Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-97-272Page 1 Temp. Reso. # 8045 CITY OF TAMARAC, FLORIDA RESOLUTION no. R-97 �aC A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ACCEPT AND AWARD BID NUMBER 97-30B ENTITLED "TENNIS COURT LIGHTING EXPANSION" TO THE LOWEST BIDDER, AMERICOOL AIR CONDITIONING AND REFRIGERATION, INC. IN THE AMOUNT OF $17,550 FOR THE EXPANSION OF LIGHTING AT THE TENNIS COURTS AT THE SPORTS COMPLEX, 9901 NW 77T" AVENUE; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE WHEREAS, the City of Tamarac, Florida, publicly advertised Bid Number 97-30B for expansion of tennis court lighting at the Sports Complex at 9901 NW 77tn Street, in the Sun Sentinel on August 24 and August 31, 1997; and WHEREAS, on September 12, 1997 the following were opened: (1) Americool Air Conditioning and Refrigeration. Inc. $17,550.00 (2) Davco Electrical Contractors $17,736.00 (3) Electrical Contracting Service $21,780.00 (4) Mills Electric Service, Inc. $18,750.00 (5) Paramount Engineering, Inc. $21,433.00 (6) Robinson Industries $25,400.00 WHEREAS, Americool Air Conditioning and Refrigeration, Inc. submitted the lowest responsive and responsible bid proposal in the amount of $17,550.00; and REC-izs Page 2 Temp. Reso. # 8045 WHEREAS, funds in the amount of 117,550.00 were budgeted in FY98 to fully fund this purchase; and WHEREAS, it is the recommendation of the Parks and Recreation Director and Purchasing/Contracts Manager that Bid Number 97-30B be awarded to Americool Air Conditioning and Refrigeration Inc.; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the City of Tamarac to approve the award of Bid Number 97-30B for expansion of tennis court lighting at the Sports Complex for an amount of $17,550.00 to Americool Air Conditioning and Refrigeration, Inc. of Oakland Park, Florida. 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. Section 2: That pursuant to Section 6-149 of the City of Tamarac Code, the purchase of tennis court lighting by the Purchasing/Contract Manager from Americool Air Conditioning and Refrigeration, Inc. utilizing Bid Number 97-30B at a cost of $17,550.00 as funded in FY98 under the appropriate Parks and Recreation Operational funds is hereby approved. Section 3: Authorizing the City Manager or his designee to close the bid award, including but not limited to making final payment and releasing of funds upon successful completion within the terms and conditions of the specifications. REC-izs 1 E Page 3 Temp. Reso. # 8045 Section 4: That 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 .A�� Day of .N0V6"J4L., 1997. ATTEST: CAROL A. EVANS, CMC CITY CLERK I HEREBY CERTIFY that I have Approved this RESOLUTION as to form. JJ S — MITCH LL S. KF CITY ATTORN JOE SCHREIBER MAYOR RECORD OF COMMIS MAYOR SCHREIBER DIST 1: COMM. McKAYE DIST 2: V/M MISHKIN DIST 3: COMM. SULTANOF DIST 4: COMM. ROBERTS VOTE REC-izs d C. • 'n N n 0 0 0 _°a -° 0 ^, o U n :4- U U .D :.a 0 O O O O O O O O O O O O O ... V-1 M O 00 O V M M O O � O 64 69 64 64 69 64 H O O 0 0 0 0 0 0 0 0 0 0 ,p U 1 O 00 M M O cu n w ON 17r wGq O E� C O O O O O O C7 �D CO O N W 64 61 64 b9 b9 64 CC w O F c] C cn U C. U cd a . cn 7d ,r"r" w THE AMERICAN INSTITUTE OF ARCHITECTS E F. t X , * ,I I Mwo Bid Bond BOND # 03000921-9 KNOW ALL MEN BY THESE PRESENTS, that we AMERICOOL A/C & REFRIGERATION, INC. 880 NE 42ND STREET OAKLAND PARK, FL 33334 (Hato insert full name ,and addrm at legal tick ofContractor) as Principal, hereinafter called the Principal, and AMWEST SURETY INSURANCE COMPANY 6320 CANOGA AVENUE WOODLAND HILLS, CA 91365 a corporation duly organized under the laws of the State of NEBRASKA as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF TAMARAC 7525 Nw MTH AVENUE TAMARAC, FL 33321-2401 (IIeee insert fall name ,and address or legal title 40cr) as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid - Dollars ( $ 5 % for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Bid # 97-30B -Tennis Court Lighting Expansion (Hare insert full nww, address and desaipdw of project) NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 12th day of September 1997 AMERICOOL A/C & REFRIGERATION, INC. rinci all (Seal) (Witness) - V'itle) (Witness) AMWEST SURETY INSURANCE COMPANY (Surety) (Seal) I. YOUNG, ATT RNF,Y-IN-F FLORIDA IDENT/O A1A DOCUMENT A310 BID BOND AIA (X FEBRUARY 1970 EI) THE AMERICAN INSTITUTE OF ARClHrECTS, 1735 N.Y. AVE., N.W. WASHINGTON, D.C. 20006 WARNING: Unlicensed photocopying violates U.S. oopyri& laws and is subjed to legal prosecution. EXPIRATION DATE 1-23-99 POWER NUMBER 0000686734 READ CAREFULLY This document is printed on white paper containing the artificial watermarked logo ( ) of Amwest Surety Insurance Company (the "Company") on the front and brown security paper on the back. Only unaltered originals of the POA are valid. This POA may not be used in conjunction with any other POA. No representations or warranties regarding this POA may be made by any person. This POA is governed by the laws of the State of California and is only valid until the expiration date. The Company shall not be liable on any limited POA which is fraudulently produced, forged or otherwise distributed without the permission of the Company. Any party concerned about the validity of this POA or an accompanying Company bond should call your local Amwest branch office at 954 776 7812 KNOW ALL BY THESE PRESENT, that Amwest Surety Insurance Company, a Nebraska corporation (the "Company"), does hereby make, wuxuLuw wiu appumr: JODY I.. YOUNG RICHARD A. YOUNG AS EMPLOYEES OF THE YOUNG AGENCY, INC. its true and lawful Attorney -in -fact, with limited power and authority for and on behalf ofthe Company ad�s thereto if a seal is required on bonds, undertakings, recognizances, reinsurance agreement for a Miller Acid the nature thereofas follow: Bid Bonds up to S * * 1,000,000.00 Contract (Performance & Payment), Court, Subdivision S**2,500,000.00 0 Small Business Administration Guaranteed Bonds up to $* * 1,250,000.00 License & Permit Bonds up to S**1,000,000.00 Miscellaneous Bonds up to S * * 1,000,000.00 LL and to bind the company thereby. This appointment is made under and by I, the undersigned secretary of Amwest Surety Insurance Company, a Ne corporation force and effect and has not been revoked and furthermore, that the re ons f the Boards provisions of the By -Laws of the Company, are now in full force an c . Am - Bond No. 03000921--9 Signed &sealed thi 12 o SEP * * This POA is signed and sealed by facsimile under nd by Company at a meeting duly held on December 1975: RESOLVED, that the President or any a 'des authority as defined or limited in the ins me vi enci of the Company to bonds, undertaking , n ces revoke any POA previously grante rson. RESOLVED FURTHER, that an ond, unie (i) when signed by the President o any Vrest (ii) when signed by the President or any 'd authorized attomey-in-fact or age o (iii) when duly executed and seale (if a requi b th f Ilff affix the seal of the company or other written obligations in R ich are now in full force and effect, IFY that this Power of Attomey remains in full on this Power of Attorney, and that the relevant ( Karen G. Cohen, Secretary DIRECTORS * * * * aft * * * * * * ns adopted by the Board of -Directors of Amwest Surety Insurance Secretary or any Assistant Secretary, may appoint attomeys-in-fact or agents with iicase, for and on behalf of the Company, to execute and deliver and affix the seal of all kinds; and said officers may remove any such attorney -in -fact or agent and tifsuretyship obligation shall be valid and bind upon the Company. and sealed (if a seal be required) by any Secretary or Assistant Secretary; or or Assistant Secretary, and countersigned and sealed (if a seal be required) by a duly one or more attorneys -in -fact or agents pursuant to and within the limits of the