Loading...
Ord. No. 11-09-2003 reso & backupORDINANCE NO. 11-09-2003 AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AMENDING ADOPTED ORDINANCE 54 -08 -1989, WHICH ORDINANCE AUTHORIZED THE CITY MANAGER TO PURCHASE A STREET SWEEPER, ONE FORD F- 250, ONE SIDE LOADER, ONE DUMP TRUCK AND FOUR (4) CROWN VICTORIA CARS FOR A TOTAL AMOUNT OF $541,911.00 AND ACCEPTING THE INTEREST RATE OF 4.25% FOR A FIVE -YEAR FINANCING TERM THROUGH FIRST NATIONAL BANK OF SOUTH MIAMI, WITH FIVE ANNUAL PAYMENTS IN THE AMOUNT OF $ 118,154.00 AND CHARGING THE PUBLIC WORKS ACCOUNT NUMBERS 001- 1720 -534 -4455, 001 - 1730 -541 -4455, STORM WATER DRAIN TRUST FUND ACCOUNT NUMBER 111 - 1730 -541 -4455 AND POLICE DEPARTMENT ACCOUNT NUMBER 001 - 1910 -521 -4450 VEHICLE -TRUCK LEASE PURCHASE ACCOUNT NAMES; DURING THE ADOPTION OF THE INITIAL ORDINANCE THE STREET SWEEPER WAS TO HAVE BEEN PURCHASED VIA PIGGY -BACK PROCUREMENT, BUT, WAS ACTUALLY THE SUBJECT OF A THREE BID QUOTE PROCESS, WITH THE MOST COMPETITIVE PRICE USED; PROVIDING FOR SEVERABILITY, ORDINANCES IN CONFLICT, AND AN EFFECTIVE DATE. WHEREAS, the 2008 -2009 Approved Budget reflects the allocation of funds for the purchase and financing of the proposed vehicles and trucks; and, WHEREAS, In accordance with competitive bidding procedures, banks were contacted with only three responding, Ford Motor Company, First National Bank of South Miami and Sun Trust Bank; and, WHEREAS, First National Bank of South Miami has provided the lowest rate and has agreed to finance the trucks and vehicles at 4.25 % interest rate for five years; and, WHEREAS, when Ordinance 54 -08 -1989 was adopted on December 2, 2008, the Ordinance was drafted to reflect that the vehicles purchase would be accomplished by "piggybacking" on current municipal and State of Florida Bids in accordance with purchasing procedures as outlined in the City Charter; and, WHEREAS, in subsequent review of the documents, staff confirmed that the purchase of the street sweeper was not via piggybacking, but rather, was procured through the use of at least three competitive quotes; and, WHEREAS, as the process for procurement was materially different than what was disclosed during the hearing before the City Commission, the City Manager, the City Attorney, and the City Finance Department deemed it appropriate to bring the item back to the City Commission to correct the material information and provide proper disclosure; and, WHEREAS, the purchases of vehicles, other than the street sweeper, has been accomplished, as the purchases complied with the terms and conditions of the procurement process of the City of South Miami; and, WHEREAS, to ensure compliance with the City's Procurement Processes, and as the procurement of the Street Sweeper was not in compliance with Ordinance 54 -08 -1989, the City is requesting to amend the Ordinance, authorizing the procurement to properly reflect the procurement process utilized for the purchase of a street sweeper; and, Additions shown by underlinin¢ and deletions shown by e8refstriking. Page 1 of 3 Ord, No, 11 -09 -2003 WHEREAS, the Mayor and City Commission desire to amend Ordinance 54 -08- 1989, to correctly reflect that procurement was not accomplished via a piggyback procurement process, but, rather through receiving at least three competitive quotes, documentation of which is attached to the purchase request. NOW, THEREFORE, BE IT ORDAINED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section 1. Ordinance 54 -08 -1989 is here amended, to accurately reflect the proper procurement process used by staff, and as there is no further material deviation in procurement, that the City Manager is once again authorized to purchase and execute a coitract rovided that there are no material changes to the details of the contract as described in this ordinance. The remaining vehicles identified in Ordinance 54 -08 -1989 were properly procured and the purchases have proceeded as directed. The remaining purchase outstanding for the street sweeper shall proceed now that the supporting procurement documents properly reflect the procurement process used, as required by the City's Procurement Procedures. Section 2. That the funding will be provided through the Public Works Department�torm Water Trust Fund and Police Department lease purchase account numbers as follows for the current fiscal year and will be included in future fiscal years budgets for the lease term of five years: 1 Street Sweeper $ 25,167.00 account # 111 -1730- 541 -4455 Account Balance $ 25,200. 1 Ford F -250 $ 5,819.00 account # 001 - 1730 -541 -4455 Account Balance $ 22,095. 1 Side Loader & Dump Truck $ 65,982.00 account # 001 - 1720 -534 -4455 Account Balance $240,152. 4 Crown Victoria's $ 21,186.00 account # 001- 1910 -521 -4450 Account Balance $146,552. Section 3. If any section, clause, sentence, or phrase of this ordinance is for any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the validity of the remaining portions of this ordinance. Section 4. All ordinances or parts of ordinances in conflict with the provisions of this ordinance are repealed. Section 5. This ordinance shall take effect immediately upon enactment. Additions shown by underlinine and deletions shown by evermss Page 2 of 3 Ord. no, 11 -09 -2003 PASSED AND ADOPTED this21siday of Ju QyA TTEST: Y CLE READ AND- AP-P -RO ED AS TO FORM: Luis R. F' edo, Of# e of City Attorney 2009. APPROVED: M ls` ReY R ading - 6/1 5 / 4 0 2 "a Reading - 7 / 21 / COMMISSION VOTE: Mayor Feliu: Vice Mayor Beasley: Commissioner Palmer: Commissioner Newman Commissioner Sellars: 5 -0 Yea Yea Yea Yea Yea Additions shown by underlining and deletions shown by os Page 3 of 3 CITY OF SOUTH MIAMI INTER- OFFICE MEMORANDUM To: The Honorable Mayor and City Commission From: Eve A. Boutsis, Office of City Attorney Date: June 12, 2009 Re: Amendment of Ordinance 54 -08 -1989 REQUEST: AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AMENDING ADOPTED ORDINANCE 54 -08- 1989, WHICH ORDINANCE AUTHORIZED THE CITY MANAGER TO PURCHASE A STREET SWEEPER, ONE FORD F -250, ONE SIDE LOADER, ONE DUMP TRUCK AND FOUR (4) CROWN VICTORIAS FOR A TOTAL AMOUNT OF $541,911.00 AND ACCEPTING THE INTEREST RATE OF 4.25% FOR A FIVE YEAR FINANCING TERM THROUGH FIRST NATIONAL BANK OF SOUTH MIAMI WITH FIVE ANNUAL PAYMENTS IN THE AMOUNTS OF $ 118,154.00 AND CHARGING TO PUBLIC WORKS ACCOUNT NUMBERS 001 - 1720 -534 -4455, 001- 1730 -541 -44552 STORM WATER DRAIN TRUST FUND ACCOUNT NUMBER 111 - 1730 -541 -4455 AND POLICE DEPARTMENT ACCOUNT NUMBER 001 - 1910 -521 -4450 VEHICLE -TRUCK LEASE PURCHASE ACCOUNT NAMES; DURING THE ADOPTION OF THE INITIAL ORDINANCE THE STREET SWEEPER WAS TO HAVE BEEN PURCHASED VIA PIGGY -BACK PROCUREMENT, BUT, WAS ACTUALLY THE SUBJECT OF A THREE -BID QUOTE PROCESS, PROVIDING FOR WITH THE MST COMPETITIVE SEVERABILITY.ORDINANCES IN CONPRICE CT, ANDDAN EFFECTIVE DATE. BACKGROUND AND ANALYSIS: On December 2, 2008, the City heard and adopted Ordinance 54 -08 -1989. This ordinance authorized the purchase of several vehicles for the police and public works departments, including: four police vehicles, an F -250 Truck, a Street Sweeper, and a Side Load/Dump Truck. The City obtained financing for the purchases and executed a loan document with First National Bank of South Miami. Page I of 2 After the ordinance was approved several discrepancies in the procurement was discovered by the Finance. Director and City Manager. The Ordinance, prepared by the then Procurement Manager, indicated that all the purchases were to be accomplished via a piggyback procurement, as authorized by the City's procurement policies. After an investigation, it was determined, that the procurement of the four police vehicles, although stated to be purchased by piggyback procurements, had no back up documentation and no verification of the piggyback price. Ultimately, the backup documentation was obtained, and the Piggyback of the City of Miami's competitive procurement process was complied with. In fact, the invoices from the vendor had to be modified to properly reflect the piggyback price quoted to the City of Miami. Thereafter, it came to the Finance Department's attention that the procurement for the Street_ Sweeper was not through a piggyback procurement, but, through a competitive three, bid/quote process, in compliance with the City's Procurement Policy. That backup had been provided to staff, however, the Ordinance approving the purchase did not accurately reflect the proper procurement for that item. Section 1, of the December 2, 2008 Ordinance 54 -08 -1989 authorized the purchases provided there were no material changes to the terms described in the ordinance. As the City Commission did not have the proper information relating to the procurement of the Street Sweeper, it was the recommendation of the City Attorney that the item not be purchased until the Ordinance was amended to properly reflect the procurement used, and to ensure complete transparency as to the nurchases made. The City obtained three quotes for the Street Sweeper, and a Cooperative Group (HGAC) quote. Many municipalities in Florida and across the nation are members of HGAC for example: Dade County Miami, Melbourne, and Pensacola. The City's Finance Department obtained a positive reference from the County as to its participation with the HGAC. The City's procurement Code does not specifically address procurement through a cooperative. As such, the City Attorney's office required that three quotes be obtained, to ensure that the cooperative price was competitive and the lowest justified price. By purchasing through the HGAC the City will save $1,000 from the next lowest bidder. There are no payments required to participate in the cooperative. The City Attorney's office has reviewed the cooperative agreement, and the participation is optional, no fees to participate in the cooperative. In the future, the city is not obligated to buy from the cooperative, unless it is convenient for the City, and of course, provided there are at least three competitive quotes, to justify the expenditure. FISCAL IMPACT: As the procurement procedures are now to be accurately reflected in the amended ordinance, and full disclosure has been provided, including all supporting documentation relating to the procurement, there is no negative fiscal impact. The expenditures previously authorized on December 2, 2008, may be completed, as identified in Ordinance 54 -08 -1989, with the disclosures and amendments provided in this ordinance. RBCOMMBNDATION: Approval. Page 2 of 2 Street Sweeper purchase QUOTES HGAC Contract Schwarze Industries, Inc Manufacturer) Container Systems & Equipment, Inc.