Loading...
2016-29393 Reso RESOLUTION NO. 2016-29393 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) TO DESIGN, RELOCATE AND UPGRADE CITY-OWNED UTILITIES LOCATED ALONG FDOT'S STATE ROAD (S.R.) 907/ALTON ROAD FROM ED SULLIVAN STREET/43rd STREET TO 63K° STREET (FM # ID 430444-1-56-01), A COPY OF WHICH AGREEMENT IS ATTACHED HERETO AS EXHIBIT 1; AND THE REQUIRED THREE PARTY ESCROW AGREEMENT, A COPY OF WHICH AGREEMENT IS ATTACHED HERETO AS EXHIBIT 2. WHEREAS, the Florida Department of Transportation (FDOT) is planning to construct certain infrastructure improvements along Alton Road/State Road .(S.R.) 907 from Ed Sullivan/43rd Street to 63rd Street(the FDOT Project); and WHEREAS, the FDOT Project will require the design and construction of roadway reconstruction, drainage improvements (including Storm Water Pump Stations), intersection improvements, milling and resurfacing, adjustment of valves and manholes, sidewalk and curb ramps, signing and pavement markings signalization; and WHEREAS, the FDOT Project will impact existing City-owned utility facilities along Alton Road; and WHEREAS, the FDOT Project requires the relocation of the impacted City-owned utility facilities; and WHEREAS, the FDOT and the City have determined that it would be advantageous to both parties to enter into an Agreement providing for the design of the utility relocation work by the Engineer designing the Project for the FDOT; and WHEREAS, the parties desire to enter into a "Utility Design" construction contract which is necessary for the FDOT Consultant Engineer to develop engineering plans and construct the relocation of upgrades to City-owned utility facilities as part of the FDOT Project, and WHEREAS, the parties desire to enter into a Three Party Escrow Agreement which is necessary to establish an interest bearing escrow account for the purposes of the FDOT Project. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND THE CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby approve and authorize the City Manager to execute an Agreement with the Florida Department of Transportation (FDOT) to design, relocate and upgrade City-owned utilities located along FDOT's State Road (S.R.) 907/Alton Road project from Ed Sullivan Street/43rd Street to 63rd Street (FM # 430444-1-56-01), a copy of which agreement is attached hereto as Exhibit 1, and the requir uttee Party Escrow Agreement, a copy of which agreement is attached hereto as _�., • t 2.pok Ala 4/iz, ......... \ PASSED AND ADOP1J' lth1s ,r tla - 4l!ay, 2016. , X('?" A T: �4. %� p= �' APPROVED AS TO (' `° INCORP ORATE r 67-A � % FORM _ & LANGUAGE R.'ael Granado, City Clerk �;;':� ' , Ff4fiicv e •i'ie ,: 'or & FaR E ECUTION -513L City Attorney,. , Dote �J)(k, Ji I FP # THREE PARTY ESCROW AGREEMENT THIS AGREEMENT is made and entered into by and between the State of Florida, Department of Transportation ("FDOT"), and the City of Miami Beach ("Participant"), and the State of Florida, Department of Financial Services, Division of Treasury ("Escrow Agent"), and shall become effective upon the Agreement's execution by Escrow Agent. WHEREAS,.FDOT and Participant are engaged in the following project ("Project"): Project Name: Project#: County: WHEREAS, FDOT and Participant desire to establish an escrow account for the project. NOW THEREFORE, in consideration of the premises and the covenants contained herein, the parties agree to the following: 1. An initial deposit will be made into an interest bearing escrow account established hereunder for the purposes of the Project. The escrow account will be opened with the Escrow Agent on behalf of FDOT upon Escrow Agent's receipt and execution of this Agreement. 2. Other deposits to the escrow account may be made during the life of this agreement. 3. Deposits will be delivered in accordance with instructions provided by the Escrow Agent to the FDOT for deposit into the escrow account. A wire transfer or ACH deposit is the preferred method of payment and should be used whenever possible. 4. FDOT's Comptroller or designee shall be the sole signatory on the escrow account with the Escrow Agent and shall have sole authority to authorize withdrawals from the account. Withdrawals will only be made to FDOT or the Participant in accordance with the instructions provided to the Escrow Agent by FDOT's Comptroller or designee. 5. Moneys in the escrow account will be invested in accordance with section 17.61, Florida Statutes. The Escrow Agent will invest the moneys expeditiously. Income is only earned on the moneys while invested. There is no guaranteed rate of return. Investments in the escrow account will be assessed a fee in accordance with Section 17.61(4)(b), Florida Statutes. All income of the investments shall accrue to the escrow account. 6. Unless instructed otherwise by FDOT, all interest accumulated in the escrow account shall remain in the account for the purposes of the Project. Page 1 of 3 FP # 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 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. Page 2 of 3 FP# IN WITNESS WHEREOF, the parties have duly executed the Agreement on the date(s) below. For FDOT-00C (signature) For PARTICIPANT (signature) Name and Title Name and Title 59-3024028 Federal Employer I.D. Number Federal Employer I.D. Number Date Date APPROVED AS TO FDOT Legal Review: FORM & LANGUAGE & FOR EtXECUTION 5 (3iq° City Attorney Date For Escrow Agent (signature) Name and Title Date Page3of3 COMMISSION ITEM SUMMARY Condensed Title: A Resolution Of The Mayor And City Commission Of The City of Miami Beach, Florida, Approving And Authorizing The City Manager To Execute An Agreement With The Florida Department Of Transportation (FDOT)To Design, Relocate And Upgrade City-Owned Utilities Located Along FDOT's State Road(S.R.) 907/Alton Road From Ed Sullivan Street/43rd Street To 63rd Street(FM#ID 430444-1-56-01),A Copy Of Which Agreement Is Attached Hereto As Exhibit 1;And The Required Three Party Escrow Agreement,A Copy Of Which Agreement Is Attached Hereto As Exhibit 2. Key Intended Outcome Supported: Enhance mobility throughout the City. Supporting Data (Surveys, Environmental Scan,etc.): According to the 2014 Customer Satisfaction Survey, traffic appears as one of the most important areas affecting residents' quality of life; 37% of residents rated traffic flow as poor; traffic is ranked number 2 by residents as one of the changes that will make Miami Beach a better place to live; traffic flow is a key driver for recommending Miami Beach as a place to live. Issue: Shall the Mayor and City Commission approve the Resolution? Item Summary/Recommendation: The Florida Department of Transportation(FDOT)is planning to construct improvements on Alton Road/SR 907 from Ed Sullivan Street/43rd Street to 63rd Street(Project). Construction is scheduled to begin in November 2020. The Project will include roadway reconstruction,drainage improvements including storm water pump stations,intersection improvements, milling and resurfacing, adjustment of valves and manholes, sidewalk and curb ramps, signage pavement markings and signalization.The Project will impact existing City-owned utilities on Alton Road. As such, the impacted utilities will require relocation as part of the Project. The design of the City-owned utility facilities relocation and upgrades by the engineer designing the project for FDOT requires the execution of a Utility Design by FDOT Consultant Agreement between the FDOT and the City of Miami Beach. This agreement stipulates that the engineering consultant designing the Project for FDOT will be responsible for the design of the City-owned utilities, including relocation and upgrades to be constructed as part of the Project. The design fees shall be funded by the City of Miami Beach. The FDOT Consultant shall be responsible for the design of all utility work, including location (vertically and horizontally), protection, relocation, installation, adjustment, or removal of utilities owned by the City of Miami Beach that are affected by the Project.The utility design work will be funded by the City. Simultaneously with the JPA, FDOT,the City,and the Department of Financial Services,Division of Treasury,shall enter into a Three Party Escrow Agreement (exhibit 2) to establish an interest bearing escrow account for the purposes of the project. THE ADMINISTRATION RECOMMENDS APPROVING THE RESOLUTION. Advisory Board Recommendation: N/A Financial Information: Source of Amount Account Funds: 1 2 _ 3 OBPI Total Financial Impact Summary: City Clerk's Office Legislative Tracking: Bruce Mowry, City Engineer, x. 6565 Sign-Offs: Department Director Assistant Cit ana er City M •er JJF ETC / JL T:\AGENDA\2015\December\PUBLIC WORKS\FDOT Utility Design Agreement for Alton Road 43-63 ST.S ARY.doc AGENDA ITEM (-- ?/'I MIAMI BEAC H.(131° DATE �� MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139,www.miamibeachfl.gov MEMO # OMMI SION MEMORANDUM TO: Mayor Philip Levine and Member.. of the CI Commission FROM Jimmy Morales, City Manager DATE: May 11, 2016 SUBJECT: A RESOLUTION OF THE MAYO' AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION(FDOT)TO DESIGN, RELOCATE AND UPGRADE CITY-OWNED UTILITIES LOCATED ALONG FDOT'S STATE ROAD(S.R.)907/ALTON ROAD FROM ED SULLIVAN STREET/43rd STREET TO 63RD STREET(FM#ID 430444-1-56-01),A COPY OF WHICH AGREEMENT IS ATTACHED HERETO AS EXHIBIT 1; AND THE REQUIRED THREE PARTY ESCROW AGREEMENT, A COPY OF WHICH AGREEMENT IS ATTACHED HERETO AS EXHIBIT 2. ADMINISTRATION RECOMMENDATION The Administration recommends adopting the Resolution. FUNDING Future Water& Sewer Bonds BACKGROUND The Florida Department of Transportation (FDOT) is planning to construct improvements on Alton Road/SR 907 from Ed Sullivan Street/43rd Street to 63rd Street(Project). Construction is scheduled to begin in November 2020. The Project will include roadway