Res No 052-15-14391RESOLUTION NO.052-15-14391
A Resolution authorizing theCityManagerto terminate theInterlocalfor
American Recovery and Reinvestment Act (ARRA)of 2009Federal Transit
(FTA 5307)for the City to Install Bus Shelters.
WHEREAS,theCity of SouthMiamihasnotreceivedanyARRAmoneytoinstallbus
shelters;and
WHEREAS,theCity Manager doesnothaveanydesireto install bussheltersusing
ARRA money;and
WHEREAS,theuse of ARRA money to build bus shelters requires that theCity
maintain thebussheltersatthe City's cost,presumably in perpetuity oncethe shelter isbuiltwith
ARRAmoneyandtocomplywithveryburdensomedocumentationincludingbutnotlimitedto
the following:
Collect or assure the collection ofall information required for Federal and State reporting
purposes,anddelivercollectedandcompiledinformationtotheCountynolessoftenthan
monthly/quarterly as required bythe County,State orFTA,quarterly Financial Status
Reports (FSR),Milestones,and Ridership Reports,monthly ridership performance data,
statistics as required bythe Federal Transit Administration (FTA),National Transit
Database,which requirements may be amended from timeto time bythe FTA,deliver
supporting documentation tothe County if requested in writing,annual audit statement
will be required,reporting all accidents and incidents related to the bus shelters promptly
to the County,along with adequate and appropriate documentation of investigation,
using National Safety Council definitions,within three (3)working days,initial
notification of accidents or incidents must be reported within 24 hours of occurrence,any
accident involving,major damage,serious personal injury or loss of life shall be reported
to the County within 1 hour of occurrence,provide to the County with a copy of each
accident report within 72 hours of such accident,furnish the County with all accident and
incident data as required for the FTA National Transit Database (NTD),including the
Major Incident Report (within 30 days of occurrence)and the Non-Major Summary
Reports (monthly,before end of month following report month),create a Federal Civil
Rights Title VI plan,which requirements as may be modified from time to time,and
comply with the federal Labor Protective Agreements,which may be modified from time
to time.
Whereas,the Interlocal for American Recovery and Reinvestment Act (ARRA)of 2009
Federal Transit (FTA 5307)for the City to Install Bus Shelters allows the City to terminate the
agreement without cause upon no less than sixty (60)days written notice to the County and the
City is required to reimburse the County ona prorated basis for financial assistance it has
received fortheyearunderthetermsofthe agreement;and
Page 1 of 2
Res.No.052-15-14391
Whereas,theCityhasnotreceivedanyfinancialassistance pursuant totheagreement.
NOW THEREFORE,BE IT RESOLVED BY THE MAYOR AND CITY
COMMISSIONERS OF THE CITY OF SOUTH MIAMI,FLORIDA:
Section 1.TheCityManagerisherebyauthorizedtoterminatethebusshelterInterlocal
for American Recovery and Reinvestment Act (ARRA)of 2009 Federal Transit (FTA 5307)
agreement with the County that was signed bytheCityin2009.
Section 2.Severability.If any section clause,sentence,or phrase of this resolution isfor
any reason held invalid or unconstitutional bya court of competent jurisdiction,the holding shall
not affect the validity of the remaining portions of this resolution.
Section 3.Effective Date.This resolution shall become effective immediately upon
adoption by vote of the City Commission.
PASSED AND ADOPTED this 7th_day of April _,2015.
ATTEST:
CfiPYCLERK V—y V-
READ AND APPROVED ASTO FORM,
LANGUA£E^2ALITY
EXE€tHl3sf THEREOF,
Page 2 of 2
APPROVED:
'jffUld
COMMISSION VOTE:5-0
Mayor Stoddard:Yea
Vice Mayor Harris:Yea
Commissioner Edmond:Yea
Commissioner Liebman:Yea
Commissioner Welsh:Yea
RESOLUTION NO.:181-09-12990
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OFTHE CITY OF SOUTH MIAMI,
FLORIDA,AUTHORIZINGTHECITY MANAGER TOEXECUTEAN INTERLOCAL AGREEMENT
WITH MIAMI-DADE TRANSIT AGENCY FOR FEDERAL FUNDING PASS-THROUGH
ARRANGEMENTS WITHTHE AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA)OF2009
FEDERAL TRANSIT (FTA 5307)FORTHE INSTALLATION OF TWO (2)BUS SHELTERS INTHE
AMOUNT OF $112,43184;AND PROVIDING FO£AN EFFECTIVE DATE.