(Schwacze Industries, Inc. Distributor) Carolina Environmental Systems, Inc.( Schwarze Industries, Inc. Distributor) $114$11.00 $115,414.00 $120,000.00 With Extended Warranly No Extended warrany. With Extended Warran CONTRACT PRICING WORKSHEET Non -Motor Vehicles B. Published Options (Itemize below and attach additional sheet(s) if necessary) Code This Form muR be prepared by Cowuctor, and providd to End Uw to attach to Purchase Order, with copy to H -GAC Cost The H-GACJce Asti be calculated and shown aso separate Hue ham. Description Cost B °y1 °g A en City of South Miami Contractor: Schwarze Industries, Inc. 41 Spare Tire and Wheel 607 Confect Person• Donald Benjamin Prepared By: Raymond Massey 36 Chassis Hour Meter 223 Phone: Dual Gutter Broom GEO Phone: 1- 800 - 879 -7933 ext 1140 Location City, State: Miami, Florida Contract No.: SW04-08 28 Dust Suppression System 697 Date: 12/62008 Product Code: BE01 Product neacri lion: Schwam A4000 Regenerative Air Street Sweeper A. Item Base Unit Price Per H -GAC Contract: Al 56,546 B. Published Options (Itemize below and attach additional sheet(s) if necessary) Code Description Cost Code Description Cost 1 Dual Gutter Brooms 0 41 Spare Tire and Wheel 607 2 Dual Gutter Broom Tilt 1210 36 Chassis Hour Meter 223 3 Dual Gutter Broom GEO 2090 45 Cab Mounted Strobe with Guard 523 28 Dust Suppression System 697 58 GMC 14,50(dChassis w/Duai Steering 44334 32 Front Spray But 607 39 AM/FM Radio 528 53 Traffic Guide Arrowstick 745 Standard 80.5 HP Auxiliary Engine STD 21 Hopper Shroud and Suppression - 2117 15 DC Backup Hydraulic System 908 29 In -Cab Water Level Light 201 E. Unit Cost of Item Before Fee & Non - Equipment Charges (A +B +C +D) 113,611 Quantity Ordered 1 i Subtotal E: 113,611 F H -GAC Fee Calculation (From Current Fee Tables) Subtotal F:1 11 G. Non - Equipment Charges (Trade -In, Extended Warranty, eta) Perkins Auxiliary Eugine Warranty 60 Months /50D0 Hours 395 GMC 5 Year/ 150,000 Mile Warranty 305 Subtotal G: 700 Subtotal From Additional Sheet(s): Subtotal B: 54,790 ote: u s e tioos o ho u rtte w t a contr ct r s :. nnfin„e nteroize below and attach additional sheens) if necessary) Code Description Cost Code Description Cost OIA Remote Grease Fittings, Fan 275 Subtotal From Additional Sbeet(s): Subtotal C: Check: Total cost of Unpublished Options (C)cenot exceed 25% of the total of the Base Unit Price plus Published Options(A +B). For this tousaction, the percentage 275 00/ D. Other Price Adjustments (E.G. Installation, Freight, Delivery, Etc) Freight from khntsvige, Alabama 2000 Subtotal D: E. Unit Cost of Item Before Fee & Non - Equipment Charges (A +B +C +D) 113,611 Quantity Ordered 1 i Subtotal E: 113,611 F H -GAC Fee Calculation (From Current Fee Tables) Subtotal F:1 11 G. Non - Equipment Charges (Trade -In, Extended Warranty, eta) Perkins Auxiliary Eugine Warranty 60 Months /50D0 Hours 395 GMC 5 Year/ 150,000 Mile Warranty 305 Subtotal G: 700 H Total Purchase Price (E +F +G): 114,311 Raymond Massey National Sales Manager Schwatze Industries, Inc 1055 Jordan Road Huntsville, Alabama 35811 Estimated Delivery Date: 30 to 45 Days CONTAINER SYSTEMS & EQUIPMENT, INC. ,'Jay j9 03 10:33a DEBRA BEAUbLu 33fib, r'13?6 p2 PRICE QUOTATION I his quote is For budget purposes orif r TO: Mr. Donald Benjamin. 5/1 6109 City of South Miami 4795 S -W. 75 Ave. Mimi, Florida 33155 �_ DISCR.IPTION t ItICE K mue (I) Schevarze A4000 Regenerative r4i�rStreet SWeepes � Ifl5,4I4.00 including the following: 2003 GHC W4 cab /chassis 14.500 GVWR Dual steering air conditioning A141FM radio 80.5 hp diesel turbo aux. engine standardvkite paint Aim-DC Hyd. system Options: Dual Gutter brooms dual gutter broom power tilt Lff & RH sides, gutter ,b aom e. trnsion override- LH & RN sides dust suppression system. Incl. front spray bar . arrow stiCl:., ttaf&guide Hopper sound suppression water level light spare tire & whcel remote grease fittings, fan hour meter, chassis strobe, cab moynled Wlgnard Total: gild,434.oD R. ©.B.: south Miami, Fl. pEIX FRS(: 90 days ARO T7UZMS: net 30 days TA) S: Any stare or local taxes, tiilc tag, or regjstratioa foes that may apply, are not included_• WA j:UNW Base vehicle — Standard warranties of chassis and siteeper engines shall apply, - Swee warranty -12 months/] ooD brs_ Re i Ro d Beaulieu e�.v7�Hl.v�2 Ir.s7em s +� �v /�b)nen ..ZA2 CAROLINA ENVIRONMENTAL SYSTEMS, INC. Carolina Environmental Systems, Inc. 2750 Highway 66 South, Kernersville, NC 27284 (336) 869 -9900 June 5, 2009 Lissette Rivera 6130 Sunset Drive South Miami, FL 33143 (355) 668 -2511 Re: Schwarze A4000 Quote Dear Lissette, Listed below is a proposal for a new 2009 Schwarze Model A4000 Twin Engine street sweeper mounted on a 2009 GMC W4500 chassis. Both the A4000 and chassis are equipped with standard features, plus the following options: Sweeper: Chassis: A4000 Twin Engine Unit 80hp Auxiliary Engine Dual Gutterbrooms Dual Gutterbroom Tilt, Dual Gutterbroom GEO Dust Suppression System In Cab Water Level Light Front Spray Bar Hopper Shroud and Suppression Traffic Guide, Arrowstick Strobe with guard mounted on cab DC Backup Hydraulic System Remote Grease Fittings, Fan 2009 GMC W4500 Chassis 14,500 GVWR AM/FM with CD Player Air Conditioning Spare Tire & Wheel Chassis Hour Meter Warranty: Perkins 60 Month or 5,000 hour engine warranty GMC 5year or 150,000 mile chassis warranty Freight: $2,500.00 List Price $117,500.00 Total: $120,000.00 Terms: COD Delivery: 30 -45 days MSO Delivered after Payment Does not include any local, state, or federal taxes Sincerely, Eddie Cooke Eddie Cooke Carolina Environmental Systems, Inc. Cell - 919- 442 -7150 N z O O V 4w J a0 aJcU V uz z° 1 � E— w d S -�A v m jLkA E c c i mo i `g 8° 2 � `a E'a3a Au �LL Z °i item { � E = _o a E Y E„ 1 10 o. An m ,o EEE9acE'a a NEB cH$�Ec xS bbYy '�E.°VUi.`o 2 n; .c a m .._c n c S on� m.nu oo ,yuu u C c- a- = �3 � r � �• wS S u n u C r- u £ vi z 45n%gEOa� da=uE�- - .. liar 6`.um- voe:ma au rcIEo mE € E�xxaxa' _ -E ££4#il¢S ma? v. `io aEOmua op4cc �E d }' -rvS cz_ „i zEw� W Of W H � Un W W Z U-) Lu Cl a O V N E o � E E d C_ O � FW 6.E r a u E 3 � N n0 p and c. E Eya�E d` 0 d 3 u D SIC w a 9 - a 3 � E O y G U F m Z a azam �s W O x3u J ry D N `E o E o ° d�gEa v '[ � oL V G p Y a .y E 1 � G E N E O J ry E an N S n u' 0 6 K W Of W H � Un W W Z U-) Lu Cl a O V N a a.o COEaE b ryry L O y H i ��cC a ov o a nEba a aEE „Ev Hac �r=d oE � -L Nq c a c - d� dE'm PnE�� °c Ec'J°'=oc Na od ryuL pA vip Dt¢6b a = v E y i V L o IIII ca`o S.J ._L.2 .c n� o aa"i 1°no a Q o � E E d C_ O � FW 6.E r a u E E v � N n0 p and c. E Eya�E d` 0 0 3 D SIC w a 9 - a a E O y G U F m m a azam �s W O x3u J ry D N `E o E o ° d�gEa v '[ � oL V G p Y a .y E 1 � G E N E O J ry E a � 3 E C u o E C s L'pL C¢Cd41 N O C w O m E E E a° yl �! V O � C ✓ N N a a.o COEaE b ryry L O y H i ��cC a ov o a nEba a aEE „Ev Hac �r=d oE � -L Nq c a c - d� dE'm PnE�� °c Ec'J°'=oc Na od ryuL pA vip Dt¢6b a = v E y i V L o IIII ca`o S.J ._L.2 .c n� o aa"i 1°no a V E d _ � E y V E a _ - gg and c. Eya�E d` v S2a It _.p& qE SIC a d - Z U I azam W O E _ n v '[ E E � aT a uV1L C L'pL yl �! az L. ry hj c°ao F9cL T�Q NGIiu 1 -LSN6n a a.o COEaE b ryry L O y H i ��cC a ov o a nEba a aEE „Ev Hac �r=d oE � -L Nq c a c - d� dE'm PnE�� °c Ec'J°'=oc Na od ryuL pA vip Dt¢6b a = v E y i V L o IIII ca`o S.J ._L.2 .c n� o aa"i 1°no a I C E VVL�ovC V E d _ E y V E a Nam¢` - gg and c. Eya�E d` v S2a It _.p& qE SIC a d - I azam W E n v '[ � aT a uV1L C L'pL yl �! az L. ry hj c°ao F9cL T�Q NGIiu 1 -LSN6n I C E VVL�ovC z 0 U N J V E d _ E y V E a Nam¢` gg and c. Eya�E d` v S2a It _.p& qE SIC a d I azam W E n v '[ z 0 U N J V E d _ E E a Nam¢` Eya�E d` v z 0 U N J V d _ Nam¢` s'�ot`EgLLaSN a d azam W z 0 U N J d _ s'�ot`EgLLaSN z 0 U N J HGAC COOPERATIVE PURCHASING THIS INTERLOCAL CONTRACT ("Contract"), made and entered into pursuant to the Texas Interlocal Cooperation Act, Chapter 791, Texas Government Code (the "Act"), by and between the Houston - Galveston Area Council, hereinafter referred to as "H -GAC," having its principal place of business at 3555 Timmons Lane, Suite 120, Houston, Texas 77027, and * City of South Miami , a local government, a state agency, or a non - profit corporation created and operated to provide one or more governmental functions and services, hereinafter referred to as "End User," having its principal place of business at* 6130S Dr ve South Miami FL 33143 WITNESSETH WHEREAS, H -GAC is a regional planning commission and political subdivision of the State of Texas operating under Chapter 391, Texas Local Government Code; and WHEREAS, pursuant to the Act, H -GAC is authorized to contract with eligible entities.to perform governmental functions and services, including the purchase of goods and services; and WHEREAS, in reliance on such authority, H -GAC has instituted a cooperative purchasing program under which it contracts with eligible entities under the Act; and WHEREAS, End User has represented that it is an eligible entity under the Act, that its governing body has authorized this Contract on December 2 2008 (Date), and that it desires to contract with H -GAC on the terms set forth below; NOW, THEREFORE, H -GAC and the End User do hereby agree as follows: ARTICLE 1: LEGAL AUTHORITY The End User represents and warrants to H -GAC that (1) it is eligible to contract with H -GAC under the Act