HomeMy WebLinkAbout2022 06 13 Consent 300 - State Road 434 Highway Maintenance Memorandum of Agreement • CONSENT AGENDA ITEM 300
n, CITY COMMISSION AGENDA I JUNE 13, 2022 REGULAR MEETING
1959
TITLE
State Road 434 Highway Maintenance Memorandum of Agreement
SUMMARY
The Public Works Department, and the Urban Beautification Division is
requesting approval of Resolution 2022-13, authorizing the City Manager to
execute a contract renewal for an existing Highway Maintenance
Memorandum of Agreement (MMOA) ASP05 with the Florida Department of
Transportation (FDOT) for the maintenance of State Road 434.
This Resolution enables the City Manager to execute a renewal agreement the
FDOT for reimbursements to the city totaling $298,476, over a three (3) year
period through June 13, 2025. The reimbursements cover certain
maintenance activities performed by the City in the State Road 434 FDOT
rights-of-way from Talmo Street to SR 417. The MMOA with FDOT was
initiated in 1998 when the City began upgrading the appearance of the SR 434
Corridor.
Resolution 2022-13 is required as a condition for renewal of the MMOA and
for the continued maintenance of the beautification upgrades that have been
installed along SR 434. The City Commission approved the first MMOA with
FDOT on February 9, 1998 for the maintenance of SR 434 from Talmo Street
to Tuskawilla Road, with two (2) optional renewal periods of one year each.
Subsequent agreements were approved in 2001, 2004, 2007, 2010, 2013, and
2019. The original annual reimbursement amount in 1998 was $17,500 and
from 2019 to 2022 it was $66,000. The annual reimbursement for June 2022
to June 2025 will be $99,492, a total of $298,476 over the three (3) year
period. Below is further detail of the annual reimbursement for the 2022-
2025 period;
The proposed MMOA has no changes in the work task over the previous
contract period.
RECOMMENDATION
Staff recommends approval of Resolution 2022-13 be granted authorizing the
1
City Manager to enter a renewal agreement with the Florida Department of
Transportation for Highway Maintenance Memorandum of Agreement
(ASP05) for the maintenance of State Road 434, for a three (3) year period,
beginning in June 2022, and authorization be given to the City Manager and
the City Attorney to prepare and execute any and all applicable documents to
renew the agreement
2
RESOLUTION NO. 2022-13
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF WINTER SPRINGS, SEMINOLE COUNTY,
FLORIDA, AUTHORIZING THE CITY MANAGER TO
ENTER INTO A HIGHWAY MAINTENANCE
MEMORANDUM OF AGREEMENT WITH THE
FLORIDA DEPARTMENT OF TRANSPORTATION;AND
ESTABLISHING AN EFFECTIVE DATE
WHEREAS,the City is granted authority, under Section 2(b),Article VIII, of the State Constitution,
to exercise any power for municipal purposes, except when expressly prohibited by law; and
WHEREAS, many roadside areas and median strips abutting Florida Department of Transportation
(FDOT) rights-of-way areas must be maintained and attractively landscaped; and
WHEREAS, the Mayor and City Commission of the City of Winter Springs beautify and maintain
various rights-of-way areas within the City of Winter Springs by landscaping to a higher standard than
provided by FDOT; and
WHEREAS,the City of Winter Springs desires to beautify and maintain various rights-of-way within
the City of Winter Springs by landscaping to a higher standard than usually provided by FDOT; and
WHEREAS, FDOT acknowledges that the City of Winter Springs has adopted SR 434 streetscape
requirements via Ordinance 2020-02, requiring certain canopy trees and landscaping of the size and type
authorized in the City Code to be planted within the available SR 434 right-of-way, subject to FDOT
approval, and that FDOT shall review applications made by property owners to construct, install, and
maintain the streetscape required by Ordinance 2020-02, and
WHEREAS,the Mayor and City Commission of the City of Winter Springs wish to authorize the City
Manager to enter into a Highway Maintenance Memorandum of Agreement between the City of Winter
Springs and the FDOT.
