Loading...
JOINT PROJECT AGREEMENT FOR UTILITY INSTALLATION INDIAN ROCKS/CLEARWATER PASS '- " I I JOINT PROJECT AGREEMENT FOR UTILITY INSTALLATION BY HIGHWAY CONTRACTOR COUNTY ROAD NO.: l83-A NAME : GULF BLVD. - PHASE I AND II LIMITS: FROM: INDIAN ROCKS BEACH to CAUSEWAY BLVD. TO: CLEARWATER PASS CONTRACT NO.: 2561 the CITY OF CLEARWATER, a municipal corporation of the State of Florida, hereinafter called CITY. WITNESSETH: WHEREAS, the COUNTY is constructing, reconstructing or otherwise changing Gulf Blvd. (C.R. l83-A) between Indian Rocks Beach and Clearwater Pass hereinafter referred to as the PROJECT, which shall call for the adjustment, relocation and/or installation of the City of Clearwater utilities 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 CITY and the CITY has had an opportunity for input into said plans, and whereas, above described utility activities are to hereinafter be designated as "Utility Work", and, 1 " :>' i..-'- f;"" /1~ .c1) ~ " I I WHEREAS, the term "Cost of Utility Work" shall include the entire amount to be paid by the CITY for such utility work, as provided herein, and, WHEREAS, the CITY has expressed its desire to assume all reasonable and necessary costs to be incurred for this "Utility Work" and has requested the COUNTY to include in said PROJECT certain plans and specifications to meet the CITY's needs, and, WHEREAS, the COUNTY and the CITY 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 for such work, NOW, THEREFORE, the premises considered, and in consideration of the sum of One Dollar ($1.00) each to the other in hand paid, the receipt whereof is hereby acknowledged, and in further consideration of the mutual covenants hereinafter contained, it is agreed by the parties as follows: 1. The COUNTY and the CITY shall participate to create a JOINT PROJECT, the scope of which is to include the CITY's utility work within the limits of the PROJECT as included in the plans and estimate of the PROJECT, more specifically described as Gulf Blvd. Phase II. 2. The COUNTY's Consultant will prepare, at CITY expense, the design and plans for all the CITY's necessary "Utility Work" specified above, and will furnish to the COUNTY complete original plans on standard size sheets (22" x 36"), all sui table for reproduction by the COUNTY, together with a complete set of specifications covering all construction requirements for the "Utility Work." Final "Utility Work" plans shall be complete in every detail and will include a "Summary of Quantities" sheet. It will be the responsibility of the COUNTY's Consultant to coordinate the development of the "Utility Work" plans with the COUNTY's highway job plans. The COUNTY, upon request by the CITY, will furnish all available highway information required by the CITY for the development of the "Utility Work" plans; and the COUNTY shall cooperate fully with the CITY to this end. 2 , . I I 3. All of the work on the JOINT PROJECT is to be done according to the plans and specifications of the COUNTY, which plans and specifications are, by reference hereto, made a part hereof. The CITY will be responsible for verifying the accuracy of the COUNTY's underground survey information, and will also be responsible for any changes to the CITY's plans made necessary by errors or omissions in the COUNTY's survey information as furnished to the CITY. All error's omissions, or changes in the design of the CITY's "Utility Work" will be the sole responsibility of the CITY. In any conflict between the CITY and COUNTY, the COUNTY's specifications will govern. 4. All field survey control for the "Utility Work" will be furnished by the COUNTY under the supervision of the COUNTY's ENGINEER. The Coordination of the CITY's "Utility Work" with that of the highway contractor and other utilities and/or their contractors will be the responsibility of the COUNTY, and the CITY shall cooperate fully in this matter. All information required for Change Orders or Supplemental Agreements pertaining to the CITY's "Utility Work" shall be promptly furnished to the COUNTY by the CITY upon the request of the COUNTY. 5. The CITY will provide the necessary engineering inspection of the CITY's utility work to determine if construction is generally in compliance with the plans and specifications hereinabove referred to. The COUNTY shall receive all bids for and let all contracts for said "Utility Work." All bids for said "Utility Work" shall be taken into consideration in the award of bid on the PROJECT and the CITY shall have the right to reject any or all bids on the "Utility Work." In the event of rejection of bids for the "Utility Work," the PROJECT contract documents will be so amended prior to award and the CITY will, at its expense, arrange for the prompt construction of the "Utility Work" so as to cause no delay to the prosecution of the PROJECT work by the COUNTY's contractor. 