SCHAMATIC LEVEL DESIGN SERVICE OF THE GULF BOULEVARD IMPROVEMENT PROGRAM
~
PINELLAS COUNTY GOVERNMENT IS COMMITTED TO PROGRESSIVE PUBLIC POLICY,
SUPERIOR PUBLIC SERVICE, COURTEOUS PUBLIC CONTACT, JUDICIOUS EXERCISE
OF AUTHORITY AND SOUND MANAGEMENT OF PUBLIC RESOURCES, TO MEET THE
NEEDS AND CONCERNS OF OUR CITIZENS TODAY AND TOMORROW
INTERLOCAL AGREEMENT
BETWEEN PINELLAS COUNTY AND THE CITY OF CLEARWATER
FOR
SCHEMATIC LEVEL DESIGN SERVICE OF THE
GULF BOULEVARD IMPROVEMENT PROGRAM
AGREEMENT PREPARED BY
DEPARTMENT OF PUBLIC WORKS CONSULTANT SERVICES DIVISION
Page 1 of 13
SECTION 1
INTENT OF INTERLOCAL AGREEMENT
THIS AGREEMENT entered into on the L1-- day of 0 L ~b -4- 2006,
between the BOARD OF COUNTY COMMISSIONERS of Pinellas County, a political
subdivision of the State of Florida, hereinafter referred to as the COUNTY, and the CITY
OF CLEAR WATER, a municipal corporation of the State of Florida, hereinafter called
the MUNICIPALITY.
WHEREAS, this Agreement is made and entered between the parties pursuant to
Section 163.01, Florida Statutes, the "Florida Interlocal Cooperation Act of 1969;" and
WHEREAS, the GULF BOULEVARD IMPROVEMENT PROGRAM, hereinafter
referred to as the PROJECT, is intended to enhance the entire Gulf Boulevard corridor
running through the Pinellas County beach cities by creating a unified streetscape
experience and relocating the overhead utilities underground; and
WHEREAS, the main purposes of the GULF BOULEV ARD IMPROVEMENT
PROGRAM are to upgrade streetscape and utility elements to improve safety and welfare
of the public and increase tourist appeal in the project area; and
WHEREAS, the GULF BOUL V ARD IMPROVEMENT PROGRAM Master Plan
published in June 2001 and subsequent PROJECT BUDGET REPORT (December 2002)
identifies conceptual quantities and costs of streetscape components, a copy of which is
maintained in the official records of Pinellas County; and
WHEREAS, the parties have determined that schematic level design services are
required to further define construction requirements and update anticipated construction
cost estimates for future funding considerations; and
WHEREAS, the parties desire to commit themselves to this joint project by
providing financial support for the schematic level design service; and
WHEREAS, the parties have determined that it would be in the best interest of the
general public and to the economic advantage of both parties to coordinate and cooperate
in their efforts to facilitate development of the PROJECT.
NOW THEREFORE, the COUNTY and the MUNICIPALITY, in consideration of
the mutual covenants hereinafter set forth, agree as follows:
Page 2 of 13
SECTION 2
THE PROJECT
2.1 In accordance with the GULF BOULEV ARD IMPROVEMENT PROGRAM
MASTER PLAN dated June 2001 and subsequent PROJECT BUDGET REPORT
(December 2002), the streetscape components identified in Appendix A of this
agreement will be consistent with the intent of the Master Plan/Report and
considered Basic Elements of the Gulf Boulevard Streetscape design within the
MUNICIPALITY limits.
2.2 The Basic Elements identified in Appendix A will be considered minimum
components to be used during the schematic level design service of the PROJECT.
Supplemental Elements may be identified in the design documentation, considered
"Optional Implementation" as determined by the MUNICIPALITY.
2.3 The identification of these components is intended to provide for a uniform level of
consistency within the Gulf Boulevard corridor and within the MUNICIPALITY'S
jurisdictional limits, subject to physical design constraints, and permit requirements.
These defined elements are subject to an evaluation conducted during the schematic
level design process by the PROJECT Consultant. The schematic level design
services will incorporate the Basic Elements reasonably applied with features
identified in the corridor that may already exist, equivalent to or demonstrating
compliance of the intent of the GULF BOULEV ARD IMPROVEMENT
PROGRAM MASTER PLAN and subsequent PROJECT BUDGET REPORT.