NOW THEREFORE, THE CITY COMMISSION OF THE CITY OF WINTER SPRINGS, FLORIDA, HEREBY
RESOLVES,AS FOLLOWS:
Section 1. The City Commission of the City of Winter Springs hereby authorizes the City Manager to enter
into a Highway Maintenance Memorandum of Agreement between the City of Winter Springs and the
FDOT, in a form acceptable to the City Commission, and mutually agreed upon renewals or extensions, a
copy of which is attached hereto and incorporated by reference.
Section 2. The City Clerk of the City of Winter Springs is hereby directed to send copies of this Resolution
to the FDOT and all other persons as directed by the Mayor and City Commission.
Section 3. This Resolution shall take effect immediately upon its passage and approval.
RESOLVED BY the City Commission of the City of Winter Springs, Florida, in a regular meeting assembled
this 13th day of June, 2022.
3
Kevin McCann, Mayor
ATTEST
Christian Gowan, City Clerk
Approved as to legal form and sufficiency for
The City of Winter Springs only:
ANTHONY A. GARGAN ESE, City Attorney
4
5
FLORIDA DEPARTMENT OF TRANSPORTATION REV.07/21/2021
HIGHWAY MAINTENANCE MEMORANDUM OF AGREEMENT
CONTRACT NO.: ASP05
FINANCIAL PROJECT NO.:244880-1-78-03
This AGREEMENT, entered this day of , 20 22 , by and between the
Florida Department of Transportation, a component agency of the State of Florida, hereinafter called the
DEPARTMENT and City of Winter Springs , a municipal corporation duly enacted under the laws of the State
of Florida, hereinafter called the LOCAL GOVERNMENT.
RECITALS
WHEREAS, as part of the continual updating of the State of Florida Highway System, the
DEPARTMENT, for the purpose of safety and functionality, has constructed roadway, roadside areas, and
medians on that part of the State Highway system within the limits of the LOCAL GOVERNMENT or adjacent
to;
WHEREAS, the LOCAL GOVERNMENT acknowledges that there is mutual benefit in effectively
maintaining these areas and the LOCAL GOVERNMENT is of the opinion that said roadway, roadside areas
and median strips shall be attractively maintained;
WHEREAS, the parties hereto mutually recognize the need for entering into an Agreement designating
and setting forth the responsibilities of each party;
WHEREAS, the LOCAL GOVERNMENT, by Resolution dated the
day of , 20 22 attached hereto as EXHIBIT"A", 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 mutual benefits to flow each to each other, the parties
covenant and agree as follows:
PROVISIONS
1) The LOCAL GOVERNMENT shall be responsible for routine maintenance activities of all roadway
features within the DEPARTMENT's right of way having limits described in EXHIBIT "B", or
subsequent amended limits mutually agreed upon in writing by both parties. For the purpose of this
Agreement, the maintenance activities to be performed by the LOCAL GOVERNMENT are defined in
EXHIBIT "C", or as defined by amended definitions agreed upon in writing by both parties.
2) The LOCAL GOVERNMENT shall perform the maintenance activities as described in EXHIBIT "C"
in accordance with DEPARTMENT publications:
a) Maintenance Rating Program (MRP) Handbook, latest edition, which by reference hereto shall
become a part hereof. The activities shall be performed in a manner that results in a minimum
MRP score of 80.
CONTRACT NO.:ASP05 FINANCIAL PROJECT NO.:244880-1-78-03 1
6
b) Standard Plans, current edition, which by reference hereto shall become a part hereof
3) The LOCAL GOVERNMENT shall be responsible for monitoring maintenance operations and the
maintenance of traffic ("MOT") throughout the term of the Agreement in accordance with the latest
edition of FDOT Standard Specifications, Section 102. The LOCAL GOVERNMENT is responsible
for the development of a MOT plan and making any changes to that plan as necessary. The MOT plan
shall be in accordance with the latest version of FDOT Standard Plans, Index 102-600 series.
