Res No 103-15-14442RESOLUTION NO.103-15-14442
A Resolution authorizing theCityManagertoexecutea Joint Participation
Agreement (JPA)with theFlorida Department of Transportation (FDOT)for turf
and landscape maintenance funding in the amount of $3,980.00.
WHEREAS,theMayorandCity Commission desire toaccepttheJoint Participation
Agreement (JPA)withtheFlorida Department of Transportation (FDOT)forturfand maintenance
funding intheamountof $3,980.00 whichwillbe utilized forSouthDixie Highway (US-1)from SW
80th StreettoSW 57th Avenue.
NOW,THEREFORE,BE IT RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA THAT:
Section 1.TheCityCommissionauthorizestheCityManagertoexecutetheattachedJoint
Participation Agreement (JPA)with the Florida of Transportation (FDOT)for turf andlandscape
maintenance.
Section 2.This resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED this7_th day of July ,2015.
ATTEST:APPROVED:
ClTY CLERK''MAYOR
READ AND ^PpJoVED A8-•TO FORM,COMMISSION VOTE:5-0
LANGWSGJL LEGALI'fYA*Mayor Stoddard:Yea
E^^OIDONJpmRBOR ^Vice Mayor Harris:Yea
Commissioner Edmond:Yea
Commissioner Liebman:
Commissioner Welsh:
YeaCllY/Avt&QEtfT ^Yea
Soutlr Miami
THE CITY OF PLEASANT LIVING
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
TO:
VIA:
From:
Date:
Subject:
Background:
Cost:
The Honorable Mayor &Members of the City Commission
Steven Alexander,City Manager
Kelly Barket Jr.,Director of Public Works
July7,2015 Agenda Item No.:
A Resolution authorizing the City Managerto execute aJoint
Participation Agreement (JPA)with the Florida Department of
Transportation (FDOT)for turf landscape maintenance funding in the
amount of $3,980.
The Mayor andCity 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 which willbe utilized for South Dixie Highway (US-
1)from SW 80th Street toSW57th 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.
USl isa FDOT Roadway and this agreement isa reimbursement of
funds to the Cityfor maintenance.
$3,980
Funding Sources:FDOT
Support:Turf and Landscape Maintenance Joint Participation Agreement
CONTRACT #Afi*&$S
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 thisP£"^lay oif^p^r^^y ,20/>,by
and between the State of Florida Department of Transportation,a comp^ldent agency of the State
of Florida,hereinafter referredtoasthe 'DEPARTMENT',andthe City of South Miami,a
municipal corporation of theState of Florida,hereinafter referredtoasthe 'CITY9.
RECITALS:
WHEREAS,the DEPARTMENT has jurisdiction and maintains the State Road(S.R.)
5/South Dixie Highway intheCITY;and
WHEREAS,the DEPARTMENT,as part of the continual updating of theState of
FloridaHighwaySystemandforthepurpose of safety,hascreatedmedianstripsontheState
HighwaySystem within thecorporatelimits of theCITY;and
WHEREAS,the DEPARTMENT,atthe CITY's request,has agreed toreimbursethe
CITYforthe maintenance of turf andlandscape,hereinafterreferredtoasthe 'PROJECT',and
WHEREAS,theCITYrecognizesthatsaidmedianstripsareas contain turf and
landscape,which shall be maintained in accordance with Exhibit "A",'Maintenance
Responsibilities',which isherein incorporated byreference;and
WHEREAS,theDEPARTMENThasprogrammedfundingforthePROJECTunder
FinancialProjectNumber 403394-2-78-03,andhasagreedtoreimbursetheCITYfor turf and
landscapemaintenanceelementswhichareoutlinedintheattachedExhibit "B",'ProjectLimits
&FinancialSummary',whichishereinincorporatedbyreference;and
WHEREAS,thepartiesheretomutuallyrecognizetheneedforenteringintoan
Agreementdesignatingandsettingforththeresponsibilities of eachparty;and
WHEREAS,thepartiesareauthorizedtoenterintothisAgreementpursuantto Section
339.08(e)and 339.12,Florida Statutes (F.S.);
NOW,THEREFORE,inconsideration of thepremises,themutualcovenantsandother
valuable considerations contained herein,thereceiptand sufficiency ofwhichare acknowledged,
the parties agree as follows:
1.INCORPORATION OF RECITALS
TurfandLandscape Maintenance Department Funded Agreement
betweenthe Florida Department of Transportation and theCity of SouthMiami
FinancialProject#403394-2-78-03
Page1 of 13
The foregoing recitals are true and correct and are incorporated intothebody of this
Agreement,as if fullysetforthherein.
