Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution (112)1 Temp Reso. # 9759 April 10, 2002 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2002-112 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AN AMENDMENT TO THE MAINTENANCE MEMORANDUM OF AGREEMENT BETWEEN THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION AND THE CITY OF TAMARAC; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac entered into an agreement with the State of Florida Department of Transportation on September 17, 1999 through Resolution R-99-203, as attached in Exhibit "1" for the purpose of constructing and maintaining a landscaping and irrigation project along Commercial Boulevard from Rock Island Road to Prospect Road, funded through the Highway Beautification Council Grants Program; and WHEREAS, following the execution of the aforementioned agreement, the State of Florida Department of Transportation proposed the upgrade of landscaping and irrigation located on Commercial Boulevard from the Florida Turnpike to NW 31 st Avenue as part of their Commercial Boulevard Improvement Project; and WHEREAS, on July 12, 2000, the FDOT and the City of Tamarac agreed to suspend the original project until such time as the reconstruction project could be completed through Resolution R-2000-186, hereto attached as Exhibit "2"; and WHEREAS, the reconstruction project will incorporate the original landscape and irrigation design and maintenance requirements as approved by both parties as a part of the original agreement; and Temp Reso. # 9759 April 10, 2002 Page 3 SECTION 4: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not effect other provisions or application, and to this end the provisions of this resolution are declared to be severable. SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED, AND APPROVED this 24th day of April, 2002. ATTEST: MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this R156"OLUTION as to form., MrrCWELL S. KF CITY ATTORN JOE SCHREIBER MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER A -ye, DIST 1: V/M. PORTNER 6yg DIST 2: COMM. MISHKIN �l� DIST 3: COMM. SULTANOF—five.; DIST 4: COMM. ROBERTS Ayer TEMP RESO 9759 EXHIBIT 1 Temp. Reso. #8721 August 11,1999 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-99 - A03 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, ACCEPTING THE FLORIDA DEPARTMENT OF TRANSPORTATION, HIGHWAY BEAUTIFICATION GRANT IN THE AMOUNT OF $75,958.79 AND AUTHORIZING A MATCH FROM THE CITY IN THE AMOUNT OF $75,996.25, FOR A TOTAL PROJECT COST OF $151,955.04 TO PROVIDE LANDSCAPE AND IRRIGATION IMPROVEMENTS ALONG COMMERCIAL BOULEVARD BETWEEN ROCK ISLAND ROAD AND PROSPECT ROAD; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AN AGREEMENT BETWEEN THE CITY OF TAMARAC AND THE FLORIDA DEPARTMENT OF TRANSPORTATION FOR THE HIGHWAY BEAUTIFICATION GRANT FUNDS; APPROVING A TRANSFER FROM THE GRANTS MATCHING ACCOUNT IN THE AMOUNT OF $75,996.25; AMENDING THE ANNUAL GRANTS FUND BUDGET OF ESTIMATED REVENUES AND EXPENDITURES IN THE AMOUNT OF $75,958.79; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City Commission of the City of Tamarac desires to enhance landscape beautification within the City of Tamarac; and WHEREAS, on January 27, 1999, the City Commission of the City of Tamarac passed Resolution R-99-18 authorizing the appropriate City officials to apply for grant funding from the Florida Department of Transportation under their Highway Beautification program in the amount of $75,000, and authorized a City match of $75,000, to provide landscape and irrigation improvements along Commercial Boulevard between Rock Island Road and Prospect Road; and WHEREAS, the City of Tamarac, pursuant to prior agreements, is responsible for maintaining the public rights -of -way on Commercial Boulevard between Rock Island Road and Prospect Road; and Temp. Reso. #8721 August 11,1999 Page 2 WHEREAS, the City of Tamarac received notification from the Florida Department of Transportation that the grant application in the exact amount of $75,958.79 is approved; and WHEREAS, matching City funds in the exact amount of $75,996.25 are available in the General Fund budget for said purpose; and WHEREAS, it is the recommendation of the City Manager, Director of Public Works and the Assistant Director of Public Works that the grant in the amount of $75,958.79 from the Florida Department of Transportation be accepted, and the match of $75,996.25 from the City be approved; and 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 accept the Florida Department of Transportation Highway Beautification Grant in the amount of $75,958.79 and approve the match from the City in the amount of $75,996.25 for landscape and irrigation improvements along Commercial Boulevard between Rock Island Road and Prospect Road. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: 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: The Florida Department of Transportation Highway Beautification Grant in the amount of $75,958.79 for landscape and irrigation improvements along University Drive and Commercial Boulevard is HEREBY accepted. Section 3: The City of Tamarac match in the amount of $75,996.25 for a total project cost of $151,955.04 shall come from the account entitled "Grants - Matching Funds." Temp. Reso. #8721 August 11,1999 Page 3 Section 4: A budget transfer in the amount of $75,996.25 from Grants Fund account entitled, "Grants — Matching Funds" to Grants Fund account entitled, "Landscaping and Irrigation" is HEREBY approved for correct accounting standards. Section 5: The City Commission authorizes the appropriate City Official to amend the Grants Fund budget in the amount of $75,958.79 and appropriate said funds including any and all subsequent budgetary transfers to be in accordance with proper accounting standards. Section 6: The appropriate City officials are HEREBY authorized to execute the required documents for the acceptance of the grant from the Florida Department of Transportation, attached hereto as EXHIBIT "A". Section 7: All resolutions or parts of resolutions in conflict herewith are HEREBY repealed to the extent of such conflict. Section 8: 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 application, it shall not affect the validity of the remaining portions or applications of this Resolution. Section 9: This Resolution shall become effective immediately upon its passage and adoption. 