4) The DEPARTMENT may, at its discretion, perform periodic inspections of any or all locations. If it is
determined that any of the roadway features defined in EXHIBIT "C" are not being maintained as
required by this Agreement, the DEPARTMENT will issue a notice of such deficiency to the LOCAL
GOVERNMENT's point of contact by email or certified mail. The LOCAL GOVERNMENT shall
have thirty(30)days to correct the deficiency(les)and to notify the DEPARTMENT by email or certified
mail,that the deficiency(les)has been corrected. If said deficiency or deficiencies are not corrected within
this time period the DEPARTMENT may at its option,proceed as follows:
a) Maintain the roadway features declared deficient with the DEPARTMENT or DEPARTMENT
Contractor's material, equipment and personnel. The actual cost for such work will be deducted
from payment to the LOCAL GOVERNMENT; or
b) Terminate this Agreement in accordance with the provisions of this Agreement.
5) In the event of a Governor Declared Emergency, a natural disaster or significant occurrence (hurricane,
tornado, vehicle accident, hazardous waste spills, etc.) the LOCAL GOVERNMENT and the
DEPARTMENT will cooperate and coordinate the use of their respective resources to provide for clean
up,removal,and disposal of debris or other substances from the DEPARTMENT's right of way described
in EXHIBIT "B" or any amended limits mutually agreed upon in writing by both parties hereto. The
DEPARTMENT will not deduct any payment to the LOCAL GOVERNMENT, costs for impairment
of performance of any activity or part thereof defined in EXHIBIT "C", as a result of such event and the
redirection of LOCAL GOVERNMENT forces towards fulfillment of the responsibility under this article.
This paragraph shall not be interpreted to reduce the LOCAL GOVERNMENT's right to compensation
or reimbursement from any other sources (i.e.: FEMA) for the debris removal or other activities of the
LOCAL GOVERNMENT subsequent to a natural disaster or accident.
6) During the term of this Agreement, the DEPARTMENT may from time to time engage in transportation
projects on the roads covered by this Agreement. Some of these projects may involve the
DEPARTMENT's construction contractor temporarily assuming maintenance responsibility for the
limits of the project. In that event, the DEPARTMENT will notify the LOCAL GOVERNMENT of
the limits of the project and the time frame for that project. During that time and for those limits, the
LOCAL GOVERNMENT may be released from its obligation to perform maintenance on those roads
and the compensation to be paid under this Agreement may be reduced for the duration of the construction
project. The reduction in compensation shall be based on the formula used to initially compute the amount
of compensation under this Agreement. The LOCAL GOVERNMENT will be notified of the amount
of the reduction as part of the aforementioned notice.
CONTRACT NO.:ASPOS FINANCIAL PROJECT NO.:244880-1-78-03 2
7
TERM
1) After this Agreement has been executed by the parties,the DEPARTMENT will issue a Notice to Proceed
to the LOCAL GOVERNMENT which may be sent by electronic mail at the DEPARTMENT's
discretion. The term of this Agreement commences on the effective date of the Notice to Proceed and
will continue for a period of three (3) years from the effective date on the Notice to Proceed. This
Agreement may be renewed for a period that may not exceed one three (3)year term.
2) A renewal may be made at the discretion of the DEPARTMENT and will be subject to the same terms
and conditions set forth in this Agreement. A renewal shall be contingent upon satisfactory performance
evaluations by the DEPARTMENT and subject to the availability of funds. Renewals must be mutually
agreed upon by both parties and in writing and must be executed prior to the expiration date of its
preceding term.
3) In the event this Agreement extends beyond the DEPARTMENT's current Fiscal year that begins July 1
of each year and ends June 30 of each succeeding year, the LOCAL GOVERNMENT and the
DEPARTMENT mutually agree that the State of Florida's performance and obligation to pay under this
contract is contingent upon and annual appropriation by the Legislature. In addition, Section
339.135(6)(a),Florida Statutes, is incorporated by reference, and is set forth herein below as follows:
F.S. "339135(6)(a)"- The Department, during any Fiscal Year, shall not expend money, incur any
liability, or enter into any Contract which, by its terms, involves any 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 under such
contract. The Department shall require a statement from the Comptroller of the Department that funds
are available prior to entering into any such Contract or any other binding commitment of funds. Nothing
herein shall prevent the making of Contracts forperiods exceeding one (1)year, but any Contract so made
shall be executory only for the value of 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 and having a term for a period of more than one year.
