Loading...
25-1704 Authorizing FDOT Highway Maintenance MOA RESOLUTION NO. 25-1704 A RESOLUTION OF THE CITY OF LONGWOOD, FLORIDA, APPROVING AND AUTHORIZING THE EXECUTION OF A HIGHWAY MAINTENANCE MEMORANDUM OF AGREEMENT BETWEEN THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION AND THE CITY OF LONGWOOD CONCERNING THE MAINTENANCE AND CONTINUAL UPDATING OF DESIGNATED SECTIONS OF THE STATE HIGHWAY SYSTEM WITHIN CITY LIMITS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS,the State of Florida Department of Transportation("FDOT")and City of Longwood desire to continue the maintenance and updating of the State Highway System within City limits for purposes of safety and functionality,specifically within the limits of SR 434 from SR 400(Interstate 4) Milepost 5.195 to Talmo Road Milepost 9.185 and SR 15/600(US 17/92)from Seminola Boulevard Milepost 3.386 to Shepard Road Milepost 5.710 which is described as the FDOT's FPN 244853-1-78-04 (the "Project"); and WHEREAS, the FDOT has requested the City of Longwood to execute and deliver to the FDOT the Highway Maintenance Memorandum of Agreement for the aforementioned Project; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF LONGWOOD, FLORIDA,that: SECTION 1. The City Commission hereby approves and authorizes the Mayor or the City Manager of the City of Longwood to execute and deliver to the State of Florida Department of Transportation the Highway Maintenance Memorandum of Agreement for the aforementioned Project. This Resolution will be an exhibit to the Highway Maintenance Memorandum of Agreement. SECTION 2. This Resolution shall take effect immediately upon its adoption. PASSED AND RESOLVED this 3rd day of November 2025, by the City Commission of the City of Longwood, Florida. APPROVED: l Brian D. Sackett, Ma ATTEST: _ Liane Cartagena, City Clerk Rev' fo legal sufficiency by: Daniel W. La , . A torney Resolution No.25-1704 Page 1 of 1 FLORIDA DEPARTMENT OF TRANSPORTATION R E Y . 07/2 1/20 21 HIGHWAY MAINTENANCE MEMORANDUM OF AGREEMENT CONTRACT NO.: AT489 FINANCIAL PROJECT NO.: 244853-1-78-04 Thi s AGREEMENT, entered this ____ day of _______ , 2025 , by and between the Florida Department of Transportation, a component agency of the State of Florida, hereinafter called the DEPARTMENT and the City of Longwood , 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 purpo se of safety and functiona lity, has constructed roadway, roadside areas , and medians on that part of the State Hi ghw ay 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 attractivel y maintained ; WHE REAS , the parties he reto mutually recognize the need for entering into an A greement designating and settin g forth the responsibilitie s of each party ; WHEREAS , the LOCAL GOVERNMENT , by Resolution 25-1704 dated the 3rd day of November , 20 25 attached hereto as EXHIBIT" A", which by reference hereto shall become a part hereof, d esires to enter into this Agreement and authorize s it s 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 EXIDBIT "B", or subsequent amended limits mutually agreed upon in writing by both partie s. 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 de scribed in EXIDBIT "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.: AT489 FINANCIAL PROJECT NO.: 244853-1-78-04 1 Docusign Envelope ID: 729B2C57-00CB-4907-91E2-183915E04565 November4th b) St andard Pl ans , c urrent e diti o n , w hi c h by refere nce hereto sh a ll b ecome a part hereof. 3) T h e LO CAL GOVERNME NT s ha ll be resp on s ibl e for monito rin g m a inte na n ce op erat io n s and th e m a in tena n ce of traffic ("MOT") thro ugh out the te rm of t he Agr eem ent in accordan ce w ith t he lat est ed it io n of FD OT St and ard Spec ifi cati o ns , Secti o n 10 2 . T h e LOC AL G OVE RNMENT is respo ns ibl e for the d eve lopment of a MOT pl an and m akin g any changes t o th at pl an as necessary . T h e MOT pl an sha ll be in accord ance w ith t he lat est vers ion ofFDOT Stand ard P lan s, Ind ex 102-600 series. 