/2 1,!JM [ ] [] Agenda Item #: 3-C-4 PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY. Meeting Date: May 16, 2017 [X] Consent

Size: px
Start display at page:

Download "/2 1,!JM [ ] [] Agenda Item #: 3-C-4 PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY. Meeting Date: May 16, 2017 [X] Consent"

Transcription

1 Recommended by: /2 1,!JM ~ F:\ROADW A Y\AIS\2002\ utility receive & file.doc ~epartment Director Administrator.... Date Agenda Item #: 3-C-4 PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: May 16, 2017 [X] Consent Department: Engineering & Public Works Submitted By: Engineering & Public Works Submitted For: Roadway Production Division [] Workshop [ ] [] Regular Public Hearing I. EXECUTIVE BRIEF Motion and Title: Staff recommends motion to receive and file: A) an interlocal agreement approved by the Deputy County Engineer on 9/1/16 with the Town of Jupiter (Town) for joint participation and project funding for construction of utility adjustments for Toney Penna Drive and Old Dixie Highway (Project); and B) an interlocal agreement approved by the Deputy County Engineer on 8/5/16 with the Loxahatchee River Environmental Control District (EN CON) for joint participation and project funding for construction of utility adjustments for the project; and C) an agreement approved by the Deputy County Engineer on 9/22/16 with AT&T Florida (AT&T) for joint participation and project funding for construction of utility adjustments for the project. SUMMARY: These agreements are being submitted to the Clerk and Comptroller of Palm Beach County in accordance with Countywide PPM CW The agreements were approved by the Deputy County Engineer as a delegated authority in accordance with Palm Beach County Administrative Code Section District 1 (LBH) Background and Justification: Palm Beach County Administrative Code Section authorizes the County Administrator or designee to execute utility agreements. On October 23, 2013 the County Administrator delegated this authority to the County Engineer, the Deputy County Engineer, and the Assistant County Engineer. Attachments: 1. Location Map 2. Agreement with Town of Jupiter with Exhibits "A" and "B" 3. Agreement with Loxahatchee River Environmental Control District Exhibits "A" and "B" 4. Agreement with AT&T Florida with Exhibits "A" and ''B''

2 A. Five Year Summary of Fiscal Impact: II. FISCAL IMPACT ANALYSIS Fiscal Years Capital Expenditures Operating Costs External Revenues Program Income (County) In-Kind Match (County) NET FISCAL IMPACT # ADDITIONAL FTE POSITIONS (Cumulative) 2017 $ $ ** _.:!!: _.:!!: _.:!!: _.:!!: _.:!!: _.:!!: Is Item Included in Current Budget? Yes No Budget Acct No.: Fund_ Dept._ Unit_ Object Program Recommended Sources of Funds/Summary of Fiscal Impact: **This receive and file item has no fiscal impact. The budget for the Town of Jupiter, AT&T, and Loxahatchee River Environmental Control utility reimbursement agreements at Toney Penna Drive and Old Dixie Highway was approved by the BCC on September 27, 2016, (BA ) and is accounted for in C. Departmental Fiscal Review: _....,,_... III. REVIEW COMMENTS A. OFMB Fiscal and/or Contract Dev. and Control Comments: B. Approved as to Form and Legal Sufficiency: C. Other Department Review: Department Director This summary is not to be used as a basis for payment. 2 F:\COMMON\WP\AGENDAP AGE2\AGNPGTWO2017\ RECEIVE.FILE.DOC

3 LOCATION MAP Attachment 1 PROJECT LOCATION Toney Penna Drive and Old Dixie Highway

4 The above recitals are true and correct and are incorporated herein. 1 INTERLOCAL AGREEMENT BETWEEN PALM BEACH COUNTY, FLORIDA AND TOWN OF JUPITER FOR JOINT PARTICIPATION AND PROJECT FUNDING FOR CONSTRUCTION AND UTILITY ADJUSTMENT OF TONEY PENNA DRIVE AND OLD DIXIE HWY. PALM BEACH COUNTY PROJECT NO THIS Interlocal Agreement, (hereinafter "Agreement''), is made as of the J si. day of ~p:te M 6 ec, 2016, by and between Palm Beach County, a political subdivision of the State of Florida, (hereinafter "COUNTY'') and the Town of Jupiter, a municipal corporation existing under the laws of Florida, (hereinafter "TOWN''), each one constituting a public agency defined in Part I of Chapter 163, Florida Statutes. WHEREAS, Section , Florida Statutes, known as the "Florida Interlocal Cooperation Act of 1969", authorizes local governments to make the most efficient use of their powers by enabling them to cooperate with other localities on a basis of mutual advantage, thereby providing services and facilities that will harmonize geographic, economic, population, and other factors influencing the needs and development of local communities; and WHEREAS, Part I of Chapter 163, Florida Statutes, permits public agencies as defined therein to enter into lnterlocal Agreements with each other to jointly exercise any power, privilege, or authority which such agencies share in common and which each might exercise separately; and WHEREAS, the COUNTY intends to improve Toney Penna Dr. and Old Dixie Hwy. (hereinafter the "Project''); and WHEREAS, the COUNTY and the TOWN desire to jointly participate in the construction of utility adjustments to the TOWN'S water main and other improvements within the Project area, hereinafter referred to as the "Work"; and WHEREAS, both COUNTY and TOWN declare that it is in the public interest that the Work be constructed with the aforementioned Project; and NOW, THEREFORE, in consideration of the mutual covenants, promises, and representations contained herein, the parties agree as follows: Section 1. Recitals.

5 2 TOWN OF JUPITER INTERLOCAL AGREEMENT Section 2. Project and Work to be Completed by the COUNTY: COUNTY shall provide construction and administrative services to the Project as more specifically described in the Bid Documents for Palm Beach County Project No Said Bid Documents include the Work as shown in Town prepared Utility Matrix, Applicable Technical Specifications, Standard Construction Details, and Approved Product List. The Project, as set forth in this Agreement, shall be performed-on Toney Penna Dr. and Old Dixie Hwy. Section 3. Responsibilities and Duties: A. TOWN shall reimburse COUNTY a total estimated cost of Twelve Thousand Two Hundred and Nine Dollars {$12,209.00), provided COUNTY performs pursuant to the terms and conditions of this Agreement for all Work in accordance with the Bid Tabulation (Exhibit "A") and summary (Exhibit "B''). Any cost exceeding this amount attributable to Town of Jupiter Utility Items shall be paid by the TOWN. B. Costs shall be based upon actual contract costs using contract unit prices and actual constructed quantities, said quantities being measured by the COUNTY with concurrence by the TOWN. C. COUNTY shall obtain written approval from the TOWN in advance of any change orders, including any costs associated with the TOWN'S failure to approve change orders in a timely manner, which increase the cost attributable to the Work to an amount greater than the contract amount as stated in Paragraph A of this Section. Approval shall not be unreasonably withheld. D. COUNTY shall secure all necessary easements and permits required to perform the Project. E. COUNTY shall publicly bid, administer, construct and inspect the Project and Work in accordance with the Bid Documents and Exhibit "A". F. COUNTY shall require the contractor to provide a Public Construction Bond in an amount equal to the contractor's bid for the Project and the Work. G. Upon completion of the Project and the Work, the TOWN shall repair and maintain the Work, at TOWN'S expense. Section 4. Payments/Invoicing and Reimbursement: The COUNTY will invoice the TOWN on a periodic basis during construction of the Project and the Work. The TOWN agrees to provide to COUNTY reimbursement funding for documented costs for the Work in the amount established in Section 3.A. Upon COUNTY'S submission of acceptable documents needed to substantiate their costs for the Work, TOWN will use its best efforts to provide said funds to COUNTY on a reimbursement basis within thirty (30) days of receipt of all required documents. COUNTY shall submit all invoices to the TOWN identifying the Work, including COUNTY'S total expenditure for the Project, and identifying the amount

6 COUNlY does not have the power or authority to bind the TOWN in any promise, Agreement or representation. 3 TOWN OF JUPITER INTERLOCAL AGREEMENT attributable to the Work under Exhibit "A". COUNlY shall supply any further documentation such as copies of paid receipts, canceled checks, invoices and other documents deemed necessary by the TOWN within seven (7) calendar days of request by the TOWN. Invoices received from COUNlY will be reviewed and approved by the TOWN to insure that expenditures have been made in conformity with this Agreement. Invoices will normally be paid within thirty (30) days following approval. In no event shall the TOWN provide advance funding to the COUNlY. The Project and the Work will be administered by the COUNlY. Only those costs incurred by the COUNlY relating to the Work are eligible for reimbursement by the TOWN pursuant to the terms and conditions hereof. In the event the COUNlY ceases or suspends the Project or the Work for any reason, the TOWN will reimburse the COUNlY for the Work completed as of the date the COUNlY uses to suspend the Work. Any remaining unpaid portion of this Agreement shall be retained by the TOWN and the TOWN shall have no further obligation to honor reimbursement requests submitted by the COUNlY. Section 5. Repayment COUNlY shall repay the TOWN for all unauthorized, illegal or unlawful expenditures of revenues, including those discovered after the expiration or termination of this Agreement. Section 6. Access and Audits: COUNlY and TOWN shall maintain books, records, and documents to justify all charges, expenses and costs incurred under this Agreement and in performing the Project, in accordance with Generally Accepted Accounting Principles (GAAP), as promulgated by the Government Finance Officers Association from time to time. The COUNlY and TOWN shall have access to all books, records, and documents as required in this Agreement, and for at least three (3) years after completion of the Project. In the event any work is subcontracted by COUNlY, COUNlY shall similarly require each Contractor and subcontractor to maintain and allow access to such records for audit purposes. Section 7. Independent Contractor: COUNlY and the TOWN are and shall be, in the performance of all work, services and activities under this Agreement Independent Contractors and not employees, agents or servants of the other party. All COUNTY employees engaged in the work or services performed pursuant to this Agreement shall at all times, and in all places, be subject to COUNTY'S sole direction, supervision, and control. All TOWN employees engaged in the work or services performed pursuant to this Agreement shall at all times, and in all places, be subject to TOWN's sole direction, supervision, and control. The Parties shall exercise control over the means and manner in which it and its employees perform the work, and in all respects the parties relationship and the relationship of its employees to the other party shall be that of an Independent Contractor and not as employees or agents of the other.

7 Section 11. Breach and Opportunity to Cure: The parties expressly covenant and agree that in the event either party is in default of its obligations under this Agreement, each party shall have thirty (30) days written notice before exercising any of its rights. 4 TOWN OF JUPITER INTERLOCAL AGREEMENT Section 8. Personnel: COUNTY represents that it has, or will secure at its own expense, all necessary personnel required to perform the services under this Agreement. Such personnel shall not be employees of or have any contractual relationship with the TOWN. All of the services required hereinunder shall be performed by COUNTY or its contractor, and personnel engaged in performing the services shall be fully qualified and, if required, authorized or permitted under state and local law to perform such services. All of COUNTY'S personnel, Contractors and all subcontractors while on COUNTY premises will conduct themselves in an acceptable manner and follow acceptable safety and security procedures. Section 9. Indemnification: The TOWN and COUNTY recognize their liability for certain tortious acts of its agents, officers, employees and invitees to the extent and limits provided in Section , Florida Statutes. To the extent permitted by law, the TOWN and COUNTY shall indemnify, defend and hold the other harmless against any actions, claims and damages arising out of the their own negligence in connection with the Work and the Project and the use of the funds provided under this Agreement. The foregoing indemnification shall not constitute a waiver of sovereign immunity beyond the limits set forth in Section , Florida Statutes, nor shall the same be construed to constitute an Agreement by the TOWN or COUNTY to indemnify each other for sole negligence, or willful or intentional acts of the other. The foregoing indemnification shall survive termination of this Agreement. No provision of this Agreement is intended to, or shall be construed to, create any third party beneficiary or to provide any rights to any person or entity not a party to this Agreement, including but not limited to any citizen or employees of the COUNTY and/or TOWN. Section 10. Annual Appropriation: All provisions of this Agreement calling for the expenditure of ad valorem tax money by either the COUNTY or the TOWN are subject to annual budgetary funding and should either Party involuntarily fail to fund any of their respective obligations pursuant to the Agreement, this Agreement may be terminated. However, once the Project has been awarded to the COUNTY contractor, it shall be prosecuted to completion and this Agreement shall be binding upon the parties and neither party shall have the right to terminate the subject Agreement for the reason that the sufficient funds are not available for the construction of the Project.

8 Any waiver by either Party of its rights with respect to a default under this Agreement, or with respect to any other matters arising in connection with this agreement, shall not be deemed a waiver with respect to any subsequent default or other matter. The failure of either Party to enforce strict performance by the other Party of any of the provisions of this Agreement or to exercise any rights under this Agreement shall not be construed as a waiver or relinquishment to any extent of such Party's right to assert or rely upon any such provisions or rights in that or any other instance. 5 TOWN OF JUPITER INTERLOCAL AGREEMENT Section 12. Enforcement Costs: Any costs or expenses (including reasonable attorney's fees) associated with the enforcement of the terms and conditions of this Agreement shall be borne by the respective parties. Section 13. Notice: All notices required to be given under this Agreement shall be in writing, and deemed sufficient to each party when sent by United States Mail, postage prepaid, to the following: All notice to the TOWN shall be sent to: John Gaddis, Utility Services Manager Town of Jupiter 210 Military Trail Jupiter, Fl All notice to the COUNTY shall be sent to: Omelio A. Fernandez, P.E., Director Roadway Production Division P.0. Box West Palm Beach, FL Section 14. Modification and Amendment: Except as expressly permitted herein to the contrary, no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and equality of dignity herewith. Section 15. Remedies: This Agreement shall be governed by and in accordance with the laws of the State of Florida. Any legal action necessary to enforce this Agreement shall be held in Palm Beach County. No remedy herein conferred upon any party is intended to be exclusive of any other remedy, and each and every such remedy shall be cumulative and shall be in addition to every other remedy given hereunder or now or hereafter existing at law or in equity by statute or otherwise. No single or partial exercise by any party of any right, power or remedy hereunder shall preclude any other or further exercise thereof. Section 16. No Waiver:

9 Palm Beach County has established the Office of the Inspector General, in Palm Beach County code section , as may be amended. The Inspector General's authority indudes but is not limited to the p ower to review past, present and proposed County contracts, transactions, accounts and records, to require the production of records, and audit, investigate, monitor, and inspect the activities of the contractor, its officers, agents, employees, and lobbyists in order to ensure compliance with contract specifications and detect corruption and fraud. All contractors and parties doing business with the County and receiving County funds shall fully cooperate 6 TOWN OF JUPITER INTERLOCAL AGREEMENT Section 17. Joint Preparation: The preparation of this Agreement has been a joint effort of the parties, and the resulting document shall not, solely as a matter of judicial constraint, be construed more severely against one of the parties than the other. Section 18. Equal Opportunity: COUNlY and TOWN agree that no person shall, on the grounds of age, race, color, sex, national origin, disability, religion, ancestry, marital status, familial status, sexual orientation, gender identity and expression or genetic information, be excluded from the benefits of, or be subjected to any form of discrimination under any activity carried out by the performance of this Agreement. COUNlY will ensure that all contracts let for the Project pursuant to the terms of this Agreement will contain a similar non-discrimination and equal opportunity clause. Section 19. Execution: This Agreement may be executed in two or more counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. Section 20. Filing: A copy of this Agreement shall be filed with the Clerk of the Circuit Court in and for Palm Beach County, Florida. Section 21. Termination: This Agreement may be terminated by either party to this Agreement upon sixty (60) days written notice to the other party, except as otherwise addressed in this Agreement. However, once the Project has commenced, it shall be prosecuted to completion and this Agreement shall be binding upon the parties and neither party shall have the right to terminate the subject Agreement. Section 22. Compliance with Codes and Laws: COUNlY and TOWN shall abide by all applicable federal, state and local laws, orders, rules and regulations when performing under this Agreement. COUNlY and TOWN further agrees to include this provision in all subcontracts issued as a result of this Agreement. Section 23. Office of the Inspector General:

10 7 TOWN OF JUPITER INTERLOCAL AGREEMENT with the Inspector General including receiving access to records relating to Bid or any resulting contract. Section 24. Public Entity Crime Certification: As provided in F.S , as may be amended from time to time, by entering into this Agreement or performing any work in furtherance hereof, COUNTY shall have its contractors certify that their affiliates, suppliers, subcontractors and consultants who will perform hereunder, have not been placed on the convicted vendor list maintained by the State of Florida Department of Management Services within thirty-six (36) months immediately preceding the date hereof. This notice is required by F.S (3) (a). Section 25. Severability: If any section, paragraph, sentence, clause or provision of this Agreement is for any reason held by a court of competent jurisdiction to be unconstitutional, inoperative, or void, such holding shall not affect the remaining portions of this Agreement. Section 26. Entirety of Agreement: COUNTY and TOWN agree that this Agreement sets forth the entire Agreement between the parties, and there are no promises or understandings other than those stated herein. Section 27. Survival: The obligations, rights, and remedies of the Parties hereunder, which by their nature survive the termination of this Agreement or the completion of the Project, shall survive such termination or Project completion and inure to the benefit of the Parties. Section 28. Term: The term of this Agreement shall be effective on the date of execution of this Agreement by both parties.

