Loading...
Res No 101-11-13415RESOLUTION NO. 101-11-13415 A resolution of the City of South Miami, authorizing the City Manager to execute a Joint Participation Agreement (JPA) with the Florida Department of Transportation (FDOT) for turf and landscape maintenance funding in the amount of $3,951.82. WHEREAS, the Mayor and City Commission desire to accept the Joint Participation Agreement (JPA) with the Florida Department of Transportation (FDOT) for turf and Maintenance funding in the amount of $3,951.82. which will be utilized for South Dixie Highway (US -1) from SW 80th Street to SW 57th Avenue; and NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1: The City Commission authorizes the City Manager to execute the attached Joint Participation Agreement (JPA) with the Florida Department of Transportation (FDOT) for turf and landscape maintenance. Section 2: The attached exhibits are incorporated by reference into this resolution. Section 3: This resolution shall take effect on the date of its adoption. Passed and adopted this 19 day of July , 2011. Attest: City Clerk , Approved: M 6, LJ�4w Mayor Read and ved as to f r Commission Vote: and su y: Mayor Stoddard: Vice Mayor Newman: Commissioner Palmer: Commissioner Beasley: City A(tgrfiey Commissioner Harris: 4 -0 Yea Yea absent Yea Yea South Miami All-WeHGOG Y CITY OF SOUTH MIAMI Iilt, OFFICE OF THE CITY MANAGER INTER- OFFICE MEMORANDUM 2001 To: The Honorable Mayor & Members of the City Commission Via: Hector Mirabile, Ph.D., City Manager From: Keith A. Ng, CF4 Ope tia, Manager Engineering and Construction Date: June 13, 2011 Agenda Item No.: Subject: Authorizing the City Manager to execute a Joint Participation Agreement between the City of South Miami and the Florida Department of Transportation for turf and landscape maintenance elements along roadside areas and median strips on State Highway Systems within corporate limits of the City of South Miami. Resolution: A Resolution of the Mayor and City Commission of the City of South Miami, Florida, authorizing the City Manager to execute a Joint Participation Agreement (AGREEMENT) between the City of South Miami (CITY) and the Florida Department of Transportation (DEPARTMENT), for turf and landscape maintenance elements along roadside areas and median strips on State Highway Systems within the corporate limits of the CITY; providing for an effective date. Background: The existing JPA (approved under Resolution Number 45 -08- 12642) for Turf and Landscape Maintenance AP579 between the CITY and DEPARTMENT expires on June 30, 2011. The attached JPA allows the CITY to continue providing turf and landscape maintenance elements along roadside areas and median strips on State Highway Systems, specifically along State Road 5 that is within corporate limits of the CITY. This Agreement is for one -year with the option to exercise two (2) one -year extensions if mutually agreed by both agencies. Furthermore, the Agreement provides a 10% increase in annual funding throughout the new Agreement period. The additional funds shall be utilized to cover the increased cost in maintaining medians along State and Federal roads. Under this Agreement, the City shall cut, trim and edge the grass; - pruning but not limited to plant and tree trimmings; removing and disposing litter from roadside and median strips; remove and dispose all dead, diseased or deteriorated pants in its entirety. Said work shall be performed in accordance with the DEPARTMENT's latest edition of the "FDOT Design Standards ". Justification: By allowing the execution of the above - referenced agreement, the City shall continue to provide turf and landscape maintenance elements along roadside areas and median strips on State Highway Systems within corporate limits of the City of South Miami. Expense: $0.00 Account: 001- 0000 -369 -9225. Attachments: Proposed Resolution Joint Participation Agreement Resolution 45 -08 -12642 Executed 2008 JPA Florida Department of Transportation RICKSCOrff 605 Suwannee Street ANANTH PRASAD, P.E. GOVERNOR Tallahassee, FL 32390.0450 SECREtARY June 7, 2011 Hector Mirabile Ph,D City Manager Attn: Mr. Alfredo Riverol. CITY OF SOUTH MIAMI City Hall, 1st Floor 6130 Sunset Drive South Miami, FL 33143 RE: Turf and Landscape Maintenance Joint Participation Agreement Contract No.: T13A Financial No.: 403394- 2 =78 -01 Dear Mr. Mirabile: The existing: JPA for Turf and Landscape Maintenance AP579 between City of South Miami and the Department expired on June 30, 2011. If your City agrees, enclosed are two (2) new contract. documents. Please leave the date blank on the first page and return the executed documents back to the Departro6rif before July 1; 2011.. Should you have any questions concerning this agreement, please contact me at telephone number (305) 470 -5350. Sincerely, Shang WOW Project Manager Assistant: cc! Keith Jimnierson, Khaled AI -Said, file. RESOLUTION No.- A, RESOLUTION OF THE MAYOR AND CITY COMMISSION. OF THE CITY OF: SOUTH. MIAMI, FLORIDA, AUTHQRIZING '(HE ciTy mANAGER.TO EXECUTE A MEMORANDUM OF AGREEMENT WITH FLoRIDA,DtPARTh1PNT OF TRANSPORTATION _'(FDOT) FOR. TURF AND LANDSCAPE MAINTENAN C E'VUNDI NG. I N THE AMOUNT OF $3,692.00; AND PROVIDING FOR :AN EFFECTIVE DATE. WHEREAS,, the May-or and .City Commission desire to accept the memorandum of adredmdnt With Florida Department mant -of*Tfani;p6rWtIon for turf and laadscpipe, Maintenance fiinding In!fhe arriount of ).fro 1 '01 trioet to SW �Pl Avenue; 92-00, which will for South Dixie I'lighWay. (US-1 rn SW 8 S I be utilized Eind.. NOW',,THEREFORE; BE IT RE.SOLV MISSION OF THE ED BY THE MAYOR AND CITY 00M CITY OF S0.QTH MIAMf,'FLORI DA THAT,. Section 1: Thei.0ty Commission the. City Man.agor to execute a. membrah.duiv of agreement-with Florida: Department of Transportation (FDQTTf6r.tjjrf'0n4 landscape.. -map.intenan.ce. Section The attached exhibits are incorporated by reference into this resolution. PASSED AND ADOPTED this day of 2009.: - - mg, � In READ AND APPROVED AS -TO FORM: 6_11T ATTbkNEY ln6luda File Name and Rith. APPROVED: Al OR" COMMISSION VOTE: 4-0 Mayor.: 'Foliu: Yea Vice.