DANSVILLE REDEVELOPMENT AREA PHASE I PROJECT UTILITY RELOCATION JPA AGREEMENT
I
I
BOARD OF COUNTY COMMISSIONERS
PINELLAS COUNTY,FLORIDA
,: ~,
DEPARTMENT OF PUBLIC WORKS
440 COURT STREET
CLEARWATER, FLORIDA 33756
PHONE: (727) 46'4.3251
U[o) ~ & ~ O\ll~ rnI
uD JAN I 2 troJ ~
COMMISSIONERS
ROBERT B. STEWART - CHAIRMAN
CALVIN D. HARRIS - VICE CHAIRMAN
SALLIE PARKS
KAREN WILLIAMS SEEL
BARBARA SHEEN TODD
~__,." r"
""'.--::-~'JJ
.ran)1ary 11,2000
CITY Of I'L[~RWI,T[R
-.llJRUC '.vOP\~,?.o"'/~NlstRf.-rION
Michael Quillen, F.E.
City of Clearwater, Public
P.O. Box 4748
Clearwater, FL 33758-4748
Works Department
Re': Interlocal Agreement - Dansville Redevelopment Area Phase I ,'projec~
Utility Relocation Agreement
Dear .Mr.. Quillen:
Ericlos~d is an executed copy of the above referenced agreement for relocating the
City's utilities on the above referenced project. This work relates' to your gas
system, and is, being funded through our Community Development Department.
We" look forward to working with, you on this project.
S,incere"ly;
/;y~~
Jerry. C. Herron
Public Works Administrator of Finance & Contracts
mas
Enclosur'e
cc: Bob. Janows.ki" PW/Enginee~iIig r w/enclosure
Rosemary E. Mingin, PW/Construction Administration, w/encl~su~e
James Pleso, pWjEngineering, w/enclosure
Paul A~ Rogers, Community Development w/enclosure
MJ."chael' Yellin, PW/Fiscal Accounts, w/enclosure & Board minutes
Public Works Cent'ral File, w/enclosure & Board minutes
BCC Records, w/o enclosure
n
"Pinellas Co~nty is an Equal Opportunity Employer" · Member.Pinellas Partnership for a Drug Free Workplace '-J printed on recycled paper
-I
I
ADMINISTRATIVE
CHANGE ORDER #1
DATE:
November 14. 1997
PROJECT:
Construction of Drew st. from
NE Coachman Rd. to U.S. 19
PROJECT NUMBER:
NIA Countv JPA
DATE OF CONTRACT:
11/29/93
Board of County Commissioners
440 Court Street
Clearwater, F1 33756-5139
CODE: 315-96704-563800-533-000 (AI
315-96634-563800-535-000 (BI
SCOPE OF CHANGE:
THIS CHANGE ORDER ACCEPTS REVISIONS TO THE CONTRACT
Additional Items:
Total of
19S Feet @ $8.74/FT
10 Each @ 234.56/EA
5% County eEl cost
Additional Items to Code (A)
$ 1,730.52
$ 2,345.60
$ 203.81
$ 4,279.93
(A) rtem #44 - 24" Corrugated Metal Pipe
(B) Item #45 - 16" Field Lock Gaskets
(B) Item #46 - Sanitary Sewer Conflict Manhole 1 Each @ $10,230.00/EA
5% County CEI Cost
Total of Additional Items to Code (8) =
$10,230.00
$ 511.50
$10,741. 50
Total Change Order
$15,021.43
STATEMENT OF CONTRACT AMOUNT ACCEPTED BY:
ORIGINAL CONTRACT AMOUNT $715,711.50
NEW CONTRACT AMOUNT $715,711.50
2.
City Clerk
ATTEST
Date:
n..J.s. ;,.,
t I
CITY OF CLEARWATER, in
PINE LAS COUNTY, FLORIDA
Michael J. Roberto,
City Manager
CO #1 Drew SI. JPA (Numbers)
.
.
