HomeMy WebLinkAboutCity of Tamarac Resolution R-2007-1211
1
Temp. Reso. # 11250
August 6, 2007
Page 1
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-2007-. 9 1
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA AUTHORIZING THE APPROPRIATE
CITY OFFICIALS TO EXECUTE AN AGREEMENT BETWEEN
THE CITY OF TAMARAC AND MACMILLAN OIL COMPANY,
INC. FOR THE PURCHASE OF GASOLINE UTILIZING THE
CITY OF PLANTATION AGREEMENT DATED SEPTEMBER 9,
2007 THROUGH SEPTEMBER 8, 2008; AUTHORIZING
PURCHASE OF GASOLINE IN THE QUANTITIES NEEDED
BASED ON THE OIL PRICE INFORMATION SERVICE PRICE
INDEX COST AT THE TIME OF DELIVERY; AUTHORIZING
BUDGET AMENDMENTS FOR PROPER ACCOUNTING
PURPOSES; PROVIDING FOR CONFLICTS; PROVIDING
FOR SEVERABILITY; AND PROVIDING FORAN EFFECTIVE
DATE.
WHEREAS, gasoline is necessary in order to operate the City fleet; and
WHEREAS, continuity of supply is essential to uninterrupted service to the public,
especially in response to emergencies, such as a hurricane; and
WHEREAS, The City Commission of the City of Tamarac, under Resolution No. R-
2005-214 approved an Agreement with MacMillan Oil Company on November 23, 2005,
incorporated herein by reference and on file in the office of the City Clerk; and
WHEREAS, The Agreement was subsequently approved by City Commission on
August 23, 2006 under Resolution R-2006-142, incorporated herein by reference and on
file in the office of the City Clerk; and
WHEREAS, City of Tamarac Code, §6-154, allows the Purchasing Officer the
authority to waive purchasing procedures to procure supplies, materials, equipment, and
services which are subject to contracts with other governmental agencies when the best
Temp. Reso. # 11250
August 6, 2007
Page 2
interest of the City would be served; and
WHEREAS, the City of Plantation, and MacMillan Oil Company of Florida, Inc. have
given the City permission to utilize the current renewal of the agreement, hereto attached
as Attachments A and B to Exhibit 1, respectively; and
WHEREAS, funds are available for the purchase of gasoline; and
WHEREAS, it is the recommendation of the Director of Public Works and the
Purchasing and Contracts Manager that the agreement between the City of Plantation and
MacMillan Oil Company be utilized for the purchase of gasoline; and
WHEREAS, on March 29, 2007 the City of Plantation renewed the contract with
MacMillan Oil Company effective immediately for September 9, 2007 through September 8,
2008, incorporated herein by reference and on file in the office of the City Clerk ; and
WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in
the best interests of the citizens and residents of the City of Tamarac to authorize the
appropriate City Officials to authorize a one year extension to the Agreement between the
City of Tamarac and MacMillan Oil Company for the purchase of gasoline, a copy of said
Agreement is included herein as Exhibit 1.
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.
1
1
1
Temp. Reso. # 11250
August 6, 2007
Page 3
SECTION 2: The appropriate City Officials are hereby authorized to authorize
a one year extension to the Agreement between the City of Tamarac and MacMillan Oil
Company for the purchase of gasoline, a copy of said Agreement is included herein as
Exhibit 1.
SECTION 3: The purchase of gasoline from MacMillan Oil Company in
quantities needed based on the OPIS Price Index at the time of delivery is hereby
authorized.
SECTION 4: All budget amendments for proper accounting purposes are
hereby authorized.
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. # 11250
August 6, 2007
Page 4
SECTION 7: This Resolution shall become effective immediately upon its
passage and adoption.
PASSED, ADOPTED AND APPROVED this 4L'*&y ofJw�, 2007.
ATTEST:
r
MARION SWENS N, CMC
CITY CLERK
I HEREBY CERTIFY that
I have approved this
RESOLUTION as to form.
