| STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Tia -oto- 
<br />UTILITIES 
<br />UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT Occ-06/19 
<br />(AT UTILITY EXPENSE) 
<br />Financial Project ID: 413048-2-56-02 
<br />Federal Project ID: 
<br />Financial Project ID: 
<br />Financial Project ID: 
<br />Financial Project ID: 
<br />County: Indian River State Road No.: 9 
<br />District Document No: 
<br />Utility Agency/Owner (UAO): Indian River County 
<br />THIS AGREEMENT, entered into this day of , year of , by and between the STATE 
<br />OF FLORIDA DEPARTMENT OF TRANSPORTATION, hereinafter referred to as the "FDOT", and Indian River 
<br />County, hereinafter referred to as the "UAO"; 
<br />WITNESSETH: 
<br />WHEREAS, the FDOT, is constructing, reconstructing, or otherwise changing a portion of a public road or 
<br />publicly owned rail corridor, said project being identified as 1-95 at Oslo Road Interchange, State Road No.: 9, 
<br />hereinafter referred to as the "Project -,and 
<br />WHEREAS, the UAO owns or desires to install certain utility facilities which are located within the limits of the 
<br />Project hereinafter referred to as the "Facilities" (said term shall be deemed to include utility facilities as the same may 
<br />be relocated, adjusted, installed, or placed out of service pursuant to this Agreement); and 
<br />WHEREAS, the Project requires the location (vertically and/or horizontally), protection, relocation, installation, 
<br />adjustment or removal of the Facilities, or some combination thereof, hereinafter referred to as "Utility Work"; and 
<br />WHEREAS, the FDOT and the UAO desire to enter into ajoint agreement pursuant to Section 337.403(1)(b), 
<br />Florida Statutes for the Utility Work to be accomplished by the FDOT's contractor as part of the construction of the 
<br />Project; and 
<br />WHEREAS, the UAO, pursuant to the terms and conditions hereof, will bear certain costs associated with the 
<br />Utility Work-, 
<br />NOW, THEREFORE, in consideration of the premises and the mutual covenants contained herein, the FDOT 
<br />and the UAO hereby agree as follows: 
<br />Design of Utility Work 
<br />a. UAO shall prepare, at UAO's sole cost and expense, a final engineering design, plans, technical 
<br />special provisions, a cost estimate, and a contingency Utility Work Schedule (said contingency 
<br />schedule to be used in the case of a bid rejection) for the Utility Work (hereinafter referred to as the 
<br />"Plans Package") on or before 3/9, year of 2022. 
<br />b. The Plans Package shall be in the same format as the FDOT's contract documents for the Project 
<br />and shall be suitable for reproduction. 
<br />C. Unless otherwise specifically directed in writing, the Plans Package shall include any and all activities 
<br />and work effort required to perform the Utility Work, including but not limited to, all clearing and 
<br />grubbing, survey work and shall include a traffic control plan. 
<br />d. The Plans Package shall be prepared in compliance with the FDOT's Utility Accommodation Manual 
<br />and the FDOT's Plans Preparation Manual in effect at the time the Plans Package is prepared, and 
<br />the FDOT's contract documents for the Project. If the FDOT's Plans Preparation Manual has been 
<br />updated and conflicts with the Utility Accommodation Manual, the Utility Accommodation Manual 
<br />shall apply where such conflicts exist. 
<br />Page 1 of 10 65 
<br /> |