2THE CITY OF PLEASANT LIVING
To:
VIA:
FROM:
DATE:
SUBJECT:
BACKGROUND:
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
The Honorable Mayor & Members of the City Commission
Steven Alexander, City Manager
Kelly Barket Jr., Director of Public Works
Agenda Item No.: :t. July 7,2015
A Resolution authorizing the City Manager to execute a Joint
Participation Agreement OPA) with the Florida Department of
Transportation (FDOT) for turf landscape maintenance funding in the
amount of $3,980.
The Mayor and City Commission desire to accept the Joint
Participation Agreement OPA) with the Florida Department of
Transportation (FDOT) for turf and maintenance funding in the
amount of $3,980 which will be utilized for South Dixie Highway (US-
1) from SW 80th Street to SW 57th 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-i) with compensation.
USl is a FDOT Roadway and this agreement is a reimbursement of
funds to the City for maintenance.
COST: $3,980
FUNDING SOURCES: FDOT
SUPPORT: Turf and Landscape Maintenance Joint Participation Agreement.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
RESOLUTION NO. _____ _
A Resolution 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 $3,980.00.
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 $3,980.00 which will be utilized for South Dixie Highway (US-I) from SW
80th 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 the attached Joint
Participation Agreement (JP A) with the Florida of Transportation (FDOT) for turf and landscape
maintenance.
Section 2. This resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED this _ day of __ --", 2015.
ATTEST:
CITY CLERK
READ AND APPROVED AS TO FORM,
LANGUAGE, LEGALITY AND
EXECUTION THEREOF
CITY ATTORNEY
APPROVED:
MAYOR
COMMISSION VOTE:
Mayor Stoddard:
Vice Mayor Harris:
Commissioner Edmond:
Commissioner Liebman:
Commissioner Welsh:
CONTRACT #
TURF AND LANDSCAPE MAINTENANCE
DEPARTMENT FUNDED AGREEMENT
BETWEEN THE
FLORIDA DEPARTMENT OF TRANSPORTATION
AND THE
CITY OF SOUTH MIAMI
This Agreement, is made and entered into this __ day of , 20_, by
and between the State of Florida Department of Transportation, a component 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, hereinafter referred to as the 'CITY'.
RECITALS:
WHEREAS, the DEPARTMENT has jurisdiction and maintains the State Road (S.R.)
5/South Dixie Highway 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 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 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 403394-2-78-03, and has agreed to reimburse the CITY for turf and
landscape maintenance elements which are outlined in the attached Exhibit "BOO, 'Project Limits
& Financial Sununary', 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:
1. INCORPORATION OF RECITALS
Turf and Landscape Maintenance Department Funded Agreement
between the Florida Department of Transportation and the City of South Miami
Financial Project # 403394·2-78-03
Page I of 13
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 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 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) ofthe Agreement.
c. 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' .
d. The CITY shall be responsible for performing the required maintenance with a
minimum frequency of eighteen (18) times per year for: Mowing Small Machine,
Mowing Intermediate Machine, Litter Removal, Edging and Sweeping, and twelve
(12) times per year Landscape Maintenance
e. 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", and Index 546 of the latest FOOT Design Standards.
f. 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 or e-mail, of
the state road(s) and the day(s) in which the CITY will be working. The fax or e-mail
shall be sent to the attention of the South Miami-Dade Maintenance Engineer, at 305-
640-7277 or keith.jimmerson(cV,doLstate.fl.us. The CITY shall not start working until
the DEPARTMENT has advised, in writing, that the submitted work schedule has
been approved.
g. The CITY shall not be responsible for the clean-up, removal and disposal of 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.
h. 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.
1. The CITY shall not plant additional landscaping within the limits of the PROJECT,
Turf and Landscape Maintenance Department Funded Agreement
between the Florida Department of Transportation and the City of South Miami
Financial Project # 403394·2-78·03
Page 2 of 13
without prior written approval by the DEPARTMENT, in accordance with Florida
Administrative Code Rule 14-40.003. Such approval shall be in the form of a
separate written agreement that will require the CITY to properly construct and
maintain the additional landscaping without compensation from the DEPARTMENT.
J. This Agreement shall not obligate the DEPARTMENT to pay the CITY to maintain
any additional landscaping, planted after the effective date of this Agreement, within
the limits of the PROJECT, and shall not obligate the CITY to maintain any such
additional landscaping.