COMPENSATION
1) The DEPARTMENT agrees to pay the LOCAL GOVERNMENT, following a Notice to Proceed,
compensation for the cost of maintenance as described in the Provisions Section of this Agreement. The
payment will be for the amount of $24,873.00 per quarter, equating to $99,492.00 per year for the
duration of the term.
2) Payment shall be made only after receipt of goods and services as provided in Section 215.422, Florida
Statutes. Detailed quarterly invoices and any associated documents,including Maintenance Management
Systems (MMS) breakdown of all activities, shall be submitted to the DEPARTMENT's Project
Administrator: Brahim Sahraoui. Delivery shall be effective upon receipt of a proper quarterly invoice
and any required associated documents.
a) Upon receipt, the DEPARTMENT has seven (7) working days to inspect and approve the goods
and services, unless otherwise specified herein. The DEPARTMENT has twenty (20) days to
CONTRACT NO.:ASP05 FINANCIAL PROJECT NO.:244880-1-78-03 3
8
deliver a request for payment (voucher) to the Department of Finance. The twenty (20) days are
measured from the latter of the date the invoice is received, at the location stated herein, or the
goods and services are received, inspected and approved.
b) Any penalty for delay in payment shall be in accordance with Section 215.422, Florida Statutes.
Section 215.422(5), Florida Statutes, provides that all purchasing Agreements between a State
agency and a vendor, applicable to this section, shall include a statement of the vendor's rights and
the State's responsibilities under this section. The vendor's rights shall include being provided
with the name and telephone number of the Vendor Ombudsman within the Department of
Financial Services.
c) If payment is not available within forty (40) days, a separate interest penalty as established
pursuant to Section 215.422, Florida Statutes, will be due and payable, in addition to the invoice
amount, to the LOCAL GOVERNMENT. Interest penalties of less than one ($1.00) dollar shall
not be enforced unless the LOCAL GOVERNMENT requests payment. Invoices, which have
been returned to the LOCAL GOVERNMENT because of LOCAL GOVERNMENT
preparation errors,will result in a delay in the payment. The invoice payment requirements do not
start until a properly completed invoice is received by the DEPARTMENT.
d) A Vendor Ombudsman has been established within the Department of Financial Services. The
duties of this individual include acting as an advocate for vendors who may be experiencing
problems in obtaining timely payment(s) from the DEPARTMENT. The Vendor Ombudsman
may be contacted at(850)413-5516 or by calling the Department of Financial Services Consumer
Hotline, 1-800-342-2762.
3) Bills for fees or other compensation for services or expenses shall be submitted in detail sufficient for a
proper preaudit and postaudit thereof.
4) Records of costs incurred under the terms of this Agreement shall be maintained and made available upon
request of the DEPARTMENT at all times during the period of this Agreement and for three (3) 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 LOCAL GOVERNMENT's
general accounting records and project records, together with supporting documents and records of the
LOCAL GOVERNMENT, all subcontractors performing work, and all other records of the LOCAL
GOVERNMENT and subcontractors considered necessary by the DEPARTMENT for a proper audit
of costs.
CONDITIONS FOR TERMINATION
1) This Agreement or any part thereof is subject to termination at the discretion of the DEPARTMENT
under any of the following conditions:
a) In the event the Legislature fails to make an annual appropriation to pay for the LOCAL
GOVERNMENT's services to be performed hereunder.
b) The LOCAL GOVERNMENT has not complied with the provisions of this Agreement as
described herein, or has demonstrated a pattern of repeated non-compliance.
c) The DEPARTMENT determines that the Agreement is no longer feasible.
2) Either party may terminate this Agreement in writing with thirty (30) days' notice.