MgUEL S. GOREN
CITY ATTORNEY
F'rj '!;&
04 mw"�o
RECORD OF COMMISSION VOTE:
MAYOR FLANSBAUM-TALABISCOTa44
DIST 1: COMM. PORTNER
IST 2: COMM. ATKINS-GRAD akke
IST 3: V/M SULTANOF
altit-
DIST 4: COMM. DRESSLER
1
TR 11250 EXHIBIT 1
(�1%' ), �C!))Tl/I'f'Xf.'......................._._......__..____—...,......,..............�,..,,.�P.,,...,,....., ?'�r �...........�(.)!lfP,7('d? Division
.................. ........._....._ ....... _........_.... _..- - -- — ----- . .. . ............. . . . .......... . .......
V1
AGREEMENT
BETWEEN THE CITY OF TAMARAC
AND
MACMILLAN OIL COMPANY OF FLORIDA, INC.
THIS AGREEMENT is entered into on 2007 between the City of Tamarac , a
4 m
municipal corporation with principal offices located at 7525 NW 88 Avenue, Tamarac, Florida
33321 (City) and MacMillan Oil Company of Florida, Inc., a Florida corporation with principal
offices located at 2955 E. 11 th Ave., Hialeah, Florida 33013 (Contractor) for the purpose of
providing gasoline to the City of Tamarac. The parties hereby agree to the following terms and
conditions.
In return for valuable consideration in an amount based upon actual usage of gasoline,
Contractor shall comply with the terms and conditions within the City of Plantation,
Florida Agreement dated September 8, 2006 attached hereto as Exhibit A. All terms and
conditions of the contract documents set forth in Exhibit A are incorporated herein as if
set forth in full, except as modified by the proposal specific to the City of Tamarac as set
forth in Exhibit B attached hereto and incorporated herein as if set forth in full.
2. Pricing:
Pricing for gasoline shall be as indicated in Exhibit B attached herein. Pricing shall be
for fuel delivery to the City of Tamarac Department of Public Works facility at 6011 Nob
Hill Road, Tamarac, Florida 33321.
Pricing for gasoline shall be based on the daily Oil Price index Service (OPTS) pricing at
Port Everglades, Florida. The vendor shall add a factor of .0850 for regular gasoline,
tankwagon deliveries, and .0299 regular gasoline, transport delivery.
3. Term:
The term of this Agreement shall be for a one year period effective October 1, 2007.
The City reserves the right to renew this Agreement in one year increments, in the event
that the Agreement is renewed by the City of Plantation.
4. Upon execution of this Agreement, all references made to the City of Plantation
Agreement in Exhibit A and Exhibit B shall be interpreted as pertaining to the City of
Tamarac, and all terms and conditions of Exhibit A and Exhibit B shall be deemed as
having been implemented for use within the City of Tamarac. It is understood that
wherever the words "agency name" or "agency board name" appear, they shall be read
as "City of Tamarac" and "City of Tamarac Commissioners".
5. Insurance: In addition to the insurance requirements stated in the City of Plantation
Agreement, Contractor shall obtain at Contractor's expense all necessary insurance in
such form and amount as specified in the original bid document or as required by the
City's Risk and Safety Manager before beginning work under this Agreement including,
but not limited to, Workers' Compensation, Commercial General Liability, and all other
insurance as required by the City. Contractor shall maintain such insurance in full force
and effect during the life of this Agreement. Contractor shall provide to the City's Risk
and Safety Manager certificates of all insurances required under this section prior to
beginning any work under this Agreement. The Contractor will ensure that all
subcontractors comply with the above guidelines and will retain all necessary insurance
l'itt, 1)fY7 If turac
P'rrrcltGtsirt_>. <\ ('nlrh•itc'ts 17it�irrort
in force throughout the term of this agreement. The following minimal insurance
coverage shall be provided:
a. Worker's Compensation Insurance: The Contractor shall procure and maintain
for the life of this Agreement, Workers' Compensation. Insurance covering all
employees with limits meeting all applicable state and federal laws. This
coverage shall include Employer's Liability with limits meeting all applicable
state and federal laws. This coverage must extend to any sub -consultant that
does not have their own Workers' Compensation and Employer's Liability
Insurance. The policy must contain a waiver of subrogation in favor of the
City of Tamarac, executed by the insurance company. Sixty-(60) days notice
of cancellation is required and must be provided to the City of Tamarac via
Certified Mail.
b. Comprehensive General Liability: The Consultant shall procure and maintain,
for the life of this Agreement, Comprehensive General Liability Insurance.