11 F:\ROADWAY\UTILITY COORDINATION\ _Toney Penna & Old Dixie\TOJ Agreement.doc 8 TOWN OF JUPITER INTERLOCAL AGREEMENT IN WITNESS WHEREOF, the undersigned parties have executed this Agreement on the day and year first written above. PALM BEACH COUNTY, FLORIDA, BY:-~-----~-~ ~-',-- Tanya N. McConnell, P.E., '1ii/lp Deputy County Engineer ATTEST: ATTEST: SALLY M. BOYLAN, CMC TOWN CLERK APPROVED AS TO TERMS AND CONDffiONS

12 TONEY PENNA DRIVE AND OLD DIXIE HIGHWAY PBC COUNTY PROJECT ## MOBILIZATION 2 MAINTENANCE OF TRAFFIC ( INCL PEDESTRIAN M.O.T.) 3 CLEARING AND GRUBBING 4 REGULAR EXCAVATION 5 EMBANKMENT ( COMPACTED IN PLACE ) 6 TYPE B STABILIZATION 7 OPTIONAL BASE GROUP 13 8 SUPERPAVE ASPHALT CONCRETE (TRAFFIC LEVEL C) 9 STRUCTURAL OVERBUILD (6.5" Avg.) 10 ASPHALT CONCRETE FRICTION COURSE (1") (FC-95.) (RUBBER) 11 MILL EXISTING ASPHALT PAVEMENT (1" AVG) 12 CLASS NS CONCRETE (GRAVITY WALL) 13 CONTROLSTRUCTURE 14 INLETS I CURB) ( TYPE P-5) (<10') 15 INLETS I CURB) ( TYPE P-6) (<10') 16 INLETS I DITCH BOTTOM ) ( TYPE C ) 17 INLETS, GUTTER ) ( TYPE V ) 18 INLETS, CURB} (TYPE P-2) 19 MANHOLE (TYPE P-7) 20 ADJUSTINLET 21 CONCRETE PIPE CULVERT ( 18" ) 22 CONCRETE PIPE CULVERT ( 24" ) 23 FLARED END SECTION (CONCRETE) (ROUND) (24" DIA.) 24 SIDE DRAIN MITERED END SECTION (18") 25 FRENCH DRAIN(18" DIA)(INCL BALLAST ROCK & FILTER FABRIC) 26 TRENCH DRAIN, TYPE II, 12" WIDE 27 CONCRETE CURB ( TYPED ) 28 CONCRETE CURB & GUTTER ( TYPE F } 29 ENGRAVING OF CURB FACE (SEE SP'S) 30 CONCRETE DROP CURB 31 COLOR TREATED & STAMPED CONCRETE (SEE SP) 32 CONC SIDEWALK( 4"THICK) 33 CONC SIDEWALK ( 6"THICK) (DRIVEWAYS} 34 PIPE GUIDERAIL (STEEL) 35 SODDING " PVC CONDUITS (SCH 40) TRAFFIC F/O CABLE 37 PULL BOX (SMALL) 38 2" GALVANIZED IMC ABOVE GROUND CONDUIT 39 CHANGEABLE (VARIABLE MESSAGE) SIGN (NON MOT) 40 TRAFFIC CONTROL OFFICER (NON MOT) $IGNAL.i1EM$ , " PVC (SCH 40) UNDERGROUND CONDUIT " (HOPE SOR 11) UNDER PAVEMENT CONDUIT (DIRECTIONAL BORE) " (HOPE SDR 11) UNDER PAVEMENT CONDUIT (DIRECTIONAL BORE) " (HOPE SOR 11) UNDER PAVEMENT CONDUIT (DIRECTIONAL BORE) A PEDESTRIAN SIGNAL CABLE - 4 CONDUCTOR A PEDESTRIAN SIGNAL CABLE- 7 CONDUCTOR E SIGNAL CABLE (SPAN LENGTH 551' -650') FIBER OPTIC CABLE, (FSM) 12-COUNT (UNDERGROUND) F:\ROADWA Y\PR0\2002\ \ Toney Penna Dr. ond Old Dixie Hwy. Bid Tabs.xlsx ::,:...,:. 1,107 1, , LS LS LS - CY CY SY SY TN TN TN SY CY EA EA EA EA 5 EA 4 EA 2 EA 709 LF 286 LF 3 EA 689 LF 315 LF 2,342 LF 8 EA 998 LF 259 SY 986 SY 350 SY 311 LF 2,779 SY 885 LF 3 EA 20 LF 90 ED 720 MH LF 150 LF 300 LF,, 100 LF 1 Pl 1 Pl 1 Pl 50 LF ENGINEERS ESTIMATE UNIT PRICE BID AVERAGE UNITP Ranger Construction Industries, Inc. II Community Asphalt Corp., TOTAL II UNIT PRICE TOTAL.., :,.. _,:.'....,. :.. :.., :;. _ ,... $100, $ 169, $229, $ 229, $109, $ 109, $100, $ 201, $ 190, $ 190,000.00, $ 213, $ 213, $100, $ 104, $ 40, $ 40, $ 169, $ 169, $11.07 $ $ $ 14, $ $ 25, $14.61 $ $ $ 18, $ 8.30 $ 10, $6.77 $ $ $ 6, $ 4.80 $ $51.70 $ ' $ $ 123,590.25, $ $ 141, $ $ $ $ 52, $ $ 72, $90.27 $ $ $ 255, $ $ 311, $ $ $ $ 75, $ $ 90, $25.42 $ $ $ 9, $ 7.80 $ 7, $ $ $ $ 12, $ $ 13, $7, $ 9, $ 10, $ 10, $ 9, $ 9, $5, $ 5,410~00 $ 5, $ 5, $ 5, $ 5, $5, $ 5, $ 6, $ 6, $ 5,780;00 $ 5, $2, $ 4, $ 4, $ 36, $ 4, $ 34, $4, $ 6,055.oo $ 6, $ 31, $ s,890.oo $ 29,450:oo $-12, $ 9, $ 9, $ 9, $ 8, $ 8, $4, $ 4, $ 5, $ 20, $ 4, $ 18, $1, $ 1, $ 1, $ 3, $ 1, $ 3, $88.68 $ $ $ 70, $ $ 67, $70.03 $ $ $ 34, $ $ 31, $2, $ 1, $ 1, $ 5, $ 1, $ 5, $1, $ 1, $ 1, $ 1, $ 1, $ 1, $ $ $ $ 106, $ $ 101, $ $ $ $ 71, $ $ 68, $72.02 $ $ $ 8,820.00, $ $ 7, $28.69 $ $ $ 62, $ $ 48, $ $ $ $ 4, $ $ 2, $28.69 $ 24.30, $ $ 25, $ $ 22, $60.00 $ $ $ 21, $ $ 22, $48.64 $ $ $ 41, $ $ 42, $51.91 $ $ $ 18, $ $ 20, $49.80 $ $ $ 29,234.00, $ $ 27, $8.11 $ 4.58 $ 4.95 $ 13, $ 4.20 $ 11, $34.00 $ 6.20 ' $ 6.00 $ 5,310.00, $ 6.40 $ 5, $ $ ; $ $ 2, i $ $ 1, $ $ $ $ $ $ $48,53 $ 18,35 C $ 17,80 $ 1,602,00 $ 18,90 $ 1,701,00 $62.76 $ 57.75, $ $ 40, $ $ 42, :: $5.96 $ $ 2.95 $ $ 3.10 $ $17.05 $ $ $ 2, $ $ 2, $20.00 $ '.; $ $ 8, " $ $ 9, $25.00 $ $ $ 3, $ $ 3, $5, $ ;.$ $ $ $ $5, $ ; $ $ $ $ $5, $ 5, $ 5, $ 5, $ 6, $ 6, $1.73 $ $ $ 3, $ $ 4, EXHIBIT "A" Pagel of3

13 ' t ENGINEERS Ranger Construction BID AVERAGE ' Community Asphalt Corp. TONEY PENNA DRIVE AND OLD.DIXIE HIGHWAY ESTIMATE Industries, Inc. PBC COUNTY PROJECT # ! UNIT PRICE UNIT PRICE TOTAL UNIT PRICE TOTAL A PULL BOX (17" X 30" X 12"0) 19 EA ' $ $ $ $ 17, : $ $ 9, ALUMINUM SIGNALS POLE, PEDESTRIAN WITH TRANSFORMER BASE ( 8FT ABOVE GROUND) 3 EA $1, $ $ $ 2, $ $ 2, MAST ARM ASSY D1 - S1 36' (POWDER COATED FINISH) $25, $ 20, $ 19, $ 19, $ 20, $ 20, MAST ARM ASSY D7 - S6 78' (POWDER COATED FINISH) 2 EA $47, $ 32, $ 31, $ 62, $ 33, $ 66, TRAFFIC SIGNAL HEAD ALUMINUM (3- SECTION, 1- WAY) INCULDES BACKPLATES 12 AS $1, $ $ $ 9, $ $ 11, TRAFFIC SIGNAL HEAD ALUMINUM (5- SECTION, 1- WAY) INCULDES BACKPLATES 2 AS $1, $ 1, $ 1, $ 2, $ 1, $ 3, TRAFFIC SIGNAL HEAD ASSEMBLY, REMOVAL 2 EA $SOD.OD $ $ 1, $ 3, $ $ PEDESTRIAN SIGNAL - COUNTDOWN (1- WAY) ALUMINUM 4 EA $ $ $ $ 2, $ $ 2, B7 VIDEO IMAGE DETECTION 7 - CAMERA SYSTEM (ITERIS) COMPLETE $31, $ 45, $ 44, $ 44, $ 47, $ 47, PEDESTRIAN DETECTOR (PUSH BUTTON} 4 EA $ $ $ $ $ $ INTERNALLY ILLUMINATED SIGN (6'} FLUORESCENT 3 EA $3, $ 3, $ 3, $ 9, $ 3, $ 10, LED BLANK- OUT SIGN (30" X 30"} $4, $ 4, $ 4, $ 4, $ 4, $ 4, SIGN PANEL F&I) 5 EA ;. $ $ $ $ 1, $ $ 1, :'. :~..:."'" ;,J>-~\!;,;_;,!':,"-:,.'.'-:1:.~-~:.~'; ::. -Fe:-,. a ~,-~~,_.,.,,,:<.--:- ~-.--.-::i ,~.-. :~ >, 1' 1-~-~:.-.,...:,_~;~r-;.:,... ~ ii:<-i:>~ [,',c, )':: ",c,,~,,,-; -'.t,4'': :',( ' ;,_ =?,;J~f~-~-~~- 2:f+:~ ::~% f~,-!:~ ~i~7~~$:i}q~,!1,'!"7 ::c),,:'~.,,,wfic"cte: :!$~~~~Jlij~i'.t' ; \\'/\"' ':-.'-"''.;., :.s;:::,;:{?f,,-,r,-,>, \'.,{.~ '.i..~,. : :f''i.'. ;~ ~,, :-..' c;;.,,:;,:-,., :: \2\'T ( : :://;. '..;_ :,;?,..? ~. '~?'/:3 :,.,,,-- '-'~'.~- ):\:'.--,,c/k<' ;:..,/--I~ ~;i :. :\~~~-'...:>' t.~: ~;~?t:~ ~ r. ~:~/i:/:r,:.~ ~!!i',., ; ', ' '> ;'".~? ~f.~~>!>~.? : :.::~?-~t~/. _~f LOXAHATCHEE RIVER DISTRICT 62 ADJUST UTILITY MANHOLE $ $ $ $ $ $ ADJUST WATER VALVE BOX $ $ $ $ $ $ RELOCATE EXISTING CASING VENT $1, $ 3, $ 3, $ 3, $ 3, $ 3, TOWN OF JUPITER 65 DEFLECT EXISTING 6" DIP WATER MAIN 50 LF $63.83 $ $ $ 7, $ $ 6, ADJUST WATER VALVE BOX 5 EA $ $ $ $ 1, $ $ 1, RELOCATE EXISTING WATER METER AND BOX $1, $ $ $ $ $ RELOCATE EXISTING FIRE HYDRANT $2, $ 3, $ 3, $ 3, $ 3, $ 3, r AT&T 69 ADJUST UTILITY MANHOLE $ $ $ $ $ $ C'.e--' ~--... c'~-,;..i_,.,~....,,..:,,;-,; ::: :;:,;-i;;,j -'.i,?';i,!5;:,~,;k~,,,, ""'-,.;., ~:f,;,,..,..'i-,~.t:-r:.:::<,.. f":~,;;t/2,,';;/::f/.}:;c;:;:'f:;.:1;},/;:,f;\t) i7;.,,~: ;::..,;;:.. ::. :;;., '..:-.,,.~., ;::_,j''.:s ::, ;,.. ~,,,:~,;;\'??; ;}, :':.. ~ -,~ ~?{~ ip =a > ~c;',t; i'j C,,<,:; " ;;,,._,,IJ td~~(t~~-~.~~ ~ : -~.~:.~-~-. t~~r~,,~ :::.'.'J_~'.C.'-' :,.~/,.;:,,,,,... ~,,, :..: '.."' i }, '.,,. i' t_,.~._>..,_.. \ '..,":,'.,;:,.. ;;. :- '-<""... ~, ':,,,.,_,..,-;~,?~, ~:--; -:,:\.t'~,(t....-.?h.,ji: k_. ".,,/'' /r,.:t;s:.:'.:_, '\t_?,}i, t, : /ii'',~ : ' '.. :,,I :,;,,,,, >.,:,{:'i~,t';('.., 70 CLASS I CONCRETE (MISCELLANEOUS) 10 CY $ $ $ $ 5, $ $ 4, INLETS ( CURB ) ( TYPE J-5 ) ( <1 0') $8, $ 8, $ 8, $ 8, ' $ 7, $ 7, INLETS (CURB) ( TYPE J-6) (<10') $7, $ 8, $ 9, $ 9, $ 8, $ 8, MANHOLE ( TYPE J-7 ) ( <1 0'} $8, $ 6, $ 6, $ 6, " $ 6, $ 6, STORM SEWER CLEANING (EXIST.) (24" OR LESS) (SEE SP's) 250 LF $9.04 $ $ $ 4, $ $ 3,950.00? 75 STORM SEWER CLEANING (EXIST.) (>24" TO 48"} (SEE SP's) 110 LF $15.00 $ $ $ 3,080.00, $ $ 2, FLOWABLE FILL 10 CY $ $ $ $ 5, $ $ 2, TREE SPADE UNITS (SEE SP's) 2 EA l $ $ $ $ 1, $ ':,',:,. : :...,':' -., : ' ' '',.. /...,.-, '. SJ,iiJtlifA(;l 9Nti,N~E..f!~,J~ ' '.;.. ;_\,.-;, -,"$,:, : 43;4~,i~'s.Q'.. t' ;. ~.,,., + $ 1, '. > :,:_ ~",: :-_.: '. :.,. : - ',.. _,' TQTAL~ID AMPUNT $i~ ::'3-~;~ta,:~Q~Y F:\ROADWAY\PR0\2002\ \ Toney Penna Dr. and Old Dixie Hwy. Bid Tabs,x/sx Page2of3

