Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-97-036Temp. Reso. #7641 January 22, 1997 1 CITY OF TAMARAC RESOLUTION NO. R-9736 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA APPROVING THE AWARD OF BID NO. 97-05 AND NO. 97-06 COMBINED ENTITLED MCNAB ROAD 24 INCH WATER MAIN INCLUDING 6" FORCE MAIN AND PINE ISLAND 16" WATER MAIN COMBINED TO MAN - CON, INC. AT A COST OF $995,425; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE THE CONTRACT BETWEEN THE CITY OF TAMARAC AND MAN - CON, INC.; PROVIDING FUNDING FROM THE APPROPRIATE UTILITIES OPERATING AND CIAC ACCOUNTS INCLUDING THE TRANSFER OF $34,000 FROM THE UTILITY OPERATIONAL FUND ENTITLED "24" MCNAB WATER MAIN" TO THE UTILITY OPERATIONAL FUND ENTITLED "PINE ISLAND WATER MAIN REPLACEMENT; PROVIDING FOR CONFLICTS, PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, Broward County Engineering Division is planning to widen sections of McNab Road and Pine Island Road; and WHEREAS, Broward County has advised that asbestos cement pipes (ACP) within those sections of the roadways being widened are required to be replaced in accordance with Broward County Road construction standards; and WHEREAS, the City of Tamarac advertised Bid Number 97-05 and 97-06 combined for the construction of a 24" and 16" Water Main and 6" Force Main (Utilities Project No. 97-24, 95-03 and 96-09) located on McNab Road between Nob Hill Road and Pine Island Road (shown in map form as "Exhibit 1 "); and on Pine Island Road between N.W. 57 1 Temp. Reso. #7641 January 22, 1997 2 Street and Lagos De Camp Boulevard (shown in map form as "Exhibit 2"); and WHEREAS, on January 9, 1997 the following bids were opened: wgiii Project:95^03 Pro�ecl Bid: 97-05 1--Coastal Utilities, Inc. $387,647.50 $891,243.00 $1,277,505.50 2--Foster Marine Contract No Bid $977,912.50 $1,324,081.75 3--InterCounty Engineering No Bid $874,301.00 No Bid 4--Infrastructure Engineering Services $414,721.00 No Bid No Bid 5--Lanzo Construction Company $395,261,00 $921,051.00 $1,216,062.00 6--McCarol Partners, Inc. $385,164.00 $1,103,093.00 $1,483,430.00 7--Man-con, Inc. $312,694.00 $719.801.00 $995,425.00 8--Ocean Bay Construction $499,415,00 $885,001.00 No Bid 9--Smith & Company $359,681.00 $772,710,00 $1,131,681.00 10--Sullivan Brothers, Inc. No Bid No Bid $1,219,192.00 11--Telcon, Inc. $377,934.00 $1,055,258.00 $1,432,628.00 12--Gianetti Contracting $330,436.00 $744,599.00 $1,073,760.00 ;and WHEREAS, Man -Con, Inc. had the lowest bid proposal at $995,425; and WHEREAS, an amount of $34,000 is required to be transferred from the 24" McNab Water Main account to fully fund the 16" Pine Island Water Main Replacement; and Temp. Reso. #7641 January 22, 1997 3 WHEREAS, funds were approved and are available to fully fund the contract from the following Accounts entitled: 24" McNab Water Main, Pine Island Water Main Replacement and LS 25 Force Main Re-route; and WHEREAS, the project will enable the City to provide additional fire flow and domestic water capacity for residents on the western side of the City; and WHEREAS, it is the recommendation of the Director of Utilities that the project be fully funded and that Bid Numbers 97-05 and 97-06 (combined) be awarded to the lowest responsive and responsible bidder, Man -Con, Inc; 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, execution and funding of Bid No. 97-05 and 97-06 combined for the construction of McNab Road 24" Water Main including 6" Force Main and Pine Island 16" Water Main combined to Man -Con, Inc. at a cost of $995,425. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: 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. Temp. Reso. #7641 January 22, 1997 4 SECTION 2: That the contract for the construction of the 24" and 16" Water Mains and 6" Force Main (Utilities Project No. 97-24, 96-09 and 95-03) located on McNab Road between Nob Hill Road and Pine Island Road and along Pine Island Road from N.W. 57th Street to Lagos De Campo Boulevard by Man -Con, Inc., is HEREBY APPROVED and that all appropriate officials are authorized to execute the contract between the City of Tamarac and Man -Con, Inc. (attached hereto as "Exhibit 3") SECTION_ 3: That a budget transfer in the amount of $34,000 from the Utilities Operating Fund entitled, "24" McNab Water Main" to the Utilities Operating Fund entitled "Pine Island Water Main Replacement" is hereby approved for correct accounting purposes and the contract be fully funded in the amount of $995,425. SECTION 4: That the City Manager or his designee be authorized to make changes, issue change orders not to exceed $10,000 per Section 6-156 (b) of the City Code, and close the bid 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 bid price. SECTIQN 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 0 1 Temp. Reso. #7641 January 22, 1997 5 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 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this .26 day of F6BkU,41e) �. 1997. l RRY MISHKIN VICE MAYOR ATTEST: CAROL A. E ANS CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as r -hkF6`H S. -14 CITY ATTORN TR:am' RECORD OF COMMISSION VOTE MAYL DIST DIST DIST DIST EXHIBIT 1 TEMP RESO No. 7641 " EXISTING 16' DIP PJE d NOB HILL RD ti° 0 Z n n -mo �m� 99 WAY r-- x' n r mmm a r 0— 9 r9 p x 9 OD 98 m 98 TER 2 2 z F r� A V Q�b G� io El 0 7J 3 El C mtjv w 70 ro N •� mm 0 0 w n� � 96 TER 95 pi WES m> TERR 95 TER m V ICD (� 71zml� 0 95 AV H18ON ,� I m V o 94 TER ii_7 O r I p a J m 0 94 AV Z 9L 93 AV - ro ro F� y� a r V f'l 3 -� 2 TER 93 1> A V n 91 TER F-0 y�' v� w a Pp �QOb W �° H $�Vp E. �U 91 AV J D � f'l -q o r�r n m m (� m n 8g AV z X C.1 n PINE 2— ISLAND RD CORAL GABLES FED/SV AMNAB_25.nwG MCNAB ROAD 24' WATER MAIN RECONSTRUCTION & PUMP STATION 25 RE-ROUTE EXHIBIT 2 TEMP RESO No. 7641 • • • c� NW 94 AVE %\ m M F ° �n g a to G O I r v. CA 93 TER 93 � � m w AV Q FW m 92 v E �� re m+�y� � d o I ti C) rc cjF- I AVa e zl w / z i I n��n 9I s W Y r- rrl n m d I . �- 11' E WE�'cewaonl� d om�I ��mcn�� p� TER. te r. I J— c i m r 0 o (/) 91 AV NCH RST CLIR.W, C9 of z �qV� I 91 AVIJ 0 � r �' z I I o 90 ti 1N�HURST CI' . E C91 AV) � A V � rr �� nn 89AV f l I n Y' --j e7 I 90 AV y X ly C7 r� in 88 -0 v Z '� �'M TER A e 0\ WESTCHESTER Z I c v a I c ti n�z 56 � L �n A c� 89 Al _ I ,V rri D 7C m A Z i a m z z JEHOVAH I WITNESS PINE IS <AND D _1. ,---- V rruW +Yw► r.w l s♦ �� G7m 87 WAY 0 1 -- h? Z mo "V OD to A I 1 87 TER r Gr c r-or- I 6dm 87 TER �7 AV d :. n �� c" 87 AV I n�� D � (n O i Z ro y 86 TER w q I -r I I v z i r -u ti Frl ro v1 ti 86 