2.GENERAL REQUIREMENTS
a.The CITY shall submit this Agreement toits CITY Commission forratificationor
approvalbyresolution.Acopy of saidresolutionisattachedheretoasExhibit"C",
'City of SouthMiami'sResolution',andisherein incorporated by reference.
b.The CITY shall not commence the PROJECT until a Notice to Proceed has been
provided fromthe DEPARTMENT,which shall become the effective date of this
Agreement andshallnotprecedethedateprovidedonpageone(1)of theAgreement.
c.The CITY shallbe responsible forthemaintenance of allareasthathave turf and
landscape within the DEPARTMENT'S right-of-way asdescribedinExhibit "A",
'Maintenance Responsibilities'.
d.The CITY shallberesponsibleforperformingtherequiredmaintenancewitha
minimum frequency of eighteen (18)timesperyearfor:MowingSmall Machine,
MowingIntermediate Machine,Litter Removal,EdgingandSweeping,andtwelve
(12)times per year Landscape Maintenance
e.All turf andlandscape maintenance shallbeinaccordance with thelatest edition of
theState of Florida "Guide forRoadside Mowing"andthelatestedition of the
"Maintenance Rating Program",andIndex546 ofthelatestFDOTDesign Standards.
f.The CITY shall submit a work schedule tothe DEPARTMENT.In addition,before
the CITY starts the work,the DEPARTMENT shall be notified,via faxor e-mail,of
thestateroad(s)andtheday(s)in which the CITY will be working.The faxor e-mail
shallbesenttothe attention of the South Miami-Dade Maintenance Engineer,at305-
640-7277 or keith.iimmerson@dot.state.fl.us.The CITY shall not start working until
the DEPARTMENT hasadvised,inwriting,thatthe submitted work schedulehas
been approved.
g.The CITY shallnotberesponsiblefortheclean-up,removalanddisposal of debris
fromthe DEPARTMENT'S right of wayfollowinganaturaldisaster(i.e.hurricane,
tornados,etc.).However,thecost of anycycleorpart thereof impaired byanysuch
event may be deducted fromthe DEPARTMENT'S affected quarterlypaymenttothe
CITY.
h.Itisunderstood between thepartiesheretothatallthelandscapingcoveredbythis
Agreement may be removed,relocatedoradjustedatanytimeinthe future asfound
necessarybythe DEPARTMENT inorderthattheadjacentstateroadbewidened,
alteredorotherwisechangedandmaintainedto meet with futurecriteriaorplanning
of the DEPARTMENT.
i.The CITY shallnotplant additional landscaping withinthelimits of the PROJECT,
Turf and Landscape MaintenanceDepartmentFunded Agreement
betweentheFloridaDepartment ofTransportation andtheCity of SouthMiami
FinancialProject#403394-2-78-03
Page2 of 13
withoutprior written approvalbytheDEPARTMENT,inaccordancewithFlorida
Administrative Code Rule14-40.003.Suchapprovalshallbeintheform of a
separate written agreement that willrequiretheCITYto properly construct and
maintain the additional landscaping without compensation fromthe DEPARTMENT.
j.This Agreement shallnotobligatetheDEPARTMENTtopaytheCITYtomaintain
anyadditional landscaping,plantedaftertheeffectivedate of thisAgreement,within
thelimits of the PROJECT,andshallnot obligate the CITY to maintain anysuch
additional landscaping.
