listed address, no later than 3/18/2020. Please be sure to include the UWHC on your check. Thank you for your cooperation in negotiating this agreement. If I can be of further assistance, please contact me at (386) 943-5249 or by email at angela.johns@dot.state.fl.us Sincerely, Angela C Johns D5 Utilities Project Manager ACC Attachments: Agreement, Engineers Estimate, Form No. 350-020-03 Agreement Summary Sheet, UWHC Summary Sheet, & Three Party Escrow Email w attachments: D5 -Oviedo Utility Construction Group Desiree Davis- Utility Coordinator Allison Hagerty, PE D5 -Work Program James Andrews (Office of Comptroller) www.fdot.gov STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILia22 UTILITIES UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT occ-06/19 (AT UTILITY EXPENSE) Financial Project ID: 436679-1-56-01 Federal Project ID: D518 -045-B Financial Project ID: Financial Project ID: Financial Project ID: County: Seminole State Road No.: 15 District Document No: 1 Utility Agency/Owner (UAO): City of Sanford THIS AGREEMENT, entered into this day o year oQg_, by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, hereinafter ref rred to as the "FDOT", and City of Sanford, hereinafter referred to as the "UAO"; WITNESSETH: WHEREAS, the FDOT, is constructing, reconstructing, or otherwise changing a portion of a public road or publicly owned rail corridor, said project being identified as SR 15/SR600 (US 17/92) FROM N OF LAKE MARY BLVD TO N OF AIRPORT BLVD , State Road No.: 15, hereinafter referred to as the "Project"; and WHEREAS, the UAO owns or desires to install certain utility facilities which are located within the limits of the Project hereinafter referred to as the "Facilities" (said term shall be deemed to include utility facilities as the same may be relocated, adjusted, installed, or placed out of service pursuant to this Agreement); and WHEREAS, the Project requires the location (vertically and/or horizontally), protection, relocation, installation, adjustment or removal of the Facilities, or some combination thereof, hereinafter referred to as "Utility Work"; and WHEREAS, the FDOT and the UAO desire to enter into a joint agreement pursuant to Section 337.403(1)(b), Florida Statutes for the Utility Work to be accomplished by the FDOT's contractor as part of the construction of the Project; and WHEREAS, the UAO, pursuant to the terms and conditions hereof, will bear certain costs associated with the Utility Work; NOW, THEREFORE, in consideration of the premises and the mutual covenants contained herein, the FDOT and the UAO hereby agree as follows: 1. Design of Utility Work a. UAO shall prepare, at UAO's sole cost and expense, a final engineering design, plans, technical special provisions, a cost estimate, and a contingency Utility Work Schedule (said contingency schedule to be used in the case of a bid rejection) for the Utility Work (hereinafter referred to as the "Plans Package") on or before Dec 31, year of 2019. b. The Plans Package shall be in the same format as the FDOT's contract documents for the Project and shall be suitable for reproduction. C, Unless otherwise specifically directed in writing, the Plans Package shall include any and all activities and work effort required to perform the Utility Work, including but not limited to, all clearing and grubbing, survey work and shall include a traffic control plan. The Plans Package shall be prepared in compliance with the FDOT's Utility Accommodation Manual and the FDOT's Plans Preparation Manual in effect at the time the Plans Package is prepared, and the FDOT's contract documents for the Project. If the FDOT's Plans Preparation Manual has been updated and conflicts with the Utility Accommodation Manual, the Utility Accommodation Manual shall Page 1 of 9 710-010-22 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITIES UTILIES UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT OGc-06119 (AT UTILITY EXPENSE) e. The technical special provisions which are a part of the Plans Package shall be prepared in accordance with the FDOT's guidelines on preparation of technical special provisions and shall not duplicate or change the general contracting provisions of the FDOT's Standard Specifications for Road and Bridge Construction and any Supplemental Specifications, Special Provisions, or Developmental Specifications of the FDOT for the Project. UAO shall provide a copy of the proposed Plans Package to the FDOT, and to such other right of way users as designated by the FDOT, for review at the following stages: preliminary, final, signed and sealed. Prior to submission of the proposed Plans Package for review at these stages, the UAO shall send the FDOT a work progress schedule explaining how the UAO will meet the FDOT's production schedule. The work progress schedule shall include the review stages, as well as other milestones necessary to complete the Plans Package within the time specified in Subparagraph a. above. g. In the event that the FDOT finds any deficiencies in the Plans Package during the reviews performed pursuant to Subparagraph f. above, the FDOT will notify the UAO in writing of the deficiencies and the UAO will correct the deficiencies and return corrected documents within the time stated in the notice. The FDOT's review and approval of the documents shall not relieve the UAO from responsibility for subsequently discovered errors or omissions. h. The FDOT shall furnish the UAO such information from the FDOT's files as requested by the UAO; however, the UAO shall at all times be and remain solely responsible for proper preparation of the Plans Package and for verifying all information necessary to properly prepare the Plans Package, including survey information as to the location (both vertical and horizontal) of the Facilities. The providing of information by the FDOT shall not relieve the UAO of this obligation nor transfer any of that responsibility to the FDOT. 