Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2011-051Temp Reso #11988 May 13, 2011 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2011- ,! A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, TO EXECUTE AN AGREEMENT BETWEEN BROWARD COUNTY AND THE CITY OF TAMARAC FOR A MAINTENANCE AGREEMENT IN CONJUNCTION WITH THE BROWARD COUNTY BUS SHELTER GRANT PROGRAM; PROVIDING FOR CONDITIONS OF APPROVAL: PROVIDING FOR CONFLICTS: PROVIDIN FOR SEVERABILITY• AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, Broward County has Federal stimulus funds to provide the installation of Bus Shelters to local municipalities at bus stop locations that meet a minimum of twenty- five (25) boardings per day; and WHEREAS, Broward County has identified sixteen (16) bus stop locations throughout the City of Tamarac that meet the minimum criteria of boardings per day; and WHEREAS, the addition of bus shelters will provide shelter for bus stop locations that are currently heavily utilized by citizens of Tamarac and Broward County; and WHEREAS, a Maintenance Agreement for Bus Shelters (referred hereto as "Agreement") is required to be executed between Broward County and The City of Tamarac; and WHEREAS, the Director of Community Development recommends approval of this agreement; and WHEREAS, the City Commission of the City of Tamarac finds that approving the Agreement would be in keeping with the public health, safety and general welfare of the City of Tamarac; and Temp Reso #11888 May 13, 2011 Page 2 WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interests of the citizens and residents of the City of Tamarac to approve this Agreement to provide shelter for its transit users; and WHEREAS, the Agreement states that Broward County will furnish and install 16 Bus Shelters at various locations throughout the City based on ridership at no cost to the City; and WHEREAS, the Agreement states that the City of Tamarac is responsible for the maintenance of all bus shelters; and WHEREAS, the Agreement states that there shall be no advertising on the bus shelters. 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. SECTION 2: That this Maintenance Agreement for Bus Shelters in conJunction with Broward County's Bus Shelter Grant program is HEREBY APPROVED. SECTION 3: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. Temp Reso #11988 May 13, 2011 Page 3 SECTION 4: If any clause, section, other part or application of this Resolution is held by any court of competent Jurisdiction to be unconstitutional or invalid, in part or in application, It shall not affect the validity of the remaining portions or applications of this Resolution. PASSED, ADOPTED AND APPROVED this ATTEST: PETER M. J. R)dHAf3DSON, CRM, CMC CITY CLERK. \`OF TA.Mgq :� may. • '9� 1. ,. V• Q:d= ESTAg1.ISHE : o p1. O E I HEREBY CERf"ttAAT I HAVE APPROVED THIS RESOLUTION AS TO FORM. AMUhL S. GOR ITY ATTORNEY �5 day of !"t , 2011. P0,442L PAMELA BUSHNELL MAYOR RECORD OF COMMISSION VOTE: MAYOR BUSHNELL DIST 1: COMM. SWENSON c. DIST 2: V/M GOMEZ DIST 3: COMM. GLAS R w -- DIST 4: COMM. DRESSLER ..� AGREEMENT between BROWARD COUNTY and CITY OF TAMARAC for MAINTENANCE OF BUS SHELTERS A. 9 AGREEMENT between BROWARD COUNTY and CITY OF TAMARAC for MAINTENANCE OF BUS SHELTERS THIS IS AN AGREEMENT made and entered into by and between BROWARD COUNTY, a political subdivision of the state of Florida, its successors and assigns, hereinafter referred to as "COUNTY," through its Board of County Commissioners, AND CITY OF TAMARAC, a municipal corporation located in Broward County, Florida, organized and existing under the laws of the state of Florida, hereinafter referred to as "MUNICIPALITY." WHEREAS, the parties desire to increase the amenities at bus stops to improve the comfort of the traveling public; and WHEREAS, COUNTY has determined that it is cost effective for COUNTY to furnish and install bus shelter improvements within the jurisdictional limits of MUNICIPALITY, provided that MUNCIPALITY agrees to maintain the bus shelters upon installation; and WHEREAS, MUNICIPALITY has expressed its desire to maintain the improvements; and WHEREAS, it is of mutual benefit to the residents of COUNTY and MUNICIPALITY to improve bus stop comfort by providing bus shelters and other amenities; NOW, THEREFORE, IN CONSIDERATION of the mutual terms, conditions, promises, and covenants hereinafter set forth, COUNTY and MUNICIPALITY agree as follows: -2- ARTICLE 1 DEFINITIONS AND IDENTIFICATIONS 1.1 "Agreement" shall mean this document, Articles 1 through 8, inclusive. Other terms and conditions are included in the exhibits and documents that are expressly incorporated by reference. 