Loading...
R23-051 1 RESOLUTION NO. R23-051 2 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, 4 APPROVING AND AUTHORIZING THE CITY MANAGER TO 5 SIGN A UTILITY WORK BY HIGHWAY CONTRACTOR 6 AGREEMENT WITH FDOT FOR THE ADJUSTMENT OF 7 UTILITIES' SANITARY SEWER MANHOLES AND VALVE 8 BOXES ON BOYNTON BEACH BOULEVARD WITH AN INITIAL 9 ESTIMATE OF $57,064.00; AND PROVIDING AN EFFECTIVE 10 DATE. 11 12 WHEREAS, Florida Department of Transportation (FDOT) initiated an improvement 13 project along SR 804 (Boynton Beach Blvd) between NW 4th St and Federal Hwy which 14 improvements include, but are not limited to, milling/resurfacing, minor widening for bicycle 15 lanes, side walk/curb and gutter reconstruction and signing and pavement markings;and 16 WHEREAS,The Utility Department has 69 assets(sanitary manholes and valves) located 17 within the perimeter of the FDOT project which currently, those assets are at grade level with 18 the roadway, however if those assets are not adjusted before the milling and resurfacing 19 aspect of the project, it is a possibility they will be covered with asphalt and will be 20 inaccessible; and 21 WHEREAS, approval will allow FDOT's contractor to adjust the Utilities' assets to new 22 roadway grade level preventing assets from becoming inaccessible; and 23 WHEREAS, the City Commission has determined that it is in the best interests of the 24 residents of the City to approve and authorize the City Manager to sign Authorize the City 25 Manager to execute a Utility Work by Highway Contractor Agreement with FDOT for the 26 adjustment of Utilities' sanitary sewer manholes and valve boxes on Boynton Beach Boulevard 27 with an initial estimate of $57,064.00. 28 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF 29 BOYNTON BEACH, FLORIDA, THAT: 30 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 31 being true and correct and are hereby made a specific part of this Resolution upon adoption 32 hereof. 33 Section 2. The City Commission hereby approves and authorizes the City S:\CA\RESO\Agreements\Approve FDOT Utility Work Agreement-Reso.Docx 34 Manager to sign Authorize the City Manager to execute a Utility Work by Highway Contractor 35 Agreement with FDOT for the adjustment of Utilities' sanitary sewer manholes and valve 36 boxes on Boynton Beach Boulevard with an initial estimate of $57,064.00. A copy of the 37 Agreement is attached hereto and incorporated herein by reference as Exhibit "A". 38 Section 3. This Resolution shall become effective immediately upon passage. 39 PASSED AND ADOPTED this 18th day of April, 2023. 40 CITY OF BOYNTON BEACH, FLORIDA 41 42 YES NO 43 44 Mayor—Ty Penserga 45 46 Vice Mayor—Thomas Turkin 47 48 Commissioner—Angela Cruz ��✓// 49 50 Commissioner—Woodrow L. Hay 51 (/ 52 Commissioner—Aimee Kelley 53 5_n v 54 VOTE 55 56 AP T: 58 58 1 ..�,,' 40' 59 Mayle: DA esus, MPA MMC Ty Penser•:T 60 City Cler Mayor 61 62 APP•OVED AS T• FO. . 63 (Corporate Seal) OYN �` % ° $VO64 .. 6Rti 1� 65 �:' SEAL • _�• 66 • ' Michael D. Cirullo,Jr. INCORPORATED; 67 � 1920TED; City Attorney 11 •••.. ... '1%%FZORIDP S:\CA\RESO\Agreements\Approve FDOT Utility Work Agreement-Reso.Docx STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 710-010-22 UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT OGCIL 6/19 (AT UTILITY EXPENSE) Financial Project ID: 444079-1-52-02 Federal Project ID: D423 036 B Financial Project ID: Financial Project ID: Financial Project ID: County: Palm Beach State Road No.: N/A District Document No: Utility Agency/Owner(UAO): City of Boynton Beach THIS AGREEMENT,entered into this Ir day of r‘1 ,year of c ,by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, hereina er referred to as the"FDOT",and City of Boynton Beach, hereinafter referred to as the"UAO"; WITNESSETH: WHEREAS, the FDOT, is constructing, reconstructing, or otherwise changing a portion of a public road or publicly owned rail corridor, said project being identified as City of Boynton Beach Various Locations - Complete Streets Improvements, State Road No.: N/A, hereinafter referred to as the"Project"; and WHEREAS,the UAO owns or desires to install certain utility facilities which are located within the limits of the Project hereinafter referred to as the"Facilities"(said term shall be deemed to include utility facilities as the same may be relocated, adjusted, installed, or placed out of service pursuant to this Agreement); and WHEREAS,the Project requires the location(vertically and/or horizontally),protection,relocation,installation, adjustment or removal of the Facilities, or some combination thereof, hereinafter referred to as "Utility Work"; and WHEREAS,the FDOT and the UAO desire to enter into a joint agreement pursuant to Section 337.403(1)(b), Florida Statutes for the Utility Work to be accomplished by the FDOT's contractor as part of the construction of the Project; and WHEREAS,the UAO,pursuant to the terms and conditions hereof,will bear certain costs associated with the Utility Work; NOW,THEREFORE, in consideration of the premises and the mutual covenants contained herein,the FDOT and the UAO hereby agree as follows: 1. Design of Utility Work a. UAO shall prepare, at UAO's sole cost and expense, a final engineering design, plans, technical special provisions, a cost estimate, and a contingency Utility Work Schedule (said contingency schedule to be used in the case of a bid rejection)for the Utility Work(hereinafter referred to as the "Plans Package") on or before N/A, year of b. The Plans Package shall be in the same format as the FDOT's contract documents for the Project and shall be suitable for reproduction. c. Unless otherwise specifically directed in writing,the Plans Package shall include any and all activities and work effort required to perform the Utility Work, including but not limited to, all clearing and grubbing, survey work and shall include a traffic control plan. d. The Plans Package shall be prepared in compliance with the FDOT's Utility Accommodation Manual and the FDOT's Plans Preparation Manual in effect at the time the Plans Package is prepared,and the FDOT's contract documents for the Project. If the FDOT's Plans Preparation Manual has been updated and conflicts with the Utility Accommodation Manual, the Utility Accommodation Manual shall apply where such conflicts exist. Page 1 of 10 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION »o-0I0-22 UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT OGc I 06/19 (AT UTILITY EXPENSE) e. The technical special provisions which are a part of the Plans Package shall be prepared in accordance with the FDOT's guidelines on preparation of technical special provisions and shall not duplicate or change the general contracting provisions of the FDOT's Standard Specifications for Road and Bridge Construction and any Supplemental Specifications, Special Provisions, or Developmental Specifications of the FDOT for the Project. f. UAO shall provide a copy of the proposed Plans Package to the FDOT, and to such other right of way users as designated by the FDOT, for review at the following stages: Production. Prior to submission of the proposed Plans Package for review at these stages,the UAO shall send the FDOT a work progress schedule explaining how the UAO will meet the FDOT's production schedule. The work progress schedule shall include the review stages, as well as other milestones necessary to complete the Plans Package