3.FINANCIAL PROVISIONS
a.Eligible PROJECT costsmaynotexceed THREE THOUSAND NINE HUNDRED
EIGHTY DOLLARS ($3,980.00),asoutlinedinExhibit "B",'Project Limits&
Financial Summary'.
b.The DEPARTMENT agreestocompensatetheCITYforservicesdescribedin
'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 servicesasdetailedinExhibit "A"of thisAgreement.
d.TheCITYshall provide quantifiable,measurable,and verifiable units of deliverables.
Each deliverable mustspecifytherequired minimum level of servicetobeperformed
andthecriteriaforevaluatingsuccessfulcompletion.TheProject,identifiedas
ProjectNumber403394-2-78-03,andthequantifiable,measurable,andverifiable
units of deliverablesaredescribedmorefullyin'Exhibit "B"-ProjectLimitsand
Financial Summary.(Section 287.058(l)(d)and (e)9 F.S.)
e.InvoicesshallbesubmittedbytheCITYindetail suflBcient foraproperpre-auditand
post audit based on the quantifiable,measurable and verifiable units of deliverables as
establishedin Exhibit "A"-MaintenanceResponsibilities".Deliverablesmustbe
receivedandacceptedinwritingbythe DEPARTMENT'S ProjectManagerpriorto
payments.(Section 287.058 (l)(a),F.S.)
f.Supporting documentation mustestablish that the deliverables werereceivedand
acceptedinwritingbytheCITYandthattherequiredminimumlevelofservicetobe
performed basedonthecriteriafor evaluating successful completionas specified in
Exhibit"A"-MaintenanceResponsibilities"wasmet.
g.Thereshallbeno reimbursement fortravelexpensesunderthis Agreement.
h.TheCITY providing goodsandservicestothe DEPARTMENT shouldbeaware of
thefollowingtime frames.Inspectionandapproval of goodsorservicesshalltakeno
longerthanfive(5)working days unless thebid specifications,purchase order,or
contractspecifiesotherwise.The DEPARTMENT hastwenty(20)daystodelivera
requestforpayment (voucher)tothe Department of Financial Services.Thetwenty
Turfand Landscape Maintenance Department FundedAgreement
betweentheFlorida Department of Transportation andtheCity of SouthMiami
FinancialProject#403394-2-78-03
Page3 of 13
(20)days are measured from the latter ofthe date the invoice is received orthe goods
or services are received,inspected,and approved.(Section 215.422(1),F.S.).
i.Ifa payment isnot available within forty (40)days,a separate interest penalty ata
rateas established pursuant to Section 55.03(1),F.S.,willbe due and payable,in
addition tothe invoice amount,to the CITY.Interest penalties oflessthan one (1)
dollarwillnotbe enforced unless theCITY requests payment.Invoices whichhave
tobe returned tothe CITY because of CITY preparation errors will result ina delay
inthe payment.The invoice payment requirements donot start untila properly
completed invoiceis provided tothe DEPARTMENT.(Section 215.422(3)(b),F.S.)
j.A Vendor Ombudsman hasbeen established within the Department of Financial
Services.Thedutiesofthis individual includeactingasan advocate fortheCITY
whomaybe experiencing problems in obtaining timely payment(s)fromastate
agency.TheVendor Ombudsman maybecontactedat 850-413-5516 orbycalling
theDivision of Consumer Services at 1-877-693-5236.(Section 215.422(5)and (7),
F.S.)
k.Records of costsincurredundertheterms of thisAgreementshallbemaintainedand
madeavailableuponrequesttothe DEPARTMENT atalltimesduringtheperiod of
thisAgreementandforfive(5)yearsafterfinalpaymentis made.Copies of these
documentsandrecordsshallbe furnished to the DEPARTMENT uponrequest.
Records of costsincurredincludethe CITY's generalaccountingrecordsandthe
project records,together withsupportingdocumentsandrecords,of the contractor
andallsubcontractorsperformingworkonthe project,andallotherrecords of the
ContractorandsubcontractorsconsiderednecessarybytheDEPARTMENTfora
proper audit of costs.(Section 287.058(4),F.S.)