This coverage shall be on an "Occurrence" basis. Coverage shall include
Premises and Operations; Independent Contractors' Products and Completed
Operations and Contractual Liability. This policy shall provide coverage for
death, personal injury or property damage that could arise directly or
indirectly from the performance of this Agreement.
c. Business Automobile Liability: The Consultant shall procure and maintain, for
the life of the Agreement, Business Automobile Liability Insurance.
d. The Minimum Limits of Coverage shall be $1,000,000 per occurrence,
Combined Single Limit for Bodily Injury Liability and Property Damage
Liability.
e. The City must be named as an additional insured unless Owners and
Contractors' Protective Coverage is also provided, or required. Sixty (60)
days written notice must be provided to the City via Certified Mail in the event
of cancellation.
f. The minimum limits of coverage shall be $1,000,000 per Occurrence,
Combined Single Limit for Bodily Injury Liability and Property Damage
Liability. This coverage shall be an "Any Auto" type policy. The City must be
listed as an Additional Insured under the Policy. Sixty (60) days written notice
must be provided to the City via Certified Mail in the event of cancellation.
g. In the event that sub -contractors used by the Contractor do not have
insurance, or do not meet the insurance limits, Contractor shall indemnify and
hold harmless the City for any claim in excess of the sub -consultants'
insurance coverage, arising out of negligent acts, errors or omissions of the
sub -contractors.
h. Contractor shall not commence work under this Agreement until all insurance
required as stated herein has been obtained and such insurance has been
approved by the City.
i. Contractor shall indemnify and hold the City harmless for any damages
01"Y o/ I omanic f'rarcicrsiu cl' (;crrtrzrctsl)ir>isrorr
resulting from failure of the Contractor to take out and maintain such
insurance. Contractor's Liability Insurance policies shall be endorsed to add
the City as an additional insured. Contractor shall be responsible for
payment of all deductibles and self-insurance retentions on Contractor's
Liability Insurance policies.
6. Indemnification:
a. Contractor shall, in addition to any other obligation to indemnify the City and to
the fullest extent permitted by law, protect, defend, indemnify and hold
harmless the City, its agents, elected officials and employees from and
against all claims, actions, liabilities, losses (including economic losses),
costs arising out of any actual or alleged: a). Bodily injury, sickness, disease
or death, or injury to or destruction of tangible property including the loss of
use resulting therefrom, or any other damage or loss arising out of or
resulting, or claimed to have resulted in whole or in part from any actual or
alleged act or omission of the Contractors, any sub -contractor, anyone
directly or indirectly employed by any of them, or anyone for whose acts any
of them may be liable in the performance of the Work; or b). violation of law,
statute, ordinance, governmental administration order, rule, regulation, or
infringement of patent rights by Consultant in the performance of the Work; or
c), liens, claims or actions made by the Consultant or any sub -consultant
under workers compensation acts; disability benefit acts, other employee
benefit acts or any statutory bar. Any cost of expenses, including attorney's
fees, incurred by the City to enforce this agreement shall be borne by the
Consultant.
b. Upon completion of all services, obligations and duties provided for in this
Agreement, or in the event of termination of this Agreement for any reason,
the terms and conditions of this Article shall survive indefinitely.
c. The Consultant shall pay all claims, losses, liens, settlements or judgments of
any nature whatsoever in connection with the foregoing indemnifications
including, but not limited to, reasonable attorney's fees (including appellate
attorney's fees) and costs.
d. City reserves the right to select its own legal counsel to conduct any defense
in any such proceeding and all costs and fees associated therewith shall be
the responsibility of Consultant under the indemnification agreement.
Nothing contained herein is intended nor shall it be construed to waive City's
rights and immunities under the common law or Florida Statute 768.28 as
amended from time to time.
