Loading...
JOINT PROJECT AGREEMENT UTILITY INSTALLATION BY HIGHWAY CONTRACTOR NONREIMBURSABLE (SP# 15080-3510/WPI# 7116900) RESOLUTION 95-81 !,.-" ~ STATE OFF1.0RIDADEPARTMENT OF TRANSPORTATION I JOINT PROJECT AGREEMENT I UTILIT\"INSTALLATION BY HIGHWAY CONTAAcrOR NONREIMBURSABLE FORM 710-010-22 UTILITIES - 04/94 Pag.1afS 7116900 15080-3510/6513 584 PINELLAS 1 XU-1520-(1l) THIS AGREEMENT, made and entered into this /4 day of De.ce mber 1915, by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, hereinafter referred to as the FDOT, and Clearwater Gas System, hereinafter referred to as UTILITY, an organization organized and existing under the laws of Florida, with its principal place of business in Clearwater, County of Pine lias, State of Florida. WITNESSETH: WHEREAS, the FDOT is constructing, reconstructing or otherwise changing a portion of the State Highway System designated by the FDOT as State Project No. 15080-3510, Road No. ~ 84 from E. of Gim Gong to SR586, which shall call for the adjustment, relocation and/or installation of the Utility's facilities along, over and/or under said highway; and WHEREAS, the plans for the said construction, reconstruction or other changes to be made, as above described, have been reviewed by the FDOT and the UTILITY, said above described UTILITY relocation, hereinafter referred to as "Utility Work"; and WHEREAS, the term "Cost of Utility Work" shall include the entire amount paid by the UTILITY properly attributable to such work; and WHEREAS, the UTILITY has expressed its desire to asswne all costs incurred by this Utility Work and has requested the FDOT to include in said Project certain plans and specifications to meet the UTILITY'S needs; and WHEREAS, the FDOT 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 a JOINT PROJECT AGREEMENT, hereinafter referred to as "JP A," providing for such work; NOW, THEREFORE, in consideration of the mutual covenants hereinafter contained, it is agreed by the parties as follows: 1. The FDOT and the UTILITY shall participate in a JP A, the scope of which will cover only the UTILITY facility within the limits of the project as included in the plans and estimate of the FDOT contract, more specifically described as ~ main work. The estimated cost of said project is $ 630, 000 . 00 including allowances; and the method of payment is specified in Exhibit "A" attached hereto and made a part hereof 2. The UTILITY will prepare, at its expense, the design and plans for all of the necessary Utility Work specified above, and will furnish to the FDOT no later than October 16, , 19 95, complete original plans, : "'-.-' ! . I I FORM 710-010-22 UTll.ITIES - 04/94 Page 20f5 same as FDOT's contract plans, all suitable for reproduction by the FDOT, together with a complete set of specifications covering all construction requirements for the Utility Work. Final plans shall be complete in every detail and will include a "Summary of Quantities" sheet. It will be the responsibility of the UTILITY to coordinate the development of the Utility Work plans with the FDOT'S plans. The FDOT, upon request by the UTILITY, will furnish all available highway information required by the UTILITY for the development of the Utility Work plans; and the FDOT shall cooperate fully with the UTILITY to this end. 3. All of the work on the JPA is to be done according to the plans and specifications of the FDOT which plans and specifications are, by reference hereto, made a part hereof. The UTILITY will be responsible for verifying the accuracy of the FDOT'S underground survey information, and will also be responsible for any changes to the UTILITY'S plans made necessary by errors or omissions in the FDOT'S survey information as furnished to the UTILITY. All errors, omissions or changes in the design of the Utility Work will be the sole responsibility of the UTILITY. In any conflict between UTILITY and FDOT specifications, the FDOT'S specifications will govern. All Utility Work covering facilities to be relocated to a position within the FDOT right of way will be accommodated in accordance with the FDOT "Utility Accommodation Manual." 