HomeMy WebLinkAboutDocumentation_Regular_Tab 10D_6/8/2000 I
Memorandum
To: Joann Manganiello, Acting Village Manager
From: Josef F. Grusauskas, Utilities Director 9si:
Date: May 31, 2000
Subject: Resolution Authorizing Murray Logan Construction, Inc.,
for the Repair of Dover Ditch Weir
0.
The Murray Logan Construction, Inc. proposal for the repair of Dover Ditch Weir is attached as
Exhibit "A" for Council's consideration. The Dover Ditch Weir was damaged in last year's
hurricane season and is a reimbursable Hurricane Recovery Project.
Murray Logan Construction, Inc., is the Northern Palm Beach County Improvement District Annual
Minor Projects General Contracting Services Vendor. Murray Logan Construction, Inc., is in good
standing with Northern Palm Beach County Improvement District and was recommended by Jupiter
Stormwater Staff.
The project is estimated to cost $18,400, of which $16,400 is reimbursable under the Hurricane
Recovery Program with the remaining $2,000 being funded 60% by Tequesta and 40% by Jupiter
Stormwater Programs under a Dover Ditch Maintenance Agreement.
Please place this item on the June 8, 2000, Village Council Meeting for the Council's consideration.
A Resolution authorizing the Acting Village Manager to execute the Northern Palm Beach County
Improvement District piggy-back contract with Murray Logan Construction, Inc., on behalf of the
Village is attached.
If you have any questions, please advise.
JFG/mk
Attachments
AgendaWGMemo.JManganiel to
•
RESOLUTION NO. 65 - 99/00
A RESOLUTION OF THE VILLAGE COUNCIL OF THE
VILLAGE OF TEQUESTA, PALM BEACH COUNTY,
FLORIDA, APPROVING A PIGGY-BACK CONTRACT WITH
MURRAY LOGAN CONSTRUCTION, INC. , OF WEST PALM
BEACH, FLORIDA, TO PERFORM ALL WORK IN
ACCORDANCE WITH THE NORTHERN PALM BEACH COUNTY
IMPROVEMENT DISTRICT ANNUAL MINOR PROJECTS
GENERAL CONTRACTING SERVICES FOR THE REPAIR OF
DOVER DITCH WEIR IN THE TOTAL AMOUNT OF
$18, 400 . 00, WITH FUNDS BEING APPROPRIATED FROM
THE STORMWATER UNDESIGNATED RESERVE, HAVING AN
FY 1999/2000 BUDGET ALLOCATION OF $46, 000 AND
AUTHORIZING THE ACTING VILLAGE MANAGER TO
EXECUTE THE APPLICABLE CONTRACT 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. Approving a Piggy-Back contract with
Murray Logan Construction, Inc . , of West Palm Beach,
Florida, to perform all work in accordance with the
Northern Palm Beach County Improvement District
Annual Minor projects General Contracting Services
for the repair of Dover Ditch Weir in the total
amount of $18 , 400 . 00, attached hereto as Exhibit "A"
and incorporated by reference as a part of this
Resolution is hereby approved and the Village
Manager 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 8th day of June, A.D, 2000
MAYOR OF TEQUESTA
Joseph N. Capretta
ATTEST:
Joann Manganiello
Village Clerk
Resolution\MurrayLogan
05/30/2000 10:13 561-686-7465 MURRAY LOGAN CONST PAGE 03
MURRAY LOGAN CONSTRUCTION,LNC, EXHIBIT A
General Contractors
313 65's Trail North
West Palm Beach,FL 33413
TELEPHONE 561-686-3948
FAX 561-686-7465
QUOTATION
TO: Village of Tequesta Utility Department DATE: 5/30/00
Fax#: 575-6245
Attn: Mr.Josef Grusauskas,Utility Director
NAME OF PROJECT:
Dover Ditch Weir
LOCATION:
Riverside Drive,Tequesta
PLANS AND SPECIFICATIONS:
FEMA Worksheets
WE PROPOSE TO FURNISH ALL LABOR,MATERIAL AND EQUIPMENT TO PERFORM THE FOLLOWING:
1. Perform Repairs as described in FEMA Worksheet as follows:
A. Remove fabriform 36'x12'on two canal banks.
B. Excavate loose material from 36'x12'area on two canal banks.
C. Place and compact backfill 36'x12'on two canal banks.
D. Supply/install fabriforrn blankets 36'x12' on two canalbanks.
E. Grout concrete weir.
F, Remove and replace rock rip-rap on new filter clothe.
