JOINT PROJECT AGREEMENT FOR GAS MAIN INSTALLATION WITHIN THE RIDGE ROAD PROJECTJOINT PROJECT AGREEMENT
BETWEEN PASCO COUNTY AND THE CITY OF CLEARWATER, FLORIDA, D/B/A
CLEARWATER GAS SYSTEM, FOR GAS MAIN
INSTALLATION WITHIN THE RIDGE ROAD (CR 524) PROJECT
FROM BROAD STREET TO MOON LAKE ROAD / DECUBELLIS ROAD
BY THE ROAD CONTRACTOR
THIS JOINT PROJECT AGREEMENT ("AGREEMENT") is made and entered into by
and between Pasco County ("COUNTY"), a political subdivision of the State of Florida,
and the City of Clearwater ("CITY"), a municipal corporation of the State of Florida, d/b/a
Clearwater Gas System ("CGS"), for the installation of CITY Gas Main within the
COUNTY Road Project. Each individually also referred to as "Party" and collectively as
"Parties".
WITNESSETH:
WHEREAS, the COUNTY is preparing roadway construction plans and contract
documents to widen and otherwise improve Ridge Road (C.R. 524) from Broad Street to
Moon Lake Road / Decubellis Road, COUNTY Work Order No. G6686.30 ("ROAD
PROJECT"); and,
WHEREAS, the CITY desires to install about 1,100 linear feet of 2" gas main and 17,200
linear feet of 4" gas main including fixtures and associated work upon, within, and along
the right-of-way corridor of the ROAD PROJECT ("CGS WORK"); and,
WHEREAS, the COUNTY and the CITY have determined that the ROAD PROJECT and
the CGS WORK will be most expeditiously and economically carried out with the least
inconvenience and disruption to the general public by each party entering into this
AGREEMENT providing for such work; and,
WHEREAS, the ROAD PROJECT and the CGS WORK will be performed by the
successful bidder who is awarded the Construction Contract for the ROAD PROJECT
("ROAD CONTRACTOR"), who will be fully responsible for the construction and
coordination of the ROAD PROJECT and CGS WORK; and,
WHEREAS, the COUNTY and CITY have entered into this AGREEMENT fully cognizant
of Chapters 125.42, 337.402 and 337.403, Florida Statutes, and neither party
relinquishes any of the rights as described under those statutes by participation in this
AGREEMENT. However, the COUNTY shall not participate in any utility improvements
as described in Chapter 337.403(1) (b), Florida Statutes. As referenced in those
statutes, the COUNTY shall be substituted for any and all references to the "authority"
and/or the "department".
NOW, THEREFORE, in consideration of the mutual promises contained herein, the
COUNTY and CITY agree as follows:
1.0) MUTUAL COOPERATION.
The COUNTY and CITY shall mutually participate in this AGREEMENT and shall work
cooperatively to coordinate and accomplish all aspects of both the ROAD PROJECT and
the CGS WORK. The COUNTY and CITY agree to endeavor to fulfill the responsibilities
and complete the work set forth in the AGREEMENT, and any amendment, modification,
supplement or Change Order, which may be approved by the COUNTY and the CITY
subsequent to execution of this AGREEMENT, as expeditiously as possible.
2.0) CITY RESPONSIBILITIES.
2.1) BID DOCUMENTS.
At its sole cost and expense, the CITY shall prepare the necessary Bid Documents
relating to the CGS WORK for inclusion of the CGS WORK in the ROAD PROJECT.
Within seven (7) days of the execution of this AGREEMENT, if not sooner, the CITY
shall provide to the COUNTY all final and complete CGS WORK Bid Documents.
2.2) PLAN COORDINATION.
The CITY agrees to coordinate its plans for the CGS WORK with the ROAD PROJECT
plans as well as with third-party utility plans. The CITY shall work with the COUNTY to
eliminate any conflicts that may exist befinreen the CGS WORK, the ROAD PROJECT
and the third-party utility plans. The basis of survey and other survey information for the
CGS WORK shall be consistent with the ROAD PROJECT plans.
2.3) CONFLICTS.
