Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2007-1461 Temp Reso #11282 Page 1 August 27, 2007 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2007-� A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXERCISE THE FIRST RENEWAL OPTION OF AGREEMENTS TO "FURNISH, DELIVER AND DISCHARGE OF QUICKLIME" TO, AND EXECUTE AGREEMENT AMENDMENTS WITH, CHEMICAL LIME COMPANY OF ALABAMA, INC. FOR THE CITY OF TAMARAC AND ON BEHALF OF FIFTEEN MEMBERS OF THE SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE; AND WITH CARMEUSE LIME & STONE, INCORPORATED ON BEHALF OF TWO MEMBERS OF THE SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE, FOR A PERIOD OF ONE YEAR WITH THREE (3) ADDITIONAL ONE- YEAR RENEWAL OPTIONS, PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac served as "lead agency" on Bid 06-33B, "Furnish, Deliver and Discharge of Quicklime" issued on behalf of the Southeast Florida Governmental Purchasing Cooperative ("the Co-op") which was awarded, on behalf of the City and fifteen (15) other agencies, to, and an Agreement executed with Chemical Lime Co. of Alabama, Inc. (Chemical Lime), as evidenced by Resolution R-2006-205, a copy of which is on file with the City Clerk; and WHEREAS, as the lead agency for the Co-op, the bid was also awarded to and an Agreement executed on behalf of two (2) agencies with the Co-op with Temp Reso #11282 Page 2 August 27, 2007 Carmeuse Lime Sales Corporation as further evidenced by Resolution R-2006- 205; and WHEREAS Carmeuse Lime Sales Corporation has changed their corporate name to Carmeuse Lime & Stone, Inc., and will be referenced as such accordingly, as evidenced by a notice received from their firm, attached hereto as Exhibit "A"; and WHEREAS, both Chemical Lime Co. and Carmeuse Lime & Stone, Inc. are agreeable to exercising the first one (1) year renewal option; and WHEREAS, pursuant to Section 5 of the executed Agreements, Chemical Lime Co. and Carmeuse Lime & Stone, Inc. may seek a price adjustment at the time of renewal based on actual costs or in accordance with a recognized index; and WHEREAS, Chemical Lime Co. has submitted documentation justifying a price increase based on increases in rail freight, truck freight, and re -loading costs from rail cars to trucks; and WHEREAS, the increase proposed by Chemical Lime Co. will take effect in two (2) stages, beginning with an increase in the City's delivered price from $176.91 per ton to a delivered price of $178.86 per ton due to increases in rail freight rates and re -loading rates on January 1, 2008; and a second increase in the City's delivered price to $179.82 on March 1, 2008 due to increases in truck freight rates; and 1 F-� Temp Reso #11282 Page 3 August 27, 2007 WHEREAS, Carmeuse Lime & Stone, Inc. has submitted documentation justifying a price increase based on increases in rail freight, truck freight and re- loading costs from rail cars to trucks for two (2) agencies with the Co-op, which will take effect on November 1, 2008; and WHEREAS, sufficient funds are available from the Utilities Department Operating funds; and WHEREAS, it is the recommendation of the Director of Utilities and Purchasing and Contracts Manager that the first renewal option for the Agreement awarded as a result of Bid #06-33B be exercised and an agreement Amendment be executed with Chemical Lime Company of Alabama, Inc. for furnishing, delivering and discharging quicklime, for a period of one year with three (3) additional one (1) year renewal options for the City of Tamarac, and on behalf of fifteen (15) agencies in the Co-op; a copy of said