14 TONEY PENNA DRIVE AND OLD DIXIE HIGHWAY PBC PROJECT # THE ITEMS AND QUANTITIES SHOWN, SHALL GOVERN OVER THE PLANS. PAY ITEM FOOTNOTES IN CONSTRUCT/ON PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE. 1 All costs for Maintenance of Traffic (MOT) and mobilization shall be considered incidental to, and shall be included in, unit prices for the pay items. 2 All items shall include cost to furnish and install unless otherwise noted. 3 NPDES shall be included in mobilization 4 Prime and tack coat are considered incidental to asphalt construction 5 The cost of connecting to existing structures in incidental to cost of pipe. 6 All items can be increased or decreased or deleted as directed by the Engineer. 7 All disturbed areas adjacent to the project limits shall be restored to its original conditions including sod. 8 All utility coordinations during construction and any hold time associated with utilities is included of the contract duration. 9 Roadway Item No. 7 includes 120 SY for pavement restoration on Orange Avenue 10 Roadway Item No. 8 includes 20 tons for pavement restoration on Orange Avenue Working days to complete project: 210 calendar days, {See Special Provisions). Bids as read at opening on Tuesday, June 7, 2016; 2:00 PM All bids subject to OSBA SBE compliance and Board Approval. Prepared by: Donna Lewis, Technical Assistant Ill Checked by: Holly B. Knight, P.E., Contracts Section Manager Page3 of 3

15 EXHIBIT ''B" Town of Jupiter PROJECT NAME: Toney Penna Dr. and Old Dixie Hwy. PROJECT NUMBER: CONTRACTOR: Community Asphalt Corp. ITEM QUANTITY /UNITS UNIT PRICE AMOUNT Town of Jupiter Regular Items 65 DEFLECT EXISTING 6" DIP WATER MAIN 50LF $ $6, ADJUST WATER VALVE BOX SEA $ $1, RELOCATE EXISTING WATER METER AND BOX $ $ RELOCATE EXISTING FIRE HYDRANT lea $3, $3, Town of Jupiter Total $ 12, F:\ROADWA Y\UTILITY COORDINATION\ _ Toney Penna & Old Dixie\TOJ Exhibit B.doc 1

16 Section 1. Recitals. The above recitals are true and correct and are incorporated herein. 1 INTERLOCAL AGREEMENT BETWEEN PALM BEACH COUNTY, FLORIDA AND LOXAHATCHEE RIVER ENVIRONMENTAL CONTROL DISTRICT FOR JOINT PARTICIPATION AND PROJECT FUNDING FOR CONSTRUCTION AND UTILITY ADJUSTMENT OF TONEY PENNA DRIVE AND OLD DIXIE HWY. PALM BEACH COUNTY PROJECT NO THIS Interlocal Agreement, (hereinafter "Agreement"), is made as of the 5 ~~ day of ':A 'W' st, 2016, by and between Palm Beach County, a political subdivision of the State o lorida, (hereinafter "COUNTY'') and the Loxahatchee River Environmental Control District, a special district independent governmental entity existing under the laws of Florida, (hereinafter "DISTRICT"), each one constituting a public agency defined in Part I of Chapter 163, Florida Statutes. WHEREAS, Section , Florida Statutes, known as the "Florida Interlocal Cooperation Act of 1969", authorizes local governments to make the most efficient use of their powers by enabling them to cooperate with other localities on a basis of mutual advantage, thereby providing services and facilities that will harmonize geographic, economic, population, and other factors influencing the needs and development of local communities; and WHEREAS, Part I of Chapter 163, Florida Statutes, permits public agencies as defined therein to enter into Interlocal Agreements with each other to jointly exercise any power, privilege, or authority which such agencies share in common and which each might ~xercise separately; and WHEREAS, the COUNTY intends to improve Toney Penna Dr. and Old Dixie Hwy. (hereinafter the "Project1'); and WHEREAS, the COUNTY and the DISTRICT desire to jointly participate in the construction of utility adjustments to the DISTRICT'S water main and other improvements within the Project area, hereinafter referred to as the "Work"; and WHEREAS, both COUNTY and DISTRICT declare that it is in the public interest that the Work be constructed with the aforementioned Project; and NOW, THEREFORE, in consideration of the mutual covenants, promises, and representations contained herein, the parties agree as follows:

17 The COUNTY will invoice the DISTRICT on a periodic basis during construction of the Project and the Work. The DISTRICT agrees to provide to COUNTY reimbursement funding for documented costs for the Work in the amount established in Section 3.A. Upon COUNTY'S submission of acceptable documents needed to substantiate their costs for the Work, DISTRICT will use its best efforts to provide said funds to COUNTY on a reimbursement basis within thirty (30) days of receipt of all required documents. COUNTY shall submit all invoices to the 2 Loxahatchee River Interlocal Agreement Section 2. Project and Work to be Completed by the COUNTY: COUNTY shall provide construction and administrative services to the Project as more specifically described in the Bid Documents for Palm Beach County Project No Said Bid Documents include the Work as shown in DISTRICT prepared Utility Matrix, Applicable Technical Specifications, Standard Construction Details, and Approved Product List. The project, as set forth in this Agreement, shall be performed on Toney Penna Dr. and Old Dixie Hwy. Section 3. Responsibilities and Duties: A. DISTRICT shall reimburse COUNTY a total estimated cost of Three Thousand Seven Hundred and Eighty One Dollars ($3,781.00), provided COUNTY performs pursuant to the terms and conditions of this Agreement for all Work in accordance with the Bid Tabulation (Exhibit "A") and summary (Exhibit "B''). Any cost exceeding this amount attributable to Loxahatchee River Environmental Control District Utility Items shall be paid by the DISTRICT. B. Costs shall be based upon actual contract costs using contract unit prices and actual constructed quantities, said quantities being measured by the COUNTY with concurrence by the DISTRICT. C. COUNTY shall obtain written approval from the DISTRICT in advance of any change orders, including any costs associated with the DISTRICT'S failure to approve change orders in a timely manner, which increase the cost attributable to the Work to an amount greater than the contract amount as stated in Paragraph A of this Section. Approval shall not be unreasonably withheld. D. COUNTY shall secure all necessary easements and permits required to perform the Project. E. COUNTY shall publicly bid, administer, construct and inspect the Project and Work in accordance with the Bid Documents and Exhibit "A". F. COUNTY shall require the contractor to provide a Public Construction Bond in an amount equal to the contractor's bid for the Project and the Work. G. Upon completion of the Project and the Work, the DISTRICT shall repair and maintain the Work, at DISTRICT'S expense. Section 4. Payments/Invoicing and Reimbursement:

18 COUNTY does not have the power or authority to bind the DISTRICT in any promise, Agreement or representation. 3 Loxahatchee River Interlocal Agreement DISTRICT identifying the Work, including COUNTY'S total expenditure for the Project, and identifying the amount attributable to the Work under Exhibit "A". COUNTY shall supply any further documentation such as copies of paid receipts, canceled checks, invoices and other documents deemed necessary by the DISTRICT within seven (7) calendar days of request by the DISTRICT. Invoices received from COUNTY will be reviewed and approved by the DISTRICT to insure that expenditures have been made in conformity with this Agreement. Invoices will normally be paid within thirty (30) days following approval. In no event shall the DISTRICT provide advance funding to the COUNTY. The Project and the Work will be administered by the COUNTY. Only those costs incurred by the COUNTY relating to the Work are eligible for reimbursement by the DISTRICT pursuant to the terms and conditions hereof. In the event the COUNTY ceases or suspends the Project or the Work for any reason, the DISTRICT will reimburse the COUNTY for the Work completed as of the date the COUNTY uses to suspend the Work. Any remaining unpaid portion of this Agreement shall be retained by the DISTRICT and the DISTRICT shall have no further obligation to honor reimbursement requests submitted by the COUNTY. Section 5. Repayment COUNTY shall repay the DISTRICT for all unauthorized, illegal or unlawful expenditures of revenues, including those discovered after the expiration or termination of this Agreement. Section 6. Access and Audits: COUNTY and DISTRICT shall maintain books, records, and documents to justify all charges, expenses and costs incurred under this Agreement and in performing the Project, in accordance with Generally Accepted Accounting Principles (GAAP), as promulgated by the Government Finance Officers Association from time to time. The COUNTY and DISTRICT shall have access to all books, records, and documents as required in this Agreement, and for at least three (3) years after completion of the Project. In the event any work is subcontracted by COUNTY, COUNTY shall similarly require each Contractor and subcontractor to maintain and allow access to such records for audit purposes. Section 7. Independent Contractor: COUNTY and the DISTRICT are and shall be, in the performance of all work, services and activities under this Agreement Independent Contractors and not employees, agents or servants of the other party. All COUNTY employees engaged in the work or services performed pursuant to this Agreement shall at all times, and in all places, be subject to COUNTY'S sole direction, supervision, and control. All DISTRICT employees engaged in the work or services performed pursuant to this Agreement shall at all times, and in all places, be subject to DISTRICT'S sole direction, supervision, and control. The Parties shall exercise control over the means and manner in which it and its employees perform the work, and in all respects the parties relationship and the relationship of its employees to the other party shall be that of an Independent Contractor and not as employees or agents of the other.

19 Section 11. Breach and Opportunity to Cure: The parties expressly covenant and agree that in the event either party is in default of its obligations under this Agreement, each party shall have thirty (30) days written notice before exercising any of its rights. 4 Loxahatchee River Interlocal Agreement Section 8. Personnel: COUNTY represents that it has, or will secure at its own expense, all necessary personnel required to perform the services under this Agreement. Such personnel shall not be employees of or have any contractual relationship with the DISTRICT. All of the services required hereinunder shall be performed by COUNTY or its contractor, and personnel engaged in performing the services shall be fully qualified and, if required, authorized or permitted under state and local law to perform such services. All of COUNTY'S personnel, Contractors and all subcontractors while on COUNTY premises will conduct themselves in an acceptable manner and follow acceptable safety and security procedures. Section 9. Indemnification: The DISTRICT and COUNTY recognize their liability for certain tortious acts of its agents, officers, employees and invitees to the extent and limits provided in Section , Florida Statutes. To the extent permitted by law, the DISTRICT and COUNTY shall indemnify, defend and hold the other harmless against any actions, claims and damages arising out of the their own negligence in connection with the Work and the Project and the use of the funds provided under this Agreement. The foregoing indemnification shall not constitute a waiver of sovereign immunity beyond the limits set forth in Section , Florida Statutes, nor shall the same be construed to constitute an Agreement by the DISTRICT or COUNTY to indemnify each other for sole negligence, or willful or intentional acts of the other. The foregoing indemnification shall survive termination of this Agreement. No provision of this Agreement is intended to, or shall be construed to, create any third party beneficiary or to provide any rights to any person or entity not a party to this Agreement, including but not limited to any citizen or employees of the COUNTY and/or DISTRICT. Section 10. Annual Appropriation: All provisions of this Agreement calling for the expenditure of ad valorem tax money by either the COUNTY or the DISTRICT are subject to annual budgetary funding and should either Party involuntarily fail to fund any of their respective obligations pursuant to the Agreement, this Agreement may be terminated. However, once the Project has been awarded to the COUNTY contractor, it shall be prosecuted to completion and this Agreement shall be,binding upon the parties and neither party shall have the right to terminate the subject Agreement for the reason that the sufficient funds are not available for the construction of the Project.

20 5 Loxahatchee River Interlocal Agreement Section 12. Enforcement Costs: Any costs or expenses (including reasonable attorney's fees) associated with the enforcement of the terms and conditions of this Agreement shall be borne by the respective parties. Section 13. Notice: All notices required to be given under this Agreement shall be in writing, and deemed sufficient to each party when sent by United States Mail, postage prepaid, to the following: All notice to the DISTRICT shall be sent to: Kris Dean, P.E., Director of Engineering Services Loxahatchee River District 2500 Jupiter Park Dr. Jupiter, Fl All notice to the COUNlY shall be sent to: Omelia A. Fernandez, P.E., Director Roadway Production Division P.O. Box West Palm Beach, FL Section 14. Modification and Amendment: Except as expressly permitted herein to the contrary, no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and equality of dignity herewith. Section 15. Remedies: This Agreement shall be governed by and in accordance with the laws of the State of Florida. Any legal action necessary to enforce this Agreement shall be held in Palm Beach County. No remedy herein conferred upon any party is intended to be exclusive of any other remedy, and each and every such remedy shall be cumulative and shall be in addition to every other remedy given hereunder or now or hereafter existing at law or in equity by statute or otherwise. No single or partial exercise by any party of any right, power or remedy hereunder shall preclude any other or further exercise thereof.

21 Section 22. Compliance with Codes and Laws: COUNTY and DISTRICT shall abide by all applicable federal, state and local laws, orders, rules and regulations when performing under this Agreement. COUNTY and DISTRICT further agrees to include this provision in all subcontracts issued as a result of this Agreement. 6 Loxahatchee River Interlocal Agreement Section 16. No Waiver: Any waiver by either Party of its rights with respect to a default under this Agreement, or with respect to any other matters arising in connection with this agreement, shall not be deemed a waiver with respect to any subsequent default or other matter. The failure of either Party to enforce strict performance by the other Party of any of the provisions of this Agreement or to exercise any rights under this Agreement shall not be construed as a waiver or relinquishment to any extent of such Party's right to assert or rely upon any such provisions or rights -in that or any other instance. Section 17. Joint Preparation: The preparation of this Agreement has been a joint effort of the parties, and the resulting document shall not, solely as a matter of judicial constraint, be construed more severely against one of the parties than the other. Section 18. Equal Opportunity: COUNTY and DISTRICT agree that no person shall, on the grounds of age, race, color, sex, national origin, disability, religion, ancestry, marital status, familial status, sexual orientation, gender identity and expression or genetic information, be excluded from the benefits of, or be subjected to any form of discrimination under any activity carried out by the performance of this Agreement. COUNTY will ensure that all contracts let for the Project pursuant to the terms of this Agreement will contain a similar non-discrimination and equal opportunity clause. Section 19. Execution: This Agreement may be executed in two or more counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. Section 20. Filing: A copy of this Agreement shall be filed with the Clerk of the Circuit Court in and for Palm Beach County, Florida. Section 21. Termination: This Agreement may be terminated by either party to this Agreement upon sixty (60) days written notice to the other party, except as otherwise addressed in this Agreement. However, once the Project has commenced, it shall be prosecuted to completion and this Agreement shall be binding upon the parties and neither party shall have the right to terminate the subject Agreement.

