HomeMy WebLinkAboutCity of Tamarac Resolution R-2012-065Temp. Reso. # 12200
May 9, 2012
Page 1
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-20126
-
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA APPROVING THE PURCHASE OF
DIESEL FUEL AND GASOLINE FROM PORT
CONSOLIDATED, INC. UTILIZING CORAL SPRINGS
CONTRACT # 09-A-149 ON BEHALF OF THE SOUTHEAST
FLORIDA GOVERNMENT PURCHASING COOPERATIVE;
AUTHORIZING PURCHASE OF DIESEL FUEL AND
GASOLINE IN THE QUANTITIES NEEDED BASED ON THE
PLATTS FUEL INDEX COST AT THE TIME OF DELIVERY;
AUTHORIZING BUDGET AMENDMENTS FOR PROPER
ACCOUNTING PURPOSES; PROVIDING FOR CONFLICTS;
PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN
EFFECTIVE DATE.
WHEREAS, gasoline and diesel fuels are necessary in order to operate the City
fleet; and
WHEREAS, City of Tamarac Code, §6-154, allows the Purchasing Officer the
authority to join with other units in cooperative purchasing when the best interest of the City
would be served; and
WHEREAS, the City of Coral Springs issued Bid # 09-A-149, on behalf of the
Southeast Florida Governmental Purchasing Cooperative, incorporated herein by reference
and on file in the office of the City Clerk; and
WHEREAS, on November 17, 2009, Coral Springs awarded Bid # 09-A-149 to Port
Consolidated, Inc. for the purchase of diesel fuel and gasoline, a copy of the Memorandum
of Understanding is incorporated herein by reference and is on file at the Office of the City
Clerk; and
WHEREAS, Coral Springs approved the First Amendment to Memorandum of
Understanding Between Southeast Florida Governmental Purchasing Cooperative and Port
Consolidated, Inc., renewing the MOU through March 31, 2014, a copy of which is hereto
Temp. Reso. # 12200
May 9, 2012
Page 2
attached as Exhibit 1; and
WHEREAS, Port Consolidated has agreed to honor the terms and conditions of the
Agreement between the Southeast Florida Governmental Purchasing Cooperative and Port
Consolidated, Inc., a copy of the executed Memorandum of Understanding is hereto
attached as Exhibit 2; and
WHEREAS, the City of Tamarac is a member of the Southeast Florida
Governmental Purchasing Cooperative; and
WHEREAS, funds are available for the purchase of diesel fuel and gasoline; and
WHEREAS, it is the recommendation of the Director of Public Service, the Director
of Financial Services, and the Purchasing and Contracts Manager that Coral Springs Co -
Op Bid # 09-A-149 be utilized for the purchase of diesel fuel and gasoline; 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 purchase diesel fuel
utilizing this Coral Springs Cooperative Purchasing Agreement.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA, THAT:
SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and
confirmed as being true and correct and are hereby made a specific part of this Resolution
upon adoption hereof. All Exhibits attached hereto are incorporated herein and made a
specific part of this resolution.
u
7
Temp. Reso. # 12200
May 9, 2012
Page 3
SECTION 2: The appropriate City Officials are hereby authorized to purchase
diesel fuel and gasoline from Port Consolidated, Inc. under Coral Springs Co-op Bid # 09-
A-149, incorporated herein by reference and on file in the office of the City Clerk.
SECTION 3: The purchase of diesel fuel and gasoline utilizing the Coral
Springs Co-op Contract # 09-A-149 is hereby authorized in quantities needed based on the
Platts Fuel Index at the time of delivery.
SECTION 4: Budget amendments required for this purchase for proper
accounting purposes are hereby approved.
SECTION 5: All resolutions or parts of resolutions in conflict herewith are
hereby repealed to the extent of such conflict.
SECTION 6: If any provision of this Resolution or the application thereof to
any person or circumstance is held invalid, such invalidity shall not affect other provisions
or application, and to this end the provisions of this Resolution are declared to be
severable.
Temp. Reso. # 12200
May 9, 2012
Page 4
SECTION 7: This Resolution shall become effective immediately upon its
passage and adoption.
PASSED, ADOPTED AND APPROVED this�Wday of , 2012.
114*1
MAYOR
ATTEST:
RECORD OF COMMISSION VOTE:
MAYOR TALABISCO
DIST 1: COMM. BUSHN L"
DIST 2: COMM. GOMEZ
DIST 3: WM GLASSER
DIST 4: COMM. DRESSL _
I HEREBY CERTIFY THAT I HAVE
APPROVED THIS RESOLUTION
AS TO FORM
CA UEL S. GOREN
ITY ATTORNEY
1
fl
r
FIRST AMENDMENT TO MEMORANDUM OF UNDERSTANDING
BETWEEN SOUTHEAST FLORIDA GOVERNNIENTAL PURCHASING
COOPERATIVE AND PORT CONSOLIDATED, INC.
This First Amendment to Memorandum of Understanding (the "First Amendment") is
entered into this a day of �st2012, by and between Southeast Florida
Governmental Purchasing Cooperative and Port Consolidated, Inc,
RECITALS
WHEREAS, the parties entered into a Memorandum of Understanding dated November
13, 2009 (the "MOU") related to the provision of unleaded gasoline and diesel fuel; and
WHEREAS, under Section 5 of the .MOU, the initial contract term is January 1, 2010
through March 31, 2012 with two (2) additional two (2) year renewals available; and
WHEREAS, the parties mutually desire to renew the MOU for an additional (2) year
period, which shall extend the contract term to March 31, 2014.
NOW, THEREFORE, in consideration of the mutual covenants and promises contained
herein, the parties agree as follows:
1. The term of the MOU between the parties shall be extended to March 31, 2014.
2. All terms, provisions and conditions of the MOU not inconsistent with tlus First
Amendment shall remain in fall force and effect.
3. Should any part, term or provision of this Second Amendment be by the courts decided to
be illegal or in conflict with any law of the State, the validity of the remaining portions or
provisions shall not be affected thereby.
Paget of 2
4. This First Amendment shall be effective upon the approval of the City Commission.
FOR CONTRACTOR
BY:
PRINT NAME:
TITLE:
On this, the % day of 2jZ,4 c�ze qQ i/ 2012, before me, the undersigned
Notary Public of the State of -4 /a,Q, &,4 , the for going instrument was acknowledged
d by 049A-Id (-14AN-vl-) R(name), �,c���5 ia/�,c�q� (title) PORT
CONSOLIDATED, INC., a �/&41 cj � (state of corporation) corporation on behalf of the
corporation.
WITNESS my hand
and official seal
��•�;!P BHENOA J. MERS
` Notary Public - State of Florida
• . ; • "e My Comm. Expires Oct 9.2015
Commission 4r EE 122448
--'r •p `
Bonded Through National Notary Assn.