Agreement Amendment #1 is attached hereto as Exhibit "B"; and WHEREAS, it is the recommendation of the Director of Utilities and Purchasing and Contracts Manager that the first renewal option for the Agreement awarded as a result of Bid #06-33B be exercised and an Agreement Amendment be executed with Carmeuse Lime & Stone, Inc. for furnishing, delivering and discharging quicklime, for a period of one year with three (3) additional one (1) year renewal options on behalf of two (2) agencies in the Co- op, a copy of said Agreement Amendment #1 is attached hereto as Exhibit "B"; and Temp Reso #11282 Page 4 August 27, 2007 WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the residents of the City of Tamarac to exercise the first renewal option for Bid 06-33B and execute Agreement Amendment #1 with Chemical Lime Company of Alabama, Inc. for furnishing, delivering and discharging quicklime, for a period of one year with three (3) additional one (1) year renewal options, on behalf of the City of Tamarac and fifteen (15) agencies in the Southeast Florida Governmental Purchasing Cooperative, and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the residents of the City of Tamarac to exercise the first renewal option for Bid 06-33B and execute Agreement Amendment #1 with Carmeuse Lime & Stone, Inc. for furnishing, delivering and discharging quicklime, for a period of one year with three (3) additional one (1) year renewal options, on behalf of two (2) agencies in the Southeast Florida Governmental Purchasing Cooperative. 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. SECTION 2: Agreement Amendment #1 for the Agreement executed as a result of the award of Bid 06-33B, "Furnish, Deliver and Discharge of Quicklime", to Chemical Lime Company of Alabama, Inc., on behalf of the City 1 1 1 1 1 Temp Reso #11282 Page 5 August 27, 2007 of Tamarac and fifteen (15) agencies in the Southeast Florida Governmental Purchasing Cooperative, is HEREBY AUTHORIZED. SECTION 3: The appropriate City officials are hereby authorized to execute Agreement Amendment #1 with Chemical Lime Company of Alabama, Inc. as part of said award, a copy of which is attached hereto as Exhibit "B" for a delivered price of $176.91 per ton effective November 1, 2007, a delivered price of $178.86 effective January 1, 2008, and a delivered price of $179.82 effective March 1, 2008 and for prices shown in Exhibit "B" on behalf of fifteen entities within the Southeast Florida Governmental Purchasing Cooperative. SECTION 4: Agreement Amendment #1 for the Agreement executed as a result of the award of Bid 06-33B, "Furnish, Deliver and Discharge of Quicklime", to Carmeuse Lime & Stone, Inc., on behalf of two (2) agencies in the Southeast Florida Governmental Purchasing Cooperative, is HEREBY AUTHORIZED. SECTION 5: The appropriate City officials are hereby authorized to execute Agreement Amendment #1 with Carmeuse Lime & Stone, Inc. as part of said award, a copy of which is attached hereto as Exhibit "C for prices as shown in Exhibit "C" on behalf of two (2) agencies in the Southeast Florida Governmental Purchasing Cooperative. SECTION 6: All resolutions or parts of resolutions in conflict herewith are HEREBY repealed to the extent of such conflict. Temp Reso #11282 Page 6 August 27, 2007 SECTION 7: 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 8: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this /Alaiay of 2007. ATTEST: MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that -1 have approved this RESOLUTION as to form. MUEL S. GOREN ' f IV CITY ATTORNEY rAl� AlfoF