reconstruction, drainage improvements including storm water pump stations, intersection improvements, milling and resurfacing, adjustment of valves and manholes, sidewalk and curb ramps, signage, pavement markings and signalization. The Project will impact existing City-owned utilities on Alton Road. As such, the impacted utilities will require relocation as part of the Project. The design of the City- owned utilities relocation and upgrades by the engineer designing the Project for FDOT requires the execution of a Utility Design by FDOT Consultant Agreement between FDOT and the City of Miami Beach. ANALYSIS FDOT requires that the City execute the Utility Design by FDOT Consultant Agreement(attached), in order to provide for the implementation of the necessary roadway reconstruction, drainage improvements including storm water pump stations, intersection improvements, milling and resurfacing, adjustment of valves and manholes, sidewalk and curb ramps, signage, pavement markings and signalization along Alton Road/S.R. 907 from 43rd Street to 63rd Street, as part of the City Commission Memorandum—FDOT Agreements for Alton Road/S.R. 907 from 43rd Street to 63rd Street May 11, 2016 Page 2 of 2 Project (FM No. 430444-1-56-01). This agreement stipulates that the engineering consultant designing the Project for FDOT will be responsible for the design of the City-owned utilities, including relocation and upgrades to be constructed as part of the Project. The design fees shall be funded by the City of Miami Beach. The FDOT Consultant shall be responsible for the design of all utility work, including location (vertically and horizontally), protection, relocation, installation, adjustment, or removal of utilities owned by the City of Miami Beach that are affected by the Project. Simultaneously with the JPA, FDOT,the City, and the Department of Financial Services, Division of Treasury, shall enter into a Three Party Escrow Agreement (exhibit 2) to establish an interest bearing escrow account for the purposes of the project. CONCLUSION The Administration recommends that the Mayor and City Commission approve and authorize the City Manager to execute the Utility Design by FDOT Consultant Agreement and the Three Party Escrow Account Agreement for the project with FDOT. Attachment: Exhibit 1. Utility Design by FDOT Consultant Agreement Exhibit 2. Three Party Escrow Agreement JLM/ C BAM/WRB/JMR T:\AGENDA\2016\May\PUBLIC WORKS\FDOT Utility Design Agreement for Alton Road 43-63 ST.memo.doc • STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No.710-010-56 UTILITY DESIGN BY FOOT CONSULTANT AGREEMENT UTILITIES 11/1.4 (AT UTILITY EXPENSE) I Exhibit 1 Financial Project ID: Federal Project ID: County: State Road No.: District Document No: Utility Agency/Owner(UAO): 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 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 ,State Road No.: , 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 DEPARTMENT and the UTILITY have determined that it would be to the best interest of the general public and to the economic advantage of both parties to enter into an agreement providing for the design of the Utility Work by the engineer designing the Project for the FDOT, hereinafter referred to as the "FDOT Consultant," which design of the Utility Work shall hereinafter be referred to as the"Utility Design"; and WHEREAS,the UAO, pursuant to the terms and conditions hereof,will bear certain costs associated with the Utility Design; 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. FDOT Consultant shall prepare,at the UAO's sole cost and expense,final engineering design,plans, other necessary related design documents,and cost estimate for the Utility Work(hereinafter referred to as the "Plans Package") more specifically described in the FDOT's Supplemental Agreement# to Consultant Design Services Contract. b. The Plans Package shall be in the same format as the FDOT's contract documents for the Project. c. 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 Page 1 of 6 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No.710-010-56 UTILITY DESIGN BY FDOT CONSULTANT AGREEMENT UTILITIES (AT UTILITY EXPENSE) 11/14 accordance with the FDOT's guidelines on preparation of technical special provisions. f. The FDOT Consultant shall provide a copy of the proposed Plans Package to the UAO,for review at the following stages: . The UAO shall review the Plans Package to see that it complies with the requirements of this Agreement. g. In the event the UAO finds any deficiencies in the Plans Package during the reviews performed pursuant to Subparagraph f. above, the UAO will notify the FDOT in writing of the deficiencies within the time specified in the plans review transmittal. h. The UAO shall furnish the FDOT such information from the UAO files as requested by the FDOT. The Facilities and the Utility Design will include all utility facilities of the UAO which are located within the limits of the Project,except as generally summarized as follows: .These exceptions shall be handled by separate arrangement. 