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