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: not applicable. These exceptions shall be handled by separate arrangement. If any facilities of the UAO located within the project limits are discovered after work on the project commences to be qualified for relocation at the FDOT's expense, but not previously identified as such, the UAO shall file a claim with the FDOT for recovery of the cost of relocation thereof. The filing of the claim shall not necessarily entitle the UAO to payment, and resolution of the claim shall be based on a determination of fault for the error. The discovery of facilities not previously identified as being qualified for relocation at the FDOT's expense shall not invalidate this Agreement. k. The UAO shall fully cooperate with all other right of way users in the preparation of the Plans Package. Any conflicts that cannot be resolved through cooperation shall be resolved in the manner determined by the FDOT. Upon completion of the Utility Work, the Facilities shall be deemed to be located on the public road or publicly owned rail corridor under and pursuant to the Utility Permit: to be submitted prior to installation. (Note: It is the intent of this line to allow either attachment of or separate reference to the permit). 2. Performance of Utility Work a. The FDOT shall incorporate the Plans Package into its contract for construction of the Project. b. The FDOT shall procure a contract for construction of the Project in accordance with the FDOT's requirements. Page 2 of 10 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 710-010-22 UTILITIES UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT osc-osis (AT UTILITY EXPENSE) C. If the portion of the bid of the contractor selected by the FDOT which is for performance of the Utility Work exceeds the FDOT's official estimate for the Utility Work by more than ten percent (10%) and the FDOT does not elect to participate in the cost of the Utility Work pursuant to Section 337.403(1)(b), Florida Statutes, the UAO may elect to have the Utility Work removed from the FDOT's contract by notifying the FDOT in writing within five 5 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 FDOT's contractor. d. If the UAO elects to remove the Utility Work from the FDOT's contract in accordance with Subparagraph 2. c., the UAO shall perform the Utility Work separately pursuant to the terms and conditions of the FDOT's standard relocation agreement, the terms and conditions of which are incorporated herein for that purpose by this reference, and in accordance with the contingency relocation schedule which is a part of the Plans Package. The UAO shall proceed immediately with the Utility Work so as to cause no delay to the FDOT or the FDOT's contractor in constructing the Project. e. The UAO shall perform all engineering inspection, testing, and monitoring of the Utility Work to insure that it is properly performed in accordance with the Plans Package, except for the following activities: all in place density testing will be performed by the FDOT or it's designee 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 FDOT procedures. Except for the inspection, testing, monitoring, and reporting to be performed by the UAO in accordance with Subparagraph 2. e., the FDOT will perform all contract administration for its construction contract. The UAO shall fully cooperate with the FDOT and the FDOT's contractor in all matters relating to the performance of the Utility Work. The FDOT's engineer has full authority over the Project and the UAO shall be responsible for coordinating and cooperating with the FDOT's engineer. In so doing, the UAO shall make such adjustments and changes in the Plans Package as the FDOT's engineer shall determine are necessary for the prosecution of the Project. The UAO shall not make any changes to the Plans Package after the date on which the FDOT's contract documents are mailed for advertisement of the Project unless those changes fall within the categories of changes which are allowed by supplemental agreement to the FDOT's contract pursuant to Section 337.11, Florida Statutes. All changes, regardless of the nature of the change or the timing of the change, shall be subject to the prior approval of the FDOT. 3. Cost of Utility Work a. The UAO shall be responsible for all costs of the Utility Work and all costs associated with any adjustments or changes to the Utility Work determined by the FDOT's engineer to be necessary, including, but not limited to the cost of changing the Plans Package and the increase in the cost of performing the Utility Work, unless the adjustments or changes are necessitated by an error or omission of the FDOT. The UAO shall not be responsible for the cost of delays caused by such adjustments or changes unless they are attributable to the UAO pursuant to Subparagraph 4.a. The initial estimate of the cost of the Utility Work is $953.630.00. At such time as the FDOT prepares its official estimate, the FDOT shall notify the UAO of the amount of the official estimate for the Utility Work. Upon being notified of the official estimate, the UAO shall have five (5) working days within which to accept the official estimate for purposes of making deposits and for determining any possible contribution on the part of the FDOT to the cost of the Utility Work, or to elect to