AV r I XCri r p (TI L7 i -Ln c7 85 TER I d j - I (1 � 85 TER �z Z MJ > Gd I �J n N r I 'I➢ vc I 1 J V J rz m g5 P wd vas I Z C? d 84 TER 1�1 5657 ! c coo n � SPN95 Ln C 84 T ' z , m $4 TER m r 0 al - z no C MEDICAL -m;a� d I N I y n m�j CENTER .r d/ ti O 1� T I a J(J) 83 AV AV Z V I (0y 83 A1— BEDDING C (I.f-q --I CD DARNcl r I 82 TER I I 82 AV I I $(,Vp SAND 82 AV r.wr..r-- PROPOSED WATER MAIN EXISTING WATER MAIN z EXHIBIT 2 PIN AND 16' WATER MAIN I AMPINEWM.DWG PINE ISLAND 16" WATER MAIN RECONSTRUCTION AGREEMENT BETWEEN THE CITY OF TAMARAC AND MAN -CON INCORPORATED FOR THE "MCNAB AND PINE ISLAND WATER MAINS CONSTRUCTION CONTRACT C - 9701" CITY OF TAMARAC, FLORIDA WATER DISTRIBUTION SYSTEM UTILITIES DEPARTMENT BID NOS. 97-05 AND 97-06 THIS AGREEMENT, made and entered into this _2_L_ day of F�hr,uarrvv in the year Ninetgen Hl!jndred Ninety Sgvgn (1997) by and between the CITY of Tamarac, a municipal corporation with principal offices located at 7525 NW 88th Ave., Tamarac, FL 33321 (the "CITY") and an-C n Incorporated with principal offices located at 4 0 SW 11 th Street. Dgerfield Beach, Florida 3344 (the "CONTRACTOR") to provide for Replacement of Asbestos Cemen Pi on-MgNab and Pie Island -Road§ for the CITY of Tamarac MgNab and Pine lglg_nd Water Mains Construction, Utilities 122partment Project Nos. 97-24 and 95-03 1) The Contract Documents The contract documents consist of this AGREEMENT, conditions of the Contract Documents (-McNab and.Pine_Island Water Mains Construction, Bid Nos,, 97 -_0,5 and 06 ) (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 as if attached to this AGREEMENT or repeated herein. 2) The Work The CONTRACTOR shall perform all work for the CITY required by the contract . documents and as set forth below. "C - 9701" Man Con C - 1 c9701.wpd 970131 (RI4?-3( 1. CONTRACTOR shall furnish all labor, materials, tools, equipment and everything necessary to re I he asb tgs cement pipe waler mains on McNab and Pin I land Road d a os cement pipe sewer forge main on MgNab Egad in accordance with the provisions of the M Nab and Pine Island Water Mains Consiruction.Bid Ngs, 97 - 05 and 97 - 06 and the terms of this AGREEMENT. 2. CONTRACTOR shall replace existing asbestos cement pipe with new ductile iron pipes _etween Pine island and Nob Hill on McNab Road and between Lagos De Com o and 57th Street on Pine Island Road making complete restoration of all disturbeddjsturbed land5gaped and gaved areas 25 5hown and noted on h con ructi n documents -and Ins . 3. CONTRACTOR shall clean up and remove each day all debris and material created by the work at CONTRACTOR's expense. 4. CONTRACTOR shall supervise 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 CONTRACTOR's expense. 5. 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. 6. CONTRACTOR shall provide the CITY with seventy-two (72) hours written notice prior to the beginning work under this AGREEMENT and prior to any schedule change with the exception of inclement weather. 7. 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. 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 before beginning work under this AGREEMENT including, but not limited to, Workers' Compensation Insurance, Unemployment Insurance, Contractor's Liability Insurance, and all other insurance required by law. 