Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2000-0271 11 Temp. Reso. #8886 1 1 /3/00 Revision #1 - 01 /13/00 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2000-�_ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ACCEPT AND AWARD BID #00-07B, ENTITLED "MONUMENT SIGNS" TO THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER, SIGNCRAFT, INC., IN THE AMOUNT OF $10,210.00 FOR TWO (2) DOUBLE - SIDED MONUMENT SIGNS WITH INTERCHANGEABLE LETTERING, INCLUDING INSTALLATION, TO BE PLACED AT CITY PARK LOCATIONS; APPROVING FUNDING FROM THE APPROPRIATE PARKS AND RECREATION ACCOUNT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Tamarac Parks and Recreation Department wishes to efficiently advertise City programs to its residents; and WHEREAS, signs with interchangeable letters at City parks have been identified as an effective means of advertising City programs and events to the public; and WHEREAS, the City of Tamarac, Florida, publicly advertised Bid Number 00-07B in the Sun Sentinel, a newspaper of general circulation in Broward County, on November 21, 1999 and November 28, 1999; and WHEREAS, bids were solicited from 18 potential bidders with three responding, as per the Bid Tab attached hereto as "Exhibit 1 "; and WHEREAS, bids were opened on December 8, 1999; and Temp. Reso. #8886 2 1 /3/00 Revision #1 - 01 /13/00 WHEREAS, Signcraft, Inc., submitted the lowest responsive and responsible bid proposal in the amount of $10,210.00, attached hereto as "Exhibit 2"; and WHEREAS, funds exist in the FY 00 Parks and Recreation Account entitled "Machinery & Equipment/Equipment $500 or Greater"; and WHEREAS, it is the recommendation of the Parks and Recreation Director and Purchasing/Contracts Manager that Bid #00-07B be awarded to Signcraft, 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 of Bid #00-07B for two (2) double -sided monument signs with interchangeable lettering, including installation, in the amount of $10,210.00 to Signcraft, Inc., of Riviera Beach, Florida. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: That 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: The purchase of two (2) double -sided monument signs with interchangeable lettering, including installation, in an amount not to exceed $10,210.00 as authorized under Section 6-149 of the Tamarac City Code from Signcraft, Inc., is hereby approved. 1 Temp. Reso. #8886 3 1 /3/00 Revision #1 - 01 /13/00 SECTION 3: Funding for this purchase will be from the appropriate Parks and Recreation Account entitled " Machinery & Equipment/Equipment $500 or Greater". SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: 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. SECTION 6: This Resolution shall become effective immediately upon adoption. PASSED, ADOPTED AND APPROVED this ,,Zln day of , 2000. ATTEST: JOE SCHREIBER MAYOR CAROL GOCD, CMC/AAE CITY CLERK I HEREBY CERTIFY that I//have approved this RAMLUTION as to iXrn. -1-1 MITCHELL S/KF CITY ATTORN 1.1 RECORD OF COMMISSION MAYOR„ fflEIBER ,�9 DIST 1: COMM• PORTNER DIST 2: V/M MISHIGN _ DIST 3: COMM. SULTANOF DIST 4: COMM. Ro®ERTs Temp. Reso. #8886 Exhibit 1 • A Better Sign Co BID TAB BID #00-0713 MONUMENT SIGNS Signcraft Art Sign Co. Monument Sign (ea.) NO BID $4,863.00 $6,896.00 Character Sets $121.00/ea. $153.00/ea. Individual Characters $0.65 NO BID Non -Collusive Yes Yes -not notarized Certification Yes Yes Proof of Insurance Yes Yes 3 Copies Attachment "A" only Yes Variances Yes-4" letters None noted Drug Free Yes Yes • Temp. Reso. #8886 Exhibit .2 COMPANY NAME: (Please Print): Phone: Fax:6l - -NOTICE--- BEFORE SUBMITTING YOUF�BID