because it is one of the following: a local government, as defined in the Act (a county, a municipality, a special district, or other political subdivision of the State of Texas or any other state, or a combination of two or more of those entities, a state agency (an agency of the State of Texas as defined in Section 771.002 of the Texas Government Code, or a similar agency of another state), or a non - profit corporation created and operated to provide one or more governmental functions and services, and (2) it possesses adequate legal authority to enter into this Contract. ARTICLE 2: APPLICABLE LAWS H -GAC and the End User agree to conduct all activities under this Contract in accordance with all applicable rules, regulations, and ordinances and laws in effect or promulgated during the term of this Contract. ARTICLE 3: WHOLE AGREEMENT This Contract and any attachments, as provided herein, constitute the complete contract between the parties hereto, and supersede any and all oral and written agreements between the parties relating to matters herein. ARTICLE 4: PERFORMANCE PERIOD The period of this Contract shall be for the balance of the fiscal year of the End User, which began * October 1 2008 and ends * September 30 2009 . This Contract shall thereafter automatically be renewed annually for each succeeding fiscal year, provided that such renewal shall not have the effect of extending the period in which the End User may make any payment due an H- GAC contractor beyond the fiscal year in which such obligation was incurred under this Contract. ARTICLE 5: SCOPE OF SERVICES The End User appoints H -GAC its true and lawful purchasing agent for the purchase of certain products and services through the H- GAC Cooperative Purchasing Program. End User will access the Program through HGACBuy coin and by submission of any duly executed purchase order, in the form prescribed by H -GAC to a contractor having a valid contract with H -GAC. All purchases hereunder shall be in accordance with specifications and contract terms and pricing established by H -GAC. Ownership (title) to products purchased through H -GAC shall transfer directly from the contractor to the End User. (over) ARTICLE 6: PAYMENTS H -GAC will confirm each order and issue notice to contractor to proceed. Upon delivery of goods or services purchased, and presentation of a properly documented invoice, the End User shall prompily, and in any case within thirty (30) days, pay H -GAC's contractor the full amount of the invoice. All payments for goods or services will be made from current revenues available to the paying party. In no event shall H -GAC have any financial liability to the End User for any goods or services End User procures from an H- GAC contractor. ARTICLE 7: CHANGES AND AMENDMENTS This Contract may be amended only by a written amendment executed by both parties, except that any alternations, additions, or deletions to the terms of this Contract which are required by changes in Federal and State law or regulations are automatically incorporated into this Contract without written amendment hereto and shall become effective on the date designated by such law or regulation. H -GAC reserves the right to make changes in the scope of products and services offered through the H -GAC Cooperative Purchasing Program to be performed hereunder. ARTICLE 8: TERMINATION PROCEDURES H -GAC or the End User may cancel this Contract at any time upon thirty (3 0) days written notice by certified mail to the other parry to this Contract. The obligations of the End User, including its obligation to pay H -CAC's contractor for all costs incurred under this Contract prior to such notice shall survive such cancellation, as well as any other obligation incurred under this Contract, until performed or discharged by the End User. ARTICLE-9: SEVERABILITX All parties agree that should any provision of this Contract be determined to be invalid or unenforceable, such determination shall not affect any other term of this Contract, which shall continue in full force and effect. ARTICLE 10: FORCE MAJEURE To the extent that either party to this Contract shall be wholly or partially prevented from the performance within the term specified of any obligation or duty placed on such party by reason of or through strikes, stoppage of labor, riot, fire, flood, acts of war, insurrection, accident, order of any court, act of God, or specific cause reasonably beyond the parry's control and not attributable to its neglect or nonfeasance, in such event, the time for the performance of such obligation or duty shall be suspended until such disability to perform is removed; provided, however, force majeure shall not excuse an obligation solely to pay funds. Determination of force majeure shall rest solely with H -GAC. ARTICLE 11: VENUE Disputes between procuring party and vendor are to be resolved in accord with the law and venue rules of the State of purchase. THIS INSTRUMENT HAS BEEN EXECUTED IN TWO ORIGINALS BY THE PARTIES HERETO AS FOLLOWS: Houston- Galveston Area Council City of South Miami 3555 Timmons Lane, Suite 120, Houston, TX 77027 Name of End User (local government, agency, or nonprofit corporation) By: - Executive Director 6130 Sunset Drive Date: Mailing Address South Miami, FL 33143 Attest: City state ZIP Code Manager Signature of chief elected or appointed official Ajibola Balogun- City Manager Typed Name & Title of Signatory Date Date: *Denotes required fields rev. 7/07 *Request for Information To expedite service, please complete the following blanks relevant to your agency's administrative /elective personnel and return the completed form to H -GAC Cooperative Purchasing Program, P.O. Sox 22777, Houston, TX 77227 -2777. Name of End User Agency: Mailing Address: 6130 Sunset llrtve Nou (StreetAddressIRO. Box) Main Telephone Number: (_305 ) 668 - 2511 Physical (Street from Web Site Address: cityofsouthmiami net my Name: Miami -Dade / etc.) FAX Number: 305 667 - 7806 (City) Code) (ZIP Code) Authorized Official: Aiibola Balogun Title: City Manager (City manager / Executive Director / etc) Ph No.: (305) 668 - 2510 Mailing Address: 6130 Sunset Drive Fx No.: (305) 668 - 6345 (Street Address /P. O. Box) E -Mail Address: abalogun (a)cityofsouthhmiami.net South Miami FL 33143 (City) (State) (ZIP Code) Official Contact: Lissette Rivera (Purchasing Agent /Auditor etc.) Mailing Address: 6130 Sunset Drive (Street Address /P. O. Box) South Miami FL 33143 (City) (Stat (ZIP Code) Official Contact: Jose Olivo (Public Works Director /Police Chief etc.) Mailing Address: 6130 Sunset Drive (Street Address /P.O. Box) South Miami FL 33143 (City) (State) (ZIP Code) Official Contact: (EMS Director /Fire Chief etc.) Mailing Address: 6130 Sunset Drive (Street<4ddress/P.0. Box) South Miami FL 33143 (City) (State) (ZIP Code) Title: Purchasing Manager Ph No.: (305) 668 - 2511 Fx No.: (305) 667 - 7806 Email Address: lrivera(iD cityofsouthmiami.net Title: Public Works Director Ph No.: (305) 663 - 6350 Fx No.: (305) 667 - 7208 Email Address: iolivo citvofsouthmiami.net Title: Ph No.: Fx No.: () Email Address: • , , LyWA-M ORDINANCE NO. 54-08-1989 AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO PURCHASE A STREET SWEEPER, ONE FORD F -2502 ONE SIDE LOADER; ONE DUMP TRUCK AND FOUR (4) CROWN VICTORIAS FOR A TOTAL AMOUNT OF $541,911.00 AND ACCEPTING THE INTEREST RATE OF 4.25% FOR A FIVE YEAR FINANCING TERM THROUGH FIRST NATIONAL BANK OF SOUTH MIAMI WITH FIVE ANNUAL PAYMENTS IN THE AMOUNTS OF $ 1187154.00 AND CHARGING TO PUBLIC WORKS ACCOUNT NUMBERS 001 - 1720 - 534 -4455, 001- 1730 -541 -4455, STORM WATER DRAIN TRUST FUND ACCOUNT NUMBER 111- 1730 - 541 -4455 AND POLICE DEPARTMENT ACCOUNT NUMBER 001 - 1910 -521 -4450 VEHICLE -TRUCK LEASE PURCHASE ACCOUNT NAMES; PROVIDING FOR SEVERABILITY, ORDINANCES IN CONFLICT, AND AN EFFECTIVE DATE. WHEREAS, the 2008 -2009 Approved Budget reflects the allocation funds for the purchase and financing of the proposed vehicles and trucks; and WHEREAS, In accordance with competitive bidding procedures banks where contacted with only three responding, Ford Motor Company, First National Bank of South Miami and Sun Trust Bank; and WHEREAS, First National Bank of South Miami has provided the lowest rate and has agreed to finance the trucks and vehicles at 4.25 % interest rate for five years; and WHEREAS, the purchase of these vehicles will be accomplished by "piggybacking" on current municipal and State of Florida Bids in accordance with purchasing procedures as outlined in the City Charter; and NOW, THEREFORE, BE IT ORDAINED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section 1. That the City Manager is authorized to purchase and execute a contract provided that there are no material changes to the terms of the contract as described in this ordinance: Section 2. That the funding will be provided through the Public Works Department, Storm Water Trust Fund and Police Department lease purchase account numbers as follows for the current fiscal year and will be included in future fiscal years budgets for the lease term of five years: 1 Street Sweeper $ 25,167.00 account # 111- 1730 -541 -4455 Account Balance $ 25,200. 1 Ford F -250 $ 5,819.00 account # 001 - 1730 -541 -4455 Account Balance $ 22,095. 1 Side Loader & Dump Truck $ 65,982.00 account # 001 - 1720 -534 -4455 Account Balance $240,152. 