The parties expressly agree that the ROAD PROJECT shall take priority over the CGS
WORK. All CGS WORK shall be designed, located or relocated to avoid conflict between
the CGS WORK and the ROAD PROJECT. Any conflicts between the existing or
proposed facilities in the ROAD PROJECT and the CGS WORK shall be adjusted or
relocated to adequately accommodate the ROAD PROJECT.
2.4) NO GUARANTEE.
The ROAD PROJECT plans may contain certain information regarding existing or
proposed underground and above ground facilities within the limits of the ROAD
PROJECT. The COUNTY makes no guarantee as to the accuracy of such plans or the
completeness of the existing or proposed underground or above ground facilities within
the limits of the ROAD PROJECT.
2.5) CGS WORK BID DOCUMENTS.
The CGS WORK Bid Documents referred to in Section 2.1 above, shall include, but are
not limited to, the following:
- Two (2) sets of the CGS WORK Plans.
- Two (2) CD's of the CGS WORK Plans in pdf and AutoCADD formats.
- One (1) set of specifications for the CGS WORK.
- One (1) CD with the CGS WORK specifications in Word format.
- One (1) detailed unit price Engineer's Estimate for the CGS WORK including:
description, unit, quantity, estimated cost and extended cost and total CGS
WORK Estimate.
- One (1) copy of each final permit required for the CGS WORK.
�
- Any other associated material necessary for the advertisement, bidding, award
and/or construction of the CGS WORK.
2.6) NO RELIEF.
The review, approval, acceptance and/or incorporation by the COUNTY of any plans,
specifications, estimate or any other documents associated with the CGS WORK shall
not in any way relieve the CITY of responsibility for the accuracy or completeness of the
CGS WORK Bid Documents.
2.7) NO WAIVER.
The review, approval, acceptance and/or incorporation by the COUNTY of any plans,
specifications, estimate or any other documents associated with the CGS WORK shall
not operate as a waiver of any rights the COUNTY may have under this AGREEMENT
or of any cause of action the COUNTY may have arising out of the performance or non-
performance of this AGREEMENT.
2.8) NO CLAIMS.
The CITY expressly acknowledges and agrees that the COUNTY shall not be liable or
responsible for any claims or damages which may result from any actions, omissions or
negligence of the CITY in which the COUNTY may have participated in, either review,
approval, acceptance and/or incorporation of any of the CGS WORK Bid Documents
provided by the CITY.
2.9) PERMITTING.
Any permitting required for the CGS WORK shall be done by the CITY, at its own
expense. No permit modifications shall take place without the written consent of the
COUNTY. The CITY agrees to provide the COUNTY with any permit application or
modification not less than fourteen (14) calendar days prior to submitting such
application or modification to the permitting agency.
2.10) CITY REPRESENTATIVE.
At its own expense, the CITY shall provide a knowledgeable representative to respond
to any CGS WORK-related questions during the advertisement and bidding of the ROAD
PROJECT. The CITY shall also provide a knowledgeable representative to attend the
Project Meetings prior to and during the performance of the CGS WORK.
At its own expense, the CITY shall provide for the review and approval of shop drawings
and any other submittals relating to the CGS WORK during the construction of the
ROAD PROJECT. The review and approval to any shop drawings and submittals shall
be performed in a timely manner and shall not delay the ROAD PROJECT.
In addition, the CITY shall provide the inspection for the CGS WORK. However, any
questions, comments, concerns or directions of the CITY regarding the CGS WORK
shall be addressed to the COUNTY by the CITY and shall not be addressed directly to
the ROAD CONTRACTOR.
3
3.0) COUNTY RESPONSIBILITIES.
3.1) ROAD PROJECT PLANS.
The COUNTY shall provide to the CITY a"hard" copy and an electronic copy of the
ROAD PROJECT plans within fourteen (14) days of the execution of this AGREEMENT.
The electronic version of the ROAD PROJECT plans shall be in AutoCADD format. If
necessary, the CITY shall be responsible for the conversion of those ROAD PROJECT
plans to any other format at its own expense.
3.2) CITY CONDITIONS.
