HomeMy WebLinkAboutCity of Tamarac Resolution R-2017-0707
u
Temp Reso. No. 12973
June 14, 2017
Page 1
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. 2017-
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA, APPROVING THE UNIVERSITY
DRIVE PEDESTRIAN OVERPASS BRIDGE PUBLIC ART
PROJECT AND AFFIRMING THE CITY'S INTENT TO FUND
ALL COSTS FOR THE DESIGN, INSTALLATION AND
MAINTENANCE OF THE PROJECT; AUTHORIZING THE
CITY MANAGER TO EXECUTE THE COMMUNITY
AESTHETIC FEATURE AGREEMENT IN SUBSTANTIALLY
THE SAME FORM AS ATTACHED HERETO AS EXHIBIT 1"
WITH THE STATE OF FLORIDA DEPARTMENT OF
TRANSPORTATION (FDOT) FOR THE PUBLIC ART
RELIEF TO BE ATTACHED TO THE FDOT UNIVERSITY
DRIVE PEDESTRIAN OVERPASS BRIDGE; PROVIDING
FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND
PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, on September 14, 2016, the City Commission awarded a public art
contract to Artist Malcolm Robertson of Town Art Studios for the design, fabrication and
installation of the City's significant public art sculpture; and
WHEREAS, the significant public art sculpture is to be installed at a major gateway
into the City, on an FDOT pedestrian overpass bridge, on University Drive; and
WHEREAS, FDOT requires the City to enter into a Community Aesthetic Feature
Agreement (CAFA) in order to install the public art sculpture; and
WHEREAS, as part of the approval process, FDOT requires the City to pass a
resolution stating that it approves the project and agrees to fund all costs for the design,
installation, and maintenance of the project; and
WHEREAS, the Community Development Director and the Public Art Committee
have reviewed the CAFA and recommends the approval of same; and
Temp Reso. No. 12973
June 14, 2017
Page 2
WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in
the best interest of the citizens and residents of the City of Tamarac to approve the project,
and to authorize the City Manager to execute a Community Aesthetic Feature Agreement
with FDOT, allowing the City to install a public art sculpture on FDOT's pedestrian overpass
bridge on University Drive, in the City of Tamarac.
NOW, THEREFORE BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA:
SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and
confirmed as being true and correct and are hereby made a specific part of this Resolution
upon adoption hereof. All Exhibits attached hereto are expressly incorporated herein and
made a part hereof.
SECTION 2: That the Community Aesthetic Feature Agreement attached hereto
as Exhibit 1" and made a part hereof, is hereby approved.
SECTION 3: The Mayor and City Commission hereby authorize the City Manager
to execute the necessary documents to implement the project.
SECTION 4: That all Resolutions or parts of Resolutions in conflict herewith are
hereby repealed to the extent of such conflict.
SECTION 5: If any clause, section, or other part or application of this Resolution
is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or
application, it shall not affect the validity of the remaining portions or applications of this
Resolution.
SECTION 6: This Resolution shall become effective immediately upon its
passage and adoption.
1
Temp Reso. No. 12973
June 14, 2017
Page 3
PASSED AND ADOPTED BY THE CITY COMMISSION OF THE CITY OF TAMARAC,
FLORIDA THIS DAY OF
ATTEST:
.. ,
CITY CLERK
I HEREBY CERTIFY THAT I HAVE
APPROVED THIS RESOLUTION
AS TO FORM:
fA�L
SA UEL S. GOREN
CITY ATTORNEY
0�—� 2017.
CITY OF TAMARAC, FLORIDA
A RY DRESSLER,
MAYOR
RECORD OF COMMISSION VOTE:
MAYOR DRESSLER
DIST 1: COMM BOLTON
DIST 2: COMM GOMEZ
DIST 3: COMM FISHMA
DIST 4: V/M PLACKO
TA /�,`773
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 625-010-10
COMMUNITY AESTHETIC FEATURE AGREEMENT ROADWOGCES2/12
Page 1 of 12
Section No. 86220 CAFA No. 2017-M-491-000X
This Community Aesthetic Feature Agreement ("Agreement") is entered into this 28"' day of June, 2017, between the
State of Florida, Department of Transportation ("FDOT") and City of Tamarac ("Agency"). FDOT and the Agency are
sometimes referred to in this Agreement as a "Party" and collectively as the "Parties."