4. The UTILITY, at its expense, will furnish all engineering inspection, testing and monitoring of the Utility Work, and will also furnish the FDOT'S engineer with progress reports for diary records, approved quantities and amounts for weekly, montWy and fmal estimates. All field survey control for the Utility Work will be furnished by the UTILITY under the supervision of the FDOT'S engineer. The coordination of the Utility Work with that of the FDOT contractor and other UTILITIES and/or their contractors will be the responsibility of the FDOT, and the UTILITY shall cooperate fully in this matter. All information required for Changes or Supplemental Agreements pertaining to the Utility Work shall be promptly furnished to the FDOT by the UTILITY upon the request of the FDOT. 5. The FDOT will provide the necessary engineering supervision to assure construction is in compliance with the plans and specifications hereinafter referred to, an~ shall receive all bi~ for and let all contracts for said Utility Work all at the sole expense of the UTILITY. All bids for said Utility Work shall be taken into consideration in the award of bid on the FDOT Project and the UTILITY shall have the right to review and reject any and all bids on the Utility Work. If said bids exceed the FDOT'S estimated cost by more than ten percent (10%), the FDOT may elect to participate in the cost involved in the Utility Work. Such participation shall be limited to the difference between the FDOT'S official estimate plus ten percent (10%) and the amount awarded for the Utility Work. In the event the FDOT does not elect to participate in the manner prescribed above and the bid is rejected by the UTILITY, then the UTILITY shall arrange, at its own expense, for the prompt construction of the Utility Work in accordance with the relocation schedule submitted by the UTILITY. In the event the UTILITY elects this option, the UTILITY shall notify the FDOT of its intent and request the refund of the deposited funds. Upon the receipt of such notice, the FDOT shall amend the highway contract documents prior to award. The UTILITY shall cooperate with the FDOT'S contractor to schedule the sequence of the UTILITY'S work so as not to delay the work of the FDOT'S contractor. The UTILITY shall defend any legal claims of the FDOT'S contractor due to delays caused by the UTILITY'S failure to comply with their relocation schedule, and shall comply with all provision of the law and the FDOT "Utility Accommodation Manual." The UTILITY shall not be responsible for delays beyond its normal control. t I I FORl,,! 71 0-01 0-22 lJI1LITIES - 04/94 Page 3 of5 6. All adjustments, relocations, repairs and incidentals required to be performed to the existing utilities within this project, not included in this contract, will be the sole responsibility of the UTILITY and will be handled under a separate agreement and utility relocation schedule. All such work is to be coordinated with the construction of this project and in a manner that will not cause delay to the FDOT contractor. 7. All services and work under the construction contract shall be performed to the satisfaction of the DISTRICT DIRECTOR OF OPERA nONS or designee, and he shall decide all questions, difficulties and disputes of whatever nature, which may arise under or by reason of such contract for Utility Work; the prosecution and fulfillment of the services thereunder, and the character, quality, amount and value thereof; and his decision upon all claims, questions and disputes thereunder shall be final and conclusive upon the parties hereto. 8. The UTll.JTY agrees that it will, at least seven (7) days prior to the FDOT'S advertising the construction project for bid, furnish the FDOT an advance payment, including allowances, in the amount of $ 630,000.00 for payment of said Utility Work. In the event that the actual bid amount plus allowances is greater than the amount previously provided, the UTILITY agrees that, within fourteen (14) calendar days of n9tification by the FDOT, it shall make an additional payment so that the total amount provided prior to award of the bid equals the bid amount plus allowances. If the accepted bid amount plus allowances is less than the deposit amount, the DEPARTMENT will refund the amount that the deposit exceeds the bid amount plus allowances if such refund is requested by the UTILITY. Both parties further agree that in the event final billing pursuant to the terms of this agreement is less than the advance payment, a refund of the excess will be made by the FDOT to the UTILITY and that in the event said final billing is greater than the advance payment, the UTILITY will pay the additional amount within forty (40) days from the date of the invoice. The payment offunds as required above will be made as follows (choose one): Directly to the FDOT for deposit into the State Transportation Trust Fund. X- Deposit as pr()vided.in the attached Memorandum of Agreement (Exhibit A) between UTILITY, FDOT, and the Florida Department of Insurance, Division of Treasury. 