WHEREAS,the American Recovery and Reinvestment Act(ARRA)of 2009 was signed into law
by President Obamar on February 17,2009 with the purposes of stimulation the economy by creating
jobs and improvingpublic infrastructure;
WHEREAS,theCityof South Miami iseligibleto receive pass-through fundsfortransit
enhancements through the ARRAbywayof Miami-Dade Transit;and
WHEREAS,the Mayor and City Commission wishto receive pass-through fundsfrom the ARRA
bywayofMiami-DadeTransittobe utilized fortwo(2)bus shelters on Sunset Drive;and
WHEREAS,the Mayor and City Commission authorize the City Manager to execute an interlocal
agreement withMiami-Dade Transit Agencyforfederalfunding pass-through arrangements withthe
AmericanRecoveryandReinvestmentAct (ARRA)of2009FederalTransit (FTA 5307)forthe
installation of bus shelters in the amount of $112t431.84.
NOW,THEREFORE,BE IT RESOLVED BYTHEMAYORANDCITYCOMMISSIONOFTHE
CITY OF SOUTH MIAMI,FLORIDA THAT:
Section 1:The Mayor and City Commission authorize the City Managertoexecuteanagreement with
Miami-Dade Transit for federal funding pass-thnough arrangements with the American Recovery and.
Reinvestment Act (ARRA)of 2009 Federal Transit (FTA 5307)forthe installation of two (2)bus shelters
on Sunset Drive in the amount of $112,431.84.
Section 2:The attached exhibitisincorporatedby reference intothisresolution.
PASSEDANDADOPTEDthis 3rd dayof November 2009.
ATTEST:^APPROVED:
(jPlOZ,(jjfjf^lt^j^
CfTY CLERK
READ AM5/PPROVED AS TO FOj
CITY ATTORNEY
Include File Name and Path
'v I1AVAP IMAYOR
COMMISSION VOTE:
Mayor Feliu:
Ice Mayor Beasley.
ommissioner Newman:
Commissioner Palmer:
Commissioner Sellars:
5-0
Yea
Yea
Yea
Yea
Yea
To:
Via:
From:
Date:
Subject:
Request:
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
TheHonorableMayor&Membersofthe City Commission
Roger M.CarftooActfng City Manager^k?M^
A6ft?A GranlCarolM.AiiCrun,Grants Writer/A<tolnistrator
Jose Olivo,Public works Director VN -Ox
November 3,2009 Agenda Item No^
South Miami
2001
American Recovery &Reinvestment Act TransitFunding
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
SOUTH MIAMI,FLORIDA,AUTHORIZINGTHE CITY MANAGER TO
EXECUTE AN INTERLOCAL AGREEMENT WITH MIAMI-DADE TRANSIT
AGENCY FOR FEDERAL FUNDING PASS-THROUGH ARRANGEMENTS
WITH THE AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA)OF
2009FEDERAL TRANSIT (FTA5307)FORTHEINSTALLATIONOFTWO(2)
BUS SHELTERS IN THE AMOUNT OF $112,431.84;AND PROVIDING FOR
AN EFFECTIVE DATE.
Request:To authorize the City Manager toexecutean interlocal agreement with Miami-
DadeTransitforfederal funding pass-througharrangements.with the American
RecoveryandReinvestmentAct (ARRA)of2009 Federal Transit(FTA3507)for
theCityto install two(2)busshelterscostingatotalof $112,431.84.
Reason/Need:The American RecoveryandReinvestmentAct(ARRA)of2009was
signed into law by President Obama,on February 17th 2009 with the
purpose of creating jobsand improving public infrastructure,while
stimulating theeconomy.Oneofthe provisions oftheARRAisfortransit
system improvements.Under these improvements,the City ofSouth
Miami is eligible to receive funding for transit infrastructure through the
local transit authority,whichis Miami-Dade Transit.Thegrantfunding
process entailed one application by Miami-Dade Transit,which included
projects from neighboring municipalities*Funding is earmarked for bus,
rail,andshelter improvements.Asanenhancementtothe City's
proposed project onthe federal eligible road system,this item will allow
for two (2)bus shelters along Sunset Drive.Thereisno match required
forthese funds.Project fundsthatarenotused will be recaptured and
reallocated.
Cost:$112,431.84/No matching requiredThisisa similar costbasedonthe
shelters previously installed along SW 62hd Aye.