Doc. 107877
� c �J •
Notary Public State of
Printed, typed, or stamped name
of Notary Public exactly as commissioned
Y Personally known to me, or
Produced identification:
(Type of identification produced)
Page 2 of 2
�J�
r
Meeting: January 17, 2012
City of Coral Springs Department: Financial Services
City Commission Meeting Agenda Item Initiated By: Angelo Salomone
Summary Sheet
DOC ID: 2754
SUBJECT: Unleaded Gasoline & Diesel Fuel
PRIORITY: Consent — Financial Health & Economic Development
REQUESTED ACTION: Request to renew the contract for Unleaded Gasoline and Diesel
(INCLUDE CONTRACT Fuel through the Southeast Florida Governmental Purchasing
START/TERM DATES) Cooperative Group, RFP #09-A-149 to Port Consolidated, Inc. of
Ft. Lauderdale, Florida, beginning April 1, 2012 and terminating
on March 31, 2014 with one additional two year renewal possible.
The estimated annual expenditure for the City of Coral Springs
under this contract is approximately $1,298,427.00 for diesel fuel
and unleaded gasoline. (REQUEST TO RENEW)
PROJECT REVIEWED BY
OR INCLUDED IN:
ATTACHMENTS: #1 — First Amendment to Memorandum of Understanding
BACKGROUND / DESCRIPTION:
BACKGROUND:
1. Using Department(s): City -Wide
2. Justification for Award Recommendation:
Most responsive and responsible Bidder
X Highest ranked Proposer
Other
3.
4.
5.
6.
7.
Is this item in the adopted budget? X Yes No
Is this item in the CIP?
Agreement Info: X
Insurance: X
Additional information:
Yes X No
Contract executed by Firm
N/A
Approved
N/A
The City of Coral Springs, acting as lead agency for the purchase of Diesel Fuel and
Unleaded Gasoline for the Southeast Florida Governmental Purchasing Cooperative
City of Coral Springs
Commission Meeting Agenda Item
Summary Sheet
Meeting: January 17, 2012
Subject: Unleaded Gasoline & Diesel Fuel
Group has solicited proposals for this necessary commodity, combining the estimated
usage of the 28 agencies that chose to participate in this procurement. It is estimated
that the value of this contract in total will exceed 68 million dollars judged by
today's prices.
This fuel contract has improved our fuel procurement in the following manners:
1. It establishes a business partnership with a fuel distributor (or "jobber") that will
maintain a "back-to-back" agreement with a fuel wholesaler, or owner of fuel
products at the port, specifically for the contract to be established with the Co -Op
Group. During past attempts, it has not proven possible to have a direct
contractual relationship with a wholesaler. An allocation of fuel specifically
purchased under contract by the Jobber for the Cooperative Group provides a
more secure supply chain for our fuel needs than any other method available.
2. We now do business with a fuel distributor who has demonstrable capabilities to
appropriately administrate a contract with 28 different using agencies, deliver fuel
quickly, safely and responsibly, and provide fast and accurate electronic billing.
3. Ensure a wide variety of capabilities both in fuel supply sources and available
equipment for the steady provision of fuel during declared emergency situations.
Capabilities such as significant delivery fleet size, distributor owned fuel farms in
the tri-county area, and access to alternative fuel wholesalers both at Port
Everglades and other ports throughout Florida, are now in place.
4. Obtain the required fuels at competitive market rates.
A Request for Proposals process was used for this procurement, in which proposers
would be evaluated in all the above mentioned areas using the criteria established in the
Request for Proposals.
In order to achieve the necessary improvements in the Co -Op fuel procurement process,
the following changes were made to the original Request for Proposals that was issued
in 2009:
1. The oil price index used as a cost comparison method during the procurement
process and to obtain pricing during the contract period, was changed to the Platts
Fuel Index, which is regional in nature and is also the index by which the majority of
fuel distributors purchase the fuel directly from the wholesalers. The price is set to
float on a daily basis, again to mirror the marketplace.
2. Payment is made to the Jobber via a wire transfer of funds, in order to eliminate the
"float" which occurs when government takes 30-45 days to pay for the fuel that is
delivered. Jobbers are required to pay the wholesaler within ten days of their receipt
of the product, and their cost of waiting for our payment for approximately 20 to 30
days requires many of these firms to establish a line of credit to finance this cash
flow issue. The cost of that financing is, of course, passed on to the Participating
Agencies via higher fuel cost. Once again, we have "mirrored" the marketplace.
3. Provide proof that a supply contract with a wholesaler or multiple wholesalers would
be established specifically for the purchases of the Cooperative Group. Past
Page 2
City of Coral Springs
Commission Meeting Agenda Item
Summary Sheet
Meeting: January 17, 2012
Subject: Unleaded Gasoline & Diesel Fuel
procurements did not have this requirement, which had the effect of driving our
ultimate suppliers to the fuel spot market, which tends to dry up before and after
emergency situations.
By taking these actions, the Cooperative attempted to position itself effectively in the fuel
marketplace. As a result of these changes to the Request for Proposals, Port
Consolidated, Inc. was awarded the contract on November 17, 2009.
The award was recommended by the Evaluation committee for the following Reasons:
1. Port Consolidated currently has supply agreements with several major oil
companies, notably Chevron, Marathon, Valero, TransMontaigne, Colonial, Hess and
Motiva. In addition, Port Consolidated has committed to establishing a separate
supply contract with one or more of these wholesalers specifically for the fuel needs
of the Cooperative Group. As has been stated previously, this "back-to-back"
contractual arrangement establishes a specific allocation for the Cooperative Group
from a fuel supplier. Previously, a good portion of the fuel supplied to the Co -Op was
bought on the spot fuel market, which resulted in supply issues when demand for
fuel was high, such as before and after emergencies.
2. Port Consolidated owns and operates a fleet of over 50 tank wagons and over 50
transport vehicles (the large vehicles that carry approximately 8,000 gallons of fuel)
which provides the Cooperative Group with the most comprehensive in-house fuel
delivery capability in the area. Not only does this benefit our daily operations, but a
large, company owned fleet would be more likely used to service regular customers
in an emergency situation, as which the Cooperative Group surely would qualify.
3. Port Consolidated owns and operates over ten (10) different petroleum storage
facilities throughout the state, with a total storage capacity of just under 3,000,000
gallons for various petroleum products.
4. In addition to the fuel storage capabilities, Port Consolidated has six (6) automated
card lock fueling locations in the tri-county area, which can be used by cooperative
members to purchase fuel directly at pumps which are not open to the public, only to
Port Consolidated customers.
5. Port Consolidated locally owns 105 mobile inter -modal fuel containers, know as "ISO
tanks" with a 6,000 gallon fuel capacity. These mobile tanks can be provided to Co -
Op members and regularly refilled to provide additional fuel capability during
hurricane season or for periods of time when fuel tanks may be taken out of use for
repair or replacement.
6. Through the RFP process, Port Consolidated has provided a pre -purchase option for
fuel to any Cooperative Agency interested in establishing owned fuel in the local
area, to be bought at a set price. This could prove to be extremely useful to any local
agency whose regular fuel needs are not being met with agency owned fuel storage
capabilities. Some Co -Op members have availed themselves of this option.
7. The cost of fuel from Port Consolidated during the original RFP process was within a
cost differential of '/2 of 1%, which is minimal when compared to other proposers.
For example, the City of Coral Springs purchases approximately 368,000 gallons of
all types of fuel during the year. The cost differential to the City from the Port
Page 3
City of Coral Springs
Commission Meeting Agenda Item
Summary Sheet
Meeting: January 17, 2012
Subject: Unleaded Gasoline & Diesel Fuel
Consolidated best and final offer and the lowest cost for both diesel and gasoline
provided by the other two finalists, is a difference of approximately $5,600 per year.