FOR THE LUMP SUM OF$18,400.00
Notes:
1. Work to be performed as outlined and detailed in FEMA Worksheets attached.
BUYERS'SIGNED ACCEPTANCE CONSTITUTES A BINDING CONTRACT. IN THE EVENT THERE IS ANY DEFAULT EN PAYMENTS DUE UNDER
THIS CONTRACT AND THE SAME IS PLA(,ED IN THE HANDS OF AN ATTORNEY FOR COLLECTIoN,THE PURCHASER AND/OR PURCHASERS
HEREBY AGREE TO PAY ALL COST OF COLLECTION INCLUDING,BUT NOT LIMITED TO,A REASONABLE ATTORNEy'S FEE. TERMS NET 30
DAYS,
ACCEPTED: MIJRRAY LOGAN CONSTRUCTION,INC.
DATE TITLE: David Logan.Vice President
05/30/2000 10:13 561-686-7465 MURRAY LOGAN CONST PAGE 02
EXHIBIT "A"
MURRAY LOGA V CONSTRUCTION, INC
General Contractors
313 65TH TRAIL NORTH
Excellence WEST PALM BEACH, FLORIDA 33413
Since TELEPHONE (561) 686.3948 •
1968 FAX (561) 686-7465
May 30, 2000
•
Village of Tequesta Utility Department _
Fax#: 575-6245 =
Attn: Mr. Josef Grusauskas, Utility Director
Re: Dover Ditch Weir •
Dear Mr. Grusauskas:
Attached is our quotation for performance of repairs to the Dover Ditch Weir as outlined
in the FEMA Worksheets. Please notify me if you would like us to schedule the work.
'We can begin construction within 30 days of notice of award and the work can be
completed within 15 working days.
I have attached a copy of our current Agreement with Northern Palm Beach County
Improvement District for Annual Minor Projects General Contracting Services. We offer
to honor the terms and conditions of this contract if the Village of Tequesta piggybacks
the contract.
Please contact me if you have any questions or if you need additional information. We
look forward to serving your construction needs.
•
Sincerely yours,
David Logan
Vice President
05/30/2000 10:13 561:-686-74t65 � HURRAY LOGAN CONST PAGE 04
.vcv... .. .. _ rtJrOs_.. ..... rMti :�- r
FEDERMS EMERGENCY TN•NAG tENTAG P.RD,146.30$7.01*,,
z' • ,; PROJECT WORK 5NEET—Mil pi aiwi 5lutchas Sheaf •1 Ex;,a:a A►"yi13a,2001
GtARAT[ON NO.. r PROJECT NO. : FPS t'?Ot . r(we . ,CATEGORY'`
Fes. JBck.prt. __ -0-• V. r -76----- te. any •/ p :
APPt.ICANr Co{u�hm - . . -
43'. _i ,2y✓/1/2. 1.� �fa�tl4(4- Q !/, •
AA,ositiV A-
- JW4.,‘ 4-1 --------c4-- ,----....- .
( it.1:1P•if! .
4 t'ic. ;1:61'_.Ai*. ':.4_:::".:).....,. .../j.pe
i i ..' \ 8). :- .-1 i- ; .," i' ' . .
, t .6 -%- gpocl . .47.$14)
�. >�.a X I
y
4•f 46/i,�.4 tv sf
. .c.,-,. AFL •
k t ?• j .. . .4. Rx,wey, 0=tog
c 11 r
V ,_:41 .i) 4e -,A.
•
/ .!
. - :�=i—f ' 1 ; s a rx f./z . . 114
t1, f' +P tf,•ss.s -
\c' t1 Y.4.fa
. .I �,
/ r/ t , ter•') �• i.v.r e-' zA, , -.
. / Lit,rirGi live v !✓ '► Z 47.
4"�'- } • 1 t it' !:C.A. 076rd
f
. . -7 Ai"! ft..4,
..... _____47i _
ticexc,' . 1.. . .z. z. ix...74K,v2,
' FEUA Awl,24-07 G SEA 44 1 ..
1
1„
y.
05/30/2000 10:13 561-686-7465 MURRAY LOGAN CONST • PAGE 05
&1-5757S245. . . RELIC'WORKS.FAC • ; , PAGE;.03i
• FE e' . lE'+c�riy4acEuefr- Hcr•
,`:.Q ,
,;... PRWSGT 1KpRt��6�—E,txp•Rid Slo*tafilf s:s E�4pkiilllvlt '
MO. rRwecrrco RPs ko. + am' 1 42oot^;
}a.OR.. ' 6.1, .011',7.6: -r-er d3.,/dGJat, 7 p • • •
ucAWr COUNTY .