3. FINANCIAL PROVISIONS
a. Eligible PROJECT costs may not exceed THREE THOUSAND NINE HUNDRED
EIGHTY DOLLARS ($3,980.00), as outlined in Exhibit "B", 'Project Limits &
Financial Summary'.
b. The DEPARTMENT agrees to compensate the CITY for services described in
'Exhibit "A"-Maintenance Responsibilities'. . The Method of Compensation is
included as 'Exhibit "B" -Project Limits & Financial Summary'.
c. The CITY shall furnish the services with which to maintain the PROJECT LIMITS.
Said PROJECT consists of services as detailed in Exhibit "A" of this Agreement.
d. The CITY shall provide 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. The Project, identified as
Project Number 403394-2-78-03, and the quantifiable, measurable, and verifiable
units of deliverables are described more fully in 'Exhibit "B" -Project Limits and
Financial Summary. (Section 287.058(l)(d) and (e), F.S.)
e. Invoices shall be submitted by the CITY in detail sufficient for a proper pre-audit and
post audit based on the quantifiable, measurable and verifiable units of deliverables as
established in Exhibit "A" -Maintenance Responsibilities". Deliverables must be
received and accepted in writing by the DEPARTMENT's Project Manager prior to
payments. (Section 287.058 (1)(a), F.S.)
f. 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
Exhibit "A" -Maintenance Responsibilities" was met.
g. There shall be no reimbursement for travel expenses under this Agreement.
h. The CITY providing goods and services to the DEPARTMENT should be aware of
the following time frames. Inspection and approval of goods or services shall take no
longer than five (5) working days unless the bid specifications, purchase order, or
contract specifies otherwise. The DEPARTMENT has twenty (20) days to deliver a
request for payment (voucher) to the Department of Financial Services. The twenty
Turf and Landscape Maintenance Department Funded Agreement
between the Florida Department of Transportation and the City of South Miami
Financial Project # 403394-2-78-03
Page 3 of 13
(20) days are measured from the latter of the date the invoice is received or the goods
or services are received, inspected, and approved. (Section 215.422(1), F.S.).
1. 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 which 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. (Section 215.422(3)(b), F.S.)
J. 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 or by calling
the Division of Consumer Services at 1-877-693-5236. (Section 215.422(5) and (7),
F.S.)
k. 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. (Section 287.058(4), F.S.)
1. 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 THOUSAND DOLLARS
($25,000.00) and which have a term for a period of more than 1 year."
m. The DEPARTMENT's obligation to pay is contingent upon an annual appropriation
by the Florida Legislature. (Section 216.311, F.S.)
Turf and Landscape Maintenance Department Funded Agreement
between the Florida Department of Transportation and the City of South Miami
Financial Project # 403394·2·78-03
Page 4 ofl3
n. E-verify:
The CITY I Contractors or Vendors shall:
1. Utilize the U.S. Department of Homeland Security's E-Verify system to verify
the employment eligibility of all new employees hired by the
Vendor/Contractor during the term of the contract; and
11. 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.
(Executive Order Number 2011-02)
The CITY shall insert the above clause into any contract entered into by the CITY
with vendors or contractors hired by the CITY for purposes of performing its duties
under this Agreement.
4. COMMUNICATIONS
AIl 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 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 III th Avenue, Room 6205
Miami, Florida 33172-5800
Attention: District Maintenance Engineer
To CITY: City of South Miami
City Hall, 1 st Floor
6130 Sunset Drive
South Miami, FL 33143
Attention: CITY Manager
Notices shall be deemed to have been received by the end of five (5) business days from the
proper sending thereof unless proof of prior actual receipt is provided.
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. Each invoice shall include proof that the areas under this Agreement were
maintained using specified frequencies, at minimum. The supporting documents
showing proof of work can be properly executed payroll, or time records, or
Turf and Landscape Maintenance Department Funded Agreement
between the Florida Department of Transportation and the City of South Miami
Financial Project # 403394-2-78·03
Page 5 of 13
Contractor's invoices, or vouchers evidencing III 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.
1. The DEPARTMENT shall initiate this procedure only if the temporary work
prevents the CITY from performing its work for a period of one (1) month or
longer.
c. In the event this Agreement is terminated as established in Section 8 herein, payment
will be prorated within· the quarter in which termination occurs. The prorated
payment shall be for approved work meeting the requirements stipulated in this
Agreement.