within the time specified in Subparagraph a. above. g. In the event that the FDOT finds any deficiencies in the Plans Package during the reviews performed pursuant to Subparagraph f. above,the FDOT will notify the UAO in writing of the deficiencies and the UAO will correct the deficiencies and return corrected documents within the time stated in the notice. The FDOT's review and approval of the documents shall not relieve the UAO from responsibility for subsequently discovered errors or omissions. h. The FDOT shall furnish the UAO such information from the FDOT's files as requested by the UAO; however, the UAO shall at all times be and remain solely responsible for proper preparation of the Plans Package and for verifying all information necessary to properly prepare the Plans Package, including survey information as to the location (both vertical and horizontal) of the Facilities. The providing of information by the FDOT shall not relieve the UAO of this obligation nor transfer any of that responsibility to the FDOT. The Facilities and the Utility Work will include all utility facilities of the UAO which are located within the limits of the Project, except as generally summarized as follows: Everything not specifically included in the scope of services. These exceptions shall be handled by separate arrangement. j. If any facilities of the UAO located within the project limits are discovered after work on the project commences to be qualified for relocation at the FDOT's expense, but not previously identified as such, the UAO shall file a claim with the FDOT for recovery of the cost of relocation thereof. The filing of the claim shall not necessarily entitle the UAO to payment, and resolution of the claim shall be based on a determination of fault for the error. The discovery of facilities not previously identified as being qualified for relocation at the FDOT's expense shall not invalidate this Agreement. k. The UAO shall fully cooperate with all other right of way users in the preparation of the Plans Package. Any conflicts that cannot be resolved through cooperation shall be resolved in the manner determined by the FDOT. Upon completion of the Utility Work,the Facilities shall be deemed to be located on the public road or publicly owned rail corridor under and pursuant to the Utility Permit: TBD (Note: It is the intent of this line to allow either attachment of or separate reference to the permit). 2. Performance of Utility Work a. The FDOT shall incorporate the Plans Package into its contract for construction of the Project. b. The FDOT shall procure a contract for construction of the Project in accordance with the FDOT's requirements. c. If the portion of the bid of the contractor selected by the FDOT which is for performance of the Utility Work exceeds the FDOT's official estimate for the Utility Work by more than ten percent(10%)and Page 2 of 10 010-22 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 7ia•unEs UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT OGC 06119 (AT UTILITY EXPENSE) the FDOT does not elect to participate in the cost of the Utility Work pursuant to Section 337.403(1)(b), Florida Statutes, the UAO may elect to have the Utility Work removed from the FDOT's contract by notifying the FDOT in writing within 10 days from the date that the UAO is notified of the bid amount. Unless this election is made,the Utility Work shall be performed as part of the Project by the FDOT's contractor. d. If the UAO elects to remove the Utility Work from the FDOT's contract in accordance with Subparagraph 2. c., the UAO shall perform the Utility Work separately pursuant to the terms and conditions of the FDOT's standard relocation agreement, the terms and conditions of which are incorporated herein for that purpose by this reference, and in accordance with the contingency relocation schedule which is a part of the Plans Package. The UAO shall proceed immediately with the Utility Work so as to cause no delay to the FDOT or the FDOT's contractor in constructing the Project. e. The UAO shall perform all engineering inspection,testing,and monitoring of the Utility Work to insure that it is properly performed in accordance with the Plans Package,except for the following activities: General Engineering Inspection and will furnish the FDOT with daily diary records showing approved quantities and amounts for weekly, monthly, and final estimates in accordance with the format required by FDOT procedures. f. Except for the inspection, testing, monitoring, and reporting to be performed by the UAO in accordance with Subparagraph 2. e., the FDOT will perform all contract administration for its construction contract. g. The UAO shall fully cooperate with the FDOT and the FDOT's contractor in all matters relating to the performance of the Utility Work. h. The FDOT's engineer has full authority over the Project and the UAO shall be responsible for coordinating and cooperating with the FDOT's engineer. In so doing, the UAO shall make such adjustments and changes in the Plans Package as the FDOT's engineer shall determine are necessary for the prosecution of the Project. The UAO shall not make any changes to the Plans Package after the date on which the FDOT's contract documents are mailed for advertisement of the Project unless those changes fall within the categories of changes which are allowed by supplemental agreement to the FDOT's contract pursuant to Section 337.11, Florida Statutes. All changes,regardless of the nature of the change or the timing of the change, shall be subject to the prior approval of the FDOT. 3. Cost of Utility Work a. The UAO shall be responsible for all costs of the Utility Work and all costs associated with any adjustments or changes to the Utility Work determined by the FDOT's engineer to be necessary, including, but not limited to the cost of changing the Plans Package and the increase in the cost of performing the Utility Work, unless the adjustments or changes are necessitated by an error or omission of the FDOT. The UAO shall not be responsible for the cost of delays caused by such adjustments or changes unless they are attributable to the UAO pursuant to Subparagraph 4.a. b. The initial estimate of the cost of the Utility Work is 57.064.00. At such time as the FDOT prepares its official estimate,the FDOT shall notify the UAO of the amount of the official estimate for the Utility Work. Upon being notified of the official estimate,the UAO shall have five(5)working days within which to accept the official estimate for purposes of making deposits and for determining any possible contribution on the part of the FDOT to the cost of the Utility Work, or to elect to have the Utility Work removed from the FDOT's contract and performed separately pursuant to the terms and conditions set forth in Subparagraph 2. d. hereof. c. At least forty-five(45)calendar days prior to the date on which the FDOT advertises the Project for Page 3 of 10 710-010-22 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITIES UTILIES UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT OGC-06119 (AT UTILITY EXPENSE) bids, the UAO will pay to the FDOT an amount equal to the FDOT's official estimate; plus 2%for mobilization of equipment for the Utility Work, additional maintenance of traffic costs for the Utility Work, administrative costs of field work, tabulation of quantities, Final Estimate processing and Project