4 Crown Victoria's $ 21,186.00 account # 001- 1910 -521 -4450 Account Balance $146,552. Section 3. This resolution shall take effect immediately upon execution. PASSED AND ADOPTED this 2nd day of December 2008. A('TT)hEy,S�TT:� LiT CLERK 1st Reading: 11/18/08 2nd Reading: 12/2/08 READ AND APPROVED AS TO FORM: Commission Votk) 4 -0 Mayor Feliu Yea Vice Mayor: Beasley Yea Commissioner Beckman Yea Commissioner Palmer Yea South Miar li CITY OF SOUTH MIAMI III 9 MV INTER- OFFICE MEMORANDUM I a i a 2002 To: Honorable Mayor Feliu, and Members of the City Commission Via: W. Ajibola Balogun, City Manager 1 °y From- Kathy Vazquez, Purchasing Mana Date: November 18, 2008 Agenda Item No. Subject: Authorizing the City Manager to purchase and sign a five year financing agreement for the purchase of four city trucks and four police vehicles. ORDINANCE: AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLOWDA, AUTHORIZING THE CITY MANAGER TO PURCHASE A STREET SWEEPER, ONE FORD F -250, ONE SIDE LOADER, ONE DUMP TRUCK AND FOUR (4) CROWN VICTORIAS FOR A TOTAL AMOUNT OF $541,911.00 AND ACCEPTING THE INTEREST RATE OF 4.25% FOR A FIVE YEAR FINANCING TERM THROUGH FIRST NATIONAL BANK OF SOUTH MIAMI WITH FIVE ANNUAL PAYMENTS IN THE AMOUNTS OF $ 118,154.00 AND CHARGING TO PUBLIC WORKS ACCOUNT NUMBERS 001- 1720 -534 -4455, 001- 1730 -541 -44557 STORM WATER DRAIN TRUST FUND ACCOUNT NUMBER 111- 1730 - 541 -4455 AND POLICE DEPARTMENT ACCOUNT NUMBER 001 -1910- 521 -4450 VEHICLE -TRUCK LEASE PURCHASE ACCOUNT NAMES, PROVIDING FOR SEVERABILTTY, ORDINANCES IN CONFLICT, AND AN EFFECTIVE DATE. Request: Authorizing the City Manager to purchase and sign a (5) five year financing agreement for the purchase of four city trucks and four Police vehicles. Reason/Need: The City of South Miami Police Department will be replacing four of their oldest vehicles in their fleet with four 2009 Crown Victoria interceptors. Maintaining a current rotation of police vehicle is recommended due to officer safety concerns during unexpected vehicle pursuits. Public Works will replace some trucks according to the CIP program. Both departments expenditures are reflected in fiscal year 08/09 adopted budget. Cost: $118,154.00 (First annual payment of 5 annual payments) Funding Source: Public Works Department, Storm Water Drain Trust and Police Department Account numbers. Account Number Annual Amount Current Aect Bal. Veh/Truck 111- 1730 - 541 -4455 $ 25,167.00 $ 25,200.00 Sweeper 001- 1730 -541 -4455 $ 5,819.00 $ 22,095.00 F -250 001- 1720 -534 -4455 $ 65,98200 $240,15200 Side Load & Dump Truck 001 - 1910 -521 -4455 $ 21 186.00 $146,552.00 4 -Crown Vic $ 118,154.00 Backup Documentation: 0 Proposed Ordinance Financing Bank quotes Vehicle Information Page I of I Vazquez, Kaft Prom: Vazquez, Kathy Sent: Tuesday, October 28, 2008 4:32 PM To: Menendez, Matilde Subject: FW: 5 year equipment/vehicle financing $538,493 From: 3ody Perlmutter [mailto:7Perlmutter @fnbsm.com] Sent: Tuesday, October 28, 2008 2:38 PM To: Vazquez, Kathy Subject* 5 year equipment/vehicle financing $538,493 Kathy, we just had our loan meeting and I can offer you a rate of 4.25% fixed. I will have to work out the annual payments which will include any costs. Thank You! ,lord2h (Jody) Perlmutter senior Vice President First National Bank of south Miami Commercial Lending 5,750 Sunset Drsve South Miami, Fl. 33243 Phone: 305.662.5402 Fax: 305.662.5404 Superior Service since 1952+. - ------ - - - - - - — - - - - -- ---- -- --- - - - - - - -- - --- -- This email message and any attachments are intended only for the addressee(s) and contains information that may be confidential and/or copyrighted. if you are not the intended recipient please notify the sender by reply email and immediately delete this email and its attachments. Use, disclosure or reproduction of this email or its attachments by anyone other than the intended recipients) is strictly prohibited. No representation is made that this email or any attachments are free of virus. Virus scanning is recommended and is the responsibility of the recipient- 11/13/2008 Page 1 of I Vazquez, Kathy From: Vazquez, Kathy Sent: Tuesday, October 28, 2008 1:42 PM To: Menendez, Matilda Subject: FW: SunTrust — Truck Financing: Indicative Rates I will contact the league again this week in hopes to get this resolved by Friday From: 3oseph.Delleperche [mailto:Delleperche .Joseph @SunTrust.com] Sent: Tuesday, October 28, 2008 1:32 PM To: Vazquez, Kathy Subject: SunTrust -- Truck Financing: Indicative Rates Cathy, Following is our indicative rate on $538,493 truck financing for 5 -year. 4.34P/o: 5 years — payments to be made semi - annual in arrears. Thanks Delle Joseph Vice President, Institutional & Government Banking SunTrust Banks, Inc. Mail Code FL- MIA -1042 777 Brickell Avenue, Suite 400 Miami, FL 33131 Tel: 305- 579 -7014 Fax. 305 - 579 -7133 Seeing beyond money (sm) LEGAL DISCLAIMER The information transmitted is intended solely for the individual or entity to which it is addressed and may contain confidential and/or privileged material. Any review, retransmission, dissemination or other use of or taking action in reliance upon this information by persons or entities other than the intended recipient is prohibited. If you have received this email in error please contact the sender and delete the material from any computer. SunTrust and Seeing beyond money are federally registered service marks of SunTrust Banks, Inc. [ST:XCL] l l/l3/2008 o - Ford Motor Credit Company Mabel Machin Palmetto Truck Sales Inc 7245 NW 36th St Miami, FL 33166 The American Road P.O. Box 1739 Dearborn, Michigan 48121-1739 November 6, 2008 Re: Ford Municipal Finance Program - Quotation for City of South Miami, FL - Bid #59362 Please review the following information. Rates and payment factors are applicable for total amounts funded from $300,000 : $1 Mil. The quote is good until 0212812009. Vehicle delivery must take place and all requited documentation and payments must be received by Ford Credit by the good thru date_ After 0212812009, rates and payments are subject to change. This finance proposal applies to: Description Price Quantit 1 2009 AutDGar Chasses w /Heil 28 Refuse Body $228,991.00 4 2009 Ford Crown Victorias $970188.00 1 2008 Schwartz A400 Street Sweeper $1154414.00 1 2008 Ford F250 4x4 $26,695.00 1 2oo9 international Dump $73,623.00 Total Amount Number of Payment Payment Funded Payments Payment Timing A.P.R. Factor Amount $5413911.00 5 Annual in Advance 6.00% 0.223959 $121,365.85 The Ford Municipal lease- purchase finance plan requires no security penalty, or hidden fees. The program is non - recourse to the dealer, municipal customer. At inception, the new equipment titielregistration it designates Ford Motor Credit Company, P.O. Box 1739, Dearborn, MI municipality buys the equipment for $1. The municipality, as Owner Concessions or other discounts, to reduce product cost. deposit, has no prepayment penalty, no mileage the same as a cash sale from the dealer to the idicates the municipality as Registered Owner, and 48121 -1739, as First Lienholder. At term end the of record, is eligible for Ford Governmental Price Please note: Ford C'redit'sfinancing is subject to: Z) Review and approval of the Municipality's most recent audited fzzzancial stafemen4 if requested 2) Mutually acceptable docwnentatian. sample forms and documentation are available upon request. if you need additional information, please contact me at 1 -800 -241 -4199, and press 1. Thank you for your interest in Ford municipal financing. Sincerely, �,0' �7. &eaCa4w Ann F. Creviston Marketing Coordinator S a u N m q TNN.in w h manNM P _ V o W b P t m .y o n u v4 n n � rt i .Ni rNi .1 U H m �i H 6 K.Ni ai t w � � 4 O a w u m a • a n � N m o N 1 yNj N .1 .1 .� N N M N ; m m a m 0.0 u '�O m a o N O C NN IH I S N d L U \`���11 N r�11 rrtt PRICE QUOTA TION This quote is for budget purposes only gay•_ Mr, Donald Benjamin. 5116108 City of South Miami 4795 S.W. 75 Ave_ Miami, Florida 33155 Off_ DES C1 "'I'T"T BCE_ 0-se: Scfm'evatrse A4000 Regenerate e Air Street S� Sweeper S P1S,4 &4.00 s including the followina: 2003 GNIC W4 Cab /chassis 14,500 GVWR Dual steering air conditioning AMIFM radio 80.5 hp diesel turbo aux, engine standard white paint Aux. DC 1-yd. system ®ptaoets_ Dual Gutter brooms dual gutter broom power tilt L14 & RH sides guider broom extension override. LH & RN sides dust suppression system incl. front spray bar arrow stiel,'uaffie guide Hopper sound suppression water level light spare tire & wheel remote grease fittings, fan houi meter, chassis strobe, cab mounted VTiguard To €al: S1fl5.4&4.00 south Miami, Fl. DELWE Y: 90 days ARO TERMS0. net 30 days T ES: Any stare or local taxes, title, tag, or rag stmt on fees that may apply, are not -X included-- WApT ANT . Base vehicle— Standard warranties of chassis and sweeper eng nes shall apply. Sweeper warranty -12 month's /l 000 hrs_ rand y, eaufieu 19 03 10:36a DEBRA BEAUL!EU 3666771326 p2 PRICE QUOTA TION This quote is for budget purposes only gay•_ Mr, Donald Benjamin. 5116108 City of South Miami 4795 S.W. 75 Ave_ Miami, Florida 33155 Off_ DES C1 "'I'T"T BCE_ 0-se: Scfm'evatrse A4000 Regenerate e Air Street S� Sweeper S P1S,4 &4.00 s including the followina: 2003 GNIC W4 Cab /chassis 14,500 GVWR Dual steering air conditioning AMIFM radio 80.5 hp diesel turbo aux, engine standard white paint Aux. DC 1-yd. system ®ptaoets_ Dual Gutter brooms dual gutter broom power tilt L14 & RH sides guider broom extension override. LH & RN sides dust suppression system incl. front spray bar arrow stiel,'uaffie guide Hopper sound suppression water level light spare tire & wheel remote grease fittings, fan houi meter, chassis strobe, cab mounted VTiguard To €al: S1fl5.4&4.00 south Miami, Fl. DELWE Y: 90 days ARO TERMS0. net 30 days T ES: Any stare or local taxes, title, tag, or rag stmt on fees that may apply, are not -X included-- WApT ANT . Base vehicle— Standard warranties of chassis and sweeper eng nes shall apply. Sweeper warranty -12 month's /l 000 hrs_ rand y, eaufieu CNGrssu Ih_') JU . 2008 4:47Ahn IPH,CLE oRDER CONFIRMATION , 2009 F- SERIES SD -der No: 1010 Priority: 141 Ord FIN: OM510. Order Type: vrd PEP: 600A Cust /Flt Name: SOUTH MIAMI PO Number: RETAIL DLR INV C20 F2_50 4X2 SD,R /C JOB #1 BUILD Zl OXFORD WHITE CC 9400f GVWR PKG_ V i7INYL B NC1 425 50 STATE EMISS S� MEDIUM M STONE SPARE TIRE /WHI3 OA PREF EQUIP PKG JACK XI TRIM 67H HD SUSPENSION 531 TRAILER TOW PKG 949 hYDRO BOOST BRK SSD DRIVER AIRBAG B4A NET INV FLT OP 55P PASSNGER AIRBAG 572 AIR CONDITIONER 587 AM /FM STER /CLK 9 RD 6.4L V8 DIES 4 4V 8-SPEED AUTO ' TBI{ LT245 MW AS 17 X35.,: 3 55 REG AXLE ,_'=Help F2= Return to Order Submit F5 =Add to Library 099 - PIZ33 b'4 TO SUBNEET ND. 135E P. 2 05/21/00 12 :23:06 Dealer: F24070 Page: 1 of I 5B Price Level; 900 RETAIL f DLR INV' d� F3 /P12 =Veh Ord Menu QC049311 * Ud bun) [ern59 @FLEET077 Ma. 77 onno tn.nn_no May. 22. 