ZF, BETH FLANSBAUM-TALABISCO 11141YOR, RECORD OF COMMISSION VOTE: MAYOR FLANSBAUM-TALABISCO DIST 1: COMM. PORTNER DIST 2: COMM. ATKINS-GRAD DIST 3: V/M SULTANOF DIST 4: COMM. DRESSLER 1 1 1 City of Tamarac Prrch asmg a-- 0 ...nd C ontrracts Division AGREEMENT AMENDMENT #1 BETWEEN THE CITY OF TAMARAC AND CHEMICAL LIME CO. OF ALABAMA INC. The CITY OF TAMARAC (City) and Chemical Lime Co. of Alabama (Chemical Lime), an Alabama corporation, with principal offices located at 4720 Cleveland Heights Blvd., Suite 203 Lakeland, FL 33814, agree to amend the original Agreement as follows: 1. Pursuant to the terms of Section 4, Time of Commencement and Substantial, Completion, of the original Agreement dated October 25, 2006, the City and Chemical Lime exercise the first renewal option for the term November 1, 2007 — October 31, 2008. 2. Please amend Section 5, Contract Sum, as follows: The Contract Sum for the above work is Q—Ae— Hundred Seventy Sax DellaFs and Ninety GRe GeRtS , shall include the delivered cost, per ton for the City of Tamarac, and for all other participants in the A reement and priGing as shown in the pricing provided in Contract Exhibit A f9F ether partiGipants on the °^,eemeRR. The Contract sum includes all labor, materials and freight charges for the job also known as Bid No. 06-33B, Furnish, Deliver, and Discharge Quicklime at the City of Tamarac Water Treatment Plant. Pricing for other entities within the Southeast Florida Governmental Purchasing Cooperative will be in accordance with Contractor's Bid Form, contained with Contractor's Bid response. All prices, terms and conditions shall remain firm for the initial period of the contract, except for allowances for fuel surcharges, as provided in Exhibit B to Bid document No. 06-33B. No price increase for quicklime material will be accepted during the initial contract period. Contract terms allow for a price increase request at the time of contract renewal based on actual costs or in accordance with a recognized index or set of indices to be mutually agreed upon by City and Contractor. To qualify for this increase, the vendor must submit justification and written verification from freight/fuel distributor(s) to the Purchasing Division prior to initial contract term expiration. 3. Pursuant to the price increase provisions of Section 5, Contract Sum, please amend Contract Exhibit A as shown in the revised Contract Exhibit A attached hereto, which reflects pricing on November 1, 2007, January 1, 2008 and March 1, 2008. 4. All other provisions of the original agreement remain in effect as written. City of Tamarjc Purchasing rand Contracts is ivision IN WITNESS WHEREOF, the parties hereby have made and executed this Amendment to Agreement on the respective dates under each signature, the City of Tamarac signing through its City Manager and its City Commission signing by and through its Mayor, and Chemical Lime, signing by and through its Florida District Manager, duly authorized to execute same. C TY OF TAMARAC Beth Flansbaum-Talabisco, Mayor Date ATTEST: Jeffrey L. M er, City Manager vr11a`� Marion Swenson CIVIC Date City Clerk /7 Approv as to form and legal sufficiency: Date j amu 18. Goren, City ' -Attorney Date �/I /L0--) ATTEST: Chemical Lime Co. of Alabama, Inc. Com n Name (Corp ate Secretary) S nature of Florida District Manager Elizabeth A. Hart John Thompson for Type/Print Name of Corporate Secy. Florida District Manager (CORPORATE SEAL) 2 08/02/2007 Date Cityof 7",•2fn ar;•ac r" umhasing and �;r ntcids Division �P CORPORATE ACKNOWLEDGEMENT STATE OF Florida SS CKeliLk