1.2 "Board" shall mean the Broward County Board of County Commissioners. 1.3 "Contract Administrator" shall mean the Broward County Administrator, the Director of the Transportation Department or designee of such County Administrator or Director. The primary responsibilities of the Contract Administrator are to coordinate and communicate with MUNICIPALITY and to manage and supervise execution and completion of the terms and conditions of this Agreement as set forth herein. In the administration of this Agreement, as contrasted with matters of policy, all parties may rely on the instructions or determinations made by the Contract Administrator; provided, however, that such instructions and determinations do not change the Scope of Participation. 1.4 "County Administrator" shall mean the administrative head of COUNTY pursuant to Sections 3.02 and 3.03 of the Broward County Charter. 1.5 "County Attorney" shall mean the chief legal counsel for COUNTY who directs and supervises the Office of the County Attorney pursuant to Section 2.10 of the Broward County Charter. 1.6 "Department" shall mean the Broward County Transportation Department. 1.7 "Bus Shelter(s)" shall mean the bus stop shelter pad(s), shelter structure(s), trash receptacle(s) and other amenities commonly associated with shelters. ARTICLE 2 SCOPE COUNTY and MUNICIPALITY shall: 2.1 COUNTY shall install or cause to be installed Bus Shelter(s) which are described and located as set forth on Exhibit "A" within the jurisdiction of MUNICIPALITY. The installation of the Bus Shelter(s) shall be at no cost to MUNICIPALITY. Prior to installation of a Bus Shelter, the COUNTY shall obtain a building permit from the MUNICIPALITY. The Bus Shelters shall remain the property of COUNTY. MUNICIPALITY shall provide easement(s) in a form acceptable to COUNTY prior to the installation of the Bus Shelter(s), where applicable, if requested by COUNTY. MUNICIPALITY shall have the authority to inspect the Bus Shelters prior to acceptance of Bus Shelters for maintenance purposes. COUNTY shall WI S provide MUNICIPALITY with written notice of the installation of the Bus Shelter, and MUNICIPALITY shall have three (3) business days, excluding holidays, to inspect the Bus Shelter and advise COUNTY, in writing, of any issues regarding the installation. The MUNCIPALITY shall provide COUNTY with written notice of the MUNICIPALITY's acceptance of the Bus Shelter. In the event the MUNICIPALITY identifies any issues regarding the installation of the Bus Shelter, COUNTY shall take all reasonable steps to promptly address the issues identified in the MUNICIPALITY's notice. COUNTY shall warrant the installation of the Bus Shelters for a period of one year following written acceptance by the MUNICIPALITY, and the COUNTY shall assign any warranties for the Bus Shelters to the MUNCIPALITY. 2.2 MUNICPALITY agrees to maintain, at its sole cost and expense, the Bus Shelter(s) set forth on Exhibit "A," in compliance with any and all applicable laws which shall include, but not be limited to, laws and regulations relating to the Americans with Disabilities Act of 1990, as currently enacted or as may be amended from time to time ("ADA"). The Bus Shelter(s) shall be kept clean and free from trash and debris. The Bus Shelter(s) shall be kept free of graffiti. As part of the maintenance responsibility, MUNCIPALITY shall at all time keep Bus Shelters in good repair and replace, defective, damaged or worn out parts of the Bus Shelter(s). MUNICIPALITY's responsibility to keep the Bus Shelter(s) in good repair shall include all necessary maintenance of any type or nature, including, but not limited to, maintenance, repair and replacement of defective, damaged or worn out parts due to normal wear and tear, acts of God, vandalism and