1 1 Temp. Reso. #8721 August 11, 1999 Page 4 PASSED, ADOPTED AND APPROVED this day of ,1999. ATTEST: CAROL GOLD, C /AAE CITY CLERK I HEREBY CERTIFY that I have Approved this RESOLUTION qs to form JTCHELL'S. KRAFT ITY ATTORNEY r, �&'i P-04 - '0MI, RECORD OF COMMISSION MAYOR SCHREIBER DIST 1: COMM ;R DIST 2: „�V M„-MISHMN,, DIST & COMM. SUt.TANOF�' DIST 4: -comm. a9lea 0 Florida Department of Transportation V GOVERNOR DISTRICT NMINTI:NANCE • DISTRICT 4 34W Weak Commercial Boulevard. For! Lauderdale, Florida 33309.3421 Te6p6oee. (954)777-4200 Fax. (954) 777.4223 October 13, 1999 Mr. Jim Berkman Public Works Coordinator City of Tamarac 7525 N.W. 88th Avenue THOMAS F. BARRY. JR. SECRETARY Tamarac, FL 33321 Dear Mr. Ber RE: Maintenance Memorandum of Agreement for SR 870 (Commercial Boulevard) Enclosed is a copy of the executed Maintenance Memorandums for subject area. Please use this letter as your Notice to Proceed. Upon completion of the project it will be necessary for the City to submit a single invoice, along with the paid bills that support the invoice, to the Department for reimbursement. In the letter of transmittal please state that the project was constructed in compliance with the plans and that this is the final invoice. Should you have any question, please call me at (954) 777-4219. Thank you. JIM: As previously discussed with you, the Department has a road feature realignment project for a portion of this project. Please contact me prior to the start of any work so that we may effectively coordinate the efforts of the City and the Department. Thank you. CBWc Enclosure E Sincerely, r. Carl B. iggins, Landscape Architect www.dot.state.fl.us ® RECYCLED PAPER iWIBIT "A" TEMP RESO #8721 DISTRICT FOUR (4) MAINTENANCE MEMORANDUM OF AGREEMENT HIGHWAY BEAUTIFICATION GRANT FOR 1999-2000 THIS AGREEMENT, made and entered into this day o 19�, by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTA ON, a component agency of the State of Florida, hereinafter called the "DEPARTMENT" and theCity of Tamarac a political subdivision of the State of Florida, existing under the Laws of Florida, hereinafter called the "AGENCY". WHEREAS, as part of the continual updating of the State of Florida Highway System, the Department, for the purpose of safety, protection of the investment and other reasons, has constructed and does maintain a 4(,6 —1ane highway facility as described in Exhibit "A" attached hereto and incorporated by reference herein, within the corporate limits of the AGENCY; and WHEREAS, the AGENCY is of the opinion that said highway facility that contains landscape medians and areas outside the travel way to the right of way line, excluding sidewalk, shall be maintained by periodic trimming, cutting, mowing, fertilizing, litter pick-up and necessary replanting; and WHEREAS, the parties hereto mutually recognize the need for entering into an Agreement designating and setting forth the responsibilities of each party; and WHEREAS, the AGENCY by Resolution No. — aaciated:�,J 19 Q q , attached hereto and by this reference made a part hereof, desires to enter into this Agreement and authorizes its officers to do so; NOW THEREFORE, for and in consideration of the mutual benefits to flow each to the other, the parties covenant and agree as follows: 1. The AGENCY hereby agrees to install or cause to be installed landscaping on the highway facility as specified in plans and specifications included as Exhibit "B", with if any, the following exceptions and conditions: A. The current Florida of Department of Transportation Roadway and Traffic Design Standard index 546 must be adhered to, B. Clear zone/horizontal clearance as specified in the Plans Preparation Manual - Metric Volume 1, Chapter 2 must be adhered to as outlined on relevant sheets in Exhibit D. C. Landscaping shall not obstruct roadside signs or permitted outdoor advertising signs, D. If irrigation is to be installed, the Department shall be provided accurate as built plans of the system so if in the future there is a need for the Department to perform work in the area, the system can be accommodated as much as possible, E. If it becomes necessary to provide utilities to the median or side areas ( water/electricity) it shall be the AGENCY'S responsibility to obtain a permit for such work though the local maintenance office F. During the installation of the project and future maintenance operations, maintenance of traffic shall be in accordance with the 1988 edition of the MUTCD and the current Department Roadway and Traffic Design Standards (series 600), G. The AGENCY shall provide the local maintenance office located at 5548 NW 9th Avenue, Ft. Lauderdale, F1.33309 twenty-four (24) telephone number and the name of a responsible person that the department may contact, H. If there is a need to restrict the normal flow of traffic it shall be done on off peak hours (9AM to 3PM), I .The AGENCY shall be responsible to clear all utilities within the project limits J. The AGENCY shall notify the local maintenance office forty-eight (48) hours prior to the start of the project, 2. The AGENCY agrees to maintain the landscaping and irrigation (if applicable) within the median and areas outside the travel way to the right of way line, excluding sidewalk and crosswalks, unless constructed with other than concrete or asphalt at the AGENCY'S request, by periodic trimming, cutting, mowing, fertilizing, litter pickup and necessary replanting, following the Department's landscape safety and plant care guidelines. The AGENCY's responsibility for maintenance shall include all landscape/turfed areas and • areas covered with interlocking pavers or similar type surfacing (hardscape) within the median, crosswalks, and areas outside the travel way to the right-of-way line on Department of Transportation right-of-way within the limits of the Project. Such maintenance to be provided by the AGENCY is specifically set out as follows: To maintain, which means the proper watering and proper fertilization of all plants and keeping them as free as practicable from disease and harmful insects; to properly mulch the plant beds; to keep the premises free of weeds; to mow and/or cut the grass to a proper length; to properly prune all plants which includes (1) removing dead or diseased parts of plants, or (2) pruning such parts thereof which present a visual hazard for those using the roadway. To maintain also means removing or replacing dead or diseased plants in their entirety, or removing or replacing those that fall below original project standards. All plants removed for whatever reason shall be replaced by plants of the same size and grade as specified in the original plans and specifications. To maintain also means to keep the hardscape areas free from weeds and replacement of any areas becoming in disrepair so as to cause a safety hazard. To maintain also means to keep the header curbs that contain the hardscape in optimum condition. To maintain also means to keep litter removed from the median and areas outside the travel way of the right of way line. Plants shall be those items which would be scientifically classified as plants and include but are not limited to trees, grass, or shrubs. 0 The above named functions to be performed by the AGENCY, shall be subject to periodic 0 inspections by the Department. Such inspection findings will be shared with the AGENCY and shall be the basis of all decisions regarding payment reduction, reworking or agreement termination. The AGENCY shall not change or deviate from said plans without written approval of the Department. 