accounting (said amounts are to be hereinafter collectively referred to as the Allowances); plus 10% of the official estimate for a contingency fund to be used as hereinafter provided for changes to the Utility Work during the construction of the Project (the Contingency Fund). d. Payment of the funds pursuant to this paragraph will be made(choose one): ❑ directly to the FDOT for deposit into the State Transportation Trust Fund. as provided in the attached Three Party Escrow Agreement between UAO, FDOT and the State of Florida, Department of Financial Services, Division of Treasury. Deposits of less than$100,000.00 must be pre-approved by the FDOT Comptroller's Office prior to execution of this agreement. e. If the portion of the contractor's bid selected by the FDOT for performance of the Utility Work exceeds the amount of the deposit made pursuant to Subparagraph c.above,then subject to and in accordance with the limitations and conditions established by Subparagraph 2. c. hereof regarding FDOT participation in the cost of the Utility Work and the UAO's election to remove the Utility Work from the Project,the UAO shall,within fourteen(14)calendar days from notification from the FDOT or prior to posting of the accepted bid,whichever is earlier, pay an additional amount to the FDOT to bring the total amount paid to the total obligation of the UAO for the cost of the Utility Work, plus Allowances and 10% Contingency Fund. The FDOT will notify the UAO as soon as it becomes apparent the accepted bid amount plus allowances and contingency is in excess of the advance deposit amount; however,failure of the FDOT to so notify the UAO shall not relieve the UAO from its obligation to pay for its full share of project costs on final accounting as provided herein below. In the event that the UAO is obligated under this Subparagraph 3.e.to pay an additional amount and the additional amount that the UAO is obligated to pay does not exceed the Contingency Fund already on deposit,the UAO shall have sixty(60)calendar days from notification from the FDOT to pay the additional amount, regardless of when the accepted bid is posted. f. If the accepted bid amount plus allowances and contingency is less than the advance deposit amount, the FDOT will refund the amount that the advance deposit exceeds the bid amount, plus allowances and contingency if such refund is requested by the UAO in writing and approved by the Comptroller of the FDOT or his designee. g. Should contract modifications occur that increase the UAO's share of total project costs, the UAO will be notified by the FDOT accordingly. The UAO agrees to provide, in advance of the additional work being performed,adequate funds to ensure that cash on deposit with the FDOT is sufficient to fully fund its share of the project costs. The FDOT shall notify the UAO as soon as it becomes apparent the actual costs will overrun the award amount; however,failure of the FDOT to so notify the UAO shall not relieve the UAO from its obligation to pay for its full share of project costs on final accounting as provided herein below. h. The FDOT may use the funds paid by the UAO for payment of the cost of the Utility Work. The Contingency Fund may be used for increases in the cost of the Utility Work which occur because of quantity overruns or because of adjustments or changes in the Utility Work made pursuant to Subparagraph 2. h. Prior to using any of the Contingency Fund, the FDOT will obtain the written concurrence of the person delegated that responsibility by written notice from the UAO. The delegatee shall respond immediately to all requests for written concurrence. If the delegatee refuses to provide written concurrence promptly and the FDOT determines that the work is necessary, the FDOT may proceed to perform the work and recover the cost thereof pursuant to the provisions of Section 337.403(3), Florida Statutes. In the event that the Contingency Fund is depleted,the UAO shall, within fourteen (14) calendar days from notification from the FDOT, pay to the FDOT an additional 10% of the total obligation of the UAO for the cost of the Utility Work established under Page 4 of 10 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 710-010-22 UTILITIES UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT 06/19 (AT UTILITY EXPENSE) Subparagraph 3. e. for future use as the Contingency Fund. Upon final payment to the Contractor,the FDOT intends to have its final and complete accounting of all costs incurred in connection with the work performed hereunder within three hundred sixty(360) days. All project cost records and accounts shall be subject to audit by a representative of the UAO for a period of three(3)years after final close out of the Project. The UAO will be notified of the final cost. Both parties agree that in the event the final accounting of total project costs pursuant to the terms of this agreement is less than the total deposits to date,a refund of the excess will be made by the FDOT to the UAO in accordance with Section 215.422, Florida Statutes. In the event said final accounting of total project costs is greater than the total deposits to date, the UAO will pay the additional amount within forty(40)calendar days from the date of the invoice. The UAO agrees to pay interest at a rate as established pursuant to Section 55.03, Florida Statutes, on any invoice not paid within the time specified in the preceding sentence until the invoice is paid. 4. Claims Against UAO a. The UAO shall be responsible for all costs incurred as a result of any delay to the FDOT or its contractors caused by errors or omissions in the Plans Package(including inaccurate location of the Facilities)or by failure of the UAO to properly perform its obligations under this Agreement in a timely manner. b. In the event the FDOT's contractor provides a notice of intent to make a claim against the FDOT relating to the Utility Work, the FDOT will notify the UAO of the notice of intent and the UAO will thereafter keep and maintain daily field reports and all other records relating to the intended claim. c. In the event the FDOT's contractor makes any claim against the FDOT relating to the Utility Work, the FDOT will notify the UAO of the claim and the UAO will cooperate with the FDOT in analyzing and resolving the claim within a reasonable time. Any resolution of any portion of the claim directly between the UAO and the FDOT's contractor shall be in writing, shall be subject to written FDOT concurrence and shall specify the extent to which it resolves the claim against the FDOT. d. The FDOT may withhold payment of surplus funds to the UAO until final resolution (including any actual payment required) of all claims relating to the Utility Work. The right to withhold shall be limited to actual claim payments made by the FDOT to the FDOT's contractor. 