Loading...
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*}