•
//V 54 t ' dr 27 Are.-).
r) , e) ,./.e ,st .31 ' /2' x4 %/27 ���
4. " ,Old s ]l $Gy `-.1e SR- 74F4 .r
c'to3U r C7/YG,,l4 J.fuy - gJc�i vi -e d•;f3f ?Lilo 4! c •1
2 X (3 G x /Z X 3 X 1.� ) fG . ..i. 11f.c h,
3) ..491.if c v, -r /1. J.1-.2 i M S/.X)r / za' n X 3›', _,) . .
3._3../0 ,e i`G,k✓5Y-L S'i.�2✓4.7z44trff L • ' /4141.0., i
,toQf FJ.6,44,e„,r.-44>r .,. 4.-.i4; .f.40, •,, fl — 7 are
.
- -, ", 2, „,,ee , -ter A,o
5 ,fir- xi A -,/ -,Pvor, 'd Cv� $.�8'1ce . _ 34 y
1/41"3"4060"0461111 .445"9"116" '' . t ji 3 t a
-7-- ,me, ..,
, . .
ram w-.,C„v a*
05/30/2000 10:13 561-686-7465 MURRAY LOGAN CONST PAGE 06
•
•
•
•
00500
• • AGREEMENT
THIS AG is dated and will be effective on the1' day of dar,eacliin the year 1194 by and between Northern Palm_13each Co� Irnpwv Distct
(hereinafter led OWNER) and Murray Logan Construc1jcn. Inc,
(hereinafter called CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as
follows:
• ARTICLE 1. WORK.
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents.• The
Work is generally described as follows: .
I Annual Minor Projects General Contracting Services for Northern Palm Beach County Improvement
District. ,
ARTICLE 2. ENGINEER.
'Representative of OWNER who may perform services of ENGINEER in accordance with the Contract
Documents. "OWNER" may be substituted for the word "ENGINEER".
ARTICLE 3..CONTRACT Tam.
a
' 3.1. The Contract time runs from October 1, 1999 to September 30, 2000. At Owner's sole
discretion, annual extensions may be given for up to four additional years for a total contract
period of five years. The Unit Price Schedule will be subject to an annual re-negotiation that
must be concluded on or before June 1st of each subsequent calendar year "the re-negotiation
date". The Contract Time for each additional year will run from October 1st to September 30th.
It is solely the responsibility of the CONTRACTOR to initiate any re-negotiation of the Unit Price
Schedule sixty (60) days prior to the re-negotiation dates established herein. Failure to initiate a
re-negotiation of rates prior to the date(s) established shall result in the continuation of the rates
contained in the Contract until the next scheduled re-negotiation date. The OWNER reserves the
right to terminate negotiations and continue Work under existing rates or terminate the Contract
if agreement is not reached by the re-negotiation date.
3.2. LIQUIDATED DAMAGES. Not applicable to this Project.
ARTICLE 4. CONTRACT PRICE.
4.1. OWNER shall •pay CONTRACTOR for completion of the Work in accordance with the
Contract Documents, subject to adjustment as provided therein, in current funds as follows:
In accordance with Work Authorizations which are based on the unit price(s) in the Bid Form
Unit Price Schedule.
If OWNER elects to extend the Contract Time, OWNER may in conjunction with such extension, •
consider reasonable increases in contractors prices to reflect increases in CONTRACTOR'S costs.
I •
AGREEMENT •
02/15/99-N 005000 :
05/30/2000 10:13 561-686-7465 MURRAY LOGAN CONST PAGE 07
•
ARTICLE S. PAYMENT PROCEDURES. •
CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the Genes
Conditions. Application for payment will be processed by ENGINEER as provided in the Genera
Conditions.
5.1. PROGRESS PAYMENTS. OWNER shall make progress payments in accordance with th
Schedule of Values based on the Unit Price Schedule in response to CONTRACTOR'S Applica
tions for Payment on a monthly basis as directed by OWNER. All progress payments will be o:
the basis of the number of units completed.
ARTICLE 6. (This Article left blank intentionally)
ARTICLE 7. CONTRACTOR'S REPRESENTATIONS.