have the Utility Work removed from the FDOT's contract and performed separately pursuant to the terms and conditions set forth in Subparagraph 2. d. hereof. Page 3 of 10 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTIoto-PP UTILITIES UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT occ-06119 (AT UTILITY EXPENSE) C. At least thirty (30 ) calendar days prior to the date on which the FDOT advertises the Project for bids, the UAO will pay to the FDOT an amount equal to the FDOT's official estimate; plus 2% for mobilization of equipment for the Utility Work, additional maintenance of traffic costs for the Utility Work, administrative costs of field work, tabulation of quantities, Final Estimate processing and Project accounting (said amounts are to be hereinafter collectively referred to as the Allowances); plus 10% of the official estimate for a contingency fund to be used as hereinafter provided for changes to the Utility Work during the construction of the Project (the Contingency Fund). d. Payment of the funds pursuant to this paragraph will be made (choose one): ❑ directly to the FDOT for deposit into the State Transportation Trust Fund. ® as provided in the attached Three Party Escrow Agreement between UAO, FDOT and the State of Florida, Department of Financial Services, Division of Treasury. Deposits of less than $100,000.00 must be pre -approved by the FDOT Comptroller's Office prior to execution of this agreement. e. If the portion of the contractor's bid selected by the FDOT for performance of the Utility Work exceeds the amount of the deposit made pursuant to Subparagraph c. above, then subject to and in accordance with the limitations and conditions established by Subparagraph 2. c. hereof regarding FDOT participation in the cost of the Utility Work and the UAO's election to remove the Utility Work from the Project, the UAO shall, within fourteen (14) calendar days from notification from the FDOT or prior to posting of the accepted bid, whichever is earlier, pay an additional amount to the 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 FDOT 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 FDOT to so notify the UAO shall not relieve the UAO from its obligation to pay for its full share of project costs on final accounting as provided herein below. In the event that the UAO is obligated under this Subparagraph 3.e. to pay an additional amount and the additional amount that the UAO is obligated to pay does not exceed the Contingency Fund already on deposit, the UAO shall have sixty (60) calendar days from notification from the FDOT to pay the additional amount, regardless of when the accepted bid is posted. I. If the accepted bid amount plus allowances and contingency is less than the advance deposit amount, the FDOT will refund the amount that the advance deposit exceeds the bid amount, plus allowances and contingency if such refund is requested by the UAO in writing and approved by the Comptroller of the FDOT or his designee. g. Should contract modifications occur that increase the UAO's share of total project costs, the UAO will be notified by the FDOT accordingly. The UAO agrees to provide, in advance of the additional work being performed, adequate funds to ensure that cash on deposit with the FDOT is sufficient to fully fund its share of the project costs. The FDOT shall notify the UAO as soon as it becomes apparent the actual costs will overrun the award amount; however, failure of the FDOT to so notify the 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 FDOT may use the funds paid by the UAO for payment of the cost of the Utility Work. The Contingency Fund may be used for increases in the cost of the Utility Work which occur because of quantity overruns or because of adjustments or changes in the Utility Work made pursuant to Subparagraph 2. h. Prior to using any of the Contingency Fund, the FDOT will obtain the written concurrence of the person delegated that responsibility by written notice from the UAO. The delegatee shall respond immediately to all requests for written concurrence. If the delegatee refuses to provide written concurrence promptly and the FDOT determines that the work is necessary, the FDOT may proceed to perform the work and recover the cost thereof pursuant to the provisions of Section 337.403(3), Florida Statutes. In the event that the Contingency Fund is depleted, the UAO Page 4 of 10 710-010-22 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITIES UTILIES UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT occ-osis (AT UTILITY EXPENSE) shall, within fourteen (14) calendar days from notification from the FDOT, pay to the FDOT an additional 10% of the total obligation of the UAO for the cost of the Utility Work established under Subparagraph 3. e. for future use as the Contingency Fund. Upon final payment to the Contractor, the FDOT intends to have its final and complete accounting of all costs incurred in connection with the work performed hereunder within three hundred sixty (360) days. All project cost records and accounts shall be subject to audit by a representative of the UAO for a period of three (3) years after final close out of the Project. The UAO will be notified of the final cost. Both parties agree that in the event the final accounting of total project costs pursuant to the terms of this agreement is less than the total deposits to date, a refund of the excess will be made by the FDOT to the UAO in accordance with Section 215.422, Florida Statutes. In the event said final accounting of total project costs is greater than the total deposits to date, the UAO will pay the additional