JOINT PROJECT AGREEMENT FOR UTILITY INSTALLATION BY ROADWAY CONTRACTORJOINT PROJECT AGREEMENT
FOR
UTILITY INSTALLATION BY ROADWAY CONTRACTOR
PROJECT NAME: HIGHLAND AVENUE DRAINAGE IMPROVEMENTS FROM JEFFORDS
STREET TO PINE STREET
PROJECT LIMITS: FROM: JEFFORDS STREET
TO: PINE STREET
PROJECT NO. 002308A
THIS JOINT PROJECT AGREEMENT (Agreement) made and entered into on the 3 I sf
day of March , 20 14-, by and between Pinellas County, a political subdivision of the State of
Florida, hereinafter called the "County ", and the City of Clearwater, Florida, a municipal corporation
of the State of Florida, hereinafter called the "City" (collectively, Parties).
WITNESSETH, That:
WHEREAS, the County intends to construct drainage improvements to Highland Avenue
between Jeffords Street and Pine Street, County Project No. 002308A (the Project), which will call
for the adjustment, relocation and/or installation of the City's utility facilities along, over and/or under
the Project (Utility Work); and
WHEREAS, the County's plans for the Project have been reviewed by the City and the City
has had the opportunity for input into said plans; 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 this Joint Project
Agreement for the Utility Work to be accomplished by the County's contractor as part of the
construction of the Project; 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.
NOW, THEREFORE, 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. Utility Work
The City's Utility Work within the limits of the Project is more specifically described as the
replacement, relocation or adjustment of approximately 400 feet of six inch (6 ") water main that is in
conflict with the proposed drainage construction improvements as part of County PID No. 002308A,
located on Highland Avenue, between Jeffords Street and Pine Street.
2. Funding
2.1 The County will be responsible for the bidding and award of the construction contract
for the Project and will include the Utility Work as a separate option item in its bidding document.
Page 1 of 8
After the County receives, opens, and evaluates the bids, the County will notify the City, in writing,
of the County's intent to award the contract. This notification will include the amount for the Utility
Work option. The City will have fifteen (15) days from receipt of the County's notification to request,
in writing, that the County delete this option, and to notify the County of the City's intent to perform
the Utility Work with the City's own forces or its own contractor. In order not to delay the
construction of the Project, the City must show that it is ready and able to perform all Utility Work
prior to requesting that the County delete the Utility Work option from the contract award. The City
does not have the right to delay or affect, in any way, the award of the contract. In the event the City,
in performing the Utility Work causes a compensable delay to the County's construction of this Joint
Project, the City will pay all claims and costs incurred due to its delay.
2.2 The City hereby certifies that funding for the preliminary estimated Utility Work cost
(Exhibit A) of Seventy-Six Thousand Eight Hundred and Ninety Dollars ($76,890.00), plus 5% for
County construction/contract administration/compaction and backfill testing costs of Three
Thousand Eight Hundred and Forty- Fourand 50 /100 Dollars ($3,844.50), has been appropriated and is
available for deposit into an interest bearing escrow account for the purpose of payments by the
County to the contractor on the City's behalf. The deposit will be due to the County no later than
thirty (30) days from the date of notification of the County's intent to award the construction
contract. If the option item of the contractor's bid selected by the County for performance of the
Utility Work exceeds the amount of the preliminary estimated Utility Work, then subject to and in
accordance with the limitations and conditions established by Subparagraph 2.1 hereof
regarding the City's option to remove the Utility Work, the City will deposit an amount with the
County which equals the total option item plus 5% of that amount for County construction/contract
administration/compaction and backfill testing. Interest will accrue on the deposit balance and be
used toward the cost of the Utility Work. In the event the final, actual cost of the Utility Work is less
than the amount the City deposited, including all interest earned, but excluding the 5% for County
construction/contract administration/compaction and backfill testing of the actual construction
costs, the County will reimburse the City any excess escrow account funds. Should contract
modifications occur that increase the cost of the Utility Work, or the estimated quantities of items
provided by the City in Exhibit A are exceeded, the City will be notified by the County accordingly.