2008 10:40AJh J05E93 - ^s7 u i wi _c+vv (5v. uv Ktlmphetefe Truc(a �ctutj31flan4 ^ @oUfh ©as4 X368 P�.iN. 73rt Street �taml; p!. 59149 Phone:.sd9-8 &i =680 ray a05- 593 -8267 Dm43tner 1240 WEST. T 9 TH MEET HIALEAH FL t.35012 Nio. 1359 PA 1 E 011po u1 j(DTATION QUOie Ip: 570756 PaEA 1 of OUOf0 MUf nkede: 678755 (duote I)ate: 8/222006 Quoto valid untlf: 61211200® 0ontaot: JUAN FERNAND €Z Salespel =on: ALE)(BANCHEZ Phor9 ®: p)5) 6D9 -3326 =Mwv 14 'An RN e20 -2592 A=pled P.O. nvinlyoull ___... e X dbor and installation isiududod6n ; proidlt arrsnlomonta are made at d"o time ofordsr. .a Te=4 An Dve Upon Reoolpl un1w P e Man Hole ifehnssis is fbmishrd, itis as a Mavootenoe and farms era TdctDue an Receipt of Chant; Nbtes: i:: w § �: Rudy, On the leiiL side of the packet you will find the specs and pricing for the unit you requested-In March. On the right yOu will find modifications to your spec ficatoons and pricing. The spaci scat ons t+ha.t I changed or ad fed are in RBI D prim. 1. would life to stop by tommo'row morning so we carp go over the specs and any ques tons that you might have. Please let me know if that is convenient for you. beards, Doug i 7245 rev 36 Sti-cet N6..iaDii, lorida 33166 Moll 305 °597 -3673 Florida Sheriff co Association, Price Breakdown Date: October 27,2008 Purchaser: Cif' of South Miaml Phone: Address: Alta : tudy De La Torre Gity: City of South Mlanu Price 119404 hlode.l: WX64 Single RH Steer L;Ur ln51SL395FWt� 1PQ11154FT -iBS Front Mounted PTO Ada ter for 5 icer 135 Secondary: rewrote rriounftd spin on fbiter 16" Two Stage Air Cieaner Deloo Rem 12 V 130 A n 2231 Aiiernator 'v Johnson Control 31 ECL 12 v 2WID CCA Detea Remy Starter 1Zlr 39 WIT VVIUGP Ali[sor 4500 Series 6•Speed Drive;han S icer 1760 kUD Half Round 46,0001-6 Arvin Mentor Rear Axle 5,63 Rear Axle Ratio an Inc. on I-C[rFlX -4E0 Sus Wheelbase 215" Frame Ovarhan BS" Double Frame Sack U D Alarm _ Bodybudlderjunctron Box @ BOG 2 Speed Fan Arvin Mail Fron '16.6x7" and 18- 6X6.62" Rear QP Retvse Wake 14FGM Type! 34138 chambers Cenral MWnold Air reseuolr Rrain System W1 Petcocks Emer ena start - umperstuds S{rr#tofF$udi hattac,l eiito 69r r":' LiPub Nitrrors less Steel and MO heated A/C tr mVol#mee/Ameter Visivility Wr1I AMEFM Radio riM cassette Price. Heil DP7000 28 CYD Auto ad Side Loader Palmetto Ford Truck Sales 7245 NW 36th St 1=4 FL 331.01 DO:::.. k z °c ued for : ' kU L E LA TO NV0dne&day, October 29, 2009 7:57,51 £'iM L8T pn-p c4-d B}r TICTUG V LESFAS ;I't ,AI.li'f1'GASd:` UCK-5 S 00.1619 1'fCyl>ELS a) 600013 Ciai SI1ELL �. 600T'g C)l CUSTONW9 RTYPE SOL UTIC31rd O CG1003 .kpVLTChTI0N O C(12{U04 9013Y T'O`PE O CD300I 'rFRR]TORY (,} C061M 1SO?YSITE"G F.1 C1,7502P* BODY C,APACITS' 0 D010200 FRONT GA" CJ UfJ20460 RI.A]? Gxk%iR2 0, D��71�(yyt''O(("G++W G�F'"4VR�-yr�(r�Q�p�� T7!✓AIJCLE CE."-f<A.l flYillOIN f; 114010 CO UNTRYGI+USS ENGINE S 101021 ENG7A` Y SSY S = 46001! l P'UCL TYFF S 47ZAOtIm CE Tilym-kno -N LrwU1 s P'repamd For RUDY DE LA T` R1 = Ct1"Y ()L' sour€i T141AN9 WXV4 F6 X& CAP.. SINGLE RE I)Tin*e &JUMCMAL REFUSE - LANDFILL AUTOMA T GD 81 UE LOAF)FR EAST COAST I iIL I)Mk PACK 7000 ?,g YARrI 20006 LBS 46000 LBS 6600U LBS L`NTiED smkTES STD MARKS r ADA17NTION LSL V, .gTIP(: 210011150 FT -LBS, Cub mINS UL7RA•LONV fULPHi7)t DIESEL FLIBI, REQUIRED 4?STAtr.N0 LAML RrQuIRF0 ElNGTNt Et QI.IIF .iDP.PTT<=RR FORSPTCt"R. RS.G O 122002 PT'o- ENTCEt'T� FRONT AJ),&J ER FC`R s S 128071 ENG1L.'�' Co%CC'ROL gpE.CIfICAT10N5 1 {�D c€7h9riT1h'S DiES'T[ CY 1290001 GMGLNG E!>RG'FRfiDTaiCS I Ajp tjAL REGLN N6T1A'CE S4i�ITCI� S' p7E20p01 ENONE T DOWN FNGINFIME SIT DOWN ENAIiED (S ivMgU E5 ) P010059 T VEMM9COVERENEDSPUD 3rEEA1Lc NVE 5?NFx Csrn9ted by PT ?P LEb'I1 g P030001 CStUTSC co N- ROLPAIT�4,h1ETFR CRUiSF CONTROL ENABt FD ];St434 ENGINE; PIX07~CT .AUDFBLEIVISUAL ALA]WG'LOFi lff. SYS'k'FhitR'tRNENO'S LWl. FLLLTCTuARD F51t103 FN.° S 438'1100 "s 4OONT?JRUEUCEL&SSIS STirARATOF: i;VFRQRL'&s #GASH LIGHT S 1i00'?6 rMTER- FUEL,$IdGM, gaUNYEL) CJUL4k'I>NS ''PlY` -0N EILTEIC __. Pace 2 bf I i rr tx Uveal . 200804D72009 t> +cdnesdsY. C)ct lser ?9, 20{18 7:57 1 I'repaicd 35Y DOUG Y'CA -ESTAS Q> jot6 Td : W-XM.64 ,151':✓ Pzenared FoT RUDY TIE L.A. TORitE €::(TY OF SOulli I' •47AB4I S 17 EOTL gDL EN(;I1 STAND ARD F.NGWE OIL 0 , FP.N CLU 1 CRi, CY),','O'UF S 2(181 )14 CA'N' & Div£- RI`CINE LTFE COOLANT 4 2fjc?1i0Ut R DLi7ORCO0LANT EXTENDE7} d) 2 ^UUSZ :kI'H3 CLErSPtJ''.K IG "7iPO5TAt }E - IILACK, HC >Oi7 TYPE S 226iJ� l ABRlNTI.h "E RAIN C.tI" 51NGI..E VERTiC'AL -LFFT HARD O?G303 i•STFrLE4iSXSTEA7 SIDE TINPAINTED ALUh•1 VL'RT ft4TJ-F1- g 17 )I t EX€IAUST SIBELi2'S SHIELD -SINGLE VERTICAL Dikl- [ISER. SDOGL.0 O 23aMm:I EXEIAIJST $TA -CICS STAINLES5 STEEL O _gyS ES:STA.U37.' IL17N CAI' NO Ek?iMjS T iL4IN CAP P7tOVillEU ALM- TTLrRPf)tTXfiALiST "(T'C S S30U[ldll E�'GTYEIE�- ilAk75- i'i'6i'Eft DEBRIS SMFLD CL7 ft.1INS VF ASCO 15.7 CF.4 S 7411026 ,417L£O7+:HPititSSf.1R CUA4FRESSOR O 862T1i ALTERNATOR DEL(.�O kEi+n 12Y 745A14P 22SI O SLGCk.'il fti4MKKS' 4 JOHNSON COI'T1tOL31ECLI2ti 30DOCCA €y 52000113 4 ?ABtE'liuG IC20' €CTR DE•LCO REKV 12V 39'dF tC:iCJCP $ 2550003 VOCATION RDS REFUSE - VOC 40 -XX.X ft.EFU$E A'.' AUTO -NFUT IAL. S - 6!N)22 CO:N'rim. MODULE (EUCT} fRP105, VS'la2 f3 '?7(7GC72g T [ISSFO'•i. ALLISON4_'04SERiE'Sk,TFED SRAir•S S 234016 TRANSL,asspON CONI TROLS ALLHSQN PUSIiBdTTTONC'Oi.TROLS S 29,W05 C4OI.ER TRA.NISMISS'i'ON OIL O[LTO WATER"f -O'S S 240003 TTLdNS?ril'S+fON OIL FILLICPin.�€` OIL FILL TUEr rDIP57IC[C TYI LEVEL SrNSOR MC , {U 5 292[%D3 'F[F#,ti54I.ISSION LU0RJ C-kNT TRAIi SPLUCDWTHT T'O S 300011 IDRfl'E5 YT= 4G7 =k1A1N SPICCR 176OBD }L4LF ROUND FRON7, AXLE S 3700002 FRONT .2;X", I&ER1TOR PAPS -20 STEER AXLLP, 000" CAPACITY 95f10 I DIr CA t40 ER FLA.TLiAF & 371155 FRONT SUSMSION 2D,soo GR CAP No AEON $' 371793 SU;*FENSTON, FRONT AU?I PROVDCD lJ:+LO/v74 "USHIOIvI S 373002 SF}[fCK +�BSOId1iR:1L`.',- FRON€" Dv�LEACIINGSE7 LII-TM-`, VY 5: 374061 FRONT A--XLE "BR[CANC STANDARD - S 367on3 POtiMtSrFYRRINCRa'"ERVOIR, Fatl{�UARTREtia'[E ta�WTED PEAR AXLE fj 3:,G4 =A R. EAR j> TVE A.X,LE•SINGLE & A%T, W NERITOR RT46 -160 466 0W L B ,1 't'flG� L?t`aI - = 0OSO4Di2009 p1 lYrSf1L'iS-day, octob6T 29, 2003 f:�i:? I -. Pago 3 of 11 P_CDasud, By DOUG yc;L�SIAS Qu,nte Id : W XR$4.1.S.L 0 331 iC, 3 itFAI, DRli!$ AXLE R AT)4J S :>30V98 )tEAt2.AA.LELUEI'SPU -Alr' S 33 J04[ EL£rkl, i.LE LUB•LUC.."T f1 35f100Ud ItEAI, SF;SFLt'3SCO`4 S 351013 Y,£A), SL)$TfEN5SIGN BEAAfS S 35m5 TORC7Ug FROI}S BRAKES S• 7_'UG1U7. S 731047 3 RTUXES- FOUNDATIGN, FRONT S 754004 S 7Si001 S G46001 S 7070003 S 764013 S "GSOOL S. 73IU3� S 9101701 CHASSIS 0 400215 O 402068 Q 4031)11 0 41M02 s 40002 6 4100002 S 411OL102 S 4720002 Pre, Far R1JP>Y F r La TORRE t'ITY GE SOLITH [ATAR41 5.63 u© LUWCATION Plib1P STANDARD HEl,DRICKSONI WX< -160 SUSPC; 54" AS 541N.GE1 STEEL RiJBBER BIJSHF D LDT+'G"NA& & TRANS VLkS'E - RUBSER 8USIIFD LIKES- PAJtKlidG I3R4E:.E, A[R LINES CHASSYS PARR. BRAK-C ,a1R CiiASSIS 63" BR K)E(_ONTROL SYM14 BMI )I.R .413E RTUXES- FOUNDATIGN, FRONT Aat17tI A4ERITOR 165X6 QP .flat E �" LQrEk, STANDARD LEi+iGTH IIR.AKE SLACK AR'v1;1 rv7W- TOR AUTO'tI- TIC ADJL7STERS- ER0NTC AXLE KEEPRHkArLCLE liUS7' $Y3TELDS - pf.:tT Fs I ES DUST SIRELDE - FRONT SR0.F2,S BRAKE DRUA'T -FRONT CAST IRON 1 ;(t,KES- FOURDATECPT,RFARR ARv-jNS4ERITOlt16.5X7QPLUS TX.LE gFL?,KL QLACK ADJUSTEit5 -REAR, OR AU1(Oh'f.+ RITT.hNDEh�4 AX7-E AXLE DUST SHi EMS - REAR ERW-.5 DUST SH1iLDS -REAR MAKES BIi.kK&= C'iL'khiBE'JL3-F.'.RKEiG, (;AnQ 7i?PZ.5Oh4STOPG.4RD(4) TYP€!F°E:E:DOR SRA.KE DRI)rd REAR CAST IRON T4'Ri E:Er�5ASE 2151NC.IIES FiRA).4X -RE-AX OVERHANG 63" 3;A" SJARL&BLE DROP STI EL, T.nT A FR.Aid -9 RA4 US ER/ih1E R.L' INI'Q1TCEhYEC�TC C -.RF Z �" LQrEk, STANDARD LEi+iGTH FRAil1E ClLDSSLk3E:t$£4GR- CENTER A.Lbl',ITvUY7l h4ISCT50OPTYONS KEEPRHkArLCLE FR4 -M14E C.ROS&1rTENtBFR -END kLUk4 IV%42+3L1,oEBER -RE kEQUIRED cLos1,A'L, BR,AIVIE BOLTS JlUCK8PINRRSUSP �L 'ROQS;4Ek5BER& 0 4140002 FRA51F CROSSh4ErgaFR- SUSWNSJON S 430920 FU£L,'CANKrLFI°T 0430TO01 FUF.1..TANKAYOUNTfNG.1.115 0 43{1tJ001 LHBLT.t.NK R34GhTL,NG LiN.PtiHT S 436001 FUEL LINE'S L - 7 PC CZiBR. AGS 75 GAL 26" D1AUNT'AM P .i.LL- A4714CIM FUEL TAIJK NITD FWD LHS - STD (IF PROVIDED) YTUTL TAINT STA;N DARD 14E•IGRT SAE J,844 NYLO14 TL3i40 i TC&Lgitd O&Aolw 29; 2066 7 :57:71 Page 4 of 11 Price Li'+'et : 2.00S0-0D72009A Y^ freq~'rad By DOUG YGLESIAS EJuoic id : A3.,'72ti4 ASL .�, dfi0001 pf)MPER -FRON7 \?IRROIts DovT`N VIEW Ci IL4.19 ESrYNPL$S- i'NTRY TOiA''Eh`CT DiVic,E -FR6N- T 5 4$0002 1101(N-AIR 5 7110X)T AIR T/•.C+IZ. -1A•4K S 711U98 All; TANI X320C. "NTIRG- S 71311:1 .AIR DRyF R S 713TO02 AIR DRYER PI C UNTING F-.ND M E'ETENSiUNS- FRONT. LOCA:1 -1 ON S itSD1J2 ti RT TANHf. E)UAYN S'173k,j ?1N05 §REUL STEERINGCOLLrbrfv Alfi RtiSERi° ®Pit DRAPYSY-STEi',•1 S it $"167 8 -•�.tUt)1 AIRLINES -CAB 5 22ago :SIR LLNE5- A1AG%21 CuAssi5 O 37201101 1:,,jTERY 90X. 8j62-t67 P3:tlTE1VV BOX POST "Oti S Sk211001 BATTERY BO:f "Fk CGHT S WWII EATIERI'SE$(jT -OFF SAVITC ET. U R7.4i1067 AY'Ekli`G, 11.4FYi' [NTKTtFA O S9?Ut%& F#;iEKOP AL:tTIIR� C..13 YNTEI IOR $ 95[OODI E55, dJ:iRi A,EOU 7EDACC NIVI) pLA!',S-FROtT WHEEL S 4E? +'l04 S 502001 CAB: DOORS p S02,T63 DO,F16.t CHECK STR-SPS O 62n0l NJIRRORS -DUAL iS'GST CO;'c" S 622UO2 A'IIRROR c`eAT� NPE <�' fe«.'iQ2b &4L121TUYYS— .k47XILl:$.i2Y S S 62.3 \tD1 CVW2 \?IRROIts DovT`N VIEW Ci IL4.19 ESrYNPL$S- i'NTRY 5 6'0026 1101(N-AIR S S 63IU6P 6610101 fiORN- LLECTRTC CAR TILT tHECHA.h}HSRR- 4'.O.E. 0 S 6720903 g7tUtIC CIULCT= CRSLLE EQt'PT'AnE�1'S S 69100U1 F-.ND M E'ETENSiUNS- FRONT. Cr�13 I'NT'ERIOR N, S 3SDC1O01 3S1UUI S'173k,j ?1N05 §REUL STEERINGCOLLrbrfv Prrptted Evr rwuy DE LA TORRE CITY OF SOUTH `43 -'36S. STEEL PAR LED T1'iO 1,fkjO\,ABLL-To vv PTNS $TL"GL TAN KS 1'0'10 T'ANDES1 .AXLE AIF:9`ANSCSIN STD POSITTL BENUIX ADIP N: HEL• A7' :tllt OFZYE'R 14TD OU'iS3D%RAJ.L, LH I,ET000Y ALL TANKS 34E .8844 NYLON TUTI N0 SAE JS1,4- NYLON TUBING S'I`L•.L'•L BOX. 4 RATTOZY, LES [3UX LOCATED AS FAR FAYD AS POSSMLE P,.4TTERY BOX STANDARD HEIGHT BATTERY Sl-7PJT OIT- li'r LOCK OUT BODYBUMDER JUNC'NO BOX•P BOC ECCO zIOAI r .ALARM S--L917 DUAL SELF CI aUTING CAB ENTkAXCE S EPS FRONT FLAPS STEEL L,li. & R.kL DOOR CHE1.I: STRAP STAINLESS S I -FL HTATED RETRACI'A73Lir .kWmS. C HROlMG STAINLESS 5 L L Lx:R S° S$fOPPSET 13ALL STUD GitOTE 12173 DOWN \'IFW AN aD 5I;TS r,T,4CSLt 399 S ! 