3. If at any time after the AGENCY has assumed the landscaping installation and/or maintenance responsibility above -mentioned, it shall come to the attention of the Department's District Secretary that the limits or a part thereof is not properly maintained pursuant to the terms of this Agreement, said District Secretary may at his option issue a written notice that a deficiency or deficiencies exist(s), by sending a certified letter to the AGENCY to place said AGENCY on notice thereof. Thereafter the AGENCY shall have a period of thirty (30) calendar days within which to correct the cited deficiencies. If said deficiencies are not corrected within this time period, the Department may at its option. proceed as follows: (a) Complete the installation or part thereof, with Department or Contractor's personnel and deduct the cost of such work from the final payment for said work or part thereof, or (b) Maintain the landscaping or a part thereof, with Department or Contractor's personnel and invoice the AGENCY for expenses incurred, or (c) Terminate the Agreement in accordance with Paragraph 6 of this Agreement and remove, by Department or private contractor's personnel, all of the landscaping installed under this Agreement or any preceding agreements except as to trees and palms and charge the AGENCY the reasonable cost of such removal. 4. It is understood between the parties hereto that the landscaping covered by this Agreement may be removed, relocated or adjusted at any time in the future as determined to be necessary by the Department in order that the state road be widened, altered or otherwise changed to meet with future criteria or planning of the Department. The AGENCY shall be given sixty (60) calendar days notice to remove said landscaping/hardscapeafter which time the Department may remove the same and any mitigation required for remaining landscape/hardscape shall be the responsibility of the AGENCY. 5. The Department agrees to reimburse the AGENCY an amount not to exceed$75.958.79 , as defined in Attachment "C". Subject to this limit, the Department will pay only for the following costs: (a) Sprinkler/irrigation system (b) Plant materials and fertilizers/soil amendments. 3 . (c) Paver bricks, header curbs & other handscape items. The Department's participation in the project cost, as described in Attachment "C" is limited to only those items which are directly related to this project. Payment shall not be made until (1) certification of acceptance is received from the AGENCY's Landscape Architect/or designee and (2) a Department Landscape Architect and/or his designee has approved the project for final payment. (a) Payment shall be made only after receipt and approval of goods and services as provided in Section 215.42, Florida Statutes. (b) Any penalty for delay in payment shall be in accordance with Section 215.422(3)(b), Florida Statutes. (c) Bills for fees or other compensation for services or expenses shall be submitted in detail sufficient for a proper preaudit and postaudit thereof, and bills for travel expenses specifically authorized by this Agreement, if any, shall be submitted and paid in accordance with the rates specified in Section 112.061, Florida Statutes. (d) Records of costs incurred under terms of this Agreement shall be maintained and made available upon request to the Department at all times during the period of this • Agreement and for three years after final payment is made. Copies of these documents and records shall be furnished to the Department upon request. Records of costs incurred includes the AGENCY's general accounting records, together with supporting documents and records, of the contractor and all subcontractors performing work, and all other records of the contractor and subcontractors considered necessary by the Department for a proper audit of costs. (e) The AGENCY agrees to return all monies received under the terms of this Agreement, to the Department, should the landscaped area fail to be maintained in accordance with the terms and conditions of this Agreement. 6. This Agreement may be terminated under any one of the following conditions: (a) By the Department, if the AGENCY fails to perform its duties under Paragraph 3, following ten (10) days written notice. (b) By the Department, for refusal by the AGENCY to 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. . 7. The term of this Agreement commences upon execution. 4 8. To the extent permitted by law, the AGENCY shall indemnify and hold harmless the Department, its officers and employees from all suits, actions, claims and liability arising out of the AGENCY's negligent performance of the work under this Agreement, or due to the failure of the AGENCY to construct or maintain the project in conformance with the standards described in Section 2 of this agreement. 9. The AGENCY may construct additional landscaping within the limits of the right-of-ways identified as a result of this document, subject to the following conditions: (a) Plans for any new landscaping shall be subject to approval by the Department. The AGENCY shall not change or deviate from said plans without written approval by the Department. (b) All landscaping shall be developed and implemented in accordance with appropriate state safety and road design standards; (c) The AGENCY agrees to comply with the requirements of this Agreement with regard to any additional landscaping installed; (d) No change will be made in the payment terms established under item number five (5) of this Agreement due to any increase in cost to the AGENCY resulting from the installation of landscaping added under this item. 10. This writing embodies the entire Agreement and understanding between the parties hereto and there are no other Agreements and understanding, oral or written, with reference to the subject matter hereof that are not merged herein and superseded hereby. 11. The Department, during any fiscal year, shall not expend money, incur any liability, or enter into any contract which, by its terms, involves the 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 on such contract. The Department shall require a statement from the Comptroller of the Department that funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding 1 year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years; and this paragraph shall be incorporated verbatim in all contracts of the Department which are for an amount in excess of $25,000.00 and which have a term for a period of more than 1 year. 12. The Department's District Secretary shall decide all questions, difficulties and disputes of any nature whatsoever that may arise under or by reason of this Agreement, the prosecution or fulfillmentof the service hereunderand the character, quality, amount and value thereof; and his decision upon all claims, questions and disputes shall be final and conclusive upon • 0 the parties hereto. 