HomeMy WebLinkAboutDocumentation_Regular_Tab 10D_4/11/1996 , �
MEMORANDUM
TO: Thomas G. Bradford, Village Manager
FROM: Gary Preston, Director of Public Works ,Q.P
DATE: April 1, 1996
SUBJECT: Village Council Agenda Item for April 11, 1996;
Consideration to Award U.S. #1/SR 5 Median
Improvement Project to Rood Landscape Co., Inc.,
in the amount of $52,757.20
Please find attached, the following support documents for Councilmember's review for the above
referenced agenda item:
• A bid proposal in the amount of$52,757.20 from Rood Landscape Co., Inc., Tequesta,
Florida, to perform all work in accordance with the contract documents for
U.S. #1/SR 5 Median I Improvement Project.
• A Florida Department of Transportation (FDOT) Agreement for maintenance and a total
project Highway Beautification Grant in the amount not to exceed $67,000 for U.S.
#1/SR 5 Median Improvements.
• A letter dated February 16, 1996 from Ms. Kathleen Spain, Gee & Jenson, Senior
Landscape Architect, recommending the approval of the bid from Rood Landscape Co.,
Inc.
• A letter dated February 28, 1996 from Ms. Kathleen Spain explaining why the FDOT
revised the original plan and replaced the Savannah Holly Trees with Live Oak and the
ground cover with Floratam sod.
• A letter dated March 25, 1996 from Mr. John C. Randolph, Esq., Village Attorney,
approving the FDOT Agreement for legal form and sufficiency.
• Village of Tequesta Resolution No. 23-95/96.
• U.S. #1 Median Improvement plans prepared by Gee & Jenson locating irrigation
system, sod and live oaks.
Thomas G. Bradford
RE: Village Council Agenda; April 11, 1996
April 1, 1996
Page 2 -
This revised plan is acceptable to the FDOT and consist of 24 Live Oaks, 14,130 square feet
of Floratam Sod, 262 cubic yards of "Treasure Coast Sunsoil" and a sub-surface irrigation
system.
Please place this item on the April 11, 1996 Village Council Meeting Agenda for
Councilmember's consideration.
GP/mk
Attachments
VILLAGE OF TEQUESTA
U.S. #1 LANDSCAPE AND IRRIGATION
BID FORM - UNIT PRICE
Bid of ROOD L-A►.1DSe_ape i N C.
(Name)
454Io Coyu-ry LiUE Ro TE(zUEST FL 334(.9
(Address)
to furnish all materials, equipment and labor and to perform all work in accordance
with the Contract Documents for U.S. #1 Landscape and Irrigation located in
Tequesta, Florida.
To: Thomas G. Bradford
Village Manager
Village of Tequesta
357 Tequesta Drive
Tequesta, Florida
Gentlemen:
The undersigned Bidder has carefully examined the Bidding Documents and the site
of the proposed Work and is familiar with the nature and extent of the work and
any local conditions that may in any manner affect the work to be done.
The undersigned Bidder agrees to do all the work and furnish all materials called for
by the Bidding Documents, in the manner prescribed therein and to the standards of
quality and performance established by the Architect/Engineer for the unit price
amounts stated in the spaces herein provided on the attached Exhibit A, for each of
the items or combination of items stipulated. Unit price line items shall include cost
of implementing all applicable safety requirements.
Bidder acknowledges that estimated quantities scheduled are approximated for the
sole purpose of obtaining comparative bids for determination of the lowest
responsible bidder and actual quantities required may increase or decrease. Bidder
further agrees that payments will be made on the basis of actual quantities placed
and accepted in the construction.
9500440 BFU-1
•
3ASE BID:
FAG 7 %'-v TH 6,)lA Alb y,_,/ /f//4✓,9 A j j y
U .2a
100 Dollars ($ .S1-,7 5-7 . a. o ),
BID SECURITY
Accompanying this Bid is a certified or cashier's check or a bid bond in the:amount
of $ made payable to the Owner which may be forfeited as liquidated
damages if, in the event this proposal is accepted, the undersigned fails to execute
the Agreement and furnish and pay for the required performance and payment
bonds for the Owner within 10 days after acceptance of the Bid; otherwise said
certified or cashier's check or bid bond will be returned to the undersigned.