Funding Source;Miami-DadeTransit
Backup Documentation:
Q Proposed Resolution,Interlocal Agreement &Previous Resolution
Interlocal Agreement Between
Miami-Dade Transit Agency andtheCity of South Miami
For Federal Funding Pass-ThroughArrangements with theAmericanRecovery
and Reinvestment Act (ARRA)of2009 Federal Transit (FTA 5307)for the City to
Install Bus Shelters
Thisisan Interlocal Agreement,madeandentered into byandbetween Miami-Dade Transit,a
departmentof Miami-Dade County,a political subdivision ofthestateofFlorida,.hereinafter
referredtoas "the County",arid the City of South Miami,a municipal corporation ofthestateof
Florida,hereinafter referred to as "the City".
WITNESSETH:
WHEREAS,Miami-Dade Transit,an Urbanized Area Formula Program grantee agrees to
pass throughFederalTransit Administration (FTA)5307 the AmericanRecoveryand
Refnvestment Act (ARRA)funding forthe City ofSouth Miami;adesignated FTA funding
recipient,
WHEREAS,the City will provide the citizens of the City of South Miami by purchasing
and installing bus shelters,directlyorthrougha General contractor,which will meet the local
needs;and
now,therefore;
IN CONSIDERATION of the mutual terms,conditions,promises,covenantsand payments
hereinafter set forth,theCountyandthe City agree as follows:
ARTICLE 1
DEFINITIONS
1A "ADA11 shallmeanthe Americans with Disabilities Act of 1990,asamended.
1.2 The American Recovery and Reinvestment Act (ARRA).v
1.3 "Contractor"shallmeanany entity,public or private providing public circulator servicesas
described inthisAgreementundercontracttothe City.
1A 'The County"shall include Miami-Dade County,the Miami-Dade Transit,the Miami-Dade
Consumer Services Department,andauthorized representatives thereof.
15 The City"shall mean CityofSouth Miami andauthorized representatives thereof.
1.6 "FDOT"shall mean the Florida Department .of Transportation and authorized
representative thereof.••
1.7 "MDT"shall mean the Miamf-Dade Transitandauthorized representatives thereof.'
•1.8 "USDOT"shall refer to the U.S.Department of Transportation,its rules and regulations,
and representatives theteof.
1.9 "FTA"shall mean theFederalTransit Administration,Itsrulesandregulations,and
representatives thereof.
1.10 "CSD"shall mean theConsumerServicesDepartmentof Miami-Dade County and
authorized representatives thereof.
1.11 "PTRD"shall refer to the Passenger Transportation Regulatory DivisionofCSD.
1.12"FederalReportingRequirements"shallmeanthoserequirements referenced in49 CFR
Section5335(a),as maybe amended fromtimetotime,andfoundinthe National Transit
Database Reporting Manual published by the FTA.
1.13 "STS",Special Transportation Service,Is the component of the conventional transit
system designed toprovidecomparablecirculatorservicetodisabled individuals as
mandated in the ADA.
ARTICLE 2
GENERAL REQUIREMENTS
2,1 Compliance withApplicableLawsand Regulations.TheCity and its contractors,ifany,
shallcomplywithallexistingandfuturelaws,statutes,ordinances,codes,rules,
regulations,andproceduralrequirements,whetherfederal,state,orlocal,whichare
applicable to,orin any.manner affect,theprovisionof shelter procurement and
installation.The Cityshall be responsible for obtaining copies of the appropriate laws,
regulations,ordinances,and documents and complying therewith.
2.2.Compliancewith ADA.The City'sbus shelters services shallcomply with allapplicable
requirements ofthe ADA.TheCityandtheCounty recognize theirjointobligationto
provide STS in the area served bythe City's service.In fulfillment oftheCity'sobligation,
the City hereby contracts withtheCounty to provide STS Service fortripswhich have
boththeiroriginanddestination within the City bus1 shelters servicearea,as theCounty
shallcontinuetoprovidesuchtripsaspartofitsSTSServiceatnocosttothe City.To
the extent that anyterms in thisAgreementarein conflict withthe ADA,the requirements
of the ADA shall control.
2.3 Compliance with Federal Civil Rights Requirements.The City,shall comply with the
Federal Civil Rightsrequirementsasattached,whichmaybe modified fromtimetotime
by,the Federal governmentherein(SeeAttachmentA),
2.4 Compliance with the United States Department of Labor:The City,shalltothe extent
applicable comply with the Labor Protective Agreements as attached,which may be
modified from time to time by,the Federal government herein (See Attachment B).