13. This Agreement may not be assigned or transferred by the AGENCY in whole or part without the consent of the Department. 14. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. In the event of a conflict between any portion of the Agreement and Florida law, the laws of Florida shall prevail. IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed the day and year first above written. AGENCY By: �filayor or Chairman STATE OF FLORIDA DEPARTMENT OF TRANSPORT Ftp Z By: m g District Secretary y � OF 7VkO* Executive Legal Approval SECTION NO. FIN NO.(s): COUNTY: S.R. NO.: EXHIBIT "A" 86014 Broward 870 PROJECT LOCATION State Road 870 (Commercial Boulevard) from Rock Island Road to Prospect Road 11 • SECTION NO.: 86014 FIN NO.W: COUNTY: Broward S.R. NO.: 870 EXHIBIT "B" The Department agrees to reimburse the AGENCY for the installation of the project as reflected in the plans attached hereto and incorporated herein. 8 SECTION NO:86014 FIN NO.(s): COUNTY: Broward S.R. NO.: 870 ATTACHMENT "C" (GENERAL) PROJECT COST This Exhibit forms an integral part of the Highway Beautification Grant Agreement between the State of Florida, Department of Transportation and the AGENCY. I. PROJECT COST: City of Tamarac Department of Transportation Total CAWP00C%AOMtN%DSF.REI Irevision 07/10/95) Dated $151,955.04 $75,996.25 75,958.79 $151,955.04 6 p U n',} fLACity of Tamarac R52b N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-1230 - Facsimile (954) 724-2454 Jeffrey L. Miller City Manager jeffm@tamarac.org July 14, 2000 Mr. Carl Higgins, ASLA Florida Department of Transportation 3400 West Commercial Boulevard Fort Lauderdale, FL 33309 Dear Mr. Higgins: TEMP RESO 9759 EXHIBIT 2 I am pleased to advise you that at its meeting on July 12, 2000, the City of Tamarac Commission approved a resolution postponing the construction of landscaping and irrigation on the medians of Commercial Boulevard between Rock Island Road and Prospect Road until Fiscal Year 2003 as requested by your department. A copy of the approved resolution is attached for your records. The Public Works Project Manager, Jim Berkman will be your contact for this project. Please contact him at (954) 724-1249 should you have any further questions; however, if there should be any problems of serious consequence, I expect you to advise me directly and immediately. The City looks forward to working with you on this grant project in the future Sincerely, le .Miller City Manager Cc: Raj Verma, Director of Public Works Lynda Flurry, Purchasing and Contracts Manager Marion Swenson, CIVIC, City Clerk Anh L. Ton, P.E., F.D.O.T. Project Manager Attachment JLB Equal Opportunity Employer Temp. Reso. # 9068 Page 1 June 19, 2000 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2000_ILE4 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO REJECT THE AWARD OF BID NO. 00-1813; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO POSTPONE CONSTRUCTION OF LANDSCAPING AND IRRIGATION ON THE MEDIANS OF COMMERCIAL BOULEVARD BETWEEN ROCK ISLAND ROAD AND PROSPECT ROAD UNTIL FISCAL YEAR 2003 AS REQUESTED BY THE FLORIDA DEPARTMENT OF TRANSPORTATION; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, On August 25, 1999, the City Commission of the City of Tamarac passed Resolution R-99-203 accepting a Florida Department of Transportation Highway Beautification Grant in the amount of $75,958.79 and authorized a match of $75,996.25 for the purpose of providing landscaping and irrigation improvements on the medians of Commercial Boulevard between Rock Island Road and Prospect Road; and WHEREAS, the City of Tamarac, on April 23, 2000 and April 30, 2000, publicly advertised Bid No. 00-18B for the installation of landscaping and irrigation on the aforementioned road; and WHEREAS, on May 31, 2000, six (6) bids were opened and reviewed in order to determine cost and responsiveness to the City's technical specifications; and WHEREAS, on June 16, 2000, the City received notification from the Florida Department of Transportation pertaining to planned road improvements on Commercial Boulevard between the Florida Turnpike and NW 31"Avenue and that said improvements included the reconfiguration of medians and the installation of landscaping and irrigation Temp. Reso. # 9068 Page 2 June 19, 2000 within the project limits, a copy of said notification is attached hereto as Exhibit "A"; and WHEREAS, said road improvements are expected to begin on or about December of 2001 and be completed on or about October of 2002; and WHEREAS, on June 19, 2000, the Florida Department of Transportation notified the City that, based upon the aforementioned road improvements, they were willing to defer the City's Highway Beautification Grant Award in the amount of $75,958.79 through December 31, 2003, a copy of said notification is attached hereto as Exhibit "B"; and WHEREAS, the City shall defer the required grant matching funds in the amount of $75,996.25 to Fiscal Year 2003, at which time the City will complete the portions of the Highway Beautification Grant Project that are not included as part of the Florida Department of Transportation Project; and WHEREAS, the Public Works Director and the Purchasing and Contracts Manager recommend the award of bid No. 00-1813 be rejected and the construction of landscaping and irrigation on the medians of Commercial Boulevard between Rock Island Road and Prospect Road be postponed until fiscal year 2003 as requested by the Florida Department of Transportation; and 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 reject the award of bid No. 00-18B and postpone the construction of landscaping and irrigation on the medians of Commercial Boulevard between Rock Island Road and Prospect Road until fiscal year 2003 as requested by the Florida Department of Transportation. Temp. Reso. # 9068 Page 3 June 19, 2000 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: 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. SECTION 2: The appropriate City Officials are HEREBY authorized to reject the award of bid No. 00-18B for the construction of landscaping and irrigation on the medians of Commercial Boulevard between Rock Island Road and Prospect Road. SECTION 3: The appropriate City Officials are HEREBY authorized to postpone the construction of landscaping and irrigation on the medians of Commercial Boulevard between Rock Island Road and Prospect Road until fiscal year 2003 as requested by the Florida Department of Transportation. SECTION 4: All Resolutions or parts of Resolutions in conflict herewith are HEREBY repealed to the extent of such conflict. SECTION 5: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. 