5. Out of Service Facilities No Facilities shall be placed out of service unless specifically identified as such in the Plans. The following terms and conditions shall apply to Facilities placed Out-of-Service: a. The UAO acknowledges its present and continuing ownership of and responsibility for out of service Facilities. b. The FDOT agrees to allow the UAO to leave the Facilities within the right of way subject to the continuing satisfactory performance of the conditions of this Agreement by the UAO. In the event of a breach of this Agreement by the UAO, the Facilities shall be removed upon demand from the FDOT in accordance with the provisions of Subparagraph e. below. c. The UAO shall take such steps to secure the Facilities and otherwise make the Facilities safe in accordance with any and all applicable local,state or federal laws and regulations and in accordance with the legal duty of the UAO to use due care in its dealings with others. The UAO shall be solely responsible for gathering all information necessary to meet these obligations. d. The UAO shall keep and preserve all records relating to the Facilities, including, but not limited to, records of the location, nature of, and steps taken to safely secure the Facilities and shall promptly respond to information requests of the FDOT or other permittees using or seeking use of the right of Page 5 of 10 -22 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITIES TILI IES UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT Occ 06119 (AT UTILITY EXPENSE) way. e. The UAO shall remove the Facilities at the request of the FDOT in the event that the FDOT determines that removal is necessary for FDOT use of the right of way or in the event that the FDOT determines that use of the right of way is needed for other active utilities that cannot be otherwise accommodated in the right of way. Removal shall be at the sole cost and expense of the UAO and without any right of the UAO to object or make any claim of any nature whatsoever with regard thereto. Removal shall be completed within the time specified in the FDOT's notice to remove. In the event that the UAO fails to perform the removal properly within the specified time,the FDOT may proceed to perform the removal at the UAO's expense pursuant to the provisions of Sections 337.403 and 337.404, Florida Statutes. f. Except as otherwise provided in Subparagraph e. above, the UAO agrees that the Facilities shall forever remain the legal and financial responsibility of the UAO. The UAO shall reimburse the FDOT for any and all costs of any nature whatsoever resulting from the presence of the Facilities within the right of way. Said costs shall include, but shall not be limited to, charges or expenses which may result from the future need to remove the Facilities or from the presence of any hazardous substance or material in or discharging from the Facilities. Nothing in this paragraph shall be interpreted to require the UAO to indemnify the FDOT for the FDOT's own negligence; however, it is the intent that all other costs and expenses of any nature be the responsibility of the UAO. 6. Default a. In the event that the UAO breaches any provision of this Agreement, then in addition to any other remedies which are otherwise provided for in this Agreement,the FDOT may exercise one or more of the following options, provided that at no time shall the FDOT be entitled to receive double recovery of damages: (1) Terminate this Agreement if the breach is material and has not been cured within sixty(60) days from written notice thereof from FDOT. (2) Pursue a claim for damages suffered by the FDOT. (3) If the Utility Work is reimbursable under this Agreement,withhold reimbursement payments until the breach is cured. The right to withhold shall be limited to actual claim payments made by FDOT to third parties. (4) If the Utility Work is reimbursable under this Agreement,offset any damages suffered by the FDOT or the public against payments due under this Agreement for the same Project. The right to offset shall be limited to actual claim payments made by FDOT to third parties. (5) Suspend the issuance of further permits to the UAO for the placement of Facilities on FDOT property if the breach is material and has not been cured within sixty(60)days from written notice thereof from FDOT. (6) Pursue any other remedies legally available. (7) Perform any work with its own forces or through contractors and seek repayment for the cost thereof under Section 337.403(3), Florida Statutes. b. In the event that the FDOT breaches any provision of this Agreement, then in addition to any other remedies which are otherwise provided for in the Agreement,the UAO may exercise one or more of the following options: (1) Terminate this Agreement if the breach is material and has not been cured within sixty(60) days from written notice thereof from the UAO. Page 6of10 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 710-010-22 ILITIES UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT OGC-06119 (AT UTILITY EXPENSE) (2) If the breach is a failure to pay an invoice for Utility Work which is reimbursable under this Agreement, pursue any statutory remedies that the UAO may have for failure to pay invoices. (3) Pursue any other remedies legally available. c. Termination of this Agreement shall not relieve either party from any obligations it has pursuant to other agreements between the parties nor from any statutory obligations that either party may have with regard to the subject matter hereof. 7. Force Majeure Neither the UAO nor the FDOT shall be liable to the other for any failure to perform under this Agreement to the extent such performance is prevented by an act of God, war, riots, natural catastrophe, or other event beyond the control of the non-performing party and which could not have been avoided or overcome by the exercise of due diligence; provided that the party claiming the excuse from performance has (a) promptly notified the other party of the occurrence and its estimate duration, (b) promptly remedied or mitigated the effect of the occurrence to the extent possible, and (c) resumed performance as soon as possible. 8. Indemnification FOR GOVERNMENT-OWNED UTILITIES, To the extent provided by law,the UAO shall indemnify, defend, and hold harmless the FDOT and all of its officers, agents, and employees from any claim, loss, damage, cost, charge, or expense arising out of any acts, action, error, neglect, or omission by the UAO, its agents, employees, or contractors during the performance of the Agreement, whether direct or indirect, and whether to any person or property to which FDOT or said parties may be subject,except that neither the UAO, its agents,employees,or contractors will be liable under this section for damages arising out of the injury or damage to persons or property directly caused by or resulting from the negligence of the FDOT or any of its officers,agents,or employees during the performance of this Agreement. When the FDOT receives a notice of claim for damages that may have been caused by the UAO in the performance of services required under this Agreement,the FDOT will immediately forward the claim to the UAO. The UAO and the FDOT will evaluate the claim and report their findings to each other within fourteen (14)working days and will jointly discuss options in defending the claim. After reviewing the claim,the FDOT will determine whether to require the participation of the UAO in the defense of the claim or to require the UAO to defend the FDOT in such claim as described in this section. The FDOT's failure to notify the UAO of a claim shall not release the UAO from any of the requirements of this section. The FDOT and the UAO will pay their own costs for the evaluation, settlement negotiations, and trial, if any. However, if only one party participates in the defense of the claim at trial, that party is responsible for all costs. FOR NON-GOVERNMENT-OWNED UTILITIES, The UAO shall