accidents. MUNCIPALITY shall take all necessary steps to maintain the Bus Shelters in a manner to protect against injury to any person or property. In the event that a Bus Shelter should suffer significant damage, MUNICIPALITY shall immediately report the damage to COUNTY and MUNICIPALITY shall immediately take any and all steps reasonably necessary to protect against injury to any person or property. Significant damage shall mean damage to the Bus Shelter which renders the Bus Shelter no longer suitable to meet and perform adequately for the purpose for which is was constructed and it may not be safely maintained within the parameters set forth by the manufacturer. Following a determination by COUNTY, in consultation with MUNICIPALITY, that the Bus Shelter has suffered significant damage and that the Bus Shelter is beyond repair, MUNICIPALITY shall remove the Bus Shelter no later than three (3) business days, excluding holidays, following receipt of written notice of COUNTY's determination. COUNTY's determination relating to the ability to repair the Bus Shelter shall be final. Neither COUNTY nor MUNICIPALITY shall be required to replace a shelter which has suffered significant damage and been deemed by the COUNTY to be beyond repair. In the event that COUNTY, in its sole discretion shall replace a Bus Shelter, MUNICIPALITY acknowledges and agrees that all terms and conditions of this Agreement shall apply to the replacement Bus Shelter. 10 2.3 All Bus Shelter(s) shall at all times have a notification sign posted with the name and phone number of the contact person for MUNICIPALITY responsible for maintenance of the Bus Shelter(s) so that members of the public may contact MUNICIPALITY regarding problems with the Bus Shelter(s). MUNICIPALITY shall promptly respond and correct all complaints regarding maintenance. 2.4 COUNTY and MUNICIPALITY agree and understand that this Agreement does not change the COUNTY road functional classification. 2.5 No advertisements will be permitted on Bus Shelters. 2.6 The maintenance obligations of the MUNICIPALITY as set forth in this Agreement may be performed by MUNICIPALITY through the use of its employees or MUNICIPALITY may enter into a contract with a third party to perform the services. In the event MUNICIPALITY contracts with third party, MUNICIPALITY shall remain fully responsible hereunder and shall ensure that its contractor complies at all times with each and every term, condition, duty, and obligation set forth herein. ARTICLE 3 TERM AND TERMINATION 3.1 The term of this Agreement shall begin on the date it is fully executed by both parties and shall terminate as provided for in Sections 3.2 through 3.6, herein below. 3.2 This Agreement may be terminated for cause by COUNTY, through action of the Board if MUNICIPALITY has not corrected the breach within thirty (30) days of written notice given by COUNTY to MUNICIPALITY setting forth the breach. If MUNICIPALITY corrects the breach within thirty (30) days after written notice of same, to the sole satisfaction of COUNTY, the Agreement shall remain in full force and effect. If such breach is not corrected and improved within thirty (30) days of receipt of notice of breach, COUNTY may terminate the Agreement. Specifically in the case of MUNICIPALITY's requirement to maintain the Property, COUNTY, at the option of Contract Administrator, may cause such breach to be corrected and improved and bill MUNICIPALITY for the costs of such correction and improvement, or terminate this Agreement. If COUNTY opts to correct and improve the breach, and bills MUNICIPALITY for same, MUNICIPALITY shall then remit to COUNTY the amount so billed within thirty (30) days of MUNICIPALITY's receipt thereof. 3.3 Termination of this Agreement for cause shall include, but not be limited to, failure of MUNICIPALITY to suitably perform the services required by Article 2 herein, failure of MUNICIPALITY to maintain the Bus Shelter(s) pursuant to the terms of this Agreement, or a failure of MUNICIPALITY to continuously perform the services required by the terms and conditions of this Agreement in a manner calculated to meet or accomplish the objectives set forth herein, notwithstanding 5-02 whether any such breach was previously waived or cured. 