The City will pay the County within thirty (30) calendar days of notification by the County to ensure
that cash on deposit with the County is sufficient to fully fund the cost of the Utility Work. The
County shall notify the City as soon as it becomes apparent the actual costs will overrun the
award amount, and the City shall pay for the cost overruns (plus 5% administrative fee)
within thirty (30) calendar days of notification by the County. However, failure of the County to so
notify the City shall not relieve the City from its obligation to pay for the full cost of the Utility
Work.
All deposits due to the County referenced in Section 2.2 above shall be mailed to:
Finance Division Accounts Receivable
Pinellas County Board of County Commissioners
Post Office Box 2438
Clearwater, FL 33757
2.3 The County will require the successful contractor to comply with the following
conditions. The City shall be responsible for the costs attributed to said compliance with these
conditions as part of the Utility 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 Project or the Utility Work;
Paee 2 of 8
B. Provide a dual obligee bond in the full amount of the Project, naming the City
and the County as obligees; and
C. Provide insurance coverage per the requirements in Section C or in the
insurance section of the invitation to bid document, with the County and the City named as additional
insured entities and certificate holders.
3. Joint Project Activities
3.1 The City prepared, at its expense, the design of final signed and sealed plans and
specifications for all the City's necessary Utility Work and reimbursable Utility Work described
above and has furnished to the County on January 6, 2017, complete and reproducible plans on
standard size sheets (11" x 17" and 24" x 36 "), together with a complete set of specifications
covering all construction requirements for the Utility Work. These plans and specifications were
complete in every detail and included a "Summary of Quantities" sheet and/or "Bill of Materials"
identifying the items of work, with a final estimate of cost (Engineer's Estimate), required to
accomplish the Utility Work said estimate was satisfactory to the County. The plans and
specifications were signed and sealed by a Registered Professional Engineer in the State of
Florida.
3.2 The City will coordinate the development of the Utility Work plans with the County's
plans for the Project. The County, upon request by the City, will furnish all available roadway
information required by the City for the coordination and development of the Utility Work plans, and
the County will cooperate with the City to this end.
3.3 The City has obtained all necessary Florida Department of Transportation or other
jurisdiction permits required for construction of the Utility Work. A copy of all permits required for
said Utility Work were provided to the County by February 3, 2017.
3.4 The County will issue a "Right -of -Way Utilization Permit" upon execution of the
Agreement by both Parties. This permit will not be subject to any required fees.
3.5 All surveys for construction of the Utility Work will be furnished by the successful
contractor, in accordance with the plans and specifications provided by the City.
3.6 The coordination of the City's Utility Work with that of the roadway contractor and
other utilities and/or their contractors will be the responsibility of the County. The City will cooperate
fully and immediately to resolve any delays in the construction of the project occurring as the result
of the City's Utility Work.
3.7 All of the Utility Work done pursuant to this Agreement shall be done in substantial
accordance with the plans and specifications of the City, which plans, and specifications are, by
reference hereto, made a part hereof. All information required for field changes, change orders or
supplemental agreements pertaining to the City's Utility Work will be promptly furnished to the
County.
3.8 During construction of the City's Utility Work, the City will provide the necessary
construction and engineering inspection for the City's Utility Work to determine if the Utility Work
is in substantial compliance with the plans and specifications, and provide all required testing
associated with the City's Utility Work, excluding backfill and compaction testing in accordance with
Pinellas County Minimum Testing Frequency Requirements, and provide results to the County for
same. The contractor shall contact the City's Engineering Inspection Division at 727 -562 -4581,
Page 3 of 8
within 24 hours prior to commencement of any City Utility Work to schedule the appropriate
inspection and pressure testing. The City's inspector will immediately notify the County inspector of
any objections to the Utility Work.
3.9 The City will participate in the design, utility coordination, pre - construction and other
meetings as necessary for Project coordination.
3.10 All adjustments, relocations, repairs, maintenance, and incidental work ( "Incidentals ")
required to be performed to the City's existing utilities for the Joint Project, not included in the Utility
Work, will be the sole responsibility of the City. All such work is to be coordinated with the
construction of this Joint Project and in a manner that will not cause delay to the County's Project
contractor.
