Loading...
Res. No. 075-09-12884RESOLUTION NO. 75-09-12884 A RESOLUTION OF THE MAYOR AND CITY COMMSSSON OF THE CITY OF SOUTH MIAMI, FLORIDA AUTHORIZING THE CITY MANAGER TO RENEW CONTRACT NO. AP 579, A JOINT PROJECT AGREEMENT FOR FY 2009/2010 WITH FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) FOR TURF AND LANDSCAPE MAINTENANCE FUNDING IN THE AMOUNT OF $3,592.00; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Mayor and City Commission wishes to renew Contract No. AP 579, a joint project agreement with Florida Department of Transportation for FY 2009/2010 for turf and landscape maintenance funding in the amount of $3,592.00, which will be utilized for South Dixie Highway (US -1) from SW 80'" Street to SW 57'x' Avenue. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section 1: The Mayor and City Commission authorizes the City Manager to renew Contract No. AP 579, a joint project agreement for FY 2009/2010 with Florida Department of Transportation (FDOT) for turf and landscape maintenance. Section 2: This resolution shall be effective immediately. PASSED AND ADOPTED thi' 1 day ofApr i 1 2 ATTEST: T READ AND APPROVED AS TO FORM: ATTORNEY APPROVED: MAYOR Commission Vote: 4 -0 MayorFeliu: Yea Vice Mayor Beasley: Yea Commissioner Palmer: Yea Commissioner Newman: Yea soury of gr South Miami r 4 eoo ro •F�OR�OP 3001 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER- OFFICE MEMORANDUM To: The Honorable Mayor Feliu and Member of tthhe. City Commission Via: W. Ajibola Balogun, City Manager/%1�1✓ From: Rodolfo de la Torre Assistant Public Works Dire or Date: April 21, 2009 Subject: Approval for renewal of Contract # AP 579 Joint Project Agreement for 2009 -2010 with Florida Department of Transportation ( FDOT ) for Turf and Landscape Maintenance. Resolution: A RESOLUTION OF THE MAYOR AND CITY COMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA AUTHORIZING THE CITY MANAGER TO RENEW CONTRACT NO. AP 579, A JOINT PROJECT AGREEMENT FOR FY 2009/2010 WITH FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) FOR TURF AND LANDSCAPE MAINTENANCE FUNDING IN THE AMOUNT OF $3,592.00; AND PROVIDING FOR AN EFFECTIVE DATE Request: Authorizing the City Manager to renew contract No. AP 579 a joint project agreement with Florida Department of Transportation (FDOT) for Turf and Landscape Maintenance of South Dixie Highway (US -1). Reason/Need: On July 22, 2008 the City of South Miami entered a joint agreement with the Florida Department of Transportation (FDOT) for turf and landscape maintenance fundinK in the amount of $3,592.00 to be utilized for South Dixie Highway (US -1) from SW 80 Street to SW57th Avenue. Said agreement has a renewal option which provides for renewal if mutually agreed to by both parties and subject to the same terms and conditions of the original agreement. Renewal of this agreement will allow the city to continue to provide turf and landscape maintenance services at South Dixie Highway (US -1) with compensation. Cost: $3,592.00 Funding Sources: FDOT Backup Documentation: • Propose Resolution. • Contract Renewal Document • Original Joint Project Agreement for Turf and Landscape Maintenance Contract No. AP 579 for FY 2008/2009. Contract No.: AP 579 Financial Project No(s).: County(ies): MIAMI-DADE 40339417801 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION CONTRACT RENEWIAL Renewal: (1st, 2nd, etc.) 1st 375-02023 CONTRACTS ADMINISTRATION OOC.04106 ti This Agreement made and entered into this{ Bay of 'L•y�_�L, by and between the State of (This date o en er y on .) Florida Department of Transportation, hereinafter called "Department", and CITY OF SOUTH MIAMI hereinafter called "Contractor". WITNESSETH: WHEREAS, the Department and the Contractor heretofore on this30th day of June, 2008 (This date to t> entered by D UT only) entered into an Agreement whereby the Department retained the Contractor to perform landscaped and /or turfed areas within the Department's right -of Way having the limits d original Contract and WHEREAS, said Agreement has a renewal option which provides for a renewal if mutually agreed to by both parties and subject to the same terms and conditions of the original Agreement; NOW, THEREFORE, this Agreement witnesseth that for and in consideration of the mutual benefits to flow each to the other, the parties agree to a renewal of said original Agreement for a period beginning the 1st day of July 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 year set forth above. W CITY OF SOUTH MIAMI STATE OF FLORIDA . TMENT OF TRANSPO TION Name of Contractor DEP �f • A71t ( � L(hf, GfT`C MANiNG, t p -. By'lX(/ Contractor Name and Title TTit-le District Secretary or Designee (Signature) BY: Gl`Ttt