RECITALS
A. The Agency has requested permission from FDOT to install a [CHOOSE ONE: ❑Public Art — Standalone, ®Public
Art — Add On/affixed, ❑Local Identification Marker — Standalone, ®Local Identification Marker — Add On/affixed]
community aesthetic feature on that certain right-of-way owned by FDOT which is located at 2 Different locations on
SR 870 (See Attached Map) in Broward County, Florida ("Project").
B. FDOT agrees that transportation facilities enhanced by community aesthetic features can benefit the public, result in
positive economic development, and increase tourism both locally and throughout Florida.
C. The Parties agree to the installation and maintenance of the Project, subject to the terms and conditions in this
Agreement.
AGREEMENT
1. TERM. The term of this Agreement shall commence upon full execution of this Agreement ("Effective
Date") and continue through the 25th anniversary of this agreement, which is determined as the lifespan of the Project,
unless terminated at an earlier date as provided in this Agreement. If the Agency does not complete the installation of the
Project within one (1) year (365) days of the Effective Date of this Agreement, FDOT may immediately terminate this
Agreement. This Agreement may only be renewed for a term no longer than the original term of this Agreement upon a
writing executed by both Parties to this Agreement.
2. PROJECT DESCRIPTION. The Project is a [CHOOSE ONE: ❑Public Art — Standalone, ®Public Art —
Add On/affixed, ❑Local Identification Marker —Standalone, ®Local Identification Marker —Add On/affixed], as more fully
described in the plans in Exhibit "A", attached and incorporated in this Agreement.
3. FUNDING OF THE PROJECT. The Agency has agreed by resolution to approve the Project and to
fund all costs for the design, installation, and maintenance of the Project, and such resolution is attached and incorporated
in this Agreement as Exhibit "D". FDOT shall not be responsible for any costs associated with the Project. All
improvements funded, constructed, and installed by the Agency shall remain the Agency's property. However, this
permissive use of FDOT's right-of-way where the Project is located does not vest any property right, title, or interest in or
to the Agency for FDOT's right-of-way.
4. DESIGN AND CONSTRUCTION STANDARDS AND REQUIRED APPROVALS.
a. The Agency is responsible for the design, construction, and maintenance of the Project in accordance
with all applicable federal, state and local statutes, rules and regulations, including FDOT standards and
specifications. A professional engineer, registered in Florida, shall provide the certification that all design
and construction for the Project meets the minimum construction standards established by FDOT and
applicable Florida Building Code construction standards. The Agency shall submit all plans or related
construction documents, cost estimates, project schedule, and applicable third party agreements to FDOT
for review and approval prior to installation of the Project. The Agency is responsible for the preparation
of all design plans for the Project, suitable for reproduction on 11 inch by 17 inch sheets, together with a
complete set of specifications covering all construction requirements for the Project. Six (6) copies of the
design plans shall be provided to FDOT's District Design Engineer, at 3400 West Commercial Blvd, Ft
Lauderdale, FL 33309. FDOT will review the plans for conformance to FDOT's requirements and
feasibility. FDOT's review shall not be considered an adoption of the plans nor a substitution for the
engineer's responsibility for the plans. By review of the plans, FDOT signifies only that such plans and
improvements satisfies FDOT's requirements, and FDOT expressly disclaims all other representations
and warranties in connection with the plans, including, but not limited to the integrity, suitability, or fitness
for the intended purpose or whether the improvements are constructed in accordance with the plans.
FDOT's review of the plans does not relieve the Agency, its consultants or contractors of any professional
or other liability for the plans. All changes required by FDOT shall be made by the Agency and final
625-010-1D
ROADWAY DESIGN
OGC - 12/12
Page 2 of 12
Section No. 86220 CAFA No. 2017-M-491-000X
corrected plans shall be provided to FDOT within thirty (30) days.
b. The Agency shall be responsible for locating all existing utilities, both aerial and underground, and for
ensuring that all utility locations be accurately documented on the construction plans. All utility conflicts
shall be fully resolved directly with the applicable utility. Section 337.403, Florida Statutes, shall
determine whether the utility bears the costs of utility work. The Agency shall bear the costs of utility work
not required to be borne by the utility by Section 337.403, Florida Statutes.
c. The Agency shall be responsible for monitoring construction operations and the maintenance of traffic
("MOT") throughout the course of the Project in accordance with the latest edition of FDOT Standard
Specifications, Section 102. The Agency is responsible for the development of a MOT plan and making
any changes to that plan as necessary. The MOT plan shall be in accordance with the latest version of
FDOT Design Standards, Index 600 series. Any MOT plan developed by the Agency that deviates from
FDOT Design Standards must be signed and sealed by a professional engineer. MOT plans will require
approval by FDOT prior to implementation.
d. The Agency is responsible for obtaining all permits that may be required by any federal, state, or local
agency.
e. Prior to commencing the Project, the Agency shall request a Notice to Proceed from FDOT's Construction
Project Manager, Vikrant Srivastava, at (954) 776-4300 or from an appointed designee.
