Loading...
HomeMy WebLinkAboutIII(I) Approval And Authorization For Mayor to Execute Interlocal Agreement with The Orlando-Orange County Expressway In The Amount Of $175,801.50 for Construction Of The Water Main Under The Florida's Turnpike At Marshall Farms Road Agenda 4-06-99 Ocoee Item III I v c nfyrEj>�a��� of coon JAMES W. SHIRA,P.E. CITY ENGINEER/UTILITIES DIRECTOR 150 N.LAKESHORE DRIVE•OCOEE,FLORIDA 34761 1' PHONE(407)656-2322 EXT. 142•FAX(407)656-7835 I MEMORANDUM DATE: April 1, 1999 TO: The Honorable Mayor and Board of City Commissioners FROM: David A. Wheeler, P.E.,49'Oja/ Assistant City Engineer/Utilities Director SUBJECT: Interlocal Agreement with Orlando-Orange County Expressway Authority As a part of the construction of the Western Beltway, State Road 429, the Orlando-Orange County Expressway Authority (OOCEA),the City of Ocoee worked with OOCEA to design and install a water main under the Florida's Turnpike at Marshall Farms Road. As a part of the water system improvements included under the 1997 Bond Issue program, the City was to install a water main from the South Water Treatment Plant to SR 50 along a corridor that generally follows the South WTP access road, Maguire Road, Tomyn Road, and Marshall Farms Road. The South WTP access road portion and the portion on Marshall Farms Road from SR 50 to the Florida's Turnpike are being constructed by the City under the phase 2 water main project. The Tomyn Road portion is being constructed and paid for by the developers of the Brookestone Subdivision. The City staff approached OOCEA about including our water main in their project during the design phase of the expressway. OOCEA agreed to include the construction of the water main in the construction of the SR 429 interchange with the Florida's Turnpike. This option proved to be the best for the City because of scheduling the water main construction around the interchange construction and the location of the water main in relation to the stormwater ponds being constructed on the south side of the turnpike as a part of the interchange project. The bids were received by OOCEA in March and construction is projected to start this month on the interchange. The City was responsible for the design and permitting of the water main THE PRIDE OF WEST ORANGE j �' project and furnished the plans and specifications to OOCEA for inclusion into their bid documents. The City's cost to construct the water main under the Florida's Turnpike and south down the Marshall Farms Road right-of-way to Tomyn Road is $175,801.50. This includes a 5% contingency for any unforeseen changes resulting in cost overruns. Should a change order be required it will be brought to the City Commission for action. The inclusion of a contingency in this agreement will allow for only one action item if there is a change order required and eliminate the need to amend this agreement. I recommend that the City Commission authorize the Mayor and City Clerk to execute the Interlocal Agreement with the Orlando-Orange County Expressway Authority in the amount of $175,801.50 thereby authorizing the Orlando-Orange County Expressway Authority to proceed with construction of the water main. attachment INTERLOCAL AGREEMENT BETWEEN ORLANDO-ORANGE COUNTY EXPRESSWAY AUTHORITY AND THE CITY OF OCOEE FOR CONSTRUCTION OF WATER MAIN TO BE INCLUDED IN THE SR 429 (WESTERN BELTWAY) CONTRACT 600 THIS AGREEMENT is made and entered into as of the day of 1999, by and between the CITY OF OCOEE, FLORIDA, hereinafter referred to as "CITY" and the ORLANDO-ORANGE COUNTY EXPRESSWAY AUTHORITY, a corporate body and an agency of the State of Florida, hereinafter referred to as "AUTHORITY." WHEREAS, the CITY is authorized by Section 240.241 Florida Statutes, to enter into interlocal agreements providing for the performance by one governmental unit on behalf of another of any function which either agency is authorized to perform; and WHEREAS, the AUTHORITY is created and established to acquire, hold, construct, improve, maintain and operate the Orlando-Orange County Expressway Authority System, pursuant to Part IV, Chapter 348, Florida Statutes; and WHEREAS, pursuant to Section 348.754, Florida Statutes, the AUTHORITY has been granted the power to make and enter into contracts or other transactions and to do all acts and things necessary or convenient for the conduct of its business and for carrying out the purposes of the AUTHORITY; and WHEREAS, the CITY desires the AUTHORITY to construct'a 16 inch water main, with some of the pipe installed within a 30 inch steel casing pipe, and all necessary appurtenances within the right-of-way limits of the Florida's Turnpike and Marshall Farms Road as generally shown on Exhibit A and more specifically detailed on the Utility Contract drawings U-1 through U-6 included in the construction plans for State Project No. 75320-3460-600, hereinafter referred to as PROJECT A, within the AUTHORITY'S Contract 600; and 1 WHEREAS, pursuant to Section 348.754, Florida Statutes, the CITY is desirous of contracting with the AUTHORITY for the construction of PROJECT A. NOW, THEREFORE, in consideration of the promises herein made and the benefits to accrue to the parties, and for good and valuable consideration, the parties agree as follows: 1. It shall be the responsibility of the AUTHORITY to provide all labor, materials, equipment and incidentals necessary to construct PROJECT A as indicated on the plans attached hereto and incorporated herein as Exhibit A. Any changes must be approved by the CITY and the AUTHORITY. 2. Anything contained herein to the contrary notwithstanding, the AUTHORITY shall have final approval of PROJECT A construction. The CITY shall/has obtain all necessary permits (Florida Department of Environmental Protection and Florida Department of Transportation- Florida's Turnpike) on its own behalf. No permit from the AUTHORITY will be required. 