6. FINANCIAL CONSEQUENCES
Payment shall be made only after receipt and approval of goods and services unless advance
payments are authorized by the Chief Financial Officer of the State of Florida under
Chapters 215 and 216, F.S. Deliverable(s) must be received and accepted in writing by the
Contract Manager on the DEPARTMENT's invoice transmittal forms prior to payment. If
the DEPARTMENT determines that the performance of the CITY is unsatisfactory, the
DEPARTMENT shall notify the CITY of the deficiency to be corrected, which correction
shall be made within thirty (30) calendar days by the CITY. The CITY shall, within five (5)
days after notice from the DEPARTMENT, provide the DEPARTMENT with a corrective
action plan describing how the CITY will address all issues of contract non-performance,
unacceptable performance, failure to meet the minimum performance levels, deliverable
deficiencies, or contract non-compliance. If the corrective action plan is unacceptable to the
DEPARTMENT, the DEPARTMENT may, at its option, proceed as follows:
a. The CITY shall be assessed a non-performance retainage equivalent to 10% of the
total invoice amount. The retainage shall be applied to the invoice for the then-
current billing period. The retainage shall be withheld until the CITY resolves the
deficiency. If the deficiency is subsequently resolved, the CITY may bill the
DEPARTMENT for the retained amount during the next billing period. If the CITY
is unable to resolve the deficiency, the funds retained may be forfeited at the end of
the Agreement period. (Section 287.058(1)(h), F.S.)
b. 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
c. Terminate this Agreement.
7. EXPIRATIONIRENEWAL
Turf and Landscape Maintenance Department Funded Agreement
between the Florida Department of Transportation and the City of South Miami
Financial Project # 403394·2·78·03
Page 6 of 13
This Agreement is for a term of one (1) year beginning on the date provided 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
perfonnance 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 anyone 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 nnilaterally 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.
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 ofthe State of
Florida.
11. AMENDMENT
This Agreement may be amended by mutual agreement of the DEPARTMENT and the CITY
expressed III 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 Department Funded Agreement
between the Florida Department of Transportation and the City of South Miami
Financial Project # 403394·2·78·03
Page 7 of 13
13. INDEMNIFICATION
Subject to Section 768.28, Florida Statutes, as may be amended from time to time, the CITY
shall promptly indemnify, defend, save and hold harmless the DEPARTMENT, its officers,
agents, representatives and employees from any and all losses, expenses, fines, fees, taxes,
assessments, penalties, costs, damages, judgments, claims, demands, liabilities, attorneys
fees, (including regulatory and appellate fees), and suits of any nature or kind whatsoever
caused by, arising out of, or related to the CITY's exercise or attempted exercise of its
responsibilities as set out in this AGREEMENT, including but not limited to, any act, action,
neglect or omission by the CITY, its officers, agents, employees or representatives in any
way pertaining to this agreement, whether direct or indirect, except that neither the CITY nor
any of its officers, agents, employees or representatives will be liable under this provision for
damages arising out of injury or damages directly caused or resulting from the sole
negligence of the DEPARTMENT.
The CITY's obligation to indemnify, defend and pay for the defense of the DEPARTMENT,
or at the DEPARTMENT's option, to participate and associate with the DEPARTMENT in
the defense and trial of any claim and any related settlement negotiations, shall be triggered
immediately upon the CITY's receipt of the DEPARTMENT's notice of claim for
indemnification. The notice of claim for indemnification shall be deemed received if the
DEPARTMENT sends the notice in accordance with the formal notice mailing requirements
set forth in Section 4 of this AGREEMENT. The DEPARTMENT's failure to notify the
CITY of a claim shall not release the CITY of the above duty to defend and indemnify the
DEPARTMENT.
The CITY shall pay all costs and fees related to this obligation and its enforcement by the
DEPARTMENT. The indemnification provisions of this section shall survive termination or
expiration of this AGREEMENT, but only with respect to those claims that arose from acts
or circumstances which occurred prior to termination or expiration of this AGREEMENT.
The CITY's evaluation of liability or its inability to evaluate liability shall not excuse the
CITY's duty to defend and indemnify the DEPARTMENT under the provisions of this
section. Only an adjudication or judgment, after the highest appeal is exhausted, specifically
finding the Department was solely negligent shall excuse performance of this provision by
the CITY.
Turf and Landscape Maintenance Department Funded Agreement
between the Florida Department of Transportation and the City of South Miami
Financial Project # 403394-2-78-03
Page 8 of 13
IN WITNESS WHEREOF, the parties hereto have executed this Agreement, on the day
and year above written.