The Agency is authorized, subject to the conditions in this Agreement, to enter FDOT's right-of-way to
install the Project (see attached Exhibit "B" Special Provisions). The Parties agree that this Agreement
creates a permissive use only. Neither the granting of permission to use FDOT's right-of-way nor the
placing of facilities upon FDOT's right-of-way shall operate to create or vest any property right in or to the
Agency. The Agency shall not acquire any right, title, interest, or estate in FDOT right-of-way, of any
nature or kind whatsoever, by virtue of the execution, operation, effect, or performance of this Agreement
including, but not limited to, the Agency's use, occupancy or possession of FDOT right-of-way.
g. FDOT shall have the right, but not the obligation, to perform independent assurance testing during the
course of construction and throughout the maintenance term of the Project. If FDOT determines that a
condition exists which threatens the public's safety, FDOT may, at its discretion, cause the Project to
cease and/or immediately have any potential hazards removed from its right-of-way at the sole cost,
expense, and effort of the Agency. Should the Agency fail to remove the safety hazard within thirty (30)
days, FDOT may remove the safety hazard at the Agency's sole cost, expense, and effort.
h. The Agency shall be responsible to ensure that construction of the Project is performed in accordance
with the approved construction documents, and that it will meet all applicable federal, state, and local
standards and that the work is performed in accord with the Terms and Conditions contained in Exhibit
<<C1,
i. The Agency shall notify FDOT a minimum of forty eight (48) hours before beginning the Project within
FDOT right-of-way. The Agency shall notify FDOT should installation be suspended for more than five (5)
working days.
Upon completion of the Project, the Agency shall notify FDOT in writing of the completion of the
installation of the Project. For all design work that originally required certification by a Professional
Engineer, the notification shall contain a Responsible Professional's Certification of Compliance, signed
and sealed by the Responsible Professional for the Project, the form of which is attached to this
Agreement as Exhibit "E". The certification shall state that work has been completed in compliance with
the Project construction plans and specifications. If any deviations are found from the approved plans,
the certification shall include a list of all deviations along with an explanation that justifies the reason to
accept each deviation. The Agency and its contractors shall remove their presence, including, but not
limited to, all of the Agency or its contractor's/ subcontractor's/ consultant's/ sub -consultant's property,
625-010-10
ROADWAY DESIGN
OGC - 12/12
Page 3 of 12
Section No. 86220 CAFA No. 2017-M-491-000X
machinery, and equipment from FDOT right-of-way and shall restore those portions of FDOT right-of-way
disturbed or otherwise altered by the Project to substantially the same condition that existed immediately
prior to the commencement of the Project, at Agency's sole cost and expense.
k. If FDOT determines that the Project is not completed in accordance with the provisions of this Agreement,
FDOT shall deliver written notification to the Agency. The Agency shall have thirty (30) days from the
date of receipt of FDOT's written notice to complete the Project and provide FDOT with written notice of
the same ("Notice of Completion"). If the Agency fails to timely deliver the Notice of Completion, or if it is
determined that the Project is not properly completed after receipt of the Notice of Completion, FDOT
may: 1) provide the Agency with written authorization granting additional time as FDOT deems
appropriate to correct the deficiency(ies); or 2) correct the deficiency(ies) at the Agency's sole cost and
expense, without FDOT liability to the Agency for any resulting loss or damage to property, including but
not limited to machinery and equipment. If FDOT elects to correct the deficieny(ies), FDOT shall provide
the Agency with an invoice for the costs incurred by FDOT and the Agency shall pay the invoice within
thirty (30) days of the date of the invoice.