1EN SINGLB [IYT)RAULICTILT ATJTOC<�jt2 STA I IONARY GRILLE RUG SCREEN NIO(JNTM' RE3TP:`,-TD GRILLE I&7 PACT RESISTANT POLY FENISL-R 161 DYL WHEEL, 2 SIf -)Kz- MXF,J)'POSiTION Prim Level : 240tiW72(yD9A Wedaasday,©ctober 29,20097_i7:a& 1 ?:tge S J.6! Prepared Fm' TtIJD Y DE L.,3 TORRE PrgT'4edByD'OI; praparcd By P7[Jf7G YG,LFslAS G3uom. id: WXR64 ASL P;eplr.e:d For RUDY DE LA TMAE CI-SY OF SOUTH KAIAMI NO SPARE FRONT W''BE•6LS $ 9C1jT9S SPARE IS'EiE %t6 -S 2�itOIVT 3l+'if}IL:Y.3 L- [03'RTtJREL1:S5 T'{FE S 9 f1?44 T[RESTZC&Ll?AD Rjv,�G£- 31-7., iAL FRONT RA S 5310017 1,1 RE £4d TREAD- CONTINBvTAL F[S-s: -RATED TO FRONT )GK 5 931 T7fi SPARK FRONT TiET.E NO SPAftF FRONIT TLRL-S R&AR7TRES!Vv@7 E EIv&�4 $ 9l ?0[E0l I4iTE+S- RE. %IZ IRCiN EiLtL'. ITR IO STl!D S 91400 14 4YHY:EL$- T)ISC REAR 2 2 .SS:R 2i STEtT ftF•, �iH S 91 #T93 SPARE i`v FSE.EIS REAR N0 SPARE REAR 15JHEELS S 1 o62 TIRE STZE &. LOAD 4t:ANGE - REA4X 11 R-72-5 H [61'41 S 93400I8 TLRE i4L47d[IF:tCT'UR'ER &TRYkD- CON'L1NEi�7TAL HDL REAR S 9.s4T99 gVAIM REARTR NO SPARE REARTIRFS S 94ICt0tll Y1'I[£EL O €L 3F.ALS,REAli SC0ISEALYLUSXL PAINII c6NGLE COLOR Pp.TA J S 456001 C.iTi' Fd.CC4T SC'F4&,Yn17: $"pAI'3IJ.ARD 18ii1T& S 955(KiOt C.1LI PA ENT TYP? S'FAj%WARDikrfd[TENo007 S 9 000[ CAi3 CULOR. FFRST S 9F61li1 CH. &SSBSCOLOR BILAC L1,0 6 S 957949 B7J fv'3T'ER C'OLd)id SAR1%AS CSi:tS$1S`.L'04P.'tLNTEO AL7,i64 OIt CHROME S 9SS401 DISC TWITEEL OR RIA4 COLOR STEEL, DCA T WRITE! ADDITIONAL OPTIONS c 0900? CHASSIS lFARR -iNTi' ST:lls75itRP t4'ARiF -4NTY ;; S99:4005 TILhhL^+ AISSiON - %VARRAN Nr ALLISON E.DGr 4YR. %MARRANTY $ 89973001 ENC3N [ ?, 4o`.4RR%ti"fY CLikE7.4rNSSTANDARD WARRANYY O 97SI130 FLOOR PLMN' 3O DAYS FLOORINGS TESL MRARY IIdFLATION A 9694'002 ADJS)S O F. RIC �4,DRi5Tb•LL-` -r\tT DE LER.. (}'Lk"CIONS D Hcil DEALER OPTION; LOADER. PriceLeval:200,M)"26040. %o3nesday,Ootober29:20091:.57:SI Page ? of 1I BG u�C�F9��06Edf�L° Faay22,200& presented By: Prepared Far: CITY OF SOUTH M AMI RECHTIEN INTERNATIONAL TRUCKS, INC. Rudy DeLaTore 4795 SW 75th Ave. Mike AudetfE Miami, FL 33155 -4485 7227 N 1 74TH AVE (305)668 - 72D8 MI (30 )B B-011 - Reference ID: N/A (3O5)B8B 0111 Thank you for the opportunilyto'provide you with the follovaingrgUofation on a new International truck. I am sure the following detailed specification V iiI meet your dpera.'tional requirements, and I Iookforward to serving your business naeds;i .. Kadel 15mNis 20®§ 4300 SBAAXz:JMA0 APPLICATION: Landscape Dump - MISSION: Requested GVWR:.3300D_Gedc..GWUR 3300a :: CaIc. Stari f Grade �(bility: 0 %'% 0% 9.0 Cafo Geared Speed: N7A. FUEL I3 @R�EI�SfOI�;:"` Wheelbase: 152.00, CA: 84.90; Xde;'to Frame: 63.00 International MaxxForce D i 245 HP``5 O;Ib -ft Torque @ 1400 RPM, -'2600 RPM GovernedSpeed, #.2 )Bell,Housing RANSPAAISSIQ:N, {ALLISON:3DOp_RDS_P }4 €h Generation Controls; Close Ratio, 5 AUTOMATit : t ' c _Speed, With Overd&e' ,'On/Off Hvyy; Includes.0il Level Sensor, With PTO Provision; Less F3efarddi With 80,0 W 00 -lb GV &GCW Max. CUUTGH: Omit Item (Clutchl« Control:)' AXLE FRONT NOW {International 1 12OSG } -t -Seam Type, 12,OQ0 -lb Capacity DRIVING: AXLE, REAR, SINGLE: {Dana Spicer2106DSI Single Reduction, 21,000 -lb Capacity, 190 Wheel Ends Gear Ratio: 6.17 CAB; Conventional TIRE, FRONT: (2) 11822.5 AH12 (HANKOOK) 503 rev /mile, load range G, 14 ply TIRE REAR: (4) 11822.5 AH12 (HANKOOK) 503 revfmile, load range G, 14 ply SUSPENSION, RR, SPRING,Vari -Rate; 23,500 71b Capacity, With 4500 lb Auxiliary Rubber Spring SINGLE: PAINT: Ga[i+scY`eiiafic.;101?GA Location 1:9219;iilterV(rife (fd Chassis schematic N/A 1 Proposal: 14184 -01 0199 IN May 22, 2098 Warran r D FTGR MAY lomAV 2orj9 43DO s6K 4X2 (MAU25) (USA DOLLAR) des a 0 5 year Allison Transmission Warranty Total Warranty: $0.00 2 Proposal: 14184 =111 Ti m7 EMAT @ ®G3RE-m Body dllied /Ecnuipruroenfi . May 22, 2060 2mD943d6 SBA /d'eL2(IUiAD25) (USA DOLLAR) REi� Descrigflon 10 Yard Contractors Dump with electric tarp, cab guard, air gate, tool $D.00 box, strobe lights and heavy duty hoist. Total Body ABlied /Equipment: $D.DD Proposal: 14194-01 9G9 ���R9g5 OCOG �1L° Vehicle Specifications May 22, 2008 z ®oa 4300 sU3A 4X2 (MA®zs) Description Base Chassis, Model 4300 SBA4X2with 15200 Wheelbase, 84.90 CA, and 63.00 Axle to Frame. WHEELBASE RANGE 134" (340cm) Through and Including 197" (500cm) CAB Conventional Includes ARM REST (2) Molded Plastic; One Each Door CLEARANCEIMARKER LIGHTS (5) Flush Mounted COAT HOOK, CAB Located on Rear Wall, Centered Above Rear Window CUP HOLDERS Two Cup Holders, Located in Lower Center of instrument Panel DOME LIGHT, CAB Rectangular, Door Activated and Push On -Off at Light Lens, Timed Theater Dimming, Integral to Console, Center Mounted GLASS, ALL WINDOWS Tinted : GRAB HANDLE, CAB INTERIOR (1) "A" Pillar Mounted, Passenger Side GRAB HANDLE, CAB INTERIOR (2) "T3" Pillar Mounted, One Each Side INTERIOR SHEET METAL Upper Door (Above Window Ledge) Painted Exterior Color STEP (4) Two Steps Per Door CAB INTERIOR TRIM Deluxe Includes "A" PILLAR COVER Molded Plastic CAB INTERIOR TRIM PANELS Cloth Covered Molded Plastic, Full Height; All Exposed Interior Sheet Metal is Covered Except for the Following: with a Two -Man Passenger Seat the Back Panel is Only Partially Covered and with a Full Bench Seat the , CONSOLE, OVERHEAD Molded Plastic with Dual Storage Pockets and Retainer Nets and CB Radio Packet DOOR TRIM PANELS Molded Plastic; Driver and Passenger Doors FLOOR COVERING Rubber, Black HEADLINER Soft Padded Cloth INSTRUMENT PANEL TRIM Molded Plastic with Black Center Section STORAGE POCKET, DOOR (1) Molded Plastic, Full- Length; Driver Door SUN VISOR (2) Padded Vinyl with Driver Side Toll Ticket Strap, Integral to Console `ACCESS, CAB Driver and Passenger Sides, With Two Steps on Passenger Side for Use With LSM Jnder Cab Fuel Tank and Right Side Frame Mounted Clean CA Above Rail Exhaust, for Conventional �ab =RAMS RAILS Heat Treated Alloy Steel (120,000 PSI Yield); 10.125" x 3.580" x 0.312" (257.2mm x )0.9mm x 8.omm); 420.0" (10668mm) Maximum CAL 3LIMPER, FRONT Full Width, Aerodynamic, Steel; 0.142" Material Thickness ncludes BUMPER, FRONT Powder Coated Gray (Argent) Color AXLE, FRONT NON - DRIVING {International 1- 120SG)1 -Beam Type, 12,000 -Ib Capacity 4 Propbsal: 14184 -61 Vehicle 3pe6f6c2t6ats Vay 22, 2008 2009 4300 SBA 4X2 (MA025) Dascrirsiioa� SUSPENSION, FRONT, SPRING Parabolic, Taper Leaf; 12,000 -1b Capacity; With Shock Absorbers Includes SPRING PINS Rubber Bushings, Maintenance -Free BRAKE SYSTEM, AIR Dual System for Straight Truck Applications Includes : BRAKE CHAMBERS, SPRING (2) Rear Parking :BRAKE LINES Color Coded Nylon : DRAIN VALVE Twist -Type : GAUGE, AIR PRESSURE (2) Air 1 and Air 2 Gauges; Located in Instrument Cluster PARKING BRAKE VALVE Color -Coded Yellow Knob, Located on Instrument Panel SLACK ADJUSTERS, FRONT Automatic SLACK ADJUSTERS, REAP. Automatic SPRING BRAKE MODULATOR VALVE TRAILER CONNECTIONS Four - Wheel, With Hand Control Valve and Tractor Protection Valve, for Straight Truck DRAIN VALVE, AUTOMATIC {Bendix DV -2) WiRh Heater, for Air Tank AIR BRAKE ABS {Bendix AntiLock Brake System) Full Vehicle Wheel Control System (4- Channel) IR DRYER {Bendix AD -IP) With Heater BRAKES, FRONT, AIR CAM S -Cam; 15.0" x.4.0"; Includes 20 Sq. In. MGM Long Stroke Brake Chambers BRAKES, REAR, AIR CAM 16.5 "x 7.0 "; Includes MGM TR3030 Long Stroke Brace Chamber and Heavy Duty Spring Actuated Parking Brake AIR COMPRESSOR {Bendix Tu -Flo 550) 13.2 CFM Capacity STEERING COLUMN Stationary STEERING WHEEL 2- Spoke, 18" Diam., Black STEERING GEAR (Sheppard M -1001 Power EXHAUST SYSTEM Single Horizontal, Aftertreatrnent Device, Frame Mounted Right Side, Under Cab, includes Horizontal Tail Pipe, Provides Clean CA Above Rail Includes : PLEASE NOTE: The Horizontal Tailpipe Includes a Temperature Control Device ELECTRICAL SYSTEM 12 -Volt, Standard Equipment Includes BATTERY BOX Steel; Mounted Left Side, Under Cab DATA LINK CONNECTOR For Vehicle Programming and Diagnostics In Cab GUSES, ELECTRICAL SAE Blade -Type 5 Prop Cora% 14184 -01 ➢CSF CRNA2 WR➢idC;m `/ehiEPe Specitirtca9ionS May 22, 2003 2009 4360 SBfS 47C2 (MA025) Description : HAZARD SWITCH Push On /Push Off, Located on Top of Steering Column Cover : HEADLIGHT DIMMER SWITCH Integral with Turn Signal Lever : HORN, ELECTRIC Single JUMP START STUD Located on Positive Terminal of Outermost Battery PARKING LIGHT integral with Front Turn Signal and Rear Tail Light RUNNING LIGHT (2) Daytime, Included With Headlights STARTER SWITCH Electric, Key Operated STOP, TURN, TAIL & B/U LIGHTS Dual, Rear, Combination with Reflector TURN SIGNAL SWITCH Self - Cancelling for Trucks, Manual CanceilingforTractors, with Lane Change Feature TURN SIGNALS, FRONT Includes Reflectors and Auxiliary Side Turn Signals, Solid State Flashers; Flush Mounted : WINDSHIELD WIPER SWITCH 2 -Speed with Wash and Intermittent Feature (5 Pre -Set Delays), Integral with Turn Signal Lever WINDSHIELD WIPERS Single Motor, Electric, Cowl Mounted : WIRING, CHASSIS Color Coded and Continuously Numbered ALTERNATOR (Leece- Neville 8LHP2172VAH) Brush Type; 12 Volt 110 Amp. Capacity, Pad Mounted BODY BUILDER WIRING Back of Standard Cab at Left Frame or Under Extended or Crew Cab at Left pane; Includes Sealed Connectors for Tail /AmberTum /Marker/ Backup /Accessory Power /Ground and Baled Connector forStop/Tum 3ATTERY SYSTEM {Intemational} Maintenance -Free (2) 12 -Volt 180DCCA Total. SACK -UP ALARM Electric, 102 dBA FRAILER CONNECTION SOCKET 7 -Way; Mounted at rear of Frame, Wired forTurn Signals Combined Vith Stop, Compatible With Trailers That Use Combined Stop, Tail, Turn Lamps >WITCH, AUXILIARY Accessory Control; for Wiring in Roof, With Maximum of 20 amp Load With 'witches In Instrument Panel {ORN, AIR Black, Single Trumpet, Air Solenoid Operated, Mounted Behind Bumper on Right Rail VINDSHIELD WIPER SPD CONTROL Force Wipers to Slowest Intermittent Speed When Park Brake let and Wipers Left on for a Predetermined Time IEADLIGHTS Halogen; Composite Aero design for Two Light System; Includes Daytime Running Ights EST EXTERIOR LIGHTS Pre -Trip Inspection will Cycle all Exterior Lamps Except Back -up Lights EADLIGHTS ON WNVIPERS Headlights Will Automatically Turn on if Windshield Wipers are fumed n TARTING MOTOR {Delon Remy 38MT Type 300} 12 Vol[; less Thermal Over -Crank Protection JDICATOR, LOW COOLANT LEVEL With Audible Alarm 6 proposal: 14184 -09 qP' TE Rl�la?tTUDWA f l9 4300 Specii6ca(MAG May 22, 2908 200 4300 S6.f4fix2 (MI�.fR25) DescriRlfimn GRILLE Chrome FRONT END Tilting, Fiberglass, With Three Piece Construction PAINT SCHEMATIC, PT -1 Single Color, Design 100 Includes : PAINT SCHEMATIC ID LETTERS "GA" PAINT TYPE Base CoaYClear Coat, 1 -2 Tone CLUTCH Omit Item (Clutch & Control) ENGINE, DIESEL {International MaxxForce DT} 245 HP, 620 lb-ft Torque @ 1400 RPM, ?