*.Mayor Beasley: Yea. Qornmissloher Palmer: Yea Cdmm%sionorWiscomba: absent Commissioner Beckman: Yea CONTRACT # AQA 99 TURF AND LANDSCAPE MAINTENANCE JOINT PARTICIPATION AGREEMENT BETWEEN THE FLORIDA DEPARTMENT OF TRANSPORTATION AND THE CITYOF SOUTH MIAMI This Agreement, is made and entered into this { day of , 20 1 I, by and between the State of Florida Department of Transportation, a coiripoii6ht agency of the State of Florida, hereinafter referred to as the `DEPARTMENT', and the CITY OF SOUTH MIAMI, a municipal corporation of the State of Florida, existing under the Laws of the State of Florida, hereinafter referred to as the CITY. RECITALS: WHEREAS, the DEPARTMENT has jurisdiction and maintains the State Road 5, in the CITY; and WHEREAS, the DEPARTMENT, as part of the continual updating of the State of Florida Highway System and for the purpose of safety, has created roadside areas and median strips on the State Highway System within the corporate limits of the CITY; and WHEREAS, the DEPARTMENT, at the CITY's request, has agreed to reimburse the CITY for the maintenance of turf and landscape, hereinafter referred to as the `PROJECT', and WHEREAS, the CITY recognizes that said median strips and roadside areas contain turf and landscape, which shall be maintained in accordance with Exhibit "A ", `Maintenance Responsibilities', which is herein incorporated by reference; and WHEREAS, the DEPARTMENT has programmed funding for the PROJECT under Financial Project Number 403394- 2- 78 -01, and has agreed to reimburse the CITY for turf and landscape maintenance elements which are outlined in the attached Exhibit `B ", `Project Limits & Financial Summary', which is herein incorporated by reference; 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 parties are authorized to enter into this Agreement pursuant to Section 339.08(e) and 339.12, Florida Statutes (F.S.); NOW, THEREFORE, in consideration of the premises, the mutual covenants and other valuable considerations contained herein, the receipt and sufficiency of which are acknowledged, the parties agree as follows: Turf and Landscape Maintenance Joint Participation Agreement between the Florida Department of Transportation and the City of South Miami Financial Project # 403394- 2 -78 -01 Page 1 of 11 1. INCORPORATION OF RECITALS The foregoing recitals are true and correct and are incorporated into the body of this Agreement, as if fully set forth herein. 2. GENERAL REQUIREMENTS a. The CITY shall submit this Agreement to its CITY Commission/Council for ratification or approval by resolution. A copy of said resolution is attached hereto as Exhibit "C ", `City of South Miami's Resolution', and is herein incorporated by reference. b. The CITY: i. shall utilize the U.S. Department of Homeland Security's E- Verify system to verify the employment eligibility of all new employees hired by the CITY during the term of this Agreement; and ii. shall expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's E- Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Agreement term. c. The CITY shall not commence the PROJECT until a Notice to Proceed has been provided from the DEPARTMENT, which shall become the effective date of this Agreement and shall not precede the date provided on page one (1) of the Agreement. d. The CITY shall be responsible for the maintenance of all areas that have turf and landscape within the DEPARTMENT's right -of -way as described in Exhibit "A ", `Maintenance Responsibilities'. e. The CITY shall be responsible for performing the required maintenance with a minimum frequency of twelve (12) times per year. f. All turf and landscape maintenance shall be in accordance with the latest edition of the State of Florida "Guide for Roadside Mowing" and the latest edition of the "Maintenance Rating Program ". g. The CITY shall submit a work schedule to the DEPARTMENT. In addition, before the CITY starts the work, the DEPARTMENT shall be notified, via fax, of the state road(s) and the day(s) in which the CITY will be working. The fax shall be sent to the attention of the South Miami -Dade Maintenance Engineer, at 305- 305- 640 -7200. h. The CITY shall not be responsible for the clean-up, removal and disposal of Turf and Landscape Maintenance Joint Participation Agreement between the Florida Department of Transportation and the City of South Miami Financial Project # 403394- 2 -78 -01 Page 2 of 11 debris from the DEPARTMENT's right of way following a natural disaster (i.e. hurricane, tornados, etc.). However, the cost of any cycle or part thereof impaired by any such event may be deducted from the DEPARTMENT's affected quarterly payment to the CITY. i. It is understood between the parties hereto that all the landscaping covered by this Agreement may be removed, relocated or adjusted at any time in the future as found necessary by the DEPARTMENT in order that the adjacent state road be widened, altered or otherwise changed and maintained to meet with future criteria or planning of the DEPARTMENT. 3. FINANCIAL PROVISIONS a. Eligible PROJECT costs may not exceed THREE THOUSAND NINE HUNDRED FIFTY ONE DOLLARS WITH EIGHTY TWO CENTS ($3,951.82), as outlined in Exhibit `B ", `Project Limits & Financial Summary'. b. The DEPARTMENT agrees to pay the CITY for the herein described services at a compensation as detailed in this Agreement. c. The CITY shall provide the following quantifiable, measurable and verifiable units of deliverables. Each deliverable must specify the required minimum level of service to be performed and the criteria for evaluating successful completion. Said deliverables consists of. i. Small Mowing ii. Intermediate Mowing iii. Litter Removal iv. Edging and Sweeping v. Landscape Maintenance d. Invoices shall be submitted by the CITY in detail sufficient for a proper pre -audit and post audit thereof, based on the quantifiable, measurable and verifiable units of deliverables as established in Section c above and Exhibit `B ". Deliverables must be received and accepted in writing by the DEPARTMENT's Project Manager prior to payments. e. Supporting documentation must establish that the deliverables were received and accepted in writing by the CITY and that the required minimum level of service to be performed based on the criteria for evaluating successful completion as specified in Section "C" has been met. f. Travel costs will not be reimbursed. Turf and Landscape Maintenance Joint Participation Agreement between the Florida Department of Transportation and the City of South Miami Financial Project # 403394- 2 -78 -01 Page 3 of 11 g. CITY providing goods