22 The term of this Agreement shall be effective on the date of execution of this Agreement by both parties. 7 Loxahatchee River Interlocal Agreement Section 23. Office of the Inspector General: Palm Beach County has established the Office of the Inspector General, in Palm Beach County code section , as may be amended. The Inspector General's authority includes but is not limited to the power to review past, present and proposed County contracts, transactions, accounts and records, to require the production of records, and audit, investigate, monitor, and inspect the activities of the contractor, its officers, agents, employees, and lobbyists in order to ensure compliance with contract specifications and detect corruption and fraud. All contractors and parties doing business with the County and receiving County funds shall fully cooperate with the Inspector General including receiving access to records relating to Bid or any resulting contract. Section 24. Public Entity Crime Certification: As provided in F.S , as may be amended from time to time, by entering into this Agreement or performing any work in furtherance hereof, COUNTY shall have its contractors certify that their affiliates, suppliers, subcontractors and consultants who will perform hereunder, have not been placed on the convicted vehdor list maintained by the State of Florida Department of Management Services within thirty-six (36) months immediately preceding the date hereof. This notice is required by F.S (3) (a). Section 25. Severability: If any section, paragraph, sentence, clause or provision of this Agreement is for any reason held by a court of competent jurisdiction to be unconstitutional, inoperative, or void, such holding shall not affect the remaining portions of this Agreement. Section 26. Entirety of Agreement: COUNTY and DISTRICT agree that this Agreement sets forth the entire Agreement between the parties, and there are no promises or understandings other than those stated herein. Section 27. Survival: The obligations, rights, and remedies of the Parties hereunder, which by their nature survive the termination of this Agreement or the completion of the Project, shall survive such termination or Project completion and inure to the benefit of the Parties. Section 28. Term:

23 F:\ROADWAY\UTILITY COORDINATION\ _Toney Penna & Old Dixie\LOX River Agreement.doc 8 Loxahatchee River lnterlocal Agreement IN WITNESS WHEREOF, the undersigned parties have executed this Agreement on the day and year first written above. LOXAHATCHEE RIVER ENVIRONMENTAL CONTROL DISTRICT PALM BEACH COUNTY, FLORIDA, BY: vltl~~ Tanya N. McConnell, P.E., ~ Deputy County Engineer ATTEST: ATTEST: CLINTON R. YERKES DISTRICT CLERK APPROVED AS TO TERMS AND CONDffiONS: C} ~ p> V (DATE)7-c2~lt Omelia A. Fernandez, P.E., Direct Roadway Production Division APPROVED AS TO FORM AND LEGAL SUFFICIENCY APPROVED AS TO FORM AND LEGAL SUFFICIENCY BY: ~~ District Attorney 7-J ~-/ {:, BY:~lb~-- Assistant County Attorney

24 ... l: :,... ENGINEERS Ranger Construction J,, ESTIMATE !,----~--t. E_XH-.JIBIT "A" 81 D AVERAGE I TONEY PENNA DRIVE AND OLD DIXIE HIGHWAY n ustnes, Inc.. PBC COUNTY PROJECT ## ======~=======================================;======;===i111~ :1==u=Nl=T=PR=l=CE=::;;===u=N=IT=P=R=,c=E= []E1TPRICE ROAPWAY:1T:l;M$.. 1 MOBILIZATION 2 MAINTENANCE OF TRAFFIC ( INCL. PEDESTRIAN M.O.T. ) 3 CLEARING AND GRUBBING 4 REGULAR EXCAVATION 5 EMBANKMENT ( COMPACTED IN PLACE ) 6 TYPE B STABILIZATION 7 OPTIONAL BASE GROUP 13 8 SUPERPAVE ASPHALT CONCRETE (TRAFFIC LEVEL C) 9 STRUCTURAL OVERBUILD (6.5" Avg.) 10 ASPHALT CONCRETE FRICTION COURSE (1") (FC-95.) (RUBBER) 11 MILL EXISTING ASPHALT PAVEMENT (1" AVG) 12 CLASS NS CONCRETE (GRAVITY WALL) 13 CONTROLSTRUCTURE 14 INLETS (CURB) ( TYPE P-5) (<10') 15 INLETS (CURB) ( TYPE P-6) (<10') 16 INLETS ( DITCH BOTTOM ) ( TYPE C ) 17 INLETS ( GUTTER ) ( TYPE V ) 18 INLETS (CURB) (TYPE P-2) 19 MANHOLE (TYPE P-7) 20 ADJUSTINLET 21 CONCRETE PIPE CULVERT ( 18") 22 CONCRETE PIPE CULVERT ( 24" ) 23 FLARED END SECTION (CONCRETE) (ROUND) (24" DIA.) 24 SIDE DRAIN MITERED END SECTION (18") 25 FRENCH DRAIN(18" DIA)(INCL BALLAST ROCK & FILTER FABRIC) 26 TRENCH DRAIN, TYPE II, 12" WIDE 27 CONCRETE CURB ( TYPED ) 28 CONCRETE CURB & GUTTER ( TYPE F ) 29 ENGRAVING OF CURB FACE (SEE SP'S) 30 CONCRETE DROP CURB 31 COLOR TREATED & STAMPED CONCRETE (SEE SP) 32 CONC SIDEWALK ( 4" THICK) 33 CONC SIDEWALK ( 6"THICK) (DRIVEWAYS) 34 PIPE GUIDERAIL (STEEL) 35 SODDING " PVC CONDUITS (SCH 40) TRAFFIC F/O CABLE 37 PULL BOX (SMALL) 38 2" GALVANIZED IMC ABOVE GROUND CONDUIT 39 CHANGEABLE (VARIABLE MESSAGE) SIGN (NON MOT) 40 TRAFFIC CONTROL OFFICER (NON MOT).., ',, $isnat,.1tem.s A A E " PVC (SCH 40} UNDERGROUND CONDUIT 2-2" (HDPE SDR 11) UNDER PAVEMENT CONDUIT (DIRECTIONAL BORE) 4-2" (HDPE SDR 11) UNDER PAVEMENT CONDUIT (DIRECTIONAL BORE1 5-2" (HDPE SDR 11) UNDER PAVEMENT CONDUIT (DIRECTIONAL BORE1 PEDESTRIAN SIGNAL CABLE - 4 CONDUCTOR PEDESTRIAN SIGNAL CABLE - 7 CONDUCTOR SIGNAL CABLE (SPAN LENGTH 551' -650'} FIBER OPTIC CABLE, (FSM) 12- COUNT (UNDERGROUND) 1 LS 1 LS 1 LS 1,107 CY 1,302 CY 203 SY 3,119 TN i 643 TN 904 SY 24 CY 5 EA 4 EA 2 EA 709 LF 286 LF 3 EA 689 LF 315 LF 2,342 LF 8 EA 998 LF 259 SY 986 SY, 350 SY 311 LF / 2,779 SY 885 LF 3 EA, 20 LF 90 ED 720 MH ;. 300 LF 150 LF 300 LF 100 LF 1 Pl 1 Pl 1 Pl 50 LF : i~.' ~.. {:., -.. '.. - '. $100, $ $100, $ $100, $ $11.07 $ $14.61 $ $6.77 $ $51.70 $ $ $ $90.27 $ $ $ $25.42 $ $733,.30 $ $7, $ $5, $ $5, $ $2, $ $4, $ $12, $ $4, $ $1, $ $88.68 $ $70.03 $ $2, $ $1, $ $ $ $ $ $72.02 $ $28.69 $ $ $ $28.69 $ $60.00 $ $48.64 $ $51.91 $ $49.80 $ $8.11 $ $34.00 $ $ $ $ $ $48.53 $ $62.76 $..,: $5.96 $ $17.05 $ $20.00 $ $25.00 $ $5, $ $5, $ $5, $ $1.73 $ d. '. Community Asphalt Corp. TOT UNIT PRICE TOTAL 169, $229, $ 229, $109, $ 109, , $ 190, $ 190, $ 213, $ 213, , ~ $ 40, $ 40, $169, $ 169, ,'i $ $ 14, : $ $ 25, t $ $ 18, $ 8.30 $ 10, $ $ 6, $ 4.80 $ c $ $ 123, $ $ 141,865, $ $ 52, $ $ 72, $ $ 255, $ $ 311, $ $ 75, $ $ 90, $ $ 9, $ 7.80 $ 7, $ $ 12, $ $ 13, , $ 10, $ 10, $ 9, $ 9, , $ 5, $ 5, $ 5, $ 5, , $ 6, $ 6, $ 5, $ 5, , $ 4, $ 36, $ 4, $ 34, ,055.oo $ 6, $ 31, $ s, $ 29,450:00 9, $ 9, $ 9, $ 8, $ 8, , $ 5, $ 20, $ 4, $ 18, , $ 1, $ 3, $ 1, $ 3, $ $ 70, $ $ 67, $ $ 34, , $ $ 31, , ' $ 1, $ 5, $ 1, $ 5, , $ 1, $ 1, $ 1, $ 1, $ $ 106, ~ $ $ 101, $ $ 71, $ $ 68, : $ $ 8, $ $ 7, $ $ 62, $ $ 48, so $ $ 4, $ $ 2, $ $ 25, $ $ 22, $ $ 21, $ $ 22, :: $ $ 41, $ $ 42, $ $ 18, $ $ 20, $ $ 29, $ $ 27, $ 4.95 $ 13,756.05! $ 4.20 $ 11, $ 6.00 $ 5, $ 6.40 $ 5, $ $ 2, : $ $ 1, , $ $ $ $ $ $ 1, $ $ 1, $ $ 40, $ $ 42, $ 2.95 $ ' $ 3.10 $ $ $ 2, $ 1830 $ 2, $ $ 8, $ $ 9, ' $ $ 3, $ $ 3, $ $ $ $ oo,,]-,:-$ 5, : $ 5, $ 5, $ 6, $ 6, $ $ 3, $ $ 4, _so_.o_o-+--'-:$ '....;..;8s;,.;;.o,;,.;..o.;;..o-t,._$,: ;;,9.,;;.;08:;.;.;.o:..::0~$.:.:90:..::8.:..:.o.::...io F:\ROADWAY\PR0\2002\ \ Toney Penna Dr. and Old Dixie Hwy. Bid Tabs.xlsx Pagel o/3

25 i ENGINEERS BID AVERAGE, Ranger Construction l Community Asphalt Corp. TONEY PENNA DRIVE AND OLD DIXIE HIGHWAY ESTIMATE Industries, Inc. PBC COUNTY PROJECT # ~ UNIT PRICE UNIT PRI PRICE TOTAL I UNIT PRICE I TOTAL I A PULL BOX (17" X 30" X 12"D) 19 EA $ $ $ $ 17, $ $ 9, ALUMINUM SIGNALS POLE, PEDESTRIAN WITH TRANSFORMER BASE ( 8FT ABOVE GROUND) 3 EA $1, $ $ $ 2, $ $ 2, MAST ARM ASSY D1 - S1 36' (POWDER COATED FINISH) $25, $ 20, $ 19, $ 19, $ 20, $ 20, MAST ARM ASSY D7 - S6 78' (POWDER COATED FINISH) 2 EA $47, $ 32, $ 31, $ 62, $ 33, $ 66, TRAFFIC SIGNAL HEAD ALUMINUM (3-SECTION, 1-WAY) INCULDES BACKPLATES 12 AS $1, $ $ $ 9, $ $ 11, TRAFFIC SIGNAL HEAD ALUMINUM (5-SECTION, 1- WAY) INCULDES BACKPLATES 2 AS $1, $ 1, $ 1, $ 2, : $ 1, $ 3, TRAFFIC SIGNAL HEAD ASSEMBLY, REMOVAL 2 EA $ $ $ 1, $ 3, C $ $ PEDESTRIAN SIGNAL - COUNTDOWN (1- WAY) ALUMINUM 4 EA $ $ $ $ 2, $ $ 2, B7 VIDEO IMAGE DETECTION 7 - CAMERA SYSTEM (ITERIS) COMPLETE $31, $ 45,605.00, $ 44, $ 44, $ 47, $ 47, PEDESTRIAN DETECTOR (PUSH BUTTON) 4 EA $ $ $ $ $ $ INTERNALLY ILLUMINATED SIGN (6') FLUORESCENT 3 EA $3, $ 3, $ 3, $ 9, $ 3, $ 10, LED BLANK- OUT SIGN (30" X 30") $4, $ 4, $ 4, $ 4, $ 4, $ 4, SIGN PANEL (F&I) 5 EA $ $ $ $ 1, $ $ 1,810.00,.,,...., :~cc,,:cid>-2 :;;"'"' ~t~; _L',, :it~:>;{;}~.' :.,:~\.:~. :,~~:: /:i// :f ~ ~-f~)~e;.~ ({?;}~.~J?~}_'~ ~/t/~~~~~~'(jt?~j?:it::~,-::.', ~~~\~ -~L.. : :-.--~;',.,~,- ; ;,_~,. \ft;).,.: :-~~-':.~:::: ',.',... l', ;:.,..,.'.,. A;".~,. '_,._ ',. ~~}:t{ ~~: ~.. :}/">' ~ t:/:: ~-~ii)/)\. ~ft ':~ ltjl!ti!.t~,;jt,l,n4t!jl 0'1.!f::,~-;.,;.,..,_.' ' ' :- >.;;,s-c,,.,: ;!.. ~-.. :',, :,;.. ;J_~) ;-~,...., :... ;,,..,.,,.,, - ;,.: ~.~ ~ ;,.:~,;:;> ','."c:'.>:,,1... :,;',,,.,, ',.,.,.. LOXAHATCHEE RIVER DISTRICT.' ;s::-:,.:~-0zj/)~~ii ;~;;: :,;.,:;-ir{t;!:;)\l tsj ]~~9jl~~~o; I;,...::.. \.s f '! :-.. '. ',.,.,,:, -... ~I:,; ' ' ~-:-; ' -,..:.,,.. 62 ADJUST UTILITY MANHOLE $ $ $ $ $ $ ADJUST WATER VALVE BOX $ $ $ $ $ $ RELOCATE EXISTING CASING VENT $1, $ 3, $ 3, $ 3, $ 3, $ 3, TOWN OF JUPITER 65 DEFLECT EXISTING 6" DIP WATER MAIN 50 LF $63.83 $ $ $ 7, $ $ 6, ADJUST WATER VALVE BOX 5 EA $ $ $ $ 1, $ $ 1, RELOCATE EXISTING WATER METER AND BOX $1, $ $ $ $ $ RELOCATE EXISTING FIRE HYDRANT c $2, $ 3, $ 3, $ 3, $ 3, $ 3, AT&T 69 ADJUST UTILITY MANHOLE $ $ ' ;~ \,,\/~-:'\)~~:, :\_:I.~Jf~-:t.,:(j '. \ \ f-i?' -/~fit{_ ~.\/<]~.?\?~t~~:,,-~, ~~ don..rjnf;.tn.or4tf.mt~~,./. >:':~:?{.. ~. i.. ~r; _,>: :.. _;.. j --~.,,...., '... ;,:- ~ :>:T; ; "1:;:,".,e:\',.0 lt:-,.. ('.. _-?: :,.:$.PA1.ii?t.A('tl!f.li-11i'J'.. 1r+'.,:~J.:, ::<~:,ej?t. ':;,~.\',..,.,... :, c -- ~ ',.- cc:.. -:..,.,.: ',,,i..,, -~f ' ',,, ',,, /( '. '-:..,: ~ :.. $ $ $ $ ,:;,.. ;_\:.c-fenti \J:s;~~ /:: _) -~'.:{~\\){!¾ /$:;,'111,iaPiciQi j,'.1 -~-- /~:;~~?~~-:~;_;~~~~ > 1ft 'Tt:~Jj3~~o..,.., ' :.f;.,,,,: ~-. \::'(~/.f-;,,:...,): 1,c- :,.,.",.:., '., 70 CLASS I CONCRETE (MISCELLANEOUS) 10 CY ~ $ $ $ $ 5, $ $ 4, INLETS ( CURB ) ( TYPE J-5 ) ( <1 O') $8, $ 8, r $ 8, $ 8, $ 7, $ 7, INLETS (CURB) ( TYPE J-6) (<10') $7, $ 8, $ 9, $ 9, $ 8, $ 8, MANHOLE ( TYPE J-7) (<10') $8, $ 6, r; $ 6, $ 6, $ 6, $ 6, STORM SEWER CLEANING (EXIST.) (24" OR LESS) (SEE SP's) 250 LF $9.04 $ :J_ $ $ 4, $ $ 3, STORM SEWER CLEANING (EXIST.) (>24" TO 48") (SEE SP's) 110 LF $15.00 $ $ $ 3, $ $ 2, FLOWABLE FILL 10 CY $ $ $ $ 5, $ $ 2, TREE SPADE UNITS (SEE SP's) 2 EA $ $ $ $ 1, $ $ 1, : :. _ '... sµs.tot~l!:j~t!,njietj." r):.... ;,.... i. :,,-c- :. ;s. ',43Asi~~Q.' TOTAL BID AMOUNT 1-s i,9s1, I 1 ',: \.~ :-~-_;:-. ',,$...,3~]9hit~o $. i,-019; F:\ROADWAY\PRO\2002\20D2109\20D2109 Toney Penna Dr. and Old Dixie Hwy. Bid Tobs.xlsx Page2o/3