9. Upon completion and acceptance of the work, the UTILITY shall 0\\'11, control, maintain and be responsible for all of its facilities, according to the terms of the utility permit. The UTILITY further agrees to comply with all provisions of the FDOT "Utility Accommodation Manual." 10. The UTILITY covenants and agrees that it shall, to the extent permitted by law, indemnify, defend, save and hold hannless the FDOT from any and all legal actions, claims or demands by any person or legal entity against the FDOT arising out of the joint participation in this Agreement. 11. Upon fmal payment to the contractor for the entire project, the FDOT shall, within one hundred eighty (180) days, furnish the UTILITY with two (2) copies of its fmal and complete billing of all cost incurred in connection with the work performed hereunder, such statement to follow as closely as possible the order of the items contained in the job estimate. The final billing will show the description and site of th~ project; the date on which the first work was performed or the date on which the last work was performed or the last item of billed expense was incurred; and the location where the records and I I FORM 710-010-22 Ul1LlTIES - 04/94 Page 4 of5 accounts billed can be audited. All cost records and accounts shall be subject to audit by a representative of the UTILITY within three (3) years after acceptance of the project. In the event [mal cost is less than the advance payment, the FDOT will refund the balance to the UTILITY. If the [mal cost exceeds the advance payment, the UTILITY will be invoiced for the balance. Upon receipt of the [mal invoice, the UTILITY will reimburse the FDOT in the amount of such actual cost within forty (40) days. The UTILITY shall pay an additional charge of 1 % per month on any invoice not paid within the time specified in the preceding sentence until the invoice is paid. 12. The UTILITY shall pay the FDOT'S reasonable attorneys' fees and court costs if the FDOT prevails in litigation for the enforcement of the provisions of paragraphs 1,8 or 12 of this Agreement. 13. This document incorporates and includes all prior negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein, and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representation or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. 14. This Agreement shall be governed, interpreted and construed according to the laws of the State of Florida. 15. If any part of this Agreement shall be determined to be invalid or unenforceable by a court of competent jurisdiction, or by any other legally constituted body having the jurisdiction to make such determination, the remainder of this Agreement shall remain in full force and effect provided that the part of the Agreement thus invalidated or declared unenforceable is not material to the intended operation of this Agreement. J I FORM 710-010-22 UI1UTIES - 04/94 Page 5 of5 IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed by their duly authorized officers, and their official seals hereto affixed, the day and year first above written. UTILITY: BY: Clearwater Gas System V~e --e~ Assistant City Manager (Title: ) (SEAL) ATTEST(s): ~~... ~/AA~. (Title,lJr'7~ ) FDOT Approved as to Form, Legality and Execution BY: ~<C'~ BY: ~ gl XJJ District Util Engineer Attorney STATE OF FLORIDA DEPARTMENT OF TRANSPORT A TION BY, ~kd/- =>a/Is A TTEST(s): (Title: Director of Production ~ ~~ (SEAL) (Title: ) RECYCLEDPAPE~ " I I CITY SIGNATURE PAGE - Joint Project Agreement between the State of Florida Department of Transportation and the City of Clearwater - Project #15080-3510/6513 (State Road 584). Countersigned: CITY OF CLEARWATER, FLORIDA lk/fbJ Mayor-Commissioner By: Elizabeth M.l:"a~ City Manager Approved as to form and correctness: Attest: .' ." ...... -..J fl11 Pamela K. Akin City Attorney ~ /;8"" . . ./" - ' ,.' , ' ~ \ -,' " ~.' -~.-.