6. All adjustment, relocations, repairs and incidentals required to be performed to the existing CITY utilities within this PROJECT, not included in this contract, will be the sole responsibility of the CITY. All such work is to be coordinated with the construction of this PROJECT and in a manner that will not cause delay to the PROJECT contractor. 7. All services and work under the construction contract shall be performed to the satisfaction of the COUNTY's Director of Public Works, 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. 3 I I 8. The CITY hereby certifies that a total project cost of $23,900 has been approved by the CITY COMMISSION, and that funds have been appropriated and are aJ15ilable for payment ( .. . ,. . 1 . ;3 w' 'j' l~ Progress payments will be made to the COUNTY by CITY check within ten (10) working days within receipt of the County invoice detailing the County's approval of the Engineer's monthly payment request and final billing. 9. Upon completion and acceptance of the work, which will be determined jointly by the COUNTY and the CITY, the CITY shall own, control, maintain, and be responsible for all CITY utility facilities involved, according to the terms of the standard permit required by the State Statutes for occupancy of public rights-of- way. The CITY further agrees that it will maintain and keep in repair, or cause to be maintained and kept in repair, all of such constructed facilities or utilities. 10. For the additional stated consideration of $10.00, receipt of which is irrefutably acknowledged in hand by the CITY, the CITY shall indemnify, pay the cost of defense, including attorney's fees, and hold harmless the COUNTY, all the COUNTY's officers or employees from any and all legal actions, claims, or demands on any character by any person or legal entity against the COUNTY, its officers or its employees, arising out of the participation in this agreement by the CITY or use by the CITY of the completed "utility work", except for actions, claims or demands resulting from the sole negligence of the COUNTY its officers or employees. This paragraph shall not be deemed a waiver of any defense or limitations available to the CITY pursuant to Section 768.28, Florida Statutes, as the same may be amended from time to time. 11. Upon completion of the work, the COUNTY shall, within one hundred eighty (180) days, furnish the CITY with two (2) copies of its final and complete billing of all costs 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 and include all monthly payments to the Contractor. The final billing shall show the description and site of the project; the date on which the first work was performed; the date on which the earliest item of billed expense was incurred; 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 accounts bill can be audited. Adequate reference shall be made in the billing to the COUNTY's records, accounts or other relevant documents. All cost records and accounts shall be subject to audit by a representative of the CITY. Upon receipt of invoices prepared in accordance with the provisions of this Agreement, the CITY agrees to reimburse the COUNTY in the amount of such actual costs. The County will invoice the City monthly for all costs incurred under this Agreement, as certified by the City's inspector, and the CITY agrees to pay the COUNTY within ten (10) working days. 4 , , I I 12. The cost of any relocation within easements dedicated prior shall be borne by the COUNTY. of City of Clearwater utilities to existing COUNTY rights-of-way 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. By: -tZ~ Ron H. Rabun City Manager PINELLAS COUNTY, a political subdivision of the State of Florida ~~ /~U //~'~"'4 ~/."" '/<,;.-' -i.':;" /"~ By: ~~' ~./. -/"/~'"1- _ __ ~",:" '~, 'Chai~'" CITY OF CLEARWATER, a municipal corporation of the State of Florida ATTEST: ATTEST: Karleen F. De Blaker, Clerk BV~d.. " -<: CTIl hie.]:. Goudeau (Seal) '~"Clt Cl-erk, By: A, ~ ff.ui ./ Deputy Clerk (Seal) APPROVED AS TO FORM: By: ~ uL 4 OJ,, '1-ey County Atto ey Approved correctn ~ and 5 %') ) "0-': I , SCOPE OF SERVICES FOR ADJUSTMENT OF CITY OF CLEARWATER UTILITIES ON GULF BOULEVARD PROJECT CHECK OR PREVECT LIMITS (STA. 119+50 - STA 202+00) INTRODUCTION This scope consists of meetings, design, design revisions, survey and coordination activities necessary to address conflicts, relocations and adjustments of all city of Clearwater utilities on the Gulf Boulevard Project. Dames & Moore will make every effort to resolve water line, gas and sanitary sewer conflicts with a minimum amount of relocation and redesign. When appropriate, drainage structures will be added or modified to accommodate city of Clearwater utilities. Dames & Moore will obtain the necessary field surveys to accurately locate the city of Clearwater utilities in question and where necessary, provide the design services for the relocation of water lines, gas lines and sanitary sewer lines, in