I. Upon completion of the Project, the Agency shall be responsible for the perpetual maintenance of the
Project, including all costs. The Maintenance schedule shall include Initial Defect, Instantaneous
Damage and Deterioration components. The Initial Defect Maintenance inspection should be conducted,
and any required repairs performed during the Construction Phase. The Instantaneous Damage
Maintenance inspection should be conducted sixty (60) to ninety (90) days after placement and is
intended to identity short term damage that does not develop over longer time periods. The Deterioration
Maintenance inspection shall be conducted on regular, longer term intervals and is intended to identify
defects and damages that occur by naturally occurring chemical, physical or biological actions, repeated
actions such as those causing fatigues, normal or severe environmental influences, abuse or damage
due to other causes. Deterioration Maintenance shall include, but is not limited to, the following services:
m. Inspect all sign surfaces every six (6) months for excessive deterioration: Inspect Structural Components
yearly: Inspect Sign Lighting every six (6) months: Conduct Vegetation Control quarterly: maintenance
and routine repair of structural features of the aluminum cabinets affixed letters, and all mechanical and
electrical systems including, but not limited to, periodic touchup of all steel and aluminum surfaces,
replacement of damaged or missing cast stone travertine cladding and/or aluminum and steel members,
graffiti removal, pressure washing and electrical/mechanical periodic inspections and repairs.
n. The Agency shall, within thirty (30) days after expiration or termination of this Agreement, remove the
Project and restore the right-of-way to its original condition prior to the Project. The Agency shall secure
its obligation to remove the Project and restore the right-of-way by providing a removal and restoration
deposit, letter of credit, or performance bond in the amount of $dt
o. FDOT reserves its right to cause the Agency to relocate or remove the Project, in FDOT's sole discretion,
and at the Agency's sole cost.
5. INDEMNITY AND INSURANCE.
a. The Agency agrees to include the following indemnification in all contracts with contractors,
subcontractors, consultants, and sub -consultants, who perform work in connection with this Agreement:
"The contractor/ subcontractor/ consultant/ sub -consultant shall indemnify, defend, save and hold
harmless the State of Florida, Department of Transportation and all of its officers, agents or employees
from all suits, actions, claims, demands, liability of any nature whatsoever arising out of, because of, or
due to any negligent act or occurrence of omission or commission of the contractor/ subcontractor/
consultant/ sub -consultant, its officers, agents or employees."
b. The Agency shall carry or cause its contractor/ subcontractor/ consultant/ sub -consultant to carry and
625-010-10
ROADWAY DESIGN
OGC - 12/12
Page 4 of 12
Section No. 86220 CAFA No. 2017-M-491-000X
keep in force during the period of this Agreement a general liability insurance policy or policies with a
company or companies authorized to do business in Florida, affording public liability insurance with
combined bodily injury limits of at least $1,000,000 per person and $5,000,000 each occurrence, and
property damage insurance of at least $100,000 each occurrence, for the services to be rendered in
accordance with this Agreement. Additionally, the Agency or its contractor/ subcontractor/
consultant/sub-consultant shall cause FDOT to be an additional insured party on the policy or policies,
and shall provide FDOT with certificates documenting that the required insurance coverage is in place
and effective. In addition to any other forms of insurance or bonds required under the terms of the
Agreement, when it includes construction within the limits of a railroad right-of-way, the Agency must
provide or cause its contractor to obtain the appropriate rail permits and provide insurance coverage in
accordance with Section 7-13 of FDOT's Standard Specifications for Road and Bridge Construction
(2010), as amended.
c. The Agency shall also carry or cause its contractor/ subcontractor/ consultant/ sub -consultant to carry and
keep in force Worker's Compensation insurance as required by the State of Florida under the Worker's
Compensation Law.
6. NOTICES. All notices pertaining to this Agreement are in effect upon receipt by either Party, shall be in
writing, and shall be transmitted either by personal hand delivery; United States Post Office, return receipt requested; or,
overnight express mail delivery. E-mail and facsimile may be used if the notice is also transmitted by one of the preceding
forms of delivery. The addresses set forth below for the respective parties shall be the places where notices shall be sent,
unless prior written notice of change of address is given.
STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
DISTRICT FOUR (4) PROGRAM MANAGER
District Maintenance Engineer
3400 W. Commercial Blvd., Fort Lauderdale, FL 33309
Phone: 954-486-1400
Fax: 954-777
CITY OF TAMARAC, FLORIDA
Mustafa Albassam, PE, City Engineer
City of Tamarac, Public Services Department
6011 Nob Hill Road, Second Floor, Tamarac, Florida 33321
Phone: 954-597-3705
Fax: 954-597-3710
7. TERMINATION OF AGREEMENT. FDOT may terminate this Agreement upon no less than thirty (30)
days notice in writing delivered by certified mail, return receipt requested, or in person with proof of delivery. The Agency
waives any equitable claims or defenses in connection with termination of the Agreement by FDOT pursuant to this
Paragraph 7.