and services to the DEPARTMENT should be aware of the following time frames. Upon receipt, the DEPARTMENT has five (5) working days to inspect and approve the goods and services. The DEPARTMENT has twenty (20) days to deliver a request for payment (voucher) to the Department of Financial Services. The twenty (20) days are measured from the latter of the date the invoice is received or the goods or services are received, inspected, and approved. h. If a payment is not available within forty (40) days, a separate interest penalty at a rate as established pursuant to Section 55.03(1), F.S., will be due and payable, in addition to the invoice amount, to the CITY. Interest penalties of less than one (1) dollar will not be enforced unless the CITY requests payment. Invoices have to be returned to the CITY because of CITY preparation errors will result in a delay in the payment. The invoice payment requirements do not start until a properly completed invoice is provided to the DEPARTMENT. i. A Vendor Ombudsman has been established within the Department of Financial Services. The Duties of this individual include acting as an advocate for the CITY who may be experiencing problems in obtaining timely payment(s) from a state agency. The Vendor Ombudsman may be contacted at 850- 413 -5516. j. Records of costs incurred under the 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 five (5) years after final payment is made. Copies of these documents and records shall be furnished to the DEPARTMENT upon request. Records of costs incurred include the CITY's general accounting records and the project records, together with supporting documents and records, of the contractor and all subcontractors performing work on the project, and all other records of the contractor and subcontractors considered necessary by the DEPARTMENT for a proper audit of costs. k. In the event this contract is for services in excess of $25,000.00 and a term for a period of more than 1 year, the provisions of Section 339.135(6)(a), F.S., are hereby incorporated: "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 such 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 TWENTY FIVE Turf and Landscape Maintenance Joint Participation Agreement between the Florida Department of Transportation and the City of South Miami Financial Project # 403394- 2 -78 -01 Page 4 of 11 THOUSAND DOLLARS ($25,000.00) and which have a term for a period of more than 1 year." 1. The DEPARTMENT's obligation to pay is contingent upon an annual appropriation by the Florida Legislature. 4. COMMUNICATIONS a. All notices, requests, demands, consents, approvals and other communications which are required to be served or given hereunder, shall be in writing and hand - delivered or sent by either registered or certified U.S. mail , return receipt requested, postage prepaid, addressed to the party to receive such notices as follows: To DEPARTMENT: Florida Department of Transportation 1000 NW 111th Avenue, Room 6205 Miami, FL 33172 -5800 Attention: District Maintenance Engineer To CITY: City of South Miami 6130 Sunset Drive 1St floor South Miami, FL 33143 Attention: Mr. Hector Mirabile Ph.D. 5. INVOICING a. The CITY shall submit quarterly invoices for DEPARTMENT review, approval, and payment in accordance with this Agreement. Quarterly payments will be made upon invoice approval in an amount not to exceed one fourth of the eligible PROJECT costs. All costs charged to the PROJECT, including any approved services contributed by the CITY or others, shall be supported by properly executed payroll, time records, invoices, contracts or vouchers evidencing in proper detail the nature and propriety of the charges. b. In the event temporary work by the DEPARTMENT's forces or by other Contractors temporarily prevent the CITY from performing the work described in this Agreement, the DEPARTMENT shall deduct from the affected quarterly payment(s) the acreage affected area and only compensate the CITY for the actual work it performs. i. The DEPARTMENT shall initiate this procedure only if the temporary work prevents the CITY from performing it work for a period of one (1) month or longer. c. In the event this Agreement is terminated as established in Section 8 herein, no payment will be prorated for the quarter in which termination occurs. Turf and Landscape Maintenance Joint Participation Agreement between the Florida Department of Transportation and the City of South Miami Financial Project # 403394- 2 -78 -01 Page 5 of 11 6. MAINTENANCE DEFICIENCIES If the District Maintenance Engineer determines that the CITY is not accomplishing its responsibilities under this Agreement, said District Maintenance Engineer may issue written notice, in care of the CITY on notice thereof. Thereafter, the CITY shall have a period of thirty (30) calendar days within which to correct the cited deficiency or deficiencies. If said deficiencies are not corrected within this time period the DEPARTMENT may, at its option, proceed as follows: a. Maintain the median or roadside area(s) declared deficient with DEPARTMENT and /or a Contractor's material, equipment and personnel. The actual cost for such work will be deducted from the DEPARTMENT's affected quarterly payment to the CITY; or b. Terminate this Agreement. 7. EXPIRATION /RENEWAL This Agreement is for a term of one (1) year beginning on the date provide in the Notice to Proceed; and may be renewed twice, only if mutually agreed to in writing by the DEPARTMENT and the CITY. Any such renewal shall be subject to the same terms and conditions set forth in this Agreement, and shall be contingent upon both satisfactory CITY performance evaluations by the DEPARTMENT and the availability of funds. This Agreement may be extended if mutually agreed in writing by both parties, for a period not to exceed six (6) months and shall be subject to the same terms and conditions set forth in this Agreement. There shall be only one (1) extension of this Agreement. 