3. The CITY has assumed all responsibility and costs associated with the design and permitting of the water main project as detailed on the plans as shown in Exhibit A. However, the CITY shall reimburse the AUTHORITY for all work and materials required to complete construction of PROJECT A; provided, however, the reimbursement for all work shall not exceed One-Hundred-Seventy-Five Thousand Eight-Hundred-one DOLLARS and fifty CENTS ($175,801.50), as outlined in the price proposal attached hereto and incorporated as Exhibit B. Invoices shall be submitted as costs are incurred for PROJECT A. Invoices shall be submitted in a format acceptable to the CITY. Invoices shall be in detail sufficient for a proper pre-audit and post-audit thereof. 4. The AUTHORITY shall keep and maintain accounts in order to record complete and correct entries as to all costs and expenditures. No funds provided by the CITY shall be expended for expenses other than for PROJECT A. Such books and records shall be available at all reasonably times for examination and audit by the CITY. Incomplete or incorrect entries in such books and records will be grounds for disallowance by the CITY of any fees, expenses or costs based upon such entries, until complete and/or corrected entries are made in such books and records. 5. Both parties (and any subcontractors) to this Agreement are required to comply with the provisions of Chapter 119, Florida Statutes, and shall permit public access to all documents, papers, letters or other material subject to the provisions of chapter 119, Florida Statutes, and made or received in conjunction with this Agreement. 6. This Agreement may be extended or supplemented for future services, as mutually agreed. 7. To the extent allowed by law, the AUTHORITY shall indemnify, defend, save and hold harmless the CITY and all of its officers, agents or employees from all suits, actions, claims, 2 demands, liabilities of any nature whatsoever arising out of, because of, or due to breach of the agreement by the AUTHORITY, its consultants, subconsultants, agents or employees or due to any negligent act or occurrence of omission or commission of the AUTHORITY, its consultants, subconsultants, agents or employees. Neither the AUTHORITY, nor any of its consultants, subconsultants, agents or employees will be liable under this section for damages arising out of injury or damage to persons or property directly caused or resulting from the negligence of the CITY or any of its officers, agents or employees. 8. The AUTHORITY warrants it has not employed or obtained any company or person, other than bona fide employees or consultants of the AUTHORITY to solicit or to secure this Agreement, and it has not paid or agreed to pay any company, corporation, individual or firm, other than bona fide employees employed by the AUTHORITY. For the breach or violation of this provision, the CITY shall have the right to terminate the Agreement without liability at its discretion, and to withhold additional payments or funds budgeted and allocated for PROJECT A. 9. This Agreement or any interest herein shall not be assigned, transferred or otherwise encumbered under any circumstances by the AUTHORITY without the prior written consent of the CITY. However, the Agreement shall run to the CITY and its successors. The AUTHORITY is not an agent or authorized representative of the CITY, and shall not be entitled to bind or commit the CITY. 10. This Agreement may be terminated by the CITY upon 30 days notice. The CITY will reimburse the AUTHORITY for costs incurred or obligated up to and at termination. 11. During the construction of the water main and all necessary appurtenances, PROJECT A will be owned by the contractor of record until such time as "clearance to place into service" has been obtained from the Florida Department of Environmental Protection and the contractor of record has completed any "punch list" corrective work to the satisfaction of the AUTHORITY and the CITY. The CITY will require written certification from the AUTHORITY'S engineer that PROJECT A was constructed in accordance with the design plans, specifications, and approved change orders, as necessary. At that time the CITY will be ready to assume beneficial occupancy and ownership of PROJECT A and to place the water main and all necessary appurtenances into service. 12. The CITY through and in partnership with the AUTHORITY will hold the contractor of record responsible for a warranty period of one year from the date of beneficial occupancy, as determined in section 11. It shall be the contractor of record's responsibility to repair or replace any and all work deemed defective during that warranty period. After the warranty period expires,the CITY shall be responsible for any and all repairs to PROJECT A. 3 IN WITNESS WHEREOF, the parties hereto set their hands and seals the day and year. first above written. CITY OF OCOEE,FLORIDA ORLANDO-ORANGE COUNTY EXPRESSWAY AUTHORITY • S. Scott Vandergrift, Mayor Executive Director Date: Date: Jean Grafton, City Clerk Assistant Secretary (SEAL) (SEAL) FOR USE AND RELIANCE ONLY BY THE CITY OF OCOEE, FLORIDA. APPROVED AS TO FORM AND LEGALITY this day of , 1999 FOLEY & LARDNER By: City Attorney . APPROVED BY THE OCOEE CITY . COMMISSION AT A MEETING HELD ON , 1999 UNDER AGENDA ITEM NO. 4 Exhibit B SR-429 (WESTERN BELTWAY) -PART A -CONTRACT 600 Total Construction Costs for the Watermain Extension for the City of Ocoee Construction Costs (See Below) $167,430.00 5% Contingency (As needed and Approved) $8,371.50 Grand Total $175,801.50 ITEM NO. ITEM DESCRIPTION QUANTITY UNIT UNIT COST TOTAL COST 730-76-116 CASING STEEL(FURNISHED&INSTALLED(30") 310 LF $40.00 $12,400.00 730-76-216 CASING STEEL(JACK&BORE)(30") 200 LF $190.00 $38,000.00 730-77-09 CASING SPACERS(F&I)(16") 84 EA $160.00 $13,440.00 1617-140-324 WATER PIPE(REST JT)(F&I)(DIP CEMENT LINED)(CL.53)(16") 1,174 LF $85.00 $99,790.00 1642-116-24 WATER VALVE(F&I)(CAST IRON)(GATE)(16") 1 EA $3,200.00 $3,200.00 1642-100-9 MISC.WATER FIXTURES(F&I)(2"BLOWOFF ASSEMBLY) 1 EA $600.00 $600.00 CONSTRUCTION COSTS TOTAL $167,430.00 Sheet B-1