Loading...
06-112 County of Santa Clara for a Traffic Safe Communities Grant AGREEMENT BETWEEN THE COUNTY OF SANTA CLARA AND CITY OF CUPERTINO FOR A TRAFFIC SAFE COMMUNITIES GRANT This is an Agreement between the Courity of Santa Clara("County") and the City of Cupertino ("Contractor")providing equipment for City of Cupertino, is made effective October 15, 2006, WHEREAS, the County received grant funds from California Office of Traffic Safety, for the purpose of reducing the number of deaths, injuries, and property damage resulting from traffic collisions; and, WHEREAS, Contractor submitted a letter of commitment(Exhibit A)to accept and install traffic safety equipment including speed feedback signs, mounting poles, and static traffic signs; and, i WHEREAS; Contractor's letter of commitment has been accepted and by virtue of the parties' execution of this Agreement, the Contractor will be awarded equipment under the terms of this Agreement; and, NOW, THEREFORE, the parties hereto agree as follows: I Article 1. County's Obligations. 1'.1. County will provide Contractor at no charge speed feedback signs, mounting poles, and static traffic signs as outlined in Exhibit B. Article 2. Contractor's Obligations. 2.1 Contractor shall receive and install all equipment at no charge to the County. 2.2 Contractor shall collect post installation evaluation data and provide the results to the County. 2.3 Contractor shall maintain records adequate to demonstrate that equipment received under this Agreement is used in accordance with this Agreement. These records shall be maintained during the term of this Agreement and for a period of three (3) years from termination of this Agreement or until all claims, if any, have been resolved, whichever period is longer, or longer if otherwise required under other provisions of this Agreement. 2.4 Contractor shall permit the County and its authorized representatives to monitor Contractor's performance of this Agreement. To the extent permitted by law, such monitoring may include, but not be limited to, audits, inspection of equipment, and review of records related to this Agreement. Such monitoring shall be permitted at any time during Contractor's normal business hours upon no less than 24 hours advance notice. 2.5 Contractor shall designate a prc ject director/coordinator responsible for I overseeing the performance of this Agreement, and serving as County's primary contact for the purpose of monitoring this Agreement. County must be notified in writing of any change of the project director/coordinator. Article 3. Ownership of and Responsibility for Equipment and/or Supplies. 11 Equipment Maintenance Contractor is solely responsible 00r the service and maintenance of any equipment and/or supplies obtained under this Agreement. 3;2 Ownership Any equipment and/or supplies obtained by Contractor under this Agreement shall be considered the property of Contractor. Contractor shall maintain and administer a sound business program for ensuring the proper use, protection, insurance and preservation of the equipment and supplies. Contractor may not sell, transfer or otherwise dispose of such equipment or supplies prior to the end of its useful life without prior written approval of County. Article 4. Term and Termination. 4:1 Term of this Agreement. This Agreement is effective from October 15, 2006 through September 30, 2007, unless terminated earlier in accordance with this Agreement. 4!2 Termination. 4.2.1 Termination for Cause. County may terminate this Agreement for cause upon written notice to Contractor. For purposes of this Agreement, cause includes, but is not limited.to, any of the following: (a) material breach of this Agreement by Contractor, (b) violation by Contractor of any applicable laws, or (c) assignment by Contractor of this Agreement without the written consent of County. Such notice shall specify the reason for termination and shall indicate the effective date of such termination. 4.2.2 Termination for Convenience. Either party may terminate this Agreement without cause by giving the other party thirty (30) days written notice. Article 5. Miscellaneous. 5'1 Assignment. The parties may not assign this Agreement or the rights and obligations hereunder without the specific written consent of the other. 5:,2 Entire Agreement. I This document represents the entire Agreement between the parties with respect to the subject matter hereof. All prior negotiations and written and/or oral agreements between the parties lA ith respect to the subject matter of this Agreement are merged into this Agreement. 5-13 Amendments. This Agreement may only be amended by an instrument signed by the parties. 5'3 Waiver. No delay or failure to require performance of any provision of this Agreement shall constitute a waiver of that provision as to that or any other instance. Any waiver granted by a party must be in writing, and shall apply to the specific instance expressly stated. Article 6 Liability. 6.