Factoring in the additional capabilities of Port Consolidated to meet the fuel needs of
the Cooperative on a regular and emergency basis, the small cost differential is
believed to be a reasonable investment of public funds.
8. Port Consolidated has proven, during the initial term of the contract to be a valuable
partner to the Co -Op. During hurricane warnings and when shifts in the cost of fuel
was imminent, Port Consolidated communicated with us to provide market
information. Examples of this are the ending of the Ethanol credit by the Federal
Government and supply situations during storms affecting the Gulf Coast. No other
supplier has provided this type of partnering to the Co -Op during it's history, which
stretches back over 20 years.
9. Port Consolidated revised the required payment terms from ten days via wire transfer
(which was stipulated in the Request for Proposals), to fifteen days via wire transfer.
Based on approval of this Evaluation Committee recommendation, the contract with Port
Consolidated would begin on April 1, 2012. Port Consolidated has executed an
amendment to the original Memorandum of Understanding which is attached to this
agenda report to outline the requirements of their firm under this contract, along with the
operating and payment requirements of the Co -Op Participating Agencies.
COPIES TO: T. Planco, Central Stores Coordinator
B. Mallozzi, Fleet Services Superintendent
S. Whitacre, Municipal Prosecutor
M. Heller, Financial Services Director
J. Hearn, City Attorney
Page 4
—(k 17- 2,-'V
MEMORANDUM OFUNDERSTANDING
li tween
Southditst 1?1o11dtt Govorninental Purchasing.,S oopuratiye
AW
!VI t Qm olic)a—tod Jac.,
3141 SX. 14 Ave:.
M,- Lauderdale, FL 33335
This Memorandum of Undeistand.ing is made by Po).,t Consolidated, liw.
(hereinafter "Contractor").
'file pxm)ose of this Memorandum of Understanding is to dootiment the covenants,
provision, terms, promises and conditions related to the pmviaion of unleaded gasoline
and diesel i'uel to the Southeast Florida Govermiental Purchasing Coopexative Group
(heiuinafter "Cooperativol) by Contetetor. In conjunction with Request for Proposal 09-
A-149, dated September 8, 2009, as incorporated frilly herctirt, and Contractor's Proposal
dated September 16, 2009 and .Hest and Final Offer, elated October 29, 2009
C Proposal' ), as incorporated :tully herein, Contractor confirms and agrees as follows,
.1. Sf,,'C)1'"', Oi+ §mi,B ylt�. ?St
1.1 Contractor will soil to all participating agencies the following products
(tho "Products"):
o "Ultra Low Sultitr diesel": No. 2 Ultra Low Sulfur, on -rood, C1Gat•,
taxable diesel feel per ASTM D975-08a speol-fications, or latest
revision.
94EMtanol Gasoline". 10% Ethtinol blended gasoline per ASTM
D4814-07b specillcations, or latest revision.
1.2 Additional, Optional Duel Products:
0 Midninge Unleaidcxi Gasoline,:.Minimum Wane of 89,0
0 Ultra Low Sulfur 1i2 Rod Dye Diesel
1.3 The products supplied as a result of this Request for Proposals will
conform to the specifications of the State of Florida and comply with all
Federal, State and local laws and regulations as applicable on dote of
delivery,
2. M
2. t. Pricing for the Products shall be as .provided in Exhibit A. In
Addition, Hurrictuxc .ISO Tank Progtam Pricing shalt be as provided in
Exhibit 13, Confirmed Ctardlock Pricing; .shall be: as provided in Exhibit C'.,
and Hurricane Supply.Program Pricing shall be as provided in Lxhiblt D.
3. GC)hl`C RAC,"CO1<t RIi;SX'UXV IIi'ff.X'l'I S:
3.1 ��l�rS, N
All invoices shall be .provided to each Participating Agency via an
clrcia-onic method within twenty -lour (24) hours of date of dclivory of
product. mach invoice shall reference the dato of the applicable published
Plaft price for tliat day with the 4ppropriate differential no per the
contract. Contractor shall list separately on invoice each individual non-
exempt tax/fee and the amount of the differential. See attached I::xbib-it 17,
for sample invoices fibs• unloaded gasoline and ultraflow sulfur diesel futil,
bunsport and tankwagon delivery methods,
3.2 I ]1 L ffl3.I;XY(1 1��51'(71�51 . IMV.
A. Deslivory shall bo roquired within twenty-four (24) hoa s unless all
alternate dulivery date has been requested by the Participating Agency.
13. Daily orders she►il be placed by a=mail froth a Participating Agency
repre4outative: by I0:00 a.m., Monday through Friday.
C. Deliveries shall be made within 24 .hours of order placeinent unless the:
Participating ,Agency specifically requests otherwise as indicated on thv
order, in which case, requested delivery date and time shall become the
required delivery time.
D. Orders placed on Friday shall be delivers-d no later thtui 5:00 p.m. the
following Monday, 11111e48 tide Participating Agency specifically request:
2
othomiso, in which case, requested delivery date and time, shall becomes
the required delivery time. The Pardellwing Agency shall not require the
carrier to deliver on Sundays (except for declared emergency situations).
1?. A transport load shall be defined as mo less than 7,500 gallon;; of f3thanol
bleudod or regular gasoline or no less than 7,000 gallons of Ultm Low
Sulfur Diesel.
F. The Participating Agencies reserve the right to split any load betwem no
it-M than two delivery sites for their agency.
G. If (fie carrier is unable: to ineet the, delivery requiromenYs, it shall be the
responsibility of the carrier to notify the %dicipating Agency within 2
hours of the delay occurring so that the; Participating Agency can
doterniine if it need.; to transfer fuel between its sites to cow the dolmy.
1•I. At time of dolivety, carrier shall present: a delivery ticket/bill. of lading to a
participating agency representative, or if requested, deliver document to a
specified location. The delivery tleket/bill ofla ding shall include:
• Bill of lading number.
• Name of sul)plior and carrier.
• Date and time of delivery.
• Typo of'fuel delivered.
• Gross gallons and not gallons dolivered,
• Inolies in fuel tank, before and after delivery.
• Driver's signature.
• Signature of participating agency employee, recoiviug delivery,
unless otherwise indicated.
• Delivery address.
Carrier shall be adequately equipped, sEaf xt, and supplied to, 1)"011,ptly,
and of'Ficiently, furnish, deliver, and disponse, all products that are
:submitted at various facilities.
J. Carrier shall have the ability to fill above -ground tanks,
K. Carrier shall be Hilly responsible for any and/or all actions of their.
enaployoes' that require clean up or ground sterilization as the rosult of all
"improper" delivery. Carrier shall have and shall maintain those type* and
quantities of materials necessary to contain spillod product(s). Carrier
shall be rmsponsible for prompt and thorough cleanup of all spillage, as per
13PA spealfications, and for any agency fines or fees that result from
contamination.
L. Discovery or occurrence of a spill, an overfill, excess water in the tank,
suspected contamination of surrounding area, suspected tank failure, or
any other indication of ohernieal release shall be immediately reported by
the Carrier to the Participating Agency. Where the event is directly or
indirectly the result of carrier's actions, the carrier shall also affect
containment and initiate clonnup immediately.
