Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution (35)Temp. Reso. #9629 December 3, 2001 1 Revision 1, January 16, 2002 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2002-35 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD BID NO. 02- 01 B TO, AND EXECUTE A CONTRACT WITH, THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER, AZURIX NORTH AMERICA, FOR AN AMOUNT OF $412,668.51 FOR PUMP STATIONS 9, 13, 25 AND 34 REHABILITATION PROJECT; AND APPROVING FUNDING FOR THIS PROJECT FROM THE APPROPRIATE UTILITIES OPERATIONAL AND CIAC ACCOUNTS; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ADMINISTER THE CONTRACT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac owns, operates and maintains seventy four (74) wastewater pump stations; and WHEREAS, wastewater pump stations 9, 13, 25 and 34 were constructed in the early 1970's; which are located at 5899 Woodlands Boulevard, 4201 West Commercial Boulevard, 9200 NW 70th Street and 9700 NW 77th Street (copies of which are attached hereto in map form as Exhibits 1); and Temp. Reso. #9629 December 3, 2001 2 Revision 1, January 16, 2002 WHEREAS, the deteriorated condition of these stations has reduced their efficiency; and WHEREAS, in accordance with the Utilities Department's mandate to improve, renew and rehabilitate existing water and wastewater systems to ensure a safe, reliable and adequate water supply and wastewater systems to all residents and customers of the City, the Pump Stations 9, 13, 25 and 34 Rehabilitation Project was recommended, approved and funded as a Capital Improvement Project; and WHEREAS, the Utilities Department retained the services of Hazen & Sawyer, to complete the design and provide construction administration services in accordance with the City consulting engineering agreement as authorized by the City on July 10, 1996, Resolution Number R-96-163; and WHEREAS, the City of Tamarac advertised Bid No. 02-01 B for the Pump Stations 9, 13, 25 and 34 Rehabilitation Project; and and Temp. Reso. #9629 December 3, 2001 3 Revision 1, January 16, 2002 WHEREAS, on October 30, 2001, the following bids were opened: COMPANY NAME TOTAL BID $ Azurix North America 412,668.51 Cooper Contracting, Inc. 469,182.00 South Florida Utilities, Inc. 484,719.52 Acutec, Inc. 502,001.00 Akerblom Contracting, Inc. 531,501.00 Metro Equipment Services, Inc. 545,441.00 Douglass N. Higgins, Inc. 623,601.00 Southeastern Engineering Contractors, Inc. 685,001.00 H. A. Contracting, Corp. 875,001.00 WHEREAS, Azurix North America had the lowest bid proposal of $412,668.51; WHEREAS, approved funds in the amount of $620,000.00 are available in the CIAC and Utilities Operational Accounts; and Temp. Reso. #9629 December 3, 2001 4 Revision 1, January 16, 2002 WHEREAS, it is the recommendation of the Director of Utilities and Purchasing/Contracts Manager that the project be fully funded and that Bid No. 02-01 B be awarded to the lowest responsive and responsible bidder; 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 approve the award of Bid No. 02-01 B for the Pump Stations 9, 13, 25 and 34 Rehabilitation Project to Azurix North America, at a cost of $412,668.51. 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: Bid No. 02-01 B for the Pump Stations 9, 13, 25 and 34 Rehabilitation Project is hereby awarded to and that all appropriate City Officials are authorized to execute the contract between the City of Tamarac and Azurix North America (a copy of which is attached hereto as "Exhibit 2"). Temp. Reso. #9629 December 3, 2001 5 Revision 1, January 16, 2002 SECTION 3: The $412,668.51 is approved to be funded from the appropriate budgeted Utilities Operational and CIAC accounts. SECTION 4: The City Manager, or his designee, is authorized to make changes, issue Change Orders not to exceed $10,000 per Section 6-156(b) of the City Code, and close the contract award including, but not limited to, making final payment and releasing bonds when the work has been successfully completed within the terms and conditions of the contract and within the contract