TIME
The undersigned Bidder agrees to commence work within 10 days after the date of
written Notice to Proceed, and further agrees to substantially complete the entire
Work within *t ]* consecutive calendar days after the date of written Notice to
Proceed, subject to such extensions of time allowed by the Conditions of the
Contract.
LIQUIDATED DAMAGES
The undersigned agrees to forfeit to the Owner, as liquidated damages for each
calendar day elapsing between the date established as the date of substantial
completion and the actual date of such substantial completion of the contract work,
the amount of $100.00 per. calendar day.
BASE 13/o 4r J
i v'i H 7 Y At i N OeR)S A N.o ,5'FY.E.N ,/cJNb1€&) Fn 7~t' s'Sy
Z°/uJ
EA SE, E tD
7(A.A/7Y j i1,€'t 774UJJA4✓A A.O
9500440 BFU-2
•
ADDENDA
Bidder acknowledges the receipt of Addendum No.'s •
1 . # 1 , 2. , 3. , 4. , 5.
Dated this / day of /,Z 9L
(month) (year)
Contractor: ROW). 4.4 NOS'C4 PE eo
Address: y5'.1Ca OUNT,, Li)/( RAD
SEAL .L sr4 fi.c, 355169
*
By: — — —
Title: ei..e7;fe_d
Attachments:
Subcontractor List
Bid Security
Trench Safety Act documentation
Exhibit A
9500440 BFU-3
•
EXHIBIT "A"
U.S. #1/SR 5 LANDSCAPE & IRRIGATION
TEQUESTA, FLORIDA •
UNIT PRICE BID SCHEDULE
Bid of RooD L.ANDSGo.PE,, C0-
45yc� Loi_N TY LINE FL 334i01
Item Estimated Estimated
No. Description Quantity Unit Unit Price Amount
BASE BID 1
1 . Clear & Grub 1 LS • 3500.60
2. Maintenance of Traffic 1 LS 2660.00
3. Quercus Virginiana/Live Oak 24 EA 662.•00 15 888. 00 •
4. St. Augustine 'Floratam' Sod 14,130 SF -24 3 391.20
5. "Treasure Coast Sunsoil" 262 CY J9 dd '1918. 00
SUBTOTAL BASE BID 1
BASE BID 2
1. Maintenance of Traffic 1 LS 0
2. Irrigation System 14,277 SF 4 23000. c.
SUBTOTAL BASE BID 2 23s'y
TOTAL FOR BASE BID 1 AND 2 52,7E 7.zo
9500440 BFU-4
T
1
FORM FOR QUALIFICATION OF BIDDER
Name of Bidder i 'O w LANQ,$GQpc.
Address of Bidder 1 )A / L)NF gD 7 4 rz- 33Vc y
To: Village of Tequesta
P.O. Box 3273 357 Tequesta Drive
Tequesta, FL 33469
Gentlemen:
The signer of this affidavit guarantees the truth and accuracy of all statements and
information submitted herein in support of its bid proposal to furnish all materials,
equipment, and labor, and to perform all work in accordance with the Contract
Documents for:
U.S. 1 LANDSCAPE AND IRRIGATION
Project No. 95-004.40
The undersigned hereby authorizes and requests any public official, engineer,
architect, surety company, bank depository, material or equipment manufacturer or
distributor or any person, firm or corporation to furnish any pertinent information
requested by the Owner or Owner's Engineer, Gee & Jenson Engineers-Architects-
Planners, Inc., One Harvard Circle, P.O. Box 24600, West Palm Beach, Florida
33416-4600, deemed necessary to verify the statements made, information
submitted, or regarding the standing and general reputation of the applicant.