In order to induce OWNER to enter into this Agreement CONTRACTOR makes the foJJowinL
representations: •
7.1. CONTRACTOR has familiarized itself with the nature and extent of the Contract
Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any
manner may affect cost, progress, performance or furnishing of the Work.
7.2. (This Space left blank intentionally)
7.3. (This Space left blank intentionally)
7.4. (This Space left blank intentionally)
7.5. (This Space left blank intentionally)
7.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepan-
cies that he has discovered in the Contract Documents and the written resolution thereof by
ENGINEER is acceptable to CONTRACTOR.
ARTICLE 8. CONTRACT DOCUMENTS.
The Contract Documents which comprise the entire Agreement between OWNER and
CONTRACTOR concerning the Work consist of the following:
8.1. This Agreement consisting of 4 pages.
8.2. Exhibits to this Agreement identified as: Contractor's Corporate Resolution (00502);
Contractor's Certificate of Insurance;
inclusive.
8.3. Performance Bond or Contract Bond consisting of 2 pages (plus Power of Attorney
Forms as applicable).
8.4. Notice of Award.
8.5. General Conditions consisting of 33 pages.
8.6. Supplementary Conditions consisting of 15 pages.
AGREEMENT
02/15/99-N 00500-2
05/30/2000 10:13 561-686-7465 MURRAY LOGAN CONST PAGE 08
1 •
•
8.7. This Space left blank intentionally.
8.8. Drawings not attached hereto but are listed in Exhibit Table of Contents.
8.9. Addenda numbers 1 to 1 , inclusive.
8.10. CONTRAACTOR's Bid consisting of 15 pages.
8.11. The following which may be delivered or issued after the Effective Date of the Agreement
and are not attached hereto: All Written Amendments and other documents amending,
modifying, or supplementing the Contract Documents pursuant to paragraphs 3.4 and 3.5 of the
General Conditions.
111 8.12. The documents listed under Article 8 above are attached to this Agreement (except as
expressly noted otherwise above).
•
8.13. Notice of Compliance with Chapter 556, Florida Statutes consisting of 1 page, to be
supplied prior to commencement of any Work Authorization if required.
There are no Contract Documents other than those listed above in this Article 8. The Contract
Documents may only be amended, modified or supplemented as provided in paragraphs 3.4 and 3.5
of the General Conditions.
ARTICLE 9. MISCELLANEOUS.
9.1. Terms used in this Agreement which are defined in Article 1 of the General Conditions
will have the meanings indicated in the General Conditions.
9.2. No assignment by a party hereto of any rights under or interests in the Contract
Documents will be binding on another party hereto without the written consent of the party
sought to be bound; and specifically but without limitation moneys that may become due and
moneys that are due may not be assigned without such consent (except to the extent that the
effect of this restriction may be limited by law), and unless specifically stated to the contrary in
any written consent to an assignment no assignment will release or discharge the assignor from
any duty or responsibility under the Contract Documents.
9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, its partners, successors, assigns and legal representatives
in respect of all covenants, agreements and obligations contained in the Contract Documents.
9.4. A person or affiliate who has been placed on the convicted vendor list following a
conviction for a public entity crime may not submit a Bid on a Contract to provide any goods or
services to a public entity, may not submit a Bid on a Contract with a public entity for the
construction or repair of a public building or public work, may not be awarded or perform Work
as a Contractor, Supplier, Subcontractor, or Consultant under a Contract with any public entity,
and may not transact business with any public entity in excess of the threshold amount provided
in Section 287.017, Florida Statutes, for Category Two for a period of 36 months from the date
of being placed on the convicted vendor list.
ARTICLE 10. INDEMNIFICATION.
10,1. The parties agree that 1% of the total compensation paid to the Contractor for
performance of this Agreement shall represent the specific consideration for the Contractor's
indemnification of the Owner and Engineer as is set forth in Paragraphs 6.30 and 6.31 of the
General Conditions.