The COUNTY will require the ROAD CONTRACTOR to comply with the following
conditions. These conditions will be included in the ROAD PROJECT Bid Documents.
The CITY shall be responsible for the costs attributed to the compliance with these
conditions as part of the CGS WORK.
a.) Indemnify, hold harmless, pay on behalf of and defend the COUNTY and its agents
and employees and the CITY and its agents and employees from and against all claims,
damages, losses and expenses, including, but not limited to, attorney's fees, arising out
of or resulting from the performance of the ROAD PROJECT or the CGS WORK; and,
b.) Provide a dual obligee bond on the full amount of the ROAD PROJECT, naming both
Parties as obligees; and,
c.) Provide insurance coverage with the Parties named as additional insured entities and
certificate holders in the sum of $2,000,000 per occurrence and $2,000,000 in the
aggregate.
3.3) ROAD PROJECT PROCESS.
3.3.1) ALTERNATE.
The COUNTY will be responsible for the assembly of all necessary Bid Documents for
the ROAD PROJECT and the CGS WORK. The COUNTY will also be responsible for
advertisement, bidding, award and administration of the construction contract for the
ROAD PROJECT and the CGS WORK. The plans, specification and bid items for the
CGS WORK shall be included in the ROAD PROJECT as the "Alternate "A" —
Clearwater Gas System Work".
3.3.2) NOTIFICATION.
After the COUNTY receives, opens and evaluates the ROAD PROJECT bids, the
COUNTY will notify the CITY, in writing, of the COUNTY'S Intent to Award the ROAD
PROJECT. This notification will include the amount of the CGS WORK Alternate "A".
The CITY understands and agrees that the COUNTY intends to award the ROAD
PROJECT to the lowest responsive and responsible bidder. The lowest bid shall be
based on the total of the ROAD PROJECT and CGS WORK Bid Prices, if the CGS
WORK remains in the ROAD PROJECT.
3.3.3) RESPONSE.
4
The CITY will have fifteen (15) days from the receipt of the COUNTY'S notification to
provide a response, in writing, that the CGS WORK should remain in the ROAD
PROJECT or that the CGS WORK should be deleted from the ROAD PROJECT.
If the CGS WORK is to be deleted from the ROAD PROJECT, the CITY'S response
shall also indicate that the CITY intends to perform the CGS WORK with the CITY'S own
forces or the CITY'S own Contractor. In order not to delay the construction of the ROAD
PROJECT, the CITY must indicate that it is ready and able to perform the CGS WORK
prior to requesting that the COUNTY delete the CGS WORK from the ROAD PROJECT.
The CITY does not have the right to delay or affect, in any way, the award of the ROAD
PROJECT. In the event that the CITY, during the performance the ROAD PROJECT
and/or the CGS WORK, causes a compensable delay to the ROAD PROJECT, the CITY
will pay all claims and costs incurred by the COUNTY due to such delay.
3.3.4) NO OBLIGATION.
The COUNTY is under no obligation to accept any of the bids received at the Bid
Opening for the ROAD PROJECT and may, at its option, without incurring any obligation
to the CITY, reject all bids or any part of any bid received at Bid Opening. The COUNTY,
in its sole discretion, may award the ROAD PROJECT to the Bidder it deems the lowest
responsive and responsible Bidder on both the ROAD PROJECT and CGS WORK. The
award of the ROAD PROJECT, if made by the COUNTY, will be within ninety (90)
calendar days after the opening of the bids unless this time limit is changed or extended
by the COUNTY in accordance with the Bid Documents.
4.0) CHANGE ORDERS.
For any change to the CGS WORK, a Change Order shall be requested in writing by the
CITY. Any such request shall include a written description of the changed work, a
sketch, and a completed COUNTY Change Order Form. The COUNTY will review the
Change Order documents only for their effect on the ROAD PROJECT and the overall
ROAD PROJECT cost. An authorized CITY representative shall sign the Change Order
Form prior to submittal to the COUNTY.