7. Non -Discrimination & Equal Opportunity Employment:
During the performance of the Contract, the Contractor shall not discriminate against any
employee or applicant for employment because of race, religion, color, gender, national
origin, sex, age, marital status, political affiliation, familial status, sexual orientation, or
disability if qualified. The Contractor will take affirmative action to ensure that
employees are treated during employment, without regard to their race, religion, color,
gender or national original, or disability if required. Such actions must include, but not
be limited to, the following: employment, promotion; demotion or transfer; recruitment or
recruitment advertising, layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship. The Contractor shall
C'ill, o irrnurr is
f"arr•cluasrrrt; A' C'nrrtrct<.'r,> /)ivisin�a
agree to post in conspicuous places, available to employees and applicants for
employment, notices to be provided by the contracting officer setting forth the provisions
of this nondiscrimination clause. The Contractor further agrees that he/she will ensure
that Subcontractors, if any, will be made aware of and will comply with this
nondiscrimination clause.
8. Independent Contractor:
Contractor is an independent contractor under this Agreement. Personal services
provided by the Contractor shall be by employees of the Contractor and subject to
supervision by the Contractor, and not as officers, employees, or agents of the City.
Personnel policies, tax responsibilities, social security and health insurance, employee
benefits, purchasing policies and other similar administrative procedures applicable to
services rendered under this Agreement shall be those of the Contractor.
9. Assignment and Subcontracting:
Contractor shall not transfer or assign the performance required by this Agreement
without the prior consent of the City. This Agreement, or any portion thereof, shall not be
subcontracted without the prior written consent of the city.
10. Termination:
10.1 Termination for Convenience: This Agreement may be terminated by the City for
convenience, upon seven (7) days of written notice by the City to the other party
for such termination in which event the Contractor shall be paid its compensation
for services performed to termination date, including services reasonably related
to termination. In the event that the Contractor abandons this Agreement or
causes it to be terminated, Contractor shall indemnify the city against loss
pertaining to this termination.
10.2 Default by Contractor: In addition to all other remedies available to the City, this
Agreement shall be subject to cancellation by the City for cause, should the
Contractor neglect or fail to perform or observe any of the terms, provisions,
conditions, or requirements herein contained, if such neglect or failure shall
continue for a period of thirty (30) days after receipt by Contractor of written
notice of such neglect or failure.
11. Agreement Subject to Funding
This agreement shall remain in full force and effect only as long as the expenditures
provided for in the Agreement have been appropriated by the City Commission of the
City of Tamarac in the annual budget for each fiscal year of this Agreement, and is
subject to termination based on lack of funding.
12. Venue:
This Agreement shall be governed by the laws of the State of Florida as now and
hereafter in force. The venue for actions arising out of this agreement is fixed in
Broward County, Florida.
13 Signatory Authority:
hv', basing & ('olv.nwCS Divlsioa
The Contractor shall provide the City with copies of requisite documentation evidencing
that the signatory for Contractor has the authority to enter into this Agreement.
14. Severability; Waiver of Provisions:
Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction
shall, as to such jurisdiction, be ineffective to the extent of such prohibition or
unenforceability without invalidating the remaining provisions hereof or affecting the
validity or enforceability of such provisions in any other jurisdiction. The non-
enforcement of any provision by either party shall not constitute a waiver of that
provision nor shall it affect the enforceability of that provision or of the remainder of this
Agreement.
15. This agreement, Exhibit A and Exhibit B constitute the entire agreement between the City
and the Contractor.
16. No Construction Against Drafting Party:
Each parry to this Agreement expressly recognizes that this Agreement results from the
negotiation process in which each party was represented by counsel and contributed to
the drafting of this Agreement. Given this fact, no legal or other presumptions against the
party drafting this Agreement concerning its construction, interpretation or otherwise
accrue to the benefit of any party to the Agreement, and each party expressly waives the
right to assert such a presumption in any proceedings or disputes connected with, arising
out of, or involving this Agreement.
17. Notice:
Any notice, demand, communication, or request required or permitted hereunder shall
be in writing and delivered in person; sent by U.S. Certified Mail, U.S. Express Mail, air
or ground courier services or by messenger service, addressed to the party for whom it
is intended at the following addresses.
QITY
City Manager
City of Tamarac
th
7525 NW 88 Avenue
Tamarac, FL 33321
With a copy to the City Attorney at the same address.