price. SECTION 5: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 6: 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. Temp. Reso. #9629 December 3, 2001 6 Revision 1, January 16, 2002 SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED, AND APPROVED this 13th day of February, 2002. ATTEST: Jktt441cl� MARIO SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. MITCHELL CITY A7 RG/TR/mg N JOE SCHREIBER L MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER Aye, DIST 1: COMM. PORTNER f1 Vei DIST 2: COMM. MISHKIN A ye, DIST 3: V/M SULTANOF A SST 4: COMM. ROBERTS A -ye, 1 No Text "EXHIBIT 2" AGREEMENT BETWEEN THE CITY OF TAMARAC AND AZURIX NORTH AMERICA OPERATIONS AND MAINTENANCE, INC. THIS AGREEMENT is made and entered into this 13 day of 0—b , 2003, by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and Azurix North America Operations and Maintenance, Inc., a Texas corporation, with principal offices located at 4925 Cross Bayou Boulevard, New Port Richey, Florida 34652 (the "CONTRACTOR") to provide for construction of Pump Stations 9, 13, 25 and 34 Rehabilitation. Now therefore, in consideration of the mutual covenants hereinafter set forth, the CITY and CONTRACTOR agree as follows: 1) The Contract Documents The contract documents consist of this Agreement, conditions of the contract (General, Supplementary and other Conditions), drawings, specifications, all addenda issued prior to, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement if attached to this Agreement or repeated therein. 2) The Work The CONTRACTOR shall perform all work for the City required by the contract documents as set forth below: a) The work of this contract consists of rehabilitation of existing City of Tamarac Pump Stations 9, 13, 25 and 34. The rehabilitation of the pump stations shall include, but not be limited to demolition, by-pass pumping, pumps and motors, concrete top slabs and valve boxes, mechanical piping, electrical and control equipment installation, all as shown on the drawings and in accordance with the information provided in the Contract Documents. b) CONTRACTOR shall clean up and remove each day all debris and material created by the work at the CONTRACTOR's expense. 1 c) CONTRACTOR shall supervise the work force to ensure that all workmen conduct themselves and perform their work in a safe and professional manner. CONTRACTOR shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. CONTRACTOR shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the CONTRACTOR's expense. d) All equipment must be stored in a safe manner when not in operation. The CITY shall not be responsible for damage to any equipment or personal injuries caused by the CONTRACTOR's failure to safely store equipment. e) CONTRACTOR shall provide the CITY with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of inclement weather. f) CONTRACTOR shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the CONTRACTOR, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. g) CONTINUING USE OF EXISTING FACILITIES: Pump Stations 9, 13, 25 and 34 are part of a regional facility that must be kept in service at all times. Should the CONTRACTOR fail to maintain the continuous operations of a bypass pumping system while performing rehabilitation work, the Owner will repair/operate the bypass pumping system to maintain station operations. The CONTRACTOR shall reimburse the Owner for any and all labor and/or material costs incurred in repairing/operating the system. h) No work can commence at Pump Station No. 25 until the required easement has been obtained by the City. 3) Insurance CONTRACTOR shall obtain at Contractor's expense all necessary insurance in such form and amount as required by the City's Risk {Manager befotre beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. CONTRACTOR shall maintain such insurance in full force and effect during the life of this Agreement. CONTRACTOR shall provide to the City's Risk Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The CONTRACTOR will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. 