M. All transport truck deliveries will be te;rnperature adjusted to 60 degreeR F
in accordance with the latest edition of tho Amerioan Society for 'Testing
and Materials (ASTM) 'fable 6B, Volume It, Petroleum Measurement
Tables. Delivery tickets and invoices shall reflect the; net gallons
delivered after temperature compensation.
N. Any Tankwagon deliveries will be metered in grosm gallons and invoiced
in gross gallons,
O. Agencies will accept iiueJ born trucks with sealed State approved and
inspected meters. Truckti that have State of Florida Department of
Agtieulture and Consarner Services scaled, calibrated and certified
cornpartrne nt tank volume markers for the petroleurn product being
delivered, are also acceptable,
3.3 S',L;,AQj
191e Contractor aa;cl/or his subcontractors making deliveries sliall be fully
responsible for any errors or mistolces that require cleaan up or ground
sterilization. Contractor will be responsible for prompt and thorough
cleanup of all spillage per EPA specifications and for any agencies fines or
fees for any contamination that result from improper delivery of fuel,
3.4 R& QMM - , a:
Preforence of deliveries shall be given to Participating Agencies providing
emergency relief and response services crud members of the Cooporadvc
who arm participating in this contract, in case of declar6d emergencies or
natural disasters.
3.5 WQKK SYME SATITY/Sl; 1 tl"
The carrier shall at all times guard against damage or loss to the delivery
site property, the Carrier's own property, and/or that of other contractors,
and shall be held responsible for replaoing or repairing any such loan or
damage. Whon applicable, the Carrier shall provide fencei, signs,
barricades, flashing lights, etc. necessary to protect and ensure the delivery
site(s) and insure that all county, State of Florida, 081-1A, and other
applicable satiety regulations are, met. Additionally, currier shall provide
4
for tale prompt removal of all debris from delivery sites. All Participating
Agencies clay withhold payment or make; such deductions as deemed
necessary to ensure reinibursetnont or re placement .for loss or darnage to
property through negligcrtca of the Carrier or its agents,
3.6 j V% RA& r,�. l.11 f3.
Proposed carrier shall be required to provide evidence of the following
atlitlitnulll a(IlOultts of insurance coverage to all participating agencies,
During the terra of the agr oakent and prior to each subsequent renewal
thereof, the carrier shall provide this evidence to all participating agencies
prior to flic expiration date of each and every insurance requbut herein.
Commercial General Liability Insurance: Carrier shall maintain
colnnlercial Oc►leral Liability Insurance, or Similar form, at it linlit of
liability not: less than $1,000,000 each occnrronce for bodily injury>
pet;sonol h jury and propealy damage liability. Coverage shalt include
premises and/or operations, independent contractors, products and/or
completed operations, personal injury/advertising, liability, contractual
liability mid broad form property dfunage coveraVr s. Coverage lbr the
hazards of explosion, collapse and underground property datmag4 (X-C:-U)
must also be included Mien applicable to the work to be perf'ol,ned,
BUsilless auto policy, including the MCS-90 Motor Carder Act
Endorsement trod/or CA 99 48 Pollution Liability broadened coverage
-for Covered Autos — Business Auto, Motor C;tirrler and Truckers, coverage
Forms Endorseinent, at a minlnaurn limit not less tlutn $1,000,000 pol,
occurrence providing coverage aim damages against such third -party
liability, relnediation and defense costs. In the event the; policy includes a
sell -insured retention or deductible in excess of $1000,000, the
participating agency merve5s the right, but not the obligation to review
and reediest a copy of the carrier's most recent annual report or audited
financial. stateanents. The policy shall be endorsed to include
"pal-tiuipating agenoy name" as additional insured. (in this context, the
term "autos" is Interpreted to nxcat) any land motor vehicle, trailer or semi
trailer designed for travel on public roads). In the event the curl r neither
owns nor lcaSm automobiles, the business Auto Liability requirement shall
be anae jaded allowing file Carrier to trxaintain only hired atti() non -owned
auto liability. This antvndeti requitctnent clay be satisfied by way of
endorsement to file Commercial General Liability, or separate Business
Auto coverage form,
Worker's Compensation and Employer's Liability Insurance. The carrier
shall Waintain Workers' Compensation and Tlmployor', Liability
insurance in accordance with Florida Statute Chapter 440.
A signed Certificate or Cortifioates of insurance, evidencing that required
insurance coverages have been procured by the Carrier in the types aad
amomits required heroutdcr shall be t►•ansmiuml to all participating
agencies via the insurance company/agent.
Js'xeept tts to Business auto, worker's coutponsation and .Umployer's
Liability (and professional liability, when applicable), said Certificate(i)
shall clearly confirm that eovorage required by the ce)rltract has been
endorsed to include the participating agency as an additional insured.
Porther, said certificates) shall unequivocally provide thirty (30) dayH
(except 10 drays for non-payment) written notice to the participating
agency prior to any advense obange, cancellation or non -renewal of
coverage thereunder,
It is the responsibility of the carrier to ensure that all raluired insurtmov,
covoragos are maimained in force throughout the term of the contract.
Failure to tx►aitrtain the requited insurance, shall be considered default of
oontract. All insurance must be acceptable io and approved by the
participating agency as to form, types of coverage t►nd acceptability of the
insurers ,providing coverage.
All insurance provided hercundor shall be ctudo►:scd to show that it is
primary as rospect to tlic .participating agcucy.
3.7 Advise the City of Coral Springs (hereino ter "Load Agency") of those
Pardolpating Agencies who fail to place ordura as a result of this award
during the contract period.
3.8 Contractor shall subunit to the lend Agency a Fuel Purchasing
Report on it monthly basis. The fuel I'urchtusing Report shall include fuel
vole lne totals by fuel type for each Participating Agency. The report shall
tilso Include a "Orand 'Total" (year -to -elate) -fuel volume for all
Participating Agencies for each fuel type. Tho required holds are tho
following:
o Reporting Period (specify month)
• Participating Agency
o Delivery volume (do not round off rel► sled volurnc amounts, allow
volutes to be reported up to as many decimal places as needed)
e Subtotal vole► o (per .fiuel type for etch Participating Agency)
* Cutxtulative Total "Volume Year to Date (per fuel type for all Ptirticipxtitrlt
.A,goncies)
o Dote regarding duel types: report must specify the othanol and biodiesel
blond being delivered.
'11he fuel Purchasing Report shall be gent in olpobonic format (Excel format
preferred) via email to; puitlitt,. (e@coraisprings.org.
4, COOPE'RA.TIVM+: ItI+��PONSli3iY.,i'1.1€]f�',S:
4.1 Blanch Participating Agcncy will be responsible for awisrding the contract,
issuing its own purchase orders, and ibr order placement. Each
Participating Agclxey will require separato billings, be responsible for
payment to the Contractor, and issue its own tax exelx-Xptiont ci;rtlficsations
as required by the Contractor.
4.2 Payment will be mado by each Panicipating Agency within ftttcen (15)
calooday days from delivery of product at Participating Agency's location
via wire transfer to seller's alcmun.t and bank, its indicated on the invoice.