CONTRACTOR
MacMillan Oil Co. of Florida, Inc.
2955 East 111h Ave.
Hialeah, FL 33013
Attn: Amancio Alonso, President
C'iR� �r1"Tirrn�rr'nc
(V ("onfracfs Division
N WITNESS WHEREOF, the parties have made and executed this Agreement on the
respective dates under each signature. CITY OF TAMARAC, signing by and through its
Mayor and City Manager, and MacMillan Oil Co. of Florida, Inc., signing by and through
its President duly authorized to execute same.
CITY OF TAMARAC
Mayor Beth Flansbaum-Talabisco
o�
Date
ATTEST: Jeffrey . Miller, City Manager
Marion Swenson, CMC Date
City Clerk
Approved as to form and legal sufficiency:
Date
e S. Goren, City Attorney
'6-
Date
ATTEST: MACMILLAN OIL CO. OF FLORIDA, INC.
Company Name
Signatur o rate Secretary Sign a ure of President/Owner
Daisy Canino
Type/Print Name of Corporate Secy
Amancio Alonso, President
Type/Print Name of President/Owner
v
Date
CORPORATE ACKNOWLEDGEMENT
STATE OF FLORIDA:
:SS _
COUNTY OF lei l> 6/:
I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State
aforesaid and in the County aforesaid to take acknowledgments, personally appeared
Amancio Alonso , President of MacMillan Oil Company of Florida, Inc., a Florida
Corporation, to me known to be the person(s) described in and who executed the
foregoing instrument and acknowledged before me that he/she executed the same.
WITNESS my hand and official seal this- ay off , 20 P'7
S nature ofNotary Public
S State pf loftat
Y Pam, J or eon
*w Commission #DD272171
Expires: Dec 03, 2007
'°��•• ri�i�r,�yB�a�i' rwp
Name of Notary Public
Personally known to me or
Produced Identification
�-
Type of I.D. Produced
DID take an oath, or
DID NOT take an oath.
' M - 26� 2007 3.'58PM
EXHIBIT A
OFFICE l THE MAYOR
Rae Carole Armairong
hleyor
FINANCIAL SERVICES
Hedwrt Vti Harfimert
Modor
PuRrew B*a DIVISION
Andrew the nr
Manager
July 26, 2007
Mr. Troy Gies
Budget and Contracts Manager
City of Ternamc
6011 Nob HIII Road
Tamarac, Florida $3321
CITY COUNCIL
Dr. Robert Davy
wed nt
Rico PatroceUi
Pmaldent Pno 7em
Sharon Moody Urea
Diane Valb i Bendskovie
Jerry Fadgen
Dear Troy;
Attached per your request is the updated agreement with MacMillan 011.
This letter will also serve as notice that the City of Plantation has given permission to the City of
Tamarac to use our current renewal agreement with MacMillan Fuel Oil Company..
If there Is a problem or concern, kindly call me for assistance.
sl rely)
Andrew Bacchl
Purchasing, Manager
City of Plantation
400 NW 7r Avenue, Plardauon, I'L 33317
r, l+ftr 9AI1 -►&146 r• me Inv Oka AA
o7/2dU I.25 2007 r 3: 56PM
No.0979 P. 101/002
2035 E. Dili AVENUE
HIAMN, FLORIDA 33013
tw
Macmillan Oil Company
OF FLORIDA` INC.
CITY OF PLANTATION
400 NW 70 Avenue
Plantallon, Florida 33317
Attn -- Andy
EXHIBIT A
PHONE (3031 691.781A
FAX 13051 d91.787
July 25, 2007
Thank you For considering Macmillan Oil Company of FlorMa Ina for your fuel delivery service. Please consider
this proposal for your required fuel delivery Reeds, scheduled or forced. Macmillan Oil Gomp■ny will provide
your city with our rellabte fuel dellvery service as per your needs and InsuvrMans.
Pricing for your fuel is based on the day of delivery's ourrent Market Price set by the Oil price Index Service at
Port Everglades, Flodds (OPIS).