The undersigned has not been disqualified by any public agency in Florida except as
is explained as follows:
The undersigned further affirms that, if false information is furnished in support of
Its bid proposal, it can and will be prosecuted to the fullest extent of the law for
perjury.
f36D0 L_-a Al 0 JGAPit, Go. Sworn to and subscribed before
Name of Org ni • me this /c-day of c.E8cu42�
•
� Notary Public - State of fzetn'•4
Title of Person Signing My commission expires
(If Corporation, Affix Seal)
(Printed, typed, or stamped commissioned
name of notary public)
Personally known ✓
OR Produced identification
(Type of identification)
9500440 BQF-1
PART I - STATEMENT OF EXPERIENCE:
1 ) Legal Name, Address, and'Telephone Number:
ROOD LAn/.D rc,iPC ()a JAIL- -
if S'.((n !aun✓rr L i C RD
-Terio,gsr FLazi/9 37 ycf
(901)7 ,-
2) Check one: Corporation / Partnership_; Individual_
3) If a Corporation, state:
Date of Incorporation /f c ,r
State in which incorporated: .2-a,el0-®
If an Out-of-State Corporation, currently authorized to
do business in Florida, give date of such authorization:
4) If Partnership:
Date of organization:
Nature of Partnership (General, Limited, or Association):
5) If an Individual, state -- Name & Address of Owner:
6) Enumerate State, County, or other Public Agencies in which
your organization is qualified to perform work by some
means of prequalification:
Trade in Which Expiration Approved
Agency Qualified Date Amount
9500440 BQF-2
t
7) Give names & data about any construction projects you have failed to
complete in the last 5 years.
(Use extension sheet if necessary)
9500440 BQF-3
•
FLORIDA DEPARTMENT OF TRANSPORTATION
LAWTON CHILES mamma DISTRICT MAINTENANCE - DISTRICT 4 BEN G.WATTS
•GOVERNOR SECRETARY
3400 Wert Commercial Boulevard Fort(suderda)q Florida 333093421
Telephone:(305)777-4200 Fax: (305)777-4223
•
February 28, 1996
Mr. Gary Preston
Director of Public Works
Village of Tequesta
P.O. Box 3273 •
Tequesta, Florida 33469
Dear Mr. ston: /7-
Attached are the MAINTENANCE MEMORANDUMS OF AGREEMENT that need to be
executed by the Village and returned to me for execution by the Department. Upon execution by the
Department one copy will be returned to you for your files along with a NOTICE TO PROCEED
with the project.
Should you have any questions, please call. I would also appreciate if you would forward a final set
of the landscaping plans for our records. Thank you.
Sincerely
AgoLiwore
ZBigins, ASLA
Landscape Architect
CBHfc
Attachment
DID=
DISTRICT FOUR(4)
HIGHWAY BEAUTIFICATION GRANT AND
MAINTENANCE MEMORANDUM OF AGREEMENT
DSF-REIMB
THIS AGREEMENT, made and entered into this day of 19 ,by and between
the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, a component agency of
the State of Florida, hereinafter called the"DEPARTMENT" and the VILLAGE OF TEOUESTA
, a political subdivision of the State of Florida, existing
under the Laws of Florida, hereinafter called the"AGENCY".
WITNESSETH
WHEREAS, as part of the continual updating of the State of Florida Highway System, the
Department, for the purpose of safety, protection of the investment and other reasons, has
constructed and does maintain a SIX (6) lane highway facility as described in Exhibit"A"
attached hereto and incorporated by reference herein, within the corporate limits of the AGENCY;
and
WHEREAS, the AGENCY is of the opinion that said highway facility that contains
landscape medians and areas outside the travel way to the right of way line, excluding sidewalk, shall
be maintained by periodic trimming, cutting, mowing, fertilizing, litter pick-up and necessary
replanting; and
WHEREAS, the parties hereto mutually recognize the need for entering into an Agreement
designating and setting forth the responsibilities of each party; and
WHEREAS, the AGENCY by Resolution No. dated , 19
attached hereto and by this reference made a part hereof, desires to enter into this Agreement and
authorizes its officers to do so;
NOW THEREFORE, for and in consideration of the mutual benefits to flow each to the
other, the parties covenant and agree as follows:
1. The AGENCY hereby agrees to install or cause to be installed landscaping on the highway
facility as specified in plans and specifications included as Exhibit "B", with if any, the
following exceptions:
2. The AGENCY agrees to maintain the landscaping within the median and areas outside the
travel way to the right of way line, excluding sidewalk, by periodic trimming, cutting,
mowing, fertilizing, litter pickup and necessary replanting, following the Department's
landscape safety and plant care guidelines. The AGENCY's responsibility for maintenance
shall include all landscape/turfed areas and areas covered with interlocking pavers or similar
type surfacing(hardscape)within the median and areas outside the travel way to the right of
•r