8. TERMINATION This Agreement, or part hereof, is subject to termination under any one of the following conditions: a. In the event the DEPARTMENT exercises the option identified by Section 6 of this Agreement. b. As mutually agreed by both parties. c. In accordance with Section 287.058(1)(c), F.S., the DEPARTMENT shall reserve the right to unilaterally cancel this Agreement if the CITY refuses to allow public access to any or all documents, papers, letters, or other materials made or received by the CITY pertinent to this Agreement which are subject to provisions of Chapter 119, of the F.S. Turf and Landscape Maintenance Joint Participation Agreement between the Florida Department of Transportation and the City of South Miami Financial Project # 403394- 2 -78 -01 Page 6 of 11 9. ENTIRE AGREEMENT This Joint Participation Agreement is the entire Agreement between the parties hereto, and it may be modified or amended only by mutual consent of the parties in writing. 10. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of Florida. 11. AMENDMENT This Agreement may be amended by mutual agreement of the DEPARTMENT and the CITY expressed in writing, executed and delivered by each party. 12. INVALIDITY If any part of this Agreement shall be determined to be invalid or unenforceable, the remainder of this Agreement shall not be affected thereby, if such remainder continues to conform to the terms and requirements of applicable law. Turf and Landscape Maintenance Joint Participation Agreement between the Florida Department of Transportation and the City of South Miami Financial Project # 403394- 2 -78 -01 Page 7 of I 1 IN WITNESS WHEREOF, the parties hereto have executed this Agreement, on the day and year above written. CITY OF SOUTH MIAMI: BY: CITY MANAGER ATTEST: (SEAL) CITY CLERK STATE OF FLORIDA, DEPARTMENT OFT SPORTATION: i i B ;� - DISTRICT SEC TARY ATTEST. f� (SEAL) EX.ECUTIV { SECRETARY 1039Qky /IDNi'� Ci _- DISTRICT CHIEF C SEL Turf and Landscape Maintenance Joint Participation Agreement between the Florida Department of Transportation and the CITY OF SOUTH MIAMI Financial Project # 403394- 2 -78 -01 Page 8 of 11 Exhibit "A" Maintenance Responsibilities The CITY shall be responsible for the maintenance of all turf and landscape areas within the DEPARTMENT's right of way on State Road 5, as described below: a. Mow, cut and /or trim, and edge the grass or turf in accordance with the latest edition of the State of Florida "Guide for Roadside Mowing" and the latest edition of the "Maintenance Rating Program ". b. Properly prune all plants, which include, but not limited to, plant and tree trimmings, in accordance with the latest edition of the "Maintenance Rating Program ". Pruning such parts thereof which may present a visual or other safety hazard for those using or intending to use the right -of -way. C. Remove and properly dispose of litter from roadside and median strips. d. Remove and properly dispose of dead, diseased or otherwise deteriorated plants in their entirety. e. All work by the CITY shall be executed on the roadway under a traffic control plan in accordance with DEPARTMENT's latest edition of the "FDOT Design Standards ". FDOT Financial Project Number: 403394- 2 -78 -01 County: Miami -Dade FDOT Project Manager: Keith Jimmerson , P.E. Tel: 305- 640 -7200 CITY Project Manager: Mr. Hector Mirabile Ph.D. City Manager Turf and Landscape Maintenance Joint Participation Agreement between the Florida Department of Transportation and the City of South Miami Financial Project # 403394- 2 -78 -01 Page 9 of 11 Exhibit "B" Project Limits & Financial Summary Below are the PROJECT limits and acreage of the areas to be maintained by the CITY under this Agreement. TOTAL ANNUAL AMOUNT ELIGIBLE FOR REIMBURSEMENT: $ 3,951.82 Turf and Landscape Maintenance Joint Participation Agreement between the Florida Department of Transportation and the City of South Miami Financial Project # 403394- 2 -78 -01 Page 10 of 11 -01 AA, - t iJ l.Yt l.� Y ;lS�� Current y L,,�su'r'it item Description ( C) 5 South Dixie Hwy. SW 801h St. SW 57'h Ave. TOTAL ANNUAL AMOUNT ELIGIBLE FOR REIMBURSEMENT: $ 3,951.82 Turf and Landscape Maintenance Joint Participation Agreement between the Florida Department of Transportation and the City of South Miami Financial Project # 403394- 2 -78 -01 Page 10 of 11 Quantity Total Current Total item Description ( C) # Cycles Agreement Agreement Agreement (AC) Unit Price Mowing small machine $ 105.42 $ 1,556.00 (E104 4 3) 1.23 12 14.76 Mowing intermediate I $ 54.54 $ 109.30 machine (E104 4 4) 0.167 12 2.004 Litter Removal 24.61 $ 412.56 (El 10 30) 1._397 12 16.764 Edging & Sweeping $ 35.37 $ 1,131,56 (E110 32 1) 2.666 12 31.992 Landscape Maintenance $ 420.86 $ 742.40 (E580 3 2) 0.147 12 - 1.764 $ 3,951.82 TOTAL ANNUAL AMOUNT ELIGIBLE FOR REIMBURSEMENT: $ 3,951.82 Turf and Landscape Maintenance Joint Participation Agreement between the Florida Department of Transportation and the City of South Miami Financial Project # 403394- 2 -78 -01 Page 10 of 11 Exhibit "C" City of South Miami Resolution To be herein incorporated once approved by the CITY Commission/Council. Turf and Landscape Maintenance Joint Participation Agreement between the Florida Department of Transportation and the City of South Miami Financial Project # 403394- 2 -78 -01 Page 11 of 11 CONTRACT # AP 579. JOINT PROJECT AGREEMENT BETWEEN THE FLORIDA DEPARTMENT OF TRANSPORTATION AND: CITYOF SOUTH MIAMI TURF AND LANDSCAPE MAINTENANCE This Agreement is made. and entered into this *3D day of Jo yvc'; 2008, by and between the STATE 'OF FLORIDA DEPARTMENT OF'TRANSPORTATIONi a component agency of the State of Florida, hereinaftertalled: the DEPARTMENT and the CITY OF SOUTH MIAMI, a municipal corporation of t he he.Stqtb:of Florida, existing: Under the Laws of the: State of:Florida, hereinafter. called."the CITY. WITNESSETH: WHEREAS-, as a part of the continual updating of'the State of :Florida :Highway System, the DEPARTMENT, for the purpose of safety., has created road'side: areas and median strips on that part of the State Highway System :described by: Attachment "A"., which by reference heretashall become a part hereof, within the corporate: limits of the CITY; and WHEREAS:, the. hereto is of. the opinion that said median strips and roadside areas shall be attractively landscaped with various flora; and WHEREAS, the parties hereto; mutually recognize the need f& entering into an agreement designating and setting forth the: responsibilities of each party:; :and WHEREAS the CITY, by Resolution No. .46-0$, 12kV42 dated. which by reference hereto attached hereto. as Attachment "13, shall become 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. CITY'S MAINTENANCE TENANCE RESPONSIBILITIES The CITY shall be respprisiblelorthe maintenance of 41,1.1andscape.d and/or turfed. areas_ within the DEPARTMENT'S righit-oPway having the. limits-describe.0 by Attachment The CITY shall be. responsible for performing th.e work described below with .. a minifilUth frequency of twelve -(12) times pqr-' year: . Contract Number. z.; AP V9 Pinancial Project. Rsinibek; 40339417801 Page 1 of 11 1.1. Mow, cuff, and /or trim and edge the grass orturf in accordance with the latest edition of the State of Florida "Guide for Roadside Mowing and the latest: edition of the "Maintenance Rating Program ". 