2 CONTRACTOR shall indemnify and hold the ,City harmless for any damages resulting from failure of the CONTRACTOR to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. CONTRACTOR shall be responsible for payment of all deductibles and self- insurance retentions on Contractor's Liability Insurance policies. 4) Time of Commencement and Substantial Completion The work to be performed under this Agreement shall be commenced after execution of the Agreement and not later than ten (10) calendar days after the date of the receipt of the official Notice -to -Proceed. The work shall be substantially completed no later than one hundred eighty (180) days after the date of the Notice -to -Proceed. The work shall be completed no later than thirty (30) calendar days after the date of substantial completion. 5) Contract Sum The Contract Sum is $412,668.51 (Four hundred twelve thousand six hundred sixty-eight dollars and 51/100), which includes a contingency allowance in the amount of $30,000.00. Payment shall be computed based on lump sum or applying unit prices to actual units installed and/or worked. Contingency allowance will only be used for changes in the scope of work due to unforeseen conditions and upon authorization from the engineer of record. 6) Payments A monthly payment/progress payment will be made for work that is completed, inspected and properly invoiced. The CITY shall pay Contractor's itemized invoice on a monthly basis for work completed. The City shall pay the CONTRACTOR for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. No payment will be made for material stored on site. 7) Waiver of Liens Prior to payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or Contractors who worked on the project that is the subject of this Agreement. 8) Warranty CONTRACTOR shall warrant the Pump Stations 9, 13, 25 and 34 Rehabilitation for a period of one year from the date of completion and final acceptance of work. In the event that defect occurs during this time, CONTRACTOR shall perform such steps as required in 3 Paragraph 2 of this agreement and Section 01700, Paragraph 1.07 of the Project Specifications to remedy the defects. CONTRACTOR shall be responsible for any damages caused by defect to affected area. 9) Indemnification The CONTRACTOR shall indemnify and hold harmless the CITY, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the CONTRACTOR or its officers, employees, agents, subcontractors, or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the CITY or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. Nothing contained herein is intended nor shall be construed to waive CITY's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 10) Non -Discrimination The CONTRACTOR agrees that it shall not discriminate against any of its employees or applicants for employment because of their age, handicap, race, color, religion, sex, or national origin, and to abide by all federal and State laws regarding non- discrimination. The CONTRACTOR further agrees to insert the foregoing provisions in all subcontracts hereunder except subcontracts for standard commercial supplies or raw materials. Any violation of such provisions shall constitute a material breach of this Agreement. 11) Independent Contractor CONTRACTOR is an independent contractor under this Agreement. Personal services provided by the CONTRACTOR shall be by employees of the CONTRACTOR and subject to supervision by the CONTRACTOR, and not as officers, employees, or agents of the CITY. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the CONTRACTOR. 