S. AAR F (Ylt l CF . rN'li':
The initial contract term will begin on January 1, 2410 through .March 31, 2012
with two (2) additional two (2) year renewals tavailablc.
6. MIS!9R11..1ti.ANBOjJS rROVISIONS:
6.1 Altoruatiyo P to R
Considering the dynamic nature. of'fuel technology and regulation, and tits
growing deariand for alternative :faWs, the Cooperative reserves the right to
add tiny alternative fuel to the fuel types required, When hull it need
arises, the Cooperative shanlI contact the Contractor to cletermine if the
selected Contractor has the ability to provide or obtain the aaltcanativo fuel.
Ilie Cooperattive shall provide the Selected Contractor with information. on
the fuel types, the; technical specifications of the fuel, (tie acceptable
operating parameters, the estimated quantities, delivery requiremonts, and
any other relevant inf'onnation availablo. I'liv Contractor shall submit a
written price offer for the supply of the alternative fuel for the
Coo_perative's review and appsovai.
However, if the: Contractor is unable to supply tho alternative Biel type, or
the Cooperative does not accept the Contractor's, price otl'er, the
Cooperative shalt have tho right to purchase the uiteniaitive fuel cisowhcrc:.
6.2 If cluring the contract period, or tiny extension thereof; Contractor
contracts with any other municipality or government agency within the
State of Florida via a Platt$ -based index, dies terins of which provide for a
lower price on Any fuel required by the Cooperative than Contractor has
quoted in its Proposal fund/or in its Dust and Final Offer, Contractor Shall
offer the same price to the Cooperative.
6.3 Doring the contract period, or a►ry extension thareof, ii'any 1'iarticipatitng
Agency wishes to bray required Tirol products froth Contractor on a fixed
price or prepurchase basis, Contractor shall enter into good faith
lregotiations with drat participating Agency.
6.4 Contractor shall provide the Cooperative with one (1) Platte subscription:
for price verification purposes only to ant ennail address provided by the
Cooperative.
FOR CONTRACTOR
BY:
State, of Florida
County of Broward
The foregoing instrument was acknowledged before ine, the un ersig►rod notary public in
an or the State of 'lotida, era this, the �� day ofIV
r�c.r,c¢..__.► 2009 by
1_M_.._ _..� _..,...,__ .m... �,.....
"syPo Nototy PHIAL: slate of Florida
' 1rraMla .► nyerr.
�.. My co�1mi0ion DD702584
ort� E.xpBox 10100/2011
.Doc. 96997
Notary Public, State of Florida
Printed, typed or Stamped name of Notary
Public exactly as comolissioxiod individuals
who signed are pet:sonally known: no
identification produced;
V/10
Exhibit
PRICING:
Pricey are 11.0.8. delivered expressed -as a positive differential from the applicable daily
Platls price published in the "U.S. Market Scan" as described horeiu for lire dote prior to
the dide of'rlelli'my of pi oducl to the I arfleipating Agency and fire excht.sive of till
Federal, Sinte and County Bxcise taxes and Itus. Any other applicable taxes Find lees
shall be added at the time of invoicing.
2. Unletaded Casollne is to be priced using the; following methodology;
PLUS
*' 90% Daily Published 1" laity Crulf Coast Water Boyle mean price for Conventional
Unleaded 87 (For the applicable Raid Vapor Pressure - RVI> on the date of
dol ivory of product at the rack) — 90% of cost per gallon.
M 10% Daily Published l'la is New York Harbor Bart a mean price for I'Manoi =�
10% of cost per gal lot).
M 90% Positive differential proposed for Conventional Unleaded 87 (Dif!'erential to
be MilytWit regardiess of the applicable IM.)
10% Positive clilltrcAi6al proposed for Ethtuiol.
Ultra Low Sulfur Dlesel lf2 is to be priced using the following methodology:
p Daily lublished Plaits Gulf Coast Water Borate moan price for Ultra Low Sulfur
Diesel - 100% of cost rwr gallon.
" Positive differential proposed for Mint Low Stiltiu• Diesel.
4. The price with dillbrentittl shall include the vendor's profit, the cost of dolivery, and any
and all other costs. 'I'hc followin c i lil fic►r Upleoded Omoline. Ethanol and Dio - I
'tt �-521. ?x i Rl i?l. {cz irQ�(hc s t 1t tt tango c u i ..tie nb .t1!?t the�rFict
or anyje_,,%Vyva l2 gi Is. No other charges shall lx; added.
Page 1 of 2
Port Consolidated will invoice] fuel to participating Co -Op Agencies via the following
dolivery differential price schedule:
ltena No.
2
4
5
Transport Delivery
Differential Proposed
per }1alloA
$ •+- ,1 U75
Diesel _ _
Lurnp Sun Addftict'l_
D - ivory 'No Charge
Charge liar Dobveries
30 mile radius of Port
Reglal�ir Chileadecl.87 Octane
Diesel I ucl #2 CYltra I.aw Sullnr
Mieirange; YJnlcacled
81 Octane
[)ltr+a z,ow �ulfiar �2 :itca 73ye.�
Tankwagon Dolivoxy
Dif-erential Proposed
+- .1275
.$ .1.3850
Note: Port Consolidated will provide any participating Co -Op A.geucy n $.02 Per gallon
discount for any/all product that is loaded directly frown their suppliers in Port Elvorglados
(r.O.li, Dort Lverglados). Any Participating Co -Op A.gcncy wishing to take advantage of
this discount must sign -tip with fort Consolidated no later than (30) days prior to pulling
product to onsane all necessary paperwork and procedures are in place.
Page 2 of 2
(nt111�/loU9�An��ty..$�lon7ttits'='iil'siiar�iinxiii4�"d�i � �4i tCOflti• �i:Vtlt� (��i� iJl ��4I"1.43 Ill.`7.�?At mn,a,n'•..�w.aaY+rrwaelJ)�ti+rcro..sawxnr.�r�.wvat.�� _ - Ar����
(,V!!"R '[IIY.CV ,iMl . D}ri.'g{Tf�y:ry/.ryaLV1h7RNDJAIIl4lri!i1N•tit Rb)iAtYYM1µ.VC�'AT+.i,ofD14LAfll1117.�:Nl4YfV�•ifY.IM1DY1.li'.tl 4{�6tCN41+.JMMWH+ Nqf}f.kY•NpgN4hVflf•/•M.:c+•lJl:\�ti•}jcG\•Ntw�D3fNPit•'.1r2\f.�NAYI•P•%t�lisr..
INIA 1t; B
a►h► at; tmunvo.• rn. uo>r osaiao
►7.UNnto/Jptn, p►,tf�0
PtVit tut: ba7 ►tA►
Too Fla a:if) 6 Matd•G AIA
Movenobor2, 2009
CityoFC mISlubigs
Putcltsslag DIvI®1011
...._..._•,.�S.ii"VU�ceX'�tiiYiy�ol�TAatl'_.._........... ......... _....
._.
C%vat film► st pl,', 33DG5 • _., _.._. , ...._.........._... n.__ .......,• ._..........