3.11 The City's comments and suggestions are invited and will be considered by the
County; however, all services and work under the construction contract will be performed to the
satisfaction of the County's Director of Public Works, who will 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 whose decision upon all claims, questions and disputes
thereunder are final and conclusive upon the Parties hereto.
3.12 Upon completion of the entire Project, which will be determined jointly by the
County and the City, and in accordance with the terms of the Right -of -Way Utilization Permit,
the City will own, control, maintain and be responsible for all City utility facilities . The City will
maintain and keep in repair, or cause to be maintained and kept in repair, all of such constructed
utilities facilities.
3.13 The County will forward any accounting records, if requested, to the following City
representative: Lan -Anh Nguyen, Senior Professional Engineer
City of Clearwater
100 S. Myrtle Avenue
Clearwater, FL 33756
3.14 Upon final payment to the contractor for the Project, the County intends to have its
final and complete accounting of all costs incurred in connection with the work performed hereunder
within ninety (90) days. All project costs records and accounts shall be subject to audit by a
representative of the City for a period of three (3) years after final close out of the Project.
3.15 Upon completion of the Utility Work, the Contractor will supply "as built" ( "Record ")
standard size sheet (11" x 17" or 24" x 36 ") Utility Work plans to the County, who in turn will, within
thirty (30) days of receipt from the contractor to the County, furnish the City with one (1) set.
3.16 Upon completion of the entire Project, the County will insure that any warranty,
including materials, equipment, workmanship and closeout documents, by the contractor constructing
and/or installing facilities related to the Utility Work in accordance with this Agreement, is
assigned to the City.
4. Project Managers
The primary contact for each of the Parties is:
Page 4 of 8
4.1 The Project Manager for the City shall be Lan-Anh Nguyen, or their designee
( "City's Project Manager "), whose telephone number is (727) 562 -4581 and whose address is 100
S. Myrtle Avenue, Clearwater, FL 33756.
4.2 The Project Manager for the County shall be John Carpenter or their designee
( "County's Project Manager "), whose telephone number is (727) 453 -3350 and whose mailing
address is Pinellas County Public Works, 14 S Ft. Harrison Ave., Clearwater, Florida 33756.
4.3 Each Party may designate a replacement Project Manager by giving notice of such
designation to the other party in accordance with this Agreement.
5. Records, Reports, and Inspection
The County shall maintain financial records, accounting and purchasing information, and books
and records for the Project. These books, records, and information shall comply with general
accounting procedures. All documents related to the Project are public records and shall be retained
and provided as required by law.
6. Compliance with Federal, State, County, and Local Laws
Both Parties shall comply with all federal, state, county, and local laws, regulations, and ordinances
at all times.
7. Responsibilities of the Parties
The County and the City shall be fully responsible for their own acts of negligence and their
respective agents' acts of negligence, when such agents are acting within the scope of their
employment; and shall be liable for any damages resulting from said negligence to the extent
permitted by Section 768.28, Florida Statutes. Nothing herein is intended to serve as a waiver of
sovereign immunity by either the County or the City. Nothing herein shall be construed as consent
by the County or City to be sued by third parties in any matter arising out of this Agreement.
8. Discrimination
The County and the City shall, during the performance of this Agreement, comply with all applicable
provisions of federal, state and local laws and regulations pertaining to prohibited discrimination.
9. Assignment
This Agreement may not be assigned.
Page 5 of 8
10. Severability
Should any section or part of any section of this Agreement be rendered void, invalid, or
unenforceable by any court of law, for any reason, such a determination shall not render void, invalid,
or unenforceable any other section or any part of any section of this Agreement.
11. Entire Agreement
This Agreement constitutes the entire agreement between the Parties, and no change will be valid
unless made by supplemental written agreement executed by both Parties.
12. Notification
All notices, requests, demands, or other communications required by law, or this Agreement shall be
in writing and shall be deemed to have been served as of the delivery date appearing upon the return
receipt if sent by certified mail, postage prepaid with return receipt requested, if hand delivered, or
upon the actual date of delivery to the Project Manager, whose address is set forth in Section 4 above.