3.4 This Agreement may be terminated for convenience by COUNTY upon thirty (30) days' written notice given by COUNTY to MUNICIPALITY. This Agreement may also be terminated by County Administrator upon such notice as County Administrator deems appropriate in the event that County Administrator determines that termination is necessary to protect the public health, safety, or welfare. 3.5 In the event this Agreement is terminated for convenience, upon being notified of election to terminate, the parties shall refrain from performing further services or incurring additional expenses under the terms of this Agreement. MUNICIPALITY acknowledges and agrees that Ten Dollars ($10.00), the adequacy of which is hereby acknowledged by MUNICIPALITY, is given as specific consideration to MUNICIPALITY for COUNTY's right to terminate this Agreement for convenience. 3.6 Notice of termination shall be provided in accordance with the Article 5, "NOTICES," except that notice of termination by County Administrator which County Administrator deems necessary to protect the public health, safety, or welfare may be verbal notice which shall be promptly confirmed in writing in accordance with Article 5, "NOTICES." ARTICLE 4 CHANGES IN SCOPE Any change to the Scope must be accomplished by a written amendment, executed by the parties in accordance with Section 8.12 below. ARTICLE 5 NOTIN=R Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand -delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: FOR BROWARD COUNTY: Director, Broward County Transportation Department 3201 West Copans Road Pompano Beach, Florida 33069 FOR MUNICIPALITY: City of Tamarac City Manager 7525 N.W. 88th Avenue Tamarac, Florida 33321 ARTICLE 6 INDEMNIFICATION 6.1 MUNICIPALITY and COUNTY are state agencies or political subdivisions as defined in Section 768.28, Florida Statutes (2006), as may be amended, and agree to be fully responsible for acts and omissions of its agents or employees to the extent permitted by law. Nothing herein is intended to serve as a waiver of sovereign immunity by any party to which sovereign immunity may be applicable. Nothing herein shall be construed as consent by a state agency or political subdivision of the state of Florida to be sued by third parties in any matter arising out of this Agreement or any other contract. 6.2 In the event that MUNICIPALITY contracts with a third party to provide the services set forth herein, addressed herein above, any contract with such third party shall include the following provisions: 6.2.1 Indemnification: MUNICIPALITY's contractor shall indemnify and hold harmless COUNTY, its officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of MUNICIPALITY's contractor and persons employed or utilized by MUNICIPALITY's contractor in the performance of this Agreement. Except as specifically provided herein, MUNICIPALITY's contractor shall not be required to indemnify COUNTY from any damages directly caused or resulting from the sole negligence of COUNTY, its officers, agents or employees. These indemnifications shall survive the term of this Agreement. 6.2.2 In order to insure the indemnification obligation, MUNICIPALITY's contractor shall, at a minimum, provide, pay for, and maintain in force at all times during the term of this Agreement (unless otherwise provided), the insurance coverages set forth in Article 7, Section 7.2, in accordance with the terms and conditions required by this Article. 6.2.3 For any policies referred to in Section 6.2.2, which require the payment of a deductible, the deductible shall be paid by the Municipality's contractor. The policies referred to in Section 6.2.2 shall be issued by United States Treasury approved companies authorized to do business in the state of Florida, and having agents upon whom service of process may be made in Broward County, Florida. -7- ARTICLE 7 INSURANCE 7.1 MUNICIPALITY is an entity subject to Section 768.28, Florida Statutes, as may be amended, and MUNICIPALITY shall furnish Contract Administrator with written verification of liability protection in accordance with state law prior to final execution of this Agreement. Additionally, if MUNICIPALITY elects to purchase excess liability coverage, MUNICIPALITY agrees that COUNTY will be furnished with a Certificate of Insurance listing the Broward County Board of County Commissioners as certificate holders and as additional named insureds. 