1.Inthe event this contract isforservicesin excess of $25,000.00 and a term fora
period of morethan1year,theprovisions of Section 339.135(6)(a),F.S.,arehereby
incorporated:
"The DEPARTMENT,duringany fiscal year,shall not expend money,incur
any liability,orenterintoany contract which,byitsterms,involvesthe
expenditure of moneyinexcess of the amounts budgeted as available for
expenditure duringsuchfiscalyear.Any contract,verbalorwritten,madein
violation of this subsection isnulland void,andno money maybepaidon such
contract.The DEPARTMENT shall require a statement fromthe Comptroller
of the DEPARTMENT thatsuchfundsare available priorto entering intoany
such contract orotherbinding commitment of funds.Nothing herein contained
shall prevent the making of contracts for periods exceeding 1year,but any
contract so made shallbe executory only forthevalue of the services tobe
rendered oragreedtobepaidforin succeeding fiscalyears;andthisparagraph
shallbe incorporated verbatim inall contracts of the DEPARTMENT whichare
for an amount in excess of TWENTY FIVE THOUSAND DOLLARS
($25,000.00)andwhichhaveatermfora period of morethan1year."
m.The DEPARTMENT'S obligation topayis contingent upon anannual appropriation
bythe Florida Legislature.(Section 216.311,F.S.)
Turf andLandscapeMaintenanceDepartmentFunded Agreement
between theFloridaDepartment of TransportationandtheCity of SouthMiami
FinancialProject#403394-2-78-03
Page4 of 13
n.E-verify:
The CITY /Contractors or Vendors shall:
i.UtilizetheU.S.Department of Homeland Security's E-Verifysystemtoverify
theemploymenteligibility of allnewemployeeshiredbythe
Vendor/Contractor duringthe term of thecontract;and
ii.Expresslyrequireanysubcontractorsperformingworkorprovidingservices
pursuanttothestatecontracttolikewiseutilizetheU.S.Departmentof
Homeland Security's E-Verify systemtoverifytheemploymenteligibility of
all new employees hiredbythe subcontractor duringthe contract term.
(Executive Order Number 2011-02)
TheCITYshallinserttheaboveclauseintoany contract enteredintobytheCITY
withvendorsorcontractorshiredbytheCITYforpurposes of performing itsduties
under this Agreement.
4.COMMUNICATIONS
All notices,requests,demands,consents,approvals,andother communication whichare
required tobe served or given hereunder,shall bein writing andshallbe sent by certified
U.S.mail,return receipt requested,postage prepaid,addressed tothe party toreceivesuch
notices as follows:
To DEPARTMENT:Florida Department of Transportation
1000 NW 111th Avenue,Room 6205
Miami,Florida 33172-5800
Attention:District Maintenance Engineer
To CITY:City of South Miami
City Hall,1st Floor
6130 Sunset Drive
South Miami,FL 33143
Attention:CITY Manager
Noticesshallbedeemedtohavebeenreceivedbytheend of five(5)businessdaysfromthe
propersending thereof unless proof of prioractualreceiptisprovided.
5.INVOICING
a.TheCITYshallsubmitquarterlyinvoicesforDEPARTMENTreview,approval,and
paymentinaccordancewiththisAgreement.Quarterlypaymentswillbemadeupon
invoiceapprovalinanamountnottoexceedonefourthoftheeligiblePROJECT
costs.Eachinvoiceshallinclude proof thattheareasunderthis Agreement were
maintainedusingspecified frequencies,at minimum.Thesupporting documents
showing proof of workcanbeproperlyexecutedpayroll,ortimerecords,or
Turf andLandscapeMaintenanceDepartmentFunded Agreement
betweentheFloridaDepartment of TransportationandtheCity of SouthMiami
FinancialProject#403394-2-78-03
Page5 of 13
Contractor's invoices,or vouchers evidencing in proper detail the nature and
propriety of the charges.
b.Inthe event temporary work bythe DEPARTMENT'S forcesorby other Contractors
temporarily prevent theCITYfromperformingtheworkdescribedinthis Agreement,
the DEPARTMENT shall deductfromtheaffectedquarterly payment(s)theacreage
affectedareaand only compensate theCITYfortheactualworkitperforms.
i.The DEPARTMENT shall initiate this procedure only if the temporary work
prevents the CITY from performing its work fora period of one(1)month or
longer.
c.Intheeventthis Agreement isterminatedasestablishedin Section 8herein,payment
willbeprorated within thequarterinwhich tennination occurs.Theprorated
paymentshallbeforapprovedworkmeetingtherequirementsstipulatedinthis
Agreement.