8. LEGAL REQUIREMENTS.
a. This Agreement is executed and entered into in the State of Florida and will be construed, performed, and
enforced in all respects in strict conformity with local, state, and federal laws, rules, and regulations. Any
625-010-10
ROADWAY DESIGN
OGC - 12/12
Page 5 of 12
Section No. 86220 CAFA No. 2017-M-491-000X
and all litigation arising under this Agreement shall be brought in a state court of appropriate jurisdiction in
Leon County, Florida, applying Florida law.
b. If any term or provision of the Agreement is found to be illegal or unenforceable, the remainder of the
Agreement will remain in full force and effect and such term or provision will be deemed stricken.
c. The Agency shall allow public access to all documents, papers, letters, or other material subject to the
provisions of Chapter 119, Florida Statutes, and made or received by the Agency in conjunction with this
Agreement. Failure by the Agency to grant such public access shall be grounds for immediate unilateral
cancellation of this Agreement by FDOT.
d. The Agency and MOT agree that the Agency, its employees, contractors, subcontractors, consultants,
and subconsultants are not agents of MOT as a result of this Agreement.
e. The Agency shall not cause any liens or encumbrances to attach to any portion of MOT right-of-way.
9. PUBLIC ENTITY CRIME. The Agency affirms that it is aware of the provisions of Section
287.133(2)(a), Florida Statutes. A person or affiliate who has been placed on the convicted vendor list following a
conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity,
may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may
not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier,
subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity
in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of
thirty six (36) months from the date of being placed on the convicted vendor list. The Agency agrees that it shall not
violate Section 287.133(2)(a), Florida Statutes, and further acknowledges and agrees that any conviction during the term
of this Agreement may result in the termination of this Agreement.
10. UNAUTHORIZED ALIENS. MOT will consider the employment of unauthorized aliens, by any
contractor or subcontractor, as described by Section 274A(e) of the Immigration and Nationalization Act, cause for
termination of this Agreement.
11. NON-DISCRIMINATION. The Agency will not discriminate against any employee employed in the
performance of this Agreement, or against any applicant for employment because of age, ethnicity, race, religious belief,
disability, national origin, or sex. The Agency shall provide a harassment -free workplace, with any allegation of
harassment given priority attention and action by management. The Agency shall insert similar provisions in all contracts
and subcontracts for services by this Agreement.
12. DISCRIMINATORY VENDOR LIST. The Agency affirms that it is aware of the provisions of Section
287.134(2)(a), Florida Statutes. An entity or affiliate who has been placed on the discriminatory vendor list may not
submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a
public entity for the construction or repair of a public building or public work, may not submit bids on leases of real
property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant
under a contract with any public entity, and may not transact business with any public entity. The Agency further agrees
that it shall not violate Section 287.134(2)(a), Florida Statutes, and acknowledges and agrees that placement on the list
during the term of this Agreement may result in the termination of this Agreement.
13. ATTORNEY FEES. Each Party shall bear its own attorney's fees and costs.
14. TRAVEL. There shall be no reimbursement for travel expenses under this Agreement.
15. PRESERVATION OF REMEDIES. No delay or omission to exercise any right, power, or remedy
accruing to either Party upon breach or default by either Party under this Agreement, will impair any such right, power or
625-010-10
ROADWAY DESIGN
OGC - 12112
Page 6 of 12
Section No. 86220 CAFA No. 2017-M-491-000X
remedy of either party; nor will such delay or omission be construed as a waiver of any breach or default or any similar
breach or default.
16. MODIFICATION. This Agreement may not be modified unless done so in a writing executed by
both Parties to this Agreement.
17. NON -ASSIGNMENT. The Agency may not assign, sublicense, or otherwise transfer its rights, duties,
or obligations under this Agreement without the prior written consent of FDOT. Any assignment, sublicense, or transfer
occurring without the required prior written approval of FDOT will be null and void. FDOT will at all times be entitled to
assign or transfer its rights, duties, or obligations under this Agreement to another governmental agency in the State of
Florida, upon giving prior written notice to the Agency. In the event that FDOT approves transfer of the Agency's
obligations, the Agency remains responsible for all work performed and all expenses incurred in connection with this
Agreement.
18. BINDING AGREEMENT. This Agreement is binding upon and inures to the benefit of the Parties and
their respective successors and assigns. Nothing in this Agreement is intended to confer any rights, privileges, benefits,
obligations, or remedies upon any other person or entity except as expressly provided for in this Agreement.
