Loading...
HomeMy WebLinkAboutVII (D) Utility Relocation Agreement with Florida Department of Transportation - Widening of Silver Star Road (SR 438) Agenda 2-15-2000 Item VIID "CENTER OF GOOD LIVING-PRIDE OF WEST ORANGE" -MAYOR•COMMISSIONER Ocoee S.SCOTT VANDERGRIFT ek CITY OF OCOEE MI p. OMSSIONERS 6 r /� Q 150 N.LAKESHORE DRIVE DANNY HOWELL G SCOTT ANDERSON OCOEE,FLORIDADA 34761-2258 RUSTY JOHNSON CA+ U. +9 (407)656-2322 NANCY J.PARKER Op GOO'O CITY MANAGER ELLIS SHAPIRO MEMORANDUM DATE: February 9, 2000 TO: The Honorable Mayor and Board of City Commissioners FROM: James W. Shira, P.E., City Engineer/Utilities Director SUBJECT: State Road 438 widening We have been working with FDOT representatives and with our design consultant, Lochrane Engineering, to develop plans for the relocation of certain city utilities which are located within existing FDOT right-of-way. Typically, all utilities located within FDOT right-of-way which are in conflict with a proposed FDOT project must be moved at the expense of the utility owner. The attached Utility Work Agreement is the document normally used by FDOT to describe the work to be accomplished by the utility owner at the utility owner's expense. This project is different from the standard in that FDOT has agreed to give the City a credit against its utility relocation costs. This credit will be in an amount up to the appraised value of various parcels of land now in the City's name, which FDOT needs in order to construct the project. This concept is described in the attached letter from Mr. George S. Lovett, legal counsel for FDOT District 5. Mr. Lovett's letter indicates that the total appraised value of the proposed right-of-way parcels is $583,900.00. His reference to"Another parcel that the City is attempting to have dedicated..." refers to the right-of-way to be acquired from the Olympia Development project along Silver Star Road. (As an aside, his reference to the sign issues has been resolved.) The attached UTILITY WORK AGREEMENT (AT UAO'S SOLE EXPENSE) obligates the City to locate, protect, relocate, install, adjust or remove those utility facilities which are located within the existing FDOT right-of-way and which are in conflict with the proposed FDOT project. The schedule attached to the Agreement indicates that at this time, there are no City utilities known to be within the existing FDOT right-of-way which (J Polut.t4go wate,r noi*co,15 i6 are in conflict with the proposed FDOT project, although as the plans for this project are developed further, some conflicts may be discovered. This Agreement is needed by FDOT now, to confirm that affected utilities have been contacted and are aware of the project and their obligations. As the project plans are developed further, two additional agreements will be presented to the City Commission which will address the specifics of the credit referred to in Mr. Lovett's letter. I recommend that the City Commission authorize the Mayor and City Clerk to execute the attached UTILITY WORK AGREEMENT (AT UAO'S SOLE EXPENSE). 0 Protect OcOge`s at r° ucnurcos Florida Departm en t of Transportation JEB BUSH 719 South Woodland Blvd. THOMAS F.BARRY,JR. GOVERNOR DeLand, FL 32720 SECRETARY Office of the General Counsel RECEIVED Office of Right of Way 719 S. Woodland Boulevard DeLand, Florida 32720 SEP 2 1999 (904) 943-5490/5029 August 30, 1999 FOLEY & LARDNER • Paul E. Rosenthal, Esquire Foley& Lardner Post Office Box 2193 Orlando, Florida 32802-2193 Re: City of Ocoee Right of Way and Utilities State Road 438 (Silverstar Road) Widening FM#239289 Dear Paul: The Department has completed its analysis of the value of land held by the City of Ocoee which is required for the Department's widening of Silverstar Road. We have determined that the right of way held in the City's name is worth $158,800. Right of way dedicated to public use is worth $342,800. Another parcel the City is attempting to have dedicated is worth $82,300. I understand that the City is now working to determine the City cost to relocate its utilities due to the project. The Department has agreed to give the City a credit against its utility relocation costs, in the amount of the City and publicly dedicated right of way. Attached is a one page"Appendix", to be added to utility agreements you previously received, to accomplish the credit. On a final point, the City has previously pledged its cooperation in allowing variances from setbacks, etc. for businesses made nonconforming by our land acquisition for the project. Enclosed is correspondence related to three (3) signs which the Department was originally told would not require relocation. Appraisals were performed in accordance with that direction. On July 19, 1999 the City reversed that decision (correspondence enclosed). Paul E. Rosenthal, Esquire August 30, 1999 Page 2 I would like to request that the City reconsider the decision communicated in the July 19, 1999 letter. There are significant costs associated with