way line, excluding sidewalk, on Department of Transportation right-of-way within the limits
of the Project. Such maintenance to be provided by the AGENCY is specifically set out as
follows:
To maintain, which means the proper watering and proper fertilization of all plants and
keeping them as free as practicable from disease and harmful insects; to properly mulch the
plant beds; to keep the premises free of weeds; to mow and/or cut the grass to a proper
length; to properly prune all plants which includes (1) removing dead or diseased parts of
plants, or (2) pruning such parts thereof which present a visual hazard for those using the
roadway. To maintain also means removing or replacing dead or diseased plants in their
entirety, or removing or replacing those that fall below original project standards. All plants
removed for whatever reason shall be replaced by plants of the same size and grade as
specified in the original plans and specifications. To maintain also means to keep the
hardscape areas free from weeds and replacement of any areas becoming in disrepair so as to
cause a safety hazard. To maintain also means to keep litter removed from the median and
areas outside the travel way of the right of way line,excluding sidewalk. Plants shall be those
items which would be scientifically classified as plants and include but are not limited to trees,
grass, or shrubs.
The above named functions to be performed by the AGENCY, shall be subject to periodic
inspections by the Department. Such inspection findings will be shared with the AGENCY and shall
be the basis of all decisions regarding payment reduction, reworking or agreement termination. The
AGENCY shall not change or deviate from said plans without written approval of the Department.
3. If at any time after the AGENCY has assumed the landscaping installation and/or
maintenance responsibility above-mentioned, it shall come to the attention of the
Department's District Secretary that the limits or a part thereof is not properly maintained
pursuant to the terms of this Agreement, said District Secretary may at his option issue a
written notice that a deficiency or deficiencies exist(s), by sending a certified letter to the
AGENCY to place said AGENCY on notice thereof. Thereafter the AGENCY shall have
a period of thirty (30) calendar days within which to correct the cited deficiencies. If said
deficiencies are not corrected within this time period, the Department may at its option,
proceed as follows:
(a) Complete the installation or part thereof, with Department or Contractor's personnel
and deduct the cost of such work from the final payment for said work or part
thereof, or
(b) Maintain the landscaping or a part thereof, with Department or Contractor's
personnel and invoice the AGENCY for expenses incurred, or
(c) Terminate the Agreement in accordance with Paragraph 6 of this Agreement and
remove, by Department or private contractor's personnel, all of the landscaping
2
r
installed under this Agreement or any preceding agreements except as to trees and
palms and charge the AGENCY the reasonable cost of such removal.
4. It is understood between the parties hereto that the landscaping covered by this Agreement
may be removed, relocated or adjusted at any time in the future as determined to be necessary
by the Department in order that the state road be widened, altered or otherwise changed to
meet with future criteria or planning of the Department. The AGENCY shall be given sixty
(60) calendar days notice to remove said landscaping/hardscape after which time the
Department may remove the same.
5. The Department agrees to reimburse the AGENCY an amount not to exceed$67,000.00 ,
as defined in Attachment "C". Subject to this limit, the Department will pay only for the
following costs:
(a) Sprinkler/irrigation system
(b) Plant materials and fertilizers/soil amendments.
(c Paver bricks & other hardscape items. •
The Department's participation in the project cost, as described in Attachment"C" is limited to only
those items which are directly related to this project. Payment shall not be made until (1) certification
of acceptance is received from the AGENCY's Landscape Architect/or designee and (2) a
Department Landscape Architect and/or his designee has approved the project for final payment.
(a) Payment shall be made only after receipt and approval of goods and services as
provided in Section 215.42, Florida Statutes.
(b) Any penalty for delay in payment shall be in accordance with Section 215.422(3)(b),
Florida Statutes.
(c) Bills for fees or other compensation for services or expenses shall be submitted in
detail sufficient for a proper preaudit and postaudit thereof, and bills for travel
expenses specifically authorized by this Agreement,if any, shall be submitted and paid
in accordance with the rates specified in Section 112.061, Florida Statutes.