accordance with the city's specifications. These utility relocations will be incorporated into the Gulf Blvd. roadway construction plan package. It is anticipated that all design and design revisions defined in Task II will be shown on the existing Gulf Boulevard Roadway ) Construction Plans. The design work outlined in the following I I Tasks will require the modification of existing plan/profile ') sheets, x-section sheets, drainage structure sheets, quantity sheets, summary of drainage structure sheets, and the drainage map. In addition, it is anticipated that a separate set of utility relocation plans will need to be generated to address the design efforts defined in Tasks III and IV. These utility relocation plans will then be incorporated into the Gulf Boulevard Plans Package. TASK I - SURVEY ) Field survey data is required before Tasks II-V can be performed. Once all potential utility conflicts are identified, Dames & Moore will dispatch a three-man survey crew to field verify the conflicts. This survey effort shall not exceed two 3-man party days. It is assumed that the city of Clearwater , utilities Division will uncover their utilities at all required locations. } ") ) ) I I TASK II - REDESIGN/MODIFY DRAINAGE SYSTEM TASK III - WATERLINE Dames & Moore will review the existing roadway plans and identify conflicts and potential conflicts. A review of existing survey information will then be made to determine if the location of the water lines at these conflict areas require further investigation. Meetings will be held with pinellas County to determine if these conflicts can be resolved by relocation of the proposed drainage system. ) .. ) I I Upon completion of this preliminary work, relocation plans and specifications will be prepared detailing the relocation work required to accommodate the roadway construction. Plans, specifications and a cost breakdown will be submitted to the city of Clearwater subsequent to the pinellas County 90% review of the Gulf Blvd. Project. TASK IV - SANITARY SEWER AND GAS Dames & Moore will review the existing roadway plans and identify conflicts and potential conflicts. A review of existing survey information will then be made to determine if the location of the sanitary and gas lines at these conflict areas require further investigation. Meetings will be held with pinellas county to determine if these conflicts can be resolved by relocation of the proposed drainage system. In addition, Dames & Moore will visually inspect the sanitary manholes located along the route and prepare a brief summary as to their conditions. At that time a decision can be made as to whether or not they will be replaced as part of this contract. Upon completion of the preliminary work, relocation plans and specifications will be prepared detailing the relocation work required to accommodate the roadway construction. Plans, specifications and a cost breakdown will be submitted to the City of Clearwater subsequent to the pinellas County 90% review of the Gulf Boulevard Project. '. ", ) ) ) I I It is anticipated that the city of Clearwater will provide the following: 1) All applicable as-builts. 2) Standard Technical Specifications for water, sanitary sewer and gas mains. 3) Appropriate personnel to uncover city of Clearwater utilities. TASK V - OUANTITY BREAKDOWNS Upon completion of Tasks I-IV Dames & Moore will compute the cost differential between the Gulf Blvd 90% design before and after the resolution of the city of Clearwater utility conflicts. This task will include the itemization of those quantities effected by this project as well as those newly added quantities resulting from this proj ect. These quanti ties shall include drainage structures, drainage pipes, sanitary sewer pipes and appurtences, water lines and appurtences and gas lines and appurtences. This work effort will not include a cost estimate for the entire Gulf Blvd Project, but will be limited to defining the cost differential as described above. ) ) > ',~ I I PROJECT SCHEDULE Dames & Moore to complete Tasks I - V and submit Gulf Blvd 90% plans to pinellas County for review one month from receipt of the notice to proceed. . Dames & Moore will respond to 90% comments and submit one set of bluelines of Gulf Blvd. (Phase II) Construction Plans to the city of Clearwater within two weeks of receipt of the 90% review. '. Dames & Moore will respond to 100% review comments and submit one set of b1uelines of Gulf Blvd. (Phase II) Construction Plans to the City of Clearwater within two weeks of receipt of the 100% review. ~, ,:1 '," ) ) ) ,.... - / , I I SCHEDULE OF COMPENSATION TASK NAME LUMP SUM FEE I Survey * $ 1,888 II Redesign/Modify Drainage System $15,340 III Waterline Relocation $ 2,065 IV Gas Relocation and Sanitary Sewerline Adjustment $ 3,835 V Quantity Breakdowns $ 472 SUB-TOTAL $23,600 REIMBURSABLE COST (REPRO) $300 TOTAL LUMP SUM AMOUNT $23,900 * 2-3-party days