1.2. Properly prune all plants which. :include plant and tree trimmings in accordance with the latest; edition of the "Maintenance Rating: Program ".. .Pruning such parks thereof which may present a visual or other safety hazard 'for those using. or intending to use the' right-of-way. 1.3. Remove and dispose of dead, diseased or otherwise: deteriorated plants. 1.4. Keep littbr removed from roadside areas and median strips. 1.5. Remove and disposo of all trimmings., roots, branches,:lliter, etc., resulting from the activities described by (1.1) through (1 ..4 inclusively as described' above. 1.6 All work by the. CITY pursuant .fio (1,1) through (1.5) above on the Department`s .night of way (having the limits described by Attachment "A "). shall be. executed on the roadway under a trafi.c;contral plan in accordance with DEPARTMENT'S latest: edition of the' FDOT Design Standards ". 2. WORD SCHEDULE The CITY shall submit a: schedule to the DEPARTMENT containing the dates when the CITY is planning to perform the mowing work. In addition, before the CITY starts the work, the DEPARTMENT shall be notified via fax of the state road($) and day(p) in which the. CITY will. be working. The fax shall be: sent to the attention of the "South Dade Maintenance Engineer"', at FAX :# (30.5) 256 -6304. 3. NATURAL DISASTERS The: CITY shall not be responsible forthe- clean -up, removal and disposal of debris from the DEPARTMENT'S: right of way having limits - described by Attachment "A ", following a natural disaster (i;e. hurricane, tornados, _etc.). However, the cost of any cycle or part thereof that .could be impaired by any such event may be deducted from the: DEPARTMENT'S; affected quarterly payment to the CITY. 4. MAINTENANCE DEFICIENCIES If, at any time while the terms of this Agreement are in effect, 1t shall come to the attention of the DISTRICT MAINTENANCE ENGINEER that: the. CITY'S responsibilities, as established herein :or a part thereof, are not being properly accomplished pursuant' to the terms of this Agreement,. said DISTRICT MAINTENANCE ENGINEER may, at-his option, issue a written notice in care of-the CITY MANAGER, to price said CITY on notice :thereof. Thereafter, the CITY shall Contract Number: A0,579 .Financial Projeod Number: 4033941 :7801 Page 2 of 11 have a p0ri . od.of thirty calendar days: with in which to correct the citeddefi Pkency or,deftienples. If said deficiencies :are: not corrected within this time P eriod-the DEPARTMENT may, at its-option, proceed as follows: 4.1. Maintain the median or roadside; area(s) declared deficient with DEPARTMENT 'and/or a :Gohtract0r`s material, equipment: and personnel, The actual cost for such work Will. be deducted from: the, DEPARTMENT'S affected quarterly payment to the CITY; or 4.2. Terminate this., Agreement. �5-. NOTICES. All notices;; requests., demands, consents, approvals, and other communication which are required to be served or given hereunder, shall be in writing and shall be s.enf by registered mail or certified U.S'. mail, return, receipt requested, postage prepaid, addressed to the party to tedeilva such notices at follows: To DEPARTMENT- Florida Department of Transportation 1000 Northwest -1 11thAvenue, Room 0205-B Miami, Florida 33172-5800 * ' Attention: District Maintenance Engineer To CITY: W. Ajibbla Balogun,- REM, CFEA City ty Manager/Direttor P.ublic Works CITY OF SOUTH MIAMI 6130 Son-set Drive South Miami, Florida 33143 S. LANDSCAPE MODIFICATION 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, found necessary by the DEPARTMENT in order that the adjacent stabe road b.p widened-, altered or otherwise,chAnged and mairita.ine0to meet.With future criteria or planning of.the DEPARTMENT. 7. FINANCIAL PROVISIONS 7.1 Th.a total maximum appropriation of thi. s A greement is THREE THOUSAND FIVE HUNDRED NINETY TWO ($3,592.0.0) pet year. Eligible project costs may not, exceed .this amount. The CITY shall submit, quarterly invoices DEPARTMENT review, approval, and payment: in accordance with the terms of this, Agreement.. Quarterly. lump so . m payments will be made upon invoice: approval in: the total, Comma -Number.- AP 579 Financial Project Number ;t 40339417901 Page 3 of 11 amount of THREE THOUSAND FIVE HUNDRED. NINETY TW.O. ($3,592.Og)This Agreement is a reimbursement contract. No advance funding payments are authorized herein. 7.2 The DEPARTMENT. agrees to pcj r the CITY-for the- herein.described services: of a compensation. as detailed In this Agreement. 7.3 Bills for fees or other compensation for.. services: or'expenses shall :be submitted in detail sufficient for a proper pre - audit and post -audit thereof. 7.4 Travel costs will not be reimbursed. 7A Records: of ..costs incurred under the 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 five (5) years after final payment is made. Copies of these. documents and records shall be furnished to the . DEPARTMENT upon request. Records of:costs incurred include-the: CITY'S general accounting records and the project records, together with supporting documents and records, of the: contractor:and all subcontractors performing work on the project, :and all other records of the Contractor and subcontractors considered necessary by the DEPARTMENT fora proper audit of costs. 7.6 In the event this Agreement is for services in excess of'$25;000.:00 and a term for a period of more than 1 year, the provisions of Section 339.9 35(6)(0), F.S., are hereby incorporated: "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 such 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 paragrap h. shall be incorporated verbatim in all contracts of the Department which are for an amount in excess of $251000.00 and which have a term for a period of more than 1 year." 7.7 The DEPARTMENT'S obligation to pay is contingent upon an annual . appropriation by the Florida Legislature. 