+1 Mutual Indemnification. Each party agrees to indemnify, defend, and hold harmless the other party and its officers, directors, trustees, employees, agents (together"Employees and Agents") from any claim, liability or loss, including reasonable attorneys' fees arising out of or resulting from the acts or omissions of the indemnifying party or any of its Employees or Agents in connection with this Agreement, excepting only loss, injury or damage caused by the sole negligence of willful misconduct of the non- indemnifying party's Employees and Agents. Each party shall notify the other party immediately in writing of any claim of injury or damage related to activities performed pursuant to this Agreement. The parties shall cooperate with each other in the investigation and disposition of any claim arising out of the activities of this Agreement, provided that nothing shall require either party to disclose any documents, records or communications that are protected under the peer review privilege, the attorney-client privilege or the attorney work-product privilege. The provisions of this section shall survive the termination of this Agreement. 6.2 Limitation of County's Liability. The County is not liable for any damages experienced by the Contractor, or any person or entity arising as a result: of (a) Contractor's use or misuse of the equipment or supplies granted under this Agreement; (b) Contractor's failure to provide services pertaining to the equipment or supplies granted under this Agreement; or (c) Any defects in the equipment or supplies granted under this Agreement. Article 7.: Contractor Insurance Requirements. Without limiting the indemnification of either party to this Agreement, each party shall maintain or cause to lie maintained the following insurance coverage: (1) a policy of commercial general liability with limits of liability not less than one million dollars ($1,000,000) per occurrence and two million dollars ($2,000,000) annual aggregate; (ii) a policy of workers' compensation providing;statutory coverage; and (iii) such other insurance or self-insurance as shall be necessary to insure it against any claim or claims for damages arising under the Agreement. Each party to this Agreement shall provide a Certificate of Insurance certifying that coverage as required herein has been 61 btained. The requirements of this sectiion maybe satisfied by the provision of similar coverage through a self-insurance program. Signed: PUBLIC HEALTH DEPARTMENT CITY OF CUPERTINO TRAFFIC SAFE COMMUNITIES NETWORK C5 by by �a Guadalupe S. vas, irector Date C rles Kilian, City Attorney baee Public Health Department City of Cupertino Approved''as to Form and Legality: Approved , Jennif prinkles Date Ralph A. Qualls, Jr. Da Deputy County Counsel Director of Public Works City of Cupertino Approved CW Gary aves Date Chief eputy County Executive i Exhibits to this MOU: Exhibit A: Letter of Commitment Exhibit B: Equipment List 1 � V " I Exhibit A i as 'j City Hall 10300 Torre Avenue w - Cupertino,CA 95014-3255 I CITY"Of (408)777-3354 C U P E ITT I N O _ FAX(408)777-3333 PUBLIC WORKS DEPARTMENT Ralph A.Qualls,Jr.,Director March 6,2006 Subject: Letter of Commitment for Traffic Safe Communities Network Safety Work Group The City of Cupertino,in good faith,signs ibis letter of commitment to participate in the Traffic Safe Communities Network Countywide Services and Coordination grant funded by the California Office of Traffic Safety. i('he City of Cupertino will commit its Transportation officials and traffic staff,and Law Enforcement Officers and other necessary staff to ensure the successful implementation and evaluation of the solar speed feedback sign project and'the red light running enforcement.campaign. The City of Cupertino hereby understands that grant funding will provide: • A minimum of 2 solar speed feedback signs per city as well as the static traffic signs and poles required for installation • Pay for law enforcement officers to participate in the red light enforcement campaign, at either the overtime rate or regular rate as needed The City of Cupertino is prepared to: • Collect pre and post project evaluation data at the sites selected for the installation of the solar speed feedback signs • Participate in the needs assessment and development of criteria for placement of solar speed feedback signs • Pay for the installation costs of the solar speed signs and associated static traffic signs and poles. • Participate in the development and implementation of a public information campaign regarding roadway safety related to red light running and speeding We appreciate the opportunity to partner wish Traffic Safe Communities Network (TSCN)in Santa Clara County as we strive to make our streets safer. Sincerely, `'72--" Ralph A.Qualls,Jr. Director of Public Works Printed on I rd,ww Paper Exhibit B EQUIP M ENT LIST ContractI or: City of Cupertino EQUIPMENT TO BE QUAN TIT_Y VALUE TOTAL VALUE RECEIVED 1. Static Traffic Signs $75.30 • SPEED LMT 25 2 $37.65 ea. 2. Solar Powered Speed 2 $5,261.00 ea. $10,522.00 Feedback Sign with mounting bracket 3. Palm Handheld Computer 2 $250.00 ea. $500.00 and software I 4. 17' Modified I Pole 1 $504.00ea. $504.00 TOTAL: $11,601.30 i i t -