112 12) Assignment and Subcontracting CONTRACTOR shall not transfer or assign the performance required by this Agreement without the prior written consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 13) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended at the following addresses. CITY City Manager City of Tamarac 7525 N.W. 881h Avenue Tamarac, Florida 33321 With a copy to the City Attorney at the same address. CONTRACTOR Gary Deremer General Manager Azurix North America Operations and Maintenance, Inc. 4925 Cross Bayou Boulevard New Port Richey, Florida 34652 14) Termination This Agreement may be terminated by City or CONTRACTOR for cause or by the City for convenience, upon seven (7) days of written notice by the terminating party to the other party for such termination in which event the CONTRACTOR shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the CONTRACTOR abandons this Agreement or causes it to be terminated, CONTRACTOR shall indemnify the city against loss pertaining to this termination. Default by CONTRACTOR: In addition to all other remedies available to the CITY, this Agreement shall be subject to cancellation by the CITY should the CONTRACTOR neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements 5 herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by CONTRACTOR of written notice of such neglect or failure. 15) Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 16) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 17) Signatory Authority The CONTRACTOR shall provide the CITY with copies of requisite documentation evidencing that the signatory for CONTRACTOR has the authority to enter into this Agreement. 18) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The nonenforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 19) Merger; Amendment This Agreement constitutes the entire Agreement between the CONTRACTOR and the CITY, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the CONTRACTOR and the CITY. 0 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 Azurix North America Operations and Maintenance, Inc. (Name of party with whom Agreement is made), signing by and through its General Manager (President, Owner, C.E.O., etc.), duly authorized to execute same. ATTEST- -Marion Swenson, CIVIC City Clerk Date: ��/_,z ATTEST: (C OateSLe_cretary) Type/Print Narne of Corporate Secy (CORPORATE SEAL) CITY OF TAMARAC e Schreiber, Mayor Date: Z -t S-o2 ;71 Ini . . OA��' er, City Manager Date: 1/41p z-- 7 DDrovy as to form nd legal licie cy: 71 1000� % itg(iel? SS. Kr ft, City Attorney Date: AZURIX NORTH AMERICA OPERATIONS AND MAINTENANCE, INC. ( nat General Manager) Gary Deremer Type/Print Name of General Manager Date: STATE OF FLORIDA SS COUNTY OF I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the Sate aforesaid and in the County aforesaid to take acknowledgments, personally appeared Gary Deremer of Azurix North America Operations and Maintenance Inc., a Texas Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and � a 5,),,. ( acknowledged before me that he executed the same. WITNESS my hand and official seal this _ day of , 2001. (y) Personally known to me or ( ) Produced Identification /44, L'I"d Signature of Notary Public — State of Florida at Large AU N5�.l I N%/ I)Jo-(wt� Print, Type or Stamp Name of Notary Public Type of I.D. Produced ( ) DID take an oath, or (y) DID NOT take an oath E MARSHA ANN WOODALL Notary Public, Stat8 of Florid My comm. exp. June 6, 2003 Comm. No. CC84354C FILE No.156 11/29 '01 13:41 ID:AZURIX FAX:7278489540 SENT `BY : 11-28- 1 ; 1: 32l'M ; AMER I CANWAT>'MV I CE-- PAGE 2/ 2 ;# 2/ 2 Ataw"x tv;W dio' �� urjwwq r' (Name), the duly elected SecreUry of opa,osb" lCorporme Title), a corporation oroanizad and existing under the laws of the Stara of 'TIW" . do hereby certify that the following Resolution was unanimouslyadopted end ssed by a quorum of the Board of Directors of tho saki corporation at a mooting held In accordance with low and the by-laws of the sold cotparation, "IT 18 HEREBY RESOLVED THAT 'd t ranw th d I e rod Pr —r (Title of Afficer) of %w/�.A Nor (Corporate 1'RI be end raby authorized to papa execute and submit a Old and/or did #and. If such bond is required, to the City of Tamarac and such cmtwr iivifti ienta in wddng as may be noosarary an behalf of the said comondon: and that the Bid, Biel Mond. and other swab Instruments sighed lay him/hor shall be binding wean the sold corporation as Its own acts and deeds. The 080r4tsry shall certify the names and signatures of those authorized