AGREEMENT
02115/99-N 00500-3 •
l,%
05/30/2000 10:13 561-686-7465 MURRAY LOGAN CONST PAGE 09
10.2. • It is the specific intent of the parties hereto that the foregoing indemnification comp;
with Florida Statute 725.06 (Chapter 725). It is further the specific intent and
parties that all of the Contract Documents on this Project are hereby amended agreement °f
foregoing indemnification and the "Specific Consideration" therefor. to innclude
IT1 WITNESS WHEREOF. OWNER and CONTRACTOR have signed this A ement in
One counterpart each has been delivered to OWNER, CONTRACTOR and EN a�tt�ee
of the Contract Documents have been signed or identified byO and CO GNEER, ca
trtpltFACTOR or r
1
ENGINEER on their behalf, NER All Fon'o:
Northern Palm Beach County
By IA : •
' B
(SEAL)
' ORPO 1'v,i,
Attes �'r ,/
Address for giving notices
Address for giving notices
0 • No
h d 31
aysii.pgraec 3
License No. _ R(',c1006g t 2 i 9 9
Agent for service of process:
(If CONTRACTOR is a corporation, attach '
evidence of authority to sign.)
END OF SECTION -
02/15/99-N AGR MEN"T
00500-4
05/30/2000 10:13 561-686-7465 MURRAY LOGAN CONST PAGE 10
ran
PROJECT: Annual Minor Projects General Contracting
Services for Northern Palm Beach County
Improvement District
1 - 00501
OPINION OF ATTORNEY .
This is to certify that I have examined the attached Contract Documents, that after such cxarnina-
1-1
tion I am of the opinion that the Agreement and Performance and Contract Bond as elected are in
due and proper form.
Attorney for Owner
\) ,
This the 3 6 day of 19 11.
•
r,
OPINION OF ATTORNEY
08/30/91 00501-1
05/30/2000 10:13 561-686-7465 MURRAY LOGAN CONST • PAGE 11
,— .
00502
•
r CONTRACTOR'S CORPORATE RESOLUTION
OF Mu220....` l-o�n.� �oni5c t. c,t� , 1.1�
(Name of Corporation)
WHEREAS, NORTHERN PALM BEACH COUNTY IMPROVEMENT DISTRICT, a Political
Subdivision of the State of Florida, has requested bids to do certain work as further set out in its Bid
Documents; and
WHEREAS, this corporation has submitted a bid in accordance with the aforementioned Bid
Documents; and
I WHEREAS, a proposed Agreement has been presented to this corporation by NORTHERN
PALM BEACH COUNTY IMPROVEMENT DISTRICT.for carrying out the work as set forth in this
corporation's,bid; and
•
r-
WHEREAS, this corporation desires to enter into said Agreement with NORTHERN PALM
BEACH COUNTY IMPROVEMENT DISTRICT;
THEREFORE, be it resolved,that + r• o'
the (title) of this corporation be, and is hereby authorized
and directed to execute and deliver for, on behalf of, and in the name of this corporation and under
its corporate seal the aforementioned Agreement, in the form of the copy submitted at this meeting,
with said copy being attached to and made a part of the Minutes of this meeting; and
IT IS FURTHER RESOLVED, that the officers of this corporation be and they are hereby
authorized, empowered, and directed in the name and for the account of this corporation to take or
cause to be taken any and all such other and further action and to execute, acknowledge, and deliver
any and all such other instruments as, in the judgment of such officers, may be necessary, proper, or
convenient in order to carry out the intention of this Resolution.
I certify that the foregoing is a true copy of a Resolution of the Board of Directors of
Lac. 0 �''�sr'`""141w' • tip` (name of corporation) a
corporation duly organized and existing under the laws of the State of �rloee�os
P lace of business at 3t� (osT t , having its
principal -ram• � Loc.- P..l.,
duly adopted in accordance with the By-Laws, and recorded in the Minutes of the meeting of said
Board held on the IS day of 's t-t , 19 "t"► , and now in full force and
• effect;
IN WITNESS WHEREOF, I have hereunto bscribed my name and ffixed the seal of the said
corporation this l S. day of "Ss' -‘ •
/ i
ccretary
(CORPORATE SEAL)
I
CONTRACTOR'S CORPORATE RESOLUTION
08/30/9t-N 00502-1
•
•
(9
05/30/2000 10:13 561-686-7465 MURRAY LOGAN CONST • PAGE 12
•
'.. ..
df's'. ,. 6 .
. UNIT PRICE SCHEDULE0 ,
, Item
r
No. Item Description Unit Unit Price-
i..