I
I
CITY OF CLEAR WATER
Interdepartment Correspondence Sheet
TO:
Michael J. Roberto, City Manager j 2 /
Richard J. Baier, Public Works Administrator It' ({
Tina G. Wilson, Budget Director
Gary A. Johnson, Acting Public Services Director
Marty Pages, Adm. Support Manager I
Ray Boler, Engineering Superintendent
FROM:
COPIES:
SUBJECT:Administrative Change Order No.1 - Joint Project Agreement with Pinellas County
for Utility Installation by Roadway Contractor for Drew Street between Northeast
Coachman Road and U.S. Highway 19.
DATE:
November 14, 1997
RECOMMENDED ACTION:
Approve Administrative Change Order NO.1 to the Joint Project Agreement with Pinellas County for
Utility Installation by Roadway Contractor for Drew Street between Northeast Coachman Road and
U.S. Highway 19 creating three new contract items for a total cost of $15,021.43. There are sufficient
funds within this Joint Project Agreement to fund this change order with no increase to the contract
total.
BACKGROUND FOR CHANGE ORDER:
This Joint Project Agreement was approved by the City Commission. on November 29, 1993 for
$715, 711.50~ This figure includes $72,191.18 in contingency fees. This change order will be funded from
the contingency funding with no resultant increase to the JP A.
This change adds pay items to replace a section of 24" corrugated metal pipe culvert. The replacement
of this section of storm culvert permitted a section of the City's existing 16" water main to remain in
place. The price for replacement of the storm pipe is $8.74 per foot, whereas, the price for replacement
of the 16" water main is $33.80 per foot. A pay item is also been added by this change order for 16"
field lock gaskets. These gaskets where not available at the time this job was designed.
The third item is for payment of a large conflict structure to accommodate the county's storm trunk line.
The grade of the city's existing sanitary line precluded all other alternatives for resolution of this conflict.
OFFICE OF MANAGEMENT AND BUDGET DEPARTMENT REVIEW
I recommend approval based on the administrative change order criteria:
1. Increase does not exceed $25,000 over Commission approved amount on a cumulative basis~
2~ Change does not change the scope of the project.
3 ~ Price increases do not require additional appropriation to the project.
4~ Contract price decreases may be approved without limitation.
5~ Completion date is not extended more than 60 days~
Tin€ Wil;o; .0.-..
RJB/GCH/ae
Attachment
h\ ~~ \G.~
Date
Initial
Admin. CO#t Drew St JPA
)
I
JOINT PROJECT AGREEMENT
UTILITY WORK
This Agreement, made and entered into on the :z ?
day of ~./. , 19 '11 ,by and
between PINELLAS COUNTY, a political subdivision of the State of Florida, hereinafter called
COUNTY, and the City of Clearwater, of the State of Florida, hereinafter called the COMPANY.
W1TNESSTH:
WHEREAS, the COUNTY intends to construct improvements to:
PROJECT NAME: Dansville Redevelopment Area Phase I
PID No. 921938
PROJECT LIMITS: Various
FROM: N/A
TO: N/A
hereinafter referred to as the PROJECT, which shall call for the initial location, adjustment,
. relocation and/or installation of the COMPANY'S utility facilities along, over and/or under the
PROJECT, and
WHEREAS, the above described utility activities are to hereinafter be described as
"utility work", and
WHEREAS, the COUNTY and the COMPANY 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 this
PROJECT Agreement for the ''utility work" and,
WHEREAS, the COUNTY has expressed its desire to assume all reasonable and necessary
costs to be incurred for this ''utility work" and will include in said PROJECT certain plans and
specifications to meet the COMPANY'S needs, and
/'l_-'j" ,.-.;-,/-(" 7'
( J -i'~)'~>C---/!1u
.yL :..-----........ v
/,,)';,?/),
\-!:-~"/
I
I
NOW, THEREFORE, it is agreed by the parties as follows:
1. The COMPANY shall provide to the COUNTY all existing information that would
accurately describe or depict the utility as to size, location and function. COUNTY
will use this information to facilitate the subsurface utility surveying efforts.
2. The COMPANY shall review and accept the existing subsurface utility information
shown on PROJECT plans. The COMPANY shall notify the COUNTY of any
discrepancies and assist in resolution.