VKG] =. • 5 Is 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 John Thompson, Florida District Manager of Chemical Lime Co. of Alabama, Inc., an Alabama 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 2 day of Aug. , 2007 dtED ftwweyaftw Signature of Notary Public State of FL at Large Elizabeth A. Hart Print, Type or Stamp Name of Notary Public ❑x Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or DID NOT take an oath. City at Tamarac and Contract; Division AGENCY DELIVERY ADDRESS ESTIMATEDANNUAL USAGE TYPE 1 — Pebble Lime Broward Countj Dist. 1 3701 N State Road 7 2,434 Broward County Dist. 2 1390 NE 51 St. 4,315 City of Coral Springs 3800 NW 85th Avenue, Coral Springs 2,200 Town of Davie 3500 NW 76th Avenue, Davie 766.5 Town of Davie 3790 SW 64th Avenue, Davie 465.4 City of Deerfield Beach 290 Goolsby Blvd. — West Plant, Deerfield Beach 3,500 Cit of Fort Lauderdale Fiveash Plant, 4321 NW 9t" Ave., Ft. Lauderdale 11,200 City of Fort Lauderdale Peele-Dixie Plant, 1500 S State Rd 7 Ft. Lauderdale 1,550 City of Hallandale 215 NW 6th Avenue, Hallandale 2,176 City of Lauderhill 2001 NW 49th Avenue, Lauderhill 1,825 City Of Margate 980 NW 66 Ave. Margate 2,600 City Of Miramar 2600 SW 66th Terrace, Miramar 1096 City of North Lauderdale 841 NW 7 1 " Avenue, North Lauderdale 650 City of North Miami 12098 NW 1 ltl' Ave, North Miami 1664 City of North Miami Beach 19150 NW 8t" Ave, Miami Gardens 3650 City Of Pembroke Pines 7960 Johnson Street, Pembroke Pines 4,000 City of Pom ano Beach 301 NE 12th Street, Pompano Beach 3,700 City of Sunrise 4350 S rin tree Drive, Sunrise 4,800 Citj of Sunrise 15400 Sludge Mill Road, Davie 600 City of Tamarac 7803 N W 61 st Street, Tamarac 2,100 Total Estimated Annual Tonnage 59,990.4 cf Tamarac Pu chasing and Cnntracts Divi; ion CONTRACT EXHIBIT A Agencies to Be Supplied Effective November 1, 2007 Material Total Delivered Price/ Freight/ Unit Price Per Agency Ton Ton Ton Broward Co. Dist. 1 $167.00 $9.91 $176.91 Broward Co. Dist. 2 $167.00 $9.91 $176.91 Coral Springs $167.00 $9.91 $176.91 Davie 76th Ave $167.00 $9.91 $176.91 Davie 64th Ave. $167.00 $9.91 $176.91 Deerfield Beach $167.00 $9.91 $176.91 Ft. Lauderdale (Five Ash) $167.00 $9.91 $176.91 Ft. Lauderdale (Peele-Dixie) $167.00 $9.91 $176.91 Hallandale Beach $167.00 $9.91 $176.91 Lauderhill $167.00 $9.91 $176.91 Margate $167.00 $9.91 $176.91 Miramar $167.00 $10.51 $177.51 North Lauderdale $167.00 $9.91 $176.91 North Miami $167.00 $10.51 $177.51 North Miami Beach $167.00 $10.51 $177.51 Pembroke Pines $167.00 $9.91 $176.91 Pompano Beach $167.00 $9.91 $176.91 Sunrise (Springtree) $167.00 $9.91 $176.91 Sunrise (Sludgemill) $167.00 $9.91 $176.91 City of Tamarac $167.00 $9.91 $176.91 Truck fuel surcharges are in accordance with the terms of the original contract. City of 7afY3aai c purrf7asi g and Conir<acts Divhsid n CONTRACT EXHIBIT A Agencies to Be Supplied Effective January 1, 2008 Material Total Delivered Price/ Freight/ Unit Price Per Agency Ton Ton Ton Broward Co. Dist. 1 $168.95 $9.91 $178.86 Broward Co. Dist. 2 $168.95 $9.91 $178.86 Coral Springs $168.95 $9.91 $178.86 Davie 76th Ave $168.95 $9.91 $178.86 Davie 64th Ave. $168.95 $9.91 $178.86 Deerfield Beach $168.95 $9.91 $178.86 Ft. Lauderdale (Five Ash) $168.95 $9.91 $178.86 Ft. Lauderdale (Peele-Dixie) $168.95 $9.91 $178,86 Hallandale Beach $168.95 $9.91 $178,86 Lauderhill $168.95 $9.91 $178.86 Margate $168.95 $9.91 $178.86 Miramar $168.95 $10.51 $179.46 North Lauderdale $168.95 $9.91 $178.86 North Miami $168,95 $10.51 $179.46 North Miami Beach $168,95 $10.51 $179.46 Pembroke Pines $168.95 $9.91 $178.86 Pompano Beach $168.95 $9.91 $178.86 Sunrise (Springtree) $168.95 $9.91 $178.86 Sunrise (Sludgemill) $168,95 $9.91 $178.86 City of Tamarac $168.95 $9.91 $178.86 Reflects Rail Freight increases of $1.65 per ton and Rail to Truck Transfer Charges of $0.30 per ton, which have been added to the "Material Price/Ton" column. of Tamarac f'tuchasinq and Contracts Division 4 CONTRACT EXHIBIT A Agencies to Be Supplied Effective March 1, 2008 Material Total Delivered Price/ Freight/ Unit Price Per Agency Ton Ton Ton Broward Co. Dist. 1 $168.95 $10.87 $179.82 Broward Co. Dist. 2 $168.95 $10.87 $179,82 Coral Springs $168.95 $10.87 $179.82 Davie 76th Ave $168.95 $10.87 $179.82 Davie 64th Ave. $168.95 $10.87 $179.82 Deerfield Beach $168.95 $10.87 $179.82 Ft. Lauderdale (Five Ash) $168.95 $10.87 $179.82 Ft. Lauderdale (Peele-Dixie) $168.95 $10.87 $179.82 Hallandale Beach $168.95 $10.87 $179.82 Lauderhill $168.95 $16.87 $179.82 Margate $168.95 $10.87 $179-82 Miramar $168.95 $11.52 $179.46 North Lauderdale $168,95 $10.87 $179.82 North Miami $168.95 $11.52 $179-46 North Miami Beach $168.95 $11.52 $179,46 Pembroke Pines $168,95 $10.87 $179.82 Pompano Beach $168.95 $10.87 $179.82 Sunrise (Springtree) $168.95 $10.87 $179.82 Sunrise (Sludgemill) $168.95 $10.87 $179.82 City of Tamarac $168.95 $10.87 $179,82 No additional fuel surcharges will be applied unless fuel exceeds $3.25 per gallon. Applicable fuel surcharges will be applied in accordance with the terms of the original contract. IJJ of Tamarac _ 1..R _ _ Purchasing and Contracts Division AGREEMENT AMENDMENT #1 1:14VA=1=1:a0:1=Ksikwas] &r_1J,r-&T-T0 AND 190 N�1I=1114=1111J�I=F.11&111107►1A1►103 The CITY OF TAMARAC (City) and Carmeuse Lime & Stone, Inc. (Carmeuse), a Delaware corporation, with principal offices located at 11 Stanwix Street, 11t" Floor Pittsburgh, PA 15222, agree to amend the original Agreement as follows: 1. Pursuant to the terms of Section 4. Time of Commencement and Substantial Completion, of the original Agreement dated October 25, 2006, the City and Carmeuse exercise the first renewal option for the term November 1, 2007 — October 31, 2008. 2. Pursuant to the price increase provisions of Section 5, Contract Sum, please amend Contract Exhibit A as shown in the revised Contract Exhibit A attached hereto, which reflects pricing to be effective November 1, 2007. 3. Amend Agreement Title, the Preamble and Section 12, Notice, of the original Agreement to reflect a corporate name change from "Carmeuse Lime Sales Corporation" to "Carmeuse Lime & Stone, Inc." This change is pursuant to notice received from Carmeuse. 4. All other provisions of the original agreement remain in effect as written. IN WITNESS WHEREOF, the parties hereby have made and executed this Amendment to Agreement on the respective dates under each signature, the City of Tamarac signing through its City Manager and its City Commission signing by and through its Mayor, and Carmeuse, signing by and through its Vice President of Sales, duly authorized to execute same. CITY OF TAMARAC P"�� /&,-� ofi) Beth Flansbaum-Talabisco, Meryor .7 Date ATTEST: Jeffre L. Mi er, City Manager Marion Swenson, CMC Date City Clerk Approve s to form and legal sufficiency: Date iL,9r, &I � a G' S. Goren, Cily Attorney Date of Tamarac (Corpor to Secretary) Kevin J. Whyte Type/Print Name of Corporate Secy F Purchasing and Contracts Division CARMI=USE LIME &_STONE INC. Company Name fl r S gnature of Vice President of Sales Bruce D. Routhieaux Vice President of Sales August 29th 2007 (CORPORATE SEAL) Date CORPORATE ACKNOWLEDGEMENT STATE OF ' :SS COUNTY OF ' . .. 