indemnify,defend,and hold harmless the FDOT and all of its officers,agents,and employees from any claim, loss, damage, cost, charge, or expense arising out of any acts, action, error, neglect, or omission by the UAO, its agents, employees, or contractors during the performance of the Agreement, whether direct or indirect, and whether to any person or property to which FDOT or said parties may be subject,except that neither the UAO, its agents,employees,or contractors will be liable under this section for damages arising out of the injury or damage to persons or property directly caused by or resulting from the negligence of the FDOT or any of its officers, agents, or employees during the performance of this Agreement. The UAO's obligation to indemnify, defend, and pay for the defense or at the FDOT's option, to participate and associate with the FDOT in the defense and trial of any damage claim or suit and any related settlement Page 7 of 10 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 710-010-22 IL UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT OGC 6/19 (AT UTILITY EXPENSE) negotiations, shall arise within fourteen (14) days of receipt by the UAO of the FDOT's notice of claim for indemnification to the UAO. The notice of claim for indemnification shall be served by certified mail. The UAO's obligation to defend and indemnify within fourteen (14) days of such notice shall not be excused because of the UAO's inability to evaluate liability or because the UAO evaluates liability and determines the UAO is not liable or determines the FDOT is solely negligent. Only a final adjudication of judgment finding the FDOT solely negligent shall excuse performance of this provision by the UAO. The UAO shall pay all costs and fees related to this obligation and its enforcement by the FDOT. The FDOT's delay in notifying the UAO of a claim shall not release UAO of the above duty to defend. 9. Miscellaneous a. Time is of essence in the performance of all obligations under this Agreement. b. The Facilities shall at all times remain the property of and be properly protected and maintained by the UAO in accordance with the current Utility Accommodation Manual in effect at the time the Plans Package is prepared and the current utility permit for the Facilities; provided,however,that the UAO shall not be obligated to protect or maintain any of the Facilities to the extent the FDOT's contractor has that obligation as part of the Utility Work pursuant to the FDOT's specifications. c. The FDOT may unilaterally cancel this Agreement for refusal by the UAO 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 UAO in conjunction with this Agreement. d. This Agreement constitutes the complete and final expression of the parties with respect to the subject matter hereof and supersedes all prior agreements, understandings, or negotiations with respect thereto, except that the parties understand and agree that the FDOT has manuals and written policies and procedures which may be applicable at the time of the Project and the relocation of the Facilities. e. This Agreement shall be governed by the laws of the State of Florida. Any provision hereof found to be unlawful or unenforceable shall be severable and shall not affect the validity of the remaining portions hereof. f. All notices required pursuant to the terms hereof may be sent by first class United States Mail, facsimile transmission,hand delivery,or express mail and shall be deemed to have been received by the end of five business days from the proper sending thereof unless proof of prior actual receipt is provided. The UAO shall have a continuing obligation to notify each District of the FDOT of the appropriate persons for notices to be sent pursuant to this Agreement. Unless otherwise notified in writing, notices shall be sent to the following addresses: If to the UAO: Milot Emile, PE. -Boynton Beach Utilities, Engineering 124 E. Woolbright Road, Boynton Beach, FL 33435 EmileM@bbfl.us/(561)742-6407 If to the FDOT: Kadian McLean, District Utilities Administrator 3400 W. Commercial Blvd., Ft. Lauderdale, FL 33309 Kadian.McLean@dot.state.fl.us (954)777-4360 10. Certification This document is a printout of an FDOT form maintained in an electronic format and all revisions thereto by the UAO in the form of additions, deletions, or substitutions are reflected only in an Appendix entitled Changes To Form Document and no change is made in the text of the document itself. Hand notations on affected portions of this document may refer to changes reflected in the above-named Appendix but are for Page 8 of 10 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 710-010-22 T UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT OGC�L06/19 (AT UTILITY EXPENSE) reference purposes only and do not change the terms of the document. By signing this document,the UAO hereby represents that no change has been made to the text of this document except through the terms of the appendix entitled Changes to Form Document. You MUST signify by selecting or checking which of the following applies: ® No changes have been made to this Form Document and no Appendix entitled "Changes to Form Document" is attached. ❑ No changes have been made to this Form Document. but changes are included on the attached Appendix entitled "Changes to Form Document." IN WITNESS WHEREOF, the parties hereto have executed this Agreement effective the day and year first written. UTILITY: City of Boynton Beach -' � IS-)19.° 3 c 3 BY: Si nature Id�` DATE:`{, I0 (Typed Name: ..Q,\ 7. (Typed Title: Recommend Approval by the District Utility Office BY: (Signature) DATE: FDOT Legal review BY: (Signature) DATE: District Counsel STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BY: (Signature) DATE: (Typed Name: Steven C. Braun, P.E.) (Typed Title: Director of Transportation Development) FEDERAL HIGHWAY ADMINISTRATION (if applicable) BY: DATE: (Typed Name: (Typed Title: Page 9 of 10 710-010-22 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITIES UTILIES UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT OCC-06119 (AT UTILITY EXPENSE) Page 10 of 9 Attachments City of Boynton Beach 444079-1-52-02 1. Exhibit A — Scope of Services 2. Three Party Escrow Agreement 3. Appendix A of Assurances EXHIBIT A Scope of Services 444079-1-52-02 The utility work to be performed under this agreement consists of adjustment of City of Boynton Beach Water Utilities facilities per plans dated November 21,2022, by Propel Engineering, Inc. Summary of Quantities No. Item Description Unit Quantity 425-5-1 MANHOLE,ADJUST UTILITIES EA 28 425-6 VALVE BOXES,ADJUST EA 38 635-2-11 PULL&SPLICE BOX,F&I,13"X 24"COVER SIZE(Type H-20 Only) EA 3 THREE PARTY ESCROW AGREEMENT THIS AGREEMENT is made and entered into by and between the State of Florida, Department of Transportation ("FDOT"), City of Boynton Beach ("Participant"), and the State of Florida, Department of Financial Services, Division of Treasury ("Escrow Agent"), and shall become effective upon the Agreement's execution by Escrow Agent. WHEREAS, FDOT and Participant are engaged in the following project ("Project"): Project Name: City of Boynton Beach — Complete Streets Improvements — Various Locations Project#: 444079-1-52-02 County: Palm Beach WHEREAS, FDOT and Participant desire to establish an escrow account for the project. NOW THEREFORE, in consideration of the premises and the covenants contained herein, the parties agree to the following: 1. An initial deposit will be made into an interest bearing escrow account established hereunder for the purposes of the Project. The escrow account will be opened with the Escrow Agent on behalf of FDOT upon Escrow Agent's receipt and execution of this Agreement. 