Loading...
HomeMy WebLinkAbout2022-256STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No. 710-010-21 UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT UTIL"fE4 (AT FDOT EXPENSE) Financial Project ID: 413048-2-56-01 Federal Project ID: County: Indian River State Road No.: 9 District Document No: Utility Agency/Owner (UAO): Indian River County THIS AGREEMENT, entered into this day of year of , by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, hereinafter referred to as the "FDOT", and Indian River County, 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 -9/1-95 (a) Oslo Road Interchange, State Road No.:9, 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, 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 ajoint 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 FDOT, pursuant to the terms and conditions hereof, will bear certain costs associated with the Utility Work; NOW, THEREFORE, in consideration of the premises and the mutual covenants contained herein, the FDOT and the UAO hereby agree as follows Design of Utility Work a. UAO shall prepare a final engineering design, plans, technical special provisions, and a cost estimate for the Utility Work (hereinafter referred to as the Plans Package) on or before June 27, year of 2022. b. The Plans Package shall be in the same format as the FDOT's contract documents forthe Project and shall be suitable for reproduction. C. Unless otherwise specifically directed in writing, the Plans Package shall include any and all activities and work effort required to perform the Utility Work, including, but not limited to, all clearing and grubbing, survey work, and shall include a traffic control plan. d. The Plans Package shall be prepared in compliance with the FDOT's Utility Accommodation Manual and the FDOT's Plans Preparation Manual in effect at the time the Plans Package is prepared, and the FDOT's contract documents for the Project. If the FDOT's Plans Preparation Manual is updated and conflicts with the FDOT's Utility Accommodation Manual, the Utility Accommodation Manual shall apply where such conflicts exist. e. The technical special provisions which are a part of the Plans Package shall be prepared in accordance with the FDOT's guidelines on preparation of technical special provisions and shall not 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 Page 1 of 9 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No. 710-010-21 UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT UTI 11114 (AT FDOT EXPENSE) Developmental Specifications of the FDOT for the Project. f. 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: Biddability- 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 LIAO in writing of the deficiencies and the LIAO 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 LIAO shall at all time be and remain solely responsible for proper preparation of the Plans Package and for verifying all information necessary to properly prepare the Plans Package, including survey information as to the location (both vertical and horizontal) of the Facilities. The providing of information by the FDOT shall not relieve the UAO of this obligation nor transfer any of that responsibility to the FDOT. i. The Facilities and the Utility Work will include all utility facilities of the LIAO which are located within the limits of the Project, except as generally summarized as follows: Replacement of UAO facilities that do not conflict with Proiect. These exceptions shall be handled by separate arrangement. j. 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. k. Upon completion of the Utility Work, the Facilities, shall be deemed to be located on the public road or publicly owned rail corridor under and pursuant to the Utility Permit (Note. It is the intent of this line to allow either attachment of or separate reference to the permit). I. The cost of any design work performed pursuant to this paragraph 1 shall be reimbursed by a separate agreement. M. As part of the final submittal of the Plans Package, the UAO shall also submit an estimate of the amount of the cost of the Utility Work that should be paid for by the UAO, hereinafter referred to as the UAO Participating Amount. The determination of that amount shall be based on the credit required for any increase in the value of the new Facility and for any salvage derived from the old Facility. These credits shall be determined as follows: (1) Increase in value credit. (a) Expired Service Life. If an entirely new Facility is constructed and the old Facility retired, credit for the normally-expected service life of the old Facility applies. (b) Upgrading. A percentage of the total cost of the Relocation Work, based on the extent of the betterment obtained from the new Facilities will be applied. (2) Salvage Value. The FDOT shall receive fair salvage value credit for any salvage which will become available to the LIAO as a result of the Utility Work. The submittal shall show the calculation of the UAO Participating Amount in detail for each of the credits required above. The FDOT shall review the calculations and advise the LIAO Page 2 of 9 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No. 710-010-21 UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT uTiLme4 (AT FDOT EXPENSE) of any objections. In the event that the parties cannot come to an agreement as to the UAO Participating Amount, the FDOT's determination of the amount shall prevail. 