26 TONEY PENNA DRIVE AND OLD DIXIE HIGHWAY PBC PROJECT # THE ITEMS AND QUANTITIES SHOWN/ SHALL GOVERN OVER THE PLANS. PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE. 1 All costs for Maintenance of Traffic (MOT) and mobilization shall be considered incidental to, and shall be included in, unit prices for the pay items. 2 All items shall include cost to furnish and install unless otherwise noted. 3 NPDES shall be included in mobilization 4 Prime and tack coat are considered incidental to asphalt construction 5 The cost of connecting to existing structures in incidental to cost of pipe. 6 All items can be increased or decreased or deleted as directed by the Engineer. 7 All disturbed areas adjacent to the project limits shall be restored to its original conditions including sod. 8 All utility coordinations during construction and any hold time associated with utilities is included of the contract duration. 9 Roadway Item No. 7 includes 120 SY for pavement restoration on Orange Avenue '. 10 Roadway. Item No. 8 includes 20 tons for pavement restoration on Orange Avenue.....,; ' ,, Working days to complete project: 210 calendar days/ (See Special Provisions). Bids as read at opening on Tuesday, June 7, 2016; 2:00 PM All bids subject to OSBA SBE compliance and Board Approval. Prepared by: Donna Lewis, Technical Assistant Ill Checked by: Holly B. Knight, P.E. 1 Contracts Section Manager Page3 o/3

27 F:\ROADW A Y\UTILITY COO RD INA TION\ _ Toney Penna & Old Dixie\Lox River Exhibit B.doc 1 EXHIBIT "B" Loxahatchee River District PROJECT NAME: Toney Penna Dr. and Old Dixie Hwy. PROJECT NUMBER: CONTRACTOR: Community Asphalt Corp. ITEM QUANTITY /UNITS UNIT PRICE AMOUNT Loxahatchee River District Regular Items 62 ADJUST UTILITY MANHOLE lea $ $ ADJUST WATER VAL VE BOX $ $ RELOCATE EXISTING CASING VENT $3, $3, Loxahatchee River District Total $3,781.00

28 AGREEMENT BETWEEN PALM BEACH COUNTY, FLORIDA AND AT & T Florida FOR JOINT PARTICIPATION AND PROJECT FUNDING IN CONSTRUCTION OF TONY PENNA DRIVE AND OLD DIXIE HIGHWAY PALM BEACH COUNTY PROJECT NO THIS Agreement is made as of the _L day of Wk,. /,.tr', 2016, by and between Palm Beach County, a political subdivision of the Stateof Florida, (hereinafter "COUNlY'') and AT&T Florida, a corporation existing under the laws of Florida, (hereinafter "AT&T''). WHEREAS, the COUNlY intends to improve the Tony Penna Dr. and Old Dixie Hwy. (hereinafter the "Project''); and WHEREAS, the COUNlY and the AT&T desire to jointly participate in the construction of utility adjustments to the AT& T's facilities and other improvements within the Project area, hereinafter referred to as the "Work"; and WHEREAS, both COUNlY and AT&T declare that it is in the public interest that the Work be constructed with the aforementioned Project; and NOW, THEREFORE, in consideration of the mutual covenants, promises, and representations contained herein, the parties agree as follows: Section 1. Recitals. The above recitals are true and correct and are incorporated herein. Section 2. Project and Work to be Completed by the COUNlY: COUNlY shall provide construction and administrative services to the Project as more specifically described in the Bid Documents for Palm Beach County Project No Said Bid Documents include the Work as shown in AT& T's prepared Utility Matrix, Applicable Technical Specifications, Standard Construction Details, and/or Approved Product List. The Project, as set forth in this Agreement, shall be performed on Tony Penna Dr. and Old Dixie Hwy. Section 3. Responsibilities and Duties: A. AT&T shall reimburse COUNlY a total estimated cost of EIGHT Hundred Ninety Four Dollars ($894.00), provided COUNlY performs pursuant to the terms and conditions of this Agreement for all Work in accordance with the Bid Tabulation (Exhibit "A'') and summary (Exhibit "B''). Any cost exceeding this amount attributable to AT&T Utility Items shall be paid by the AT&T. 1

29 B. Costs shall be based upon actual contract costs using contract unit prices and actual constructed quantities, said quantities being measured by the COUNTY with concurrence by the AT&T. C. COUNTY shall obtain written approval from the AT&T in advance of any change orders, which increase the cost attributable to the Work to an amount greater than the contract amount as stated in Paragraph A of this Section. Approval shall not be unreasonably withheld. The AT&T's responsibility for change order costs includes any costs associated with the AT&T's failure to approve change orders in a timely manner. D. COUNTY shall secure all necessary easements and permits required to perform the Project. E. COUNTY shall publicly bid, administer, construct and inspect the Project and Work in accordance with the Bid Documents and Exhibit "A". F. COUNTY shall require the contractor to provide a Public Construction Bond in an amount equal to the contractor's bid for the Project and the Work. G. Upon completion of the Project and,the Work, the AT&T shall repair and maintain the Work, at AT&T's expense. Section 4. Payments/Invoicing and Reimbursement: The COUNTY will invoice the AT&T on a periodic basis during construction of the Project and the Work. The AT&T agrees to provide to COUNTY reimbursement funding for documented costs for the Work in the amount established in Section 3.A. Upon COUNTY'S submission of acceptable documents needed to substantiate their costs for the Work, AT&T will use its best efforts to provide said funds to COUNTY on a reimbursement basis within thirty (30) days of receipt of all required documents. COUNTY shall submit all invoices to the AT&T identifying the Work, including COUNTY'S total expenditure for the Project. COUNTY shall supply any further documentation such as copies of paid receirts, canceled checks, invoices and other documents deemed necessary by the AT&T within seven (7) calendar days of request by the AT&T. Invoices received from COUNTY will be reviewed and approved by the AT&T to insure that expenditures have been made in conformity with this Agreement. Invoices will normally be paid within thirty (30) days following approval. The Project and the Work will be administered by the COUNTY. Only those costs incurred by the COUNTY relating to the Work are eligible for reimbursement by the AT&T pursuant to the terms and conditions hereof. In the event the COUNTY ceases or suspends the Project or the Work for any reason, the AT&T will reimburse the COUNTY for the Work completed as of the date the COUNTY uses to suspend the Work. Any remaining unpaid portion of this Agreement shall be retained by the AT&T, and the AT&T shall have no further obligation to honor reimbursement requests submitted by the C0UNTY. 2

30 Section 5. Repayment COUNlY shall repay the AT&T for all unauthorized, illegal or unlawful expenditures of revenues, including those discovered after the expiration or termination of this Agreement. Section 6. Access and Audits: COUNlY and AT&T shall maintain books, records, and documents to justify all charges, expenses and costs incurred under this Agreement and in performing the Project, in accordance with Generally Accepted Accounting Principles (GAAP). The COUNlY and AT&T shall have access to all books, records, and documents as required in this Agreement, and for at least three (3) years after completion of the Project. In the event any work is subcontracted by COUNlY, COUNlY shall similarly require each Contractor and subcontractor to maintain and allow access to such records for audit purposes. Section 7. Independent Contractor: COUNlY and the AT&T are and shall be, in the performance of all work, services and activities under this Agreement Independent Contractors and not employees, agents or servants of the other party. All COUNlY employees engaged in the work or services performed pursuant to this Agreement shall at all times, and in all places, be subject to COUNlY'S sole direction, supervision, and control. All AT&T employees engag~d in the work or services performed pursuant to this Agreement shall at all times, and in all places, be subject to AT&T's sole direction, supervision, and control. The Parties shall exercise control over the means and manner in which it and its employees perform the work, and in all respects the parties relationship and the relationship of its employees to the other party shall be that of an Independent Contractor and not as employees or agents of the other. COUNlY does not have the power or authority to bind the AT&T in any promise, agreement or representation. Section 8. Personnel: COUNlY represents that it has, or will secure at its own expense, all necessary personnel required to perform the services under this Agreement. Such personnel shall not be employees of or have any contractual relationship with the AT&T. All of the services required herein under shall be performed by COUNlY or its contractor, and personnel engaged in performing the services shall be fully qualified and, if required, authorized or permitted under state and local law to perform such services. All of COUNlY'S personnel, Contractors and all subcontractors while on COUNlY premises will conduct themselves in an acceptable manner and follow acceptable safety and security procedures. 3

31 Section 9. Indemnification: The COUNlY shall require each contractor engaged by the COUNlY for the Work to: A. Indemnify, defend, save and hold harmless AT&T and its officers, agents or employees from all suits, actions, claims, demands, liability arising out of, because of, or due to any negligent act or occurrence of omission or commission of the contractor, its officers, agents, or employees in the performance of the Work; B. Maintain Commercial General Liability coverage, including vehicle coverage, in combined single limits of not less than ONE MILLION DOLLARS ($1,000,000.00); and C. Acknowledge that AT&T is a limited third party beneficiary with the right to seek damages from the contractor for its failure to perform or to enforce the contractor's performance of its duties and obligations regarding the Work. Notwithstanding the above, AT&T does not have the right to compel the COUNlY to perform its duties and obligations under this Contract or to seek damages from the COUNlY for its failure to perform or to compel the contractor to perform. Nothing herein shall create or vest in the AT&T the right to compel the COUNlY to act for or on AT&T behalf or for its benefit, nor shall it have a cause of action of any type or nature against the COUNlY. Section 10. Annual Appropriation: All provisions of this Agreement calling for the expenditure of ad valorem tax money by the COUNlY are subject to annual budgetary funding and should the COUNlY involuntarily fail to fund any of their obligations pursuant to the Agreement, this Agreement may be terminated. However, once the Project has been awarded to the COUNlY contractor, it shall be prosecuted to completion and this Agreement shall be binding upon the parties and the COUNlY shall not have the right to terminate the subject Agreement for the reason that the sufficient funds are not available for the construction of the Project. Section 11. Breach and Opportunity to Cure: The parties expressly covenant and agree that in the event either party is in default of its obligations under this Agreement, each party shall have thirty (30) days written notice before exercising any of its rights. Section 12. Enforcement Costs: Any costs or expenses (including reasonable attorney's fees) associated with the enforcement of the terms and conditions of this Agreement shall be borne by the respective parties. 4

32 Section 13. Notice: All notices required to be given under this Agreement shall be in writing, and deemed sufficient to each party when sent by United States Mail, postage prepaid, to the following: All notice to the AT&T shall be sent to: Garth Bedward, M.B.A. - Manager OSP Planning & Engineering Design AT & T Florida Telecommunications Company 120 North "K" Street Room 3D-05 Lake Worth, FL All notice to the COUNlY shall be sent to: Omelia A. Fernandez, P.E., Director Roadway Production Division P.0. Box West Palm Beach, FL ATTN: ROADWAY PRODUCTION. Section 14. Modification and Amendment: Except as expressly permitted herein to the contrary, no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and equality of dignity herewith. Section 15. Remedies: This Agreement shall be governed by and in accordance with the laws of the State of Florida. Any legal action necessary to enforce this Agreement shall be held in Palm Beach County. No remedy herein conferred upon any party is intended to be exclusive of any other remedy, and each and every such remedy shall be cumulative and shall be in addition to every other remedy given hereunder or now or hereafter existing at law or in equity by statute or otherwise. No single or partial exercise by any party of any right, power or remedy hereunder shall preclude any other or further exercise thereof. Section 16. No Waiver: Any waiver by either Party of its rights with respect to a default under this Agreement, or with respect to any other matters arising in connection with this Agreement, shall not be deemed a waiver with respect to any subsequent default or other matter. The failure of either Party to enforce strict performance by the other Party of any of the provisions of this Agreement or to exercise any rights under this Agreement shall not be construed as a waiver or relinquishment to any extent of such Party's right to assert or rely upon any such provisions or rights in that or any other instance. 5

33 Section 17. Joint Preparation: The preparation of this Agreement has been a joint effort of the parties, and the resulting document shall not, solely as a matter of judicial constraint, be construed more severely against one of the parties than the other. Section 18. Equal Opportunity: COUNlY and AT&T agree that no person shall, on the grounds of age, race, color, sex, national origin, disability, religion, ancestry, marital status, familial status, sexual orientation, gender identity and expression or genetic information, be excluded from the benefits of, or be subjected to any form of discrimination under any activity carried out by the performance of this Agreement. COUNlY will ensure that all contracts let for the Project pursuant to the terms of this Agreement will contain a similar non-discrimination and equal opportunity clause. Section 19. Execution: This Agreement may be executed in two or more counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. Section 20. Filing: A copy of this Agreement shall be filed with the Clerk of the Circuit Court in and for Palm Beach County, Florida. Section 21. Termination: Agreement. Section 22. Compliance with Codes and Laws: COUNlY and AT&T shall abide by all applicable federal, state and local laws, orders, rules and regulations when performing under this Agreement. COUNlY and AT&T further agrees to include this provision in all subcontracts issued as a result of this Agreement. Section 23. Office of the Inspector General: is not limited to the power to review past, present and proposed County contracts, transactions, and parties doing business with the County and receiving County funds shall fully cooperate 6 This Agreement may be terminated by either party to this Agreement upon sixty (60) days written notice to the other party, except as otherwise addressed in this agreement. However, once the Project has commenced, it shall be prosecuted to completion and this agreement shall be binding upon the parties and neither party shall have the right to terminate the subject Palm Beach County has established the Office of the Inspector General, in Palm Beach County code section , as may be amended. The Inspector General's authority includes but accounts and records, to require the production of records, and audit, investigate, monitor, and inspect the activities of the contractor, its officers, agents, employees, and lobbyists in order to ensure compliance with contract specifications and detect corruption and fraud. All contractors

34 with the Inspector General including receiving access to records relating to Bid or any resulting contract. Section 24. Public Entity Crime Certification: As provided in F.S , as may be amended from time to time, by entering into this Agreement or performing any work in furtherance hereof, COUNlY shall have its contractors certify that their affiliates, suppliers, subcontractors and consultants who will perform hereunder, have not been placed on the convicted vendor list maintained by the State of Florida Department of Management Services within thirty-six (36) months immediately preceding the date hereof. This notice is required by F.S (3) (a). Section 25. Severability: If any section, paragraph, sentence, clause or provision of this Agreement is for any reason held by a court of competent jurisdiction to be unconstitutional, inoperative, or void, such holding shall not affect the remaining portions of this Agreement. Section 26. Entirety of Agreement: COUNlY and AT&T agree that this Agreement sets forth the entire Agreement between the parties, and there are no promises or understandings other than those stated herein. Section 27. Survival: The obligations, rights, and remedies of the Parties hereunder, which by their nature survive the termination of this agreement or the completion of the Project, shall survive such termination or Project completion and inure to the benefit of the Parties. Section 28. Term: The term of this Agreement shall be effective on the date of execution of this Agreement by both parties. 7

35 and year first written above. AT&T Florida (Print Name) ~~ ATTEST WITNESS: (Signature) (Print Name) ~~-- (Signature) ~tname~ :csi ature) PALM BEACH COUNTY, FLORIDA BY: Tanya N. McConnell, P.E., Deputy County Engineer ~Ji APPROVED AS TO TERMS AND CONDmONS: By:p_,J Omelio A. Fernandez, P.E., Director ~ ~- APPROVED AS TO FORM AND LEGAL SUFFICIENCY: F:\ROADWAY\UTILITY COORDINATION\ _Toney Penna & Old Dixie\ATT Agreement.doc 8 IN WITNESS WHEREOF, the undersigned parties have executed this Agreement on the day BY: (fa,,.// fh/war/ (Signature) ~ti(tt{t(, BY: ~d\ ~ H~~f'on 1" ' Roadway Production Division ~ (Signature) BY: ~.~~J