2.5 Compliance with Procurement Requirements.Miami-Dade County,shall receive and
review all proposals in accordance with federal andstate procurement requirements,as
maybeamended from time to time.Miami-Dade County's Department of Procurement
Management will forward a recommendation of contract award tothe governing body of
the applicable municipalises.
2-S County's Right to Submit Proposals and Bids.The County shall be given the opportunity
to bid upon any Requests for Proposals,Requests for Qualifications,orRequestsfor
Bids which the City shallissue regarding the provision of transportation serviceandshall
be considered,-along with private contractors,for provision of services tobe provided by
the City pursuant tothis Agreement
2.7 Drug-free Workplace,and Testing.In accordance with the Code of Miami-Dade County,
the City shall certify that it will have a drug-free workplace program.Further,the City shall
require pre-employment drug testing andother periodic.drug testingfor all persons
holding safety-sensitive positions,as defined by USDOT,related to transit .operation.
Effective upon execution ofthe Agreement,the City shall require thatits employees or
contractor,if applicable,comply with allapplicablerequirementsofthe USDOT
regulations for drug and alcohol testing.Totheextentthatany terms inthis Agreement
are inconsistent with theUSDOT regulation,therequirementsofthe USDOT shall
control.
2.8 'City Representative,TheCityshalldesignate individual^)toact as liaison totheCounty
andnotifytheCountythereof.TheCityshallpromptlynotifytheCountyofany changes.
2.9 County Representative,TheCountyshall designate (ndividual(s)toact as liaisontothe
City and notify theCity thereof,The Countyshallpromptly notify theCityofany changes.
2.10 Amendments ormodifications.Unless provided otherwise elsewhere Inthis Agreement,
amendments andmodificationstothisAgreementmustbein writing and shall require the
signatures oftheCountyMayorand the CityManager,or his/her designees,subject to
authorization bytheirrespectiveBoards.Notwithstanding the foregoing,amendments to
this Agreement regarding alignments,schedules;and fares,as described in Section 2~
150 (c)oftheMiami-DadeCounty Code,maybe approved by the County Manager and
the City Manager of the Cityof South Miami,ortheir designees.
ARTICLE 3
CITY OF SOUTH MIAMI BUS SHELTERS SERVICES
3,1UseofLogo FTA haslogo uniquely identifying ARRA projects.Suchlogoshallatail
timesbe displayed onthe exterior ofthebusshelterspursuanttothis Agreement.The
Countyshall allow thedisplayofthelogoonthe Count/s bus stop.sign at all stops
common tothe City andthe County bus routes.The City shallbe responsible for placing
thelogoonthe pertinent signswherespace is available forsuchlogostobeplaced.
ARTICLE 4
RECORDS AND REPORTS
4.1 Reporting Requirements.TheCityshall collect or assure the collection,ofall information
required forFederalandState reporting purposes,andshall provide collected and
compiled information tothe County noless often than monthly/quarterly as required by
the County,Stateor FTA.The FTA through Miami-Dade County requires quarterly
Financial StatusReports (FSR),Milestones,and Ridership Reports.The City shallalso
reportmonthlyridership performance data.
4.2 Additional Information.The.City shall provide additional Information aboutthe City
installing'busshelters operations as requested by 'the County within thirty (30)days,
unlessa different timeperiodis agreed upon,in writing,bythe City Managerandthe
County Mayoror his/her designee.
4.3 Administrative Fees.TheCityshallpaytheCountya5%feeoftheFTAFY 2009 award
of $112,431.84 totaling $5,62159 forgrant administration,finance,projectmanagement,'
and performance reporting.The net amount to the Cityis$106,810.25.The County shall
be entitled to an administrative fee of 5%forany and all future FTA 5307 grants awarded
to the City forwhich the County provides grantapplication,grant administration.,finance,
project management and performance reporting services.
4.4 National Transportation Database (Section 15)Reporting.TimelyAnnual Reporting
Statistics as required bythe Federal TransitAdministration (FTA),NationalTransit
Database,as defined in the annual FTANational Transit Database Reporting Manual
and FTACircular 2710.2A,"Sampling Procedures forObtaining Demand Responsive
Bus System Operating Data"whichmaybe amended from time totimeby the FTA
(Formerlyknown as Section 15Reporting).Supporting documentation shall be
submittedtotheCountyif requested in writing.Annualaudit statement will berequired
andrecordsshallbemaintainedforholessthanfive(5)yearsforFTAtriennialreview.