CON CT FOR TANK REFUELING SERVICE — CITY OF PLANTATION
AND CONDITIONS
veserlptlon Price based on OPIS dolly average t Mark Up MIA
Low Sulfur Dleeel — Tank Wagon 01018 + .0140
High Sulfur Diesel — Tank Wagon OPIS + .0095
Qsaallno Regular (87 octane) —Tank Wagon OPTS +.0060
Low sWtur Diesel —Transport 01P13 ♦ .0359 ($36.40 split loads)
Goso_llnls Regular (87 Oatane) - Transport OPTS + .0999 ($35,00 split load
Fuel 8uppllere —Sunoco, Valero, Marathon, Exxon, TranaMontaigne, and others.
Tank Wagon delivery -- 6,000 gallons or leas.
Transport Delivery — 6,0D1 gallons or more.
De%nry- Under normal conditions within 40 hours from the time the order was placed, We reguee
that all orders be foxed to 3CM91.7817. Mmagoncy Contact - Amanclo Alonso 30&76i-8574
TERMS - The term of this contract is one year from the date of acceptance
Or+ve 49ain, we thank you in advance for this opportunity to service the needs of your city.
9lnaarely,
Wmtsm Putnam
Reca4ved Tito Ju1.25. 3;45PId
07/28/2007 18:08 FAX
EXHIBIT B
2955 L Ibb AVENUE
HIALEAH. FLORIDA 33013
July 26, 2007
Macmillan Coil Company
or FLORIDA, INC. PHONE 13051 691-7014
FAX 13051691.7811
CITY OF TAMARAC
7525 NW W Avenue
Tamarac, FI 33321
RE: Authorization
Clty of Plantation
Fuel Delivery Service
Dear Sirs:
We re pleased to Inform you that Macmillan Oil Company of Florida, Inc Is
prepared to honor and comply the prices, terms and conditions within the City of
Plantation Agreement, fuel deliver services for the City of Tamarac. Please use
this letter as written authorization as we look forward to execute a Contract so
that we may continue providing fuel services for you city.
Sincerely,
MACMILLAN OIL COMPANY OF FLORIDA, INC
Amanclo Aionso
President
00(/'JU/L0(r( 14:4y }nX
1a002/002
2955 E. ilih AVENUE
HIALEAH, FLORIDA 33p13
CITY OF TAMARAC
7526 NW 88M Avenue
Tamarac, Florida 33321
Macmillan Oil Company
OF FLORIDA, INC,
Attu - Keith platz - Purchasing and Contract Manager
EXHIBIT B
PHONE 1305) 691,7814
FAX t305) 691-7917
July 30, 2007
Thank you for considering Maomillan Oil Company of Florida Ino for your fuel delivery service. Please consider
this proposal for your required fuel delivery neede, scheduled or faxed. Macmillan Oil Company will provide
your city with our reliable fuel delivery service as per your needs and instructions.
Pricing for your fuel 15 based an the day of delivery'a current Market Price set by the Oil Price Index Service at
Port Everglades, Florida (OPTS).
CONTRACT FOR TANK REFUELING SERVICE » CITY OR TAMARAC
TERMS AND CONDITIONS
Description Price based on OPUS daily average + Mark Up (M/U)
Low Sulfur Diesel - Tank Wagon DPIS + .0800
Hlgh Sulfur Diesel - Tank Wagon DPIS + .0825
Gasoline Regular (07 octane) Tank Wagon OPTS + .0850
Low Sulfur Diesel - Transport DPIS + .0290 ($36.00 split loads)
Gasoline Regular (87 Octane) - Transport OPI;S + .0299 ($35.00 split loads)
Fuel Suppliers - Sunoco, Valero, Marathon, Exxon, TransMontaigne, and others.
Tank Wagon delivery - 6,000 gallons or lass,
Transport Delivery - 8,001 gallons or more.
Delivery - Under normal conditions within 48 hours from the time the order was placed. We request
that all orders be faxed to 305-691-7817. Emergency Contact, Amancio Alonso 306-761-8574
TERMS - The term of this contract is one year from the date of acceptance
Once again, we thank you in advance for this opportunity to service thr needs of your city.
Sincerely,
1-Willem Putnam