4) T h e DEPARTMENT may, at its di sc r et ion , p e rfo rm p erio di c in sp ectio n s of any or a ll location s. If it is d ete rmine d th at any of the roadway features de fin e d in EXHIBIT "C" are not bei n g m a int ain e d as required by thi s Agreem ent, th e DEPARTMENT w ill iss ue a n ot ice of s uc h d eficiency to th e LOC AL GO VE RN MENT 's p o in t of co ntact by em a il or certifie d m a il. T h e LOC AL GOVERNME NT sh a ll have t hirty (3 0 ) d ays to correct th e d efic ien cy (ies ) a nd to noti fy th e DEPART MENT by em a il or certifi ed m ail , th at th e d efic ien cy (ies) h as been co rrecte d . If sa id d efi c ien cy or d efic iencies are n o t corrected w ithin thi s tim e p e ri o d th e DEPARTME NT m ay a t its o pti o n , p roceed as fo ll ows : a) Main tain t he road way features d e cl ar ed d efi c ie nt w ith th e DEPARTMENT or DEPARTMENT Co ntracto r's m ateria l, eq ui p me nt a nd p erso nne l. T h e actu a l cost for such work w ill be d educt ed fr om paym ent to t h e LO CAL GOVERNMENT ; o r b) Termin ate thi s Agreement in accord a nce w ith th e p rov is io ns of th is Agreement. 5) In th e even t of a Gove rn or Declare d E m e rgency, a natu ral d isaster or sign ificant occ urrence (hurri can e, t o rn ad o, vehi c le acc id ent, h azard o us wast e spills, etc.) th e LOC AL G OVE RNMENT and th e DEPARTMENT w ill cooperate and coordinat e th e use of the ir r es p ective resources t o p rov id e fo r cl ean up , rem oval, a nd di sposal of d eb ri s o r oth er s ub stances fro m th e DE P ARTMENT 's r ig ht of way d escrib ed in EXIDBIT "B" or any amen d ed l imi ts mu tu a ll y agreed up o n in wr iti ng by both parties h ereto. T he DEPARTMENT w ill not deduct a ny p ay m ent t o the LOCAL G OVERNMENT , costs for impairm ent of per fo 1m an ce of any activity or p art thereof d efi ned in EXIDBIT "C", as a res ult of s uch even t and th e r ed i recti on of LOCAL GOVE RNMENT fo r ces t oward s fulfillm ent of th e resp ons ib ility und er thi s articl e . T hi s p aragraph sh a ll n ot be interpreted to reduce the LOCAL GO VE RNMENT's r igh t t o compen sati o n or re imburse m ent fro m a ny other so u rces (i .e.: FEMA) fo r th e d e br is re moval or other activities of the L O CAL GOVE RNMENT s ubsequ ent to a n atura l di sast er o r acc id ent. 6) Dur in g th e t e rm of thi s Agreement , the DE PARTMENT m ay fro m t im e to t ime engage in t ransp o rtat io n p roj ects o n th e road s covered by thi s Agreem e nt. So m e of these projects m ay invo lve th e DEP ARTMENT 's co n struction co ntracto r t emp oraril y ass uming m ainte na nce res p o n si bili ty fo r the limi ts of th e p roj ect. In t h at eve nt, th e DEPARTMENT w ill n oti fy th e LOCAL GO VE RNMENT of th e limits of the p roj ect an d th e tim e frame fo r that p ro j ect. Dur in g that t ime a nd fo r those limits, th e LOCAL GOVERNMENT may be re leased fr o m it s o bli gati o n to p erform m ai ntenan ce o n th ose ro ad s and th e co mp en sati o n to be paid und er th is Agreem e nt m ay be redu ced for t h e d urati o n of th e co n stru cti o n proj ect. T h e redu cti o n in compensati on sh a ll be base d o n th e fo rmul a u se d to in itiall y co mp ute t h e am o unt of co mp en sation under thi s Agreem ent. T h e LOC AL GO VE RNMENT w ill be notified of the am ount of the r edu cti on as p art of t he afore me nt io n ed n oti ce . CO NTRACT N o.: AT 489 FIN A NCIAL P RO JECT N O .: 244853 -1-7 8-04 2 Docusign Envelope ID: 729B2C57-00CB-4907-91E2-183915E04565 TERM 1) After this Agreement ha s 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 DEP ARTMENT's discretion . The term of this Agreement commences on the effective date of the Notice to Proceed and wi ll 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 wi ll be subject to the same terms and co nditi ons set forth in this Agreement. A renewal shall be contingent upon satisfactory performance eva luati ons by the DEPARTMENT and subject to the avai labili ty of funds . Renewals must be mutually agreed upon by both partie s and in wr itin g and must be executed prior to the expiration date of its preceding term. 3) In the event this Agreement extends beyond the DEP ARTMENT'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 Legis lature. In addition, Section 339.135(6)(a), Florida Statutes , is incorporated by reference, and is set forth herein below as follows: F.S. "339.J 35(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 D epartm ent shall r equire a state m ent from the Comptro ller of the Department that funds are available prior to entering into any such Co ntract or any other binding commitment of funds. Nothing here in shall prevent the making of Contracts for p eriods exceeding one (1) year, but any Co ntract so made s hall 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 in co rporated verbatim in all Co ntracts 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 I) The DEPARTMENT agrees to pay the LOCAL GOVERNMENT, fo ll owing 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 $17,382 .00 per quarter, equating to $69,528.00 per year for the duration of the term. 2) Payment s hall be made only after receipt of goo ds a nd serv ic es as provided in Section 215.422, F lorida Statutes. Detailed quarterly invoices and any associated documents , including Maintenance Management Systems (MMS) breakdown of all activities , sha ll be s ubmitted to the DEP ARTMENT's Project Administrator: Brahim Sahraoui. Delivery s hall be effective upon receipt of a proper quarterly inv oice and any required associated documents. a) Upon receipt, the DEPARTMENT has seven (7) working days to inspect and approve the goods and services , unle ss otherwise specified herein . T he DEPARTMENT has twenty (20) days to CONTRACT No.: AT489 FINANCIAL PROJECT No .: 244853-1-78-04 3 Docusign Envelope ID: 729B2C57-00CB-4907-91E2-183915E04565 deliver a request for payment (voucher) to the Department of Finance. The twenty (20) days are measured from the latter of the date the invoice is received , at the location stated herein , or the goods and services are received , inspected and approved. b) Any penalty for delay in payment shall b e in accordance w ith Sect ion 215 .422 , F lorida Statutes. Section 215.422(5), F lorida Statutes, provides that all purchasing Agreements between a State agency and a vendor, applicable to this section , shall include a statement of the vendor's rights and the State 's responsibilities und er this section . The vendor's rights shall include being provided w ith the name and telephone number of the Vendor Ombudsman within the Department of Financial Services. c) If payment is not available within forty (40) days, a separate interest penalty as estab li s h ed pursuant to Section 215.422 , F lorida Statutes, w ill be due and payable, in addition to the invoice amo unt , to the LOCAL GOVERNMENT. Interest penalties of less than one ($ 1.00) dollar sha ll not be enforced unless the LOCAL GOVERNMENT requests payment. Invo ices , 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 comp leted in voice is received by the DEPARTMENT. d) A Vendor Ombudsman has been estab li sh ed within the Department of Financial Serv ices. T he duties of this individual include acti ng as an advocate for vendors who may be experienci ng 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 Cons um er Hotline, 1-800-342-2762. 