relocating these signs three to five feet, each. Please contact me so that we can discuss these issues. Thank you for your assistance. Sincerely, eorg e S. Lovett Acting Right of Way Manager/General Counsel District Five GSL:trm cc: Ellis Shapiro William Richards Fred Loose Ed Barfield 80 • STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION • UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT (AT UAO EXPENSE) APPENDIX: "CHANGES TO FORM DOCUMENT" The following changes are hereby made to the Utility Work by Highway Contractor Agreement(at UAO Expense)between the State of Florida Department of Transportation (the"FDOT") and —. (the"UAO) dated the day of • 199 , for the project identified as • The UAO and the FDOT are separately making arrangements for the acquisition of certain property interests by the FDOT from the UAO for the Project. At such time as those arrangements have been completed and all conditions for payment, if any payment is to be made, have been met, the UAO may offset against payments thereafter to be made by the UAO under this Agreement, the amount of any payments to be made by the FDOT to the UAO pursuant to those arrangements. The FDOT and the UAO agree that nothing herein shall in any way be construed to create any obligation on the part of either the FDOT or the UAO with respect to the acquisition of any property interests by the FDOT, it being understood that those arrangements shall be made separately and independently of this Agreement. In addition, nothing herein shall be deemed to relieve the UAO from timely performing all of the UAO's obligations under this Agreement, it being the intent of the parties to merely authorize an offset in the event any payments are subsequently and separately determined to be due from the FDOT to the UAO. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK AGREEMENT_ (AT UAO'S SOLE EXPENSE) FP ID # SECTION# STATE RD. COUNTY DOC NO FAP # 239289-1-52-01 . 75250-6525 438 ORANGE 1 8832 007 I THIS AGREEMENT, entered into this day of ,2000 ,by and.between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, hereinafter feferted`to as the "FDOT", and the CITY OF OCOEE, hereinafter referred to as the "UAO"; WITNESSETH: WHEREAS,the UAO owns or desires to install certain utility facilities which are located on the public road or publicly owned rail corridor identified below,hereinafter referred to as the"Facilities" (said term shall be deemed to include utility facilities as the same may be relocated, adjusted, or placed out of service); and WHEREAS, the FDOT, is currently engaging in a project which involves constructing,_ reconstructing, or otherwise changing a public road and other improvements located on a public road or publicly owned rail corridor identified as FP ID 239289-1-52-02, State Road No. 438, hereinafter referred to as the "Project"; 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,under the law of the State of Florida,the Utility,Work must be performed at the sole cost and expense of the UAO; and WHEREAS, the FDOT and the UAO desire to enter into an agreement which establishes the terms and conditions applicable to 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. Performance of Utility Work a. The UAO shall perform the Utility Work in accordance with the utility relocation schedule attached hereto as Exhibit A and by this reference made a part hereof(the "Schedule")and the plans and specifications for the Utility Work which have been previously approved by the FDOT(the"Plans"), said Plans being incorporated herein and made a part hereof by this reference. If the Schedule and the Plans have not been prepared as of the date of the execution of this Agreement,then the Utility Work shall be performed in accordance with the Plans, and the Schedule that are hereafter prepared in compliance with the notice previously sent to the UAO which established the terms and conditions under which those documents are to be prepared. The FDOT's approval of the Plans shall not be deemed to be an adoption of the Plans by the FDOT nor a substitution for the proper exercise of engineering judgment and the UAO shall at all times remain responsible for any errors or omissions in the Plans. The Utility Work shall include all Facilities located on the Project and neither the Page 1 of 8 • failure of the UAO to include all of the Facilities in the Schedule or the Plans nor the failure of the FDOT to identify this omission during its review of the Plans shall relieve the UAO of the obligation to make those Facilities part of the Utility Work. Time shall be of the essence in complying with the total time shown by the Schedule for the Utility Work as well as any and all interim time frames specified therein. The Utility Work shall be performed in a manner and using such methods so as to not cause a delay to the FDOT or its contractors in the prosecution of the Project. 