MAKE SURE YOU... 1. Carefully read the SPECIFICATIONS and then properly .fill out the BID FORM (Attachment "A"). �2. Fill out and sign the NON -COLLUSIVE AFFIDAVIT (Attachment "B" and have it properly notarized. �/3. Sign the CERTIFICATION PAGE (Attachment "C"). Failure to do so will result in being deemed non -responsive. Your Bid �_4. Fill out BIDDERS QUALIFICATION STATEMENT (Attachment"D"). �5. Fill out the REFERENCES PAGE (Attachment "E"). Sign the VENDOR DRUG FREE WORKPLACE FORM (Attachment "F") (� 7. Include WARRANTY Information, if required. t�r8. Clearly mark the BID NUMBER AND BID NAME on the outside of the envelope. Submit ONE (COLORED) AND TWO (2) PHOTOCOPIES of your bid. N/A 10. Include a BID BOND, if applicable. Failure to provide a bond will result in automatic rejection of your bid. c�11. Make sure your BID is submitted prior to the deadline. Late Bids will not be accepted. ___Z12. Include proof of insurance. FAILURE TO PROVIDE THE REQUESTED ATTACHMENTS MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE. THIS -PAGE AND THE FOLLOWING COLORED PAGES ARE TO BE RETURNED WITH YOUR BID. THIS SHOULD BE THE FIRST PAGE OF YOUR BID. 11 L' C] r-I LJ ATTACHMENT "A" BID NUMBER 00-07B BID FORM MONUMENT SIGNS To: The Purchasing and Contracts Manager of the City of Tamarac: We propose to furnish the following in conformity with the specifications and at the below bid prices. The bid prices quoted have been checked and certified to be correct. Quantity UOM Description $/unit Extension 2 EA. Aluminum Monument Sign f 3/EA. $ �; 72 4 SET 3" Tall character sets JZl /Set $ L(,P EA. 3" Tall characters �,3 - The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specific tions will be rejected by the City within thirty (30) days of delivery. Return of rejection . be at the expe se of th idder. FT .- f Company Name Authorized Signature � 35 s 6Z tFle&�-�,j Address City, State, ZIP Contractors License Number 12 Typed/Printed Name Telephone & Fax Number Federal Tax �04 ATTACHMENT "Apt f 5 ^5 continued Bidders Name: i bJ9 6! � 8 ! arq.i I F i I>' Ft,�hd1,•�yi7K^r.�! fl � p. ��'�4�� i{'r 5; ' '4 i �• r. I S i ' .�I NOTE: Bid,submittals without the manual signature of an"authorizedagent of the Bidder, shall be deemed non -responsive and ineligible for award. TERMS: O 0 DAYS: Delivery/completion: � calendar days after receipt,of Purchase Order NOTE: To be considered eligible for award, one (1) ORIGI'NAL AND TWO (2) COPIES OF THIS BID FORM must be submitted with the Bid. t IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of.Tamarac's vendor listing. • �J 13 ATTACHMENT $$All continued w +s Bidder's Name: Variations. The Bidder shall identiN 'all variations and exceptions taken to the Instructions to A Bidders, the Special Conditions' and any Technical Specifications in the space provided below; provided, however, that such variations are not expressly prohibited in the bid documents. For each variation listed, reference the applicable section of the bid document. If no variations are listed here, it is understood that the Bidder's Proposal fully complies with all terms and conditions. It is further understood that such variations may be cause for determining that the Bid Proposal is non- responsive and ineligible for award: Section2W-W Variance - ." P0 ® G �c�c,r Section Variance • Section ,__Variance Section Variance Attach additional sheets if necessary. • 14 ATTACHMENT "B„ E NON -COLLUSIVE AFFIDAVIT . State of } rrgni ��t' ) ss. County Of joux &iieAL90 7L being first duly sworn, deposes and says that • ':: He/she is the (Owner, Partner,-,,,","-;",,, Officer, Representative or Agent) of Bidder that has submitted the attached Bid; (2) He/she is fully informed respecting the preparation and contents of the attached Bid and of'all pertinent circumstances respecting such Bid: t (3) Such Bid is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm, or person to submit a collusive or sham Bid in connection with the Work for which the attached Bid has been submitted; or to refrain from bidding in connection with such work; or have in any manner, directly or indirectly, sought by person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost elements of the Bid price or the Bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed work; (5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any other of its agents, representatives, owners, employees or Parties in interest, including this affiant. Signed, sealed and delivered in t preser o , Wit e Cr— By: V�V mess�y� (Printed Name) S'UPru(E;t (Title) ,1.1 ."'2 15 0 I] ATTACHMENT "B"t continued NON -COLLUSIVE AFFIDAVIT. 2 ACKNOWLEDGMENT State of&!1) )ss. County ofQ&P-[�— BEFOFF, ME, the undersigned authority, personally appeared �Lw* well known and known by me to be the per'son'describ"ed herein,!. and who executed the foregoing Affidavit and acknowledged to and before me tlat'. ft 0--M A &J r 0 executed said Affidavit for the purpose therein expressed. WITNESS my hand and of seal this day of 99C414 NOTARY PUBLIC, State of Florida at Large (Signature of Notary Public: Print,Stamp, or Type as Commissioned) c-l---Personally known to me or Produced identification Type of I.D. Produced DID take an oath, or ( VDID NOT take an oath, Lisa Laine My COMMISSION# CC830792 EXPIRES May 24, 2003 BONDED THRU TROY FAIN INSURANCE INC C. AUTHORIZED SIGNATURE: s V WINK.. AUTHORIZED SIGNATURE (PRINTED OR TYPED) TITLE FEDERAL EMPLOYER I.D. OR SOCIAL SECURITY NO COMPANY NAME: 91 ADDRESS: 3 CITY: RI V E-A � STATE: ZIP: ..._� _ � �! _ TELEPHONE NO.: �: -3�,�� FAX NO.: - 3(0 6 CONTACT PERSON: S:V AjAjc"1L 17 ATTACHMENT "D" . :•f. . BIDDERS QUALIFICATION STATEMENT i S The undersigned certifies under oath the truth and correctness of all statements and all ` f +�;`s' answers to questions made hereinafter: , ,v Name,of Company: -,71CA t20 (2cr DST Address: S (U Street City State Zip Telephone No. Fax No. How many years has your organization been in business under its present name?years If Bidder is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: Under what former names has your business operated? At what address was that business located? Are you Certified? Yes U❑ If Yes, ATTACH A COPY OF CERTIFICATION �-Wo Are you Licensed? Yes ❑ If Yes, ATTACH A COPY OF LICENSE Has your compa-or you personally ever declared bankruptcy? Yes ❑ No Cl"(f Yes, explain: Are you a sales representative ❑ distributor ❑ broker ❑ or manufacturer 4yol'of the commodities/services bid upon? Have you ever received a contra t or a purchase order from the City of Tamarac or other governmental entity? Yes 10 p If Aes, expl in (d to ervice/p ro'ect bid title etc �Aepc d3P�e.�t Cc7v,u - „gam Yfh.vlly �� ,(�c�c- o.<}k itOry Have you ever receivVif complaint on a contract or bid awarded to you by any governmental entity? Yes ❑ No" yes, explain: Have you ever been debarred or suspended from doing business with any governmental entity? Yes ❑ No byes, explain: W-1 • LA C/) M Ci) co M M 0 z cn M M o C: 00 00 z 0 M z M rn Lrl 0 IM -4 C: M a] M < Z I 0 X C) M M on n "o (-- M LA z r" (n En 0 aim A w v) -0 Lr, � cmw m LAJ P., X P" 10 mAi �.rl C-� C: Cl) 10 M W" Z -MC: M oc;o 'r C) C-3 (P n 0 m rn>z INb. x cz� Q^ma >;; 0 MO> -ru -0-4 > z Z-4> n C -10MT. MMO :o x mm< MMM -n 11. -4 iw a)*> r- C:) 200U)ZC) J CJ MM (nzmM L'i r­z I> Lu ,DZ (A 0C)'n 0OM mZ-1 p-A om'D Z-4m O;E2 MMO (3=!o 0 Xm 0 >IPZ =1-<z oox ZmOl M 47 or, O 4^ C) a X 0 0 r- M C- 0 0 M O z an rD > 0 o -n :c 0 0 0 c z r, F5 M z W M (.n M M 0 Z En w 0 M O 00 in Z r-. M Z > M 4M M cn C) M r- M M CA 0 it a] M < x r- 0 3� r- 0 r- M M 0 n CID C M M cn w 0, 'o ro M x n M LI) ME1M EM --I (A m I m MMM :0-C C> z M(0), 0 0 0 M)P.Z Z.<U) -j z Dom C-) --4 0 �Olm WO MM< MM to C>> U)0Z O 20 MM wzmM WOM ,DZ (1) :VC)'" 0 0 M MZOM 2jo amm zrn frn 0 Lo M50 0=10 0-IM oxm )bKzz � ooz z V) Fn Fn z 0 r. z 71 C-1 In -u L', C v r. C7 C) 'D 1- Lr, z L" z C, rr C-1 C) 1> n M M z z 4% Tll r�� ,I ni r- -A M CE: %- J V r.: �,... )0 DEPARTMEN*_qffi'�ll SINESS AND ` ESSIONAL rrELECT.-CON9 LICE 9I1940 N:y�TTALLAHA$SFL.239, � ail PRUSIECKI, SIGNCOCORPORATIA CORPORATION DBA SIGN CRAFT, INC. 8355 GARDEN ROAD RIVIERA BEACH FL 33404 DETACH HERE REGULATION (850) 488-3109 Aft STATE OF FiORIpA DEPARTMENT OF BUSINESS PROFESSIONAL REGULATIO` ES—0000174 07/25/1998 989: CERT. SPECIALTY ELECTRICAL C PRUSIECKI, LINDA MARY SIGNCO CORPORATION DBA SIGN CERTIFIED AS: SIGN SPECIALIST IS CERTIFIED under the PrOwsk's at Ch. 4; �1akn Daps. AUG 31, 2000 co STATE OFF - �-------------- - - - - -- - -_ 5231135 FLORIDA DEPARTMENT OF.=BUSINESS AND PROFESSIONAL REGULATION ELECT CONTRACTORS LICENSING BI) 07J25/1999198900339 I ES7-0000174* Tho SPECIALTY.ELECTRICAL,-CONTRACTOR uww no ERTIF.IED S A SIGN ASPECIALIS O T A IECKI, LINDA MARY CO CORPORATION DBA SIGN CRAFT, INC GARDEN ROAD RIVIERA BEACH FL 33404 LAWTON CHILES GOVERNOR DISPLAY AS REQUIRED BY LAW R ICHARD T. FARR: SECRETARY -J ATTACHMENT " E" ` 4 1 ( 4 w f REFERENCES 3' 7 � i�.: Please list riam e of government agency or private firm(s) with `whoM' ' y6u'have done business within the pas# five'vears: +� Agency/Firm Name:Agency/Firm Name: Address Address: City/State/Zip City/State/Zip Phone: Fax: Phone: • Fax: Contact Contact: Agency/Firm Name:Agency/Firm Name: Address Address: City/State/Zip Phone: Fax., City/State/Zip ContactFax: Phone: Contact: •Agency/Firm Name: Agency/Firm Name: Address Address: City/State/Zip City/State/Zip Phone: Fax: Phone: Fax: Contact Contact: Agency/Firm Name: Agency/Firm Name: Address Address: City/State/Zip City/State/Zip Phone: Fax: Phone: Fax: Contact Contact: YOUR COMPANY NAME ADDRESS Xz cr— PHONE: • 19 FAX: C ATTACHMENT "F„ f VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying have a drug -free workplace in accordance with Section 287.087, Florida ' Statutes This requirement effects all public entities of the State and becomes effective January 1, 1991 `TFie�ti`� special condition is as follows: rY. IDENTICAL TIE BIDS - Preference may be' given to businesses with drug -free workplace r programs. Whenever two or more bids which are equal with respect to price, quality, and service`_ ':; , are received by the State or by any political subdivision for the procurement of commoditiesor,, contractual services, a bid received from a business that certifies that it has implemented a drug=, free workplace program shall be given preference in the award process. Established procedures';;:;,,;' for processing tie bids will be followed if none of the tied vendors have a drug -free workplace' program. In order to have a drug -free workplace program, a business shall: ` 1. Publish a statement notifying employees that the unlawful manufacture, distribution,'. dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. . 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for' drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea Of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after -each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that ;�4Zs form complies fully with the above requirements. Authorized Signature Company Name 20 h � r� 4 et ••,l f.. F h t� 0 Ljj li • 7` 0 a; oe aC Z ,s !'fir J• O W Y Ua soft 8355 Garden Road, West Palm Beach, Florida, 33404 - Phone 561-863-3660 - Toll Free 1-800-343-3593 - Fax 561-863-3661 RECENT PROJECTS / REFERENCES OMAR SWEENEY — 954/858-9991 THE WHITING --- TURNER CONTRACTING CO. SAWGRASS MILLS MALL VALUE: $175,000.00 STEVE SHIN / JOHN ORTEGA — 954/9664133 THE MILHOUSE GROUP HOLLYWOOD PALMS SHOPPING CENTER VALUE: $115,000.00 DORON VALERO / JORGE ROMERO — 305/672-1234 EQUITY ONE SKY LAKE MALL VALUE: $51,000.00 • PAUL HANNA / HANK PORCHER — 561/655-5337 PAUL HANNA MGT. MELBOURNE SHOPPING CENTER VALUE: $37,000.00 PAUL FORBERGER — 561/966-0070 NOBLE MANAGEMENT SHOPPES OF LOGGERS RUN VALUE: $32,000.00 ANDY BERGER V.P. — 561/279-9900 OCEAN PROPERTIES HOLIDAY INN / MARRIOTT / HILTON VALUE: $205,000.00 DAVID CHAPMAN / STEVE McCULLERS 31) GROUP SUNSET PLACE PARKING GARAGE VALUE: $68,000.00 PENWALL INDUSTIRES MUVICO THEATER VALUE: $55,000.00 E-Mail: sales@isign-craft.com I International Council Florida Sign Web Site: www.sign-craft.com " / `Of Shopping Canters FWA Assoclation • Certificate of Insurance Review Form ContractorNendor: S, ,,, o (e,. Date of Review: /Z !a Accept as Presented: • � ]l —A•7L�CLL+r� A�F,Ew .i';F i � � Y■ :���Y��� � i� :�i1 DATE(MM/Dn/YY) ..:.; 17/99 PRDDUCER 03 EALTTEFR TIFICATE IS ISSUED AS A MATTER OF INFORMATION FRANK H . FURMAN, INC. ND CONFERS NO RIGHTS UPON THE CERTIFICATE THIS CERTIFICATE DOES NOT AMEND, EXTEND OR FRANK H . FURMAN ## 2 6 6 2 6 8 6 0 4 HE COVERAGE AFFORDED BY THE POLICIES BELOW. P . 0. BOX 1927 COMPANIES AFFORDING COVERAGE POMPANO BEACH, FL 33061 COMPANY SED A TRANSCONTINENTAL INS CO COMPANY SIGNCO CORP DBA:SIGN CRAFT INC B TRANSPORTATION INS CO LINDA M PRUSIECKI COMPANY 8355 GARDEN ROAD C BRIDGEFIELD EMPLOYERS INS CO RIVIERA BEACH FL 33404 COMPANY 1 D THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW 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, LTH TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE (MMAIWYY) DATE (MMODNy) LIMITS GENERAL LIAB<iJTy 1043214298 1/ 01, / 9 9 1/ 01 / 0 0 GENERAL AGGREGATE s l 000, 000 X COMMERCIAL GENERAL LIABILITY PRODUCTS • COMP/OP AG—G f 500, 000 CLAIMS MADE OCCUR OWNER'S S CONTRACTOR'S PROT PERSONAL a~ ADV INJURY : Soo, 000 EACH OCCURRENCE i Soo, 000 FIRE DAMAGE (Any one 11n) S 50, 000 MED EXP (Any my pwwn) i 51000 1a AUTDMOBILELUBAlTY 1043214303 1/pl/99 1/O1/00 500, 000 X ANY AUTO COMBINED SINGLE LIMIT I s ALL OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS X NON -OWNED AUTOS GARAGE LIABRMY 7 ANY AUTO EXCESS LIABILITY IUMBRELLA FORMHER THAN UMBRELLA FORM WORKERS COMPENISATION AND EMPLOYERS' LIABLITY THE PROPRIkToR/ PARTNERSlE%ECUTN@ INCL OFFICERS ARE: EXCL OTHER 1043214317 083014327 DESCRIPTION Of OPERAT*N34LOCATIONSNEHIlCLE"PECIAL R$MS CERTIFICATE. HOLC CITY OF TAMARAC . 7525 NW 88TH AVENUE TAMARAC FL 33321 I ACOFtD 25-S (1/95) BODILY INJURY s (Pw pwwn) BODILY INJURY s (Pw 8 CKIl") PROPERTY DAMAGE AUTO ONLY • EA ACCIDEN OTHER THAN AUTO ONLY: EACH ACCIDFM 1/01/99; 1/01/00 4/01/991 4/01/00-FX s 35,000,000 s5,000,000 f EL EACH ACCIDENT is.. 10 ol 00 0 EL DISEASE -POLICY L Mr:, s 500,000 EL DISEASE -EA EMPLOYEE I = 100,000 CS A )RP0AATI N! t988 • SUMNER B. GOTLIB Custom Electric signs Manufacturing Installation & service 40!gnoaft 8355 Garden Road Riviera Beach, Florida 33404 Website: WWW.sign-cratt.com E-Mail: sales@sign-cratt.com 11 Palm Beach (561) 863-3660 Nationwide (800) 343-3543 Fax(561)863-3661