authority evidenced y e power o attorney issue ompany to suen person or persons. RESOLVED FURTHER, that the si nat re of any authorized officer and the seal of the Company may be affixed by facsimile to any POA or certification thereof authorizing the execution and deli ery of any bond, undertaking, recognizance, or other suretyship obligations of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, Amwest Surety Insurance Company has caused these presents to be signed by its proper officers, and its corporate seal to be hereunto affixed this 14th day of December, 1995. State of California John E. Savage, Pr� Karen G. Cohen, Secretary County of Los Angeles On December 14, 1995 before me, Peggy B. Lofton Notary Public, personally appeared John E. Savage and Karen G. Cohen, personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me all that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures) n t in ru en he er n o he nt u on eh of which the person(s) acted, executed the instrument. ,,,,\�N�Sr%/ ��'- WITNESS hand and official seal. Admill Signature (Seal) LosMpaIwCt un* T .Ih a Lofton, Notary Pu it,y Camm, At19 b,19W _ ; � DEC.14, ; C7 1995 7411 will S1 P--P,9-97 MON 15 : 06 TAMARAC PURCHASING FAX NO. 954 724 2408 P. 01 o� TAM R,o City of Tamarac Finance Department, Purchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-2450 Facsimile (954) 724-2408 Stanley D. Hawthorne Director of Finance September 5, 1997 ADDENDUM #1 BID NO. 97-30B TENNIS COURT LIGHTING EXPANSION This addendum changes or clarifies the following information included in the bid specifications of the above referenced bid: 1. In line fusing shall be required at the base of each pole within the junction box to meet NEC and South Florida Building Code, Broward County Edition, requirements. 2- Poles shall be positioned on the outside edge of standard sidewalk. All other requirements shall remain as specified in the original bid request. If you have any questions, please call the Purchasing Office at (954) 724-2450. r Ir Lynda S. Flurry, CPPO Purchasing & Contracts Manager Please sign and include this page as part of your bid submittal. Authorized Signature AMreI W AIA, 6 C. / ;'i Company Name EQual Opportunity Employer COMPANY NAME: (Please Print):A WI-L&A 60t' Phone: � � -S63 -a9 C? Fax: QSq- S(o 3 " 39 $D —NOTICE— BEFORE SUBMITTING YOUR BID MAKE SURE YOU... rZ 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 your Bid being deemed non -responsive. Fill out BIDDERS QUALIFICATION STATEMENT (Attachment "D") Fill out the REFERENCES PAGE (Attachment "E"). Sign the VENDOR DRUG FREE WORKPLACE FORM (Attachment "F") Include WARRANTY Information, if required. Clearly mark the BID NUMBER AND BID NAME on the outside of the envelope. Submit ONE (COLORED) AND TWO (2) PHOTOCOPIES of your bid. Include a BID BOND, if applicable. Failure to provide a bond will result in automatic rejection of your bid. 11. Make sure your BID is submitted prior to the deadline. Late Bids will not be accepted. 12. 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. 0 THIS SHOU LD BE THE FIRST PAGE OF YOUR BID. UA1997 BIM97-308\801LERPLAoc 11 • r] ATTACHMENT "A" BID FORM BID NUMBER 97-30B TENNIS COURT LIGHTING EXPANSION 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. Total Equipment r r' 000 0� Total Labor $ �o Total Bid $ 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 specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the bidder. M CiL L corlQ Company Name Address City, State, ZIP oa t& s Contractor's License Number UA1997 BI0\97-30MBOILERPLAoc Authorized Signature -T(Z-F-o,0,ff i~�-kK Typed/Printed Name Telephone & Fax Number G 2! -- 2-7/_ 9070 -- Federal Tax ID# • ATTACHMENT "A" continued Bidders Name: Am L cmLr k ( -- G r%t 0_, NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. TERMS: 0 % DAYS: O Delivery/completion: _ 5 calendar days after receipt of Purchase Order NOTE: To be considered eligible for award, one (1) ORIGINAL AND TWO (2) COPIES OF THIS BID FORM must be submitted with the Bid. 