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 or the Schedule (including location of the Facilities and the proper inclusion of all Facilities as part of the Utility Work as stated above); failure to perform the Utility Work in accordance with the Plans and Schedule;or failure of the UAO to comply with any other obligation under this Agreement or under the law. b. All Utility Work shall be performed by UAO's own forces or its contractor at the UAO's sole cost and expense. The UAO shall be responsible for obtaining any and all permits that maybe necessary to perform the Utility Work. The FDOT's Engineer (as that term is defined by the FDOT's Standard Specifications for Road and Bridge Construction) 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 and Schedule as the FDOT's engineer shall determine are necessary for the prosecution of the Project and shall stop or work or modify work upon order of the FDOT's engineer as determined by the FDOT's engineer to be necessary for public health, safety or welfare. 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 1 a. c. After the FDOT has received a proper Schedule and Plans,the FD OT will issue a notice to the UAO which authorizes the Utility Work to proceed. The UAO shall notify the appropriate FDOT office in writing prior to beginning the Utility Work and when the UAO stops,resumes, or completes the Utility Work. The Utility Work shall be performed under the conditions of, and 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: Intent of this line is to allow either attachment of or separate reference to the permit). 2. Claims Against UAO a. In the event the contractor provides a notice of intent to make a claim against the FDOT relating to the Utility Work, the FDOT will, in accordance with the FDOT's procedure, 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. b. In the event the 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 Page 2 of 8 be subject to written FDOT concurrence and shall specify the extent to which it resolves the claim against the FDOT. 3. Out of Service Facilities •No Facilities shall be left in place on FDOT's Right of Way after the Facilities are no longer active (hereinafter"Placed out of service/Deactivated")unless specifically identified as such in the Plans. The following terms and conditions shall apply to Facilities Placed out of service/Deactivated, but only to said Facilities Placed out of service/Deactivated: a. The UAO acknowledges its present and continuing ownership of and responsibility for Facilities Placed out of service/Deactivated. 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 UAO,the Facilities shall be removed upon demand from the FOOT in accordance with the provisions of subparagraph 3. e. below. c. The UAO shall take such steps to secure the Facilities and otherwise make the Facilities safe in accordance with any and all applicable local,state or federal laws and regulations and in accordance with the legal duty of the UAO to use due care in its dealings with others. The UAO shall be solely responsible for gathering all information necessary to meet these obligations. d. The UAO shall keep and preserve all records relating to the Facilities,including,but not limited to, records of the location,nature of, and steps taken to safely secure the Facilities and shall promptly respond to information requests concerning the Facilities that are Placed out of service/Deactivated of the FOOT or other permitees using or seeking use of the right of way. e. The UAO shall remove the Facilities upon 30 days prior written 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 Facilities that are Placed out of Service/Deactivated would not have qualified for reimbursement under this Agreement,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 Facilities that are Placed out of service/Deactivated would have qualified for reimbursement only under Section 337.403 (1)(a) of the 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 because such a removal would be considered to be a separate future relocation not necessitated by the construction of the project pursuant to which they were Placed out of service/Deactivated, and would therefore not be eligible and approved for reimbursement by the Federal Government. In the event that the Facilities that are Place out of service/Deactivated would have qualified for reimbursement for other reasons,removal of the out of service Facilities shall be Page 3 of 8 reimbursed by the FDOT as though the Facilities had not been Placed out of service/Deactivated. 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 of the Florida Statutes. f. Except as otherwise provided in subparagraph e. above, the UAO agrees that the Facilities shall forever remain the legal and financial responsibility of the UAO. The UAO shall reimburse the 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 the Facilities or the discharge of hazardous substances or materials 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. 