3) Bills for fees or other compens ation for services or expenses sh a ll be submitted in detail sufficient for a proper preaudit and po staudit thereof. 4) Records of costs incurred under the terms of this Agreement shall be maintained and made available up on request of the DEPARTMENT at a ll 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 s upp orting documents and records of the LOCAL GOVERNMENT , all subcontractors performing work, and a ll 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 und er a ny of the fo ll owin g conditions: a) In the event the Legislature fai ls to make an annual appropriation to pay for the LOCAL GOVERNMENT's serv ices to be performed h ere und er. b) The LOCAL GOVERNMENT h as not compli ed with the provisions of this Agreement as described herein, or has demonstrated a pattern of repeated non-comp! iance. c) T he DEPARTMENT determi nes that the Agreement i s no longer feasible . CONTRACT No.: AT489 FINANCIAL P ROJECT N O.: 244853-1-78-04 4 Docusign Envelope ID: 729B2C57-00CB-4907-91E2-183915E04565 2) E ith er p arty may terminate this Agr eem e nt at a ny time by providing the oth er party w ith at least thirty (30) d ays ' written notice. NOTICES AND POINTS OF CONTACT A ll correspond e nc e rega rdin g this Agreeme nt s hall be directed to the fo ll owin g points of co ntact: a) For the DEPARTMENT: Title: Maintenance Manager Nam e: Brahim Sahraoui Ad dress: 2400 Camp Road Oviedo , FL 32765 Te lephon e: 407-278 -2771 E mail : brahim .sa hrao ui @ dot.state .fl .us b) For the LOCAL GOVERNMENT: Title: City Clerk am e: L ian e Cartagena Address : 175 West Warren Ave . Longwood , FL 32750 Teleph o ne: 407-260-3440 E m a il: lcartagena@ longwoodfl.o rg ADDITIONAL PROVISIONS AND LEGAL REQUIREMENTS 1) LEGAL REQUIREME TS. This Agreement is exec uted a nd entered into in the State of Florid a and wi ll be co nstrued , performed, and enforced in a ll respects in stri ct conformity with local , state, and fe d eral laws , rul es, and regulations. a) If any term or p rovision of th e Agreem e nt is fo und to be ill egal or un enforceable , the remainder of th e Agr eem ent wi ll remain in full fo rce and effect and s uch term or provision w ill be d eem ed str icken . b) T he LOCAL GOVERNMENT sh a ll a llo w public access to a ll documents, papers, letters, o r oth e r material subject to the provisions of Ch apter 119, F lorid a Statutes , and made or received by the LOCAL GOVERNMENT in co njun ct io n w ith this Agreement. Failure by the LOCAL GOVERNMENT to grant s uc h public access shall be gro und s for immediate unil atera l cance ll at io n of this Agreement by the DEPARTMENT. c) T he LOCAL GOVERNMENT a nd the DEPARTMENT agree that the LOCAL GOVERNMENT, its emp lo yees , co ntracto rs , s ub co ntractors , co nsu lt ants , a nd sub cons ulta nts are not agents of the DEPARTMENT as a res ult of th is Agreement. d) The LOCAL GOVERNMENT s ha ll no t cause any li en s or enc umbran ce s to attach to any portion of the DEPARTMENT 's right-of-way. e) Nothin g herein s ha ll be construed as a wa iver of e ith er party 's sovereign immunity. 