7.2 In the event that MUNICIPALITY contracts with a third party to provide the services set forth herein, any contract with such third party shall include, at a minimum, the following provisions: 7.2.1 Insurance: MUNICIPALITY's contractor shall at all times during the term of this Agreement keep and maintain in full force and effect, at contractor's sole cost and expense, insurance of the types and amounts as set forth on Exhibit "B," a copy of which is attached hereto and incorporated herein by reference as if set forth in full, and shall name COUNTY and Broward County Board of County Commissioners as an additional insured. 7.2.2 MUNICIPALITY's contractor shall furnish to Contract Administrator Certificates of Insurance or Endorsements evidencing the insurance coverages specified by this Article prior to beginning the performance of work under this Agreement. 7.2.3 Coverage is not to cease and is to remain in full force and effect (subject to cancellation notice) until all performance required of MUNICIPALITY's contractor is completed. All policies must be endorsed to provide COUNTY with at least thirty (30) days' notice of cancellation and/or restriction. If any of the insurance coverages will expire prior to the completion of the work, copies of renewal policies shall be furnished at least thirty (30) days prior to the date of their expiration. 7.2.4 For any policies referred to above, which require the payment of a deductible, the deductible shall be paid by the Municipality's contractor. The policies shall be issued by United States Treasury approved companies authorized to do business in the state of Florida, and having agents upon whom service of process may be made in Broward County, Florida. 7.2.5 The foregoing requirements represent minimum coverages that shall be contained in MUNICIPALITY's contracts with a third party. Any additional requirements for professional liability, property/builders risk, installation floater, and environmental or pollution shall be subject to MUNICIPALITY's standard requirements for the Project. ARTICLE 8 MISCELLANEOUS 8.1 AUDIT RIGHT AND RETENTION OF RECORDS. COUNTY shall have the right to audit the books, records, and accounts of MUNCIPALITY and its subcontractors that are related to this Agreement. MUNCIPALITY and its subcontractors shall keep such books, records, and accounts as may be necessary in order to record complete and correct entries related to the Project. All books, records, and accounts of MUNCIPALITY and its subcontractors shall be kept in written form, or in a form capable of conversion into written form within a reasonable time, and upon request to do so, MUNCIPALITY or its subcontractor, as applicable, shall make same available at no cost to COUNTY in written form. MUNCIPALITY and its subcontractors shall preserve and make available, at reasonable times for examination and audit by COUNTY, all financial records, supporting documents, statistical records, and any other documents pertinent to this Agreement for the required retention period of the Florida Public Records Act, Chapter 119, Florida Statutes, as may be amended from time to time, if applicable, or, if the Florida Public Records Act is not applicable, for a minimum period of three (3) years after termination of this Agreement. If any audit has been initiated and audit findings have not been resolved at the end of the retention period or three (3) years, whichever is longer, the books, records, and accounts shall be retained until resolution of the audit findings. If the Florida Public Records Act is determined by COUNTY to be applicable to MUNCIPALITY's and its subcontractors' records, MUNCIPALITY and its subcontractors shall comply with all requirements thereof; however, no confidentiality or non -disclosure requirement of either federal or state law shall be violated by MUNCIPALITY or its subcontractors. Any incomplete or incorrect entry in such books, records, and accounts shall be a basis for COUNTY's disallowance and recovery of any payment upon such entry. MUNCIPALITY shall, by written contract, require its subcontractors to agree to the requirements and obligations of this Section 8.2. 