to act oy the foreping rasolution. The City of Tamarac shall lee fully protected in rNying upon such aartiflaatlon of the secretary and shall be indemnified and caved harmless from any and all claims, derrianda, expenses, baits or damage resulting from or growing out of hanoNng, tho signature cN any parson so certified or for refusing to ha►or env siormturs nat so eertified further cartify that the above rasolutlor. Is In fmc and effect and has not been rOvI004, revoked or rescinded. I further certify that the follkw Ing are the name, tides and official signatures of those persons eutfw"i7ed to act by the fpragoing rawlution. NAME TITLE ow'd Grew Vice er dolor r6` _fwrl� .jrCV1T,% W POP Given under my hand and the seal of tho paid corporation this w NA1fm ben , 2p 01 (SEAU By: toi r�� G(,r66 day of NOTE: - --- .- -- --- - ----- The above is if suggested form of the type of Corporate A"aiution dosired, Skim form need not be followed explialtiy, but the Certified 1lesolution submitted must clearly show to rho antlaf"on of " City of Tamarac that the person Slgning the Md and $Id Oand for the uorpoMion has been properly empowered by the carporstlon to do so In its behalf. RO N1ad earl 30/30 A eve-1 -kab vtlietestovl-oi snot to. sa AN -- --- -- -- --------•-•• •• •��••-•�• �......••.�.. �..m�....mc•.....•v.,.n-v ,AC-C.) ma N..lWfUSTRUCTURE INC\U] UL-AUIV-tXL-WC A-ANA- UNDERGROUND INFRASTRUCTURE INC.00C ISSUE DATE (MM/DD/YY) 1 v8ro1 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CEIVEU CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY FRENKEL & CO., INC. RE r t 560 Sylvan Avenue O` THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE CITY I���1A`k�C 3`d Floor Englewood Cliffs, NJ 07632 PMI 3.08 COMPANY LETTER A Travelers Insurance 0' NOV 14 Company Phone No. (201) 568-5010 COMPANY Fax No. (201) 227-7247 r� EN j _ I ' . 1 r ►��� �ir l ' LETTER B Lloyds of London & Lexington J INSURED COMPANY Azurix North America LETTER C Underground Infrastructure, Inc. COMPANY 100 King Street West LETTER D Suite 21CC) Hamilton, Ontario L8P 4X1 COMPANY LETTER E 'GOVEitAGE3 � R.S3nw . .. � -- ..��� J' p�m.,.�sk3� ��Y , � �.i ..� ,i��iy�� .�Y �.�� . „l , . R*. ��a:: . THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW -< , , ..r. ,,�✓.. � r > HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR I TYPE OF INSURANCE c I OL CY NUMSFR POLICY EFFECTIVE DATE POLICY EXPIRATION DATE LIMITS MM/DD/YY MM/DD/YY GENERAL LIABILITY GENERAL AGGREGATE $ 12,000,000 A ® COMMERCIAL GENERAL LIABILITY GLSA260T331701 10/1/2001 10/1/2002 PRODUCTS-COMP/OP AGG. $ 12,000,000 ❑ CLAIMS MADE ®OCCUR. PERSONAL & ADV. INJURY $ 1,000,000 ❑ OWNER'S & CONTRACTOR'S PROT. EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE (ANYONE FIRE) $ 1,000,000 ❑ MED. EXPENSE (ANYONE PERSON) $ 5,000 ❑ A AUTOMOBILE LIABILITY ®ANY AUTO CAP26OT329801 10/1/2001 10/1/2002 COMBINED SINGLE LIMIT $ 1,000,000 ❑ ALL OWNED AUTOS BODILY INJURY (PER PERSON) $ ❑ SCHEDULED AUTOS ❑ HIRED AUTOS ❑ NON -OWNED AUTOS BODILY INJURY (PER ACCIDENT) $ ❑ GARAGE LIABILITY PROPERTY DAMAGE $ B EXCESS LIABILITY EACH OCCURRENCE $ 5,000,000 ❑ UMBRELLA FORM U600080 10/1/2001 10/1/2002 AGGREGATE $ 5,000,000 ® OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION ®STATUTORY LIMITS A AND UB260T326201 10/1/2001 10/1/2002 $ 1,000,000 EMPLOYERS LIABILITY EACH ACCIDENT DISEASE -POLICY LIMIT $ 1,000,000 — LASEASE-EACH EMPLOYEE $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLESISPECIAL ITEMS RE: US99A-2. Certificate Holder is included as an Additional Inusred as respects GUAL and Waiver of Subrogation applies as required by written contract CERTIFICATE HOLDER . ;' S „,<.;; .:,,,, ;, w,. 3 .CANCELt_ATtON ,,. • '., x., A,. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS City of Tamarac WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO 6001 Nob Hill Road THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON Tamarac, FL 33321-2041 THE COMPANY, ITS AGENTS OR REPRESENTATIVES. A ZED IRE PRIES EVTAYVE ACORD 25tiS (7/90 °?•,, . ;;s '„ ,7 xx ,,,,y, . , ACCORD CORPORATION1890 .