4. Default a. hi 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 60 days from written notice thereof from FDOT. 2. Pursue a claim for damages suffered by the FDOT or the public. 3. Suspend or terminate 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 60 days from written notice thereof from FDOT. 4. Pursue any other remedies legally available. 5. Perform any work with its own forces or through contractors and seek repayment for the cost thereof under Section 337.403(3) of the 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: 1. Terminate this Agreement if the breach is material and has not been cured within 60 days from written notice thereof from the UAO. Page 4 of 8 2. 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. 5. 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 a UAO, rising out of any act, error, omission or negligent act by its agents, or employees, during the performance of the Agreement, except that neither UAO, its agents,nor its employees will be liable under this paragraph for any claim, loss, damage, cost,charge,or expense arising out of any act,error,omission, or negligent act by the FDOT or any of its officers, agents, or employees during the perfoiiiiance of the Agreement. When the FDOT receives a notice of claim for damages that may have been caused by UAO in the performance of services required under this Agreement, the FDOT will immediately forward the claim to UAO. 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 UAO in the defense of the claim or to require that UAO defend the FDOT in such claim as described in this section. The FDOT's failure to notify UAO of a claim shall not release UAO from any of the requirements of this section. The FDOT and 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 utilities not owned by government entities: UAO agrees that it will indemnify, defend, and hold harmless, the FDOT and all of the FDOT's officers, agents, and employees from any claim, loss, damage, cost, charge or expense arising out of all acts, actions, neglect or omission by UAO, its agents, employees, or subcontractors during the performance of the contract, whether direct or indirect, and whether to any person or property to which FDOT or said parties maybe subject,except that neither UAO nor any of its subcontractors will be liable under this section for damages arising out of injury or damage to person or property directly caused or resulting from the negligence of FDOT or any of its officers, agents, or employees. 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 claim and any Page 5 of 8 • related settlement negotiations, shall be triggered by the FDOT's notice of claim for indemnification to UAO. UAO's inability to evaluate liability or its evaluation of liability shall not excuse UAO's duty to defend and indemnify within seven days after such notice by the FDOT is given by registered mail. Only an adjudication or judgment after the highest appeal is exhausted specifically finding the FDOT solely negligent shall excuse performance of this provision by UAO. UAO shall pay all costs and fees related to this obligation and its enforcement by the FDOT. FDOT's delay in notifying UAO of a claim shall not release UAO of the above duty to defend. 6. 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 estimate duration, (b)promptly remedied or mitigated the effect of the occurrence to the extent possible, and © resumed performance as soon as possible. 7. Miscellaneous a. The Facilities shall at all times remain the property of and be properly protected and maintained by the UAO in accordance with the then current Utility Accommodation Manual and the current utility permit for the Facilities. b. Pursuant to Section 287.058 of the Florida Statutes, 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. c. 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 shall be applicable at the time of the Project and the relocation of the Facilities and except that the UAO and the FDOT may have entered into joint agreements for Utility Work to be performed by FDOT's highway contractor. To the extent that such a joint agreement exists,this Agreement shall not apply to Facilities covered by the joint agreement. Copies of FDOT manuals,policies, and procedures will be provided to the UAO upon request. d. 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 provisions hereof. Page 6 of 8 • e. Time is of the essence in the performance of all obligations under this Agreement. 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: If to the UAO: If to the FDOT: Mr Steven Wigle, P.E. Resident Engineer 133 S. Semoran Blvd. Orlando, FL 32807 8. 