CONTRACT NO.:ASP05 FINANCIAL PROJECT NO.:244880-1-78-03 4
9
NOTICES AND POINTS OF CONTACT
All correspondence regarding this Agreement shall be directed to the following points of contact:
a) For the DEPARTMENT:
Title: Maintenance Manager
Name: Brahim Sahraoui
Address: 2400 Camp Road, Oviedo, FL, 32765
Telephone: 407-278-2771
Email: brahim.sahraoui@dot.state.fl.us
b) For the LOCAL GOVERNMENT:
Title: Director of Public Works & Utilities
Name: Jason Norberg
Address: 400 Old Sanford Oviedo Road, Winter Springs, FL 32708
Telephone: 407-327-5989
Email: JNorberg@winterspringsfl.org
ADDITIONAL PROVISIONS AND LEGAL REQUIREMENTS
1) LEGAL REQUIREMENTS. This Agreement is executed and entered into in the State of Florida and
will be construed,performed, and enforced in all respects in strict conformity with local, state, and federal
laws, rules, and regulations.
a) If any term or provision of the Agreement is found to be illegal or unenforceable, the remainder of
the Agreement will remain in full force and effect and such term or provision will be deemed
stricken.
b) The LOCAL GOVERNMENT shall 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
LOCAL GOVERNMENT in conjunction with this Agreement. Failure by the LOCAL
GOVERNMENT to grant such public access shall be grounds for immediate unilateral
cancellation of this Agreement by the DEPARTMENT.
c) The LOCAL GOVERNMENT and the DEPARTMENT agree that the LOCAL
GOVERNMENT,its employees, contractors, subcontractors,consultants, and sub consultants are
not agents of the DEPARTMENT as a result of this Agreement.
d) The LOCAL GOVERNMENT shall not cause any liens or encumbrances to attach to any portion
of the DEPARTMENT's right-of-way.
e) Nothing herein shall be construed as a waiver of either party's sovereign immunity.
2) PUBLIC ENTITY CRIME. The LOCAL GOVERNMENT affirms that it is aware of the provisions of
Section 287.133(2)(a),Florida Statutes.A person or affiliate who has been placed on the convicted vendor
list following a conviction for a public entity crime may not submit a bid on a contract to provide any
goods or services to a public entity, may not submit a bid on a contract with a public entity for the
construction or repair of a public building or public work, may not submit bids on leases of real property
to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or
CONTRACT NO.:ASP05 FINANCIAL PROJECT NO.:244880-1-78-03 5
10
consultant under a contract with any public entity, and may not transact business with any public entity in
excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for
a period of thirty six(36) months from the date of being placed on the convicted vendor list. The LOCAL
GOVERNMENT agrees that it shall not violate Section 287.133(2)(a), Florida Statutes, and further
acknowledges and agrees that any conviction during the term of this Agreement may result in the
termination of this Agreement.
3) UNAUTHORIZED ALIENS. The DEPARTMENT will consider the employment of unauthorized
aliens, by any contractor or subcontractor, as described by Section 274A(e) of the Immigration and
Nationalization Act, cause for termination of this Agreement.
4) NON-DISCRIMINATION. The LOCAL GOVERNMENT will not discriminate against any employee
employed in the performance of this Agreement, or against any applicant for employment because of age,
ethnicity, race, religious belief, disability, national origin, or sex. The LOCAL GOVERNMENT shall
provide a harassment-free workplace,with any allegation of harassment given priority attention and action
by management. The LOCAL GOVERNMENT shall insert similar provisions in all contracts and
subcontracts for services by this Agreement.
5) DISCRIMINATORY VENDOR LIST. The LOCAL GOVERNMENT affirms that it is aware of the
provisions of Section 287.134(2)(a), Florida Statutes. An entity or affiliate who has been placed on the
discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public
entity, may not submit a bid on a contract with a public entity for the construction or repair of a public
building or public work, may not submit bids on leases of real property to a public entity, may not be
awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any
public entity, and may not transact business with any public entity. The LOCAL GOVERNMENT
further agrees that it shall not violate Section 287.134(2)(a), Florida Statutes, and acknowledges and
agrees that placement on the list during the term of this Agreement may result in the termination of this
Agreement.
6) ATTORNEY FEES. Each Party shall bear its own attorney's fees and costs.
7) TRAVEL. There shall be no reimbursement for travel expenses under this Agreement.
8) PRESERVATION OF REMEDIES. No delay or omission to exercise any right, power, or remedy
accruing to either Party upon breach or default by either Party under this Agreement,will impair any such
right, power or remedy of either party; nor will such delay or omission be construed as a waiver of any
breach or default or any similar breach or default.