36 TONEY PENNA DRIVE AND OLD DIXIE HIGHWAY PBC CQUNTY PROJECT # MOBILIZATION 2 MAINTENANCE OF TRAFFIC( INCL. PEDESTRIAN M.O.T.) 3 CLEARING AND GRUBBING 4 REGULAR EXCAVATION 5 EMBANKMENT ( COMPACTED IN PLACE) 6 TYPE B STABILIZATION 7 OPTIONAL BASE GROUP 13 8 SUPERPAVE ASPHALT CONCRETE (TRAFFIC LEVEL C) 9 STRUCTURAL OVERBUILD 76.5" Avi:J.) 10 ASPHALT CONCRETE FRICTION COURSE (1 ") (FC-95.) (RUBBER) 11 MILL EXISTING ASPHALT PAVEMENT (1" AVG) 12 CLASS NS CONCRETElGRAVITYWALL.) 13 CONTROLSTRUCTURE 14 INLETS CURB TI TYPE P-5 H<1 O') 15 INLETS CURBTITYPE P-6 H<10') 16 INLETS DITCH BOTTOM ) l TYPE C) 17 INLETS GUTTER ) l TYPE V ) 18 INLETS CURB) (TYPE P-2) 19 MANHOLE (TYPE P-7) 20 ADJUSTINLET 21 CONCRETE PIPE CULVERT ( 18") 22 CONCRETE PIPE CULVERT ( 24") 23 FLARED END SECTION (CONCRETE) (ROUND) (24" DIA.) 24 SIDE DRAIN MITERED END SECTION (18") 25 FRENCH DRAIN(18" DIA)(INCL BALLAST ROCK & FILTER FABRIC) 26 TRENCH DRAIN, TYPE II, 12" WIDE 27 CONCRETE CURB ( TYPE D) 28 CONCRETE CURB & GUTTER l TYPE F ) 29 ENGRAVING OF CURB FACE (SEE SP'S) 30 CONCRETE DROP CURB 31 COLOR TREATED & STAMPED CONCRETE {SEE SP) 32 CONC SIDEWALK l 4" THICK) 33 CONC SIDEWALK l 6"THICK) <DRIVEWAYS) 34 PIPE GUIDERAIL isteeu 35 SODDING " PVC CONDUITS lsch 40) TRAFFIC F/0 CABLE 37 PULL BOX lsmalu 38 2" GALVANIZED IMC ABOVE GROUND CONDUIT 39 CHANGEABLE lvariable MESSAGE) SIGN {NON MOT) 40 TRAFFIC CONTROL OFFICER (NON MOT} 1 LS 1 LS 1 LS 1,107 CY 1,302 CY 203 SY 3,119 TN 643 TN 904 SY 24 CY 5 EA 4 EA 2 EA 709 LF 286 LF 3 EA 689 LF 315 LF 2,342 LF 8 EA 998 LF 259 SY 986 SY 350 SY 311 LF 2,779 SY 885 LF 3 EA 20 LF 90 ED 720 MH.. ENGINEERS ESTIMATE UNITPRIC $100, $ $100, $ $100, $ $11.07 $ $14.61 $ $6.77 $ $51.70 $ $ $ $90.27 $ $ $ $25.42 $ $ $ $7, $ $5, $ $5, $ $2, $ $4, $ $12, $ $4, $ $1, $ $88.68 $ $70.03 $ $2, $ $1, $ $ $ $ $ $72.02 $ $28.69 $ $ $ $28.69 $ $60,00 $ $48.64 $ $51.91 $ $49.80 $ $8.11 $ $34.00 $ $ $ $ $ $48.53 $ $62.76 $ BID AVERAGE Ranger Construction Industries, Inc. TOTAL ' Community Asphalt Corp. i 169, $ 229, $ 229, $ 109, $ 109, , $ 190, $ 190, $ 213, $ 213, , $ 40, $ 40, $ 169, $ 169, $ $ 14, $ $ 25, $ $ 18, $ 8.30 $ 10, $ $ 6, $ 4.80 $ 974AO $ $ 123, $ $ 141, $ $ 52, $ $ 72, $ $ 255, $ $ 311, $ $ 75, $ $ 90, $ $ 9, $ 7.80 $ 7, $ $ 12, $ $ 13, , $ 10, $ 10, $ 9, $ 9, ,410.1>0 $ 5, $ 5, $ 5, $ 5, , $ 6, $ 6, $ 5, $ 5, , $ 4, $ 36, $ 4, $ 34, , $ 6, $ 31, $ 5, $ 29,450:00 9, $ 9, $ 9, $ 8, $ 8, , $ 5, $ 20, $ 4, $ 18, , $ 1, $ 3, $ 1, $ 3, $ $ 70, $ $ 67, $ $ 34, $ $ 31, , $ 1, $ 5, $ 1, $ 5, , $ 1, $ 1, $ 1, $ 1, $ $ 106, $ $ 101, $ $ 71, $ $ 68, $ $ 8, $ $ 7, $ $ 62, $ $ 48, $ $ 4, $ $ 2, $ $ 25, $ $ 22, $ $ 21, $ $ 22, $ $ 41, $ $ 42, $ $ 18, $ $ 20, ,70 $ 94,00 $ 29,234,00 C $ 89,40 $ 27,803, $ 4.95 $ 13, $ 4.20 $ 11, ' $ 6.00 $ 5, $ 6.40 $ 5, $ $ 2, : $ $ 1, $ $ $ $ $ $ 1, $ $ 1, $ $ 40, $ $ 42, EXHIBIT "A" $J$tJAL lt-j=ms._..~... ~: ~ ~ " PVC {SCH 40) UNDERGROUND CONDUIT " {HOPE SOR 11) UNDER PAVEMENT CONDUIT (DIRECTIONAL BORE) " (HOPE SOR 11) UNDER PAVEMENT CONDUIT (DIRECTIONAL BORE) " (HOPE SOR 11 l UNDER PAVEMENT CONDUIT (DIRECTIONAL BORE} A PEDESTRIAN SIGNAL CABLE - 4 CONDUCTOR A PEDESTRIAN SIGNAL CABLE- 7 CONDUCTOR E SIGNAL CABLE (SPAN LENGTH 551' - 650') FIBER OPTIC CABLE,(FSM) 12- COUNT (UNDERGROUND} 300 LF 150 LF 300 LF 100 LF 1 Pl 1 Pl 1 Pl 50 LF $5.96 $ $17.05 $ $20.00 $ $25.00 $ $5, $ $5, $ $5, $ $1.73 $ 3.03 $ 2.95 $ $ 3.10 $ $ $ 2, $ $ 2, $ $ 8, $ $ 9, $ $ 3, : $ $ 3, $ $ $ , $ $ $ , ' $ 5, , $ 6,150,00 $ 6, ' $ , $ $ 4, F:\ROADWAY\PRO\2002\ \ Toney P,nno Dr. and Old Dixie Hwy. Bid Tobs.xlsx Pogelo/3

37 TONEY PENNA DRIVE AND OLD DIXIE HIGHWAY PBC COUNTY PROJECT # A PULL BOX (17" X 30" X 12"D) 19 EA ALUMINUM SIGNALS POLE, PEDESTRIAN WITH TRANSFORMER BASE ( 8FT ABOVE GROUND) 3 EA MAST ARM ASSY D1 - S1 36' (POWDER COATED FINISH MAST ARM ASSY D7 - S6 78' (POWDER COATED FINISH 2 EA TRAFFIC SIGNAL HEAD ALUMINUM (3- SECTION, 1- WAY> INCULDES BACKPLATES 12 AS TRAFFIC SIGNAL HEAD ALUMINUM (5-SECTION, 1 WAY) INCULDES BACKPLATES 2 AS TRAFFIC SIGNAL HEAD ASSEMBLY, REMOVAL 2 EA PEDESTRIAN SIGNAL COUNTDOWN (1- WAY) ALUMINUM 4 EA B7 VIDEO IMAGE DETECTION 7 - CAMERA SYSTEM (ITERIS) COMPLETE PEDESTRIAN DETECTOR (PUSH BUTTON) 4 EA INTERNALLY ILLUMINATED SIGN (6') FLUORESCENT 3 EA LED BLANK- OUT SIGN (30" X 30") SIGN PANEL (F&I) 5 EA , -/~,,_: '":'i,';/'':;:-~;; rf;½;.,>: - LOXAHATCHEE RIVER DISTRICT ADJUST UTILITY MANHOLE ADJUST WATER VALVE BOX RELOCATE EXISTING CASING VENT TOWN OF JUPITER DEFLECT EXISTING 6" DIP WATER MAIN ADJUST WATER VALVE BOX RELOCATE EXISTING WATER METER AND BOX RELOCATE EXISTING FIRE HYDRANT AT&T ADJUST UTILITY MANHOLE 70 CLASS I CONCRETE (MISCELLANEOUS) 71 INLETS ( CURB ) ( TYPE J-5 ) (<10') 72 INLETS (CURB) ( TYPE J-6) (<10') 73 MANHOLE ( TYPE J-7) (<10') 74 STORM SEWER CLEANING (EXIST.) (24" OR LESS) (SEE SP's) 75 STORM SEWER CLEANING (EXIST.) (>24" TO 48") (SEE SP's) 76 FLOWABLE FILL 77 TREE SPADE UNITS (SEE SP's) :.,... ;,:,,,., ",., EA EA EA 50 LF 5 EA EA ', '.'.,," '. '-_"c;:1,,:.-,.., 10 CY 250 LF 110 LF 10 CY 2 EA TOTAL BID AMOUNT ENGINEERS ESTIMATE BID AVERAGE UNIT PRICE UNIT PRIC $ $ $1, $ $25, $ 20, $47, $ 32, $1, $ $1, $ 1, $ $ $ $ $31, $ 45, $ $ $3, $ 3, $4, $ 4, $ $ $ $ $ $ $1, $ 3, $63.83 $ $ $ $1, $ $2, $ 3, $ $ :,~:. ;:.:~:~.jj~_;; ~f-_;-_,~:\:;<''. '.' ~... $ $ $8, $ $7, $ $8, $ $9.04 $ $15.00 $ $ $ $ $ Ranger Construction Industries, Inc. Community Asphalt Corp. TOTAL $ $ 17, : $ $ 9, $ $ 2, i $ $ 2, $ 19, $ 19, $ 20, $ 20, $ 31, $ 62, ' $ 33, $ 66, $ $ 9, $ $ 11, $ 1, $ 2, $ 1, $ 3, $ 1, $ 3, $ $ $ $ 2, $ $ 2, $ 44, $ 44, $ 47, $ 47, $ $ $ $ $ 3, $ 9, $ 3, $ 10, $ 4, $ 4, $ 4, $ 4, $ $ 1, $ $ 1, t'=i/t:,f'~'i'~l,;\\~ /;&t1;1"2~1.,~p$(00;; <',,"!">',.,,.,,,~.~. -~,J~!)9;\(fijlo.fi:: $ $ $ $ $ 3, $ $ $ $ $ $ $ $ 3, $ $ $ $ $ 3, $ 3, , , , ,..,,s.. '. 43A~t~o $ $ $ $ $ $ $ 3, $ , , , , $ $ ' $ $ ,.'\~1i; {O;QQi., ~'.,'. ' -:ce;; "<.,.;, ::,i\:.'.f. :,.., ' $ $ 5, $ $ 8, ' $ 8, $ 8,330.00, $ 7, , , ' $ 9, $ 9, $ 8, $ 8, , $ 6, $ 6, $ 6, , $ $ 4, $ $ 3, $ $ 3, $ , $ $ 5, $ $ 2, $ $ 1, ', $ , F:\ROADWAY\PR0\2002\2002JD9\ Toney Penna Dr, and Old Dixi Hwy, Bid Tab<JC/SJ( Page2of3

Munilla Construction HOOD RD., E. OF FLORIDA'S TURNPIKE TO W. OF CENTRAL BLVD. AND HOOD RD. & CENTRAL

Munilla Construction HOOD RD., E. OF FLORIDA'S TURNPIKE TO W. OF CENTRAL BLVD. AND HOOD RD. & CENTRAL JW Cheatham, ROADWAY 1 MOBILIZATION 1.0 LS $ 1,350,116.25 $ 906,000.00 $ 1,233,000.00 $ 1,233,000.00 $ 1,159,208.36 $ 1,159,208.36 $ 1,451,835.00 $ 1,451,835.00 $ 1,556,421.65 $ 1,556,421.65 2 MAINTENANCE

More information

Sandalfoot Blvd. & SR 7 and SW 3rd St. & SR 7 Bridge Replacements WEEKLEY ASPHALT PAVING, INC. KIEWIT INFRASTRUCTURE CO. RUSSELL ENGINEERING

Sandalfoot Blvd. & SR 7 and SW 3rd St. & SR 7 Bridge Replacements WEEKLEY ASPHALT PAVING, INC. KIEWIT INFRASTRUCTURE CO. RUSSELL ENGINEERING ROADWAY 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 BRIDGE 37 38 39 40 41 42 43 REGULAR PAY Mobilization 1 LS $ 424,200.00 $ 238,930.61 $ 445,000.00

More information

AVERAGE OF BID ITEMS ENGINEERS ESTIMATE

AVERAGE OF BID ITEMS ENGINEERS ESTIMATE ROADWAY 1 Mobilization 1 LS $ 990,048.50 $ 80,000.00 $ 880,000.00 $ 880,000.00 $ 950,000.00 $ 950,000.00 $ 967,510.00 $ 967,510.00 $ 1,162,684.00 $ 1,162,684.00 2 Maintenance of Traffic ( incl. Pedestrian

More information

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Agenda Item # : 5 D-1 PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: February 4, 214 r i] Consent l)

More information

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2 Page 1 of 16 ITB-PW-U-15-02 Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2 ISSUE DATE: January 7, 2015 DUE DATE: January 15, 2015 at 2:00 p.m. SUBJECT: Miscellaneous Changes INTENT: This

More information

GROUNDS MAINTENANCE AGREEMENT

GROUNDS MAINTENANCE AGREEMENT GROUNDS MAINTENANCE AGREEMENT THIS AGREEMENT is entered into this day of, 2012, by and between the City of Plant City ( City ) and Company ), whose address is. WHEREAS, City desires to retain Company to

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

CONTRACT FOR SERVICES RECITALS

CONTRACT FOR SERVICES RECITALS CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor

More information

PROFESSIONAL AGREEMENT WITH INDEPENDENT CONTRACTOR

PROFESSIONAL AGREEMENT WITH INDEPENDENT CONTRACTOR PROFESSIONAL AGREEMENT WITH INDEPENDENT CONTRACTOR This Agreement is made this day of, 2018, by and between SPRINGVILLE CITY, 110 S Main, Springville, Utah (hereinafter referred to as the City ), and,

More information

REGIONAL ROAD CONCURRENCY AGREEMENT CONSTRUCTION OF IMPROVEMENTS

REGIONAL ROAD CONCURRENCY AGREEMENT CONSTRUCTION OF IMPROVEMENTS Return recorded document to: Planning and Redevelopment Division 1 North University Drive, Suite 102A Plantation, Florida 33324 Document prepared by: NOTICE: PURCHASERS, GRANTEES, HEIRS, SUCCESSORS AND

More information

City Commission Agenda Cover Memorandum

City Commission Agenda Cover Memorandum City Commission Agenda Cover Memorandum Originating Department: Recreation (REC) Meeting Type: Regular Agenda Date: 11/06/2017 Advertised: Required?: Yes No ACM#: 21639 Subject: Resolution No. 304-17 approving

More information

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY EXECUTIVE BRIEF

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY EXECUTIVE BRIEF Agenda Item is over 5 pages; may be viewed in the Minutes Department Agenda Item #: 3-C-4 PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: July 12, 216 [X] Consent [ ]

More information

AMENDED SPECIAL COUNSEL SERVICES AGREEMENT BY AND BETWEEN THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA AND BROWN, GARGANESE, WEISS & D AGRESTA, P.A.