Au�u� �niomoiio �•`• •"
Re: Itlt!' # 09-A-149 -•-lurrlcaue ISO Tnnit,l'mltrant
Deal Mr. Salouteinu;
1►oryour, rogitcar, tits following to a brief oadius ofaitr Hictrionilu XSO Tsuik Program,
hurt 4u,►aalicintcel uutr�rstlyiuis iQ5,170'I` ap�•ovod, nte+bilo storttgo tanks. Tttaao tsntks hold
approximutisly 6000 paltonr. Customare bi 11to pact, have pre purolttmod lita1 and retttod thoso totlltp to
strut ►nt alto and usa 410 otttorgottoy tttol supply,
I, 'funk ►vssorvotiunq will be anoolitod doduS the moudi of Amo,
I 't ht*s -Mil bo <lelivorcd nad Dbuil on alto of tho custamr's ft ollity prior to Ati ual l't: !arid Is
prleed nsh,g Ilus Rams lalutts P.Joa modal for transport (Itttivorloe. 7Yt01.0 wltt be 110,0110140 for
(ItAvoty orplok•ap ofiho tanks,
3, Tooko will bo Java4d for $1000 por mouth bghtula¢ an August 1"• We lttiva a (2) rttnuilt
tntnGuutn..
�_ ._.. 4. At ny titrto oval- Ihq cattrso of horrloaiia sumi tiro oyatamor ant} dircot Pout coosulida (A to
"' :pittn�t orc�ro�i fl 'uiaui oiicy �iwl fiii+iibit tmtii( o(`tiiirl� oit0(co attJ cittt vlCvtio ra-lilt tits 16,
lat* as acodod,
S. .fort (,bawliitated will Islok-111) tits ittrik at ilia ouslomor's ropaost whoa ilia rental perlod is
cvmplolo•
Should you have ally etueiath„ is or cotnutants, plome toss fsao to "ifact the at- fitly thtio.
Sinm"Ifu ,
_.................... .......... .......___...... .....
.............•,....................•........._............
art G`nrttott
Vita presk1014
1'o,t Con•4ulldatad
')q,•M•n4,vRa1d,U•VArIP�bMnD•ttr:tH�•ane�w�illu•hnpa
fthibit C
......... .... ............... ............_ ....... ..a...,
Onsofidated
3141 tSH 14th Am • PA. NX 800430
F1, I.audercr410, FLOV396
hl(Ul14'y (q54 If22.11e2
.. i}ax,'�'bef4i'�r r=�ro1. ............_ ............... , .
lbll KOO- (000) 003,5023
Novombor 2, 20U9
city of Coral SprinSs j
Purdhaslt3S Division i
9651 West Stunple road
--.._......_-Goxcri slirla>t1s; x+X;33U65•-._.,.........._.A�..�......�n..._�....�..._,_......................._..w......�..,............_.,.._..�_ m.... �.. ..�.....w...l
Attrt: Angelo Salolm e
........ ... ......... ...,.y.. ,..»»..., ..., .»......_..__......._...._ . .... .. ..._.........,.....................................,.....................................,....._,.... ........,.........�
Ito: iW110 09-A»149 -. C:onficuted Cardloolc Locations and Priclnb
'Dear Mr. •Salomone
Pleases bo advised. Port Consolidated has Wino looations throughout the State o;f]Florida where eurtomem
call 111e1 dloly ve1110108 directly IYi 1111 Diu- automttiecl l'ueliag statims. They are as follows:
i
115,,50 NW 36"' Avo., Mituni,.17X,•3:3167 -- Mae] opm 24n -- Odsollnc Mon. through Sri., 7 AM -•- 5 l'M i
3141 SH 1411i Avo., Vt. 1,,lmderdale,171, 33316 - Wesal and Gasoline 24/7
230! NW 15'` t�vo., T'oanl7ano,17r, :33U61--JUleessl and Cfasulittrs 24l7
1126 Xlarnmondvilie Rd., Pompano, FL 33939 ••• Diesol Moz tlrrouglh 17d., 7 AM 5 PM
1782 Shoos Rd.,W6st llitlux Bomb, VL 33411-- Diesol and. Gasoline 24/7
6951 04rdoa Rd., Riviera Bowl), FL 33404 -• Mosel rand Gasoline 24/7
121 N. Jonkins1d., R. Pima, FL 34945 — Disse! raid Clasoiittc 24/7
5007 Denver St.,'1`ampa. FL 33619 —Mosel and Gesollrm 24/7 I
15) 0 Talloyrand Avo„ looksou ville, YL 32206 ...Diesel and Gasoline 24/7 !
Pricing for the above -14,111ticss will be tho same- as our 000ffr7xted delivered tattlmagou pricing uslag 1ho
.__...__............«�,laus-17ias•forrrruhr....X.vvlIi-sontl-•out t�t1rdlOclesat-rtplaotivatic7a �for�mg-vrilli•�Idelitipszal-itkl?orxzarltinta•ica•tlio..........._..
Go•o17 at a latw• tlr7to.
Should you ItaVO any (111ostic)r75 or 401111,nellts, please t'val fret; to oorllpcC txae at any tittle.
Sinker !�,
f �
on Gc on
........... 'il i►e i otilt ' ..........._............... _.. ,....._...... ,.._............_ ......_.,....,... _. ....... _�...........__...,._ �., _ .....
Port Consolidated
' WWI • PlUvOo deb • 0440AWO • Yomgn
_.._.. , .�._.................... .........., .............. ...,...._......_._...__..._...._..Yn�i.•S1tPriwpf.�994911.S:V�1�,............................. , ............, ............. ,,................ ........
..,..,_...._..............................._................_......................_...._,........,...,.,......_,.,..........,.,............,.....,...,....,._..._._. ,.
Colt« olidatod
4141691411% Aver P.O. Sox 900430
M. PL 88036
wlona: tocr4) tsar »o�
... ........:......,...„,.._ �cui''toSnYiS27»'11fl'i ............ _., ......,............,........,..,.............................. .. .. ._.... ., . w ......... , ... .... , .... •...,..
W1 Raw (000)803.800
November 9, 2009
City of COW Springs
....._. ..P�tctllaiblDreg-)]l�wisxon-,_.�..__�...<...__...,..__._...�---.......,.,_.._...,...�, w.�..,w....�,._.�._._....__....__..�..._._,._�.��__.,._........,._..y....._,,.,....w,,... ,..,�
9551 West gampla Road
......... C,ol`ar,S�i'�l�l�;f, ��l...i',��fti............ ............._ __............._.._ ....,....,....,.....•..._ ,....-..«._,,..._,...., ,,....M,.,,,,.......,.,...�..,,_._„„..,............,.................,,
At11t: An Selo Salomone:
Ito! RIT # 09-A•-149 — Hi icane Sopply-Fro(Xca1l,
. . . • . .xww.+JWrwW/.+MsvwMMM.. .. • •. ' w•.+YH , ' •. . . .'�'•"'��x+w.wMnwwswMww,WM`•^� •
Dour 1V 5, 81omwle; '
For dim mombors of the C().Op that nifty retlltlre additional Mu doolle, SUPPlY, we OW bloused to oftLr t110 i
tbllowing (6) lnptlfh proexam:
1, ildalnbors luay pro-ptlrchaoe Pmduot in fi111 trtloic load inorenxaat{s during tiro mon0r of tidy.
