Loading...
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