Within ten (10) calendar days of receipt of the Change Order documents, the COUNTY
shall either return the Change Order documents to the CITY with comments, or the
COUNTY shall submit the Change Order documents to the ROAD CONTRACTOR for
concurrence. With revision to the satisfaction of the COUNTY and concurrence from the
ROAD CONTRACTOR, the Change Order will be submitted to the COUNTY Board of
County Commissioners (BCC) for approval and ratification.
5.0) CITY FUNDING.
The CITY hereby certifies that funding for the estimated CGS WORK cost of four
hundred and twenty-six thousand, nine hundred and sixty-five dollars and no cents
($426,965.00 — See EXHIBIT "A"), has been appropriated and is available for deposit in
a CGS WORK Escrow Account for the purpose of payments by the COUNTY to the
ROAD CONTRACTOR on behalf of the CITY for the CGS WORK.
The CITY also certifies that an additional five percent (5%) for COUNTY administration
costs in the amount of twenty-one thousand, three hundred and forty-eight dollars and
twenty-five cents ($21,348.25) has also been appropriated and is available for deposit in
a separate COUNTY Administration Escrow Account for the purpose of payments by the
CITY to the COUNTY for the COUNTY administration of the CGS WORK on behatf of
the CITY. The deposits will be due to the COUNTY no later than thirty (30) calendar
days from the date of notification of the COUNTY'S intent to award the ROAD PROJECT
including the CGS WORK.
If the CGS WORK Alternate "A" of the ROAD CONTRACTOR'S Bid exceeds the amount
of the estimated CGS WORK cost, then, subject to and in accordance with the
limitations and conditions established by Section 3.3 of this AGREEMENT, regarding the
CITY'S option to remove the CGS WORK, the CITY will deposit an amount with the
COUNTY which equals the total CGS WORK Alternate "A" Bid Price plus five percent
(5%) of that amount for the COUNTY administration in the separate Escrow Accounts.
Any interest which accrues on the CGS WORK Escrow Account balance will be used
toward the CITY'S share of the Project Cost. The COUNTY will retain any interest that
accrues on the COUNTY Administration Escraw Account balance.
In the event that the final, actual cost of the CGS WORK is less than the estimated CGS
WORK cost, the COUNTY will reimburse the CITY any excess CGS WORK Escrow
Account funds. Should CGS WORK Change Order(s) increase the CGS WORK cost, the
CITY will be notified by the COUNTY accordingly. The CITY agrees to provide, in
advance of the additional work being performed by Change Order, adequate funds to
ensure that the cash on deposit in the separate CGS WORK and COUNTY
Administration Escrow Accounts is sufficient to fully fund the CGS WORK (including 5%
to cover the COUNTY administration). The COUNTY shall notify the CITY as soon as it
becomes apparent that the actual cost of the CGS WORK will exceed the CGS WORK
Bid Amount; however, failure of the COUNTY to notify the CITY shall not relieve the
CITY from its obligation to pay for the full cost of the CGS WORK.
6.0) TERMINATION.
Either Party to the AGREEMENT may terminate the same, upon the provision of thirty
(30) days written notice advising the other Party of its intent to terminate the
AGREEMENT. Unless otherwise mutually agreed upon by the Parties, said termination
shall be effective thirty (30) days after receipt of the written notice without further action
by either Party.
Should either Party elect to terminate this AGREEMENT before the CGS WORK has
commenced, the CITY or a Contractor for the CITY must obtain a Right-of-Way Use
Permit from the COUNTY to proceed with the CGS WORK. However, the CITY is
advised that TIME IS OF THE ESSENCE for the ROAD PROJECT. The CITY will be
responsible for any delay to the ROAD CONTRACTOR. The balances remaining in the
Escrow Accounts will be returned to the CITY.
Should either Party elect to terminate this AGREEMENT after the CGS WORK has
commenced, the CITY or a Contractor for the CITY must obtain a Right-of-Way Use
Permit from the COUNTY to continue with the CGS WORK. The CITY is advised that
TIME IS OF THE ESSENCE for the ROAD PROJECT. The CITY will be responsible for
any delay to the ROAD CONTRACTOR. The CITY will be responsible for all costs
6
incurred relating to the CGS WORK through the effective date of the notice of
termination, from the CGS WORK Escrow Account. The balance of the CGS WORK
Escrow Account will be returned to the CITY. The COUNTY will retain 5% of the CGS
WORK cost from the COUNTY Administration Escrow Account. The balance of the
COUNTY Administration Escrow Account will be returned to the CITY.