2. Other deposits to the escrow account may be made during the life of this agreement. 3. Deposits will be delivered in accordance with instructions provided by the Escrow Agent to the FDOT for deposit into the escrow account. A wire transfer or ACH deposit is the preferred method of payment and should be used whenever possible. 4. FDOT's Comptroller or designee shall be the sole signatory on the escrow account with the Escrow Agent and shall have sole authority to authorize withdrawals from the account. Withdrawals will only be made to FDOT or the Participant in accordance with the instructions provided to the Escrow Agent by FDOT's Comptroller or designee. 5. Moneys in the escrow account will be invested in accordance with section 17.61, Florida Statutes. The Escrow Agent will invest the moneys expeditiously. Income is only earned on the moneys while invested. There is no guaranteed rate of return. Investments in the escrow account will be assessed a fee in accordance with Section 17.61(4)(b), Florida Statutes. All income of the investments shall accrue to the escrow account. 6. Unless instructed otherwise by FDOT, all interest accumulated in the escrow account shall remain in the account for the purposes of the Project. 7. The Escrow Agent agrees to provide written confirmation of receipt of funds to FDOT. FDOT agrees to provide a copy of such written confirmation to Participant upon request. 8. The Escrow Agent further agrees to provide quarterly reports to FDOT concerning the escrow account. FDOT agrees to provide a copy of such quarterly reports to Participant upon request. 9. The Escrow Agent shall not be liable for any error of judgment or for any act done or omitted by it in good faith, or for anything which it may in good faith do or refrain from doing in connection herewith. 10. Escrow Agent shall have no liability for any claim, cost. expense, damage or loss due to the acts or omissions of FDOT and Participant, nor from any separate agreements between FDOT and Participant and shall have no responsibility to monitor or enforce any responsibilities herein or in any separate agreements associated with this Agreement between FDOT and Participant. 11. This Agreement shall be governed by and interpreted in accordance with the laws of the State of Florida. 12. 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. 13. This Agreement shall terminate upon disbursement by the Escrow Agent of all money held by it in the escrow account in accordance with the instructions given by FDOT's Comptroller or designee and notification from FDOT to Escrow Agent that the account is to be closed. The remainder of this page is blank. IN WITNESS WHEREOF, the parties have duly executed the Agreement on the date(s) below. J For FDOT-00C (signature) For PART-1 ignat e l Name and Title 7Vame and Title yyri �l .J �4 r 59-3024028 - Oep()c8'd Federal Employer I.D. Number Federal Employer I.D. Number ;? • \StOd3 Date Date FDOT Legal Review: For Escrow Agent (signature) Name and Title Date STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 710-010-08 REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONTRACTS Occ-0ani (Appendix A of Assurances) Financial Project ID: 444079-1-52-02 Federal Project ID: D423 036 B County: Palm Beach State Road No.: N/A District Document No: Utility Agency/Owner(UAO): City of Boynton Beach During the performance of this Agreement,the Utility Agency Owner(UAO),for itself, its assignees and successors in interest(hereinafter referred to as the UAO), agrees as follows: (1) Compliance with Regulations: The UAO will comply with the Regulations of the FLORIDA DEPARTMENT OF TRANSPORTATION(hereinafter referred to as the DEPARTMENT)relative to nondiscrimination in Federally-assisted programs of the DEPARTMENT (Title 49, Code of Federal Regulations, Part 21, hereinafter referred to as the"Regulations"), which are herein incorporated by reference and made a part of this contract. (2) Nondiscrimination: The UAO,with regard to the work performed by it after award and prior to completion of the UAO work,will not discriminate on the ground of race, color or national origin in the selection and retention of subcontractors, including procurement of materials or leases of equipment. The UAO will not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix A& B of the Regulations. (3) Solicitations: In all solicitations either by competitive bidding or negotiation made by the UAO for work to be performed under a subcontract, including procurement of materials and leases of equipment, each potential subcontractor or supplier shall be notified by the UAO of the UAO's obligations under this contract and the Regulations relative to nondiscrimination on the ground of race, color or national origin. (4) "Buy America" Requirements:The UAO will use domestic steel and/or iron products incorporated into the finished work in compliance with the Buy America provisions of 23 CFR 635.410 as amended. As used in this provision,"steel and/or iron products"means manufactured products that are predominately steel and/or iron products and that are not otherwise exempt from Buy America requirements pursuant to rules and regulations of the Federal Highway Administration. As used in this provision, "domestic" means products that are manufactured in the United States which have not undergone any manufacturing process outside of the United States that modified the chemical content,physical shape or size,or final finish of a product,beginning with the initial melting and continuing through final shaping and coating. If a steel and/or iron product is taken outside the United States for any manufacturing process, it becomes foreign source steel and/or iron products. The UAO may incorporate into the finished work foreign source steel and/or iron products as long as the actual cost of such foreign products does not exceed 0.1%of the total amount of this Agreement,or$2,500.00 whichever is greater.The UAO will retain documentation verifying compliance with the Buy America provision of this Agreement for a period of 3 years after final payment of the finished work. Upon request, the UAO will provide the documentation verifying compliance with the Buy America provision of this Agreement. The UAO will provide a certification with the invoice that states the following: "The UAO certifies that all manufactured products that are predominately steel and/or iron are domestic products in compliance with the Buy America provisions of 23 CFR 635.410 as amended except for the foreign source steel and/or iron allowance of 0.1%of the total amount of the agreement between the Florida Department of Transportation and the UAO, or$2,500.00 whichever is greater." (5) Information and Reports: The UAO will provide all information and reports required by the Regulations, or orders and instructions issued pursuant thereto,and will permit access to its books,records,accounts,other sources of information,and its facilities as may be determined by the DEPARTMENT or the Federal Highway Administration to be pertinent to ascertain compliance with such Regulations,orders and instructions. Where any information required of the UAO is in the exclusive possession of another who fails or refuses to furnish this information, the UAO shall so certify to the DEPARTMENT or the Federal Highway Administration as appropriate, and shall set forth what efforts it has made to obtain the information. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 710-01008 UTILITIES REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONTRACTS OGC-04/17 (Appendix A of Assurances) (6) Sanctions for Noncompliance: In the event of the UAO's noncompliance with the nondiscrimination provisions of paragraphs(1)through(4),the DEPARTMENT shall impose such contract sanctions as it or the Federal Highway Administration may determine to be appropriate, including, but not limited to: (a) withholding of payments to the contractor under the Agreement until the UAO complies;and/or (b) cancellation,termination or suspension of the Agreement, in whole or in part. (7) Incorporation of Provisions: The UAO will include the provisions of paragraph (1) through (6) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations,order or instructions issued pursuant thereto. The UAO will take such action with respect to any subcontract, procurement or lease as the DEPARTMENT or the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that in the event the UAO becomes involved in, or is threatened with, litigation with a subcontractor,supplier or lessor as a result of such direction,the UAO may request the State to enter into such litigation to protect the interests of the State,and, in addition,the UAO may request the United States to enter into such litigation to protect the interests of the United States. COST ESTIMATE OF UTILITY WORK TO BE PERFORMED BY FDOT CONTRACTOR FPID#444079-1-52-02 City of Boynton Beach Utilities Pay Item No. Description Unit Quantity Current Average Total Cost Unit Cost 425-5-1 MANHOLE,ADJUST,UTILITIES EA 28 $995.00 $27,860.00 425-6 VALVE BOXES,ADJUST EA 38 $470.00 $17,860.00 635-2-11 PULL&SPLICE BOX,F&I,13"x 24"COVER SIZE(Type H-20 Only) EA 3 $1,600.00 $4,800.00 Subtotal $50,520.00 UWHCA ITEMS: Contigency(10%of subtotal) 10% $5,052.00 CEI 2% $1,010.40 Total Cost $56,582.40 CONTRACT PLANS COMPONENTS STATE OF FLORIDA ���ra ROADWAY PLANS DEPARTMENT OF TRANSPORTATION ,,,,,I,, �":....A.--5- �A;'ti\T_►1,.I ..d.��- SIGNING AND PAVEMENT NARKING PL.'S �* SIGNAUEATION PLANS ',NL . \n u.s”" LIGHTING PLANS CONTRACT PLANS ,�h'. LANDSCAPE PLANS �, � down. FINANCIAL PROJECT ID 444079-1-52-01 �� ��' �:1���...�:.-. A DETAILED OF MPS THE n �\ HEY SHEET OF EACH COMPONENT s m L .:t 7 \ INDEX OF ROADWAY PLANS PALM BEACH COUNTY (93200) a'I SHEET NO. SHEET DESCRIPTION STATE ROAD NO. 804 ,...Vok. •.\`f"S4:' A REY SHEET •3 TYPICAL SECTIONS ad,' _._,e,�s 9 ROADNAY PIRN.PRO/ILFS u.Ns��t M i • tlw P..20U LOCATION OF PROJECT' R (07 I MIPslf900.9l/SAPs/TU1101SC0M6w449U .....v 7.I END PROJECT i . —j NTA 490011.69 " BEGIN PROJECT I MI 9 905 a STA 452053.65 1416 _ E ' �I nv lJ 1 Road 51 I l� �i�� OCEAN RIDGE BOYNTONBEACH ' I +0c,.aW No as I __. - - BRINY BREEZES ROADWAY PLANS GE CF - DO 4', ENGINEER OF RECORD: 1 ;O LF MF o• 1-45S 3 uas - -h- 7,fGULF STREAM r.46s H No,,e L AN,PE. ! FE LICENSE AL616 PE.LICENSE NUMBER 00 PROPEL ENGINEERING.INC. e 0111N VISTA PAPAW&SURE B-1 y GOVERNING STANDARD PLANS: WEST PALM BEACx,EL 3340 A CONTRACT N0:CAC93 01or10•Department 01 rearuportatIon.ET 0001-00 S0•na0r0 Plans II,Ro•a w VENDOR NO:(463316950 w t L' Bridge Consrrpalon W App/le.D1.Ie Interim Reelslnns ORLI. i,•ia 5I SroAMO Pum Io.Roma Cemvornon•rw.150401500 IRs Me.50/able M the FDOT PROJECT MANAGER: fl i T011owln9.001(1.:NIp://wwwl4e14Pr/aeI9n/M•na•r09I•ns R I APPLICABLE IRs:IN LESLIE WETNERf[L [I'''. SI•rA•r0 Pum Ta 91/49.Comb5IIion are NNw1e4 In the s(r/.INres Plans UTILITY COORDINATION Component INITIAL CONTACT °l GOVERNING STANDARD SPECIFICATIONS) 08/05/2021 Y g Ponds Department o/Transp.rtNlon.NIP 1011 sr«aM0 Spe[nHMlens CONSTRUCTION FISCAL SHEET TEl Road HI R9P9e Co9tAmmaI4 a IM/mpleme .4/SRe' CONTRACT NO. YEAR NO. .1 MIp:F/wwwleM.pw/prDawn+un.9emenr/Amdemenrw/sp«soaR, f 24 I RM LINE (SURVEY SR 101 NM LINE RM RM M M I JrI Jr I V EOODER WIDENING *ORDER B T MILLING L RESURFACING C 1�E�MILLING E RESURFACING l IS CONCRETE - J - CONCRETE SIDEWALK • SIDEWALK .4 Ir LANE 10 LANE 10 LME 10 UNE 11'LANE MED/AN I . 1 LO t Aji, OM V RL VARIES ODE 0.04 VARIES GROUND -- I DAIS (002 MIN! 0,12la _�. 04I (0-01 M/NJ 0415 Y_j. _ii RATUIIAL 1111 TYPE F CURE RATUML N TYPE F CURS PROFILE PROFILE GROUND GRADE GRADE POINT POINT p TYPE F CURE TYPE r CURB O1 P. u TYPICAL SECTION 1 FRICTION COURSE 0 BOYNTON BEACH BOULEVARD(SR 804) t STRVCI.COURSE STA 452+92.49 TO STA 458461.81 EXISTING ASIALIA) Y. BASE MATERIA 3E MIWNG 042 / C MILLEXISTINGRenal P MIESr SPHALT PAVEMENT(1 Jt DER.! -� 1T M RESURFACING /i i i i i I� F /F F F F F F FRICTIORFRICTION COURSE FC-125(TRAFFIC BI(1(Fl COURSE "L1- ..1-.4-1-.1_...1-.4-1-.1_. y UR EXISTING STABILISATION R ts CURB PAD DETAIL t N.TS 3 CURRENT YEAR TRFIC DATA la .AF b ESTIMATED OPENING YEAR. 4 ESTIMATED DESIGN YEAR. P. 0. 0 U. T T.(14 NOURI 12 DESIGN HOUR T. - •1I DESIGN SPEED•.K YIN V AIVISIOOS ENGINEER OF RECORD STAYS NTPLOIUDLA SHEET C •../ HARUL ALAR,P.E. DEPARTTQAT DP TRLENSXMTAITQH �. LICENSE NUMBER 61E00 ROAD NO ...Ty 0152001*PROTECT to TYPICAL SECTIONS t.s PROPEL ENGINEERING.AKWINC R 3 1111 N VISTA PARKWAY.SUITE BJ WEST PALM BEAN.FL SNI J 104 IAN BEACH .4079431.01 2 (—RN LIME f SURVEY SR ON RS LINE 11.41 R, 40 NT I I 1T tT I o i WADER .HIDER 9 7 MILLING E RESURFACING Y 19 CONCRETE0 1 CONCRETE SIDMAN SIDMAN( It LANE ID LANE 10 URE 10 LAME 1T UNG AUX PAVE W 1 t Aji I _'E_ _ 1 ODtS VARIES 0.07 OAI 002 ODI .02 RI 0015 I _ 3 lOAl MIND 10.01 NIM! .. i_!_ il GNOUNGL W 6RW ID TEF f(URD GROUND TYPE F CURD PROFILE GROUND GRADE PROFILE POINT PGRADE C Y TYPICAL SECTION 1 FRICTION COURSE BOYNTON BEACH BOULEVARD(SR 804) STRUCT.COURSE STA 452+55.65 TO STA 452+92.49 EXISTING ASPHALT STA 458+64.84 TO STA 490+64.69 SASE MATERIAL 1 0 7 MILLING _ I w MILL EXISTING ASPHALT ~ ARES"' IAVENEMT TI IT DEPTH) -7777 1T MDRU /%i7 7 / C /I i,i i% / / I RESURFACING --I /1«i A FRICTIONFRICTION COURSE FC-11.5(TRAFFIC WTI 5j7 COURSE EXISTING STARIUTATLON 2. CURB PAD DETAIL 'A } N.TS iTRAFFIC DATA 0.t CURRENT TEM. L ESTIMATED OPENING TEM. Y ESTIMATED DESIGN TEAR- $ ,,D- T E 3 DESIGN NOMI T. DESIGN SITED-35 MPH !' 01 S VIMONS ENGINEER Of RECORD ETATS OI NORMASN E7 MA G DATE LESCSWNM MTF DEXNRIp1 MAINMN.UL ALAPt. /IEPARTRRNT LII TRANSPORTATION LICENSE NUMBER 61600 WAD No. COLONY MAKIN/2/212C2 LWTYPICAL SECTIONS 11 PROPEL ENGINEERING.INC 2711 N VISTA PARKAS.SUITE 0-7 WEST PALM KACM,Fl 33411 004 PALM NKR 444010431.01 X i PI- f1- I BEGIN PROJECT I I STA.452+55.65 B m w Feet tit -- I.. NCI 2 1 3 a 'I_ a M 3 _ _ t H A/W LINE 1 RAV UNE 11. / r- ,..... : Ai_ ar-,— 4.t.:"-..:.. •--*-L__-AI._-,_..... t---,... , _ , ..- ' ,L - 1 52 45 �. 4 d55 d$!, - 45J 4bt' ISR 804/E BOYNTON BEACH BLVD. #SURVEY SR 804 i 1, P. Cet. _l,f,,,j p--PP-7 . -' _—mss.- :i til l;.ISt/J00h',.+�� R,-.a Y� !. ��mi \ a ,ayfYM!'•. NI 1 ; .2J-1 a .mak- I -—— RN/LINE NW• - NW UNE 9 El 7 l.il.l.. r 2 I III 2 0 I: I 5 ? of t I 9 N 4 1 a E 116vINONS ENGINEER OF RECORD STAY!WPLO EVA AM ECI1RICN DAIS OESCAIPINMI SHEET N SE NAM.PE. Sl PARIXONT a EXANSP]RTAT7OV MO LIC Sj7S fJLICENSE NUMBER 61600 bb NO. MATT FINANCIAL MONCT to PLAN PROPEL EN6INEEA/N6,INC VII M VISTA PARKWAY,SUITE 0.1 NEST PALM BEACH,i[33E11 MAO PALM MICR 4440104.57.01 K H ,/ I , • I / /./././ Ewe 4 il o! 0 ic ^LP tea—f^ /*Ii:/.