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 Bruce D. Routhieaux, Vice President of Sales of Carmeuse Lime & Stone, Inc., a Delaware 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 ;. ?/ day ofc2� 20 NOTARIAL SEAL Karen L. Little, Notary Public Pittsburgh, Allegheny County My commission expires April 13, 2008 Va Signature of Notary Public State of r; at -kale Print, Type or Stamp Name of Notary Public Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or 0; DID NOT take an oath. City of Tamarac Purchasing and Contracts Division AGENCY DELIVERY ADDRESS ESTIMATED ANNUAL USAGE TYPE 1 — Pebble Lime City of Dania Beach 1201 Stirling Road, Dania Beach 630 Cit of Holl wood 3441 Hollywood Blvd., Hollywood 3,000 TYPE 2 -- Hi CAL Granular CitX of Hollywood 3 Wastewater, 1621 N 14th Ave, Ifoll wood 3,500 Total Estimated Annual Tonnage 7130 CONTRACT EXHIBIT A Agencies to Be Supplied Effective November 1, 2007 Material Price/ A, gene Ton Freight/ Ton City of Dania Beacb $100.00 $67.50 68.32 City of Hollywood — Pebble $100.00 $67.50 $68.32 City of Hollywood — Hi Cal $100.00 $67.59 $68.32 Total Delivered Unit Price Per Ton s67.50 $168.32 $167.50 168.32 $161.50 $168.32 Truck fuel surcharges are in accordance with the terms of the original contract. of Tamarac (U Purchasing and Contracts Division CONTRACT EXHIBIT A Agencies to Be Supplied Effective January 1, 2008 Material Total Delivered Price/ Freight/ Unit Price Per Agency Ton Ton Ton Broward Co. Dist. 1 $168.95 $9.91 $178.86 Broward Co. Dist. 2 $168.95 $9.91 $178.86 Coral Springs $168.95 $9.91 $178.86 Davie 76th Ave $168.95 $9.91 $178.86 Davie 64th Ave. $168.95 $9.91 $178.86 Deerfield Beach $168.95 $9.91 $178.86 Ft. Lauderdale (Five Ash) $168.95 $9.91 $178.86 Ft. Lauderdale (Peale -Dixie) $168.95 $9.91 $178.86 Hallandale Beach $168.95 $9.91 $178.86 Lauderhill $168.95 $9.91 $178.86 Margate $168.95 $9.91 $178.86 Miramar $168.95 $10.51 $179.46 North Lauderdale $168.95 $9.91 $178,86 North Miami $168.95 $10.51 $179.46 North Miami Beach $168.95 $10.51 $179.46 Pembroke Pines $168.95 $9.91 $178.86 Pompano Beach $168.95 $9.91 $178.86 Sunrise (Springtree) $168,95 $9.91 $178.86 Sunrise (Sludgemill) $168.95 $9.91 $178.86 City of Tamarac $168.95 $9.91 $178.86 Reflects Rail Freight increases of $1.65 per ton and Rail to Truck Transfer Charges of $0.30 per ton, which have been added to the "Material Price/Ton" column. City of Tamarac F Purchasing and Contracts Division CONTRACT EXHIBIT A Agencies to Be Supplied Effective March 1, 2008 Material Total Delivered Price/ Freight/ Unit Price Per Agency Ton Ton Ton Broward Co. Dist. 1 $168,95 $10.87 $179.82 Broward Co. Dist. 2 $168.95 $10.87 $179.82 Coral Springs $168.95 $10.87 $179.82 Davie 76th Ave $168.95 $10.87 $179,82 Davie 64th Ave. $168.95 $10.87 $179.82 Deerfield Beach $168.95 $10.87 $179.82 Ft. Lauderdale (Five Ash) $168.95 $10.87 $179.82 Ft. Lauderdale (Peele-Dixie) $168.95 $10.87 $179.82 Hallandale Beach $168.95 $10.87 $179.82 Lauderhill $168.95 $10.87 $179.82 Margate $168.95 $10.87 $179.82 Miramar $168.95 $11.52 $179.46 North Lauderdale $168.95 $10.87 $179.82 North Miami $168.95 $11.52 $179.46 North Miami Beach $168.95 $11.52 $179.46 Pembroke Pines $168.95 $10.87 $179.82 Pompano Beach $168.95 $10.87 $179,82 Sunrise (Springtree) $168.95 $10.87 $179.82 Sunrise (Sludgemill) $168.95 $10.87 $179.82 City of Tamarac $168.95 $10.87 $179.82 No additional fuel surcharges will be applied unless fuel exceeds $3.25 per gallon. Applicable fuel surcharges will be applied in accordance with the terms of the original contract. 5