1 1 �J SECTION 6: passage and adoption. Temp. Reso. # 9068 Page 4 June 19, 2000 This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED this ATTEST: MARION S ENSION, CMC CITY CLERK I HEREBY CERTIFY that I approved this RESOLUTION as to form. c� MITCHELL S. KRAFT CITY ATTORNEY 1A day of 911� 2000. RECORD OF COMMISSION MAYOR SCHREIBER.,.....,,. DIST 1: COMM. PARTNER DIET It COMAL MI$HKIN,,,,,,, DISC J: COWL SWANta O EXHIBIT "A" Temp Reso #9068 Florida Department of Transportation JEB BUSH GOVERNOR June 16, 2000 Mr. Jim Berkman Project Manager City of Tamarac Public 6011 Nob Hill Road Tamarac, Florida 33321 CUVSCI:r,\N'r NANA(:ENEv"r • UI.STRICr 1 :11" W-11 C,+inmcrriil ISoulevanl Fort l.audcrdalc. Florida 3:1309.3.121 Telephone: t95•SI 777-.1153 Fax l7.Sd1 777..Sti9.1 E-mad All h.tonQalnt.acate.11.of Works Department SUBJECT: Commercial Boulevard Landscaping From East of Turnpike Entrance to N.W. 3151 Avenue F.M Number 228174-1-52-01 Broward County Dear Mr. Berkman: THUNtAS F. BARRy, JIt SECRETARY The Florida Department of Transportation is planning to improve Commercial Boulevard from the^ Turnpike entrance to N.W. 315L Avenue. As part of this project, the median on Commercial Boulevard will be reconfigured to conform to access management guidelines. Due to the changes in median configurations, I recommend that the City of Tamarac delay the planned landscaping and irrigation construction. The Department will incorporate landscape and irrigation as part of our improvement project. I look forward to working with you to determine the preferred landscaping theme for the project. If cat be of further service, please do not hesitate to call. Sincerely, 'A 4�'� Anh L. Ton, P.E. Project Manager cc: Mr. Carl Higgins Mr. Gino Charles www.d ot:. state ll. u s ® RECYCIEO PAPER io� Florida Department -of Transportation JEB BvsH DISTRICT MAINTENANCE - DISTRICT 4 GOVERNOR 3QO QVeat Commercial Boulevard, Fort L..J.Ja(e, Florida 33309-3421 Telephone: (954) 777.4200 Fax, (954) 777.4223 June 19, 2000 Mr. Jim Berkman Public Works Coordinator City of Tamarac 7525 N.1 Tamarac; Dear 1 &. EXHIBIT "B" Temp Reso #9068 THOMAS F. BARRY, JR, SECRETARY Grant for State Road 870 (Commercial Boulevard) Thank you for meeting with Anh Ton, Roadway project manager, and myself last week. As outlined in Ahn's letter of June 16, 2000 it would be in the City's best interest to wait until the Department has finished the roadway work prior to the starting of the landscaping/irrigation. With this recommendation in mind I have pushed the landscaping/irrigation funding out to 2003. If for some reason this will not.be enough time frame, the Department will be willing to extend the end date again. Should you have any questions, please call be at (954) 777-4219. Thank you. CBH/c Enclosure FSinc y, arl B. Higgins, ASLA Landscape Architect www.dot.state.fi,us 0 RECYCLED PAPER TEMP RESO 9759 EXHIBIT 3 Amendment to The Maintenance Memorandum Of Agreement between the State of Florida Department of Transportation and the City of Tamarac Whereas, the Department of Transportation and City of Tamarac, the parties entered in an Agreement on this 17 day of _September 1999, for the construction and maintenance of a landscaping/irrigation project from Rock Island Road to Prospect Road, funded under Florida Highway Beautification Council Grants Program and District Contract AH62, Whereas, after the execution of this Agreement, it was determined that the Department was to reconstruct portions of Commercial Boulevard and such activities would interfere with the installment of landscaping and irrigation within the project limits; and Whereas, the City of Tamarac and the Department agreed to a suspension of the project on July 12, 2000, until such time as the Department's construction project was completed; and Whereas, the Department incorporated the City's landscape/irrigation design into the construction project referenced and desires to amend the contract to provide for the City's acceptance of the project and maintenance responsibilities for same as outlined in the original Agreement; and Whereas, the remaining portions of the project limits will remain suspended until such time as the Department's project is completed; and Whereas, upon completion of the Department's projects, the City shall install the landscaping/irrigation in remaining portions of the projects limits and shall maintain same all in accordance with the terms and conditions of the original Agreement; NOW, THEREFORE, in consideration of the mutual covenants herein contained, it is hereby agreed as follows: City shall provide the Department with a letter approving the plans for Commercial Boulevard to be constructed under State Project Number 86014-3518, Financial Project Number 228174 15201, which reflect the proposed construction of irrigation and landscaping within the Departments construction project. 2. City agrees that upon final acceptance of the Department's construction project, it shall maintain the landscaping/irrigation in accordance with the terms and conditions of the original Agreement dated September 17, 1999. Upon completion of the Department's construction project, the City shall commence installation of the remaining portion of the Project in accordance with the approved plans and shall maintain the entire project in accordance with the terms of the original Agreement. 4. Except as modified herein, all terms and conditions of the original Agreement dated September 17, 1999, between the Department and the City of Tamarac shall remain in full force and effect. IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, through its Mayor and State of Florida Department of Transportation (FDOT) signing by and through its District Secretary, duly authorized to execute the same. ATTEST: Marion Swenson, CIVIC City Clerk DATE: ATTEST: Type/Print Name (SEAL) CITY OF TAMARAC Joe Schreiber, Mayor DATE: Jeffrey L. Miller, City Manager DATE: Approved as to form and legal sufficiency Mitchell S. Kraft, City Attorney DATE: STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Rick Chesser, District Secretary DATE: 0 I Amendment to The Maintenance Memorandum Of Agreement between the State of Florida Department of Transportation and the City of Tamarac Whereas, the Department of Transportation and City of Tamarac, the parties entered in an Agreement on this 17 day of September 1999, for the construction and maintenance of a landscaping/irrigation project from Rock Island Road to Prospect Road, funded under Florida Highway Beautification Council Grants Program and District Contract AH62, Whereas, after the execution of this Agreement, it was determined that the Department was to reconstruct portions of Commercial Boulevard and such activities would interfere with the installment of landscaping and irrigation within the project limits; and Whereas, the City of Tamarac and the Department agreed to a suspension of the project on July 12, 2000, until such time as the Department's construction project was completed; and Whereas, the Department incorporated the City's landscape/irrigation design into the construction project referenced and desires to amend the contract to provide for the City's acceptance of the project and maintenance responsibilities for same as outlined in the original Agreement; and Whereas, the remaining portions of the project limits will remain suspended until such time as the Department's project is completed; and Whereas, upon completion of the Department's projects, the City shall install the landscaping/irrigation in remaining portions of the projects limits and shall maintain same all in accordance with the terms and conditions of the original Agreement; NOW, THEREFORE, in consideration of the mutual covenants herein contained, it is hereby agreed as follows: 1. City shall provide the Department with a letter approving the plans for Commercial Boulevard to be constructed under State Project Number 86014-3518, Financial Project Number 228174 15201, which reflect the proposed construction of irrigation and landscaping within the Departments construction project. 