8.2 NONDISCRIMINATION, EQUAL EMPLOYMENT OPPORTUNITY, AND AMERICANS WITH DISABILITIES ACT. MUNICIPALITY shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. MUNICIPALITY shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by COUNTY, including Titles I and II of W the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, MUNICIPALITY shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff, termination, rates of pay, other forms of compensation, terms and conditions of employment, training (including apprenticeship), and accessibility. 8.2.1 MUNICIPALITY's decisions regarding the delivery of services under this Agreement shall be made without regard to or consideration of race, age, religion, color, gender, sexual orientation (Broward County Code, Chapter 16'/z), national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used as a basis for service delivery. 8.2.2 MUNICIPALITY shall not engage in or commit any discriminatory practice in violation of the Broward County Human Rights Act (Broward County Code, Chapter 16Y2) in performing any services pursuant to this Agreement. 8.3 INDEPENDENT CONTRACTOR MUNCIPALITY is an independent contractor under this Agreement. Services provided by MUNCIPALITY pursuant to this Agreement shall be subject to the supervision of MUNCIPALITY. In providing such services, neither MUNCIPALITY nor its agents shall act as officers, employees, or agents of COUNTY. No partnership, joint venture, or other joint relationship is created hereby. COUNTY does not extend to MUNCIPALITY or MUNCIPALITY's agents any authority of any kind to bind COUNTY in any respect whatsoever. 8.4 THIRD PARTY BENEFICIARIES. Neither MUNICIPALITY nor COUNTY intends to directly or substantially benefit a third party by this Agreement. Therefore, the parties agree that there are no third party beneficiaries to this Agreement and that no third party shall be entitled to assert a claim against either of them based upon this Agreement. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Agreement. 8.5 ASSIGNMENT AND PERFORMANCE. Neither this Agreement nor any right or interest herein shall be assigned, transferred, or encumbered without the written consent of the other party. In addition, MUNCIPALITY shall not subcontract any portion of the work required by this Agreement, except as authorized herein. COUNTY may terminate this M111 Agreement, effective immediately, if there is any assignment, or attempted assignment, transfer, or encumbrance, by MUNCIPALITY of this Agreement or any right or interest herein without COUNTY's written consent. MUNCIPALITY represents that each person who will render services pursuant to this Agreement is duly qualified to perform such services by all appropriate governmental authorities, where required, and that each such person is reasonably experienced and skilled in the area(s) for which he or she will render his or her services. MUNCIPALITY shall perform its duties, obligations, and services under this Agreement in a skillful and respectable manner. The quality of MUNCIPALITY's performance and all interim and final product(s) provided to or on behalf of COUNTY shall be comparable to the best local and national standards 8.6 MATERIALITY AND WAIVER OF BR COUNTY and MUNCIPALITY agree that each requirement, duty, and obligation set forth herein was bargained for at arms' -length and is agreed to by the parties in exchange for quid pro quo, that each is substantial and important to the formation of this Agreement and that each is, therefore, a material term hereof. COUNTY's failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or modification of this Agreement. A waiver of any breach of a provision of this Agreement shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Agreement. 8.7 COMPLIANCE WITH LAWS. MUNICIPALITY shall comply with all federal, state, and local laws, codes, ordinances, rules, and regulations in performing its duties, responsibilities, and obligations pursuant to this Agreement. 