6.FINANCIAL CONSEQUENCES
Paymentshallbemadeonlyafterreceiptandapproval of goodsandservicesunlessadvance
paymentsareauthorizedbytheChiefFinancialOfficer of theState of Floridaunder
Chapters 215and216,F.S.Deliverable(s)mustbereceivedandacceptedinwritingbythe
ContractManageronthe DEPARTMENT'S invoicetransmittalforms prior topayment.If
theDEPARTMENTdeterminesthatthe performance of theCITYisunsatisfactory,the
DEPARTMENTshallnotifytheCITY of thedeficiencytobecorrected,whichcorrection
shallbemadewithinthirty(30)calendardaysbytheCITY.TheCITYshall,withinfive(5)
daysafternoticefromthe DEPARTMENT,providethe DEPARTMENT withacorrective
actionplan describing howtheCITYwill address allissuesof contract non-performance,
unacceptable performance,failuretomeetthe minimum performance levels,deliverable
deficiencies,orcontract non-compliance.Ifthe corrective actionplanisunacceptabletothe
DEPARTMENT,the DEPARTMENT may,atitsoption,proceedasfollows:
a.TheCITYshallbeassesseda non-performance retainageequivalentto 10%of the
total invoiceamount.Theretainageshallbeappliedtotheinvoiceforthethen-
current billing period.The retainage shall bewithhelduntiltheCITY resolves the
deficiency.If the deficiency is subsequently resolved,theCITYmaybillthe
DEPARTMENTfortheretainedamountduringthenextbillingperiod.If theCITY
isunabletoresolvethe deficiency,the funds retainedmaybeforfeitedattheendof
theAgreementperiod.(Section 287.058(l)(h),F.S.)
b.Maintainthemedianorroadsidearea(s)declareddeficientwithDEPARTMENT
and/oraContractor'smaterial,equipment and personnel.Theactualcostforsuch
workwillbedeductedfromtheDEPARTMENT'Saffected quarterly paymenttothe
CITY;or
c.Terminate this Agreement.
7.EXPIRATION/RENEWAL
Turf andLandscapeMaintenance Department FundedAgreement
between the Florida Department of Transportation andtheCityofSouth Miami
FinancialProject#403394-2-78-03
Page6 of 13
This Agreement isforatermofone(1)year beginning onthedate provided intheNoticeto
Proceed;andmayberenewed twice,onlyif mutually agreedtoin writing bythe
DEPARTMENT andtheCITY.Anysuch renewal shallbesubjecttothesametermsand
conditionssetforthinthisAgreement,andshallbecontingentuponbothsatisfactoryCITY
performance evaluations bythe DEPARTMENT andthe availability of funds.
This Agreement maybeextendedif mutually agreed inwritingbyboth parties,foraperiod
notto exceed six(6)monthsandshallbe subject tothesametermsand conditions setforthin
thisAgreement.Thereshallbeonlyone(1)extension of thisAgreement.
8.TERMINATION
This Agreement,orparthereof,issubjecttoterminationunderanyone of thefollowing
conditions:
a.Intheeventthe DEPARTMENT exercisesthe option identifiedbySection6 of this
Agreement.
b.As mutually agreed by both parties.
c.In accordance with Section 287.058(l)(c),F.S.,the DEPARTMENT shall reserve the
righttounilaterallycancelthisAgreement if theCITYrefusestoallowpublicaccess
toanyoralldocuments,papers,letters,orothermaterialsmadeorreceivedbythe
CITY pertinent tothisAgreementwhicharesubjecttoprovisions of Chapter 119,of
the F.S.
9.ENTIRE AGREEMENT
ThisJointParticipation Agreement istheentireAgreementbetweenthepartieshereto,andit
maybe modified or amended onlyby mutual consent of the parties in writing.