tnt�'1 Title:�E��(� G %rA?5�?i�di Sfl! G7i`1'y�'7 /�{J4 Authorized Sig re t (SEAL) Legal: Name of Surety City State Fiscal: By: Florida Licensed Insurance Agent or Date Attorney -In -Fact (Signature) Countersigned: Florida Licensed Insurance Agent Date Approval as to Availability of Funds RESOLUTION NO.: 109 -08 -12706 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE A JOINT PROJECT AGREEMENT FOR FY 2008/2009 WITH FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) FOR TURF AND LANDSCAPE MAINTENANCE FUNDING IN THE AMOUNT OF $3,592.00; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Mayor and City Commission desire to accept the joint project agreement with Florida Department of Transportation for FY 2008/2009 for turf and landscape maintenance funding in the amount of $3,592.00, which will be utilized for South Dixie Highway (US -1) from SW 8& Street to SW 57th Avenue. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section 1: The City Commission authorizes the City Manager to execute a joint project agreement for FY 2008/2009 with Florida Department of Transportation (FDOT) for turf and landscape maintenance. Section 2: The attached exhibits are incorporated by reference into this resolution. PASSED AND ADOPTED this 22nd day of July 2008 APPROVED: CITY CLERK MAYOR COMMISSION VOTE: 5 -0 Mayor Feliu: Yea Vice Mayor Beasley: Yea Commissioner Wiscombe: Yea Commissioner Palmer. Yea Commissioner Beckman: Yea ,, Rn•AmeticaCAr CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER- OFFICE MEMORANDUM 2001 To: The Honorable Mayor & Members of the City Commission Via: W. Ajibola Balogun, City Manager _,- VAjE7 '° From: Carol M. Aubrun, Grants Writer and Administrator Date: July 22, 2008 Agenda Item No.: Subject: Turf and Landscape Agreement for South Dixie Highway (US -1) Request: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE A JOINT PROJECT AGREEMENT FOR FY 200812009 WITH FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) FOR TURF AND LANDSCAPE MAINTENANCE FUNDING IN THE AMOUNT OF $3,592.00; AND PROVIDING FOR AN EFFECTIVE DATE. Request: To authorize the City Manager to execute a joint project agreement with Florida Department of Transportation (FDOT) for Turf and Landscape Maintenance of South Dixie Highway (US -1). Reason/Need: Historically, the City has performed turf and landscape maintenance of two (2) roadways belonging to the Florida Department of Transportation (FDOT), which were Sunset Drive east of SW 69"' Street and South Dixie Highway (US -1) from SW 8& Street to SW 5r Avenue. In 2007, FDOT exercised a jurisdictional. transfer of Sunset Drive to the City of South Miami. However, South Dixie Highway (US -1) is still under the jurisdiction of FDOT. The memorandum of agreement will allow the City to continue to provide turf and landscape maintenance services at South Dixie Highway (US -1) with compensation. Cost: $3,592.00 Funding Source: FDOT Backup Documentation: ❑ Proposed Resolution ❑ Joint Project Agreement for Turf and Landscape Maintenance Contract No. AP 579 ❑ Road Limitation & FOOT Special Permit (Attachments A & B) CONTRACT # AP 579 JOINT PROJECT AGREEMENT BETWEEN THE FLORIDA DEPARTMENT OF TRANSPORTATION AND CITY OF SOUTH MIAMI TURF AND LANDSCAPE MAINTENANCE This Agreement is made and entered into this 90 day of :'u vi C, 2008, by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, a component agency of the State of Florida, hereinafter called the DEPARTMENT, and the CITY OF SOUTH MIAMI, a municipal corporation of the State of Florida, existing under the Laws of the State of Florida, hereinafter called the CITY. WITNESSETH: WHEREAS, as a part of the continual updating of the State of Florida Highway System, the DEPARTMENT, for the purpose of safety, has created roadside areas and median strips on that part of the State Highway System described by Attachment "A ", which by reference hereto shall become a part hereof, within the corporate limits of the CITY; and . WHEREAS, the hereto is of the opinion that said median strips and roadside areas shall be attractively landscaped with various flora; and WHEREAS, the parties hereto mutually recognize the need for entering into an agreement designating and setting forth the responsibilities of each party; and WHEREAS, the CITY, by Resolution No. 46-09- 12 fog$ Z dated o4lol /2,00i? , attached hereto as Attachment "B ", which by reference hereto 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 RESPONSIBILITIES The CITY shall be responsible for the maintenance of all landscaped and /or turfed areas within the DEPARTMENT'S right -of -way having the limits described by Attachment "A ". The CITY shall be responsible for performing the work described below with a minimum frequency of twelve (12) times per year: Contract Number: AP 579 Financial Project Number: 40339417801 Page 1 of 11 1.1. 