AMENDED SPECIAL COUNSEL SERVICES AGREEMENT BY AND BETWEEN THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA AND BROWN, GARGANESE, WEISS & D AGRESTA, P.A. AMENDED SPECIAL COUNSEL SERVICES AGREEMENT BY AND BETWEEN THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA AND BROWN, GARGANESE, WEISS & D AGRESTA, P.A. This Special Counsel Services Agreement (the Agreement

More information

FIXTURING/INSTALLATION AGREEMENT

FIXTURING/INSTALLATION AGREEMENT Dept Index Contract No. Requisition No. FIXTURING/INSTALLATION AGREEMENT This FIXTURING/INSTALLATION AGREEMENT by and between THE UNIVERSITY OF NORTH FLORIDA BOARD OF TRUSTEES, a public body corporate

More information

EXHIBIT 3 Page 1 of 12

EXHIBIT 3 Page 1 of 12 Page 1 of 12 FLORIDA DEPARTMENT OF TRANSPORTATION - DISTRICT FOUR MAINTENANCE MEMORANDUM OF AGREEMENT THIS AGREEMENT, is entered into this day of, 2017, by and between the STATE OF FLORIDA DEPARTMENT OF

More information

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS PROFESSIONAL SERVICES CONTRACT (Architects, Engineers, Land Surveyors, Landscape Architects) BETWEEN THE CITY OF GIG HARBOR AND [insert Consultant Name] THIS AGREEMENT is made by and between the City of

More information

CONSULTANT SERVICES AGREEMENT

CONSULTANT SERVICES AGREEMENT CONSULTANT SERVICES AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into this 20 th day of December, 2012, by and between the City of Rio Vista, a municipal corporation of the State of California

More information

TIF CONSTRUCTION LOAN AGREEMENT

TIF CONSTRUCTION LOAN AGREEMENT TIF CONSTRUCTION LOAN AGREEMENT THIS TIF CONSTRUCTION LOAN AGREEMENT [Agreement] is entered into on this day of, 2012 [ Effective Date ], by and between the City of Evanston [ City ], and IRMCO [ Borrower

More information

KNOX COUNTY GOVERNMENT AND DURACAP ASPHALT PAVING CO., INC.

KNOX COUNTY GOVERNMENT AND DURACAP ASPHALT PAVING CO., INC. KNOX COUNTY GOVERNMENT AND DURACAP ASPHALT PAVING CO., INC. This Contract made and entered into this day of, 2013 by and between Knox County Government through its governing body and authorized representative,

More information

Lease Agreement between Napa Valley Community College District and Napa Valley Unified School District

Lease Agreement between Napa Valley Community College District and Napa Valley Unified School District Lease Agreement between Napa Valley Community College District and Napa Valley Unified School District This Agreement and Lease is entered into this 12th day of March 2015 between the Napa Valley Community

More information

DEVELOPER EXTENSION AGREEMENT

DEVELOPER EXTENSION AGREEMENT DEVELOPER EXTENSION AGREEMENT SILVER LAKE WATER DISTRICT APPLICATION AND AGREEMENT TO CONSTRUCT EXTENSION TO DISTRICT SYSTEM Project: Developer: The undersigned, Developer (also referred to as Owner )

More information

AIRPORT HANGAR LICENSE AGREEMENT

AIRPORT HANGAR LICENSE AGREEMENT AIRPORT HANGAR LICENSE AGREEMENT This Hangar License Agreement ( Agreement ) is made and entered into this day of 2011, by and between the City of Cloverdale, hereinafter referred to as City and (name

More information

BID TABULATION BID REQUEST NO

BID TABULATION BID REQUEST NO BID TABULATION BID REQUEST NO. 13-1046 1 LOWEST RESPONSIVE BIDDER Dakota Contracting Bidder: Corporation D & G Concrete Bidder: Construction, Inc. Carl V. Carlson Bidder: Company Address: 431 NORTH PHILLIPS

More information

Bid No.: PO Box Cone Rd Asphalt Ave th Ave. E. Dunedin, FL Tampa, FL Tampa, FL Palmetto, FL 34221

Bid No.: PO Box Cone Rd Asphalt Ave th Ave. E. Dunedin, FL Tampa, FL Tampa, FL Palmetto, FL 34221 Bid : 7379 GENERAL 1 2 3 4 @ unit $ total $ @ unit $ total $ @ unit $ total $ @ unit $ total $ G-1.1 Mobilization 1 LS $ 450,000.00 $ 450,000.00 $ 720,000.00 $ 720,000.00 $ 750,000.00 $ 750,000.00 $ 530,000.00

More information

City of Signal Hill Cherry Avenue Signal Hill, CA

City of Signal Hill Cherry Avenue Signal Hill, CA City of Signal Hill 2175 Cherry Avenue Signal Hill, CA 90755-3799 May 5, 2009 AGENDA ITEM TO: FROM: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL BARBARA MUÑOZ DIRECTOR OF PUBLIC WORKS SUBJECT: APPROVAL

More information

2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL

2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES This agreement ("Agreement"), dated as of, 2018 ( Effective Date ) is by and between the Sonoma County Waste Management Agency, (hereinafter

More information

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of January, 2016, by and between the CITY OF TUMWATER, a Washington municipal

More information

SUBDIVISION IMPROVEMENTS AGREEMENT

SUBDIVISION IMPROVEMENTS AGREEMENT SUBDIVISION IMPROVEMENTS AGREEMENT THIS AGREEMENT, made between GLEN DEVELOPMENT COMPANY, hereinafter called the "Subdivider," and El Paso County by and through the Board of County Commissioners of El

More information

FORM CONTRACT FOR INDIGENT DEFENSE SERVICES

FORM CONTRACT FOR INDIGENT DEFENSE SERVICES FORM CONTRACT FOR INDIGENT DEFENSE SERVICES WHEREAS, the City of, Washington (hereinafter City ) provides indigent defense services to individuals who have been certified for representation in criminal

More information

FIRE HYDRANT REPAIR/REPLACEMENT (AS NEEDED) INFORMAL QUOTATION (Construction Services under $100,000) CITY OF SPARKS, NEVADA

FIRE HYDRANT REPAIR/REPLACEMENT (AS NEEDED) INFORMAL QUOTATION (Construction Services under $100,000) CITY OF SPARKS, NEVADA Informal Quotation Contract Page 1 FIRE HYDRANT REPAIR/REPLACEMENT (AS NEEDED) INFORMAL QUOTATION (Construction Services under $100,000) CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this

More information

AGREEMENT FOR WORK TO BE PERFORMED BY KING COUNTY ROAD SERVICES DIVISION

AGREEMENT FOR WORK TO BE PERFORMED BY KING COUNTY ROAD SERVICES DIVISION AGREEMENT FOR WORK TO BE PERFORMED BY KING COUNTY ROAD SERVICES DIVISION THIS AGREEMENT is made and entered into by and between King County ( the County ) and the City of Medina, ( the City ). RECITALS

More information

Services Agreement for Public Safety Helicopter Support 1

Services Agreement for Public Safety Helicopter Support 1 SERVICES AGREEMENT FOR PUBLIC SAFETY HELICOPTER SUPPORT BETWEEN THE CITY OF HUNTINGTON BEACH AND THE CITY OF NEWPORT BEACH This ("Agreement") is made by and between the City of Huntington Beach, a California

More information

BID PROPOSAL ANNUAL PATHWAY & MINOR CONSTRUCTION CONTRACT PBC PROJECT #

BID PROPOSAL ANNUAL PATHWAY & MINOR CONSTRUCTION CONTRACT PBC PROJECT # ENGINEERS Wynn & Sons Envir. ESTIMATE Construction, Inc. 1 Emergency Response, Less than 6 Hours 10 EA $ 50.00 $ 50.00 $ 500.00 2 Emergency Response, 6 Hours to 24 Hours 20 EA $ 50.00 $ 50.00 $ 1,000.00

More information

STANDARD GENERATION INTERCONNECTION AGREEMENT BETWEEN CITY OF ANAHEIM AND

STANDARD GENERATION INTERCONNECTION AGREEMENT BETWEEN CITY OF ANAHEIM AND STANDARD GENERATION INTERCONNECTION AGREEMENT BETWEEN CITY OF ANAHEIM AND This Standard Generation Interconnection Agreement ( Interconnection Agreement ), dated, for purposes of identification only, is

More information

ADDENDUM #1 March 12, 2019 BID FORM. Moore, Oklahoma DATE: PROJECT:

ADDENDUM #1 March 12, 2019 BID FORM. Moore, Oklahoma DATE: PROJECT: ADDENDU #1 arch 12, 2019 BID FOR PLACE DATE: PROJECT: oore, Oklahoma 34 th Street, Telephone Rd to Santa Fe Ave Roadway Widening Proposal of (hereinafter called BIDDER ), doing business as a Corporation

More information

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following: Crushed Surfacing Base Course, per ton. The unit contract price per ton for Crushed Surfacing Top Course and Crushed Surfacing Base Course shall include the cost for all labor, materials, equipment and

More information

SECURITY/LIEN AGREEMENT INSTALLATION OF REQUIRED IMPROVEMENTS

SECURITY/LIEN AGREEMENT INSTALLATION OF REQUIRED IMPROVEMENTS Return recorded copy to: Broward County Highway Construction & Engineering Division 1 North University Drive, Suite 300B Plantation, FL 33324-2038 Document prepared by: NOTICE: PURCHASERS, GRANTEES, HEIRS,

More information

APPENDIX A. Main Extension Agreement (MEA)

APPENDIX A. Main Extension Agreement (MEA) APPENDIX A Main Extension Agreement (MEA) Monroe County Water Authority MAIN EXTENSION AGREEMENT This MAIN EXTENSION AGREEMENT (the Agreement ) by the Monroe County Water Authority, a New York public benefit

More information

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES CITY OF SUISUN CITY CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES THIS CONTRACT SERVICES AGREEMENT (herein Agreement ) is made and entered into this day

More information

REQUEST FOR COUNCIL ACTION

REQUEST FOR COUNCIL ACTION REQUEST FOR COUNCIL ACTION Date: 12/03/12 Item No.: 12.g Department Approval City Manager Approval Item Description: Approve Contract for Engineering Services to develop Twin Lakes Area Public Improvements

More information

City of La Palma Agenda Item No. 5

City of La Palma Agenda Item No. 5 City of La Palma Agenda Item No. 5 MEETING DATE: November 7, 2017 TO: FROM: SUBMITTED BY: CITY COUNCIL CITY MANAGER Mike Belknap, Community Services Director AGENDA TITLE: Award of Contract to Infrastructure

More information

BIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL

BIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL Bidders submitting proposals shall be very careful to follow all requirements in connection therewith. A checklist has been attached for guidance in complying with all phases of the bid process and project.

More information

CONSTRUCTION SOLICITATION/QUOTATION/ PURCHASE ORDER

CONSTRUCTION SOLICITATION/QUOTATION/ PURCHASE ORDER Palm Beach County Department of Environmental Resources Management 2300 North Jog Road, 4 th Floor West Palm Beach, FL 33411-2743 Phone: 561-233-2400 Fax: 561-233-2414 REV. 02/2011 CONSTRUCTION SOLICITATION/QUOTATION/

More information

BROKERAGE FINANCIAL SERVICES INSPECTIONS INDEPENDENT CONTRACTOR BUSINESS INSPECTION SERVICES AGREEMENT

BROKERAGE FINANCIAL SERVICES INSPECTIONS INDEPENDENT CONTRACTOR BUSINESS INSPECTION SERVICES AGREEMENT BROKERAGE FINANCIAL SERVICES INSPECTIONS INDEPENDENT CONTRACTOR BUSINESS INSPECTION SERVICES AGREEMENT THIS INDEPENDENT CONTRACTOR AGREEMENT ( Agreement ) is entered into between Brokerage Financial Services

More information

ARTICLE RIGHT-OF-WAY RULES AND REGULATIONS

ARTICLE RIGHT-OF-WAY RULES AND REGULATIONS Page 1 of 8 ARTICLE 3.1000. RIGHT-OF-WAY RULES AND REGULATIONS Sec. 3.1001. Findings and purpose. The purpose of this article is to: (a) Assist in the management of facilities placed in, on or over the

More information

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES THIS AGREEMENT ( Agreement ) is made and entered into by and between the City of Snohomish, Washington,

More information

LOCATION AGREEMENT. ( USER ) whose principal business address is. RECITALS. WHEREAS, FIU has control of the following described premises ("Premises"):

LOCATION AGREEMENT. ( USER ) whose principal business address is. RECITALS. WHEREAS, FIU has control of the following described premises (Premises): LOCATION AGREEMENT THIS LOCATION AGREEMENT (the Agreement ) is made and entered into on the date fully executed below by and between The Florida International University Board of Trustees, on behalf of

More information

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535 EQUIPMENT WITH OPERATOR P R O P O S A L F O R M Due Date: April 21, 2016-9:00 am MITN Code: 97535 To: Grand Traverse County Road Commissioners 1881 LaFranier Road Traverse City MI 49696 The undersigned

More information

WITNESSETH: WHEREAS, the DISTRICT has determined that the Lower Hillsborough River is not achieving the proposed minimum flow; and

WITNESSETH: WHEREAS, the DISTRICT has determined that the Lower Hillsborough River is not achieving the proposed minimum flow; and JOINT FUNDING AGREEMENT BETWEEN THE SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT AND THE CITY OF TAMPA FOR IMPLEMENTATION OF RECOVERY PROJECTS TO MEET THE MINIMUM FLOW OF THE LOWER HILLSBOROUGH RIVER THIS

More information

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES May 10, 2011 GENERAL INFORMATION Introduction The City of Salinas (City) seeks qualification submittals from firms or individuals

More information

DESIGN AND CONSTRUCTION RESPONSIBILITY AND REIMBURSEMENT AGREEMENT BETWEEN THE CITY OF PLACERVILLE AND THE El DORADO IRRIGATION DISTRICT

DESIGN AND CONSTRUCTION RESPONSIBILITY AND REIMBURSEMENT AGREEMENT BETWEEN THE CITY OF PLACERVILLE AND THE El DORADO IRRIGATION DISTRICT DESIGN AND CONSTRUCTION RESPONSIBILITY AND REIMBURSEMENT AGREEMENT BETWEEN THE CITY OF PLACERVILLE AND THE El DORADO IRRIGATION DISTRICT FOR THE WESTERN PLACERVILLE INTERCHANGES PROJECT, PHASE 2 CITY CIP:

More information

PROFESSIONAL AGREEMENT WITH INDEPENDENT CONTRACTOR

PROFESSIONAL AGREEMENT WITH INDEPENDENT CONTRACTOR PROFESSIONAL AGREEMENT WITH INDEPENDENT CONTRACTOR This Agreement is made this day of, 2018, by and between SPRINGVILLE CITY, 110 S Main, Springville, Utah (hereinafter referred to as the City ), and,

More information

APPENDIX A STANDARD CLAUSES FOR SCHUYLER COUNTY CONTRACTS PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE.

APPENDIX A STANDARD CLAUSES FOR SCHUYLER COUNTY CONTRACTS PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE. PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE. TABLE OF CONTENTS Section. Page. 1. Relationship of parties. 2 2. Executory clause 2 3. Extensions, renewals, modifications. 2 4. Non-assignment clause.