2) PUBLIC ENTITY CRIME. The LOCAL GOVERNMENT affirms that it is aware of the provisions of Sectio n 287 .1 33(2)(a), F lorida Statutes. A person or affi li ate w h o h as been placed on the convicted vend or li st fo ll owing a conv ict ion for a public e nti ty crim e m ay not s ubmit a bid on a contract to provide a ny CONTRACT N o .: AT489 FINANC IAL PR OJECT N O .: 244853-1-78-04 5 Docusign Envelope ID: 729B2C57-00CB-4907-91E2-183915E04565 g o o d s o r se rv ices t o a pu b li c entity, m ay no t s ubmit a bid on a co ntract w it h a publi c entity fo r th e co ns tru cti on or rep a ir of a public building o r publi c work, m ay no t s ubmi t bids o n leases of real property t o a publi c enti ty , m ay not be award ed o r p erfo rm work a s a co ntract or, s upp lier, s ub co ntract or, o r co n s ultant und er a co ntract with any public entity, and m ay no t tra nsact bu s in ess with any publi c entity in excess of th e thres h o ld am o un t provid ed in Secti on 2 87 .017 , F lorid a Statutes, fo r CATEGORY TWO for a p e ri od of thirty s ix (36) m onths fro m th e d ate of be in g pl aced on th e co n v ict ed vend o r li st. T h e LOCAL GOVERNMENT agrees that it sh a ll not v io late Secti on 28 7.1 33(2)(a), F lori da St atutes, and furth e r ackn owledges and agr ees th at a ny co nv icti on du r in g th e t erm of thi s Agr eement m ay res ult in the t ermin ati on of thi s Agree m ent. 3) U NAUTHORIZED ALIENS . T h e DEPARTMENT w ill co nsid er th e e mpl oyment of una uth orized a li ens , by any contract or or s ub co nt ractor, as d escrib ed by Section 274 A(e) of t he Immigrati on and Nati o na li zat io n Act, cause for term in ati o n of thi s Agreem ent. 4) N ON -DIS CRIMINATION . The LOCAL GOVERNMENT w ill n o t d iscri min ate again st any empl oyee empl oyed in t he p erform ance of th is Agreem ent, o r again st an y appli cant fo r employ m ent because of age, ethni c ity, r ace , re li g io u s be li ef, d isa bili ty, nati o na l o ri g in , or sex. T h e LOCAL GOVERNMENT sha ll prov id e a harass m ent-fr ee workp lace , w ith any a ll egati on of h arassm en t g iven priority atte nti o n and a cti on by m an agement . T h e LOCAL GOVERNMENT s ha ll in se rt s imil ar p rov isions in a ll co ntract s a nd subco nt rac ts fo r serv ices by t hi s Agree m ent. 5) DIS CRIMINATORY VENDOR LIS T . T he LOCAL GOVERNME NT affirm s t hat it is awar e of th e provis ion s of Secti on 287.134(2)(a), F lo rid a St atu tes. An entity o r affi li at e w h o has been placed o n th e di scriminato ry vendo r li st may not s ubmit a bid o n a co ntract t o p rov id e an y goods o r serv i ces to a publi c entity, m ay not s ubmit a bi d on a contract w ith a publi c e ntity for th e co nstru ctio n o r repair of a public buildin g o r publi c work , may not s ubmit bid s on leases of r eal p ro p erty to a p u b li c entity , may n ot be award ed or p erform work as a co ntrac tor, s uppli e r, subco ntract o r , or cons ultant und er a contract w ith any publi c entity , and may n ot transact bus in ess w ith a ny publi c e nti ty. T h e LOCAL GOVERNMENT furth er agr ees th at it s ha ll not v io lat e Secti on 28 7 .134 (2 )(a), F lorid a St atutes , an d acknowled ges and agr ees th at pl acem ent o n th e l ist durin g th e te rm of thi s Agreem ent m ay res ul t in th e term in at io n of thi s Agr eem e nt. 6) ATTORNE Y F EES. Each Party sha ll bear it s own atto rn ey's fees and cost s. 7) TRAVEL. T h ere sh a ll be no re imburse m ent fo r trave l expenses und er thi s Agreement. 8) PRESER V ATION OF REMEDIES . No d e lay o r o mi ss io n to exerc ise any rig h t, p ower, or rem edy accruing to e ith e r Party upon breach o r d efault by e ith er P arty und er thi s Agreem ent, wi ll imp air an y s uc h ri g ht, p ower o r re m edy of ei th er party; n or w ill su c h d e lay or o mi ss ion be constru ed as a waiver of any breach or d efa ult o r an y s im ilar breac h o r d efault. 