9) MODIFICATION. This Agreement may not be modified unless done so in a writing executed by both
Parties to this Agreement.
10)NON-ASSIGNMENT. The LOCAL GOVERNMENT may not assign, sublicense,or otherwise transfer
its rights, duties, or obligations under this Agreement without the prior written consent of the
DEPARTMENT. Any assignment, sublicense, or transfer occurring without the required prior written
approval of the DEPARTMENT will be null and void. The DEPARTMENT will at all times be entitled
to assign or transfer its rights, duties, or obligations under this Agreement to another governmental entity
in the State of Florida, upon giving prior written notice to the LOCAL GOVERNMENT. In the event
CONTRACT NO.:ASP05 FINANCIAL PROJECT NO.:244880-1-78-03 6
that the DEPARTMENT approves transfer of the LOCAL GOVERNMENT's obligations,the LOCAL
GOVERNMENT remains responsible for all work performed and all expenses incurred in connection
with this Agreement.
11)The LOCAL GOVERNMENT agrees to include the following indemnification in all contracts with
contractors, subcontractors, consultants, and subconsultants, who perform work in connection with this
Agreement:
"The contractor / subcontractor / consultant / subconsultant shall indemnify, defend, save and hold
harmless the State of Florida, Department of Transportation and all of its officers, agents or employees
from all suits, actions, claims, demands, liability of any nature whatsoever arising out of, because of, or
due to any negligent act or occurrence of omission or commission of the contractor / subcontractor /
consultant/subconsultant, its officers, agents or employees."
12)BINDING AGREEMENT. This Agreement is binding upon and inures to the benefit of the Parties and
their respective successors and assigns. Nothing in this Agreement is intended to confer any rights,
privileges, benefits, obligations, or remedies upon any other person or entity except as expressly provided
for in this Agreement.
13)INTERPRETATION. No term or provision of this Agreement shall be interpreted for or against any
party because that party or that party's legal representative drafted the provision.
14)ENTIRE AGREEMENT. This Agreement, together with the attached exhibits and documents made a
part by reference, embodies the entire agreement of the Parties. There are no provisions,terms, conditions,
or obligations other than those contained in this Agreement. This Agreement supersedes all previous
communication,representation, or agreement, either verbal or written,between the Parties.No amendment
will be effective unless reduced to writing and signed by an authorized officer of the LOCAL
GOVERNMENT and the authorized officer of the DEPARTMENT or his/her delegate.
15)DUPLICATE ORIGINALS. This Agreement may be executed in duplicate originals.
16)E-VERIFY—the LOCAL GOVERNMENT shall:
a) utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment
eligibility of all new employees hired by the LOCAL GOVERNMENT during the term of the
contract; and
b) 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 contract
term.
The remainder of this page is intentionally left blank
CONTRACT NO.:ASPOS FINANCIAL PROJECT NO.:244880-1-78-03 7
12
17)The Parties agree to comply with s.20.055(5), Florida Statutes, and to incorporate in all subcontracts the
obligation to comply with s.20.055(5), Florida Statutes.
EXECUTION
IN WITNESS WHEREOF, the parties have caused these presents to be executed the day and year
first above written.
LOCAL GOVERNMENT:
By:
Printed Name & Title
Attest:
Printed Name & Title
Legal Approval:
DEPARTMENT:
By:
Ron Meade, P.E. District Maintenance Engineer
Printed Name & Title
Attest:
Tina Carroll, Administrative Manager
Printed Name & Title
Legal Approval:
CONTRACT NO.:ASP05 FINANCIAL PROJECT NO.:244880-1-78-03 8
13
EXHIBIT A
Resolution, following on next page.