(d) Records of costs incurred under terms of this Agreement shall be maintained and
made available upon request to the Department at all times during the period of this
Agreement and for three years after final payment is made. Copies of these
documents and records shall be furnished to the Department upon request. Records
of costs incurred includes the AGENCY's general accounting records, together with
supporting documents and records, of the contractor and all subcontractors
performing work, and all other records of the contractor and subcontractors
3
considered necessary by the Department for a proper audit of costs.
(e) The AGENCY agrees to return all monies received under the terms of this
Agreement, to the Department, should the landscaped area fail to be maintained in
accordance with the terms and conditions of this Agreement.
6. This Agreement may be terminated under any one of the following conditions:
(a) By the Department, if the AGENCY fails to perform its duties under Paragraph 3,
following ten(10) days written notice.
(b) By the Department, for refusal by the AGENCY to allow public access to all
documents, papers,letters, or other material subject to the provisions of Chapter 119,
Florida Statutes and made or received by the AGENCY in conjunction with this
Agreement.
7. The term of this Agreement commences upon execution.
8. To the extent permitted by law, the AGENCY shall indemnify and hold harmless the
Department, its officers and employees from all suits, actions, claims and liability arising out
of the AGENCY's negligent performance of the work under this Agreement, or due to the
failure of the AGENCY to construct or maintain the project in conformance with the
•
standards described in Section 2 of this agreement.
9. The AGENCY may construct additional landscaping within the limits of the right-of-ways
identified as a result of this document, subject to the following conditions:
(a) Plans for any new landscaping shall be subject to approval by the Department. The
AGENCY shall not change or deviate from said plans without written approval by
the Department.
(b) All landscaping shall be developed and implemented in accordance with appropriate
state safety and road design standards;
(c) The AGENCY agrees to comply with the requirements of this Agreement with regard
to any additional landscaping installed;
(d) No change will be made in the payment terms established under item number five(5)
of this Agreement due to any increase in cost to the AGENCY resulting from the
installation of landscaping added under this item.
10. This writing embodies the entire Agreement and understanding between the parties hereto and
there are no other Agreements and understanding, oral or written, with reference to the
subject matter hereof that are not merged herein and superseded hereby.
4
11. The Department, during any fiscal year, shall not expend money, incur any liability, or enter
into any contract which, by its terms, involves the expenditure of money in excess of the
amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal
or written, made in violation of this subsection is null and void, and no money may be paid
on such contract. The Department shall require a statement from the Comptroller of the
Department that funds are available prior to entering into any such contract or other binding
commitment of funds. Nothing herein contained shall prevent the making of contracts for
periods exceeding 1 year, but any contract so made shall be executory only for the value of
the services to be rendered or agreed to be paid for in succeeding fiscal years; and this
paragraph shall be incorporated verbatim in all contracts of the Department which are for an
amount in excess of$25,000.00 and which have a term for a period of more than 1 year.
12. The Department's District Secretary shall decide all questions, difficulties and disputes of any
nature whatsoever that may arise under or by reason of this Agreement, the prosecution or
fulfillment of the service hereunder and the character, quality, amount and value thereof; and
his decision upon all claims, questions and disputes shall be final and conclusive upon the
parties hereto.
13. This Agreement may not be assigned or transferred by the AGENCY in whole or part
without the consent of the Department.
14. This Agreement shall be governed by and construed in accordance with the laws of the State
of Florida. In the event of a conflict between any portion of the Agreement and Florida law,
the laws of Florida shall prevail.
IN WITNESS WHEREOF,the parties hereto have caused these presents to be executed the
day and year first above written.
AGENCY STATE OF FLORIDA
DEPARTMENT OF TRANSPORTATION
By: By:
Mayor or Chairman District Secretary
•
Attest: (SEAL) Attest: (SEAL)
Town Clerk Executive Secretary
Legal Approval Legal Approval
5
JOB NO.: R3040- 3133
WPI NO.(s): 4119110
COUNTY: Palm Baach
S.R. NO.: 5
EXHIBIT "A"
PROJECT LOCATION
STATE ROAD 5 - U.S.#1 - VILLAGE OF TEQUESTA
FROM BEACH ROAD (CR 707) NORTH TO COUNTY LINE
NOTE: Mileposts (MP) are obtained from Department of Transportation Straight
Line Diagrams.