amount within forty (40) calendar days from the date of the invoice. The UAO agrees to pay interest at a rate as established pursuant to Section 55.03, Florida Statutes, on any invoice not paid within the time specified in the preceding sentence until the invoice is paid. 4. Claims Against UAO a. The UAO shall be responsible for all costs incurred as a result of any delay to the FDOT or its contractors caused by errors or omissions in the Plans Package (including inaccurate location of the Facilities) or by failure of the UAO to properly perform its obligations under this Agreement in a timely manner. b. In the event the FDOT's contractor provides a notice of intent to make a claim against the FDOT relating to the Utility Work, the FDOT will notify the UAO of the notice of intent and the UAO will thereafter keep and maintain daily field reports and all other records relating to the intended claim. C. In the event the FDOT's contractor makes any claim against the FDOT relating to the Utility Work, the FDOT will notify the UAO of the claim and the UAO will cooperate with the FDOT in analyzing and resolving the claim within a reasonable time. Any resolution of any portion of the claim directly between the UAO and the FDOT's contractor shall be in writing, shall be subject to written FDOT concurrence and shall specify the extent to which it resolves the claim against the FDOT. d. The FDOT may withhold payment of surplus funds to the UAO until final resolution (including any actual payment required) of all claims relating to the Utility Work. The right to withhold shall be limited to actual claim payments made by the FDOT to the FDOT's contractor. 5. Out of Service Facilities No Facilities shall be placed out of service unless specifically identified as such in the Plans. The following terms and conditions shall apply to Facilities placed Out -of -Service: a. The UAO acknowledges its present and continuing ownership of and responsibility for out of service Facilities. b. The FDOT agrees to allow the UAO to leave the Facilities within the right of way subject to the continuing satisfactory performance of the conditions of this Agreement by the UAO. In the event of a breach of this Agreement by the UAO, the Facilities shall be removed upon demand from the FDOT in accordance with the provisions of Subparagraph e. below. C. The UAO shall take such steps to secure the Facilities and otherwise make the Facilities safe in accordance with any and all applicable local, state or federal laws and regulations and in accordance with the legal duty of the UAO to use due care in its dealings with others. The UAO shall be solely responsible for gathering all information necessary to meet these obligations. d. The UAO shall keep and preserve all records relating to the Facilities, including, but not limited to, Page 5 of 10 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 710-010-22 UTILITIES UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT OGC-06/19 (AT UTILITY EXPENSE) records of the location, nature of, and steps taken to safely secure the Facilities and shall promptly respond to information requests of the FDOT or other permittees using or seeking use of the right of way. e. The UAO shall remove the Facilities at the request of the FDOT in the event that the FDOT determines that removal is necessary for FDOT use of the right of way or in the event that the FDOT determines that use of the right of way is needed for other active utilities that cannot be otherwise accommodated in the right of way. Removal shall be at the sole cost and expense of the UAO and without any right of the UAO to object or make any claim of any nature whatsoever with regard thereto. Removal shall be completed within the time specified in the FDOT's notice to remove. In the event that the UAO fails to perform the removal properly within the specified time, the FDOT may proceed to perform the removal at the UAO's expense pursuant to the provisions of Sections 337.403 and 337.404, Florida Statutes. 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 or discharging from the Facilities. Nothing in this paragraph shall be interpreted to require the UAO to indemnify the FDOT for the FDOT's own negligence; however, it is the intent that all other costs and expenses of any nature be the responsibility of the UAO. 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 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 sixty (60) days from written notice thereof from FDOT. (2) Pursue a claim for damages suffered by the FDOT. (3) If the Utility Work is reimbursable under this Agreement, withhold reimbursement payments until the breach is cured. The right to withhold shall be limited to actual claim payments made by FDOT to third parties. (4) If the Utility Work is reimbursable under this Agreement, offset any damages suffered by the FDOT or the public against payments due under this Agreement for the same Project. The right to offset shall be limited to actual claim payments made by FDOT to third parties. (5) Suspend the issuance of further permits to the UAO for the placement of Facilities on FDOT property if the breach is material and has not been cured within sixty (60) days from written notice thereof from FDOT. (6) Pursue any other remedies legally available. (7) Perform any work with its own forces or through contractors and seek repayment for the cost thereof under Section 337.403(3), Florida Statutes. b. In the event that the FDOT breaches any provision of this Agreement, then in addition to any other remedies which are otherwise provided for in the Agreement, the UAO may exercise one or more of the following options: Page 6 of 10 710-010-22 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITIES UES UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT occ-06119 (AT UTILITY EXPENSE) (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 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 parry claiming the excuse from performance has (a) promptly notified the other party of the occurrence and its estimate duration, (b) promptly remedied or mitigated the effect of the occurrence to the extent possible, and (c) resumed performance as soon as possible. 