SECTION 3
MUNICIPALITY'S COMMITMENT
3.1 The MUNICIPALITY will participate in the schematic level design service,
providing input during plan development for confirmation of compliance to
standards established in the aforementioned MASTER PLAN and subsequent
PROJECT BUDGET REPORT. The MUNICIPALITY will return comments
generated during the review process within 15 calendar days of receipt of plans to
avoid project delays.
3.2 The MUNICIPALITY acknowledges the quantities of easements that may be
identified during the schematic level design effort are approximate and subject to
change by final utility design requirements. A 10' Public Utility and Landscape
Easement along each side of the Gulf Boulevard corridor is highly desirable to
assist with the design of the undergrounding of Utilities, affording more flexibility
in uncertain underground conditions, and provide opportunity for landscape
treatment in confined sections of the corridor.
3.3 The MUNICIPALITY will be responsible for obtaining and paying for all mutually
agreed upon utility easements within the MUNICIPALITY limits, identified in the
design documentation, if identified by the Utility Company as needed to construct
Page 3 of 13
.... ,
the PROJECT. The MUNICIPALITY acknowledges that the COUNTY cannot
advertise for construction until all easements necessary for undergrounding of
utilities have been acquired. The MUNICIPALITY will diligently proceed in
obtaining these easements in a timely manner to avoid delays in starting
construction and added costs to both the COUNTY and MUNICIPALITY.
3.4 The MUNICIPALITY will be responsible for the providing and paying for all
private utility overhead-to-underground service conversions within the
MUNICIP ALITY limits, which will be identified in the future design
documentation if needed to construct the PROJECT.
3.5 The MUNICIPALITY will be responsible for providing the necessary funding for
all schematic level design services associated with the PROJECT streetscape
component within the MUNICIPALITY limits.
3.6 The MUNICIPALITY acknowledges this agreement can be modified upon the
mutual agreement of both parties to include the cost of final design and construction
of the PROJECT, subject to funding approval by the MUNICIPALITY.
3.7 The MUNICIPALITY acknowledges their potential future funding responsibilities
in the construction effort will include implementation of the streetscape design,
based on the standards established in the schematic level design service and the
aforementioned GULF BOULEVARD IMPROVEMENT PROGRAM MASTER
PLAN dated June 2001 and subsequent PROJECT BUDGET REPORT (December
2002) as amended by the final design construction documents.
3.8 The MUNICIPALITY acknowledges it is in the best interests of the general public
and to the economic advantage of both parties that the undergrounding of utilities
and the streetscape effort will be constructed as part of the same construction effort
under the COUNTY's direction.
3.9 The MUNICIPALITY agrees that all decisions regarding the schematic level design
services, final design and construction of the project will be generally consistent
with the intent of the aforementioned GULF BOULEV ARD IMPROVEMENT
PROGRAM MASTER PLAN dated June 2001 and subsequent PROJECT
BUDGET REPORT (December 2002).
3.10 The MUNICIPALITY agrees to assist the COUNTY during the implementation of
the PROJECT by conducting public meetings to provide information to the general
public, and to assist with the research and transfer of information and/or public
records that may be in the possession of the MUNICIPALITY to the COUNTY,
and MUNICIPALITY staff that may provide assistance during all implementation
phases of the PROJECT.
Page 4 of 13
SECTION 4
COUNTY'S COMMITMENT
4.1 The COUNTY will provide management oversight during the implementation of the
design and construction of the PROJECT. Such duties include, but are not limited
to, Project Management, procurement of Professional Services from third parties
which may be supplemented by County staff, hiring of a construction contractor(s),
and coordination/negotiation with utility companies, construction inspection which
may be supplemented by third parties, etc.
4.2 The COUNTY acknowledges this agreement can be modified to include the final
design and construction of the utility and streetscape components of the PROJECT,
utility component subject to funding approval by the COUNTY.
4.3 In consideration of the MUNICIPALITY's potential future commitment to fund the
implementation of the design and construction of the streetscape element of the
PROJECT, the COUNTY acknowledges their potential future funding
responsibilities will include implementation of the design and construction of
undergrounding of the overhead utilities, and restoration efforts caused by the
undergrounding of the overhead utilities concurrent with the MUNICIPALITY's
implementation effort.