6
JOB NO.: 94040- 3133
WPI NO.(s): 4119110
COUNTY: Palm Beach
S.R. NO.: 5
•
EXHIBIT "B"
The Department agrees to reimburse the AGENCY for the installation of the project as
reflected in the plans attached hereto and incorporated herein.
SEE ATTACHED PLANS
7
JOB NO.: 94040 - 3133
WPI NO.(s): 4119110
COUNTY: PALM BEACH
S.R. NO.: 5
ATTACHMENT"C" •
(GENERAL)
PROJECT COST
This Exhibit forms an integral part of the Highway Beautification Grant Agreement
between the State of Florida, Department of Transportation and the AGENCY.
Dated
I. PROJECT COST: $67,000.00
C:\WFDOC\ADMIIJIDSF.RE1(revrtion 07/10N5
8
GEE &JENSON
• Engi neers-Architects-Planners.Inc.
One Harvard Circle
West Palm Beach,FL 33409
Telephone(407)683-3301
Fax(407)686-7446
February 16, 1996
•
Mr. Gary Preston, Director Public Works
Village of Tequesta
357 Tequesta Drive •
Tequesta, FL 33469
Re: U.S. 1 Landscaping and Irrigation
Dear Mr. Preston:
On February 12, 1996, one bid was received for the improvement for of the above referenced
• project. Five contractors picked up the contract documents, however only one submitted a bid.
Two of the bidders were not bonded, one sent a Letter of Decline (attached) and the last
accidentally missed the bid date.
We have reviewed the bid received and would recommend the contract for this project be
awarded to the low bidder Rood Landscape Co. Inc., in the amount of $52,757.20. The
Engineer's estimate is $43,247.
All required submissions and bid bond were properly submitted by the low bidder with their bid.
If you have any questions, please call.
Very truly yours,
Gee &Jenson
Engineers-Architects-Planners,Inc.
f 5Pa
Kathleen Spain
Senior Landscape Architect
KS/adb
96-004
Enc.
cc: Tom Bradford
Harry Benoit
Dade: (305)372-7191 • Broward: (305)572-4930 • Fax:(305)572-5150
I
F & S ENTERPRISES, INC.
RECEIVED
4 5401 N.W. 102nd Avenue, #123 FEB 0 9 1996
Sunrise, FL 33351
• (IRR16,4T(oN Goeur2Acrog,0 GEE&J_NSO W.P.B.
•
Feb 8,1996
Ms. Kathleen Spain
Gee &Jenson
P 0 Box 24600
W. Palm Beach, FL 33416
Dear Ms. Spain:
Thank you very much for inviting us to bid on the Village of Tequesta project.
You are installing one of the best systems we have ever had the pleasure of doing.
•
We must respectfully decline to bid at this time as we are committed to other projects that
will require the scheduling of all of our crews.
We hope you understand our situation and would appreciate you considering us for any
future projects you may have.
Yours truly,
Dan Steuber, Pres.
V LLO.JLIYJUI`I iL •4Vr —VOV 144V FLD LO 7V Li. J4 I'U .VLV r .V1
GE
F &JENSON
Fngincers•Areh%entn-PInnnete,Inn.
One Fierverd Circle
West Palm beach,FL 33409
1 clophono(40V)&i3 3301
F"x(.107)086-7440
February 28, 1996
Mr. Gary Preston, Director
357 Tequesta Drive
P.O. Box 3273
Tequesta, FL 33469
RE: U.S. 1 Median Landscaping
Dear Mr. Preston,
This is a letter of explanation on the design revisions for the above referenced project.
You may recall that the original design called for Savannah Holly Trees, colorful ground
covers and a subsurface irrigation system. Although the design was within the FDOT
index 546 &700 requirements, FOOT requested we revise the layout.
The revised design/approved by FOOT, Is as follows:
• The Savannah Holly Trees were replaced with 6'-6"clear trunk Live Oaks, which
were better priced than the hollies.