8. Indemnification FOR GOVERNMENT-OWNED UTILITIES, To the extent provided by law, the UAO shall indemnify, defend, and hold harmless the FDOT and all of its officers, agents, and employees from any claim, loss, damage, cost, charge, or expense arising out of any acts, action, error, neglect, or omission by the UAO, its agents, employees, or contractors during the performance of the Agreement, whether direct or indirect, and whether to any person or property to which FDOT or said parties may be subject, except that neither the UAO, its agents, employees, or contractors will be liable under this section for damages arising out of the injury or damage to persons or property directly caused by or resulting from the negligence of the FDOT or any of its officers, agents, or employees during the performance of this Agreement. When the FDOT receives a notice of claim for damages that may have been caused by the UAO in the performance of services required under this Agreement, the FDOT will immediately forward the claim to the UAO. The UAO and the FDOT will evaluate the claim and report their findings to each other within fourteen (14) working days and will jointly discuss options in defending the claim. After reviewing the claim, the FDOT will determine whether to require the participation of the UAO in the defense of the claim or to require the UAO to defend the FDOT in such claim as described in this section. The FDOT's failure to notify the UAO of a claim shall not release the UAO from any of the requirements of this section. The FDOT and the UAO will pay their own costs for the evaluation, settlement negotiations, and trial, if any. However, if only one party participates in the defense of the claim at trial, that party is responsible for all costs. 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. Page 7 of 10 -22 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITIES UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT OGc-osis (AT UTILITY EXPENSE) 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 of judgment finding the FDOT solely negligent shall excuse performance of this provision by the UAO. The UAO shall pay all costs and fees related to this obligation and its enforcement by the FDOT. The FDOT's delay in notifying the UAO of a claim shall not release UAO of the above duty to defend. 9. Miscellaneous a. Time is of essence in the performance of all obligations under this Agreement. b. The Facilities shall at all times remain the property of and be property protected and maintained by the UAO in accordance with the current Utility Accommodation Manual in effect at the time the Plans Package is prepared and the current utility permit for the Facilities; provided, however, that the UAO shall not be obligated to protect or maintain any of the Facilities to the extent the FDOT's contractor has that obligation as part of the Utility Work pursuant to the FDOT's specifications. C. The FDOT may unilaterally cancel this Agreement for refusal by the UAO to allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119, Florida Statutes, and made or received by the UAO in conjunction with this Agreement. d. This Agreement constitutes the complete and final expression of the parties with respect to the subject matter hereof and supersedes all prior agreements, understandings, or negotiations with respect thereto, except that the parties understand and agree that the FDOT has manuals and written policies and procedures which may be applicable at the time of the Project and the relocation of the Facilities. e. This Agreement shall be governed by the laws of the State of Florida. Any provision hereof found to be unlawful or unenforceable shall be severable and shall not affect the validity of the remaining portions hereof. 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: City of Sanford, Utility Administration Richard Blake, Utility Engineer 300 N. Park Ave., Sanford, FL 32771 If to the FDOT: FDOT, ATTN: Operations Engineer 2400 Camp Road Oviedo, FL 32765 10. Certification This document is a printout of an FDOT form maintained in an electronic format and all revisions thereto by the UAO in the form of additions, deletions, or substitutions are reflected only in an Appendix entitled Page 8 of 10 STATE opFLORIDA DEPARTMENT OFTRamoponrAT�w 710-010-22' ununs UTILITY WORK BYHIGHWAY CONTRACTOR AGREEMENT mm-mmv (AT UTILITY EXPENSE) Changes ToForm Document and nochange ismade inthe text cf 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 donot change the terms cfthe document. Bysigning this document, the 0&O hereby represents that nochange has been made tothe text ofthis document exce[tthnmughthe terms ofthe appendix entitled Changes tnForm Document. You MUST signify byselecting cvchecking which ofthe following applies: No changes have been made tothis Fnnn Document and no Appendix entitled "Changes to Form Document" is attached. �l No changes have been made to this Form Oouumend, but changes are included on the attached Appendix entitled "Changes toForm Donumand." IN WITNESS WHEREOF, the parties hereto UTILITY: City of Sanford BY: (Typed Name: (Typed Title: LV executed this Ag Recommend Approval by the District Utility Off ice FDOT Legal review District Counsel STATE C2PFLORIDA DEPARTMENT OFTRANSPORTATION (Typed Name: Loreen Bobo, P.E. (Typed Title: Director of Transportation Develoement) FEDERAL HIGHWAY ADMINISTRATION (if applicable) (Typed Name: (Typed Title: Page no,1n e day and year first written. �,)IDATE: DATE: | -/9 � - -4- _ -2—/* DATE: III jzozo 710-010-22 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITIES UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT OGC-06119 (AT UTILITY EXPENSE) Page 10 of 9 THREE PARTY ESCROW AGREEIVIENJr6l�-� J,5`.K 21 W2:4� THIS AGREEMENT is made and entered into by and between the State of Department ofTransportation ("FDOT"). the City of Sanford /"ParUcipant"\, and the State of Florida, Department of Financial Services, Division of Treasury ("Escrow Aoent"), and aheU| become effective upon the Agreement's execution bvEscrow Agent. WHEREAS, FDOT and Participant are engaged in the following project ("Projecf'): Project Name: GR15/SHOUU(US 17/92)from NofLake Mary Blvd tVNof Airport Blvd Project #: 436679-1-56-01 County: Seminole WHEREAS, FDC8'and Participant desire toestablish emescrow account for the project. NOW THEREFORE, in consideration of the premises and the covenants contained herein, the parties agree to the following: An initial deposit will be made into an interest bearing escrow account established hereunder for the purposes of the Project. The gounow account will be opened with the Escrow Agent on behalf of F[]OT upon Escrow Agent's receipt and execution ofthis Agreement. 2. Other tothe escrow account may bemade during the life ofthis agreement. 3. Deposits will bedelivered inaccordance with instructions providedbvthe Escrow Agent UJthe FDOTfor deposit into the escrow account. Avv|re transfer orACH deposit is the preferred method of payment and should be used whenever possible. 4. FD[T's Comptroller ordesignee ehal|be the sole signatory on the escrow account with the Escrow Aoord and shall have sole authority to authorize vxhhdravvG|s from the oouourd. Withdrawals will only be made to FOOT or the Participant in accordance with the instructions provided tothe Escrow Agent by FQ(]lF'aComptroller ordesignee. 5' Moneys in the escrow account will be invested inaccordance with section 17.61, Florida Statutes. The Escrow Agent will invest the moneys expeditiously. Income isonly earned mnthe moneys while invested. There ienoguaranteed ro1m of return' Investments in the escrow account will be ooeesaod a fee in accordance with Section 17.61(4)/b\, Florida Statutes. All income of the investments shall accrue tothe escrow account. G. UO|aae instructed otherwise by FDOT, all interest accumulated in the escrow 7. The Escrow Agent agrees to provide written confirmation of receipt of funds to FDOT. FDOT agrees to provide a copy of such written confirmation to Participant upon request. 8. The Escrow Agent further agrees to provide quarterly reports to FDOT concerning the escrow account. FDOT agrees to provide a copy of such quarterly reports to Participant upon request. 9. The Escrow Agent shall not be liable for any error of judgment or for any act done or omitted by it in good faith, or for anything which it may in good faith do or refrain from doing in connection herewith. 10. Escrow Agent shall have no liability for any claim, cost, expense, damage or loss due to the acts or omissions of FDOT and Participant, nor from any separate agreements between FDOT and Participant and shall have no responsibility to monitor or enforce any responsibilities herein or in any separate agreements associated with this Agreement between FDOT and Participant. 11. This Agreement shall be governed by and interpreted in accordance with the laws of the State of Florida. 12. This Agreement may be executed in two or more counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. 13. This Agreement shall terminate upon disbursement by the Escrow Agent of all money held by it in the escrow account in accordance with the instructions given by FDOT's Comptroller or designee and notification from FDOT to Escrow Agent that the account is to be closed. The remainder of this page is blank. STATE orFLORIDA DEPARTMENT oF TRANSPORTATION RESOLUTION �R336 UTILITY AGREEMENT WHEREAS, the State ofFlorida Department of Transportation,hereinafter referred toouthe FDOT.proposes Voconstruct orreconstruct atransportation facility identified above, hereinafter referred h/aa the Project; and WHEREAS, inorder for the FDOTtoproceed with the Project, it isnecessary for the City of Sanford, hereinafter referred huaathe gAO.kzexecute and deliver tothe P0OTthe agreement identified aothe Utility Work by Highway Contractor Agreement (at Utility Expense) and the Third Party Escrow Agreement, hereinafter referred to as the Agreement; That (Name) (Title)____ authorized and directed to execute and deliver the Agreement to the FDOT. A certified copy of this Resolution shall be forwarded to the F08T along with the executed ON MOTION of above resolution was introduced and Title: Title: i 'J �qp the 436679-1-56-01 Seminole 15/600 2 D518 -045-B WHEREAS, the State ofFlorida Department of Transportation,hereinafter referred toouthe FDOT.proposes Voconstruct orreconstruct atransportation facility identified above, hereinafter referred h/aa the Project; and WHEREAS, inorder for the FDOTtoproceed with the Project, it isnecessary for the City of Sanford, hereinafter referred huaathe gAO.kzexecute and deliver tothe P0OTthe agreement identified aothe Utility Work by Highway Contractor Agreement (at