Product will bo pAce;d using the sturxe Platts prloe model used for delivowd prodmt,
2, 1'tritluot'wiIt bo 9toml et a deslgn"lod PoIj Col rsolidated fatality for £t1i additional i'cc of 089 per
gal101tppt' ino)lth, Involving for Ito, -ago to coxnlxlenco on .Atlpst I" .for a rnuhnum of 4'months
()ply. Where will be. no olingo fqr J* or Decombor.
1 Members ohlx elcot to take delivery of product ttt any timo aver tho DOXE 5 W011ths, There will bo tt
4olivvery fve of .039 per gallon,
.4. Product hoods to be removed from stomp pull doiivored by 1'.a'ecd)abor 31
""""'Sltottl{1'�+tiullltva Duly �uelltlons-or,W111 rlauts'-plenoo
S401rltol
Vice President
Port Como$
/,itnml � P1.6Mxiupinte .VIOLA p4b�DItPt11 � FLF14M0 � Jn4lllOM'!70 � mo5pp
,......,....... x . , ..,....,.....,....,.................................,.., . ,.....�.,.._ ... hv!!@kY.'!4"nso4dalv�,wrn ....,.....,,....,.,.......,,.,, ....�.....,........
T4xlt:iltf.0 Is
It>tvviCt�
Por:-r li1?MIT ID
_m6 z�i?�,txbnuu rsuA.�c _.� __......, ....� �,__,......,..._M{._._� ......x�_.........,........._._ .�.. ,...._��� �. N o. PDX 56043o
wityr WOE r��ir F'Ia.�rzt2lf ." �s
TAMPA..IACKBONVILLE!
1.000.093,b023
MIAMI: (300)0$7.1260 FNIN: 60-1 f7S202
f'f t AUA�RI)M i:: (044)522.1107 _
AWTUIitNin»bor:"00 RW,0Uy At110ufit•QRA:,$..16,(iif'1.80.............
Invotca NUMbn(: 434631 � Vue E*10: I llbo100
invoice Vatn: •10109100
BROWARU COUNTY t'L[wET U-MAC 5 _ MASS TRAN$11*
ROOM 503 $201 W GOPANS )RD
110 S. ANOnEWS AVF, POMPANO BEACH, FL 33009
FORT LAt1U5ROALIC. FL 3:3301
Hu c s o
_ .�.. ,.. ��. � �,: n��?,i-.._ noNa �.......a...., a.4.......s2«...Fa,.t•....F:�.t:w1t SJ�...I.A....Jn.WaJ..t...S......Jv.w...�n�!�.i��.,, �t�aw ti+�....�.�...�....�4.�.�_.._...�.:.�...._:�...�.;
'WRIVIS : NCT 30 DAYS
Product Ptpdtiel t]as#Wptktn Aolivorod Quantity UnU Rim t?xtondod Frlan
Or�u� Numbw ._ .. ....... .... . . . w . ...�.�
... _ .. pW, Numbor, 34031
_134631 , »
013101 ULTRA t•{1W SULFUR 091. PUFLIOULK
1,460.0000 1.6im
4141200.31
f�t PHAAL OX0181f pl'USKI. N0,
0.24300
0.00
FS DMF STATE: MOTOR FURL 010134.
0.10100
1,200.42
F5t)LOTI..tt.S.Y.tmStfl.
0.00100
7.46
P01,Lt1TION V10.813L N61'
0.02240
100.03
LOCAL OPTION 001,11116WAIiI) WIT
0.13Y00
1,021,47
..,w..
#1opim
1
. 1
Producis'rotdl: $1412W1
8hllsitbyt / frolubt Totol; ".00
There, Is a 1 1/2% emvluo ohnrao por month for uly>std Atnounto aver 10 days past Tax Total: $2,301.118
eroatt tooms.tt to agreed (list h) thn ovont this 01 must ho WOW ovof (of CON0011011,
the tjoat orgI0490A, au0maya too anti Witt costs WIN 00 Wild for by Uta 14)avu Total 0110t 10,081.00
nomod cotnpony or vormel and Its owilara.
Pa>�T 0oNst�LtunT9ta it�woitso
W-Mlr •10
...,.... II/%�M, jj . POj T.1.�1UD ,(iI)ALg,. .
Uljj;�71` 1�N� tfU1i'Ir, gilt ...._._.„. .... ......,...... .., .....--__... ,......
__......_.,_ _...._;.._....._ P.O. Q0X 350430
rAMPA. JACKSONUII.LU
1.500.003.0023
MIAMI: 000)Ie07.1200
VOW: a30 t1%2Z97.
ITT t.itt DERDAtt.,,(044)02.1M
A Wi iinii`63 0o(o00 " ' "' " "', .. ........"..I .... _......I.......I
. Afrr(�ur►i17ue:.�'!,1?.II.BfI • J�..... ,....
Involro Nw *Q1. 434081
Out) Pate: 11/00/09
.. _ .. ,. _... I— - .. 1...1...... _ ...... , — ........................
. ....Shipping AddrH68I.. , 1.1' ....._.... ...—
..1....... I .. , ..
SROWARD COUNTY F"LC.;FT SE CiVICCS
MASS TRANSIT
ROOM 503
3201 W COPAN$ R0
116 S. ANDREWS AVI-.
POMPANO BEACH, Fl. �$069
FORT LAUUERDALE, Ff. 33001
—F' RCt�A6 i'( ftfXrdi IloiloCUIJf fY • aitOwnR
w a..,....Z+w..:..:.w........o,..vx........_.xn.aw.w..—..af......✓.a.a...,.,d.....w.Ja,-.-i•...N..:s�«....,,�.,..a..t.�.._.�.a. ,wrr�v...sbw..,oay. .av,.....Ml«...qa...1....,6s...a.a.t...:....n.,.�x... -r-a.c
TERMS, N0T 90 DAYS
pmduct Product 0ovedptloa I)aiborcd Qaanllty unit Pdvo Uxlandod Prtoo I
OrdorNunW►r,.,.JA4hour.
43401
_
M9Jay1 ULTRA LPW AULKUR DOI, FUFIJRtJI.t<
tf00.0000 1.03tt9ff
$000.16
RLDERAL IMCIS01J19m. t4AT
0.xA900
0.00
F8 MIND STWO MOTOR PUIYL 0101111.
0.10100
00.50
r'S I11.U8TL,V,$,T. DIt:SEL
0.00100
0.10
POLLUTION DIVQLI. Wy
b.02200
11.00
LOCAL (JWr10NUSLDROWAR0MIT
O.i9700
06.150
•
3t,120.00
i
p(oduoto 1,0181! $000,141 i
$111nplop 1 r(0)VIA 1.01111: $0.00
Thar6 to p I JJR sorvlcoclrnrga par man0t for unpuld mnounhr;lvpt 10 dayya post 'rox Total! $100.00
u(ooll l0rmalt Is pprowl 1110141 illo event tills but fnub,t bo Wood 0var for o011ao1f0n,
tin tout c1 oONocllon, allvUlap foe and coin! costa vrllf be paid for by Ole obavo Total Duel 1,120.00
utur(od oo►hpntiy orv4seal and Its own0m.
.....:...._..................: .................... ,.... ..,.......,.,......... ........... ..._.._....,........... ............ .... ........ .....................,..._..........:.._..............._..,_..I
I
ivoRT cor-iminmr. D Invoice
ROMIY TO
M(AMI , I ORr LAUDERPnl( _.