4.5AccidentsandIncidents.Inadditiontoemergencyandpolice notifications,theCityshall
be responsible for ensuring that all accidents and incidents related to the bus shelters are
promptly reportedtotheCountyand subsequently that adequate andappropriate
documentation ofinvestigation,usingNational Safety Councildefinitions,befurnishedto
the Countywithin three (3)working days,initial notificationof accidents orincidentsshall
be reported ona form approved bythe County within 24hoursof occurrence.Any
accident involving major damage,serious personal Injury orlossof life shallbe reported
tothe County within 1hourofoccurrence.Recordsshallbekeptforatleastthree(3)
yearsforeachaccidentavehicle is.involved in,including therepair work requiredto
return the vehicle to service.The City must also provide tothe Miami-Dade County
ConsumerServices Department (CSD);Passenger Transportation Regulatory Division
(PTRD)one (1)copy ofeach accident report within 72 hours ofsuch accident.The City
mustalso furnish the County all accidentand incident dataas required forthe FTA
National Transit Database (NTD),as defined in the FTA NTD Safety and Security
Reporting Manual,including the Major Incident Report (within 30daysof occurrence)and
the Non-Major Summary Reports (monthly,before endof month following report month).
ARTICLE 5
INSURANCE
The parties hereto acknowledge thatthe City isa self-insured governmental entity subject tothe
limitations of Section 768.28,F.S.The City shall institute and maintain a fiscally sound and
prudent risk management program with regard toits obligations under this Agreement in
accordance with the provisionof Section 768.28,F.S.
ARTICLE 6
IDENTIFICATION
6.1.The City shall,to the extent permitted bylaw ait all times hereafter,indemnify and hold
harmless theCounty,anditsofficers,agerrts,employees and instrumentalities fromany
and all liability,claims,losses,andcauses ofaction,includingattorneys1 fees and costs
of defence which the County or ite officers,employees,agentsor instrumentalities may
incur as aresultofclaims,demands,suits,causes of actions or proceedings of any kinds
or nature arisingoutof,orrelatingtoorresultingfromthe negligence oftheCity and/or
itsofficers,employees,agents orinstrumentalities,,during the term ofthis Agreement
The City shallpay all claimsandlossesinconnections therewith,andshallinvestigate
and defend all claims,suits or actions ofanykindor nature in the name of the County,
where applicable,including appellateproceedings,andshallpayallcosts,judgmentsand
reasonable attorneys1 fees which may issuethereon.Nothinghereinshallbe deemed to
indemnify theCountyfromany liability or claim arisingoutofthenegligentperformance
or_failureof performance of the County,itsofficers,employees,agents or
instrumentalitiesor any other related third party.This paragraph is subject tothe
limitations of Section 768.28,F.S.'
6.2TheCountyshall,to the extentpermittedbylawat aB times hereafter,indemnify andhold
harmless the City,anditsofficers,agents,employeesandInstrumentalitiesfromanyand
alt liability,claims,losses,and causes ofaction,including attorneys1 fees and costs of
defense which the City orits officers,employees,agentsor instrumentalities mayincur
as a result of claims,demands,suits,causes,of actions or proceedings of any kind or
naturearisingputof,or relating toor resulting from thenegligenceof the County and/or
itsofficers,'employees,agentsor instrumentalities,during thetermof this agreement.
The County,shallpay all claims andlossesin connection therewith,andshall investigate
anddefendallclaims,suitsor actions ofanykindor nature inthe name of the City,
where applicable,including appellate proceedings,and shall pay all costs,judgments and
reasonable attorneys fees whichmay issue thereon.Nothing herein shallbe deemed to
indemnify the City from any liability or claim arising outofthenegligentperformanceor
failureofperformanceofthe City,Its officers,employees,agerrts or instrumentalitiesor
anyotherrelated third party.This paragraph issubjecttothe limitations ofSection
768,28,F.S.
ARTICLE 7
FINANCIAL ASSISTANCE
7..1 GrantMatching Funds.There are no matching funds required forthis American
Recovery and Reinvestment Act(ARRA)FTA program.
7.2 Bus Shelters and Benches.The Cityshall,at its sale option,provide,install,and
maintainbus passenger shelters,benches and other busstopfurnishings,at bus stops
along the City's bus shelters service routes where the City,oritscontractor,feels that
there isa need for such furnishings.
7.3 Bus Stops and Bus Bays or Pull-outs.TheCity shall,atits sole option,provide,install,
and maintain bus stop sites,including bus bays or pull-outs at stops along the City's bus
shelters service routes,provided that any proposed bus bays or pull-outs and any
proposed modifications orreconfigurationstoexistingbusbaysor pull-outs shallbefirst
reviewed and approved bythe County or State,as appropriate.