13. Waiver
No act of omission or commission of either Party, including without limitation, any failure to exercise
any right, remedy, or recourse, shall be deemed to be a waiver, release, or modification of the same.
Such a waiver, release, or modification is to be effected only through a written modification to this
Agreement.
14. Due Authority
Each Party to this Agreement represents and warrants to the other Party that (i) it is duly organized,
qualified and existing entities under the laws of the State of Florida, and (ii) all appropriate authority
exists so as to duly authorize the persons executing this Agreement to so execute the same and fully
bind the party on whose behalf they are executing.
15. Headings
The paragraph headings are inserted herein for convenience and reference only, and in no way define,
limit, or otherwise describe the scope or intent of any provisions hereof.
16. Approval
This Agreement is subject to approval by the City and the County.
17. Fiscal Funding
The obligations of the Parties are subject to appropriate budgeted funds being available in each budget
year to achieve the purposes of this Agreement. In the event that sufficient budgeted funds are not
available in a subsequent fiscal year, this Agreement shall terminate on the last day of the fiscal year
for which sufficient budgeted funds are available without penalty to either of the Parties.
Page 6 of 8
18. Term
The term of this Agreement shall commence upon execution of this Agreement by the Parties and
shall terminate after completion and acceptance of the Utility Work and upon final payment in
accordance with the provisions of Paragraph 3.14 of this Agreement. If the County fails to issue a
Notice to Proceed to a contractor for the Project within three hundred sixty -five (365) days from
the date of full execution of this Agreement by the Parties, this Agreement shall be deemed
terminated and any payments made by the City to the County shall be refunded in full by the County
within thirty (30) days.
Page 7 of 8
IN WITNESS WHEREOF the Parties hereto have caused this Agreement to be executed by their duly
authorized representatives on the day and date first above written.
CITY OF CLEARWATER, FLORIDA PINELLAS COUNTY, FLORIDA by and
t ugh its County A . inistrator
By: W l.iw SIG 9-Y
William B. Horne, II
City Manager
ATTEST:
By � it, 0
City Clerk
Rosemarie Call
0 II IAL SEAL
APPRO / D AS
By:
Assistant City Attorney
Camilo A. Soto
Page 8 of 8
County • ministrator
APPROVED AS TO FORM
OFFICE OF COUNTY ATTORNEY
Exhibit A- Highland Avenue Utility Relocation - (Jeffords St. to Pine St.)
Item No.
Description
Units
Qty.
Unit
Price
101 -0100
Mobilization
LS
1
$ 3,000.00
102 -0100
Maintenance of Traffic
LS
1
$ 5,000.00
005 -0700
Survey Layout
LS
1
$ 2,000.00
005 -0900
Survey As -Built
LS
1
$ 3,000.00
110
Clearing and Grubbing (removal of abandoned
watermain)
LS
LF
EA.
LF
LBS
EA.
EA.
LF
LF
LS
1
350
2
40
300
4
2
60
350
1
$ 2,000.00
$ 52.00
$ 3,500.00
$ 70.00
$ 10.00
$ 1,125.00
$ 3,000.00
$ 200.00
$ 4.00
1
F &I 6" PVC Pipe by Open Cut
2
F &I 6" Tapping Sleeve, Valve & Valve Box Assembly
3
F &I 6" Restrained Joints for PVC
4
F &I 6" DI fittings
5
F &I 1" Short Side Service Assembly
6
F &I 6" Tempory Line Stop Assembly
7
F &I 8" DIP gravity sewer by open Cut
8
Remove and dispose of abandoned 6" PVC watermain
Contingency (10 %)
8
9 County Construction/Contract Administration Cost
Subtotal
Subtotal
$ 3,000.00
$ 5,000.00
$ 2,000.00
$ 3,000.00
$ 2,000.00
$ 18,200.00
$ 7,000.00
$ 2,800.00
$ 3,000.00
$ 4,500.00
$ 6,000.00
$ 12,000.00
$ 1,400.00
$ 6,990.00
I $ 76,890.00
$ 3,844.50
Total $ 80,734.50