CITY OF SOUTH MIAMI:
BY:
CCiITrY~~~L~Arl¥rQO~RM~LAN~A~GGEE~R~====
SECRETARY
ATTEST:==~~==~ __ ~ ____ __
(SEAL) CITY CLERK
STATE OF FLORIDA, DEPARTMENT
OF TRANSPORTATION:
BY: ________ ~~~~-------
-DISTRICT
ATTEST:==~====~~==~~ __
(SEAL) EXECUTIVE SECRETARY
LEGAL REVIEW:
CITY ATTORNEY DISTRICT CIDEF COUNSEL
Turf and Landscape Maintenance Department Funded Agreement
between the Florida Department of Traosportation aod the City of South Miami
Finaocial Project # 403394-2-78-03
Page 9 of 13
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 S.R. 5/South Dixie Highway, in accordance with all
applicable DEPARTMENT guidelines, standards, and procedures, which shall include but
shall not be limited to the Maintenance Rating Program Handbook, as may be amended from
time to time. Additionally, the CITY shall maintain the all turf and landscape areas in
accordance with the International Society of Arboriculture standards, the latest FDOT Design
Standard, guidelines, and procedures, as may be amended from time to time. The CITY's
maintenance obligations shall include but not be limited to:
a. Mowing, cutting and/or trimming and edging the grass and turf.
b. Pruning all plant materials, which include trees, shrubs and ground covers, and
parts thereo f.
c. Maintaining existing decorative bricks, mulch and other aesthetic features
currently found within these corridors.
d. Fertilizing, insecticide, pesticide, herbicide and watering will be required to
. maintain the current landscape and turf in a healthy and vigorous growing
condition ..
e. Paying for all water use and all costs associated therewith.
f. Pruning such parts thereof which may present a visual or other safety hazard for
those using or intending to use the right-of-way.
g. Removing and disposing of all undesirable vegetation including but not limited to
weeding of plant beds and removal of invasive exotic plant materials.
h. Removing and properly disposing of dead, diseased or otherwise deteriorated
plants in their entirety, and replacing those that fall below the standards set forth
in all applicable DEPARTMENT guidelines, standards and procedures as may be
amended from time to time.
1. Removing and disposing of all trimmings, roots, branches, litter, and any other
debris resulting from the activities described by (a) to (h).
J. Maintaining a service log of all maintenance operations that sets forth the date of
the maintenance activity, the location that was maintained, and the work that was
performed.
k. Submitting Lane Closure Requests to the DEPARTMENT when maintenance
activities will require the closure of a traffic lane in the DEPARTMENT's right-
of-way. Lane closure requests shall be submitted through the District Six Lane
Turf and Landscape Maintenance Department Funded Agreement
between the Florida Department of Transportation and the City of South Miami
Financial Project # 403394-2-78-03
Page 10 of 13
Closure Information System, to the DEPARTMENT's area Permit Manager and
in accordance with the District Six Lane Closure Policy, as may be amended from
time to time.
FDOT Financial Project Number: 403394-2-78-03
County: Miami-Dade
FDOT Project Manager: Keith Jimmerson, P.E. 305-640-7277
CITY Project Manager: Steven Alexander, City Manager 305-668-2510
Turf and Landscape Maintenance Department Funded Agreement
between the Florida Department of Transportation and the City of South Miami
Financial Project # 403394-2-78-03
Page 11 of 13
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.
5 South Dixie Highway SW 80th Street SW 57th Avenue
Mowing small machine 1.23 18 22.14 $45.00 (E10443)
Mowing intermediate machine 0.167 18 3.006 $20.00 (E104 4 4)
Litter Removal 1.397 18 25.146 $13.00 (EllO 30)
Edging & Sweeping 2.666 18 47.988 $10.00 (El10321)
Landscape Maintenance 0.147 12 1.764 $1,200.00 (E580 32)
TOTAL ANNUAL AMOUNT ELIGIBLE FOR REIMBURSEMENT: $3,980.00
Turf and Landscape Maintenance Department Funded Agreement
between the Florida Department of Transportation and the City of South Miami
Financial Project # 403394-2-78-03
Page 12 of 13
Exhibit "e"
City of South Miami's Resolution
To be herein incorporated once approved by the CITY Commission.
Turf and Landscape Maintenance Department Funded Agreement
between the Florida Department of Transportation and the City of South Miami
Financial Project # 403394-2-78-03
Page 13 of 13