More information

APPENDIX G WATER DISTRICT MAIN EXTENSION AGREEMENT

APPENDIX G WATER DISTRICT MAIN EXTENSION AGREEMENT APPENDIX G WATER DISTRICT MAIN EXTENSION AGREEMENT MONROE COUNTY WATER AUTHORITY WATER DISTRICT MAIN EXTENSION AGREEMENT This WATER DISTRICT MAIN EXTENSION AGREEMENT ( Agreement ) by the MONROE COUNTY

More information

AGREEMENT made this day of, 2017, by and between the NEW JERSEY. Street, P.O. Box 990, Trenton, New Jersey , and (the

AGREEMENT made this day of, 2017, by and between the NEW JERSEY. Street, P.O. Box 990, Trenton, New Jersey , and (the ATTACHMENT A REV.1/17/18 FINAL CONTRACT FOR TITLE SERVICES-ON AN AS-NEEDED BASIS AGREEMENT made this day of, 2017, by and between the NEW JERSEY ECONOMIC DEVELOPMENT AUTHORITY (the "Authority or NJEDA"),

More information

FOREIGN-TRADE ZONE OPERATING AGREEMENT MEMPHIS FOREIGN-TRADE ZONE NUMBER 77

FOREIGN-TRADE ZONE OPERATING AGREEMENT MEMPHIS FOREIGN-TRADE ZONE NUMBER 77 FOREIGN-TRADE ZONE OPERATING AGREEMENT MEMPHIS FOREIGN-TRADE ZONE NUMBER 77 This Agreement is made this day of,, by and between the Economic Development Growth Engine Industrial Development Board of the

More information

AIRCRAFT TIE-DOWN LICENSE AGREEMENT

AIRCRAFT TIE-DOWN LICENSE AGREEMENT AIRCRAFT TIE-DOWN LICENSE AGREEMENT This LICENSE AGREEMENT ("License" or "Agreement") for Santa Monica Airport Tie-Down Space No. is entered into on ("Effective Date") by and between the CITY OF SANTA

More information

INTERLOCAL AGREEMENT regarding FORT HAMER EXTENSION MANATEE COUNTY, FLORIDA SCHOOL BOARD OF MANATEE COUNTY, FLORIDA

INTERLOCAL AGREEMENT regarding FORT HAMER EXTENSION MANATEE COUNTY, FLORIDA SCHOOL BOARD OF MANATEE COUNTY, FLORIDA INTERLOCAL AGREEMENT regarding FORT HAMER EXTENSION MANATEE COUNTY, FLORIDA SCHOOL BOARD OF MANATEE COUNTY, FLORIDA This Interlocal Agreement ( Interlocal Agreement or Agreement ) is made and entered into

More information

STETSON UNIVERSITY CONSULTANT / INDEPENDENT CONTRACTOR AGREEMENT

STETSON UNIVERSITY CONSULTANT / INDEPENDENT CONTRACTOR AGREEMENT STETSON UNIVERSITY CONSULTANT / INDEPENDENT CONTRACTOR AGREEMENT THIS AGREEMENT made and entered into this day of, by and between STETSON UNIVERSITY, INC., a Florida non-profit corporation, hereinafter

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the 2013 purchase of waterborne traffic marking paint For the City of Galesburg, IL

More information

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH: PROFESSIONAL SERVICES AGREEMENT For On-Call Services THIS AGREEMENT is made and entered into this ENTER DAY of ENTER MONTH, ENTER YEAR, in the City of Pleasanton, County of Alameda, State of California,

More information

Railroad-DOT Mitigation Strategies (R16) Resurfacing Agreements

Railroad-DOT Mitigation Strategies (R16) Resurfacing Agreements Railroad-DOT Mitigation Strategies (R16) Resurfacing Agreements Resurfacing projects are among the most common and routine types of projects regularly conducted by highway agencies. When resurfacing projects

More information

BID TABULATION REPORT ABRAM STREET (SH CITY LIMITS) PROJECT No. PWST09016 BID OPENED : April 22, 2014 at 1:30 p.m.

BID TABULATION REPORT ABRAM STREET (SH CITY LIMITS) PROJECT No. PWST09016 BID OPENED : April 22, 2014 at 1:30 p.m. PAVING IMPROVEMENTS 101 Mobilization and Bonds, LS 1 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 102 Right-of-way Preparation LS 1 $ 365,500.00

More information

P R O P O S A L F O R M

P R O P O S A L F O R M GRAVEL 22A & 23A P R O P O S A L F O R M Bid Due: May 18, 2018-9:00 am To: Grand Traverse County Road Commissioners 1881 LaFranier Road Traverse City, MI 49696 The undersigned hereby certifies that they

More information

ORDINANCE NO (FPL version)

ORDINANCE NO (FPL version) ORDINANCE NO. 1537 (FPL version) AN ORDINANCE GRANTING TO FLORIDA POWER & LIGHT COMPANY, ITS SUCCESSORS AND ASSIGNS, AN ELECTRIC FRANCHISE, IMPOSING PROVISIONS AND CONDITIONS RELATING THERETO, PROVIDING

More information

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] THIS Agreement ( Agreement ) for consulting services is made by and between the City of Pittsburg

More information

CHRONIC CARE MANAGEMENT SERVICES AGREEMENT

CHRONIC CARE MANAGEMENT SERVICES AGREEMENT CHRONIC CARE MANAGEMENT SERVICES AGREEMENT THIS CHRONIC CARE MANAGEMENT SERVICES AGREEMENT ("Agreement ) is entered into effective the day of, 2016 ( Effective Date ), by and between ("Network") and ("Group").

More information

LOCATION AGREEMENT RECITALS

LOCATION AGREEMENT RECITALS LOCATION AGREEMENT THIS AGREEMENT is made and entered into this day of, 20 by and between The Florida International University Board of Trustees, on behalf of Florida International University ("FIU"),

More information

AGREEMENT BETWEEN CITY OF NORTH LAS VEGAS AND [INSERT NAME OF SERVICES PROVIDER]

AGREEMENT BETWEEN CITY OF NORTH LAS VEGAS AND [INSERT NAME OF SERVICES PROVIDER] AGREEMENT BETWEEN CITY OF NORTH LAS VEGAS AND [INSERT NAME OF SERVICES PROVIDER] This Agreement (this AAgreement@) is executed this day of, 2016 by and between the City of North Las Vegas, a Nevada municipal

More information

19th & Barker Roundabout / Waterline Improvement Project No. 56-CP12-901(C) Cost Breakdown

19th & Barker Roundabout / Waterline Improvement Project No. 56-CP12-901(C) Cost Breakdown 19th & Barker Roundabout / Waterline Improvement Project No. 56CP12901(C) Cost Breakdown Engineering Fees: Original Contract $ 71,861.00 Additional Services $ 8,744.00 Waterline Contract $ 17,500.00 TOTAL

More information

CITY COUNCIL CONSENT CALENDAR

CITY COUNCIL CONSENT CALENDAR CITY COUNCIL CONSENT CALENDAR NOVEMBER 7, 2016 SUBJECT: PREPARED BY: WITH KEYSER MARSTON ASSOCIATES INC. FOR TECHNICAL ASSISTANCE AND ANALYSIS SERVICES RELATED TO HOUSING HUMAN SERVICES & RENT STABILIZATION

More information

PREMISES USE AGREEMENT

PREMISES USE AGREEMENT PREMISES USE AGREEMENT THIS AGREEMENT is made and entered into this day of, 20 by and between The Florida International University Board of Trustees, on behalf of Florida International University ("FIU"),

More information

RECITALS. WHEREAS, pursuant to the Loan Agreement, the Loan accrued interest at a rate of six percent (6%); and

RECITALS. WHEREAS, pursuant to the Loan Agreement, the Loan accrued interest at a rate of six percent (6%); and Exhibit A REINSTATED LOAN AGREEMENT BETWEEN THE CITY OF SAN LEANDRO AND THE SUCCESSOR AGENCY TO THE REDEVELOPMENT AGENCY OF THE CITY OF SAN LEANDRO FOR THE PLAZA PROJECT LOAN This Loan Agreement (this

More information

Massachusetts Institute of Technology Community Service Work-Study Program Agreement with Off-Campus Agency

Massachusetts Institute of Technology Community Service Work-Study Program Agreement with Off-Campus Agency MIT Room W20-549, 77 Massachusetts Avenue, Cambridge, MA 02139 Phone: 617-253-8065 Fax: 617-258-9357 Email: studentworker@mit.edu Massachusetts Institute of Technology Community Service Work-Study Program

More information

2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD

2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

CITY OF TAMPA ADDENDUM 2. April 18, 2018

CITY OF TAMPA ADDENDUM 2. April 18, 2018 CITY OF TAMPA Bob Buckhorn, Mayor CONTRACT ADMINISTRATION DEPARTMENT Michael W. Chucran, Director ADDENDUM 2 April 18, 2018 Contract 17-C-00021; Citywide Water Meter Bidders on the above referenced project

More information

TAMPA ELECTRIC COMPANY BRIGHT CHOICES Outdoor Lighting Agreement

TAMPA ELECTRIC COMPANY BRIGHT CHOICES Outdoor Lighting Agreement TAMPA ELECTRIC COMPANY BRIGHT CHOICES Outdoor Lighting Agreement Pursuant to the terms and conditions set forth in this outdoor lighting agreement (the Agreement ), Tampa Electric Company (the Company

More information

SERVICE AGREEMENT. wishes to engage SETON HALL to carry out services related to.

SERVICE AGREEMENT. wishes to engage SETON HALL to carry out services related to. SERVICE AGREEMENT This SERVICE AGREEMENT is entered into as of, 200_ by and between, a organized under the laws of having a business office at (hereinafter ) and SETON HALL UNIVERSITY, a non-profit educational

More information

CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT

CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT PROJECT NAME: PROJECT NO.: COUNTY: UTILITY COMPANY: THIS AGREEMENT, made and entered into by and between the Department of Transportation,

More information

Consultant Agreement Between the University of West Florida Board of Trustees, A public body corporate ( University ) and ( Consultant )

Consultant Agreement Between the University of West Florida Board of Trustees, A public body corporate ( University ) and ( Consultant ) Consultant Agreement Between the University of West Florida Board of Trustees, A public body corporate ( University ) and ( Consultant ) This Agreement is made as of the latest date signed below, between

More information

PURCHASE ORDER ACKNOWLEDGEMENT

PURCHASE ORDER ACKNOWLEDGEMENT PURCHASE ORDER These Terms and Conditions shall apply to this Purchase Order attached hereto as Exhibit A and to all subsequent transactions (whether or not a Purchase Order is used) between Marquette

More information

REQUEST FOR PROPOSALS ADA SIDEWALK RAMP REPLACEMENT 2019 Construction Season. SUBMITTAL DUE DATE: 2:00 p.m. on Tuesday, March 19, 2019

REQUEST FOR PROPOSALS ADA SIDEWALK RAMP REPLACEMENT 2019 Construction Season. SUBMITTAL DUE DATE: 2:00 p.m. on Tuesday, March 19, 2019 REQUEST FOR PROPOSALS ADA SIDEWALK RAMP REPLACEMENT 2019 Construction Season SUBMITTAL DUE DATE: 2:00 p.m. on Tuesday, March 19, 2019 PROPOSALS MUST BE MAILED OR DELIVERD TO: City of Kearney, Attn: Lauren

More information

[MASTER ESCROW AGREEMENT - AUTHORITY FORM] ESCROW AGREEMENT. by and among NEW JERSEY ENVIRONMENTAL INFRASTRUCTURE TRUST,

[MASTER ESCROW AGREEMENT - AUTHORITY FORM] ESCROW AGREEMENT. by and among NEW JERSEY ENVIRONMENTAL INFRASTRUCTURE TRUST, Resolution No 14-64, Exhibit B2 [MASTER ESCROW AGREEMENT - AUTHORITY FORM] ESCROW AGREEMENT by and among NEW JERSEY ENVIRONMENTAL INFRASTRUCTURE TRUST, THE STATE OF NEW JERSEY, acting by and through the

More information

FLORIDA VIRTUAL SCHOOL Master Service Agreement for

FLORIDA VIRTUAL SCHOOL Master Service Agreement for FLORIDA VIRTUAL SCHOOL Master Service Agreement Master Service Agreement for MSA NO.: 1. This Agreement is entered into between FLVS and the Contractor named below: Entity Name Florida Virtual School Contractor

More information

LICENSE W I T N E S S E T H

LICENSE W I T N E S S E T H 1 LICENSE THIS LICENSE is granted this day of 2005 by COUNTY OF MARIN, a political subdivision of the State of California, hereinafter called "County" to GEORGE D. GROSSI, hereinafter called "Licensee."

More information

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT TOWN OF HILLSBOROUGH PUBLIC WORKS DEPARTMENT AGREEMENT FOR PUBLIC IMPROVEMENTS SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT THIS AGREEMENT is made and entered into as of the -----------------, by and between

More information

DESIGN SERVICES-ALF SORENSEN NATATORIUM RENOVATIONS CITY OF SPARKS, NEVADA W I T N E S E T H

DESIGN SERVICES-ALF SORENSEN NATATORIUM RENOVATIONS CITY OF SPARKS, NEVADA W I T N E S E T H Professional Service Contract (Rev 9/18/12) Page 1 DESIGN SERVICES-ALF SORENSEN NATATORIUM RENOVATIONS CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 11th day of March, 2013, by and

More information

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT THIS Agreement is made effective as of the day of 201_, by and between the City of Port Orchard, a municipal corporation, organized under the laws of

More information

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc. AGENDA ITEM 1 H Consent Item MEMORANDUM DATE: May 4, 2017 TO: FROM: SUBJECT: El Dorado County Transit Authority Mindy Jackson, Executive Director Award Construction Contract for Capital Improvement Plan

More information

8 EA $ 1, $ $ 1, $ 8, $ 1, $ 8, EA $ 6, $6, $ 7, $ 7, $ 5, $ 5,445.

8 EA $ 1, $ $ 1, $ 8, $ 1, $ 8, EA $ 6, $6, $ 7, $ 7, $ 5, $ 5,445. Palmetto Park Road, SW 7th AVE. To SW 5th Avenue LWDD E4 (E Rio) Canal ENGECON CONSTRUCTON RUSSELL ENGNEERNG TEM# TEM DESCRPTON QTY UNTS Total Total ROADWAY TEMS 5 Regular Excavation 937 CY $ 14.28 $17.52

More information

CITY CONTRACT NO. MEMORANDUM OF UNDERSTANDING BETWEEN EMPIRE BUILDERS LLC AND THE CITY OF CHEYENNE

CITY CONTRACT NO. MEMORANDUM OF UNDERSTANDING BETWEEN EMPIRE BUILDERS LLC AND THE CITY OF CHEYENNE CITY CONTRACT NO. MEMORANDUM OF UNDERSTANDING BETWEEN EMPIRE BUILDERS LLC AND THE CITY OF CHEYENNE 1. Parties. This Memorandum of Understanding (MOU) is made and entered into by and between Empire Builders

More information

SERVICE AGREEMENT CONTRACT NO.

SERVICE AGREEMENT CONTRACT NO. SERVICE AGREEMENT CONTRACT NO. THIS SERVICE AGREEMENT dated 20 between STOCKTON UNIVERSITY (the "UNIVERSITY") and (the SERVICE PROVIDER ), with a business address at. 1.1 Services. ARTICLE 1 SCOPE OF SERVICES

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT WHEREAS Dixie Electric Membership Corporation (hereinafter DEMCO ) is a nonprofit electric membership cooperative authorized to do and doing business in the State of Louisiana;

More information

INTERGOVERNMENTAL AGREEMENT BETWEEN THE CITY OF CHICAGO AND CHICAGO TRANSIT AUTHORITY

INTERGOVERNMENTAL AGREEMENT BETWEEN THE CITY OF CHICAGO AND CHICAGO TRANSIT AUTHORITY INTERGOVERNMENTAL AGREEMENT BETWEEN THE CITY OF CHICAGO AND CHICAGO TRANSIT AUTHORITY This Intergovernmental Agreement (the "Agreement") is entered into as of February 9, 2013 (the "Closing Date") by and

More information

BENTON COUNTY PERSONAL SERVICES CONTRACT

BENTON COUNTY PERSONAL SERVICES CONTRACT BENTON COUNTY PERSONAL SERVICES CONTRACT This is an agreement by and between BENTON COUNTY, OREGON, a political subdivision of the State of Oregon, hereinafter called COUNTY, and hereinafter called CONTRACTOR.

More information

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ).

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ). SERVICE AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ). WITNESSETH: WHEREAS, Owner desires to engage Vendor, as an independent contractor,

More information

Lease Agreement Between ANNE ARUNDEL COUNTY, MARYLAND and. Dated TABLE OF CONTENTS. Paragraph

Lease Agreement Between ANNE ARUNDEL COUNTY, MARYLAND and. Dated TABLE OF CONTENTS. Paragraph Lease Agreement Between ANNE ARUNDEL COUNTY, MARYLAND and Dated TABLE OF CONTENTS Paragraph 1. Premises 2. Term 3. Rent 4. Assignment 5. Use of Leased Property 6. Permits 7. Tenant Improvements 8. Taxes

More information

Solar Generator Interconnection Agreement

Solar Generator Interconnection Agreement Solar Generator Interconnection Agreement THIS AGREEMENT is made and entered into as of the last date of signature provided below, by and between Fort Collins Utilities ( FCU ) and ( Generator ), an electric

More information

JANUARY 18, Reference Specifications, Attachment to Form 96 (BID FORM), Bid Proposal: Respectfully submitted,

JANUARY 18, Reference Specifications, Attachment to Form 96 (BID FORM), Bid Proposal: Respectfully submitted, ADDENDUM NO. 3 TO THE PLANS AND SPECIFICATIONS for STREET AND STORM SEWER IMPROVEMENTS ON HANCOCK AND WASHINGTON STREETS for the FRENCH LICK REDEVELOPMENT COMMISSION ORANGE COUNTY, INDIANA MEI PROJECT

More information