• The ground covers were replaced with"Floratam" sod due to anticipated weed
problems with the ground covers.
Since FDOT is funding this project we have honored their requests. If you should
require any further explanations, please call me.
Very truly yours,
•
0.4".0x,eigz„,
Kathleen Spain, ASLA
96004.00/100
cc: Harry Benoit
Gary Preston
AI Oslund
JONES, FOSTER, JOHNSTON & STUBBS, P.A.
ATTORNEYS AND COUNSELORS
FLAGLER CENTER TOWER
605 SOUTH FLAGLER DRIVE
LARRY B.ALEXANOER MICHAEL T.KRANZ ELEVENTH FLOOR
CARL ANOELOFF JOHN BWR McCRACKEN
WEST PALM BEACH,FLORIDA 33401 HENRYLIENTNAL
9
STEPHEN J.AUCAMP SCOTT L MCMULLEN HARRY ALLISON JOHNSTON
M.TRACEY BIAOIOTTI DAVID PRATT • P.O. BOX 3475 1sa5issa
CLAY C.BROOKER JOHN C.RANDOLPH
JOYCE A.CONWAY STEVEN J.ROTHMAN WEST PALM BEACH,FLORIDA 33402-3475 R.BRUCE JONES
MARGARET L COOPER PETER A.SACHS 1004-1pM
EDWARD DIAZ D.CULVER SMITH BI (407)859-3000 •
REBECCA O.DOANE SIDNEY A.STUBBS FAX:(407)832-1454 PAUL C.WOLFE
CHRISTOPHER S.DUKE ALLEN R.TOMLINSON 1033.1001
H.MICHAEL EASLEY JOHN S.TAMPER RETIRED
SCOTT O.HAWKINS MICHAEL P.WALSH
THORNTON M.HENRY BRIAN K.WAXMAN WILLIAM A.FOSTER
PETER S.HOLTON H.ADAMS WEAVER MARK B.KLEINFELD WRITER'S DIRECT LINE: OF COUNSEL
L MARTIN FLANAGAN
JACK A.PLIYCO
March 25, 1996 •
•
VIA FAX: 575-6239
Mr. Gary Preston
Village of Tequesta
Post Office Box 3273
Tequesta, Florida 33469
RE: Village of Tequesta
Florida Department of Transportation Agreement
Our File No. 13153.1
Dear Gary:
I have reviewed the above referenced agreement and hereby approve
same as to legal form and sufficiency. It appears that on page 1
you need to make reference to the Resolution number and incorporate
that language within the agreement.
Sincere ,
hn C. Randolph
JCR/ssm
RESOLUTION NO. 23 - 95/96
A RESOLUTION OF THE VILLAGE COUNCIL OF THE
VILLAGE OF TEQUESTA, PALM BEACH COUNTY,
FLORIDA, APPROVING A HIGHWAY BEAUTIFICATION
GRANT AND MAINTENANCE MEMORANDUM OF
AGREEMENT WITH THE STATE OF FLORIDA
DEPARTMENT OF TRANSPORTATION AND AUTHORIZING
THE MAYOR TO EXECUTE THE SAME ON BEHALF OF
THE VILLAGE.
NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE
VILLAGE OF TEQUESTA, PALM BEACH COUNTY, FLORIDA, AS FOLLOWS:
Section 1. The District Four (4) Highway Beautification
Grant and Maintenance Memorandum of Agreement DSF-REIMB with
the State of Florida Department of Transportation, attached
hereto as Exhibit "A" and incorporated by reference as a
part of this Resolution, is hereby approved and the Mayor of
the Village of Tequesta is authorized to execute the same on
behalf of the Village of Tequesta.
THE FOREGOING RESOLUTION WAS OFFERED by Councilmember
, who moved its adoption. The motion was
seconded by Councilmember , and upon being put to
a vote, the vote was as follows :
FOR ADOPTION AGAINST ADOPTION
The Mayor thereupon declared the Resolution duly passed and
adopted this llth day of April, A.D. , 1996 .
MAYOR OF TEQUESTA
Ron T. Mackail
ATTEST:
Joann Manganiello
Village Clerk