2. City agrees that upon final acceptance of the Department's construction project, it shall maintain the landscaping/inigation in accordance with the terms and conditions of the original Agreement dated September 17, 1999. 3. Upon completion of the Department's construction project, the City shall commence installation of the remaining portion of the Project in accordance with the approved plans and shall maintain the entire project in accordance with the terms of the original Agreement. 4. Except as modified herein, all terms and conditions of the original Agreement dated September 17, 1999, between the Department and the City of Tamarac shall remain in full force and effect. IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, through its Mayor and State of Florida Department of Transportation (FDOT) signing by and through its District Secretary, duly authorized to execute the same. ATTEST: Marion Sw nson, CIVIC City Clerk DATE: t a- ATTEST: Type/Print Name (SEAL) CITY OF TAMARAC BY: - e44�Q� e Schreiber, Mayor DATE: 4- 2 S- 0 2. Z' lit vt/% Jeffrey L ille , City Manager DATE: 4- 2S"02 Approye6-6� to form and leg Mit el $) Kraft, City A or ey DATE: _ STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Rick Chesser, District Secretary DATE: Temp Reso. # 9759 April 10, 2002 Page 2 WHEREAS, the FDOT has requested that an amendment to the original Maintenance Memorandum of Agreement with the State of Florida Department of Transportation for the construction and maintenance of a landscaping and irrigation project executed on September 17, 1999; and WHEREAS, the Project Manager and Director of Public Works recommend executing the amendment to the original Maintenance Memorandum of Agreement with the State of Florida Department of Transportation for the construction and maintenance of a landscaping and irrigation project executed on September 17, 1999; and 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 execute the aforementioned amendment with the State of Florida Department of Transportation to the City of Tamarac. NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: 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: The appropriate City officials are HEREBY authorized to execute the amendment entitled "Amendment to the Maintenance Memorandum of Agreement between the State of Florida Department of Transportation and the City of Tamarac", hereto attached as Exhibit "3". SECTION 3: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. Amendment to The Maintenance Memorandum Of Agreement between the State of Florida Department of Transportation and the City of Tamarac Whereas, the Department of Transportation and City of Tamarac, the parties entered in an Agreement on this 17 day of September 1999 for the construction and maintenance of a landscaping/irrigation project from Rock Island Road to Prospect Road, funded under Florida Highway Beautification Council Grants Program and District Contract AH62, Whereas, after the execution of this Agreement, it was determined that the Department was to reconstruct portions of Commercial Boulevard and such activities would interfere with the installment of landscaping and irrigation within the project limits; and Whereas, the City of Tamarac and the Department agreed to a suspension of the project on July 12, 2000, until such time as the Department's construction project was completed; and Whereas, the Department incorporated the City's landscape/irrigation design into the construction project referenced and desires to amend the contract to provide for the City, s acceptance of the project and maintenance responsibilities for same as outlined in the original Agreement; and Whereas, the remaining portions of the project limits will remain suspended until such time as the Department's project is completed; and Whereas, upon completion of the Department's projects, the City shall install the landscaping/irrigation in remaining portions of the projects limits and shall maintain same all in accordance with the terms and conditions of the original Agreement; NOW, THEREFORE, in consideration of the mutual covenants herein contained, it is hereby agreed as follows: 1. City shall provide the Department with a letter approving the plans for Commercial Boulevard to be constructed under State Project Number 86014-3518, Financial Project Number 228174 15201, which reflect the proposed construction of irrigation and landscaping within the Departments construction project. 2. City agrees that upon final acceptance of the Department's construction project, it shall maintain the landscaping/irrigation in accordance with the terms and conditions of the original Agreement dated September 17, 1999. 3. Upon completion of the Department's construction project, the City shall commence installation of the remaining portion of the Project in accordance with the approved plans and shall maintain the entire project in accordance with the terms of the original Agreement. 