Loading...
City of Carmel/Duke Energy/131st & Keystone UTILITY REIMBURSEMENT AGREEMENT AP OV DASTOFORMB Intersection Improvement Along Keystone Avenue 131 Street THIS AGREEMENT, made and effective this 2nd day of February 2010, is by and between Duke Energy Indiana, Inc., an Indiana electric public utility corporation (hereinafter referred to as "DEI and The City of Carmel, in Indiana (hereinafter referred to as "the Local Government WITNESSETH: WHEREAS, as an Indiana public utility, DEI has the right under Indiana law to construct, operate and maintain its utility facilities upon Indiana public road right of way including but not limited to, the Local Government's 131 Street Keystone Avenue in Hamilton County, Clay Township, City of Carmel, Indiana; and WHEREAS, DEI has constructed and now operates and maintains certain electric line facilities upon and /or along 131 Street Keystone Avenue, all of which are more particularly described on the attached Exhibit "A" (hereinafter referred to as "the Utility Facilities and WHEREAS, the Local Government needs to make certain improvements to 131 Street Keystone Avenue, and the Local Government and DEI have determined that the Utility Facilities will need to be relocated before this improvement can be made by the Local Government; and WHEREAS, the Local Government has acquired or will acquire at the expense of the Local Government, a relocation area on the public road right of way of 13l Street Keystone Avenue for the Utility Facilities, which area DEI has determined is suitable and is hereinafter referred to as "said relocation area and WHEREAS, the Local Government has requested DEI to relocate the Utility Facilities to said relocation area, as described on Exhibit "A;" and WHEREAS, DEI is willing to relocate the Utility Facilities to said relocation area; provided that the Local Government reimburses DEI for the costs actually incurred by DEI which equal the difference between relocating the Utility Facilities in an underground manner and relocating them in an overhead manner for the sum of $260,799. The cost of this relocation shall be paid at the conclusion of the DEI relocation project. WHEREAS, for any costs actually incurred by DEI in the future in the event the Utility Facilities need to be adjusted, removed, supported, altered, and /or relocated at any time or times (a) for another highway improvement project and /or (b) for any other project of the Local Government or other governmental entity, the Local Government is willing to reimburse DEI for such present and future costs subject to the terms and conditions contained herein. NOW, THEREFORE, for and in consideration of the mutual promises from, to and between DEI and the Local Government, hereinafter contained, DEI and the Local Government do hereby agree to and with each other, as follows: SECTION I. DEI with its regular construction or maintenance crew and personnel, at its standard schedule of wages and working hours, or by an approved contractor, will 2 relocate the Utility Facilities to said relocation area, as described on Exhibit "A" (hereinafter referred to as "the Work The relocation cost to be reimbursed to DEI will equal the difference between relocating the Utility Facilities in an underground manner and relocating them in an overhead manner for the sum of $260,799. The cost difference between DEI overhead facilities