2. Performance of Utility Work a. The FDOT shall incorporate the Plans Package into its contract for construction of the Project. b. The FDOT shall procure a contract for construction of the Project in accordance with the FDOT's requirements. C. 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: General Engineering Inspection and will furnish the FDOT with daily diary records showing approved quantities and amounts for weekly, monthly, and final estimates in accordance with the format required by the FDOT. d. Except for the inspection, testing, monitoring and reporting to be performed by the UAO in accordance with Subparagraph 2. c., the FDOT will perform all contract administration for its construction contract. e. The UAO shall fully cooperate with the FDOT and the FDOT's contractor in all matters relating to the performance of the Utility Work. f. 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 LIAO 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. g. The UAO shall not make any changes to the Plans Package after the date on which the FDOT's contract documents are mailed to Tallahassee for advertisement of the Project unless those changes fall within the categories of changes which are allowed by supplemental agreement to the FDOT's contract pursuant to Section 337.11, Florida Statutes. All changes, regardless of the nature of the change or the timing of the change, shall be subject to the prior approval of the FDOT. Cost of Utility Work Except as otherwise provided herein, the FDOT 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 UAO. The FDOT shall not be responsible for the cost of delays caused by such adjustments or changes to the extent they are attributable to the UAO pursuant to Subparagraph 4.a. At such time as the FDOT prepares its official estimate, the FDOT shall notify the UAO of the UAO Participating Amount, determined in accordance with Subparagraph 1.m. hereof. C. At least the (30) days prior to the date on which the FDOT advertises the Project for bids, the UAO will pay to the FDOT the UAO Participating Amount. d. If the UAO's percentage contribution to the portion of the bid of the contractor selected by the FDOT which is for performance of the Utility Work (calculated by dividing the UAO's Participating Amount by the amount of the FDOT's official estimate) exceeds the amount of the deposit made pursuant to Subparagraph c. above, then the UAO shall, within fourteen (14) calendar days from notification from the FDOT, or prior to posting of the accepted bid, whichever is earlier, pay an additional amount to the FDOT to bring the total amount paid to the total percentage contribution of the UAO. If said Page 3 of 9 S TATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No. 710-010-21 UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT unur 14 (AT FDOT EXPENSE) portion of the bid is less than the amount on deposit, the excess deposit shall be returned to the UAO in accordance with Section 215.422, Florida Statutes. e. The FDOT may use the funds paid by the LAO for payment of the cost of the Utility Work. f. 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 the UAO, the FDOT, and the State of Florida, Department of Financial Services, Division of Treasury. Deposits of less than $100,000.00 must be pre -approved by the Department of Financial Services and FDOT Comptroller's Office prior to execution of this agreement. g. Upon final payment to the contractor, the FDOT intends to have its final and complete billing of all costs incurred in connection with the Utility Work within three hundred sixty (360) days. All cost records and accounts shall be subject to audit by a representative of the LIAO within three (3) years after final close out of the Project. 4. Claims Against LIAO The LIAO 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 LIAO 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 LIAO 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. 5. Out of Service Facilities No Facilities shall be placed out of service unless specifically identified as such in the Plans Package. The following terms and conditions shall apply to Facilities placed Out -of -Service: a. The LIAO 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 UAO. In the event of a breach of this Agreement by LIAO, 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 LIAO shall be solely responsible for gathering all information necessary to meet these obligations. d. The LIAO 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 Page 4 of 9 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No. 710-010.21 UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT UTIL1114 (AT FDOT EXPENSE) 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. In the event that the out of service Facilities would have qualified for reimbursement only under Section 337.403(1)(a), Florida Statutes, removal shall be at the sole cost and expense of the UAO and without any right of the UAO to object or make any claim of any nature whatsoever with regard thereto. In the event that the out of service Facilities would have qualified for reimbursement for other reasons, removal of the out of service Facilities shall be reimbursed by the FDOT as though it had not been placed out of service. Removal shall be completed within the time specified in the FDOT's notice to remove. In the event that the LIAO 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. Default Except as otherwise provided in Subparagraph e. above, the UAO agrees that the Facilities shall forever remain the legal and financial responsibility of the UAO. The UAO shall reimburse