4.4 In the event both the COUNTY and MUNICIPALITY approve the funding for the
construction of the Gulf Boulevard Improvement Program within the jurisdiction of
said MUNICIPALITY, consistent with the intent of the aforementioned GULF
BOULEV ARD IMPROVEMENT PROGRAM MASTER PLAN and subsequent
PROJECT BUDGET REPORT, as defined by the final design documents for said
construction, the COUNTY acknowledges their funding responsibilities will include
the reimbursement of funds paid by the MUNICIPALITY for undergrounding the
Gulf Boulevard overhead utilities within said MUNICIPALITY prior to the
implementation of the PROJECT. Said reimbursement may be by separate
agreement with the MUNICIPALITY, or an amendment to this agreement. Upon
approval by the COUNTY for said funding for underground reimbursements the
MUNICIP ALITY acknowledges that all reimbursement requests will be
accompanied by auditable detailed documentation of actual expenditures for
examination by the COUNTY. Upon COUNTY verification of expenditures by
MUNICIPALITY, reimbursement would be made within sixty (60) days after
receipt. Both parties further acknowledge reimbursements can only be made after
COUNTY approval of award of bid for construction of the PROJECT within said
MUNICIP ALITY jurisdiction.
4.5 The COUNTY will assist the MUNICIPALITY in seeking Federal and/or /State
grants that may be available to assist with the funding of the PROJECT by
providing documentation that may be in the COUNTY's possession.
4.6 In consideration of the MUNICIPALITY'S commitment to provide financial
support of the schematic level design service of the PROJECT streetscape
Page 5 of 13
component, the COUNTY will advance payment for all costs necessary for a
schematic level design service associated with determining anticipated easement
locations necessary for the undergrounding of the overhead utilities. Municipality
acknowledges easement locations developed during the schematic level design are
approximate, subject to modification during the final design and construction
document phase of the PROJECT.
SECTION 5
COMPENSATION
5.1. The COUNTY will advance payment for all costs related to the Professional
Services associated with the schematic level design service which includes the
aforementioned Basic Element of the GULF BOULEVARD IMPROVEMENT
PROGRAM MASTER PLAN streetscape component up to an amount not to exceed
$6,765.41. The MUNICIPALITY will reimburse the COUNTY for the actual cost
related to the schematic level design of the PROJECT plus a five percent (5%)
administrative surcharge for the COUNTY's costs of administration of the
associated contract(s) up to an amount not to exceed $338.27, for a total
reimbursement cost of an amount not to exceed $7,103.68. In the event the total
costs exceed $7,103.68, the PROJECT may be terminated or this Agreement may
be amended to increase these spending limits. Actual costs will not be determined
until completion and acceptance of final schematic level design documentation.
5.2. The COUNTY will invoice the MUNICIPALITY on a monthly basis for
reimbursement of costs outlined in this Interlocal Agreement. All reimbursement
requests will have adequate documentation (consultant invoices) justifying actual
amounts paid by COUNTY. Payment shall be in accordance with the Local
Government Prompt Payment Act.
SECTION 6
GENERAL PROVISIONS
6.1. The COUNTY's records of expenses related to the PROJECT will be available for
examination, audit, and/or reproduction by the MUNICIPALITY's agent or
representative, at any time, should the MUNICIPALITY determine a need for such
examination, at its sole discretion. Records should be retained for three (3) years
after final payment is made.
6.2. It is the intent of the COUNTY and MUNICIPALITY that, upon completion of the
schematic level design service phase of the PROJECT, this agreement be amended
to include the design and subsequent construction of both the undergrounding of
utilities and the streetscape components, subject to funding. Construction of
Page 6 of 13
undergrounding of utilities and streetscape components will be performed in unison,
subject to the terms of the aforementioned amendment.
6.3. Upon completion of the PROJECT, the MUNICIPALITY will own, operate, and
maintain all streetscape components implemented in the PROJECT within their
MUNICIP ALITY jurisdiction, subject to terms in the associated construction
permits and Interlocal Agreement amended for same.
SECTION 7
ADDITIONAL SERVICES
The COUNTY will not enter into Additional Services that would require additional
compensation from the MUNICIPALITY without advance written approval by the
MUNICIP ALITY.
SECTION 8
AGREEMENT TERM
This Agreement will become effective on the date of execution first written above as well
as recording in the official records of Pinellas County and will remain in effect until
September 30, 2007 unless extended by mutual agreement of both parties, or terminated
under other provisions of this Agreement.
SECTION 9
TERMINATION OF AGREEMENT
9.1 Either party upon thirty (30) days written notice may terminate this Agreement if
conditions arise, such as lack of available funding, that dictate it is in the public
interest to terminate. In the event of contract termination, the MUNICIPALITY will
pay all costs associated with the Schematic Level Design Service to the level of
effort completed at time/date of termination.