construction and underground facilities construction is described in Exhibit "B SECTION Il. The Local Government shall reimburse DEI for said actual costs when the work on both projects has been completed by DEI and within thirty (30) days after receiving a written, itemized statement from DEI. SECTION III. DEI shall not start the Work until the following has occurred: (a) written notice has been given to DEI by the Local Government that the Work has been authorized and funds are available to reimburse DEI, (b) the Local Government has denoted the public road right -of -way line by staked survey at not more than 100 foot intervals with station markings, (c) the Local Government has trimmed /removed all vegetation away from the public road right -of -way as reasonably determined by DEI for the entire length of the project, (d) the Local Government and DEI have executed this agreement, and (e) written notice has been given to DEI by the Local Government that it has acquired the necessary public road right -of -way area for the relocation area and the Work. SECTION IV. The Local Government shall also reimburse DEI for any costs actually incurred by DEI in the future in the event the Utility Facilities need to be adjusted, removed, supported, altered, and /or relocated at any time or times (a) for 3 another Local Government highway improvement project and /or (b) for any other project of the Local Government or other governmental entity. SECTION V. DEI, and its contractor and subcontractors, if any, shall not discriminate against any employee or applicant for employment, to be employed in the performance of this Agreement, with respect to her /his hire, tenure, terms, conditions or Privileges of employment or any matter directly or indirectly related to employment because of her his race, color, religion, national origin or ancestry. Breach of this covenant may be regarded as a material breach of this Agreement. SECTION VI. DEI shall indemnify and hold harmless the Local Government from and against any and all legal liabilities and other expenses, claims, costs, losses, suits or judgments for damages, or injuries to or death of persons or damage to or destruction of property arising out of the Work (hereafter "Claim provided, however, that where the Local Government is negligent or engages in intentional misconduct with respect to the occurrence or occurrences giving rise to the Claim, DEI shall have no duty to indemnify and hold harmless the Local Government. 4 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by through their duly authorized representatives, effective the date first above written. DUKE ENERGY INDIANA, INC. C&vtdygowla ncl. (Signature) Cindy Rowland Name, Printed or Typed) Project Engineer Position) City of Carmel By: A L l Printed Name: J/ 4 'E. .S/P /Y ma y Printed Title: AP71 OR Dated: VS//0 By: C Printed Nam /4,/1-4/ 4-en. v2ke Printed Title: 1 Pil Dated: 3 7 r /0 By: r Printee Printed Title: w..b e Dated: 3 z d Attest: Treasurer 5 h ak FEn ergy COST ESTIMATE EXHIBIT "B" CITY OF CARMEL INTERSECTION IMPROVEMENT RELOCATION PROJECT EMAX TRACKING NUMBER 256561 COUNTY TOWNSHIP HAMILTON CLAY WORK ORDER NUMBERS CONSTRUCTION: F2224 RETIREMENT: F2224 MAINTENANCE: DOPROJOM 1 DOPROJUM DESCRIPTION OF WORK: REMOVE EXISTNIG OH POLE LINE AND INSTALL UG CABLE FOR THE CITY OF CARMEL INSECTION IMPROVEMENT WORK ALONG 131St