4. Except as modified herein, all terms and conditions of the original Agreement dated September 17, 1999, between the Department and the City of Tamarac shall remain in full force and effect. IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, through its Mayor and State of Florida Department of Transportation (FDOT) signing by and through its District Secretary, duly authorized to execute the same. ATTEST: Marion Sw nson, CIVIC City Clerk-. DATE: 0�- ATTEST: Type/Print Name (SEAL) CITY OF TAMARAC BY:"'r —;Pe Schreiber, Mayor DATE: 4` 2 5- 0 2 t�r Z /� �--� Jeffrey L Ile , City Manager DATE: 4-'2s-o Z to Arm and Mitcn Krdrt, City A or ey DATE: STATE OF FLORIDA DEPARTMENT OF TRANSPORTA Rick Ch6sser, District Secretary DATE: '' oZ n rr� �a y� C2 R, 3- 5 6 RECD,/E111 gxida Department o Transportation C! i'Y OF TA%11�., ', ,,, p f p THOMAS F BARRY, JR. GOVERNOR SECRETARY UTILITIES/PROJECT MANAGEMENT 3400 W. Commercial Boulevard (954) 777-4125 FAX (954) 777-4261 (866) 336-8435 May 15, 2002 Mr. Jeffrey Miller City Manager City of Tamarac 6011 Nob Hill Road Tamarac, FL 33321-2401 Dear Mr. Miller: Re: EXECUTED LIGHTING AGREEMENT State Road No.: 870 State Project No.: 86014-3518 Financial Project No.: 228174-1-52-01 F.A.P. No.: N/A County: Broward Enclosed is an originally executed Roadway Lighting System Maintenance Agreement for your use and file. As you know the City of Tamarac will be responsible for energy costs and maintenance once the system is accepted from the DOT Contractor. Thank you for your cooperation in this matter. i relV. Endsley Coordin or AVE:bss Enclosure cc: Bernard Freeman, Design; Ellen Daniel, Project Manager; Alaa El-Halwagy, Resident Engineer; Barbara Ray, Resident Maintenance Engineer; Bob Hepler, FPL; Bonnie Swierski; File www. d ot. state.fl . u s ® RECYCLED PAPER STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 710-010.52 ROADWAY LIGHTING SYSTEM MAINTENANCE AGREEMENT UTILITIES 10/01 Page 1 of 4 Financial Project ID: 228174-1-52-01 Federal Project ID: N/A Work Program Item No. (old): 4111039 County/Section No: Broward / 52 State Job No. (old): 86014-3518 District Document No: ffl- THIS AGREEMENT, made and entered into this day of year of 2VO2, , by and R N between the STATE OF FLORIDA DEPARTMENT OF TSPORTAT15N, her ' fter referred to as the"FDOT", and the City of Tamarac , hereinafter referred to as the "MAINTAINING AGENCY"; WITNESSETH WHEREAS, , there exists or is about to be installed on the state highway system a lighting system more particularly described in Exhibit A attached hereto, and by this reference made a part hereof, hereinafter referred to as the "Roadway Lighting System"; and; WHEREAS, the FDOT and the MAINTAINING AGENCY desire to enter into an agreement pursuant to the provisions of Rule Chapter 14-46 of the Florida Administrative Code providing for the maintenance of the Roadway Lighting System; NOW, THEREFORE, in consideration of the premises and the mutual covenants contained herein, the FDOT and the MAINTAINING AGENCY hereby agree as follows: 1. Maintenance of the Roadway Lighting System a. The MAINTAINING AGENCY shall, at its sole cost and expense, maintain the roadway Lighting System throughout its expected useful life. b. In maintaining the Roadway Lighting System, the MAINTAINING AGENCY shall perform all activities necessary to keep the Roadway Lighting System fully and properly functioning at all times for its normal expected useful life in accordance with the original design thereof, whether necessitated by normal wear and tear, accidental or intentional damage, or acts of nature. Said maintenance shall include, but shall not be limited to, routine inspection and testing, preventative maintenance, emergency maintenance, replacement of any component parts of the Roadway Lighting System (including the poles and any and all other component parts installed as part of the Roadway Lighting System), and the locating of facilities as may be necessary. c. All maintenance shall be in accordance with the provisions of the following: (1) Roadway and Roadside Maintenance Procedure, Topic No. 850-000-015; (2) Manual of Uniform Traffic Control Devices and Safe Procedures for Streets and Highway Construction; and (3) All other applicable local, state or Federal laws, rules resolution, or ordinances and FDOT procedures. 2. Operating Costs In addition to the costs of maintaining the Roadway Lighting System, the MAINTAINING AGENCY shall be responsible for all costs of operating the Roadway Lighting System, including, but not limited to, all costs of electrical power consumed by the Roadway Lighting System and all other electrical charges. 3. Record Keeping The MAINTAINING AGENCY shall keep records of all activities performed and costs expended pursuant to this Agreement. The records shall be kept in such format as is approved by the FDOT. All such records shall be deemed to be public records subject to the provisions of Chapter 119, Florida Statutes. 710-010-52 UTILITIES 10/01 Page 2 of 4 4. Default In the event that the MAINTAINING AGENCY breaches any provision of this Agreement, then in addition to any other remedies which are otherwise provided for in this Agreement, the FDOT may exercise one or more of the following options, provided that at no time shall the FDOT be entitled to receive double recovery of damages: a. Pursue a claim for damages suffered by the FDOT or the public. b. Suspend the issuance of further permits to the MAINTAINING AGENCY for the placement of Facilities on FDOT property if the breach is material and has not been cured within 60 days from written notice thereof from FDOT until such time as the breach is cured. C. Pursue any other remedies legally available. d. Perform any work with its own forces or through contractors and seek repayment for the cost thereof from the MAINTAINING AGENCY. e. Require the MAINTAINING AGENCY to remove the Roadway Lighting System at the MAINTAINING AGENCY's sole cost and expense. 5. Indemnification FOR GOVERNMENT MAINTAINING AGENCY: To the extent provided by law, the MAINTAINING AGENCY shall indemnify, defend, and hold harmless the FDOT and all of its officers, agents, and employees from any claim, loss, damage, cost, charge, or expense arising out of any acts, action, error, neglect, or omission by the MAINTAINING AGENCY, its agents, employees, or contractors during the performance of the Agreement, whether direct or indirect, and whether to any person or property to which FDOT or said parties may be subject, except that neither the MAINTAINING AGENCY, its agents, employees, or contractors will be liable under this section for damages arising out of the injury or damage to persons or property directly caused by or resulting from the negligence of the FDOT or any of its officers, agents, or employees during the performance of this Agreement. When the FDOT receives a notice of claim for damages that may have been caused by the MAINTAINING AGENCY in the performance of services required under this Agreement, the FDOT will immediately forward the claim to the MAINTAINING AGENCY. The MAINTAINING AGENCY and the FDOT will evaluate the claim and report their findings to each other within fourteen (14) working days and will jointly discuss options in defending the claim. After reviewing the claim, the FDOT will determine whether to require the participation of the MAINTAINING AGENCY in the defense of the claim or to require the MAINTAINING AGENCY to defend the FDOT in such claim as described in this section. The FDOT's failure to notify the MAINTAINING AGENCY of a claim shall not release the MAINTAINING AGENCY from any of the requirements of this section. The FDOT and the MAINTAINING AGENCY will pay their own costs for the evaluation, settlement negotiations, and trial, if any. However, if only one party participates in the defense of the claim at trial, that party is responsible for all costs. FOR NON -GOVERNMENT MAINTAINING AGENCY: The MAINTAINING AGENCY shall