10.GOVERNING LAW
This Agreement shallbe governed andconstruedin accordance withthelaws of theState of
Florida.
11.AMENDMENT
This Agreement maybe amended bymutualagreement of the DEPARTMENT andtheCITY
expressed in writing,executed and delivered byeachparty.
12.INVALIDITY
If anypart of this Agreement shallbe determined tobe invalid or unenforceable,the
remainder of this Agreement shallnotbeaffectedthereby,if such remainder continuesto
conformtothetermsand requirements of applicablelaw.
Turf and Landscape MaintenanceDepartmentFunded Agreement
between theFloridaDepartment ofTransportationandtheCity of SouthMiami
Financial Project #403394-2-78-03
Page7 of 13
13.INDEMNIFICATION
SubjecttoSection768.28,Florida Statutes,asmaybeamendedfromtimetotime,the CITY
shall promptly indemnify,defend,save andhold harmless the DEPARTMENT,its officers,
agents,representatives and employees fromanyandall losses,expenses,fines,fees,taxes,
assessments,penalties,costs,damages,judgments,claims,demands,liabilities,attorneys
fees,(including regulatory andappellatefees),andsuits of anynatureorkind whatsoever
causedby,arisingoutof,orrelatedtothe CITY's exercise orattemptedexercise of its
responsibilities asset out inthisAGREEMENT,includingbutnotlimitedto,anyact,action,
neglector omission bytheCITY,itsofficers,agents,employees orrepresentativesinany
way pertaining tothis agreement,whether director indirect,except thatneitherthe CITY nor
any of its officers,agents,employees or representatives willbe liable under this provision for
damagesarisingout of injuryordamagesdirectly caused orresultingfromthesole
negligence of the DEPARTMENT.
The CITY's obligation toindemnify,defendandpayforthedefense of the DEPARTMENT,
oratthe DEPARTMENT'S option,toparticipateandassociate with the DEPARTMENT in
thedefenseandtrial of anyclaimandanyrelated settlement negotiations,shallbe triggered
immediatelyuponthe CITY's receipt of the DEPARTMENT'S notice of claimfor
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
setforthin Section 4 of this AGREEMENT.The DEPARTMENT'S failureto notify the
CITY of aclaimshall not releasetheCITY of theabovedutytodefendand indemnify the
DEPARTMENT.
TheCITYshallpayallcostsandfeesrelatedtothisobligationanditsenforcementbythe
DEPARTMENT.The indemnification provisions of thissectionshallsurviveterminationor
expiration of this AGREEMENT,butonlywithrespecttothoseclaimsthatarosefromacts
orcircumstanceswhich occurred priortoterminationor expiration of thisAGREEMENT.
The CITY's evaluation of liabilityoritsinabilitytoevaluateliabilityshallnotexcusethe
CITY'sdutytodefendandindemnifytheDEPARTMENTundertheprovisions of this
section.Onlyanadjudicationorjudgment,afterthehighestappealis exhausted,specifically
finding theDepartmentwassolelynegligentshallexcuseperformanceofthisprovisionby
the CITY.
Turf andLandscapeMaintenanceDepartmentFunded Agreement
betweentheFloridaDepartment ofTransportation andtheCity of SouthMiami
FinancialProject#403394-2-78-03
Page8 of 13
IN WITNESS WHEREOF,the parties hereto haveexecutedthisAgreement,ontheday
andyearabove written.
CITY OF SOUTH MIAMI:STATE OF FLORIDA,DEPARTMENT
OF TRANSPORTATION:
BY:
^--CrTY MANAGER
ATTEST!:.