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. "C - 9701" Man Con C - 2 C9701.wpd 970131 P,- 4'1-3 Such certificates shall be approved by the CITY. ALL INSURANCE COMPANIES PROVIDED SHALL be rated not lower than A - XII per Best's Key rating Guide and be licensed to do business in Florida. All Policies provided shall be "Occurrence," not "Claims Made" forms. 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. The CONTRACTOR's liability insurance shall be primary to any liability insurance polices carried by the CITY. 4) Time of Commencement and Substantial Completion The work to be performed under this AGREEMENT shall be commenced after execution of this AGREEMENT and must begin within ten 1 days after the date of receipt of official NOTICE TO PROCEED and shall be carried on at a rate to insure its full completion within one hundred twgnly (120) calendar days, the rate of progress and the time of completion being essential conditions of this AGREEMENT. 5) Contract Sum The Contract Sum for the above work is nine hundred nioty five thousand f-Qu� hundred twenty five dollars and no cents ($ 995.425.00 ). The Contract Sum is determined by unit prices for labor, materials and equipment as shown on the Schedule of Values below. 0 "C - 9701" Man Con C - 3 c9701.wpd 970131 I i z z a d � J Q U LU N W� a , ❑ Q9ZZ-Cz M-m_�... � F-^ MLL24U 0U -jOONw z�Ua0 000 0E3 0w �wz a U W a a o O a m z C/) U w z a z W aaC� c= aU0 a zz w� Z N U -) Op n~0M OMa 03 a z U ? o 0 o g g S S 0 0 ,`,� O p 9 O h 9 X x Q`rJ ram- X X W i a S 0 O O S Q Z ❑ J J J O LL _.1 0 a rr c� 0 c7 cn C7 CV N N N CV N N CV N r- cn o a o o a ca o a a en c � _m Ln c c ro co c N 0 Q 0 tn `o c� 4- .o c a O o c a- a) U N � U �- ❑ o w 0 C LL �' m u, uj o o W 1Q-- o— 8 m -o _ o C 0 ul � m o Cf] U U c cn > a)U C CL a. ' a7 '- -0j iv U 75 a). 0 Cl CD 6 � Q CO <- N CV Co 0 M®®M®MEM +• .. In9 I • • O 0 X T r x M w u Q p p 0 q p ° $ o ° ° a. Q" T19 z 00 a LLJ W UJ LU LL1 U J LL. L! L H H Z Cy Lj o 0 0 0 0 0 o c _o W CD (D co (D (D (0 0 (7 CL � o a o o a o 0 o c �l CU a LU ca i > a iv > is ? j Q > ct- oFa wi j a� ? .L7 � Q c a (D — 0M aD (D N m N U C U [� Q � LL. -il al rl rl C61 rl -il rtl a 0 0 0 p o Q p 0 ° 0 0 0 0 N ^� r 0 0 cr- UU7 c U�-r � � u�j WLL 0l a o o a c I o — M N V7 o f,- n� ti r- ti ti I` O CIA N N (V (V f` ti N l!7 u) N Lr) (V u7 N l.7 (N O r N N N N N N N N V) N Ln N N N 0 d 0 0 0 0 0 0 0 .0 0 0 0 C C� o Q) _ 2 7._Q Q (3) LL (a.) � O U c4 C W O LO c ¢ LL O x o as a� u o U O M a LL � O U O O O m cn D_ Q Q m o o p p¢ Q (D QO o o > C o E "J M N U ~ > a a o CL _ cn U7 c�� •m CQ (U (' C t/� c O a) O E c E C� 0 Q Q L c m M Q Q U U Q CL Q H H 1� [IJ D7 r O NI r N N N I [7 N I N v N to N (D N 1` N m N mED tcn cn E� Ln i U N O 0 0 o o 0 J Q = ^^►'"' ems? �000� r- a r'l 0 0 C CD Lr� 3 a 7i z n r) d � Z LL. 0 0 � d Z `T a r Q U 0 a ca 0 LLI e- T l I l 0 N0I 0 cj a 0 o m a� Ucr Q ac � X LLJ ._ ca U O v U q) m a.J 4 cr- m O COQ M O U c v 3 Ccoo b - E ►` n`. -- C7 Cam') MIN Z Q W m Q U a) � az0 0-tDZ" -1 r r- Q❑U oo-5 arc p❑CL Z d w Z CL a ,0 $ 0 �r� Y / '�1 -`r T ( Q O W U CL — r o .9 'n p Z ,9 r✓7 � Z J J J T �l J I r❑ r ZL < 0 N 'r' N b ` 0 r10 0 C7 NI � tj w CL Cl)1 o CD N 0 0 CD (V 0 0 r Cp N 0 0 r CD N 0 0 Va N 0 o CD 0 c7 0 Y O �n th U CL C O � C •� o p CCS `n C) U IL QCL Li Q c � o � CL o o U o w 0 r� Lo U CL ❑ o M M U CL o cl V) U CL -- o . c a -o •c� N Q) tt CO 00 C5 N CD (D Lt N C7 'T to (6 t` r)to 0 z c, E9 a)kn b O Q � 0 Z m ter. 4 _ q 1, 3 ( R z 8� 0 °o °� 0 o 0 0 o n 3 op o S o t N r4 ,r V) T M (� N -9 0 i� O r o Q 0 0 0 o a g Q Cl � o u� Q rl N .