indemnify, defend, and hold harmless the FDOT and all of its officers, agents, and employees from any claim, loss, damage, cost, charge, or expense arising out of any acts, action, error, neglect, or omission by the MAINTAINING AGENCY, its agents, employees, or contractors during the performance of the Agreement, whether direct or indirect, and whether to any person or property to which FDOT or said parties may be subject, except that neither the MAINTAINING AGENCY, its agents, employees, or contractors will be liable under this section for damages arising out of the injury or damage to persons or property directly caused by or resulting from the negligence of the FDOT or any of its officers, agents, or employees during the performance of this Agreement. The MAINTAINING AGENCY's obligation to indemnify, defend, and pay for the defense or at the FDOT's option, to participate and associate with the FDOT in the defense and trial of any damage claim or suit and any related settlement negotiations, shall arise within fourteen (14) days of receipt by the MAINTAINING AGENCY of the FDOT's notice of claim for indemnification to the MAINTAINING AGENCY. The notice of claim for indemnification shall be served by certified mail. The MAINTAINING AGENCY's obligation to defend and indemnify within fourteen (14) days of such notice shall not be excused because of the MAINTAINING AGENCY's inability to evaluate liability or because the MAINTAINING AGENCY evaluates liability and determines the MAINTAINING AGENCY is not liable or determines the FDOT is solely negligent. Only a final adjudication or judgment finding the FDOT solely negligent shall excuse performance of this provision by the MAINTAINING AGENCY. The MAINTAINING AGENCY shall pay all costs and fees related to this obligation and its enforcement by the FDOT. The FDOT's delay in notifying the MAINTAINING AGENCY of a claim shall not release the MAINTAINING AGENCY of the above duty to defend. 710-010.52 UTILITIES 10/01 Page 3 of 4 6. Force Majeure Neither the MAINTAINING AGENCY nor the FDOT shall be liable to the other for any failure to perform under this Agreement to the extent such performance is prevented by an act of God, war, riots, natural catastrophe, or other event beyond the control of the non -performing party and which could not have been avoided or overcome by the exercise of due diligence; provided that the party claiming the excuse from performance has (a) promptly notified the other party of the occurrence and its estimate duration, (b) promptly remedied or mitigated the effect of the occurrence to the extent possible, and (c) resumed performance as soon as possible. 7. Miscellaneous a. This Agreement constitutes the complete and final expression of the parties with respect to the subject matter hereof and supersedes all prior agreements, understandings, or negotiations with respect thereto, except that the parties understand and agree that the FDOT has manuals and written policies and procedures which shall be applicable at the time of the Project and the relocation of the Facilities and except that the MAINTAINING AGENCY and the FDOT may have entered into joint agreements for Utility Work to be performed by FDOT's highway contractor. To the extent that such a joint agreement exists, this Agreement shall not apply to Facilities covered by the joint agreement. Copies of FDOT manuals, policies, and procedures will be provided to the MAINTAINING AGENCY upon request. b. This Agreement shall be governed by the laws of the State of Florida. Any provision hereof found to be unlawful or unenforceable shall be severable and shall not affect the validity of the remaining provisions hereof. C. Time is of the essence in the performance of all obligations under this Agreement. d. All notices required pursuant to the terms hereof may be sent by first class United States Mail, facsimile transmission, hand delivery, or express mail and shall be deemed to have been received by the end of five business days from the proper sending thereof unless proof of prior actual receipt is provided. The MAINTAINING AGENCY shall have a continuing obligation to notify each District of the FDOT of the appropriate persons for notices to be sent pursuant to this Agreement. Unless otherwise notified in writing, notices shall be sent to the following addresses: If to the MAINTAINING AGENCY: City of Tamarac Jefferey L. Miller City Manager, -with a copy to Mitchell S. Kraft City Attorney 7525 NW 88th Avenue. Tamarac, Florida 33321 If to the FDOT: Alaa EI-Halwagy Resident ngineer venue, Fort Lauderdale, Florida 33309 e. PUBLIC ENTITY CRIME INFORMATION STATEMENT: 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 36 months from the date of being placed on the convicted vendor list. f. 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. UTILITIES 10101 Pape 4 of 8. Certification This document is a printout of an FDOT form maintained in an electronic format and all revisions thereto by the MAINTAINING AGENCY in the form of additions, deletions, or substitutions are reflected only in an Appendix entitled "Changes To Form Document" and no change is made in the text of the document itself. Hand notations on affected portions of this document may refer to changes reflected in the above -named Appendix but are for reference purposes only and do not change the terms of the document. By signing this document, the MAINTAINING AGENCY hereby represents that no change has been made to the text of this document except through the terms of the Appendix entitled "Changes To Form Document." You MUST signify by selecting or checking which of the following applies: Q No changes have been made to this Forms Document and no Appendix entitled "Changes To Form Document" is attached. @ No changes have been made to this Form Document, but changes are included on the attached Appendix entitled "Changes to Forms Document." IN WITNESS WHEREOF, the parties hereto have executed this Agreement effective the day and year first written. MAINTAINING AGENCY /y BY: (Signature) ATTEST • . ` , �t�^ DATE: J!�-Z_PI oz, (Typed Na e. Joe Schreiber Jef , frey L. Miller (Typed Title: Mayor Recomme;=:L�= BY: (Signa (Typed Name. /�hhQ_, V. (Er�JS FDOT Legal Review By. (Signature) District Counsel STATE OF FLORIDA DEPARTMENT OF TI By: (Signature) (Typed Name: RICK CHESSER (Typed Title: DISTRICT ; .-- ; _- iTARY FEDERAL HIGHWAY ADMINISTRATION (if applicable) BY: (Signature) Citv Manager DATE: DATE: DATE: OL DATE: (Typed Name: CHANGES TO FORMS DOCUMENTS TO ROADWAY LIGHTING SYSTEM MAINTENANCE AGREEMENT FOR CITY OF TAMARAC PUBLIC WORKS DEPARTMENT Part 5 is modified by the following: "Notwithstanding anything contained within paragraph 5 to the contrary, MAINTAINING AGENCY does not waive sovereign immunity, and recovery shall be limited to the amounts provided in Section 768.28, Florida Statutes." Y100-0079\Changes to Form Documents —City of Tamarac Lighting Maintenance agreement.doc