___ N. iaNF a w'A'7�4rp 1rP: vo . ,e,.. ..raw. ,,,..- WI. . f/I...$1-.•, If.:... •Ills A 460 461 462 463 464 465 1466 44 t 4, • I -�T+><. • R..-1.---.----.0,_ . . 4‘1,-•-,.. .:.4I.9Q ...''(9I .... •. .+a,-eras•• I°!5•L .xn lfIS 49$.-..' - .1.salsa .tole.,... I w ISR 804/E BOYNTON BEACH BLV SURVEY SR 804J I • LB Y _ o v � W LINE I.1 ——— Y fill II . ir t NW �.II t I t5 h 2 "'k I I.6 I a *, I I I 1 i I I . 1 9 I N— N— 4 il ! - a 1L R4jeL NIYISMNf ENGINEER OF RK011p lTASS PI/Q.ORCM OAT[ 0[SCNRNLN GATE DES<EIP1N)M NAMARA ALAN.PE. ORPARTNENT or TRANSPORTATION LICENSE NVN°ER 61600 PROPEL&MIMICKING,INC PLAN'PROPELNil N VISTA PMEWK,SUITE 0-I 051 11RAM MACH. 00, COUMM1 FbIAK1AL MD.R 10M,FL 33111 °OE PRUE KAON 44601114.52-01 5 z o w so 1, ,/ —_ _— —-re-el—O m 9 I h i W N I Z I u� N I 1 a74- W ki k I � ii R/W LINE 11 2 t ' ` e zlimi...=====12: „, ,rar7ir M -- rew..... ..tem.... ....rales •... WA 48.19 Ow - raw B 'OM!' i7 168 469 470 471 .���,N'4.t71- 473 474 1 SURVEY SR 804 ISA 804/E BOYNTON BEACH BL O. F O \ - O _ u I R/W LINE UNE % —— _--- -- 0 �1 �, I. '.lI 2 N ,I ,U Z V .' . I k d - I } 3 t N- 4 t- II [ oLf[alneoN REVISI NS CE3CMRNNI ENGINEER OF RECORD STAIR OP FLORIDA MEET DAT> N MUl ALN.P.E. ORPAR?XRNT OP 1RANSPORTATE(NN' PROPELF HUNKER 61600 ROAD wp DOUR" 04400CI.0 7,65Cr I0 ENGINEERING,INC PLAN F l VII N VISTA PARKWAY,SUITE 8-7 S]]] vESc PAIN BERCN.Fl 33411 804 PALM BEACH 44-10791-51-01 a 444I441N60N4.44T rvwMNap1M oi‘I• .II 1 l l I"I 1 R I':I.1 H I X11 I C nI . J Ii tl$ I I 6.: r A _ii., gi A Pitl.I P r .UII m l i 1 ,`\ \ %:b . OE II 'SII V / II , LA ^"^Z �1. R/W LINE R/W LINE xT <qT —— 31 32 E 15620, `8 28 INE 1ST STREET 29 .er .:..I...:. a m, 'NE 11ST STREET Rr�rlr. ¢ . :1 m ^�._._=.32 u_ ,� 7 • i - MV LINER— J aE l d RAY UNE .yi1 o ki 'I INR e ,_ L-I, ' C A m R/W LINE g, I,m I -- I2 -_ro ins 1 --31 32 Z 0 P O E 11 INE 2ND STREET ... .2950,4 I ni //' —y - . ., : m j R/W UNE I '' i F It c 3 4 4. m 721 C I o ,, S nsow.-- ce : 1* o fir OFFICIAL RECORD OF THIS SHEET IS TME ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61615-23.004.E.A.C. $ V' 11 rN I R/W LINE_ I —— JO- I a I,..� " _ R/W LINE JO —— I "I' I INE 3RD STREET r..l ; � rFr • .... ,. '., -- 3RD STREET - 32 R/W LINE! I v.As4ar 6y ! $• i R/W UNE :1A N . . I .I a A ' 1 r i 2 A I I a Y • F. I S F o. E,. la V € R€ !nt 2 pa T T ,. I t. . t'rz `ii $ _�R/W LINE N ; _ ,_-___L;.______I-R/W UNE E 28 `'Y � .. _ 37 - 2 '¢ Ii 29 —- :II' 1� _ --__ IN RAILROAD AVE 32 -"------ �' it 1$g , �,, " F 32 28`R/W UNE ?97.7;r:: _,,, _ *.. , . __ Nr"." 'NE 4TH STREET °,‘ •.'•' •INE 3RD AVENUE f ___ I.,:, F-1�I R/W UNE k / _ 8 ' �� I I I L a INE 4TH STREET II 11 _t •. T S m U Z I 1 '1 :I 11 tl'`� THE OFFICIAL"EMM Or THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UMW NILE{1015.23.001.F.A.C. A•AMEA(AWAY Iii• I IC i.I!n 't iN_ II , 4 tR/W UNE € RN/LINE /.:: • \ p O r— p 1 p • 11 2110 =o) 2112a 4 2113----- 2114 �_—---�= ISR S(US I)/SFEDERAL HWY m A .• k +er. . a . Y T T1,C i s ae sa YlR s X e °T a o 1 I 41 i ;l'i ii e o$ $ 3 THE OFFICIAL REC0R0 OE THIS SHEET IS THE ELECTAGNIC FILE DIGITALLY SIGNED AMD SEALED uNDER RULE OIGIS-23.004.F.A.C. Zi VC? SEWER MAIN it. [11 • STORM WATER 1 I•�1• BE6/N PROJECT I Tll -STA.57.55.65 T \may 1 11 ——- -- -- _ t II r- - _ "t WATER MAIN - * b WATE MAIN S/ EWER MAIN , VAP SEWER SERVICE I le WATER SERVICE JI �^ _ , 26WAT1 \ `/ <: . ERMAIN41}j R/PUF- Z \\II II C STORIIIIIIIIWMTIIIIIIIIIIIIIIIIIIMIMIMMMINMIIIIIIIIIINllidnrm .4WATER -' --p ISF 60./E BOYNTO BEACH: . a _ _ . .1E� ; ....-.7k g UNE r �� /W NE Zr WATER MAIN • WATER SERVI E / / I F &IV PSEWER S RVICE T/:E CITY OF BOYNTON BEACII[%LS ACT F. Y VCP bS ERSE'VICE 1N CC/1TP/alATrOTIO AE ADCLEW fCf WATER SERVICE t toE THE INFOPM,TOwaooBBE N soor /; / 15 w...? SWER MAIN F Y/IBB�.I«ENw I Ii C I a it B► MB .rIBN6B,va WATER MAIN I/4 ,€ ,11 \ !I baB;d 6G,5 ci. g WATER MAIN i )004, WATER SE`VICE F 01105.1=11l OP 7I..010.41170V E' --.w.., v... ..au,m PLAN t.II I. NN....IMI: 11. IN.IGC. I ..w,NJ:. I 10" SEWER MAIN I k I / b 1 V(,Q/ EWER SERVICE WATER SERVICE N I I®N 7 I / ( I I IM i � ` )10,,,,,,,(4,,,,t,WATER WO A a-SERVICE I 1 5.4v0 SEWER MAINk\s '`9 I : t; i . •. //,,/, R/W UNE- 11,Pd' li ...-.. • -- -:KIK®���,� ,.. . • II KN KV6 SURVEY SR 004 �� .� G ~WATER SERVICE :i _, My11,41.4'" dr - : , lWATERSER1Rci$`WATERMAIN \ b'twA '- MAIN; t I • 1 STORMWATER • givcp SEWER SERVICE n+E cm of eorRrox sENnt Docs Rm } CeRFYORRTI¢Sf10MRCCUN4YOF tow v a SEWER SERVICE I I ,rEEsoRnupNON,NsooaReR; g b vcp SEWLR • N y R.b.errl warN- t w.-ar.awwn yay / 11011(.111M ARM MISaRMW I C 111(341 r AiwAin •.+ """ II R �,j H vl p SEWER SERVICE / 's a p " SEWER MAIN ;' , k I 1 2/WATER MAIN r.r. 3 ,r c.P 14 WATER MAIN---,—")'1 I 1A u WATER SERVICE �.. e lxh i ' WATER SERVICE I n m- 9 ter... •.-- __� _ _ 17 068 469 470 71 -11 471 173 474 i • -�—�_ _ - ._�_—_ __ - - J ____ (RowerSR904 ISA 804/I 6UYNTON BEACH 8L{'D. , Y .. -\. .�O ® ---_–_�_– _ _[/, /�eF � -'.ate-nce .-. 0/W uo UNE 'I I ,u WATER STORMWAT _IZIIVCP SEWER MAIN WATER MAIN! r. WATER SERVICE Y ITHE WY OF 60YHF NMAO,DOES N,,A q I O REUSE WM ' F a I O641W OR ATTEST TO THE ACCURACY Y 1. b 41.P SEWER SERVICE I e THE 9FOIWATM ON THIS oocumee 1 a E----2D WATER MAIN wdY • I Nuic.Glan'IR i € bit,!?� Ir17r.u VCO 973 OE Nm,-Ayr- • MIT � AV if rtn r NO - ,"mp4wn PLAN _® � R p R I E 1 ! 'IZI�SEWER MAIN -- -- 1 STORMWATER I ' vcp " 12 WATER MAIN I I ---------71 ` WATER SERVICE I g I k W rt."V(.P SEWER MAIN 1. I '!pix = IIi I I .. •---- A/W LINE ar '— ` 1 , . )IF 175 176 1 .. f 179 MOAN YT A 1 WATER KeVU1f I SURVEY SA ISA 661/E 6CYMCH SIKH KM i _A/W YHE �� „'14i �y__ _ —._-.�Lti "•- --Rte .—_.-_..��.—_Y if ,/ ! I W / F TMwr a 1 AP SEWER R SERVICE ! CITY FIBER OPTIC CERTIFY OR ATIFl77C 11E ACCURACY C< / • 71E IDIC MAMON ON TDB DOCUMENT REUSE WM 'i I ` a II himodeerandamm I WATER SERVICEIl 6..auMRarleeenc id 61ass P4 r I E —are osa.ne. Dar weeween• (raeYA+a mow NI ROAM I V*s Pt M/1efO�IIW IIMIY/YYT 7 b 1 MI SI1=1110711� Y Ye INH YrO• ' •101.14.1.03N M V vi,P SEWER MAIN ZIP p SEWER MAIN 1 i STORMWATE- I a , . ' g ' �� n i iloyact SEWER MAINiIN b WATER MAI• 1 ENI NItf WATER SERVICE �� ' i I y W II SEWER SERVICE w 1 �' I�Y�! IV 4 ,` I Z k 1 p 3 UNE ! I S C E ENO UNE Q of 4 - • l I i I ! N - VIIIIIIM 1' 11 1 . 14I _ 488 4s4 _lu.- -'-w-.-I..+s;Iilw :�..L�.�._ _(SURMEY M 004 ISR EW/E IOVNVON REACH Il - I w yy Lit I AMU, t ! AM UNE 8 II SEWER MAIN �" I '� I� ZD V(.� I t WATER SERVICE 1 R ! Ili \ 5 t WATER SERVICE ! 1 + _ I u ' II • I ] THE Cm Of BOYNfON BEACH DOES HOS k tE 11 I r ; F I E GERM./OR ATTE67 TO THE AC URACY0, S 6 WA`'ER . N '1 : CC 1 THE ravnimmnoNaniaDoallENr a I . I Ii qct SEWER MAIN ""°""""" �- w.Na.�aw.am i Z1 WATER MAIN 1 'Dom(,I Glass 6 I 1 i IoJrs/al p wolN11 a MCIIU msOIwO1W NYO NYNlO1tlN01 NAM . `. i'"IISN.°Iwr T( N mina.M.w. PLAN b. .tYO. !N — F IMM M. I 4•411,..111 O {; r�^SMN NMR II,NII ZO vu' SEWER MAIN .l r EXD PAO/ECi Poet W C 1 % STA(90+61.69 2 / I STORM WATER i i litr^-- •----- ... �- —- I ggi i .-4:1' a' - ! I 804/E SOUP CH KVO. SVM YbA 804C. 7¢; it 20 va, SEWER MAIN //-/' ) ti 111E on'or-SOy01ON SbW100E8 NOT ! = I: I \ OERTFY OR ATTEST 1 J cYO,DE L WATER SERVICE t I: S TYEKONSNTIONONTHE OOCIEENT I owe ti 6'WATER MAIN eVw.v, I = ,Act Grass Y to/c/a i a _._. 44-. — ,Ir,mm�449irovr TION . rre.riW1,.01 l—..„—...— 4 PLAN —_ .. £J '577Aee1A'e afe 774 e 7 £ �L}eei+ rrx.e�YIii1 AI4 rAcw �� I 7"VLP SEWER MAIN