8, PAYMENT ADJUSTMENT In the event temporary work by the DEPARTMENT'S forces or by other Contractors temporarily prevent the CITY from performing the work described in this Agreement, Contract Dumber.• AP .579 ,F'inanciat Prgject.Number: 40339417801 Page 4 of.11 the DEPARTMENT shall deduct from -the affected quarterly. lump sum payments) the acreage of the affected area and only compensate the CITY forthe actual work it performs. The DEPARTMENT shall initiate dure only if the temporary work - this prqce.... described in this section is for a period o(l) Mon th or longer. Ad pstment' to the CITY'S payment shall also be done as noted in Section, Th ree (3). In tbe.everit' thib.Agreement is terminated as established by Section Nine (9) herein,- no payment: will be, prorated for the quarter in which termination occurs for the.work that has been completed. :Oi TERMINATION This Agreement, or part thereof is subject: to termination under any one of the following conditions,.. 9.1. In the event the: D EPARTMENTe.xe rcisesthe -oplionidentifie. by Section Four (4) of this Agreement. 9.2. As mutually agreed to by'both parties. 0.3. In accordance with Section: 287.0.68(1) (c), Florida Statutes,. the DEPARTMENT shall reserve the right.to unilaterally cancel thisA rn greeent if the CITY refuses to allow public, access :to any or 8.11 documents, papers, letters, 'or other, :materials made or received b inent to this y the CITY perti Agreement which are subject to provisions of Chapter 119, of the Florida Statutes. 10. TERMS 10.1. The term of this Agreement shall only commence when the DEPARTMENT issues the CITY the Notice to Proceed Letter. 10.2. In accordance with Section 2.87.4058(1)(e Florida Statutes, this Agreement is for a term of ogle- (1) year -begin hing--on- the date stated in the Notce. to Proceed. 10.3. In :accordance with Section 287.0682, Florida Statutes. the DEPARTMENT shall only appropriate the annual amount' of THREE THOUSAND FIVE HUNDRED NINETY TWO ($3,592.00) per year at the beginning of each DEPARTMENT Fiscal Year (July 1). 16.4 This Agreement shall commence on July l't',, 2008, and end on June 30th, 2009. 10.5 In accordance with. Section 287.058(1.).(f), Florida Statutes, this Agreement may be renewed on a yearly basis for:a maximum of two (2) years after the. initial Conti-actNumben AP 579 Financial Project Number: 40339417801 Page 5 of 11 term. for a period no longerthan the term of the original contract,whichever period is longer; only if mutually agreed. to in writing .by the DEPARTMENT and. the CITY, subject to the same terms:and. conditions set;forth in this:Agreement..Said renewals shall be contingent upon .both y - satisfacto 'CITY performance evaluations by'the DEPARTMENT and the avaiilaliility of future funding. 11. ATTACHMENT "A AMENDMENT it is further understood that Attachment "A" maybe amended':or changed at %any time, as mutually agreed to: in writing: by both parties. Payment as specified in Item Seven- (7) above shall reflect such amendment or change. 12. TIME EXTENSION In accordance. with Section287.01.2(10), :Florida -Statutes,: this Agreement maybe extended if mutually agreed to in writing by both parties, . for a period not .to. exceed six (6) months and shall be subject to the same. terms and conditions set forth. in.this. Agreement; provided the.DEPARTMENT may-, iwits discretion, grant a proportional increase. in the total. dollar amount 'based on the::m.ethod :and rate established herein. There shall be only one extension of this Agreement. 13. ADDITIONAL LANDSCAPING The CITY may construct additional landscaping within the limits of the right -of way identified as a result of:this Agreement, subject to the following conditions: 13.1. Plans for any new landscaping shalll be subject to approval by the DEPARTMENT. The CITY shall not change:or deviate from said plans without the prior written approval of the DEPARTMENT. 13.2. All iandscapirig shall be. developed and implemented in. accordance with appropriate state: safety and road'.design standards; 1:3.3. All requirements ,and terms. estdb.lished by this Agreement shall also apply to any additional landscaping installed under this item; 13.4. The .CITY agrees to complete, execute and comply with the. requirements of the DEPARTMENT'S: standard permit provided as Attachment 'V (not to actual: size) to this. Agreement; which: by reference hereto shall become:a part hereof. 13.6. No change will be made in the payment terms: established under Section Seven (7) of this Agreement due to any increase in cost to the CITY resulting from the installation and.maintenance of landscaping added under Contract Number. AP 579 Financial Project Number., 40339417801 Page 6 of X l this item; 13.6. In the: event this Agreement is. terminated :os established under Section (9) herein, the. CITY agrees: to accept full responsibility for all maintenanoci. activities .within the entire area(s) defined by the -plans: arid permits d estab.lish-e a a result of this Section. The . CITY . shall provide: this . . s mai.0tenance at no cost to the DEPARTMENT. 14. This'Writing embodies the - entire Agreement -and understanding between th&partlies hereto and there are not. other agreements and understanding, oral or written:, with reference to, the subject matter hereof that are not merged herein and superseded. hereby. 6'. This: Agreemen.t is.n.ontra.risforable: an.d 6.61-►-assignable in whole- or in pprtwithowt consent of-the DEPARTMENT. 16. This Agreement, regardless of :where ...executed, shall be governed. by and constructed in accordance With the laws of the State. of Florida. - REMAINDER OF PAGE INTENTIONALLY LEFT BLANK - ConlraarNumber.,.AP 579 FinanciatProjectRumber 40339417801 Pagel of 1 I IN WITNESS WHEREOP, th6: patties! hereito have caused these presewtato be executed he day and year first above wfteri-. CITY OPSOUTH MIAMI I ATTEST: V& Okl\-k CITY,Gk� (seal) Ooivraa Arumber., AA 579 Fincencial Project. Number. 4033941.7801 STATE -OF FLORIDA DEPARTMENT OF TkANSPORTAMN F: W, ATTEST: Executive Secrete ry LEGAL REVIEW: !gra®rme.'a.L-4m NO 8:bf I I A ATTACHMENT ff"A B.eJpw is t-he state road*,. tbe limit6, length and acreage of the areas to be maintained. by the City South h Miami- unciei th-is. AQAEZLy=T, TO LENGTH (MILES) i ACREAGE (M�DIANS) .STATE iOAD ROAD NAM; FROM q - � $W66th SW: 61.1h � 5 S6Uth.DiXi.e' 1.2 I 1.08 HWy. St. Ave. Contract Number, elP 579 Page 9 of 11 ATTACHMENT "B"' ATTACKCITYRESOLUTION Contract,ffumber.