3. The COMPANY shall participate in the design, utility coordination, preconstruction,
and other meetings as necessary for PROJECT design development and construction.
4. The COMPANY at its expense, shall design and prepare plans and specifications for
all the COMPANY'S "utility work". COMPANY shall furnish to the COUNTY, in
a timely manner coinciding with the project schedule, complete and reproducible
plans on standard size sheets, together with a complete set of specifications covering
all construction requirements for the "utility work." These plans and specifications
shall be complete in every detail and will include a "Summary of Quantities" sheet
and/or "Bill of Materials" identifying the items of work, with an "estimate of cost."
The plans and specifications shall be signed and sealed by a Professional Engineer
registered in the State of Florida, if required by state law.
5. The COMPANY shall obtain all necessary permits for construction of the utility
work, including Pinellas County's "Right-of-Way Utilization Permit".
6. The COMPANY shall make provisions to have the materials necessary for the
"utility work" available at the time of the award to the contractor. The contractor
shall take delivery of these materials from the COMPANY. The COUNTY is
responsible for the actual cost of the materials used by the contractor for the work
defmed in the approved plans and specification. The COUNTY shall reimburse the
COMPANY for the cost of the materials.
7. The COMPANY shall provide the inspection personnel for the construction of the
"utility work" as defmed in this agreement.
8. Upon completion of the entire PROJECT, the COUNTY shall ensure that any "utility
work" warranty is passed on to the COMPANY under the terms and conditions
contained in the construction contract.
9. All survey layout for construction of the "utility work" will be furnished by the
COUNTY.
10. Upon request, the county shall fumish one (1) set of record drawings.
II
I
11. The COMPANY remains responsible for all obligations under this agreement except
for those relating to payment to the COUNTY for "utility work" performed by the
COUNTY'S contractor.
12. Coordination of the COMPANY'S "utility work" will be the responsibility of the
COUNTY'S contractor. The COMPANY shall cooperate fully in this matter to
ensure that any delays in the construction of any phase of the PROJECT, occurring
as the result of unforeseen circumstances involving the COMPANY'S "utility work",
shall be remedied immediately with the full force and power available to the
COMPANY. Failure to do so will subject COMPANY to pay for any added expense
incurred by the COUNTY.
13. All adjustment, relocations, repairs, maintenance, and incidentals required to be
performed to the COMPANY'S existing utilities within the PROJECT, not included
in the OPT IN "utility work". Will be the sole responsibility of the company. All
such work is to be coordinated with the construction of this PROJECT and in a
manner that will not cause delay to the COUNTY'S PROJECT contractor. Failure
to do so will subject COMPANY to pay for any added expense incurred by the
COUNTY.
14. Upon completion of the entire PROJECT, the COMPANY shall own, control,
maintain, and be responsible for all COMPANY utility facilities involved according
to the terms of the Pinellas County Right-of-Way Utilization Permit. The
COMPANY further agrees that it will maintain and keep in repair its utilities and all
such affected infrastructure.
15. The COMPANY shall indemnify, pay the cost of defense, including attorney's fees,
and hold harmless the COUNTY from all suits, actions, or claims of any character
brought on account of any injuries or damages received or sustained by any person,
persons, or property arising from the participation in this Agreement by the
COMPANY, including but not limited to claims by the Construction Contractor for
additional compensation related to the COMPANY'S performance of its own "utility
work." failure to provide accurate information, or failure of coordination and
cooperation with the Construction Contractor in a timely manner, or by or on
account of any claims or amounts recovered under Workers Compensation Law or
any other laws, ordinances, statutes, orders or decrees, excepting on such injury or
damage as shall have been occasioned by the sole negligence of the COUNTY. The
COMPANY acknowledges receipt of Ten Dollars ($10.00) as specific consideration
for this indemnification and for other indemnity obligations found within this
Agreement.
16. In the event the COUNTY, for any reason, decided either not to proceed with the
PROJECT or terminates the PROJECT, the COUNTY will not be responsible for
any "utility work" not completed.