-~ C "aE. Goudeau ,',., ',' ,,' City Clerk ( I I (- /-\ RESOLUTION NO. 95-81 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA, REGARDING UTILITY JOINT PROJECT AGREEMENT BElWEEN THE CITY OF CLEARWATER AND THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION; AUTHORIZING THE EXECUTION OF AGREEMENTS FOR INSTALLATION AND ACCEPTANCE OF NEW CITY FACILITIES; AND AUTHORIZING THE PLACING OF FUNDS WITH THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION FOR THE COMPLETION OF THE UTILITY INSTALLATION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the State of Florida Department of Transportation is constructing, reconstructing or otherwise changing a portion of the State Highway System, from E. of Gim Gong to SR586, which shall call for the installation of new City gas facilities over and/or under said highway; and WHEREAS, the City requires additional gas capacity in certain locations within the construction limits of this project; and WHEREAS, the City has heretofore authorized that plans and specifications be prepared for the installation of said new City facilities over and/or under said highway; and WHEREAS, the plans and specifications have been prepared and approved by the City Engineering Department; such plans and specifications to be made a part of the Department's highway construction contract; now therefore, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF CLEARWATER, FLORIDA: Section 1 That the City of Clearwater enter into a Joint Project Agreement with the State of Florida Department of Transportation for installation by the Department of said new City facilities designated as Utility Job 3510, Section 15080, Parcel 1, R/W Job N/A, and that the City assume all costs incurred in the respective utility installations, which costs are estimated to be $630,000.00. Section 2. That the Mayor and City Manager be authorized to enter into such agreements with the State of Florida Department of Transportation for the installation and acceptance of said new City facilities. q~-,g / , ' . ( \, I I (': Section 3. That the estimated costs of such utility installations as set forth above be paid in advance to the State of Florida Department of Transportation in accordance with such utility installation agreement. PASSED AND ADOPTED this 2nd day of November ,1995. Attest: ...... '1S-cg/ eiliibil A 5/92 Page 1 of2 I I EXHIBIT "A" MEMORANDUM OF AGREEMENT TBIS AGREEMENT, made and entered into this ~ dayJQ,rw.~, 199 ~ by and between the State of Florida, Department of Transportation, hereinafter referred to as "DOT" and the State of Florida, Department of Insurance, Division of Treasury, hereinafter referred to as "Treasurer" and Clearwater Gas System, hereinafter referred to as the "Participant". WITNESSETH WHEREAS, "DOT" is currently constructing the following project: State Project No: 15080-3510/ 6513 F.A.P. No: XU-1520(I 1) W.P.I. No: 7116900 County: Pinellas hereinafter referred to as the "Project". WHEREAS, DOT and the Participant entered into a Joint Participation Agreement dated Ue..c6--n ~r J4-, 1992, wherein DOT agreed to perform certain work on behalf of the Participant in conjunction with the Project. WHEREAS, the parties to this AGREEMENT mutually agreed that it ~ould be in the best interest of the DOT and the Participant if an escrow account were established to provide funds for the additional work performed on the Project on behalf of the Participant by DOT. NOW lHEREFORE, in consideration of the premises and the covenants contained herein the parties agree to the following: 1. An initial deposit in the amount of $ 63),OXU1) Six hn::Ire:i arrl (thirty tlu~ cbll~ill be made by the "Participant" into an escrow account. Said escrow account will be opened by DOT on behalf of the Participant in the name of the Florida Department of TransDortation with the Department of Insurance, Division of Treasury, Bureau of Collateral Securities upon receipt of this Memorandum of Agreement. Such account will be opened and shall be deemed an asset of DOT. E.'<hibit A 5/92 ' Page 2'012 I , , 2. Other deposits will be made only by the Participant as necessary to cover the cost of the gas main work prior to the execution of any Supplemental Agreements. 3. All deposits shall be made payable to the Department of Insurance, Revenue Processing and mailed to the DOT Office of Comptroller for appropriate processing at the following address: FLORIDA DEPARTl\1ENT OF TRANSPORTATION Office of Comptroller (M.S. 24) 605 Suwannee Street Tallahassee, Florida 32399-0450 ATTN: JPA Coordinator A copy of this Agreement shall accompany the deposits. 4. The DOT's Comptroller and/or his designees shall be the sole signatones on the escrow account With Department of Insurance and shall have sole authority to authorize withdrawals from said account. 