_600 RPM Governed Speed, # 2 Bell Housing Includes AIR COMPRESSOR AIR SUPPLY LINE Naturally- Aspirated COLD STARTING EQUIPMENT Intake Manifold Electric Grid Heater with Engine ECM Control CRUISE CONTROL Electronic; Controls Integral to Steering Wheel ENGINE OIL DRAIN PLUG Magnetic ENGINE SHUTDOWN Electric, Key Operated :FUEL FILTER Included with Fuel/Water Separator FUELIWATER SEPARATOR Fuel[Water Separator and Fuel Filter in a Single Assembly; With Water - Fuel Sensor, Engine Mounted GOVERNOR Electronic OIL FILTER, ENGINE Spin -On Type WET TYPE CYLINDER SLEEVES FAN DRIVE {Borg- Warner SA85} Viscous Screw On Type Includes : FAN Nylon : FAN Optimized Position FEDERAL EMISSIONS for 2004; for International VT365, DT466 and DT570'Engines RADIATOR Aluminum; 2 -Row, Cross Flow, Over Under System, 717 Sqln Louvered, With 313 Sqln Charge Air Cooler, With In -Tank Transmission Cooler Includes ANTI - FREEZE Red Shell Rotella Extended Life Coolant -40F ( -40C) DEAERATION SYSTEM with Surge Tank RADIATOR HOSES Premium, Rubber AIR CLEANER Single Element Includes GAUGE, AIR CLEANER RESTRICTION Air Cleaner Mounted 7 Proposal: 14184 -01 F�35rfeG�C3caBi�lti7 E.° Vehicte SDacificatlons may 22, 20H 2009 4300 SBA 4X2 (MAD25) Deserir�'ta€vn THRO I TLE, HAND CONTROL Engine Speed Control; Electronic, Stationary, Variable Speed; Mounted on Steering Wheel ENGINE CONTROL, REMOTE MOUNTED - No Provision Furnished.for Remote Mounted Engine Control FEDERAL EMISSIONS 2007 for International MaxxForce DT Engines (DT466) EXPANDED ENGINETEMPEFFECTS to Allow Higher Engine Operating Temperature Range; Includes Nylon Surge Tank and 15 psi Pressure Cap EMISSION COMPLIANCE Federal, Does Not Comply With California Clean Air Regulations TRANSMISSION, AUTOMATIC {ALLISON 3000_RDS_PI4th Generation Controls; Close Ratio, 5- .Speed, With Overdrive; On /Off Hwy; Includes Oil Level Sensor, With PTO Provision, Less Retarder, With SO,000 -lb GVW & GCW Max. Includes : OIL FILTER, TRANSMISSION Mounted on Transmission : TRANSMISSION OIL+PAN Magnet in Oil Pan TRANSMISSION SHIFT CONTROL (ALLISON} Push - Button Type; for Allison 3000 & 4000 Series Transmission 3HIFT CONTROL PARAMETERS WT- Allison S-1 Performanc Programming in Primary and Allison S-4 :conomy Programming in Secondary ALLISON SPARE INPUT /OUTPUT for Rugged Duty Series (RDS); General' Purpose Trucks, . Construction AXLE, REAR, SINGLE {Dana Spicer 21060S} Single Reduction, 21,000 -lb Capacity, 19D Wheel Ends. Sear Ratio: 6.17 ncludes REAR AXLE DRAIN PLUG (1) Magnetic, for Single Rear Axle `>USPENSION, RR, SPRING, SINGLE Vari -Rate; 23,500 -lb Capacity, With 4500 lb Auxiliary Rubber ipring =UEL TANK Top Draw; D Style, Steel, 19" Deep, 50 U.S. Gal., 189 L Capacity, With Quick Connect )utiet, Mounted Left Side, Under Cab 3/AUGE CLUSTER English With English Electronic Speedometer -)dudes GAUGE CLUSTER (5) Engine Oil Pressure (Electronic), Water Temperature (Electronic), Fuei lectronic), Tachometer (Electronic), Voltmeter ODOMETER DISPLAY, Miles, Trip Miles, Engine Hours, Trip Hours, Fault Code Readout WARNING SYSTEM Low Fuel, Low Oil Pressure, High Engine Coolant.Temp, and Low Battery Voltage Asual and Audible) Proposals 14184 - 01 9f U��CC3lo B�P1fa1L Vehicle SPgcf6eat5oros May 22, 2008 209 4300 SSA 4n2 (MAazs) . Descripilon GAUGE, OIL TEMP, ALLISON TRAM IP CLUSTER DISPLAY On Board Diagnostics Display of Fault Codes in Gauge Cluster. SEAT, DRIVER {Gra -Mag} Non - Suspension, High Back With Integral Headrest, Vinyl, With Fixed Back Includes : SEAT BELT 3- Point, Lap and Shoulder Belt Type SEAT, PASSENGER (Gra -Mag) Non Suspension, High Back With Integral Headrest, Vinyl, With Fixed Back, With Under Seat Storage MIRRORS (2) {Lang Mekra} Rectangular, 7.44"x 14.84 ", BracketsBreakaway Type, With 102" Wide Spacing, With 7.44" sq..Convex Both Sides; With Black Heads, Brackets & Arms INSTRUMENT PANEL Center Section, Flat Panel AIR CONDITIONER {International Blend -Air} With Integral Heater & Defroster Includes HEATER HOSES Premium REFRIGERANT Hydrofluorocarbon HFO -134A WHEELS, FRONT DISC; 22.5" Painted Steel, 2 Hand Hole, 1D Stud (28575MM BC) Hub Piloted, clanged Nut, Metric Mount, 8.25 DC Rims; With Steel Hubs. ,nciudes PAINT IDENTITY, FRONT WHEELS White WHEEL SEALS, FRON i Grease Lubricated, Includes Wheel Bearings WHEELS, REAR DUAL DISC; 22.5" Painted Steel, 2 Hand Hole, 10 -Stud (285.75MM BC) Hub Piloted, Flanged Nut, Metric Mount, 8.25 DC Rims; With Steel Hubs Includes PAINT IDENTITY, REAR WHEELS White WHEEL SEALS, REAR Oil Lubricated, Includes Wheel Bearings (2) TIRE, FRONT 11 R22.5 AH12 (HANKOOK) 503 rev /mile, load range G, 14 ply (4) TIRE, REAR 11R22.5 AH12 (HANKOOK) 503 revlmile, load range G, 14 ply Services Section: SERVICES, TOWING To 60- Month /100,000 Miles (160,000 km), 3600 Hours; Service Call to the Vehicle or Towing to the Nearest International Dealership for a Non- Drivable Unit in Conjunction with an International Warrantable Failure; $250 (USA) Maximum Benefit per Incident SRV CONTRACT, EXT ENGINE To 60-Month/125,000 Miles (200,000 km), 4500 Hours; includes Engine, Electronics, Excludes Injectors; for MaxxForce DT Engines 6ar6posal: 14184 -01 p��aR9�Si[�G9f�Dm VehlOe Specifications May 22, 200B 2009 4380 SBA 4x2 (MAD25) Dascripifon 10 Yard Contractors Dump with electric tarp, cab guard, air gate, tool box, strobe lights and heavy duty hoist. 10 Proposal: U184-01 IlE:�4 @�l~1 40 ©C9L�10m Financiat Summary May 22, 200B 2009 4300 s13A 4x2 (MA025) �� Description Net Sales Price: Price $73,623.00 Please feel tree to contact me regarding these specifications should your interests or needs change. I am confident you will be pleased with the quality and service of an International vehicle. Approved by Seiler: roll This proposal is not binding upon the selier.without Seller's Authorized Signature Accepted by PuFchasert or Business Name Authorized Signature and Date Official Title and Bate 11 Proposal: 14184 -01 \ \ \ \ & / \ \� \} \\ (� r a { / \ # . / ]( �( \ (\9 iE \\ \/ \ \\ \�\ -a Eli {/j C) / (0 /\U: >8in r a { / \ # . / ]( �( \ (\9 iE \\ \/ \ \\ l _-oo'd. \\ $0 \( \\ \ ! B \\ } \\ 0§, } \y \\ } \ \ \ \\ <\\ \ \( \� @ \ \} [2!& e_ , »ae �Z mmaecz/.; ){ # \ / ]( iE !. mmaecz/.; Page 3 of 3 305 /667 -7 &O6. fax � ,W,oii)tofsouthrnizmi.net Please note: Florida has a very broad public records lav,,. Most written communications are public records and available to the public an media upon request. Your e -mail communications may therefore be subject to public disclosure. — From' Salerno, Dan Sera: Wednesday, October O8, 2008 10:15 AM To: Vazquez, Kathy subyect: 2009 police Vehicles Gus Machado gave a There are vehicles budgeted d for a9totalDfinancedr Vic Police Interceptor cost off $97,188 00 4 Can you please check on the financing for the vehicles. Thanks Dan WD. 1661/0j-3.36:07: 111111 'idGSeP, 29. 2008 12:10Ph VEHICLE ORDER'CONFIR%IATION Dealer: F24070 = Page. 1 of 2 2009 CROWN VICTORIA Order No: 1010 priority: K5 Ord FSN: QB935 Or Order SR Price Level: 915 Ord Code: 720A Cust /Flt Name: SOUTH MIAMI RETAIL RETAIL ' VP7 POLICE INTERCEP $26560 177 SILICONE HOSES $320 VIBRANT WHT.0 C 45C 3.2'7 RATIO -TRAC' 125 I CLTH BKTS /VNL R 78 C /LAMPS DISABLE 20 NY CHARCOAL BLACK DRV SDE SPT LMP 190 20 ORDER CODE z__- 3M NOISE SU..PPRESS 95 .DUAL CODE ST A67 DECKLD REL IP /D 60 .17" STEEL SPARE RR DR HND INOP 25 MANUAL AIP. COND RR WINDOW DEL 25 ENG IDLE METER 99V .4.6L OAC FFV V8 NC TOTAL BASE AND 'OPTIONS 2852 (1v TOTAL 2_i 44Q .ELEC AOD TRANS NC *THIS IS NOT AN INVOI * li NC TC1 .P235 /5 SR17 BSW 14T TRUNK PACK 190} LICENSE B KT N C * MORE ORDER INFO NEXT PA ' . FRT I, 172 GRILL W B =Next WIRING NC F F3 /F12 =Vah Ord Menu Fl =Kelp F2= Return to Order F4 =Submit F5 =Add to Library QC04931. 