....-U11���'�A�M.1-rb1�`�'�%�il"1'�a�:•,..._.._.......,..a..._...._�.«._...._.._.�,......._..__.._....._..__....._...,......___......._.._..F`f•firlUl�EniFKI:Cx;F1:�9993$�IS4S0"..�...ti............
N.O. BOX $6043o
'PAMPA . JACKWONVILbir
1.800100316023
MIAMI. (309007-125¢
lrt:IN; 60.1173792
FT LAU09ADALO: (034)622•1102
l►coounlNum60i: 11030001b09...........................,...............�......
..Amount Duo.. �•1a,17O.ZlF3.....,. .
Involeo Nombor; 4"031
Our3 Dae: 11108i0A
Invokes Antt+: 10/00/0,0
»M -M -•• --�- �- �-« • -�
.. ........ ..», ...... .....' :.. .. _ . ,..... . » ............... ,... ......Shlpplrt�•Aciclrass
:....................... . ... ......... ....
BROWARD COUNTY 1'I.CUT SERVICES
MASS TRANNT
ROOM 603
U01 W COPANS RD
116 S. ANDREW$ AVE,
POMPANO BEACH, Ft 33069
FORT I.AUDERDALE, FL 33301,
r>l= aRr7trt�.x_ a. opN�ry liRtWANp w ,.,,.,..
. . .. Y w ".4:l.. ..{ � .-A•l ....i. ..Alw.aa.f�_\Mi r.\'+........l.i..:. »...U../. .I. A .f......tY .r... ....r•fw.,\.....i...�. NA.1.►.+..�R ..1...OV
,aznMf3: Nor 30 DAYS
I mdptpl lyraduol Doscriplton V011 and W imellty Waft 1'r140 Oxlolidod Nik:o I
nrivor. vobleleCOW,. Loo.03 Srdnopermm JANI5-57H006l
Oritv(Numbon':_94401----:_ AXLLA4 b mi.� 0A01
($90i.42)
Ilom Note: irInWRAL V-10 ALLOWAN13133
Driver: Vetdolo Cove: 1,06. 002401
88105poroon: JANET It0003t-
µ Ordo or: 494(S31 _w �._ » .. .. .� -.. �. w.,w. ... , _ . _...T
bor. 43n031
fp"90 /01 r: -10 RR-0 I)NL 0A6 MIN ACT W%! BULK
0,470.0004 J,93463
41(097. TO
Pema L'Xcise Gwrm Nl3T
0.111300
0.00
S AT9 MOTOR DUAL GAS TAX NIT
0.10100
1,004.04
FLORIDA INS)IFUrION r•W_C NGY
0,00120
10.00
L.U.0,T. OAS NOT0.001
0100100
0.40
POLLUVON QAO Nar
0.922OW
100.47
LOCAL OI'1'ION OAS DROWARI) NET
0110700
111160.01 ;
�.
a10,ti0 r8 ll{
Prodttotd'Tolal: V410100
ttirlpping 11'ru�tltl otnl; 40.00
Thero Is a 1 112% sorvlao Cknttlo por month for nnpold amounlo ovorl0 clays pawl ! a% TMPI: S3,1d0.2U
modit iotms,it Is agraw mal In the ovont INS bill nluot be Wurod over lot colloatkrn.
Ow coat of c0ltecNsn, aintiorooys too rind court Poole will be poll for byiho above 1"01141 Due: 19,17"8,84
vmnud company drvosaol skid its Wears.
...:.._ .....................,....,. .................... , .................... , ._,..,....':......._..._.:...,........M,...,...,............ ........,......._...._...._.........�
PbAT Wl480IJUATRO Invoice
REMIT To
..
R6 -RDAL9�.',..._...._... _...,....,........_......_....._._._......r...........,..r._
.... ,........... P.O.rIGX aw43o _._.._
`�"r� i"L'YfUUClil7/1�0; PI:33a36%o430"" • ,•...
TAMPA, JACKSONVILLti
t,two.rea.trsza •
MIAMI. OW1007.1280
PIMP. 60.1173202
1'T LAUU! RDAW. (004)0M. 1102
... ...ricoouiiiNumbora 009II00/two .•. ........... .�....,. . ,,.,. ....' ....
tovolco [Dumber: 434031
..'..'... Amount pu0. •$ 9.140r90...:... , ..:................ .
DUO vat6: I WOt1109
WOW Onto, 10/00109
••�^ �^�
r...:. ........... ... � ... ... .,...
......... ^ 1 AA".
ri rlg iQt;q,.. ..
SROWARD COUNTY FLrAr r ;,Lr�v�c� s MA". TRANSIT
ROOM 603 $201 W 00PANS RD
116 S. ANDRE WS AVM, POMPANO BOACI•I, Ft. $3060
FORT t.AIJIDERUALF, FL 33301
mot' CwiA pftiN�?R; .. nova _ C )tn- "ROWARD
ty.....-.-....�.. r�..c .._✓.4[�.f.i.._.b....A.....J.4_V..f..q.i..w,...wna......AaJ.+u..�... 14.,w�.....w.....tse..r�...a.h4-WV-.—>..J.r.M1.�.rv...•M.t.wa...--..
T RM$ :
NI;T 30 UAYS
Prodt�ot
hroduot goscrlpllon
IJolivnrod ounn0ty UAft Trios
listondad Pdco�'
__ Y
Oil�
_ .... �� „ M
V0»lor(► jz' I03
��Vajapbll% j;Nr.FI7150
u* d, 'i,�1
ar: 4$4031
�
wOslor
MISC
_VOLu
MfSC FUFt '��'�' ���'���
(b0U.0000) O,OAb00
(t22,G0}
�Iszz::io)
horn Nato; PEPERAI IE.10 ALLOWANCP
DfIver:
Volrt to Oadu; Low 007.401
Saloopernom JANS'I mo0b1?
_ Otdur,N n►:.' 14 ._�..,...�..
.. �� ._...,......w.., .. , ,. ---. ��„�
DDLNumb c 434031 �.«»
V002101
0.10 Rt%G VNI. 0AS MIN 0Vr U7/ t3U1.K
600,0000 fro 03
$077.27
rL-i11f'1'iAL imewc owrm N-i"
M10300
0.00
8'rATP MOTOR I1I111. QAO TAX Nl;T
0.10100
00.00
PLORIVA INSPEW(ION Ff lr NI+1'
0.00120
0.03
L.U.S.T. GAS Nr3T 0,001
0.00100
0.60 t
{'rv1.t0j1ONOAS NPY.
0.02200
11.00
LOCAL OPTION UA5 t1ROWARI7 N11T
0118700
f!
03.80
i
ProduCio'r01a1: 4054.77
Sldpphi0JFr01 ht'l,01ai: $0.00
Thnro to a 11/9 somk4 uharp hor munlh for unpotd m»oUnte ovo110 days pool 110K'rolah. $100.114
crocut terms.lt to oorood Ihul to Ilia uvot►t Ihle blll mass bo 4trao<t ovor for cvllscitun,
tha cost of oolluoWn. altolanys too and corut 000ls will ho pold for by iho abovo Total Utro; 4,140.00
9MMO company 0r v"sol and Its ownoro,