8.8 SEVERANCE. In the event a portion of this Agreement is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless COUNTY or MUNICIPALITY elects to terminate this Agreement. An election to terminate this Agreement based upon this provision shall be made within seven (7) days after the finding by the court becomes final. 8.9 JOINT PREPARATION. Each party and its counsel have participated fully in the review and revision of this Agreement and acknowledge that the preparation of this Agreement has -11- been their joint effort. The language agreed to expresses their mutual intent and the resulting document shall not, solely as a matter of judicial construction, be construed more severely against one of the parties than the other. The language in this Agreement shall be interpreted as to its fair meaning and not strictly for or against any party. 8.10 PRIORITY OF PROVISIONS. If there is a conflict or inconsistency between any term, statement, requirement, or provision of any exhibit attached hereto, any document or events 'referred to herein, or any document incorporated into this Agreement by reference and a term, statement, requirement, or provision of this Agreement, the term, statement, requirement, or provision contained in Articles 1 through 8 of this Agreement shall prevail and be given effect. 8.11 JURISDICTION, VENUE, WAIVER OF JURY This Agreement shall be interpreted and construed in accordance with and governed by the laws of the state of Florida. All parties agree and accept that jurisdiction of any controversies or legal problems arising out of this Agreement, and any action involving the enforcement or interpretation of any rights hereunder, shall be exclusively in the state courts of the Seventeenth Judicial Circuit in Broward County, Florida, and venue for litigation arising out of this Agreement shall be exclusively in such state courts, forsaking any other jurisdiction which either party may claim by virtue of its residency or other jurisdictional device. BY ENTERING INTO THIS AGREEMENT, MUNICIPALITY AND COUNTY HEREBY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO THIS AGREEMENT. 8.12 AMENDMENTS. No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Agreement and executed by COUNTY and MUNICIPALITY or others delegated authority to or otherwise authorized to execute same on their behalf. 8.13 PRIOR AGREEMENTS. This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior -12- representations or agreements, whether oral or written. 8.14 INCORPORATION BY REFERENCE. The truth and accuracy of each "Whereas" clause set forth above is acknowledged by the parties. The attached Exhibits "A" and "B" are incorporated into and made a part of this Agreement. 8.15 REPRESENTATION OF AUTHORITY Each individual executing this Agreement on behalf of a party hereto hereby represents and warrants that he or she is, on the date he or she signs this Agreement, duly authorized by all necessary and appropriate action to execute this Agreement on behalf of such party and does so with full legal authority. 8.16 MULTIPLE ORIGINALS. Multiple copies of this Agreement may be executed by all parties, each of which, bearing original signatures, shall have the force and effect of an original document. (REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK) MICE IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature: BROWARD COUNTY, through its BOARD OF COUNTY COMMISSIONERS, signing by and through its Mayor or Vice- Mayor, authorized to execute same by Board action on the �- ay of ST 201(, and CITY OF TAMARAC, signing by and through its U duly authorized to execute same. ATTES Couh1v Administrator a Ex-Officio Clerk of the Board of CRorvW1i� loners of Browauat�;'•, Ali CREATED M z ®; OCT 1 st o E ter. ••�°coutro •• Approved as to Insurance Requirements: ByA� isk Management -14- COUNTY: BROWARD COUNTY, through its BOARD OF COUNTY COMMISSIONERS / mayor day• •• Approved as to form by Office of County Attorney Broward County, Florida JONI ARMSTRONG COFFEY, County Attorney Governmental Center, Suite 423 115 South Andrews Avenue Fort Lauderdale, Florida 33301 Telephone: (954) 357-7600 Tel er: (954) 357-6968 By Sharon V. Thorsen Senior Assistant County Attorney Approved by: Noel M. Fyfeffer, Deputy County Attorney AGREEMENT BETWEEN BROWARD COUNTY AND THE CITY OF TAMARAC FOR MAINTENANCE OF BUS SHELTERS koC/1L) \x1,t111/���i of TA 07 ESTABLISHED o 1963 .:�` 4 ., SEAL : C) 11 19 C\����. j/0 11111110 MUNICIPALITY: THE CITY OF TAMARAC By PAJA.J.