Utility Expense) and the Third Party Escrow Agreement, hereinafter referred to as the Agreement; That (Name) (Title)____ authorized and directed to execute and deliver the Agreement to the FDOT. A certified copy of this Resolution shall be forwarded to the F08T along with the executed ON MOTION of above resolution was introduced and Title: Title: i 'J �qp the IN WITNESS WHEREOF, the parties have duly executed the below. Fo,KMOT-OOC (signature) LI -11 JUM D. Adank CPA Qoputy ComptroNer, GAO Name and Title 59-3024028 Federal Employer I.D. Number Date / 1 FDOT Legal Review: For Escrow Agent (signature) Name and Title / /Z' Z-( Ze 2" Date For PA Name and Titl nt on the date(s) signature) Federal Employer I.D. Number Date 4"N 0 Mum= CITY OF SANFORD UTILITY RELOCATIONS SR 15/600 (US 17-92 - LAKE MARY BLVD. TO SR 417) 436679-1-56-01 = Pay Item Needed COST ESTIMATE PAY ITEM NO. DESCRIPTION UNITS TOTAL QUANTITY UNIT PRICE TOTAL PRICE 0110-4-10 REMOVAL OF EXISTING CONCRETE (4" SIDEWALK) SY 129 $30.00 $3,870.00 0522-1 CONCRETE SIDEWALK AND DRIVEWAYS, 4" THICK SY 129 $60.00 $7,740.00 1050-15-002 UTILITY PIPE, ADJUST/MODIFY, 2 - 4.9" LF 10 $200.00 $2,000.00 1050-16-002 UTILITY PIPE, REMOVE & DISPOSE, 2-4.9" LF 991 $16.00 $15,856.00 1050-16-003 UTILITY PIPE, REMOVE & DISPOSE, 5-7.9" LF 110 $18,00 $1,980.00 1050-16-004 UTILITY PIPE, REMOVE & DISPOSE, 8-19.9" LF 959 $20.00 $19,180.00 1050-18-002 UTILITY PIPE, PLUG & PLACE OUT OF SERVICE, 2-4.9" LF 104 $20.00 $2,080.00 1050-18-004 UTILITY PIPE, PLUG & PLACE OUT OF SERVICE, 8-19.9" LF 4 $30.00 $120.00 1050-31-204 UTILITY PIPE - PVC, FURNISH & INSTALL, WATER/SEWER, 4" LF 40 $60.00 $2,400.00 1050-31-206 UTILITY PIPE - PVC, FURNISH & INSTALL, WATER/SEWER, 6" LF 750 $68.00 $51,000.00 1050-31-212 UTILITY PIPE - PVC, FURNISH & INSTALL, WATER/SEWER, 12" LF 335 $70.00 $23,450.00 1050-31-214 UTILITY PIPE - PVC, FURNISH & INSTALL, WATER/SEWER, 14" LF 445 $90.00 $40,050.00 1050-31-216 UTILITY PIPE - PVC, FURNISH & INSTALL, WATER/SEWER, 16" LF 25 $80.00 $2,000.00 1050-41-201 UTILITY PIPE- HDPE, FURNISH & INSTALL. WATER/SEWER, 1" LF 48 $70.00 $3,360.00 1050-42-202 UTILITY PIPE - HDPE, FURNISH & INSTALL, WATER/SEWER, 2" LF 46 $75.00 $3,450.00 1050-42-208 UTILITY PIPE - HDPE, FURNISH & INSTALL, WATER/SEWER, 8" LF 250 $90.00 $22,500.00 1055-11-594 UTILITY FITTINGS, F&I, STEEL, SPECIAL, 8.0-19.9" EA 2 $1,000.00 $2,000.00 1055-31-112 UTILITY FITTINGS FOR PVC PIPE, FURNISH & INSTALL, ELBOW, 12" EA 13 $1,000.00 $13,000.00 1055-31-114 UTILITY FITTINGS FOR PVC PIPE, FURNISH & INSTALL, ELBOW, 14" EA 14 $4,000.00 $56,000.00 1055-31-116 UTILITY FITTINGS FOR PVC PIPE, FURNISH & INSTALL, ELBOW, 16" EA 4 $3,500.00 $14,000.00', 1055-31-308 UTILITY FITTINGS FOR PVC PIPE, FURNISH & INSTALL, REDUCER, 8" EA 3 $800.00 $2,400.00'' 1060-15 UTILITY STRUCTURE, BELOW GROUND, ADJUST & MODIFY EA 2 $2,000.00 $4,000.00'. 1080-21-500 UTILITY FIXTURE, VALVE/METER BOX, ADJUST/MODIFY (CONNECT NEW PE TO EXISTING METER) EA 4 $600.00 $2,400.00' 1080-21-600 UTILITY FIXTURE, VALVE/METER BOX, REMOVE EA 1 $600.00 $600.00' 1080-21-106 UTILITY FIXTURE, VALVE/METER BOX, FURNISH & INSTALL, 6" EA 21 $700.00 $14,700.00 1080-23-102 UTILITY FIXTURE, TAPPING SADDLE/SLEEVE, F&I, 2" (TEMPORARY JUMPER CONNECTION) EA 5 $2.500.00 $12,500.00' 1080-23-104 UTILITY FIXTURE. TAPPING SADDLE/SLEEVE, FURNISH & INSTALL, 4" EA 2 $4,000.00 $8,000.00 1080-23-106 UTILITY FIXTURE, TAPPING SADDLE/SLEEVE, FURNISH & INSTALL, 6" EA 1 $4,000.00 $4,000.00 1080-23-108 UTILITY FIXTURE, TAPPING SADDLE/SLEEVE, FURNISH & INSTALL, 8" EA 1 $4,500.00 $4,500.00 1080-23-112 UTILITY FIXTURE, TAPPING SADDLE/SLEEVE, FURNISH & INSTALL, 12" EA 6 $6,000.00 $36,000.00 1080-23-114 UTILITY FIXTURE, TAPPING SADDLE/SLEEVE, FURNISH & INSTALL, 14" EA 8 $8,000.00 $64,000.00 1080-23-116 UTILITY FIXTURE, TAPPING SADDLE/SLEEVE, FURNISH & INSTALL, 16" EA 2 $8,000.00 $16,000.00 1080-24-102 UTILITY FIXTURE, VALVE ASSEMBLY, FURNISH & INSTALL, 2" EA 2 $1,200.00 $2,400.00 1080-24-104 UTILITY FIXTURE, VALVE ASSEMBLY, FURNISH & INSTALL, 4" EA 2 $1,200.00 $2,400.00 1080-24-106 UTILITY FIXTURE, VALVE ASSEMBLY, FURNISH & INSTALL, 6" EA 2 $1,400.00 $2,800.00 1080-24-108 UTILITY FIXTURE, VALVE ASSEMBLY, FURNISH & INSTALL, 8" EA 1 $2,000.00 $2,000.00 1080-24-112 UTILITY FIXTURE, VALVE ASSEMBLY, FURNISH & INSTALL, 12" EA 7 $4,000.00 $28,000.00 1080-24-114 UTILITY FIXTURE, VALVE ASSEMBLY, FURNISH & INSTALL, 14" EA 7 $6,500.00 $45,500.00 1080-24-116 UTILITY FIXTURE, VALVE ASSEMBLY, FURNISH & INSTALL, 16" EA 2 $6,500.00 $13,000.00 1080-26-106 UTILITY FIXTURE, VAC/AIR ASSEMBLY, FURNISH & INSTALL 6" EA 1 $4,000.00 $4,000.00 1080-27-104 UTILITY FIXTURE, LINE STOP ASSEMBLY, FURNISH & INSTALL, 4" EA 2 $5.000.00 $10,000.00 1080-27-106 UTILITY FIXTURE, LINE STOP ASSEMBLY, FURNISH & INSTALL, 6" EA 1 $6,500.00 $6,500.00 1080-27-112 UTILITY FIXTURE, LINE STOP ASSEMBLY, FURNISH & INSTALL, 12" EA 9 $8,000.00 $72,000.00 1080-27-114 UTILITY FIXTURE,LINE' STOP ASSEMBLY, FURNISH & INSTALL, 14" EA 7 $14,000.00 $98,000.00 1080-27-116 UTILITY FIXTURE, LINE STOP ASSEMBLY, FURNISH & INSTALL, 16" EA 2 $14,000.00 $28.000.00 1080-29-104 UTILITY FIXTURE, MECHANICAL JOINT RESTRAINT, F&I, 4" (CUT AND CAP EXISTING MAIN W/ REST. CAP AND THRUST COLLAR) EA 1 $1,200.00 $1,200.00 1080-29-106 UTILITY FIXTURE, MECHANICAL JOINT RESTRAINT, F&I, 6" (CUT AND CAP EXISTING MAIN W/ REST. CAP AND THRUST COLLAR) EA 2 $1,500.00 $3,000.00 1080-29-112 UTILITY FIXTURE, MECHANICAL JOINT RESTRAINT, F&I, 12" (CUT AND CAP EXISTING MAIN W/ REST. CAP AND THRUST COLLAR) EA 7 $3,000.00 $21,000.00 1080-29-114 UTILITY FIXTURE, MECHANICAL JOINT RESTRAINT, F&I, 14"; (CUT AND CAP EXISTING MAIN W/ REST. CAP AND THRUST COLLAR) EA 7 $8,000.00 $56,000.00 1080-29-116 UTILITY FIXTURE, MECHANICAL JOINT RESTRAINT, F&I, 16" (CUT AND CAP EXISTING MAIN W/ REST. CAP AND THRUST COLLAR) EA 2 $8,000.00 $16,000.00 SUB -TOTAL $866,936.00 0999-25 JINITIAL CONTINGENCY AMOUNT, DO NOT BID 10% LS 1 $86,693.60 $86,693.60 — CEA (2%) LS 1 $17,338.72 $17,338.72 TOTAL $970,968.32 SR 15-600 City of Sanford Utility Relocations (US 17-92) - Cost Estimate 08-12-19 Page 1 of 1 > -n c s- 0 o 0 a 0 60 0 0 0 p�i C, f to Z o c MI, WIN E a 0 + + + + + . . . . . . . . . . 