(SEAL)>eiTYCLE
tU^j/mttA
DISTRICT SECRETARY
ATTEST:
(SEAL)EXEC SECRETARY
LEGAL REVIEW:
DISTRICT C
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
Page9 of 13
Exhibit"A"
Maintenance Responsibilities
TheCITYshallberesponsibleforthemaintenance of all turf andlandscapeareaswithinthe
DEPARTMENT'Sright of wayonS.R.5/SoutLv Dixie Highway,inaccordance with all
applicableDEPARTMENTguidelines,standards,andprocedures,whichshallincludebut
shallnotbe limited totheMaintenanceRatingProgramHandbook,asmaybeamendedfrom
timetotime.Additionally,theCITYshallmaintaintheall turf andlandscapeareasin
accordance with theInternationalSociety of Arboriculture standards,thelatestFDOT Design
Standard,guidelines,andprocedures,asmaybeamendedfromtimetotime.The CITY's
maintenance obligations shall include butnotbe limited to:
a.Mowing,cutting and/or trimming and edging the grass andturf.
b.Pruning all plant materials,which include trees,shrubs and ground covers,and
parts thereof.
c.Maintaining existing decorative bricks,mulch andother aesthetic features
currently found within these corridors.
d.Fertilizing,insecticide,pesticide,herbicide andwateringwillbe required to
maintain thecurrentlandscapeand turf inahealthyandvigorous growing
condition..
e.Paying forallwateruseandallcosts associated therewith.
f.Pruning suchparts thereof whichmaypresentavisualorothersafetyhazardfor
those using or intending tousethe right-of-way.
g.Removinganddisposing of allundesirablevegetationincludingbutnotlimitedto
weeding of plantbedsandremoval of invasiveexoticplantmaterials.
h.Removingandproperly disposing of dead,diseasedorotherwisedeteriorated
plantsintheirentirety,andreplacingthosethatfallbelowthe standards setforth
inallapplicableDEPARTMENTguidelines,standardsandproceduresasmaybe
amended from time to time.
i.Removinganddisposingofall trimmings,roots,branches,litter,andanyother
debris resulting fromtheactivities described by(a)to(h).
j.Maintainingaservicelogofall maintenance operationsthatsetsforththedate of
themaintenanceactivity,thelocationthatwasmaintained,andtheworkthatwas
performed.
k.SubmittingLaneClosureRequeststothe DEPARTMENT whenmaintenance
activitieswill require the closure ofatrafficlaneinthe DEPARTMENT'S right-
of-way.LaneclosurerequestsshallbesubmittedthroughtheDistrictSixLane
Turf andLandscapeMaintenanceDepartmentFunded Agreement
betweenthe Florida Department ofTransportation andtheCity of SouthMiami
FinancialProject#403394-2-78-03
Page10 of 13
ClosureInformationSystem,tothe DEPARTMENT'S areaPermitManagerand
inaccordancewiththeDistrictSixLaneClosurePolicy,asmaybe 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 andLandscape Maintenance DepartmentFunded Agreement
between theFloridaDepartment of TransportationandtheCity of SouthMiami
Financial Project #403394-2-78-03
Page11 of 13
Exhibit "B"
Project Limits &Financial Summary
Below arethe PROJECT limitsandacreage of theareastobemaintainedbytheCITY under this
Agreement.
South Dixie Highway SW 80th Street SW 57th Avenue
Y^-J^~*j^fjfT**"-"^'J-
Mowingsmallmachine
(E1044 3)
"1
Mowing intermediate machine
(E1044 4)
Litter Removal
(El 10 30)
Edging&Sweeping
(El 10 321)
LandscapeMaintenance
(E580 32)
1.23 18
0.167 18
1.397 18
2.666 18
0.147 12
ftmwHmy<-'
22.14 $45.00 $99630
3.006 $20.00 $60.12
25.146 $13.00 $32656
47.988 $10.00 $479.8*
1.764 $1,200 .00 $2,116.80
TOTAL ANNUAL AMOUNT ELIGIBLE FOR REIMBURSEMENT:$3,980.00
Turf andLandscapeMaintenanceDepartmentFundedAgreement
between the Florida Department ofTransportation andtheCity of SouthMiami
FinancialProject #403394-2-78-03
Page12 of 13
Exhibit "C"
City of South Miami's Resolution
Tobe herein incorporated once approved bythe CITY Commission.
Turf andLandscapeMaintenanceDepartmentFunded Agreement
betweentheFloridaDepartment of Transportation andtheCity of SouthMiami
FinancialProject#403394-2-78-03
Page13 of 13