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. UA1997 80\97-308WILERPLAoc 13 C� r� u ATTACHMENT "Agy continued Bidder's Name: A,eP. «L_ , LLC %0r4D_. V aEr (r/C Variations: The Bidder shall identify all variations and exceptions taken to the Instructions to 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: Section Variance /A/ -/,A Section Variance Section Variance Section Variance Attach additional sheets if necessary. UM997 BID\97-3M301LERPL.doc fiGl • 0 ATTACHMENT "B" NON -COLLUSIVE AFFIDAVIT State of T6 R ' oA) ) ss. County of r6 ) N being first duly sworn, deposes and says that: (1) He/she is the P IZrS ! 0C_ 4. (Owner, Partner, Icer, Represent tive or Agent) of rv\.e2i Co6L_ /Viz_ Cc> ►L0 • __ the 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- (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 a pG�e(.� Wits M Witness jrk_E�0 , r4 rne- +A . (P nted Name) M 6& Coot, 4-1.1 CQ0, _Ir E_P.T1qC (Title) UA1997 BIDl97-30B\B0ILERPL.doc 15 • • ATTACHMENT "B" continued NON -COLLUSIVE AFFIDAVIT ACKNOWLEDGMENT State of �� ) ) ss. County of , ) BEFORE ME, the undersigned authority, personally appeared to me well known and known by me to be the person described herein an who executed the foregoing Affidavit and acknowledged to and before me that executed said Affidavit for the purpose therein expressed. WITNESS my hand and official seal this r_ day of S to , 199-::7. At& FARAN.An:? PA. eANIpI GCS COMMISSION # CC 410437 EXPIRES SEP 28,1998 BUNDED THRU W19'ATtANTiC 80NUING CO., INC. ( Personally known to me or ( ) Produced identification (X_) DID not -take an oath, or ( UA1997 BIDl97-30MOILERPLAoc NOTARY PUBLIC, State of Florida at Large (Signature of Notary Public: Print, Stamp, or Type as Commissioned) Type of I.D. Produced ) DID NOT take an oath. 16 C, • • ATTACHMENT "C" CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We(I), the undersigned, hereby agree to furnish the items)/service(s) described in the Invitation to Bid. We(I) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL ❑ PARTNERSHIP ❑ CORPORATION,$ OTHER ❑ IF OTHER, EXPLAIN: AUTHORIZED SIGNATURE: AUTHORIZED SIGNATURE (PRINTED OR TYPED) FEDERAL EMPLO COMPANY NAME: r TITLE I.D. OR SOCIAL SECURITY NO-� �o�b L kc ', ADDRESS: El 0 CITY. Lq R STATES tO r i OA ZIP: 33 TELEPHONE NO.9Sq-563--AgC71 FAX NO.: CONTACT PERSON: -12FLE.-Q A - U:\1997 80\97-30MBOILERPLAM 17 • • ATTACHMENT "D" BIDDERS gUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: Name of Address: QW:U1 (;Ity State zip Telephone No. Q!5q�3- aq / Fax No. 6 3 - 3 Ct SACS How many years has your organization been in business under its present name?. years I f 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 VNo ❑ If Yes, ATTACH A COPY OF CERTIFICATION Are you Licensed? Yes 'd No ❑ If Yes, ATTACH A COPY OF UCENSE Has your company or you personally ever declared bankruptcy? Yes ❑ No M If Yes, explain: Are you a sales representative 'd distributor ❑ broker ❑ or manufacturer ❑ of the commodities/services bid upon? Have you ever received a con act or a purchase order from the City of Tamarac or other governmental entity? Yes W No ❑ If Ss, explain (date, service/project, bid title, etc)E02,SR GE r4 CQ [` r� QEP, sop, C) a i t F- Lc- '4T t v q C rL te: — Have you ever receive a complaint on a contract or bid awarded to you by any governmental entity? Yes ❑ No If yes, explain: Have you eveer)>een debarred or suspended from doing business with any governmental entity? Yes ❑ No Nr If yes, explain: UA1997 810197-30OZOIL.ERPL.doc ig r� • ATTACHMENT 14EII REFERENCES Please list name of government agency or private firm(s) with whom you have done business within the past five years: Agency/Firm Name: (` L C9 Address()Ao 't F-, IKt City/State/Zip 4-to r oo 4 PhoneQS4 785- rloo Fax: Contact MAR 10 &, 0 L.. it-) � Age cy/Firm Name: roujAr 0 Cov rC Address r r . rtLAvd� a(£ City/State/Zip a i- ► +off Phoned 367- $6 Fax: Contact rv, c A envy/Firm Name: 4-DE -FF-ST -Anto 6AUAA-CcE Address City/State/Zip 6 r k'o A• Phone-79Y- 3/ fj� Fax:7-/- 32 6/ Contact Pe, , r•`t f, Agency/Firm Name: rMe! Se-ItooI- goar0o- OAP?