9) MODIFICATION . T hi s Agreem e nt m ay no t be m o difi e d unl ess d o ne so in a writ in g executed by both P a rti es to thi s Agreem ent. 10 ) NON -ASSIGNMENT. T h e LOCAL G OVE RNMENT m ay not ass ign , sublicense , or o th erwise tran sfer its ri ghts , duti es, or o bl igatio ns under thi s Agr eem e nt w ith o ut th e p rior written co nsent of the DE PARTMENT. A ny ass ignment , sub li cense , o r t ra nsfe r occ urring w itho ut the req uired p r ior w ritte n CONTRACT N o .: AT489 FIN A NCIA L P RO JECT N O .: 244853 -1-7 8-04 6 Docusign Envelope ID: 729B2C57-00CB-4907-91E2-183915E04565 approval of the DEPARTME Twill be null and void. The DEPARTMENT will at all times be e ntitl ed to assign or transfer it s rights , duties , or ob li gation s und e r this Agreement to another governm ental e nti ty in the State of F lorid a , up on g iv in g prior writte n notice to the LOCAL GOVERNMENT. In the eve nt that the DEPARTMENT approves tran sfe r of th e LOCAL GOVERNMENT's ob i igat io ns, the LOCAL GOVERNMENT rem a in s responsible for a ll work p erformed and a ll exp enses in curred in connection w ith thi s Agree m ent. 11 ) T he LOCAL GOVERNMENT agrees to include the fo llowing ind em nific ation in all contracts with contractors , s ub contractors , cons ultants , and s ub cons ultants, who perform work in co nn ection with this Agreement: "The co ntractor I s ub contractor I cons ultant / s ub co ns ulta nt sha ll indemnify , defend, save and hold harml ess the State of F lorida, Department of Transportation and a ll of its officers, age nt s or employees from all suits , actions, claims , d emand s, li a bility of any nature whatsoever ar is in g o ut of, becau se of, or du e to any negli ge nt act or occurrence of o mi ss io n o r commission of the contractor / s ubco ntractor / cons ultant / s ub co ns ultant, its officers, age nts o r employees." 12)BI DING AGREEMENT. This Agreement is binding up on and inures to the benefit of the Parties and their respective s uccessors and ass ig n s. Nothin g in this Agreement is int ended to co nfer any rights, privileges, benefits , o bli gations , or remedies up o n a ny other p e rson or entity except as expressly prov id ed fo r in this Agreement. 13) INTERPRETATION. No term o r prov is ion of this Agr ee ment sha ll be interpreted for or aga in st any party because that party or that party's legal representative drafte d the provision. 14 ) ENTIRE AGREEMENT. This Agreement, together w ith the attached ex hibi ts and d ocuments made a part by reference , em bodies the e ntire agreement of the Parties. There are no provisions, terms, co nditi ons , o r ob li gations other than those co nta in ed in this Agreem ent. T hi s Agreement supersedes a ll previous comm unicati on, representation, or agreem ent, e ith er verbal o r written , between the Parties. No amendm ent w ill b e effecti ve unl ess reduced to wr itin g a nd s ig ned by an a uth orized officer of the LOCAL GOVERNMENT and the auth ori zed office r of th e DEPARTMENT or hi s/her delegate. 15)DUPLICATE ORIGINALS. Th is Agreement m ay be exec uted in duplicate originals. 16) E-VERIFY -the LOCAL GOVERNMENT shall: a) utili ze the U.S . Department of Home land Sec urity's E-Verify system to verify the emp loy m e nt e li g ibili ty of a ll new employees hired by the LOCAL GOVERNMENT during the term of the contract; a nd b) express ly require any s ub co ntractors performing work or providing services pursuant to th e state co ntract to likewise utili ze the U.S. D epartm e nt of Homeland Sec uri ty's E-Ver ify sys tem to verify th e empl oyme nt e li gibi li ty of all new e mployees hired by the s ub co nt ractor during the contract term. The remainder of this page is intentionally left blank CONTRACT N o .: AT 489 FINAN CIAL PR OJE CT NO.: 244853-1-78-04 7 Docusign Envelope ID: 729B2C57-00CB-4907-91E2-183915E04565 17) The Parties agree to comply with s.20 .0 55(5), F lorida Statutes, and to incorporate in al l subcontracts the obligation to comply with s.20.055(5), F lorida Statutes. EXECUTION IN WITNESS WHEREOF, the parties have caused these presents to be executed the day and year first above written. LOCAL GOVERNMENT: DEPARTMENT: By: --------------------- Ron J. Meade, P.E., District Maintenance Engineer Printed Name & Title Attest: ------------------- Victor A. LoP ic colo , Maintenance Project Manager Printed Name & Title Legal Approval: _______________ _ CONTRACT No.: AT489 FINANC IAL PROJECT N O.: 244853-1-78-04 8 Docusign Envelope ID: 729B2C57-00CB-4907-91E2-183915E04565 EXHIBIT A Resolution, fo ll owing on next page. CONTRACT No .: AT489 FINANC IAL PROJECT N O.: 244853-1-78-04 9 Docusign Envelope ID: 729B2C57-00CB-4907-91E2-183915E04565 ..J ... I I l RESOLUT I ON NO. 25-1704 A RESOLUTION OF THE CITY OF LONGWOOD, FLORIDA, APPROVING AND AUTHORIZING THE EXECUT ION OF A HI G HWAY MAI NTENANCE MEMORANDUM OF AGREEMENT BETWEEN THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION AND THE CITY OF LONGWOOD CONCER NI NG T H E MA INTENANCE AND CONTINUAL UPDATING OF DESIGNATED SECT IO N S OF THE STATE HI GHWAY SYSTEM WITHIN CITY LIMITS; PROVIDING FOR AN EFFECT IVE DATE. WHEREAS, the State of Florida Department ofTransportation ("FOOT") and City of Longwood desire to continue the maintenance and updating of the State Highway System within City limits for purposes of safety and functionality, specifically within the limits of SR 434 from SR 400 (Interstate 4) Milepost 5.195 to Talmo Road Milepost 9.185 and SR 15/600(US 17 /92) from Seminola Boulevard Milepost 3.386 to Shepard Road Milepost 5.710 which i s described as the FOOT's FPN 244853 -1-78-04 (the "Project"); and WHEREAS , the FOOT has requested the City of Longwood to execute and deliver to the FOOT the Highway Maintenance Memorandum of Agreement for the aforementioned Project; NOW, THEREFORE, BE IT RESOLVED BY T H E CITY COMM ISS ION OF THE CITY OF LONGWOOD, FLORIDA, that: SECTION 1. The City Commission hereby approves and authorizes the Mayor or the City Manager of the City of Longwood to execute and deliver to the State of Florida Department of Transportation the Highway Maintenance Memorandum of Agreement for the aforementioned Project . This Resolution will be an exhibit to the Highway Maintenance Memorandum of Agreement . SECTION 2. This Resolution shall take effect immediately upon its adoption . PASSED AND RESOLVED this 3rd day of November 2025 , by the City Commission of the City of Longwood, /Florida . \ j t . (" I ,, 1· I ' ~ j· <,( . ,,, ~l ' _, . , . . t , , . ' I . . ~ . ) ' \, J,, ) ' A.TTE~T: ~ Liane Cartagena, City Clerk APPROVED: Reso lu t io n No. 25-1704 Page 1 of 1 Docusign Envelope ID: 729B2C57-00CB-4907-91E2-183915E04565 EXHIBITB PROJECT LIMITS: SECTION S.R. LOCATION 77120 434 From 1-4 MP. 5.195 to Talmo Road MP. 9.185 77010 15/600 From Seminola Blvd MP. 3.386 to Shepard Road MP 5.710 CONTRACT No.: AT489 FINANC IAL PROJECT No.: 244853-1-78-04 LENGTH 3.99 Miles 2 .324 Miles 10 Docusign Envelope ID: 729B2C57-00CB-4907-91E2-183915E04565 EXHIBITC MAINTENANCE ACTIVITIES: (Maintenance Activities to be included and part of this Agreement will be checked in the INC. column) □ □ □ ACTIVITY 433 435 436 451 459 461 471 482 485 487 490 492 493 494 DESCRIPTION Sodding: Cutting and placing so d in areas along the roadside associated with reworking non- paved shoulders , slopes, ditches, m edian islands, utility strips and repairing washouts. Seeding, Fertilizing and Mulching: Seeding, feiiilizing , and mulching of the roadside. Reworking Non-Paved Shoulders, Front Slopes, and Roadside Ditches (Mechanical): ReworkiJ.1g 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 . Clean Drainage Structures: Cleaning storm drains, French drains, manholes, side drains, cross drains , inlets, piped outfalls, bo x c ul verts, and other miscellaneous drain structures. Concrete Sidewalk Repair: Repair or replacement of existing sections of concrete sidewalk. Roadside Ditches -Clean and Reshape: C leaning and reshaping of ditches other than outfalls. Large Machine Mowing: Mowing of roadside areas with large mowers w h ere conditions accommodate the efficient u se of 7 foot and larger mowers , alone or in comb in ation. Slope Mowing: Grass, brush, and weed c utting along slopes too steep to safely mow or are inaccessible for conventional mowing tractors. Small Machine Mowing: Mowing the roadside with small hand or riding mowers have a cutting width of 40 inches or less. Manual Weed Control: Brush, weed, and grass cutting 100 mm (4") or less in diameter performed with hand tools. Fertilizing: Fertilizing to provide required nutrients to establish and maintain an acceptable roadside turf. 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 -Manu a l). To include the chipping and/or removal of all debris from work site. Landscaped Area Maintenance: A ll efforts r equir ed for proper maintenance of landscaped areas, including litter removal, mowing, edging, fertilizing , weeding, mulching, etc. Chemical Grass and Weed Control: The application (handgun, basal or cut stump) of herbicides to s lop es, 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 land scape or mitigation areas. CONTRACT No.: AT489 FINANC IAL PROJE CT NO .: 244853-1-78-04 11 Docusign Envelope ID: 729B2C57-00CB-4907-91E2-183915E04565 498 527 541 542 543 545 □ □ □ □ □ □ □ □ Storm Water Management: To m aintain, to th e maximum extent practicable, all surface/storm water manageme nt syste ms to a fun ctioning state as designed and in comp li ance with the permit con dition s and/or app li cable rul es and r egul ations. Fence R epair: To provide highway safety and d eter unauthorized and unrestrained access to highway facilities. Roadsid e Litter Removal: Cleaning roadways and roadsides of debris , such as cans, bottles , paper, Adopt-A-H ighway li tter. Includes the haulin g and disposal of litter. Does not include wayside parks, rest areas and se rv ice plaza barrels . Road Sweeping (Manual): To r emo ve debris from the roadway where mechan ical means are not feasib le before a drainage or safety problem is cr eated or before it becomes unsightly. Road Sweeping (mechanical): Machine sweeping of roadway to protect the facility from excessive accumulation of debris. E dgin g & Sweeping: Removal of vegetation an d debris from the curb, gutter and sidewalk. CONTRACT N o.: AT489 FINAN CIAL PR OJEC T NO.: 244853-1 -78-04 12 Docusign Envelope ID: 729B2C57-00CB-4907-91E2-183915E04565 FLORIDA DEPARTMENT OF TRANSPORTATION FUNDS APPROVAL AT489 9/18/2025 CONTRACT INFORMATION FUNDS APPROVAL INFORMATION FUNDS APPROVED/REVIEWED FOR JASON ADANK, CPA, COMPTROLLER ON 9/18/2025 Action:Original Reviewed or Approved:APPROVED Organization Code:55054030511 Expansion Option:A1 Object Code:242059 Amount:$208,584.00 Financial Project:24485317804 Work Activity (FCT):400 CFDA: Fiscal Year:2026 Budget Entity:55150200 Category/Category Year:088712/26 Amendment ID:O001 Sequence:00 User Assigned ID: Enc Line (6s)/Status:0001/04 Total Amount:$208,584.00 Contract:AT489 Contract Type:AK - PROJ PARTICIPATION (PROJ PART) Vendor Name:CITY OF LONGWOOD Vendor ID:F591008196008 Beginning Date of This Agreement:11/04/2025 Ending Date of This Agreement:11/03/2028 Contract Total/Budgetary Ceiling:ct = $208,584.00 Method of Procurement:G - GOVERMENTAL AGENCY (287.057,F.S.) Description:City of Longwood MOA Page1 of 1 To: Kristen.Webb@dot.state.fl.us