- AP VA .Financial Project Number. 40319417801 Page 10 of I 1 Dfstdct Six 8195 DATE: SECTION NO. COUNTY. STATE PROJECT NO.: APPLICANT. ADgR,ESS;: CITY, TELEPHONE NO -: -- ATTACHMENT '1V fro, STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION SPECIAL PERMIT PERMIT NO.:. — STATE ROAD NO,' MILEPOST FJ16M: -ro, (1160011oabley RECORD NO.; STATE: ZIP CODE: Applicant requests permission' from the Stale of Fladda Department of:Transpodation, hereinafter'called the Department, to construct, operate, and maintain Iholaclilty'shown in the accompanying engineering as described. here: Locatlori of Construction, Street Name, and Nearest Intersection: 1. is. the proposed Waak within U's corporate limits of a municipailty. Yes( ) No( ) Name of municipaUtyr_, I.0ca1 G`vernm0nt Contact: 2. Prior to filing this application, Ute location at all existing utttltles, both aerial and underground, has been asce+tafned, end the accurate location$ are Shown on the.draWings (as apps €able). A letter of notification was mailed on to the following vUlitiesimunicipalities: 3. it is expressly slipulaled that this permit is a license for permissive use only and that the construction within andlor upon public property pursuant 'to Ujs permit ahall not operate to create or vest any properly d0f In sold holder. 4, Whenever it is dolor mined. by the Department that it Is necessary for the eonstruclion, repair, improvement, malntenance, safe andlor eif1den1. operation, alleralbrl, or raiOC"011 of any all porllon of said htghwayandlor lran$poriation facility; the Permitlee shall immedfateiyremove any and all installed fncllft0_s from sold highway andlor transportakan facility, or reset or relocate thereon as required by the Department at the.Permlftee "s expense, S. All work snail meet Department's lit van 7raf c Des n Slanderds, §aecf � U Br'd c ion, and other applicAlecoteda In effnctatthe lime or permit issuance. The work shall be performed under the Inspection supervision of PermiVtvFaintenance Engtneei located at Telephone No. . This designated "fneer shall be notified forty -eight (48) hours prior to the pre- ° construallon meeting and again immediately before conimenmment of work- All material and agsripmenl shall be subject to inspection by designated enginearar his authorized repraserrtoliva. fit, All nepadmorit property shall be restored to Its original condffon as far as prsclfcal In keeping with Department Specifications, and in a manner satisfactory to the Department, wilhin thirty (ail) days of the Installation of the permitted work, unless otherwise approved by the Department. 7. A drawing covering details of this work shall be.made apart of this; permit. Thls drawing shalt Include plan, proUte, and cross seellons as appropriete, and maybe required to ilea -the seal of aprofesslonal engineer:Ucensed in the.Slate of Florida. As bulltdtawtngs are required: Yes( ) No( ) a. The 0ecmlitee shall, commence actual opzistruchon In good faith Within days from. the dale of said permit approva4 end shall gprylpefe con Si ctionwllhin -days from the cbrrmmeneomarrt of work Onissathe permlhee shows good cause for delay and the Departmentapprovetail extension. No Wonsion "and one (1) year from the date of issuance of ihls permit will beg ranted r 9. This construction and maintenance shall not Interfere with the property and rights of a prior Permiliee. 10. Spacial Conditions and lim1rucilotrs by the Department: 11. It is underslood and agreed that the fights and 090 We horafn aetbut tire granted only to the extent of the State sright ijUe,.and inlsresl In the land Io,beisllared trpori arxi used by the Permittee, his heirs, assigns, and successors in interest, and the Permlltea.will, atail limes, assume all risk grand indamniry, defend, and save harmless the - Stale of Florida and the Department from and againstany and all loss., damage, cost, or expense arising Inany mannrsron arxounto# Ute.exeroise or attempted exercise by said Permidee'of the aforesaid rlghtsand privileges 12, During..consiructlon through Depaameirtacceptance of the permitted vrork, alt safety reguloilons of the Department shati beabsarv®d and the holder must iakemeasures, lnduding plamfnanl and dispiayof safety dtyices, that may be necessary in order to safety conduct the public through Ilia projectorea in accardancewlth the DeparimanC3 currentedition of she T to dams, Index Series 600, and the mouar irattic CoryjrQj [5ev1c . 13, in case: of non- compilance Wit, the Dapanment's requirements in effect as of the approved date or this permR, this permit is void and the work will be brought inln compliance or removed from the dght•os way at no cost to the Department. Submitted and Agreed to by: Corporate Seal Signature of Permitter Name and Title (typed) Recommended for approval: Title: Approved hy: — -- DlatrictPermit:Engineer orAutlwrized R.Westnlative Contract Number: AP 579 Financial Project Number; 4.033941 7801 Page 11 of l I Attested Dale: Date: STATE OF FLOpR�IgD4gOcApAhl}gI'i.L1gBT OAF TRANSpPb`RTA'.ION' Contract igo.:.AP 5 ?9 f%rnewai:, (ist; 2nd, r~tC.) i at Financial Project N'0(s):: 40339417801: County(ies }; MIAMI-DADS - 370.020 -23 CONTRACTS;AUM RJ ISTRA11ON OGC = 0411 D This Agreement made and enter?ad into this da+ a.'l by:and.betws .4n the: State of MW, date. and' Sri , t= iorida t7epartment.of Transportation, hereihaf:tercei(ed " Depertrr�ent ", and CITY O1" SOUTH MIAMI Hereinafter called' Contraadtor": WITNESSET.H..: WHER.I =AS, the;Department and the Contractor beretofore on this .0th of .0 Mine, 2008 ____fhWdate to tie ent-810 by DOT nn ):- entered Into:an Agr meet whereby the Department retained the Contractor-to perform. Natnt e ce of all landscaped and/or turfed areas within the De original pan tract. arfrens r h -f Way rtavin the ntts described by Attacherrent "A "o# tle ; -and. WHEREAS; said Agreement has a renewal option which provides for a renewal if Mutually agreed to Say both; parties and-subject `to the same terms and �nditlons of the original Agreement; NOW, THEREFORE, this Agreement witnesseth thatfor and in consideration of the mutual: ben6fts. to flow each to the ,other,: the parties agree to a .renewal of sa €d:origtnal Agreement for a perlod'beginning. the 1 at day of .Jul � 2009 and ending the 30th day. of June , 2010 at a cost of $ 3,592.00 All terms and: conditions of said original Agreement shall remain in force and effect for this renewal, IN..WITNESS WHEREOF; the parties have executed this Agreement by their duly authorized officers on the day, month; and:Yesrs�t forth above. CITY OF SOUTH MIAMI STATE OF FLOR A. hlerine oF.Conbador DEPARTMENT i^NT OF 7RAN5PCJ TATEC3f� Ctrs Contractor. Name and Title District Secretary or Designee (Signature) BY; G Title: /:)/P. 7Df'. Ifs' 1 G3 vA'"a Authc need -Signa ^--- --- _! t.'. Narhe of Surety U ` - city State By: Florida Licensed insurance Agent or fate Attorney -In -Fact (Signature) Countersigned: Florida t.icimsed InsurancoAgent :Date Fiscal.,:. Approval as to Availability of Funds Rome Dep"artupw of rral"Papradon 0"AALM CNIVr tM W-1 %,I-- AVOAtm W PUMA 4Q0VrrAWQ" mk"k- rtftm 3310Z March 31O ;, 2010' Gaml Aubrun. GrarftAdmin4trator C" OF SOUTH MIAMI 6130- Sunset a&% South Miami, FL 33143 RE: Landwape Maintendrice Joint Project Aqrwment CohUad N'O,: Al:* 519 Onanclat No.: 40339417'801 Subject. Igg, SAL I Dear W. Aubfun�: The Agroament Mferermd above will expire on Jurte 30th, 2010. The Department wishes to renew, this agreement for a parlodof one year stadiro on July 1 It, 2(10, and, endhig on June 30", 2011 w If4w. City agrees on'. thft� ronewwf, enrAosed: are two, (2) new contradt renewaf dodMAW18- to axecUt% PteS." leaw the data blank on flie firstpage and return the executWl d►cumerft back to the I)epatimeht before May. 3r 2010. Sh6uld you have any questionsconcernin-g this qpvement' pLease Contact-ma at telephone number (305) 47G-6426. sha0y to tt, Project MWwW Asaistant cc,,, Keith dimmerson, Malod X-Said, file. CONTRACT RENEWAL an6raa fiCo: A 679, . geno ml; ('tst, 2nd, etc.) Firtandal Project hio(s)... 403384117$01E �y Caunly(ea). MJAMi -DA13 v _ G0WMM AculNVM1"0;:. oW.oaW This Agreetment made and entered Into this Mat d'7 of __.by and between the. e of (M( aeta irecCFry iFi}T un�TY i� Florida DepartmentotTraneportat'rcn, hsreinaE[t 'r. celiac °DeparGYisrtta, and CITY OF SOUTi-1 MIAMI - hefeblafier. calted "Cont ractor': 1€HITNES 't". WHEREAS„ the Depadment and the. Contaactorheretafore trn this -0111 day of dune. 70-x9 ""' —(r4 s to bnn—m—ORWMI entered Into. an Afrreernentwhereby the Deparirxtertt retained. the Cantfactor to perform Maihtsnance ofall landscaped andfor Turfed areas within the 1J.et?arttxtent "� nc_int of wq itav #Ize ii�3��ts dp�crlb�d L'+1 Attacitarne�tE "A "of I#7e origin lContr+act _ -- - - -- �- and t#WERMS, said. Agreement hss a rer owgl oplian which prouidas for a reneMl if mutualft/ agreed to by bdtit panes and subject to the same terms and bonditionA of the• ofi irial Agr" went, NOW, THER'EFORe, this Agreerhent. Witna Seth. (Itat 1brand ifr cbrisideration ofthe mutual benre'tits to fiowead� to the other: itre pat agree (a a. renewal' of said original Agreement. for a period begifrrpng tha JA__ day of Jui r _ w 2CtQ � and ending. the pth day of June. .2-911 at a cost ref S :592'. IG Aft. terms and conditions of said- oriolhat AWeement shalt remain in farce and of d for this renewal. IN VVITNESS WHEREOF. the parfw have execul ed: this Agreament by their duty authorked o9ick3m on IN day, mbnWi and year set for t above. CITY CAF'SOUTH MU M# Larne ofcontraator 111a i V 1 GeVgy Eyt Csazttractc�r Nor acrd Titles �Yx uthorixexf Si iature hteme of Surety t aty F State By. �toi�icia t_irensert tnsuran�e Ager ;tor �e #e Attomey- tn+act (Signature) Countersigned: Fioridar Lkensed lrisurant a Agent mate K!kTE OF FLORIDA A DEPARTMENT OF TRANSPORTATION BY: Distdot Secretary or Designee (Pignature) 'Pitta; Legal: Ftscal' - - -- - Approval as to Availability of Fends Contract ldn;! AP q78 Financial prgdct No($).: 4039477809 County(ies): MtA1I!!t -©ADD MTROFFLOAMAr]EPARrul W0FTP MPMVATi0n CON-TRACT R15NEWA. Renewal: (let, 2nd, eta) •ig. . V$42b -n WMtRA=A0)A1NISTRA'fId . OW-04W Mr. A,gmmstd tr* de and entered into this day+ ca€ , by And between. the state of tr�aa�� �--� Fharliia Department of'rmnspodsiion, hdreirrafter called "i3apatfmgrtt', and PTY OF SOUTH MIAMI hereinafter called "Cuniroctor. WITNESSEM: titiidERiFA% the Department and the Contractor heretofore rats thfssMb dakr of Juke„ 200 bdi6WtwdA ten. enWrod' Into an Agreem4tit whereby the Vapartrnerit relaltxed Me Con(rOPtsar. tq perh5rm Maint�o +Melt IandsCs ed apolor turfdd ere s within the' tie ftehtrs ri ht-+nf My havina the fimis deenrEtaqd AftarfieMarit "A"Of the o Ingl-Go6iml, -- and MEREAS, &aid Agmera#at has a mnaual aptian: which provides for a• rertawal if mutual y agreed,fa by both patties and subject to the- same Perms and c onditltariwof the. origimfAgrearrimit; NOW, "l HEREMRE, this Agowrni ant wilnasseth thikfor and ln. conefdera Lion of the mutual. bsnoM 116.11ow each fa than rather, the portl4s agree to a ren"ol of shirt odalftalAgmementfore period beginning the• lot day of Jute► 20jQ. and ending tha 30th day of ,fume. at a cast of 3&g.Q0 All lenns end, consdihans of said original Agreement shall remain its fetus and raffoct for this renewal. lilt V,A- TNES.9. tlMEREOF,. the partles have e)*Qted this Agmmant by tti* duty au:thodzed: officem on Ilia day, month, and year set forks above. CITY. OF SOUTH MAN Name cif, Gontr€ eMr Contractor No end :Title #h gfkatu're (8EAL) N'am otr Stitr+aty city state Flcdde t ioetwed lnsuraribsa Agent or Date. Aftrn4yt In- Fact(Slgrsattrre) �untersigned: , _ _- -- Florida LWensed ineutgnee Agent Date STATE OF FLOE IDA. DEPARTMENT OF TRANSPOPMATION BY. Tifle, Olstftt ,r3ecreiary or Designee (Signature) Legal: Fiscal:. approval as to Ava11ab11I(yr of Funds CITY OF SOUTH MIAMI City of Pleasant fining 6130 Sunset Drive South Miami, FL 33143 Phone 305.663.6343 Fax 305.663.6346 Bill To: Florida Department of Transportation ATT:Shany Lanotti Shany.lanotti andgt.state.fl.us 1000 NW III AVE Miami, FL 33172 L.anscape Maintenance DATE: 06/13/11 INVOICE: 020 A00UNT Maintenance of all landscaped and /or turfed areas within the Department's right -of -way $ 3,592.00 RENEWAL 2 July I, 2010 through June 30, 2011. TOTAL. :$ 3.1$92.00 Make all checks payable to City of South Miami If you have any questions concerning this invoice, contact Michelle Caloca, (305) 663 -6343 mcaIggA southmiamifl.gov THANK YOU I