3 co fA r- 0 O 0 ............ . . . . . . . . . . . . . . . . . . C> RX 0 0 ca, ff MIS cn U) — 0 U` 71 0 0 m U) OWN 003 0 CD 0 g 0 '69 0 69 C) CD C) 0 0 "IF "Romg,& g p AMMN A� g mill; r- 3 -0 %N g M MINE 90 > 0 M P -M&A E 0- N WE , ON M fA inWw %§ 0 a,=—g fQ C. CD (D CA CD > -n c s- 0 o 0 a 0 > 3 z c -n Z o c :3 CL E a 0 3 co CL (D r- 0 CD U) — 0 (D 71 0 0 m U) 003 0 CD 0 0 0 sv > > 0 0 (D. r- 3 -0 90 > 0 CD < 0- 3 _0 <3 CD 3 o * (D 77 C) -0 = (D CA CD 0 — " cn r *< 0 C: 0 3(0 3 z z + -En =3 > = @ G) > (D 0 0 0 3 0 CD CD > 3 a 5, -69 0 CD 3 z 0 os (D o C_) ID CD M (D (D =3 1 (D 0 m (n 0 CD > 0 Z - c: ll 0 + m CL o C: 0 0 CD 0 cr 0 3 0 0 3 > 3 0 3 0 0 CD CD 0 G) — l< 0 c m > > < E (D Lo CD 0- 3 CD 3to 0 -4 CD a 0 C/) -n 21 0 CLCD E U) 3 > 0 z �.9 C) 0 z < (D0 0 r.L 0 3 CD 0 - w C)) G CD C: CD C) >-n ET c-) in— N) 3: CL 0 0 0 0 E :03 (D 0 0 (D o 0 -0 CD @ 3 3 m — Cl) do o o o = U) 0 0 6 0 :3 > 0 U) a :3 > w :3 = -n a 0- - T M 0 (D < cq c 0 = �Q (D c 0. -6- gq CL CL cn3 90 > 3: Z 0 C-) 0 CD CD 0 3 o :3 a Cl) 0 0 CL CD - 3 3 C)> a- 5' V CD :3 > (a CD (D 00 6 0 6 3 0 CD 0 2 C) C) c --q 0 3 - CD 0 (D CD 0 T CD > . < CD (a 3 0 CDC 3 3 CD 0 c > > C7 CD 3 LO 0 0 CD CD CD(D a- 3 0 CL 0 w CD CL =T CL Z CD CD CD cn CD w 3 0 c STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 350-020-03 AGREEMENT SUMMARY SHEET COMPTROLLER 9,18 Attach this completed form to the agreement and forward to the LFA Section in the OOC, General Accounting Office, M.S. 42B. If you have have any questions, please call 850-414-4867 or 850-414-4889. 1. Participants Name: City of Sanford Participants Address: PO Box 1788 City, State, Zip: Sanford, FL 32773 Contact: Richard Blake Phone Number: 407-688-5101 E -Mail Address: richard.blake@sanfordfl.gov Fax Number: Federal Employer ID # and address sequence: FEID# has a verified W-9 registered with the Department of Financial Services: ❑Yes ❑No ❑In Process 2. Refund Address: PO Box 1788, Sanford FL 32773 3. District Contact Person: Staci Nester Phone Number: 386-943-5250 District Number: 5 - De Land Fax Number: 4. Agreement Date: 1/9/2020 5. Date Form Modified: 6. Agreement Amount: 953,630.00 7. Escrow Deposit Due Date: Amount Due: $ Additional Deposit Due Date: Amount Due: $ Additional Deposit Due Date: Amount Due: $ 8. County Name: SEMINOLE 9. FDOT County Number: 77 10. If fund type is LFR/LFRF (❑Yes ❑No), what is the anticipated start date of the payback: Is payback to be made in: ❑Scheduled Payments ❑Quarterly ❑Lump Sum 11. Participant is responsible for (check one): ®100% ❑Other Percentage ( %) ❑ Bid Items ❑Lump Sum If participant is responsible for bid items, please complete the attached spreadsheet. 12. Description of work: Utility Work by Highway Contractor @City of Sanford Expense 436679-1-56-01 13. Financial Project # 15. Work 16. Federal Part or Including 6x Phases 14. Amount Program Fund Non -Federal Part. 17. Contract # 18. % to Bill Code 436679-1-56-01 $936,600.50 LF 436679-1-61-01 $17,029.10 LF 19. Has WP been updated to reflect the changes on this form? NYes UNo 20. Comments: l CITY OFCity of Sanford Solicitation Tabulation Sheet Form SANFORDFinance Department I Purchasing Division Solicitation Number: IRFQ 19/20-116 ul Soo N Park Ave Solicitation Title After Hours Answering Services Sanford, FL 32771 Solicitation Opening Date: January 14, 2020 Telephone: (4o7) 688-5028 or 5030 Solicitation Opening Time: 2:00 P.M. Local Time Fax: (407) 688-5021 Email: purchasing@sanfordfl.gov y^ Solicitation Evaluation Category 1 Set Up Charge (One Time Fee) $0.00 $0.00 $199.00 $400.00 $500.00 Price to include usage rate and amount of $0.45 $0.78 $0.85 $0.82 $0.96 Included minutes - Plan A 2500 min Price to include usage rate and amount of $0.45 $0.90 $0.85 $0.80 0.96666666666667 Included minutes - Plan B 3000 min Overage after the included minutes - Plan $0.45 $0.85 $0.95 $0.87 $0.80 A 2500 min Overage after the included minutes -Plan $0.45 $0.83 $0.95 $0.85 $0.80 B 3000 min Voicemail and Automated Minutes - Plan $0.00 $0.00 $0.00 $0.10 $0.10 Voicemail and Automated Minutes - Plan $0.00 $0.00 $0.00 $0.08 $0.10 Plan A2500 $1,125.00 $1,950.00 $2,125.00 $2,050.00 $2,400.00 Plan B 3000 $1,350.00 $2,250.00 $2,550.00 $2,400.00 $2,900.00 Extended Price A $23,400.00 $25,500.00 $24,600.00 $2$,000.00 Extended Price B ,�i,:, 410 ;y� $27,000.00 $30,600.00 $28,860.00 $34,800.04 Remarks: Offers from the vendors listed herein are the only oBers received timely as of the above opening date and time. All other offers submitted in response to this solicitation, if any, are hereby rejected as late. Shaded or circled total price indicates art anent low Milder subieet to evaluation and review hefore an intent to award is made. NOTE: Am ternet-5100 per hoar beyond initial honars of set at, Rules: All bids accepted by City of Sanford arc subject to the City's terms and conditions and any and all additional terms and conditions submiated by the bidders are rejected and shall have no force and effect unless receiving prior consideration and approval of the City in the form of' Addenda t this bid OPENED BY: VERIFIED BY: Marisol Ordone2, Purchasing Manager PUR-17-231 1 Rev. 0312016