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 ". 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 parts 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 litter removed from roadside areas and median strips. 1.5. Remove and dispose of all trimmings, roots, branches, litter, etc., resulting from the activities described by (1.1) through (1.4) inclusively as described above. 1.6 All work by the CITY pursuant to (1.1) through (1.5) .above on the Department's right of way (having the limits described by Attachment "A ") shall be executed on the roadway under a traffic control plan in accordance with DEPARTMENT'S latest edition of the "FDOT Design Standards". 2. WORK 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(s) and day(s) in which the CITY will be working. The fax shall be sent to the attention of the "South Dade Maintenance Engineer", at FAX # (305) 256-6304. 3. NATURAL DISASTERS The CITY shall not be responsible for the 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. hunacane, 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; it 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 place said CITY on notice thereof. Thereafter, the CITY shall contract Number. AP 579 Ftnoncid Project Nwnber. 40339417801 Page 2 of 3 r 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: 4.1. Maintain the median or roadside area(s) . declared deficient with DEPARTMENT and/or a Contractoes'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 sent by registered mail 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 Northwest 111th Avenue, Room 6205 -B Miami, Florida 33172 -5800 Attention: District Maintenance Engineer To CITY: W. Ajibola Balogun, REM, CFEA City Manager /Director Public Works CITYOF SOUTH MIAMI 6130 Sunset Drive South Miami, Florida 33143 6. 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 state road be Widened, altered or otherwise changed and maintained to meet with future criteria or planning of the DEPARTMENT. 7. FINANCIAL PROVISIONS 7.1 The total maximum appropriation of this Agreement is THREE THOUSAND FIVE HUNDRED NINETY TWO ($3,592.00) peryear. Eligible project costs may not exceed this amount. The CITY shall submit quarterly invoices for DEPARTMENT review, approval, and payment in accordance with the terms of this Agreement. Quarterly lump sum payments will be made upon invoice approval in the total Contract Number: AP 579 FYnanctat Profect Number: 40339417901 Page 3 of l l amount of THREE THOUSAND FIVE HUNDRED NINETY TWO ($3,592.00)This Agreement is a reimbursement contract. No advance funding payments are . authorized herein. 7:2 The DEPARTMENT agrees to pay the CITY for the herein described services at 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. 7.5 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. 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 339.135(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 $25,000.00 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 Number: AP579 Financial Project Number .40339417801 Page 4 of 11 the DEPARTMENT shall deduct from the affected quarterly lump sum payment(s) the acreage of the affected area and only compensate the CITY for the actual work it performs. The DEPARTMENT shall initiate this procedure only if the temporary work described in this section is for a period of one (1) month or longer. Adjustment to the CITY'S payment shall also be done as noted in Section Three (3). In the event this 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. 9. TERMINATION This Agreement, or part thereof, is subject to termination under any one of the following conditions: 9.1. In the event, the DEPARTMENT exercises the option identified by Section Four (4) of this Agreement. 9.2. As mutually agreed to by both parties. 9.3. In accordance with Section 287.058(1) (c), Florida Statutes, 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 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 287.058(1)(e), Florida Statutes, this Agreement is for a term of one (1) year beginning on the date stated in the Notice to Proceed. 10.3. In accordance with Section 287.0582, 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). 10.4 This Agreement shall commence on July 18t„ 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 Contract Number: AP S79 FYngotdol Project Number: 40339417801 Page 5 of l l term for a period no longer than 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 setforth in this Agreement Said renewals shall be contingent upon both satisfactory CITY performance evaluations by the DEPARTMENT and the availability of future funding. 