19. INTERPRETATION. No term or provision of this Agreement shall be interpreted for or against any
party because that party or that party's legal representative drafted the provision.
20. ENTIRE AGREEMENT. This Agreement, together with the attached exhibits and documents made a
part by reference, embodies the entire agreement of the Parties. There are no provisions, terms, conditions, or
obligations other than those contained in this Agreement. This Agreement supersedes all previous communication,
representation, or agreement, either verbal or written, between the Parties. No amendment will be effective unless
reduced to writing and signed by an authorized officer of the Agency and the authorized officer of FDOT or his/her
delegate.
21. DUPLICATE ORIGINALS. This Agreement may be executed in duplicate originals.
The remainder of this page is intentionally left blank.
625-010-10
ROADWAY DESIGN
OGC - 12/12
Page 7 of 12
Section No. 86220 CAFA No. 2017-M-491-000X
AGENCY
of Tamarac
Michael Cernech, City Manager
By
Print Name: Michael Cernech
Title: City Manager
As approved by the Council, Board, or
Commission on: June 28, 2017
Attest:
Legal Review:
City or County Attorney
FDOT
State of Florida, Department of Transportation
By
Print Name: Stacy Miller, PE
Title: Director of Development
Date:
Legal Review:
625-010-10
ROADWAY DESIGN
OGC - 12/12
Page 8 of 12
Section No. 86220 CAFA No. 2017-M-491-000X
EXHIBIT "A"
PROJECT DESCRIPTION
SCOPE OF SERVICES:
ill .J, 11. -
101
..
PROJECT PLANS
The Agency is authorized to install the Project in accordance with the attached plans prepared by Dustin L. DiPersia, PE
and dated 04/27/2017. Any revisions to these plans must be approved by MOT in writing.
TAMARAC PEDESTRIAN OVERPASS BRIDGE AT SR817
LOCATION PLANS FOR PROPOSED ARTWORK
SITE ON UNIVERSITY DRIVE
OVERPASS BRIDGE LOCATION PLAN
625-010-10
ROADWAY DESIGN
OGC - 12112
Page 9 of 12
Section No. 86220 CAFA No. 2017-M-491-000X
EXHIBIT "B"
SPECIAL PROVISIONS
• During construction, highest priority should be given to ensure pedestrian safety. If permission is
granted to temporarily close a sidewalk, it should be done with the express condition that an
alternate route will be provided, and shall continuously maintain pedestrian features to meet
Americans with Disability Act (ADA) standards.
• A copy of this permit and plan will be on the job site at all times during the construction of this
facility.
625-010-10
ROADWAY DESIGN
OGC - 12/12
Page 10 of 12
Section No. 86220 CAFA No. 207-M-491-000X
EXHIBIT "C
TERMS AND CONDITIONS FOR INSTALLATION OF THE PROJECT
See the Attachment "MOT Plans"
625-010-10
ROADWAY DESIGN
OGC - 12/12
Page 11 of 12
Section No. 86220 CAFA No. 2017-M-491-000X
EXHIBIT "D"
AGENCY RESOLUTION
See the Attachment
625-010-10
ROADWAY DESIGN
OGC - 12/12
Page 12 of 12
Section No. 86220 CAFA No. 2017-M-491-000X
EXHIBIT "E"
NOTICE OF COMPLETION AND RESPONSIBLE PROFESSIONAL'S
CERTIFICATE OF COMPLIANCE
NOTICE OF COMPLETION
COMMUNITY AESTHETIC FEATURE AGREEMENT
Between
THE STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
and The City of Tamarac
PROJECT DESCRIPTION: CAFA -Affixed Artwork and City Entry Sign
In accordance with the Terms and Conditions of the Community Aesthetic Feature Agreement, the undersigned provides
notification that the work authorized by this Agreement is complete as of 20
By:
Name: Mustafa Albassam
Title: City Engineer
RESPONSIBLE PROFESSIONAL'S CERTIFICATION OF COMPLIANCE
In accordance with the Terms and Conditions of the Community Aesthetic Feature Agreement, the undersigned certifies
that all work which originally required certification by a Professional Engineer has been completed in compliance with the
Project construction plans and specifications. If any deviations have been made from the approved plans, a list of all
deviations, along with an explanation that justifies the reason to accept each deviation, will be attached to this
Certification. Also, with submittal of this certification, the Agency shall furnish FDOT a set of "as -built" plans certified by
the Engineer of Record.
By:
SEAL: Name:
Date: