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