11. ATTACHMENT "A" AMENDMENT It is further understood that Attachment "A" may be 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 Section 287.012(l 0), Florida Statutes, this Agreement may be 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, in its discretion, grant a proportional increase in the total dollar amount based on the method 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 shall 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 landscaping shall be developed and implemented in accordance with appropriate state safety and road design standards; 13.3. All requirements and terms established, 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 "C" (not to actual size) to this Agreement, which by reference hereto shall become a part hereof. 13.5. 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 ContractNumbv.. AP 379 Financial Project Number: 40339417801 Page 6 of t I this item; 13.6. In the event this Agreement is terminated as established under Section (9) herein, the CITY agrees to accept full responsibility for all maintenance activities within the entire area(s) defined by the plans and permits established as a result of this Section. The CITY shall provide this maintenance at no cost to the DEPARTMENT. 14. This writing embodies the entire Agreement and understanding between the parties 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. 15. This Agreement is nontransferable and non - assignable in whole or in part without . 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 - Contract Number: AP 579 Fiwndat Project Number: 40339417501 Page 7 of 11 IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed the day and year first above written. CITY OF SOUTH MIAMI STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BY: _ 6�� BY. C-ITY VA-G—EP isirict Secretary ATTEST: �'� RR ATTEST: CITY G (Seal) Executive Secretary Contract Number: AP 379 Financial Project Number: 40339417801 LEGAL REVIEW; Page 8 or I I ATTACHMENT "A" Below is the state road, the limits, length and acreage of the areas to be maintained by the City South Miami under this AGREEMENT. Contract Ywnbir. AP 579 Financial Project Number: 40339417801 Page 9of 11 tt . . . . . . . . . . South DVIe SW 80'' SW 571° 1.2 1.08 Hwy. St Ave: Contract Ywnbir. AP 579 Financial Project Number: 40339417801 Page 9of 11 ATTACHMENT ""Byl ATTACH CITY RESOLUTION Contract Number. 0579 Financial Project Number: 40339417801 Page 10 of 11 ATTACHMENT Bll ENT INCIF STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION SPECIAL PERMIT District SIX We DATE: PERMIT NO.; SECTION NO: STATE ROAD NO.: COUNTY: MILEPOST FROM: TO: STATE PROJECT NO.: Ilfapptcabfa) RECORD NO.: APPLICANT:' ADDRESS: CITY; STATE: ZIP CODE: TELEPHONE NO.: , Applicant rpquests permisslon from the State of Florida Department of Transportation, hereinafter called the Department, to construct, operate, and maintain the facility shown in the accompanAng engineering as described here: Location of Conshucgon, Street Name, and Nearest Intersection: 1. is the proposed work within the corporate limits ofa muntcipall(y. Yes() No ) Name of municIPROV.. Local Government Contact 2. Pdorto Mg this approation, the location of all existing ubTites, both aerial and underground, has been ascertained, and the accumm location& are shown on the drawings (as aopUcabte). A letter of notification was mailed on _ le the • following 3. 4, 5. Aliworkshallmeet Depamnan' of permit Issuance. The work 6. 7. 8. 9. 10. 11. 12 as te is original The Permttee shall commence actual construction In this permit shalt not 5r Road and Sridoe Construction. and odlerapp&abm Mists in elect atthe time PermltUatntenande Engineer located at s designated engineer shag be notified fmVry ghl (4s) hours prlof to the pre - and equipmentshail be subject to inspeciionbythe designated engiremorhis keeping with Department Specifications, and in a manner satisfactory to the A.seapproved by the Department ,all mcludsplan, profits, and uses eadons as appropriate, and maybe required !age am required: Yea ( ) No ( ) Tole combustion and maintenance shall not interfemwO the propertyand rights of a prior Permidea. Special Conditions and Instructions by the Department used tsylhe Pennit Stateof Fmddaand said Permitee of m 13. In ds N effect as of Department Submitted and Agreed to by: Corporate Seal Signature of Permitee Name and Title(typedi Attested Recommended for approval. TWO: Dattt Approved br. Date: Dlpidot Permit EngineerorAUfhodTed Represenatve Contract Number. AP 579 PFnanciai Project Number: 40339417801 Page 11 of 11 mbeentereduponand and save hamtesst e and the work will be brought into