7.4 Comparable Agreements.In the event that theCounty enters intoanInterlocal
Agreement withanyother municipality forbus services,whichare comparable tothe
services providedherein,butuponmorefavorabletermsfor the municipality thanthe
terms provided herein,County agreestoamendthis Agreement,ifrequestedbythe City,
toprovidesubstantiallyequivalentfavorabletermstothe City as those providedinsuch
other County/MunicipalInterlocal Agreements.
7.5 Financial Obligation.Totheextentthe FTA deducts,withholds,or deobligates from this
oranyotherFederalgrantasaresultofanyactor omission on.thepartofthe
Municipality,Miami DadeCountyshallbeentitledtodeduct,withhold,or invoice the
Municipality from thisoranyotheragreementbetweentheparties in the same amountas
hasbeendeducted,withheld ordeobligated from Miami DadeCounty.
ARTICLE 8
TERMS,MODIFICATIONS AND MISCELLANEOUS PROVISIONS
8.1TermofAgreement This Agreement shall commenceupon approval oftheBoardof
County Commissioners and the Council of City ofSouth Miami andthe execution bythe
County Mayor orhis/herdesigneeand authorized City Manager.
8.2 *Renegotiation or Modification.Any substantive changes inthe level ofservicetobe
provided bythe City asset forth herein shall only be implemented afterthe County and
the City haveentered into a written agreementdescribingthe changed servicesandthe
provisions of the County Code have been exercised.
8.3 Title VI and VH Civil Rights Act of 1964.The City andIts Contractors shall not
discriminate againstany person becauseof race;colori sex religious background,
ancestryor national origin inthe performance oftheAgreement
i
8.4 Termination forCause.This Agreement maybe terminated for causebyeither party
uponnolessthan thirty (30)days written noticetotheother party,exceptwhenbus
shelters operations are in violation ofhealth and/or safety-relatedprovisionsof state
statutesortheCodeof Miami-Dade County,In which case termination shallbe as
determined bytheCountyMayor.Saidnoticeshallbedeliveredbyverifiedfacsimile
transmission orcertifiedmail,return receipt requested.The noticed party shall have the
opportunity to cure any stated cause for termination withina reasonable notice period,in
which case the terminatingpartymay cancel theterminationnoticeusing the same
means by which the notice of termination delivered.
8.5 Termination withoutCause.TheCountyortheCitymayterminatethis Agreement
without cause uponno less than sixty(60)days writtennoticeto the otherparty.Ifthe
County or the City terminates this Agreement with orwithout cause,the City agrees to
reimburse the County ona prorated basis for financial assistance it has received for the
year;
8.6 Notices.Ail noticesand other communicationsrequiredtoberemitted pursuant tothis
Agreement toeitherpartyheretoshallbein writing andshallbedeliveredbyverified
facsimile transmission orcertifiedmail,return receipt requested,to the parties at the
address indicated below;
FOR IWIAW1M3ADE COUNTY:
Miamf-Dade TransitAgency
701 N.W,First Court,Suite 1700
Miami,FL 33136
Attention:Director;Miami-Dade Transit
Fax:786.469.5580
!FORCITYOFSOUTH MIAMI:
City of South Miami
Attention:Cibola Balogon,CityManager
8.7NameofPayee.Thenameofthe official payee towhomtheCountyshall issue checks
shall beCity of South Miami.
8.8 Complete and Binding Agreement.Thiswriting embodies the full and complete
Agreementoftheparties.No otherterms,conditions or modifications shallbe binding
upon the parties unless inwritingand signed by the parties.
8.9 Execution»This document shallbe executed infour(4)counterparts,each ofwhichshall
be deefaed an original.
8.10Governing Law.ThisAgreementshallbeconstruedin accordance withthelawsofthe
State of Florida.
IN WITNESS WHEREOF,the parties hereto have made and executed this Agreement on the
respective dates under each signature:
ATTEST:
County Clerk
•A ^tx^^S>\'M^r
(}-fe(}&>7
Approved as toFormandLegalSufficiency
By:.SffrCC.
Assistant County Attorney
ATTEST:
Approved asrtoForm and Legal
By:.
City Attorney
FOR THE COUNTY:
Miami-Dade County,
Apofitical subdivision of the State of Florida
_fCounty.
County
Date Executed:
FOR THE CITY:
City of South Miami
Apolitical subdivision of the State of
Florida
By:
City Manager
Date Executed:M>*.d^OO*}