- CJ' J. � T • ciLq J o� a o 0 o p D M z? - I W W Lu W w W LLJ W _, cn v D I Z Q ❑ CLO.- N tri in J CD p CD CJ () LLJ CL O r CD CV o CD 0 O 0 N � 'CT '' N (D CD CO CD N (V N N CV a o o a o C 'G' CO C,4 o CD '. CD N a O Nr CO N o 00 1�3 (D CV 0 r- Lr) r 0 ti� r- Lo N 0 � u7 N o N N N N a o -J a o 0 0 0CD 0 ? a J I �I 1�1—tJ-�I�I�I /` N C7 N LO o O p p p (D 0 oN o o 0 0 0 CN 0 C cu /h V, V E o Y Q) �r O rn C � U CL1 O x Q O E LL M O O O G -� U) C O (� U a C C C a) c C (V C C �- 3: C O v E O m C O c� O 4) N m a� a� > > Q o °> � a' a c a ¢ o vv C > >>> L C O O V1 O O Q) U O Q cv O x M m . Q. U Ur U' CL_ C ci Ur C7 c c -O C O ❑ - - O N CD - CL cn c O c c O mC O -0 O O O � CO GD r e- r LL Q V U= d. -j> CL U U 4 x r O r- hl cry tT LO (D Imo- m 0) ¢ N c) �7 CD ap N CV CV N N N N N N N mfD ci 4 2 rn Ea c a m 1 • r�w A E- I� I x NLL � n V � � U tp !� � U L�. C� • fnm 0 z� F 7 C c C N 47 < a O Z co -R.q7-3L Notice to QONTRACTOR CONTRACTOR agrees that any unit price listed is to be multiplied by the approximate quantity requirements based on field measurements in order to arrive at the total. In the event of latent multiplication or addition errors, the CONTRACTOR recognizes that these are clerical errors and may be corrected by the CITY. For each payment item, CONTRACTOR agrees to furnish all labor, materials, tools and equipment necessary to properly perform the work described herein and on the Project Drawings. 6) Payments The CITY shall pay in full the Contract Sum to the CONTRACTOR upon completion of the work listed in Paragraph 2 of this AGREEMENT unless the parties agree otherwise. 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. 7) Waiver of Liens Prior to Final 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. Payment of the invoice and acceptance of such payment by the CONTRACTOR shall release the CITY from all claims of liability to the CONTRACTOR in connection with this AGREEMENT. The CONTRACTOR shall upon acceptance of such payment execute and deliver to the CITY the Final Release of Lien in a form identical to page FRL-1 through FRL-4 attached to this AGREEMENT. 8) Warranty CONTRACTOR warrants the McNab and Pine Island WgIgr Mains Construction. Ujilities D rtmen Pr sect Nos. 97-24 and 95-03 against defects for a period of one ygar from the date of completion of the work. In the event that defect occurs during this time, CONTRACTOR shall perform such steps as required in paragraph 2 of this AGREEMENT to repair and correct the affected areas of the work performed. 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 "C - 9701" Man Con C - 9 c9701.wpd 970131 P.9?-3(, 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 attributable solely to the gross negligence or wilful 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 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. 0 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. 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. "C - 9701" Man Con C - 10 c9701.wpd 970131 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. CT City Manager City of Tamarac 7525 NW 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. CONTRACTOR Guy Mancini, President Man -Con Incorporated 3460 SW 11 th Street Deerfield Beach, FL 33442 0 14) Termination Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to the CONTRACTOR, the CITY may without cause and without prejudice to any other right or remedy, terminate the agreement for the CITY's convenience whenever the CITY determines that such termination is in the best interest of the CITY. Where the agreement is terminated for the convenience of the CITY, the notice of termination to the CONTRACTOR must state that the contract is being terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the CONTRACTOR shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding sub -contractors and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and sub- contracts except as they may be necessary, and complete any continued portions of the work. 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 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 "C - 9701" Man Con C - 11 c9701.wpd 970131 R-1?-34 • or failure. 16) Venue This AGREEMENT shall be governed by the laws of the State of Florida as now and hereinafter in force. The venue for actions arising out of this AGREEMENT is fixed in Broward County, Florida. 16) 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. 17) 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. 18) Merger; Amendment 9 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. "C - 9701" Man Con C - 12 c9701.wpd 970131 R-57, 31- • IN WITNESS WHEREOF, the parties have made and executed this AGREEMENT on the respective dates under each signature. CITY OF TAMARAC, through its Vice Mayor and Man -Con Incor fated_, signing by and through its President, duly authorized to execute the same. ATTEST: Robert S. Noe, Jr., CITY Manager Carol Evans, CITY Clerk CITY OF MARAC By: arty Misdkin, Vice Mayor Date:_r_ii-ry 2h F l,cA7 By: ` 1 `—t S . ` 14� r Robert S. Noe, Jr., CITY Mana r ate: February 26 , 1997 to form and legal.sufficie II S. Kraft./CITY "C - 9701" Man Con C - 13 c9701.wpd 970131 • • • ATTEST: 4a�z� Corfi&ite Secretary 2 vl 1 i t Type/Print Name of Corporate Secretary (CORPORATE SEAL) STATE OF FLORIDA SS COUNTY OF uti CONT CTOR Man -Co Incorp r ted By: A President Guy Mancini Type/Print Name of President Date:' I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared lY�-•r 1t, 1"1A�nC.�r-�� ��eSaC�er�� of q,r1 -C-0n n,C „.— (officer or agent and title) (name of co oration) ,a FI or 1 6 a _ Corporation, to me known (State or place of corporation) to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that_%e_ executed the same. WITNESS my hand and official seal this -S+L day of r , 199_2. ti,);Yy Karen S. McNabb ;a �� COMMISSION #CC�1i5 EXPIRES .."R�,��''`• o nmu V& RUN a/sW"%, INC. ( ✓) Personally known to me or ( ) Produced identification 1 0..E /,- I,, Cn "::L NOTARY PUBLIC, State of Florida at+Large \Q r. - (Name of Notary Public. Print, Stamp, or Type as Commissioned) Type of I.D. Produced (✓) DID not take an oath, or ( ) DID NOT take an oath. "C - 9701" Man Con C-14 c9701.wpd 970131