- Mayor-Cbmmissio day of , 20-L�L. 77 Ma ager day of Wit 20A. APPROVED AS TO FORM: By /�,u It Attorney SVF:slw 5/20/11 3/3/11 2/28/11 5/27/10 TRANS ITbussheltersmai ntenanceTAMARAC 09-114.09 HA2005\050164 TAMARAC\AGMTS\Bus Shelter Maintenance ILA (5-5-11).docx -15- PROJECT IMPROVEMENT AND SCOPE Summary of Work Install bus shelters and associated amenities at 16 separate locations throughout the City of Tamarac, in accordance with the attached list of locations (see table below). The shelters shall be manufactured and installed in accordance with the manufacturer's specifications. , W O W O 0 LU d W Z W CC Z inl G "t; Z � a Z R a O 2 m oG uQr U N 197 UNIVERSITY DR MCNAB RD NB IF L N N N N N STATE TAMARAC 250 UNIVERSITY DR NW78th STREET SB F L Y N Y N Y STATE TAMARAC 251 UNIVERSITY DR MCNAB RD SB N L Y N Y N Y STATE TAMARAC 252 UNIVERSITY DR MCNAB RD SB F L Y N Y N Y STATE TAMARAC 254 UNIVERSITY DR NW 57 ST 56 N L Y N Y N Y STATE TAMARAC COMMERCIAL 1273 SR 7 BLVD SB F M Y N Y Y Y STATE TAMARAC 1686 MCNAB RD NW 84 AVE EB F S Y N Y N N COUNTY TAMARAC COMMERCIAL 2231 NW 31 AVE BLVD SB F S Y N Y N N COUNTY TAMARAC 2870 MCNAB RD UNIVERSITY DR WB F S Y N Y N N COUNTY TAMARAC 2883 MCNAB RD UNIVERSITY DR EB F M Y N Y N Y COUNTY TAMARAC 3207 UNIVERSITY DR NW 83 ST SB F L Y N Y N Y STATE TAMARAC 3222 UNIVERSITY DR NW 57 ST NB N M Y N Y N N STATE TAMARAC COMMERCIAL 3324 BLVD NW 64 AVE WB F S Y N Y N Y STATE TAMARAC COMMERCIAL 4353 BLVD UNIVERSITY DR WB F S Y N Y N N STATE TAMARAC COMMERCIAL 4610 BLVD SR 7 WB F S Y N Y N N STATE TAMARAC COMMERCIAL 5098 BLVD SR 7 EB F MP Y N I Y N N STATE TAMARAC -16- EXHIBIT "Brr INSURANCE REQUIREMENTS The following c:overaoe is deemed appropriate for minimum insurance requirements for this project and will be required of the selected firm in the n otiated a mernant Any deviation or change dun §S22e of Swim: Bus Shelter Maintenance Re"ostorfDivision: A. Douglas - Transportation TYPE OF INSURANCE GENERAL LIABILITY I Certificate Holder must be additional Insured y Commercial General Prerrdse t-Operaitione Explosion ✓L Collapse Underground Hazard ProductalCorpMted Operations Hazard Contractual knuraince Broad Form Property Damage (Independent Contractors) r Broad Form Property Damage Garage Keepers • ComprehensWe Form • Owned • Hired Non -Owned • Any Auto EXCESS LIABILITY / Certificate Holder most be additional Insured I..... UrnbreNa Form W Other Then Umbreb Form POLLUTION" & ENVIRONMENTAL IMPAIRMENT LIIAB Fllf:itl 4�i �rar Certificate Helder Broward County Board of County Commissioners Risk Management Division, RM 210 116 South Andrews Avenue: Fort Lauderdale. Ft 33301 Limits on Liability in Thousands of Dollars Each Occurrence Zar-agl Bodily Injury and Property Damage Combined Personal Injury $1,000K i $1,000K Bodily Injury and S&UQK(Waived, If Propene Damage delivered by $500K Combined Third Party) Bodily Injury and property Damage $K ±IK Combined Max. fK $K Ded. s 4x) STATUTORY (each accident) I $100K WORKER'S COMPENSATION AND EMPLOYER'S NOTE " - It the Company is exempt from Workers' Compensatbn LIABILITY (NOTE') if any operations are to be undertaken on or about navigable waters. coverage must be Coverage. please provide a letter on company letterhead or a included for U.S Longshoremen 6 Harbor Workers:Act/ & copy of the State's exemption which documents this status and Jones Act attachd to the C'ert ficate of insurance for approval. PROFESSIONAL LAY - E&O Max $ K Ded. K (Contractor shall maintain E&O in force for 2 years after completion of all work required) VENDOR RESPONSIBLE FOR CIEDUCTIBI.E PROPERTY COVERAGE 1 BUILDERS RISK Max mod" $K -- — i Agreed value Replacement Cost Subject to waiver based on type and nature of project. Wind Max Ded. 10K All Perlis Except Wind or Flood Peril not to exceed 5 % of Project Installation floater required for projects greater than S50k. Agreed value Replacement Cost Contractor responsible for all etc., until I CANCELLATION; RECOMMENDED Thirty (30) Day written notice of cancellation required to the Certificate Holder . w.•�mr«a car. Date: Authorized Signature -17-