the FDOT for any and all costs of any nature whatsoever resulting from the presence of the Facilities within the right of way. Said costs shall include, but shall not be limited to, charges or expenses which may result from the future need to remove the Facilities or from the presence of any hazardous substance or material in or discharging from the Facilities. Nothing in this paragraph shall be interpreted to require the UAO to indemnify the FDOT for the FDOT's own negligence; however, it is the intent that all other costs and expenses of any nature be the responsibility of the UAO. In the event that the UAO breaches any provision of this Agreement, then in addition to any other remedies which are otherwise provided for in this Agreement, the FDOT may exercise one or more of the following options, provided that at no time shall the FDOT be entitled to receive double recovery of 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 until such time as the breach is cured. (6) Pursue any other remedies legally available. Page 5 of 9 . STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No710-010-21UTILITIES UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT 11114 (AT FDOT EXPENSE) (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. In the event that the FDOT breaches any provision of this Agreement, then in addition to any other remedies which are otherwise provided for in the Agreement, the UAO may exercise one or more of the following options: (1) Terminate this Agreement if the breach is material and has not been cured within sixty (60) days from written notice thereof from the UAO. (2) If the breach is a failure to pay an invoice for Utility Work which is reimbursable under this Agreement, pursue any statutory remedies that the UAO may have for failure to pay invoices. (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. Force Majeure Neither the UAO nor the FDOT shall be liable to the other for any failure to perform under this Agreement to the extent such performance is prevented by an act of God, war, riots, natural catastrophe, or other event beyond the control of the non-performing party and which could not have been avoided or overcome by the exercise of due diligence; provided that the party claiming the excuse from performance has (a) promptly notified the other party of the occurrence and its estimated duration, (b) promptly remedied or mitigated the effect of the occurrence to the extent possible, and (c) resumed performance as soon as possible. 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 LIAO 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. . STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No710-010-21UTILITIES UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT 11/14 (AT FDOT EXPENSE) FOR NON -GOVERNMENT-OWNED UTILITIES, The UAO shall indemnify, defend, and hold harmless the FDOT and all of its officers, agents, and employees from any claim, loss, damage, cost, charge, or expense arising out of any acts, action, error, neglect, or omission by the UAO, its agents, employees, or contractors during the performance of the Agreement, whether direct or indirect, and whether to any person or property to which FDOT or said parties may be subject, except that neither the UAO, its agents, employees, or contractors will be liable under this section for damages arising out of the injury or damage to persons or property directly caused by or resulting from the negligence of the FDOT or any of its officers, agents, or employees during the performance of this Agreement. The UAO's obligation to indemnify, defend, and pay for the defense or at the FDOT's option, to participate and associate with the FDOT in the defense and trial of any damage claim or suit and any related settlement negotiations, shall arise within fourteen (14) days of receipt by the UAO of the FDOT's notice of claim for indemnification to the UAO. The notice of claim for indemnification shall be served by certified mail. The UAO's obligation to defend and indemnify within fourteen (14) days of such notice shall not be excused because of the UAO's inability to evaluate liability or because the UAO evaluates liability and determines the UAO is not liable or determines the FDOT is solely negligent. Only a final adjudication or judgment finding the FDOT solely negligent shall excuse performance of this provision by the UAO. The UAO shall pay all costs and fees related to this obligation and its enforcement by the FDOT. The FDOT's delay in notifying the UAO of a claim shall not release UAO of the above duty to defend. 9. Miscellaneous a. Time is of essence in the performance of all obligations under this Agreement b. The Facilities shall at all times remain the property of and be properly protected and maintained by the UAO in accordance with the current Utility Accommodation Manual in effect at the time the Plans Package is prepared and the current utility permit for the Facilities; provided, however, that the UAO shall not be obligated to protect or maintain any of the Facilities to the extent the FDOT's contractor has that obligation as part of the Utility Work pursuant to the FDOT's specifications. C. The FDOT may unilaterally cancel this Agreement for refusal by the UAO to allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119, Florida Statutes, and made or received by the UAO in conjunction with this Agreement. d. This Agreement constitutes the complete and final expression of the parties with respect to the subject matter hereof and supersedes all prior agreements, understandings, or negotiations with respect thereto, except that the parties understand and agree that the FDOT has manuals and written policies and procedures which may be applicable at the time of the Project and the relocation of the Facilities. e. This Agreement shall be governed by the laws of the State of Florida. Any provision hereof found to be unlawful or unenforceable shall be severable and shall not affect the validity of the remaining portions hereof. f. All notices required pursuant to the terms hereof may be sent by first class United States Mail, facsimile transmission, hand delivery, or express mail and shall be deemed to have been received by the end of five business days from the proper sending thereof unless proof of prior actual receipt is provided. The UAO shall have a continuing obligation to notify each District of the FDOT of the appropriate persons for notices to be sent pursuant to this Agreement. Unless otherwise notified in writing, notices shall be sent to the following addresses: STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT (AT FDOT EXPENSE) If to the UAO: Harrison Youngblood, P.E., Utilities Engineer 1801 - 271h Street, Bldg. A, Vero Beach, FL 32960 hyoungblood@ircgov.com (727)226-4343 If to the FDOT: Kadian McLean, District Utilities Administrator 3400 W Commercial Blvd., Fort Lauderdale, FL 33309 kadian.mclean@dot. state. fl. us (954)777-4360 10. Certification Form No. 710-010-21 UTILITIES 11/14 This document is a printout of an FDOT form maintained in an electronic format and all revisions thereto by the UAO in the form of additions, deletions, or substitutions are reflected only in an Appendix entitled Changes To Form Document and no change is made in the text of the document itself. Hand notations on affected portions of this document may refer to changes reflected in the above-named Appendix but are for reference purposes only and do not change the terms of the document. By signing this document, the UAO hereby represents that no change has been made to the text of this document except through the terms of the appendix entitled Changes To Form Document." You MUST signify by selecting or checking which of the following applies ® No changes have been made to this Form Document and no Appendix entitled "Changes to Form Document" is attached. ❑ No changes have been made to this Form Document, but changes are included on the attached Appendix entitled "Changes to Form Document." 1N WITNESS WHEREOF, the parties hereto have executed this Agreerp(5ive the day and year first written. UTILITY: Indian River County BY: (Typed Title: ) Chairman Recommend Approval by the District Utility Office DATE: IZ-,* BY: (Signature) DATE: Attest: Jeffrey R. Smith, Clerk of Circuit Court and Comptroller APPROVED AS TO FORM AN'CI L.EU-AL SI✓FFICIENCY Aeo= BY De Clerk B� Dewy `s''w_fe� t`'ci'Ca `sI_tJ COUNTY ATTORNEY STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Forth No. 710-010-21 UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT uTl`i�ia (AT FDOT EXPENSE) FDOT Legal review BY: (Signature) DATE: District Counsel STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BY: (Signature) DATE: (Typed Name: Steven C. Braun, P.E.) (Typed Title: Director of Transportation Development) FEDERAL HIGHWAY ADMINISTRATION (if applicable) BY: (Typed Name: ) (Typed Title: ) DATE: Attachments 1. Exhibit A — Scope of Services 2. Appendix A of Assurances EXHIBIT A Scope of Services 413048-2-56-01 The utility work to be performed under this agreement consists of relocation of existing Indian River County utility facilities impacted by construction to include the following items: Summary of Quantities Pay Iteni Number Pay Item Descnp; on Unit Quantiry 1050-13-C34 EXISTING UTILITY PIPE (CAP & PRESSURE GROUT) (3". 12" & 16"i LF 9543 11015C-13- 005 EX;ST:NG UT€UTY P#PE iCAP & PRESSURE GROUT (24"t LF 1377 :105-11-31-236 UTILITY PIPE ('r&3) (PVC) (6") LF 113 25G 31-20S UTILITY PIPE (F&I) (FVC) (8") LF 162 '1Q53 31 212 UTILITY PIPE (F&') (PVC) (12") LF 3323 '1050-31-21E UTILITY PIPE (Fat) (PVC)(16") LF 7072 1+355-51.112 LMLITY FITTING (F&t) (ELBOW) iDli (12") EA 21 1055-51.116 UTILITY FITTING (F&C) (ELBOVV:i (Df) (16"i EA 33 1055-51-203 UTILITY FI -TING (F&?) (TEE: (DI) (3") EA 1 1055-51-212 UTILITY F!71NG (F&I) (TEE) (D€) (12") EA I 1055-514.21E UTILITY FITTING (F&=j (TEE) (D') (15") EA iO 1055-51.312 UTILITY F! —ti (F&I) (REDUCER) (Ds) (8"X12", EA 1 1055-51-324 UTILITY FITTING (F&I) (REDUCER: (DI) (16"X24"I EA 3 K55.51.50S UTILITY FI7 ING (r-&1) (CAP: (Di) (8"i EA I 1055-52-s15 UTILITY FITTING (F&€) (CAP: (Di) (16"14 EA 9 1080-11-499 UTiLITY FIXT URE (F&) (TEMPORARY JUNIPER CONNECTION} (16") EA 2 1` 20-23-116 UTILITY FIXTURE (F&1)(TAPPING SADDLE/SLEEVE} (16"XIE"I EA 3 ;1080 2» ivy UTILITY FIXTURE (F&I) (VALVE ASSEPABLY} (6") EA 6 1080.24-10'3 UTILITY FIXTURE (F&I) (VALVE ASSEMBLY) (8") EA i e1080-2»-112 UTIL! Y FIXTURE (F&I) (VALVE ASSEt-ABLY) (12") EA. 2 10-&G-24- 116 U7:1LITY FIXTURE (F&O:VALVE ASSEMBLY) (16") EA. 14 IO&0-27-115 UTILITY F;X URE (F&i) (LINE STOP ASSY) (16") EA 3 10,30-27-1-24 UTILITY FIXTURE (-'Vi (LINE STOP ASSY) Q -*'14 EA 2 i1083-32-1436 UTILITY FIXTURE (F&!) (SAMPLE POINT) (6") EA 5 i10E0-32-108 UTILITY FIXTURE (F&t) (SAMPLE POINT) (8-1 EA 1 1 83 32 116 UTIL!TY FlrWE (F&!) (SAIAPLE POINT) (16") EA 7 FIRE HYORAtJT (F&:t (3 th'AY) (2 NOSE. 1 PUP:IPE;# (6 j Ems. 5 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 710-010-08 REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONTRACTS OGCL 4IES (Appendix A of Assurances) Financial Project ID: 413048-2-56-01 Federal Project ID: County: Indian River State Road No.: 9 District Document No: Utility Agency/Owner (UAO): Indian River County During the performance of this Agreement, the Utility Agency Owner (UAO), for itself, its assignees and successors in interest (hereinafter referred to as the UAO), agrees as follows: (1) Compliance with Regulations: The UAO will comply with the Regulations of the FLORIDA DEPARTMENT OF TRANSPORTATION (hereinafter referred to as the DEPARTMENT) relative to nondiscrimination in Federally -assisted programs of the DEPARTMENT (Title 49, Code of Federal Regulations, Part 21, hereinafter referred to as the "Regulations"), which are herein incorporated by reference and made a part of this contract. (2) Nondiscrimination: The UAO, with regard to the work performed by it after award and prior to completion of the UAO work, will not discriminate on the ground of race, color or national origin in the selection and retention of subcontractors, including procurement of materials or leases of equipment. The LIAO will not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix A & B of the Regulations. (3) Solicitations: In all solicitations either by competitive bidding or negotiation made by the UAO for work to be performed under a subcontract, including procurement of materials and leases of equipment, each potential subcontractor or supplier shall be notified by the UAO of the UAO's obligations under this contract and the Regulations relative to nondiscrimination on the ground of race, color or national origin. (4) "Buy America" Requirements: The UAO will use domestic steel and/or iron products incorporated into the finished work in compliance with the Buy America provisions of 23 CFR 635.410 as amended. As used in this provision, "steel and/or iron products" means manufactured products that are predominately steel and/or iron products and that are not otherwise exempt from Buy America requirements pursuant to rules and regulations of the Federal Highway Administration. As used in this provision, "domestic" means products that are manufactured in the United States which have not undergone any manufacturing process outside of the United States that modified the chemical content, physical shape or size, or final finish of a product, beginning with the initial melting and continuing through final shaping and coating. If a steel and/or iron product is taken outside the United States for any manufacturing process, it becomes foreign source steel and/or iron products. The LIAO may incorporate into the finished work foreign source steel and/or iron products as long as the actual cost of such foreign products does not exceed 0.1 % of the total amount of this Agreement, or $2,500.00 whichever is greater. The UAO will retain documentation verifying compliance with the Buy America provision of this Agreement for a period of 3 years after final payment of the finished work. Upon request, the UAO will provide the documentation verifying compliance with the Buy America provision of this Agreement. The UAO will provide a certification with the invoice that states the following: "The UAO certifies that all manufactured products that are predominately steel and/or iron are domestic products in compliance with the Buy America provisions of 23 CFR 635.410 as amended except for the foreign source steel and/or iron allowance of 0.1 % of the total amount of the agreement between the Florida Department of Transportation and the UAO, or $2,500.00 whichever is greater." (5) Information and Reports: The LIAO will provide all information and reports required by the Regulations, or orders and instructions issued pursuant thereto, and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the DEPARTMENT or the Federal Highway Administration to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of the LIAO is in the exclusive possession of another who fails or refuses to furnish this information, the LIAO shall so certify to the DEPARTMENT or the Federal Highway Administration as appropriate, and shall set forth what efforts it has made to obtain the information. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 710-010-08 REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONTRACTS occ-04117 (Appendix A of Assurances) (6) Sanctions for Noncompliance: In the event of the UAO's noncompliance with the nondiscrimination provisions of paragraphs (1) through (4), the DEPARTMENT shall impose such contract sanctions as it or the Federal Highway Administration may determine to be appropriate, including, but not limited to (a) withholding of payments to the contractor under the Agreement until the UAO complies; and/or (b) cancellation, termination or suspension of the Agreement, in whole or in part. (7) Incorporation of Provisions: The UAO will include the provisions of paragraph (1) through (6) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, order or instructions issued pursuant thereto. The UAO will take such action with respect to any subcontract, procurement or lease as the DEPARTMENT or the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that in the event the LIAO becomes involved in, or is threatened with, litigation with a subcontractor, supplier or lessor as a result of such direction, the UAO may request the State to enter into such litigation to protect the interests of the State, and, in addition, the UAO may request the United States to enter into such litigation to protect the interests of the United States.