1. 3 Man Crew w/Pickup Truck Hour ”4/hour
2. 5 Man Crew w/Pickup Truck Hour $126/hour
3. Supervisor Hour $40/hour
4. Foreman Hour' $32/hour
5. Welder Hour $32/hour
• 6. Skilled Labor Hour $24/hour
1. Day Labor Hour $16/hour
8. Electrician Hour $60/hour
9. 3/4 C.Y. Dragline Four $flD/hour
10. 1-1/4 C.Y.Dragline Hour $100/hour
• 11. 15 Ton Truck Crane Hour $60/hour -
12. 25 Ton Truck Crane Hour $80/hour •
13. 35 Ton Truck Crane Hour $100/hour
14. 45 Ton Truck Crane Hour $120/hour
15. 15 Ton Crawler Crane Hour $70/hour
16. 30 Ton Crawler Crane Hour $80/hour
17. 40 Ton Crawler Crane Hour $120/hour
18_ Gradall Hour $60/hour
r ' 19. Skid Loader Hour $40/hour
20. 2 C.Y. Wheel Loader w/Bucket/Rake Hour $55/hour
21. 3 C.Y. Wheel Loader w/Bucket%Rake Hour $65/hour
22. Rubber Tire Backhoe/Loader Hour $55/hour
F . 23. 3/4 C.Y. Track Backhoe Hour Sa'0/houz
24. 3/4 C.Y. Track Backhoe w/Breaker Hour $110/hour
25. 1-1/2 C.Y. Track Backhoe Hour $100/hour
26. 2 C.Y. Track Backhoe Hour $125/hour
W • 27. Case 350 Bulldozer Hour $50/hour
28. 50 Ton Lowboy Transport Hour $65/hour -
29. 18 C.Y. Dump Truck Hour $45/hour
30. 6 C.Y. Dump Truck Hour $30/hour
31. 40' Flatbed w/ Tractor Hour $45/hour
0 32. 2-1/2 Ton Flatbed Hour 530/hour
33. Pickup Truck w/Hand Tools Hour $12/hour
34. Pickup Truck Hour $10/hour
ir 35. Wellpoint System Hour $25/hour
36. 6" Jet Pump Hour $25/hour
37. 6" Hydraulic Submersible Pump Hour $20/hour
38. 2" Sump Pump • Hour $5/hour
E • 39. Welding Machine Hour $25/hour
40. Portable Generator Hour $5/hour
41. Quick Cut Saw Hour $20/hour
42. Asphalt/Concrete saw Hour $25/hour
ir 43. Steel wheel Roller Hour $30/hour
44. Plate Tamp Hour $15/hour
Equipment Rates include operator, maintenance and fuel.
•
•
Instructions: Bidder shall include Unit ,Price Schedule for crews, workmen, equipment time, etc.
applicable.
i .
BID FORM , � �q -
_ 09T27195-NJUP 00300-6 .;r: • r
Ft"1c
JONES
FOSTER Flagler Center Tower,Suite 1100 Mailing Address
JOHNSTON 505 South Flagler Drive Post Office Box 3475
Q� STUBBS P ^ West Palm Beach,Florida 33401 West Palm Beach,Florida 33402-3475
Cal / PA. Telephone(561)659-3000 Facsimile(561)832-1454
Attorneys and Counselors RECEIVED
John C.Randolph,Esq.
JUN - 72000
Direct Dial:(561)650-0458
E-mail:jrandolphC Jones-foster.com UTILITIES DIRECTOR
May 31, 2000 VIA FAX: 575-6245
Josef F. Grusauskas,Utilities Director
Village of Tequesta Utilities Department
Post Office Box 3474
Tequesta, Florida 33469-0474
RE: Village of Tequesta
Proposal from Murray Logan Construction-Dover Ditch Weir Repair;
Intergovernmental Rider Agreement to Lease GIS Data from Palm Beach County
Our File No. 13153.1
Dear Joe:
I received today a letter from you asking that I review for legal sufficiency a proposal from Murray
Logan Construction, Inc. for Dover Ditch weir repair and an Intergovernmental Rider Agreement
to Lease GIS Data from Palm Beach County. You request that I advise you on same by Friday,June
2, 2000.
As to the Murray Logan Construction matter,as long as you are satisfied with the description of the
work,the quotation appears to be in good form. Please advise as to whether we solicited any other
bids for this work or whether a determination was made that this was the most cost effective manner
in which to have this work completed.
As to the Intergovernmental Rider Agreement to Lease GIS Data from Palm Beach County,the only
thing I received was the Rider,which is Exhibits "A" and"B". Would you please provide me with
a copy of the agreement to which this form is Rider.
Thank you.
Sincerely,
JONES,FOSTER, JOHNSTON& STUBBS, P.A.
/
ohn C. Randolph
JCR/ssm