7.0) INDEMNIFICATION.
The CITY agrees to indemnify, defend and hold harmless the COUNTY and all its
officers, agents and employees from any claims, losses, demands or causes of action of
whatever kind or nature resulting from the CITY'S negligent acts or omissions, that the
COUNTY, its officers, agents or employees may or could sustain as a result of or
emanating from the terms and conditions contained in this AGREEMENT. In
consideration of the CITY'S indemnity, the COUNTY will tender to the CITY ten dollars
($10.00) and other good and valuable consideration, the receipt of which is hereby
acknowledged.
8.0) MISCELLANEOUS PROVISIONS.
A/) NOTICES — Any notice, statement, demand or other communication required or
permitted to be delivered, served or given by either Party to the other shall be deemed
delivered, served or given, if mailed in any general or branch United States Post Office
(USPS) enclosed in a registered or certified envelope addressed to the respective Party,
as follows:
TO COUNTY: John J. Gallagher, Pasco County Administrator, West Pasco Government
Center, 8731 Citizens Drive, Suite 340, New Port Richey, FL 34654.
TO CITY: George N. Cretekos, Mayor, City of Clearwater, 112 S. Osceola Avenue,
Clearwater, FL 33756
B.) FUNDING — The COUNTY'S responsibilities under this AGREEMENT are contingent
upon the appropriation of funds required for the ROAD PROJECT.
C.) LAW / VENUE — The applicable laws of the State of Florida shall govern the validity,
interpretation, construction and performance of this AGREEMENT. Venue for any suit
involving this AGREEMENT shall be Pasco County, Florida,
D.) AGREEMENT TERM — This AGREEMENT shall be effective on the executed date of
the COUNTY and shall continue in full force and effect until payment in full by the CITY
under Section 5.0 of this AGREEMENT is received by the COUNTY. TIME IS OF THE
ESSENCE IN THE PERFORMANCE OF ALL RESPONSIBILITIES UNDER THIS
AGREEMENT.
E.) FORCE MAJEURE — Neither the COUNTY nor the CITY shall be liable to the other
for any failure to perform under this AGREEMENT to the extent such performance is
prevented by an act of God, war, riot, natural catastrophe, or other event beyond the
control of the non-performing Party and which could not have been avoided or overcome
by the exercise of due diligence; providing that the Party claiming the excuse from
pertormance has (a.) promptly notified the other Party of the occurrence of the event and
7
i#s estimated duration, (b.) promptly remedied or mitigated ihe effecf of the event to the
extent possibie, and {c.) resumed performa�ce as soon as possible.
F.} ASSiGNMENT — NQ assignment, detegation� transfer or novation of this
AGREEMENT or any part thereof shall be made unless approved in writing by the
Parties. -
G.) HEADINGS — All section headings contained herein are included for convenience
only and shal( not effect in any manner the cansVuction or interpretation of the
AGREEMENT.
H.) SEVERABILITY — In the event #hat any provisivn of this AGREEMENT shall for any
reason be determined invalid, iliegal or unenforceable in any �espect, the Parties hereto
shall negotiate in gaod faith and agree to such amendments, modifications or
supplements to this AGREEMENT or such other apprapriate actions as shall implement
and give effect to the intentions of the Parties reflected herein. All other pravisions of this
AGREEMENT, as amended, modified, supplemented or otherwise affe�ted by such
action, shall remain in fuH force and eifect.
I.} AM�NDMENT -- The AGREEMENT may only be amended, mod�ed or supplemented
in wri�ing and must be duly executed by the COUNTY and CITY.
J.) ENTIRE AGREEM�NT — All negotiations, proposals and draft agreements prior to
the date of execution of this AGREEMENT are hereby superseded by this
AGREEMENT. This AGREEMENT shall constitute the entire AGREEMENT of the
COUNTY and ClTY with respec# to the ROAD PR�JECT and the CG5 WORK.