STREET AND KEYSTONE AVENUE SUMMARY OF ESTIMATED COSTS AMOUNT (Omit Cents) CONSTRUCTION CHARGES 275,770 REMOVAL CHARGES 11,325 O &M CHARGES 3,137 RIGHT -OF -WAY PURCHASES RIGHT -OF -WAY CLEARING TRANSFORMER CHARGES 1,440 TOTAL PROJECT COST 291,672 LESS COST FOR OH VS UG CONSTRUCTION 30,873) NET AMOUNT SUBJECT TO REIMBURSEMENT: 260,799 PREPARED BY CINDY ROWLAND DATE 2/2/2010 APPROVED DATE ENGINEERING REAL ESTATE SERVICES NOTE: ACTUAL AMOUNT BILLED MAY VARY MARGINALLY. TRANSPORTATION COSTS MAY INCREASE OR DECREASE DUE TO ACCESSIBILITY AND GRADE OF THE SITE. i �\j \k��� §k Zr Hi RIX it m l;�4§ if 1 k) 0 IP 9 �P N -1 F li l' I q ,z k) 11i iil a 9 E 1 I I i; 1 i 5 3 °i m_0/ 1 f Miff ƒ (W y i i i 1 4 PITT.' ill ii f d \1 Z 2 j Ge! i 9 u :11":: pi ®m L I |l\ ®2i 0 |F 11 /r m _m -y. i e §k z z 1 5-i %52 'WI .82, §2] c 2. t\ au .9. ?V I f z u Vi i oo D a.a2 d: .Q i l A�m000 a 28 r,i I r� ;om a -.22i. O g y Z A g C Y CCIm�9 2 I l 6 'N t I. A m Nn 'e r..D ZrJ.. �ti+ N¢ 2 G SEE PRINT p1 S n S� u� m m"'N A P n !x ij I 0 m 0 0 �JC _O 0• 6z-q, 6A m I I m��cmi No a_ k z g Z r s m m Pi f I 1 I' a Iii ti I Z yyZ� o V\6-11iii,�'ZO Xam i O q 1 1 lc 's n i 1 1 'm l ii 3: zi I u N P a n O c th m9y f-' 3 1 N r,,,' z gap m E. _Eld .'s: E I X c`'ia' z E Pii,Nii; a r 11:1=0111i p n 3 m e ems -0' RI 2 ¢ooe \$i `g° 1 1 e 1 WA!' boy fillii as I cam, MUll t IT m z y, i i 1, p I pi ;fr 8 zcF a Hill 'I I� (II 1 S t N Z a.o z°,01 V H A Z Aa8A yy y y oo y,,, v' Z 4 tE,t'i.. w Z.I I D8S �N p 8 m m I� ppp 4 tl" d I II 1 I :4" g 6 P o� h m 6 a ;^Z r ''is p i Ii4' 1 c m i Ee 7, i !li o o o i i 114 E mo si i" c- i a p i- 6 i 5 C F m F n 5 i 8 N SEE PRINTM3 m Pi a F F m a -0 c —r O N �og F r o�� �l m i' I g :11 r "4 E R 9 czi i? i it H z u s g MA g D MA A CC ]]m� y °s 4 Z O~ W m y 7 mD m n W 5 -Z 4 y c O m A_`'',11 mr F m o y O'd' 31 iti O T,,,1 T,,,1 fail y P' .1 p SEE PRINT M2 i yP o r, I 1 II I F 1 t E Ai w O V it 2 I TV g 33 4,1 I Y II k p E 3 1 I 8' ii I• i I I g 1 y m, om Ili U. NDL 5 7 m i I j I 8 O 8 1 II I l a Miff 11 I 1 x is iidl p mo g l i g Z f 1.�1N I A �I `m m L____1 j m m m P,.,1900ALTRX PE J 5 N,{IOCUB7S. ��'�j ROM !T�LL C ROS SP'I IN6 n._ T 1:7- 61 A5���60 I I <S g21 S \1 i3 III P I c F I I I g OO hr 0 P pp II a 11 g 6 4 F i 1 I I (A O i q i n q m a s g 2DJCA fJC fl 021-+CIS 1 m y W 06485 liH m tAi: F f -Wm 'v f E A g n -e o yN O< n y g0, o W yy i y it i W Tr° r I I 1�� pk A I II- I o r 4 9 z o n g� a Ei�'�i 1 iV/ Ikk y! 'i I ii 1 i t,,, u 6' BOPt C S A4. 50/ m '1 N ;n� n m M FF; A ____._I L g c m 888 g i i i i ®0(0.0 S/� A. o ��I� I TE ,S 1 p a O; Hill lki I A.,, ill ;il r N l P a e o I zoo ,i i "1 n 11 1 itil, 20 g o F mm if. F. 8 ri V A ^p a C F q g SEE PRINT#5 I z- I Ng 2 Q °N b m a c =gz H:^', i NIMP—g 1 i nrq f xn o cn IF i 8 NO O9, mmErcl R Fth' 'm�+ ra'o F 0, cmo a£ mOmm °Z0 i 3 m> N. szp SF,' TPS- C 2 44 .i OTn F, Opo- g m, r F .A N Nm OV mA o y O t a i Lm T, i 1 N C N O Nn H SEE PRINT N< T S� m m 0 y ti. 1� y 2 p °i 1 SEE PRI W 2 a 1i i N I 1 dC II_�,v �t ^J°'' O d O A L �p ga i l 3 9.0 AIM I m m 1 8. p i e Z /440 A r ii 1 6, 1 1 i M c r A 1 R v p92 N Z QL V �v�I LL�� m gg x� g �a iGCi_ °i�m� �1� J: il p0'2 vo 1 p I' 8 g x II II� lied pr 2 I� 4 ZZ; N t a il N p FFFLLL .4 N. k F a 7 5 2 U' ;fix II ,.,.'3 Og mm 1 agii e MilITTi 1 I w a 111 C m S L 6 O y N F L ���1 o f I ,I 5= s /MI' I s! ig C I OA i c Y l4, c I it H 11 x= q E q u F i N 2 i f5 S