Ii
I
IN WITNESS WHEREOF, the parties hereto have caused these presents to be
executed by their duly authorized officers and their officials' seals hereto affixed, the day and
year first above written.
Countersigned:
CITY OF CLEARWATER, FLORIDA
il-';J~
Brian J. Au t .
Mayor -Comm issioner
By-L
MlchaelJ. Roberto
City Manager
Approved as to form:
Attest:
S 0-"~ ~
John Carassas
Assistant City Attorney
ia E. GOuds<J1.j
lerk
PINELLAS COUNTY, FLORIDA, by and
through its Board of County Commissioners
BY:~(~
(Seal)
APPROVED AS TO FORM
BY:~L d q~
Office County Attorney
ATTEST:
Karleen F, DeBlaker
~
BY
eputy CI:rr.~'I;" '",
~;/./ ."::: :,~:j: ,~t{:),." :!i'"" ....;.
. '
, I",:". ,.j_'
SUMMARV OF PAY rrma (FOR I"lHILlAS COUNTY PROJECT)
PROJtcrr OUCRlPTlON: o.nsyIl" RedlfWlopmO!lll11vu ~_I
DATE OF E8T1MATE: 21-Jun.ge
,.ROPOSED COHSTRUCnON: 15-Sep-99
W9ElD5J PHASE I
NOTE: AMOUNT INCLUDES FrTT7NGS
IM:iTAUi"
STEIl CASINO""
stitt. CA91~:" ,
':': :::':)': .':':'::: "
"'"1mi30'
e"l20().2-Jl
e"l20().2-J2
10" 120()'2-JJ
12" ~200-2-J04
":, "::'::"':'":'
"'"12lJ().:Mo
I!" 12O().2-041
!"120().2-<Q
Hr12O().2-43
'.' ::lNSTAU:'l.PROreCT.'
PoLYETNlV'ENI:VALir&,: .'
MOBlUZAnON
MAINTENANCE OF TRAFFIC
11,050.00
11050.00
.t 12l).0ll
$0-00
"00
".00
"\1"
'., SUB-TOTAL
PROJEcrrED INFLAnON COST ENCOUNTERED BEFORE CONsTRuCnON BEOINS
COUNTY CONSTRUCnON & CONTRACT AOMINISTRAnON
CONnNGENClU
''''''
10JIQ%
F~AOOCS'EllI"IIII1.\96053pnl
$100,620.00 I
TOTAL
-
-
SECTION 08, TOWNSHIP 30 SOUTH, RANGE 15 EAST
v
. <t>
"
~\J~~
...
"'"
~
~
r!A~'"
/ .. AU''''
J,r
.- ~
~L
!o~
~
0,
....O\'.......~.,
T'J)I~
~rr
, L
'U
:~ 2 ..~'\ u
I LII I I ~: l
20~ ..,. 0..
~un ~ st '*'''''''0'
~~. I--
~ ~
~a,,;. . < .... ( ~.~. ~ f- ~ ('-I)
An, UA.._ '-...J ' _~ ~ ,( -----:.A;- - J "'.1 I
~- ~ ~ : iiiiii';il ~ A
~ ~v IE i Po ~ PL Is-~ 1#9;:;; I ::::0::::::::::, I : I j'
." . I ..,.... '. ~
. .:.:.:.:.::~:..~:~
~.~~ ~ ~ ~'mu
f~~TH 0 l~!~~
I,~.", I ' LAI_, 'I
"'k
.l
~
~
r"~ ~
V
V ~c
-I,~
fI
"'" 1 13 ..
~... RII~r l !il_ 14 A.',
"._, _ ".~a
:::...~ -'-1
II ~ '!i · IN_ ~ZC
,,~ c::J ~ """".. I OL
."",.. n Aur
J7rH ,.,.,., OL
~ !;! 18 r:-=a s.
Fi m. '.... ~ Ii--'
1 .., wi
I ~ ; ",l", '''rs
~. ..L w
~ 'OTU ~I
~'
N
Ch
T'vr ..,"""
~,.~ ..,,,~
-
.,,'~
~ rmrr
q
LOCATION MAP
NOT TO SCALE