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