K.) SUCCESSORS AND ASSIGNS — This AGR�EMENT shall be binding upon and
inure to the benefit of the respective successors, assigns, administrators and managers
of the COUNTY and the CITY.
L.) EXECUTION OF aOCUMENTS — This AGREEMENT shall be executed in five (5)
duplicate originats, any of which shaEE be regarded for ail purposes as an original and all
of which shall canstitute one and the same instrument. The COUNTY shall retain four {4)
fully executed copies and the C17Y shall retain one (1) fully executed copy.
IN WfTNESS W�EREOF, the p rtie hereto have executed the foregoing AGREEMENT
on this the � day of �'� � t� ',1Q�; 201�:
� BOARD F COUNTY CUMMISSiONERS
OF P O CUUNTY ,�LC�
r'' fU •��,�L'�s i _.
�� !►NI,��+,�'�� � l;'
; � � BY: �'�-'�--- -- .
���y� �„a `� � ANN HILDEBRANQ, CHAIRMAN
,TTEST: � o� �
�� APPRQVED
.�����.�a`.� ,�� � ��`f �i�.Qs-=i-' iN SES�1C1�v
N'�LA S. O'NEIL, Ph.D.
COUNTY GLERK
8
��� � � Z���
PASCO C�Uf�TY
BCC
ATTEST:
BY:
WITNESS SIGNATURE
PRINT NAME
BY:
WITNESS SIGNATURE
PRINT NAME
(SEAL)
Countersigned:
� �e.�r�en�r��t�s
George N. Cretekos
Mayor
Approved as to form:
�
�
Laura Mahony
Assistant City Attorney
�
CITY OF CLEARWATER, FLORIDA
By: � `��Qi.a,c�.� �f Wa�—, ,� .��T'
William B. Horne II
City Manager
Attest:
,��;4WJ-f..`1(. (.(,4 K..
Rosemarie Call
City Clerk
�Gw�Of iHF����
v�'
1� \�, ! i ��
�... � �
t.± i- .�.
%, �'`�
/ �,.��
EXHIBIT "A"
CLEARWATER GAS SYSTEM (CGS) WORK ESTIMATE
JOINT PROJECT AGREEMENT BETWEEN PASCO COUNTY AND THE
CITY OF CLEARWATER, FLORIDA, D/B/A CLEARWATER GAS SYSTEM,
FOR GAS MAIN INSTALLATION WITHIN THE RIDGE ROAD (CR 524)
PROJECT FROM BROAD STREET TO MOON LAKE ROAD / DECUBELLIS
ROAD BY THE ROADWAY CONTRACTOR
ALTERNATE "A" — CGS WORK
ITEM NO. ITEM DESCRIPTION QUANTITY UNITS UNIT PRICE TOTAL COST
CGMOB Mobilization 1 LS $36,910 $36,910
CGMOT Maintenance of Traffic 1 LS 18,455 18,455
CGSUR Survey, Utility AsBuilt Drawings 1 LS 2,500 2,500
1 Utility Pipe, Install Only, PE, Gas 2" 1,000 LF 15 15,000
2 Utility Pipe, Install Only, PE, Gas 4" 15,700 LF 20 314,000
3 Utility Pipe, Instal� Only, PE, Dir. Bore, Gas 2" 100 LF 20 2,000
4 Utility Pipe, Install Only, PE, Dir. Bore, Gas 4" 1,500 LF 25 37,500
5 Utility Fixtures, Install Only, 4" Valve and Box 4 EA 50 200
6 Utility Fixtures, Install Only, 4"x2" Tee 8 EA 50 400
ALT "A" TOTAL $ 426,965.00
COUNTY Administration costs % 5% $ 21,348.25
TOTAL $ 448,313.25
RIDGE ROAD C. R. 524
(Broad Street to Moon Lake Road/Decubellis Road)
PROJECT NUMBER C6686.30
CLEARWATER GAS
WORK BY
HIGHWAY CONTRACTOR, PLANS
SYSTEM
REVISED 4/30/2012
ww
��
��
�I�
LOCATION MAP
N.T.S.