9.2 This document embodies the whole Agreement of the parties. There are no
promises, terms, conditions, or allegations other than those contained herein and
this document will supersede all previous communications, representations, and/or
agreements, whether written or verbal, between the parties hereto. This Agreement
may be modified only in writing, executed by all parties. This Agreement will be
binding upon the parties, their successors, assignees, and legal representatives.
9.3 Each party, without waiving its sovereign immunity, is responsible, to the extent
provided by law, only for its own negligence in the performance of the agreement.
9.4 Any amendment to, or modification of, this Agreement or any alteration, extension,
supplement, change of time, or scope of the work will be in writing and signed by
both parties.
Page 7 of 13
9.5 If any word, clause, sentence, or paragraph of the Agreement is held invalid, the
remainder of this Agreement would continue to conform to the intent of this
Agreement.
9.6 This Agreement will be governed and construed in accordance with the laws of the
State of Florida.
9.7 Nothing herein will be construed to create any third party beneficiary rights in any
person not a party to this Agreement.
9.8 In the event funds are not appropriated by or on behalf of the COUNTY or
MUNICIP ALITY in any succeeding fiscal year for purposes described herein, thus
preventing the COUNTY or MUNICIPALITY from performing its contractual
duties, then this Agreement will be deemed to terminate at the expiration of the
fiscal year for which funds were appropriated and expended.
SECTION 10
OFFICIAL NOTICE
All invoices or notices required by law or by this Agreement to be given by one (1) party
to the other, will be in writing, and will be sent to the following respective addresses:
1. COUNTY: Director of Financial Services & Contracts
Pinellas County Department of Public Works Administration
440 Court Street
Clearwater, FL 33756
2.
MUNICIPALITY:
CITY OF CLEAR WATER
112 S. Osceola Avenue
Clearwater, FL 33756
Page 8 of 13
-,
SECTION 11
IN WITNESS WHEREOF, the parties hereto have caused these present to be executed by
their duly authorized officers, and their official seals hereto affixed, the day and year first
above written.
CITY OF CLEARWATER
PINELLAS COUNTY, by and through its
County Administrator
By: -;JJ:
Title: William B. Horne II
City Manager
By~~JtuI ~
WITNESS: _
ATTES'I:.: _ -.. _:: .-:
- -
~. ~l~~..fud1r~~
../ : . C1ty CJJ.erk
~,... -- .' ~'
WITNESS:
By: ~~.
u_
~
ApP~.()Y~I? ;\81:0 FORM:
BY~
Office 0 -city of Clearwater Attorney
Pamela K. Akin
City Attorney
APPROVED AS TO FORM:
BY~~
Office of County Attorney
Countersigned:
~,-e
F~k V. Hibbard
Mayor
p(,~
Page 9 of 13
APPENDIX A
STREETSCAPE COMPONENTS
CITY OF CLEARWATER
Note: Components as per GULF BOULEVARD IMPROVEMENT
PROGRAM PROJECT BUDGET REPORT December
I,
, y
Private Service Conversion - Residential Sin Ie Phase
Private Service Conversion - Commercial Sin Ie Phase
Private Service Conversion - Commercial 3 Phase
Private Service Conversion - Commercial 3 Phase Closed Delta
Each
Each
Each
Each
Sanibel Li ht Fixture - 17' mountin ht., color: white
Sanibel Li ht Fixture - 17' mountin ht., color: black
Sanibel Li ht Fixture -17' mountin ht., color: white
Sanibel Li ht Fixture - 17' mountin ht., color: black
Sanibel Li ht Fixture - 17' mountin ht., color: white 70' o.c. s acin
*Note: installation cost includes banner arms and electrical outlet for each
ole
Banners for oles
Each
..1\ic>tI
Trolle
Trolle
Trolle
Trolle
Trolle
Trolle
& metal banner
Page 10 of 13
"
. .