5. Unless instructed otherwise by the parties hereto, all interest accumulated in the escrow account shall remain in the account for the purposes of the project as defined in the JP A. 6. The Treasurer agrees to provide written confirmation of receipt of funds to the DOT. 7. The Treasurer's Office further agrees to provide periodic reports to the DOT. ~";t /9-~~ STATE OF FLORIDA DEP ARTMENT OF TRANSPORTATION COMPTROLLER -- W r.Jr I ~ .>-L STATE OF FLORIDA DEPARTMENT OF INSURANCE DIVISIGf'T.OF TREASURY t-/~G~ A6;::,i6 Lal, L Ci Ly Hal,ager PARTICIPANT SIGNATURE PARTICIPANT ADDRESS ?o '5cx 4748 C/~_. t=l. 34<c '8 FEDERAL TAX J.D. 59-6000289 LAWTON CIllLES GOVERNOR I DEPARTMENT OF TRANSPORTATION 11201 N. McKinley Drive, MIS 7-8:WN G. WATTS Tampa, Florida 33612 SECRETARY (813) 975-6040 February 9, 1996 " , . '- FLORIDA Clearwater Gas System Mr. Kelly O'Brien 400 N, Myrtle Clearwater, FL 34615 } SECTION: 15080-3510 JPA NO.: 15080-6513 WPINO: 7116900 SR: 584 COUNTY: PINELLAS DESCRIPTION: TAMP A ROAD/CURLEW (SR586) TO E, OF GIM GONG P',ECEIVED MAR 05 1996 CITY CLERK DEPT. Dear Mr. O'Brien, Weare enclosing your copy of the executed Joint Project Agreement and Change Order No,l for utility installation by Highway Contractor. Thank you for your cooperation in this phase of the negotiation, and we will be keeping you abreast as the remaining phases take place. If you have any questions regarding this project, don't hesitate to call me, Respectfully, Steven 1. Tidwell District Utility Engineer ~.;:5.~ By: Stephanie S, Dreher Assistant Utility Engineer form#23 Enclosure xc: Marc Knapp, District Const. Services Engineer Brian McKishnie, Resident Construction Engineer, CEI Debbie Carraway, Office of the Comptroller Project File /<,....... -:: /' @RECYClED PAPi .It" " ,FORM ,71 0-030-0 1 7/91 ' ' ,'" ST"l.E OF FLORIDA DEPARTMENT OF TRANSPORTATItN '1 DMSION OF PRECONSTRUCTION & DESIGN ' UTILITY WORK ORDER CHANGE NO. 01 WPI PROJECT NUMBER S.R. COUNTY PAR.&R/W# FAP# 7116900 15080-3510/6513 584 PINELLAS UTILITY AGENCY CLEARWATER GAS SYSTEMS A. I. The agency is hereby authorized to observe the following changes in the plans and/or specifications to the subject Utility Agreement, and to perform such work accordingly, further described as: Hil!bwav Contractor will adjust and/or relocate their facilities to nonconflicting locations. For details, see the attached Relocation Schedule, 2. The item(s) of work covered by this Work Order Change is referenced to a Joint Project Agreement 12/14/95 of record daled and no Supplemental Allreement is required. B. I. The Utility Relocation Work is to conform to that shown by the utility adjustment plans as: a, - ATTACHED b. ..x.. INCLUDED IN THE HIGHWAY CONTRACT PLANS 2, Reimbursement for the cost of this Utility Work is to be in accord with the provisions set forth in Administrative Rule Chapter 14-46 as: a. ..x.. NONREIMBURSABLE - Section.01(4)(a) b. - REIMBURSABLE - Section,OI(4)(b) (I) _ Force Account Method (2) _ Lump Sum Method (3) Third Party Contract Method C. ESTIMATED COST OF WORK DUE TO THIS CHANGE ITEM NO. ITEM UNIT PRICE WORKELIMINATED(-) ADDITIONAL WORK (+) QUANTITY AMOUNT QUANTITY AMOUNT Estimate of relocation work 630,000.00 (includes 2% Maintenance of Traffic, 5% Mobilization, 5% CEA, and 10% Contingency) Sub-Totals .....,............................".................,.,.,.",..,"'.,.....................,.,..............,,..........,..........,...,....$ -0- $ 630.000.00 Net Cost of Construction changes, this order ......,.......""""..".........."...,..........,.....,.""""""..,......,.,.........."."",.$ -0- $ 630.000.00 Cost of Construction changes, previously ordered .......".,..................,.."......,.,...""",............"",..".""......$ -0- $......:.!!=-. Net Total Cost Construction changes to date ......,.......,..""'........."....................,.."..,,,..,."",................,."""",..,.$ 630.000.00 Contract Amount ..............,....................."."""..........".........".......................".,.""..",..,.................""""""",.$ 630.000.00 Estimated Cost of Work Authorized to date ..,.,."........................,....................,.,."",",...................,.."""""."",,$ 630 000.00 Examined as to provisions and participating items of cost: District Utility Coordinator ~(!/~J-!/ District Utility Engineer Approved: 3/41 CJ ~ 1ti~ Recommended: 2 - z.f> ~~l" ~~~