-, Co on/ Address City/State/Zip �r10 r oa Phone, o S, D Fax: Contact v Ko Z-. YOUR COMFY NAMEAcool-, ADDRESS D rt£ : LIA "' c-- it s;-, —F PHONE: UA1997 B097-30MBOILERPLAoc 19 Agency/Firm Name: nn EVE2G` LADF-S l4u�ttvRii" Address: City/State/Zip _7T10 r r O 4 - _ Phone: D Fax: Contact: 6 , Agency/Firm Name: kOO t_ Ar o o LWx rH Address: City/State/Zip�- Phone 6J- Fax: Contact: e L A envy/Firm Name: SC.I w A-rD a 1k Cxa u t Address: City/State/Zip o r 1 b 4 Phon S S Fax: Contact: Age cy/Firm Name: Address: City/State/ZipTo vZ�flPr Phone. -I-i60-33o/ Fax: Contact: a , 0 ATTACHMENT "F" VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they 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. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace 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 commodities or 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 non 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 this form complies fully with the above requirements. 4�1�-7 Authorized Signature Company Name U_\1997 BIM97-30MBOILERPLdoc 20 THIS CERTIFICATE IS ISSN PRODUCER ONLY AND CONFERS N FRANK H FURMAN INC FRANK H FURMAN #266268604016 HOLDER. THIS CERTIFICA ALTER THE COVERAGE / P O BOX 1927 COMPANIES POMPANO BEACH FL 33061 COMPANY A VALLEY I INSURED AMERICOOL AIR CONDITIONING COMPANY B TRANSCOP AND REFRIGERATION INC COMPANY 880 N E 42ND STREET G PINNACL] OAKLAND PARK FL 33334. COMPANY D :}}k2%:}ii:t\v}:v}}i::::A+}%•}}}:i.:.-:::>a:::»::::::::::n•:::::::::.............»..-................... I.................. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURE INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER I CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBE[ EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CL POLICY EFFECTIVE POLICY EXPIRATION c TYPE OF INSURANCE POLICY NUMBER DATE (MM/DD/YY) DATE (MM/DD/YY) GENERAL LIABILITY B 14 3 216 5 2 2 1/ 01 / 9 7 1/01/98 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE FX OCCUR OWNER'S & CONTRACTOR'S PROT AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY ANY AUTO EXCESS LIAXLrry UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND EMPLOYERS' LIABILITY THE PROPRIETOR! INCL PARTNERS/EXECUTIVE OFFICERS ARE: EXCL OTHER B143218853 407035401 DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLE$/SPECIAL ITEMS CITY OF TAMARAC 7525 N W 88TH AVENUE TAMARAC FL 33321 1/01/971 1/01/98 1/01/971 1/01/98 ........... F?: . DATE(MMfDD/YY) .• 29 97 : •:AS MATION ER F INFORO N A IED MATT O RIGHTS UPON THE CERTIFICATE fE DOES NOT AMEND, EXTEND OR ,FFORDED BY THE POLICES BELOW. AFFORDING COVERAGE 'ORGE INS ITINENTAL INS CO ASSURANCE CORP :i; }j!}}::;:y i:tiSi:tiff iii:�::-5:::.'•y;y;y<:?:•}}$$i$:t•}:•: i::: Win}•. .... }........-.::. D NAMED ABOVE FOR THE POLICY PERIOD IOCUMENT WITH RESPECT TO WHICH THIS I HEREIN IS SUBJECT TO ALL THE TERMS, AIMS. LIMITS GENERAL AGGREGATE $ 2 O 00,000 PRODUCTS - COMP/OP'AGG $ 2 0 0 O 0 0 0 PERSONAL & ADV INJURY $1 0 0 O 0 0 0 EACH OCCURRENCE $1 0 0 0 0 0 0 FIRE DAMAGE (Any one fin) $ 50,000 MED EXP (Any one person) $ 5 000 1,000,000 COMBINED SINGLE LIMIT S BODILY INJURY $ (Per Person) BODILY INJURY $ (Per aocklent) PROPERTY DAMAGE $ AUTO ONLY - EA ACCIDENT $ OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE i EACH OCCURRENCE $ AGGREGATE S S AlSTATUTORY LIMITS EACH ACCIDENT S 100100 O DISEASE - POLICY LIMIT $ 500,000 DISEASE - EACH EMPLOYEE $ 10 O O O 0 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE kxPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 1 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENT$ OR REPRESENTATIVES. AUTHORUED REPRESENTATIVE A.:::::::::::an;