;Uriti
Aluminum Ribbon Bench b Beacon Products
Custom color for aluminum Ribbon Bench
Gulf Blvd or MUNICIPALITY medallion for bench arm
Concrete Pad for bench/litter rece tacle node
Bike Racks
Traffic stri in for bike lane
Custom Color for bike rack
.f"':""-'''-':''' '.,:.;::,:.:,;:, .':i........lI;}
:":!J,_ :: mP.:
Concrete Crosswalk w/ Tinted & Textured Concrete
Concrete Crosswalk w/ Tinted & Textured Concrete
Concrete Crosswalk w/ Tinted & Textured Concrete
Concrete Crosswalk w/ Tinted & Textured Concrete
Concrete Crosswalk w/ Tinted & Textured Concrete
Safe Haven Median
Safe Haven Cone. Crosswalk 2 lane road
Safe Haven Cone. Crosswalk 2 lane w/ turn lane
Safe Haven Cone. Crosswalk 4 lane road
Safe Haven Cone. Crosswalk 4 lane w/ turn/median
Safe Haven Cone. Crosswalk 4 lane w/ median/ arkin
Handica Ram s for safe haven median crosswalks
Handica Ram s at intersections
Demolition and excavation of existin as halt for safe haven median
Groundcover ass for safe haven median
Shrubs for safe haven median ass
S ecimen lant materials for safe haven median ass
Irri ation for safe haven median
Page 11 of 13
:i i:...hll~:;! ;f:
Each
Linear Feet
Each
Q
Each
Each
Each
Each
Each
Each
Each
Each
Each
Each
Each
Each
Each
Each
Each
Each
Each
Each
,
Site Pre
Mulch
Each
Each
Each
Each
Each
Each
Each
Each
Each
Square
Feet
Cubic Yard
ti
Concrete Sidewalk ra
Demolition / Site Pre for Sidewalk
Page 12 of 13
Square
Feet
Square
Feet
Square
Feet
,. .
Each
Linear Feet
Each
Linear Feet
Each
Each
Lum Sum
Each
Linear Feet
Page 13 of I3
i I
TO: Stephen M. Spratt, County Administrator
THROUGH: 1. Keith Wicks, P.E., Assistant County Administrator
Jan R. Herbst, P.E., Direct~r, Public Works 1Z1~
Interlocal Agreement with various
Municipalities for Schematic Design Service of the
Gulf Boulevard Improvement Program
FROM:
SUBJECT:
DATE:
October 6,2006
'.
RECOMMENDATION: I RECOMMEND THE COUNTY ADMINISTRATOR APPROVE THE
INTERLOCAL AGREEMENT WITH THE V ARlOUS MUNICIPALITIES FOR SCHEMATIC DESIGN
OF THE GULF BOULEVARD IMPROVEMENT PROGRAM.
DISCUSSION: During project meetings with the eleven municipalities, project costs were a major focal
point. In an effort to further define the future costs and expectations of project implementation, the decision to
perform a schematic level streetscape design of the project corridor was made. Phil Graham and Associates,
the consultant used for the original Master Plan and subsequent Budget Report, was an obvious choice to
continue the concepts and further clarify the intent of the Master Plan in this effort.
The consultant fee was prorated among the municipalities using the length of the corridor within each
jurisdiction. This Interlocal Agreement provides the appropriate mechanism for reimbursement by each of the
municipalities for this effort, plus a modest 5% administration fee to the County for staff effort administering
the contract. The Interlocal Agreement also includes language that identifies the intent of the Gulf Boulevard
Program for future amendments that will be required to continue with each phase of funding and
implementation of the project.
Ten of the eleven Municipalities have signed and returned the Interlocal Agreement.
Indian Rocks Beach (IRB) has declined to approve the Interlocal Agreement. They have passed Resolution
No. 2006-17, listing their terms to continue negotiations. The terms cited by the City shift the majority of the
streetscape components as an obligation for the County to fund. Consideration of this request would have to
be applied to all the municipalities involved in the program. Based on the potential impact to the County
budget, County Staff recommends IRB be excluded from the program. In an effort to avoid delay in the
production schedule, Pinellas County will contribute an amount not to exceed $1,258.44 towards the
consultant schematic streetscape design fee to avoid modifying the remaining ten Interlocal Agreement
expenditure limitations.
County staff will continue a dialogue with the City of IRB in the event a mutual decision of project
continuance can be made.
II
This project is budgeted within the County's Capital Improvement Program. The sources of funding for this
Interlocal Agreement are the Infrastructure Sales Tax (penny for Pinellas) and fundirig from ten of the eleven
participating Municipalities.
EXPENDITURE:
$45,622.00
($44.363.56)
$ 1,258.44
Total Schematic Design Cost
Funding from participating Municipalities
County's share
Approval of this agreement is within the authority of the County Administrator, as delegated by the Board of
County Commissioners, pursuant to Ordinance No. 06-67, Section 2-62, Pine lIas County Code.
Please retain one original packet for filing on your future quarterly receipt and file report.
Date:
toll\((H~
Recommendation Approved: ~s1IcfA) ~
Stephen M. Spratt, County Administrator
Attachments:
Contract Review Transmittal
Agreements
Financial Overview
Cost Matrix