CONTRACT NO.:ASPOS FINANCIAL PROJECT NO.:244880-1-78-03 9
14
EXHIBIT B
PROJECT LIMITS:
SECTION S.R. LOCATION LENGTH
77120000 434 SR434 From Talmo to SR419 2.107 Miles
MP 9.175 to 11.282
77070000 434 SR434 From Tuscora to SR417 1.462 Miles
MP 5.538 to 7.000
77070002 434 SR434 From SR419 for Tuskawilla 0.851 Miles
MP 0.000 to 0.851
77070003 434 SR434 From Tuskawilla to Tuscora 2.02 Miles
MP 0.000 to 2.020
CONTRACT NO.:ASP05 FINANCIAL PROJECT NO.:244880-1-78-03 10
15
EXHIBIT C
MAINTENANCE ACTIVITIES:
(Maintenance Activities to be included and part of this Agreement will be checked in the INC. column)
INC• ACTIVITY DESCRIPTION
® 433 Sodding: Cutting and placing sod in areas along the roadside associated with reworking non-
paved shoulders, slopes, ditches,median islands,utility strips and repairing washouts.
® 435 Seeding,Fertilizing and Mulching: Seeding,fertilizing, and mulching of the roadside.
® 436 Reworking Non-Paved Shoulders, Front Slopes, and Roadside Ditches (Mechanical):
Reworking non-paved shoulders, front slopes, roadside ditches and turnouts either by the
addition of suitable material and reshaping, or by cutting down built-up areas.
® 451 Clean Drainage Structures: Cleaning storm drains, French drains, manholes, side drains,
cross drains, inlets,piped outfalls,box culverts, and other miscellaneous drain structures.
® 459 Concrete Sidewalk Repair: Repair or replacement of existing sections of concrete sidewalk.
❑ 461 Roadside Ditches—Clean and Reshape: Cleaning and reshaping of ditches other than outfalls.
® 471 Large Machine Mowing: Mowing of roadside areas with large mowers where conditions
accommodate the efficient use of 7 foot and larger mowers, alone or in combination.
❑ 482 Slope Mowing: Grass, brush, and weed cutting along slopes too steep to safely mow or are
inaccessible for conventional mowing tractors.
® 485 Small Machine Mowing: Mowing the roadside with small hand or riding mowers have a
cutting width of 40 inches or less.
® 487 Manual Weed Control: Brush, weed, and grass cutting 100 mm (4") or less in diameter
performed with hand tools.
® 490 Fertilizing: Fertilizing to provide required nutrients to establish and maintain an acceptable
roadside turf.
® 492 Tree Trimming & Removal: The trimming of the height and sides of trees and removal of
undesirable trees(over 4 inches in diameter or trimming that cannot be done under Activity 487
Weed Control -Manual). To include the chipping and/or removal of all debris from work site.
® 493 Landscaped Area Maintenance: All efforts required for proper maintenance of landscaped
areas, including litter removal,mowing, edging, fertilizing, weeding,mulching, etc.
® 494 Chemical Grass and Weed Control: The application (handgun, basal or cut stump) of
herbicides to slopes, ditches, fence, guardrail,barrier wall, reinforced earthen walls, sidewalks,
bridges, curb and gutter,obstructions, shoulders, and other areas not assessable to mowers.Not
to include chemical applications within landscape or mitigation areas.
CONTRACT NO.:ASP05 FINANCIAL PROJECT NO.:244880-1-78-03 11
16
❑ 498 Storm Water Management: To maintain,to the maximum extent practicable, all
surface/storm water management systems to a functioning state as designed and in compliance
with the permit conditions and/or applicable rules and regulations.
® 527 Fence Repair: To provide highway safety and deter unauthorized and unrestrained access to
highway facilities.
® 541 Roadside Litter Removal: Cleaning roadways and roadsides of debris, such as cans, bottles,
paper, Adopt-A-Highway litter. Includes the hauling and disposal of litter. Does not include
wayside parks,rest areas and service plaza barrels.
® 542 Road Sweeping (Manual): To remove debris from the roadway where mechanical means are
not feasible before a drainage or safety problem is created or before it becomes unsightly.
❑ 543 Road Sweeping (mechanical): Machine sweeping of roadway to protect the facility from
excessive accumulation of debris.
® 545 Edging & Sweeping: Removal of vegetation and debris from the curb, gutter and sidewalk.
El
El
El
El
El
El
El
El
CONTRACT NO.:ASP05 FINANCIAL PROJECT NO.:244880-1-78-03 12
17