2. Cost of Design a. The UAO shall be responsible for all costs of the Utility Design. b. The UAO agrees that it will, at least ( )days prior to the FDOT issuing the Supplemental Agreement referred to in Paragraph 1 hereof,furnish the FDOT an advance deposit of$ for the payment of said Utility Design. It is understood that the FDOT's Consultant shall not begin any Utility Design until the FDOT has received the above payment and that if such payment is not received on or before this Agreement shall be null and void. The FDOT shall utilize this deposit for the payment of Utility Design. Both parties further agree that in the event the final billing pursuant to the terms of Subparagraph 2. d. below is less than the advance deposit, a refund of any excess will be made by the FDOT to the UAO. No work in excess of the advance deposit shall be done. In the event that it is subsequently determined that work in addition to that described in the Supplemental Agreement described in Paragraph 1 hereof is necessary in order to properly complete the Utility Design, the UAO shall make an additional deposit in the amount necessary to issue a subsequent Supplemental Agreement to the FDOT Consultant for the additional work. c. The payment of funds under this Agreement 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 the FDOT Comptroller's Office prior to execution of this agreement. d. Upon final payment to the FDOT Consultant, the FDOT intends to have its final and complete accounting of all costs incurred in connection with the Utility Design 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. 3. Default a. In the event 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: Page 2 of 6 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No.710-010-56 UTILITY DESIGN BY FDOT CONSULTANT AGREEMENT UTILITIES (AT UTILITY EXPENSE) 11/14 (1) Terminate this Agreement if the breach is material and has not been cured within 60 days from written notice thereof from the FDOT. (2) Pursue a claim for damages suffered by the FDOT. (3) Suspend the issuance of further permits to the UAO for the placement of Facilities on FOOT property if the breach is material and has not been cured within 60 days from written notice thereof from the FOOT until such time as the breach is cured. (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), Florida Statutes. b. In the event the FOOT 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. (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 or from any statutory obligations that either party may have with regard to the subject matter hereof. 4. Indemnification FOR GOVERNMENT-OWNED UTILITIES, To the extent provided by law, the UAO shall indemnify, defend, and hold harmless the FOOT 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 FOOT 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 FOOT 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 FOOT will determine whether to require the participation of the UAO in the defense of the claim or to require the UAO to defend the FOOT in such claim as described in this section. The FOOT's failure to notify the UAO of a claim shall not release the UAO from any of the requirements of this section. The FOOT 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 FOOT 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, Page 3 of 6 1 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No.710-010-56 UTILITY DESIGN BY FDOT CONSULTANT AGREEMENT UTILITIES (AT UTILITY EXPENSE) 11/14 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. 5. 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. 6. Miscellaneous a. Time is of the essence in the performance of all obligations under this Agreement. b. 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 may be applicable at the time of the Project and the relocation of the Facilities. 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 portions hereof. e. 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: Page 4 of 6 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No.710-010-56 UTILITY DESIGN BY FDOT CONSULTANT AGREEMENT UTILITIES (AT UTILITY EXPENSE) 11/14 If to the UAO: If to the FDOT: 7. 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." 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." IN WITNESS WHEREOF, the parties hereto have executed this Agreement effective the day and year first written. UTILITY: BY: (Signature) DATE: (Typed Name: ) (Typed Title: ) Recommend Approval by the District Utility Office BY: (Signature) DATE: FDOT Legal review BY: (Signature) DATE: District Counsel Page 5 of 6 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No.710-010-56 UTILITY DESIGN BY FDOT CONSULTANT AGREEMENT UTILITIES (AT UTILITY EXPENSE) 11/14 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 6 of 6