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 "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." IN'WITNESS WHEREOF,the parties hereto have executed this Agreement effective the day and year first written. UTILITY: CITY OF OCOEE BY: (Signature) DATE: (Typed Name: ) (Typed Title : ) Page 7 of 8 Recommend Approval by the District Utility Office BY: (Signature) DATE: William P. Richards, P.E. FDOT Legal review BY: (Signature) DATE: District Counsel STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BY: (Signature) DATE: (Typed Name: ) (Typed Title: ) FEDERAL HIGHWAY ADMINISTRATION (if applicable) BY: DATE: (Typed Name: ) (Typed Title: ) Page 8 of 8 Form 710-010-05 UTILITY RELOCATION SCHEDULE IfilLMES • STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 217,9 Financial Project ID: 239289-1-56-01 Federal Project ID: 8832 007 U Work Program Item No. (old): 5114625 County/Section No: ORANGE (75) State Job No. (old): 75250-6525 District Document No: 1 Utility Agency/Owner (UAO): City of Ocoee (Work by City Forces) A. Summary of Relocation And Execution NON-CONSTRUCTION ITEMS ESTIMATED CONSTRUCTION ITEMS ESTIMATED CALENDAR DAYS CALENDAR DAYS Preliminary Prior to FDOT Project Construction Material Procurement During FDOT Project Construction Right-of-Way Acquisition Other This document has been developed as the method • • n /Owner(UAO) to transmit to the Florida Department of Transportation (FDOT), the Highway Contract. .1&...N 'te =.r:of-w users, the location, relocation, adjustment, installation, and/or protection of their facilities, on this FDO '�•'-.t. ' e allowing data is based on FDOT preliminary construction plans dated 3/17/98 .Any deviation by the I OT or its contractor from the plans, as provided, may render this relocation schedule null and void. Upon notification by FDOT of such change, this utility may require additional days for assessment and negotiation of a new relocation schedule. This UAO is not responsible for events beyond the control of the UAO that could not reasonably be anticipated by the UAO and which could not be avoided by the UAO with the exercise of due diligence at the time of the occurrence.The UAO agrees to notify the Department in writing prior to starting, stopping, resuming, or completing work. During the project,the UAO shall locate their facilities within 48 hours of notice to their Representative Jim Shira ,Telephone Number 407-656-2322 This UAO's Field Representative is , Telephone Number 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". Authorized Utility Agent: Acceptance by District Utilities: (Signature) (Date) (Signature) (Date) William P. Richards, P.E. (Printed Name) (Printed Name) District Utility Engineer (Title) (Title) MIMES • STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 290 Financial Project ID: 239289-1-56-01 Federal Project ID: 8832 007 U Work Program Item No. (old): 5114625 County/Section No: ORANGE (75) State Job No. (old): 75250-6525 District Document No: 1 Utility Agency/Owner (UAO): City of Ocoee (Work by City Forces) B. Special Conditions / Constraints nyt. Page_of UflL ES • STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 2/99 Financial Project ID: 239289-1-56-01 Federal Project ID: 8832 007 U Work Program Item No. (old): 5114625 County/Section No: ORANGE (75) State Job No. (old): 75250-6525 District Document No: 1 Utility Agency/Owner (UAO): City of Ocoee (Work by City Forces) C. Disposition of Facilities (List All Existing & Proposed) on Project: UTILITY FACILITIES by DESCRIPTION M.O.T. CONSECUTIVE TYPE/SIZE/MATERIAL/OFFSET OF DEPENDENT PHASE CALENDAR TO BASELINE FROM STA TO STA UTILITY WORK ACTIVITIES NUMBER DAYS 1. Sanitary Sewer Forcemain/6"/PVC To Remain (From existing Silver Star Road station 322+41, north and south along the west side of Clarke Road). 2. Sanitary Sewer Forcemain/6"/PVC To Remain (From station 129+45 to 130+53 along the west side of existing Johio Shores Road). 3. Watermain/2"/PVC To Remain (Along the east side of Silver Crest Blvd. north of Silver Star Road). 4. Watermain/2"/PVC To Remain (Along the east side of Silver Crest • Blvd. south of Silver Star Road). - t 5. Watermain/12"/PVC To Remain (From existing Silver Star Road station 322+65, north and south along the west side of Clarke Road). • 6.Watermain/8"/PVC To Remain (Along the east side of Silver Bend Blvd. south of Silver Star Road). 7.Watermain/8"/PVC To Remain (Along the east side of existing Johio Shores Road from station 129+45 to 129+88). • 8. Watermain/12"/PVC To Remain (Along the west side of existing Johio Shores Road from station 129+88 south' to Silver Star Road). • Page_of unLmes STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 2s9 Financial Project ID: 239289-1-56-01 Federal Project ID: 8832 007 U Work Program Item No. (old): 5114625 County/Section No: ORANGE (75) State Job No. (old): 75250-6525 District Document No: 1 Utility Agency/Owner (UAO): City of Ocoee (Work by City Forces C. - Disposition of Facilities (List All Existing & Proposed) on Project: UTILITY FACILITIES by DESCRIPTION M.O.T. CONSECUTIVE TYPE/SIZE/MATERIAU OFFSET OF DEPENDENT PHASE CALENDAR TO BASELINE FROM STA TO STA UTILITY WORK ACTIVITIES NUMBER DAYS 9. Watermain/8"/PVC To Remain (Along the north side of Old Silver Star Road from existing Johio Shores Road to Silver Star Road). thilb • • Page of