5006 b�OR)H; DATA A.VAILAB%N. �itiso��n Cnm�s(b �LJA' — 32 a� E w: i MIAMI DAILY BUSINESS REVIEW CATY'.OF SOUTH Published Daily except Saturday, Sunday and MIAMI Legal Holidays Miami, Miami -Dade County, Florida NOTICE 18 HEREBY given that the City Commission of the City of South' STATE OF FLORIDA COUNTY OF MIAMI -DADS: Before the undersigned authority personally appeared O.V. FERBEYRE, who on oath says that he or she is the VICE PRESIDENT , Legal Notices of the Miami Daily Business Review We Miami Review, a daily (except Saturday, Sunday and Legal Holidays) newspaper, published at Miami in Miami -Dade County, Florida; that the attarhed copy of advertisemen4 being a Legal Advertisement of Notice in the matter of CITY OF SOUTH MIAMI PUBLIC HEARING FOR DECEMBER 2, 2008 in the Xxxx Court, was published in said newspaper in the Issues of 11/21/2008 Affiant further says that the said Miami Daily Business Review.is a newspaper published at Miami in said Miami -Dade County, Florida and that the said newspaper has heretofore been continuously published in said Miami -Dade County, Florida, each day (except Saturday, Sunday and Legal Holidays) and has been entered as second class mail matter at the post office in Miami in said Miami -Dade County, Florida, for a period of one year next preceding the first publication of the attached copy of advertisement; and affient further says that he or she has neither paid nor promised any person, firm or corporation any discount, rebate, commission or refund for the purpose of securing thjs advertis n r publication In the said ' newspaper // Sworn to and subscribed before me this 21 day of NOVEMBER A.D. 2008 (SEAL) O.V. FERBEYRE personally known to me �p� �ve� Notary Public State vt Florida . Veronica Perez %4 v My Commission 00879771 ' '4'or no's Expiras 09 /03/2072 Miami,. Florida will conduct Public Hearings at . its regular City; 'Cortimission' uieetidg' scfiediiied for 7uesday,r'Debeinber` -2; 2006 beginning at.7.:30 p`m.. in.the City Commission Chadiben;, 6130 Sunset Drive, tolsonsiderthefollowing items: _ AN ORDINANCE OF'THE.MAYORAND CITY COMMISSION 7CHITE Y C MfAYN,AOGFE,,§R O , M U[tIOFIZING; 'HE,.:_ ,ODf( .- PURCHASE A STREET S�YEEPER,, -ONE FORD: F- 251),,.'ONE SIDE.LOADER,'bNE'1,UMR TF1l7CK:AND' FOUR {4) CROWN VICTORIAS.F.09�A: TOTgL'tAMOUNTZQFr $54'7,977.00 AND, ACCEPTING THE;.INTEREST;RATE. OF 42a,% -'FOR A,. FIVE -YEAR, FINANGYNG;:TERM THROUGH ''RRST, NATIONAL SANK.'OF51:01TrH ` iJfAMj.'.virlTH FIVE,I ' At�fNt1AC 'PAYMENTSIN,THE`!}MDUIi`fS OF.:$.12D;OD0.00 OHARGINGTO, PUBLIC WORK$ ACGO,UN�.NUMSER§ O<77,- , j 1720 -534 -4455, 007- 1730- 54J- 4455,.S7Q.j3M WATEFt_DRAIN." TRUST FUND ACCOUIJT NUMBER+ -'777- 1730 -54)= 4455 "AtJD': =.1 POLICE DEPARTMENT ACCOUNTiNUMBER bD1 -7970 -527; 4450 VEHICLE- TRUCK'.i:L,E?SE':; PURCHASE_; �ACCOUN7.• 'NAMES; PROVIDING FOR, SEVERABILITY q�3DINANCESIN, CONFLICT,AND'AN EFFEQTIVE AN ORDINANCE OF THEMAYOR AND THE "CiTYCOMMIzS, t._ SION OF THE Of OF SOUTN,MIA,MI; .FLOFfiDA RELA'NNG' TO PERMIT PFFE/BfiE- <SCHF[JtA AMFl$DING THE iZi72uIRNE PROVIDING.- FOR 'ORDINANCES IN QO,NFLICT; ,: AND ' PROVIDINGAN EFFECTIVE DATE. - ^:':r :* : jb ": �• : j AN ORDINAN4, CE OFTHE MAORAND Ci'TYCOMMI$SI,ON bF "t THE CI'Pf "OF SOUTH 'MIAMI'RELATING,;7D : i GHAFiTEB I AMENDMENTS. PROPOSING AMENDMENT ? ©:AR'fjCLE V,.,, } ELECTIONS, PARAGRAPH 2�.A;, TO CHANGETHE MONTM IN WHICH GENERAL ELECTIONS ARE HELD FTiOM fEBRUARY TO NOVEMBER bF�. FACH ' rEVEN- NUMBERED YEAR, SUBMRTING THE BALLOT QUESTIONJO:,1'HE:FIECTO- RATE OF T HE CITY ATt7HE SPECIALrEC;EDTION SCHED- ,...I *LED FOR JANUARY Y3, 2009; PROVIDING SEVERABILITY;' ORD_ INANCES IN CONFLICT; AND AN EFFECTIYEDATE'' --: If you have any inquiries on the above items please contact the City Clerk's office at-305-66336340 ALL Interested parties are invited to attend and wi)Ibebeard: Mada M. Menendez, CMC' ,Pursuant to Rorfda Statutes 285.0105;fhe City hereby advises the :public that If a person decides to'appeal any decision made' by this, Board, Agency or Commisslon'with respect to any matter considered at U9 meeting or hearing, he or she will need a record of the proceedings,' and that for such purpose, affected person may need to ensure that a' 'verbatim record of the proceedings is made which record Includes the testimony and evidence upon which the appeal is to be,based. 11121 08- 3- 60/1124653M Q x t- 0 0 z N 4 ur m c� m d N v rn a s o > V V Q (/I N 0 N V o 4 X N m E z 0 a N E 0 e� P CnJ s s U m 0 IY 'S 9 m ti H o z U E F Do C:> o q C T T a N-+ E15 9 U� CL r -UL DAk, FROM ES NEIGHBORS CALENDAR HEALTH AND FITNESS 0 �, �„ �DA7} jE�EST;;E�AAICEANDIN 5fAiLATIDNS `, 13339 SW 88 Am Miami FL 33176 305w969m2600 CITY �N�ADE�CDll�rYCAli 711'`TOFbA��$BI'YtGB'�. . ��t�D AS$ �ORT7ANCX? 1ND, bR310 }i„�l�T,- F,a3'`- .`.exE[iu §aot.: I OF 1 COURTESY NOTICE I W zwzu�zzwo z zwwrot w_zwwp¢° FaQfi3 °z.¢o <ia g o yzo_o-�zZa a €¢ww Ox¢ oa �ooaro t� E 2 0 0 - pGO°w> _ mw�syi�EGi OwFOiw Gratin¢mw "E8 -$m �wyf yaww{z s w w3LLCnOZ� FLL¢¢ o¢¢ `a Q wh�yy 5'p. G W �V 5Cw7 wpw- y Foci _,?Z 6 oQ w�OSY �<j> Uw� °<S� 2SU'>u pF�vaiy <x5gn¢yO .D. 2F u'gb$UOo V zU -t 0 36r2W }}V_O Z -aw O, d S r Et M. ap OZBM 3��-j d Y66206�OWZ6O Q`<6¢ owe S S U �° (�acd3n2x VOrO Zw vi¢wG CU bz WWo Ow >¢aoLY O�¢Oow ZP¢Op b. n5 .'� 5a o°ES9 By °uwu4�0202 °ZZ,,¢4ZN OW yZW Z WZa' oz mfRoz°wm'o .. ¢no zag uwa�� k' < aow�ozo� _ Osww <k za`o �n ownp oOo wO°zorozzr000 E 3 NoE E85 �[ ow5a -> < <- °�OWo06 a wraze -z 5..p$ >�. 3 e",�S�Ei iSF ?U¢pWOZ `¢QW N OE >WZ U 2Z 2 O 8 m o °w�nznwo F uw -Z wzwO55O wJ °:5 w4 wl <.aw 5 5`aq,0O,m a. x00 awnU _w O+s w W °1- 6anv�yyi>¢¢Z u 'q ;clm OOWO O OSN o,wW °O �Ww>ZF W..Zw' `2 vs�EO a, Cto wwgk..zY WuEmxzarv°p >z $ °Wjyww °ozya m��'` =8ya F° �baaaog 60 ¢m�0- °W�JaU' zo~ww�¢ ¢j`wv'Uw o °mu isoou'o 6wzi z��wp > -z °'wzaw °�¢cO >arz So - °¢sxmOowQOZw wsy"�zoa¢�ww° OEnm¢wwwyaozo a eo 6 Fn <Enno 'G TYOQm< ZW 0O 8 cm' c6ygE� DW °~O wd5✓. wn bun O ZUgVwn O° OOZ Otz�¢ _ - ¢om.3nmo<0ow Zd0$a�$ QUaWUV_�V__Ow = m`Eg o a. n m n m N V 6e8 Zg 8�m _z Z'Q enNn aiap� (D >E 4n €E a5 Qo o =Fz ¢ m TL'o u�0 �< �a a 0690 gJ pot °p'.$m a8 G Wm w6W F O.: m_E°mss Of ¢305. Y X'650 _-�° . O. U � F F EEriw HuzE m N qWo Zg 8�m a0� aiap� (D >E €E a5 Qo o =Fz ¢ TL'o DoE �< �a 6Q O� aY gJ pot t4 `m G Wm w6W o 0 >- U O E o m� E - -aoE 5 3 Z�oywzp.a.2 or -t3 wx a -0� wsyaLLOi 'aw<¢a ww zaON�O U <w¢ Or-¢6N�0 p04M w U zO ¢N6wOZZ0, aOOJJ W JaaO~¢62H_ IZWy�?�-ZW°LLli uwoomz oxg�Sn�gg w8 awn$° �w azx� 0r —`p"° �U'wOOw >¢zz> 00 N- °GpNUyj(Qj OHNHZ W MIE S.W0<0 °UOu q°V¢Yvm naa¢OOw >E a5 E ¢ E �5 pot t4 `m E � F 8 Y2 a6$ 'pY O¢ g X.n WW p a cO OJ 6 d FUM1 Un =i � U O E o m� E - -aoE 5 3 Z�oywzp.a.2 or -t3 wx a -0� wsyaLLOi 'aw<¢a ww zaON�O U <w¢ Or-¢6N�0 p04M w U zO ¢N6wOZZ0, aOOJJ W JaaO~¢62H_ IZWy�?�-ZW°LLli uwoomz oxg�Sn�gg w8 awn$° �w azx� 0r —`p"° �U'wOOw >¢zz> 00 N- °GpNUyj(Qj OHNHZ W MIE S.W0<0 °UOu q°V¢Yvm naa¢OOw tf z��w E ¢ E E tf z��w E `cE do ��'q r:w m.�°'= omo ='q cY ° owzi'_' o c L _ 2 .�'q c C d 0 Y Y y o'� �� QE ¢y of a `m o1 amE En+ ywwm ZZ `>aE v °'Ea gz'o �m ^"E:S= mLL° o.q ¢op+g OQ °dam -aV n a a„ d -� ea om cE ~co OO -`-'om c- Ec`o� y_ v,U m' aEE,m c`-W �c °P `° M CO F F S C X C N N ° E O N _ N O ° iE Q Z E� .°c -° yd.od �°n'.°c .°`° °�o t=- >E�do sE2 y° y o=r �o E00 °a oes ;�na �N. by �+r,aa oo.^'a _ m° wr- >y ni " 9_ N V, .n 9 N V '_ N O N ¢ C ?� ` N C C o � U } N O J v O E 0 1L Ci C O p O 3 N 1 9 �- U a 0° O. °� ^C ng a =U ear EE a� xtea '; i°i `-'�a0 E� -gym mm'' -"a da =a9 `'o �Oa W °OLC - ="LL� 1 0. Wm 7; .Q12,N�Oyy =d vlym `4 y "� p o. N°n' Yn�°cN° °'-n .°`v .,c mm� m °oEc max. -'° E `033 °Edm_g_°v E�O W W d ° �� °iy� vwm °moot a D�°nEoocaE� o� z 4 V.Jy 1 w =y .3� ...° o�Ym -'c;I R.'-- °E._E sa —ow .n °�o.�- °mod °_°y._d,�$�9C- ~�. fin- Ems° o�r, d'°g mz wdE¢ °E c�o'd°-a =o6 oE, wwf. W �_ �� �L¢ °o `"°°'='s e�_E °ezis4m mayy= °t-° E o ° �E c° o. _ _" m o''L i" °y 1 n F�.°cx wig° y� OwO� adc _w00 a`�i Umayj O-w vOt -4 04 co u'NU- o�cudn'y=�� w�ww �� .E E o.° °�y;ya pO w° GNOya 4Eo¢o. wo °o' �v axxG3 >p W QQSU6 NO O � J Wt-Om ° ZOO< �WW Z U °c U �c°cm U v v .a 3 c n °`o Eo- - z ' w 02- =5 F¢ n y o¢w a guz z'a ° wo uo w w�w W000 ¢w QdQU 6w Sy¢ ¢2w° OawMa N6w h ¢ a w °<¢w I-a o >° q -S�- OD Uo2 ow Z W W z MWO °y0d OZ4OmZ¢ O U 71- 'dm¢p+ md ppJ mw In ¢z2m0 OIZZ i °awo�3. wzwQOd Ago ¢wE wJaOw ° -< S¢w) 35 mwF>? zw$I0 - OOW OS�Z �-OW OW CZ 'U-w O cEe� tT oiWo¢OU'OdmD° OQ w4 2w qD �S �N� W�°5 N� cm3 j m3swY °o z� mo v °oomo o °yw Q <z ao ss °om _'c i W ml' -c 'wz¢�d3 ~z 10- ¢Z Cii wG k DDX < OT> .`�E0 o` I 1=mJ°°.Nly` 20 wZ¢wo �uaui �u�ai¢a2 Nwu�zu o d 5p5" °X¢ ?QUO.'-v'OZaQ� Fo °oU ° -p¢ g2-w <� m?S�o¢ m = Fpu1Z �°°e. °z w dZ�¢w m w <DZZ ¢I�. dm Fw :96 00 SO Ls� <w= q- Mwaw0m2 ww6m¢ 5<5- SOO6�W °ww0- co n SEu" } o�� o`doyd �ay3 o�$op 20 ma¢ �tZ �uq.�o aawN¢ v'3 E �i - ¢2 d¢O.`o�wEp FPF-g 5Z= w wwwQwO p2-ZM >. a o• "� In W EEw O >zduzirvwowmw Z..W >d E000 £0 yO Fa-¢z U o ti.F ooh WWdy €�`o' 5o��°d FzF'� 8wazpo 3°D-ww c CC U.yn S.�j °0���' 1?a w?wz SwFUO O'q Nf¢� m q? FtolAlfmm (STREETSWEEPER) ON THE JUNE 16th COMMISSION MEETING L: Julie 19, 2009 Rudy De la Torre City of South Miami Assistant Director, Public Works 4795 S.W. 75'x' Avenue Miami, PI, 33155 Re: Schwarze A4000 Quote Dear Rudy: This letter is to confirm the December 6, 2008,1-IGAC quote for a Schwarze A4000 is still valid. The quoted price of $114,311.00 is based on our 2009 pricing, which began November 1, 2008. The quoted unit will be a 2009 Schwarze A4000 mounted on a 2009 GMC W4500 chassis. Please contact me with any further questions regarding this quote. Sincerely, Joe Ilendriekson. 7 Regional Sales Manager Schwarze Industries, Inc. 1055 Jordan Road Huntsville, AL 35811 Office: (256) 851 -1150 Cell: (256) 990 -1755 CONTRACT PRICING WORKSHEET Non -Motor Vehicles D D..t.r:.asa n..e:,..,.. rtm.n:ao halo and att'neh additional sheet(sl if necessarv) Code This Foren mug beOrePared by Contractor, and praoidcd to End User to attach to Purchase Order, with ropy to H -CAC The H- GACfee shall be calculared and shmon as a separate line lam. Cost Code Description Buy'mg A enc City of South Miami Contractor: Schwanc Industries, Inc. Cantaee Person: Donald Benjamin Prepared By: Raymond Massey Phone: 1210 Phone: 1- 800 - 879 -7933 ext 1140 Location City, State: Miami, Florida Contract No.: SW04 -08 Date: 12/6/2008 Product code: BE01 Produce ne :cd non: Schwaru A4000 Regenerative Air Street Sweeper 58 OMC 14,500Chassis w/Dual Steering 44334 32 Front Spray Bar A Item Base •Unit Price Per H-GAC Contract: A: 56,546 D D..t.r:.asa n..e:,..,.. rtm.n:ao halo and att'neh additional sheet(sl if necessarv) Code Description Cost Code Description Cost I Dual Gutter Brooms 0 41 _ Spare Tire and Wheel 607 2 Dual Gutter Broom Tilt 1210 36 Chassis Hour Meter 223 3 Dual Gutter Broom GEO 2090 45 Cab Mounted Strobe with Guard 523 28 Dust Suppression System 697 58 OMC 14,500Chassis w/Dual Steering 44334 32 Front Spray Bar 607 39 AM/FM Radio 528 53 Traffic Guide Arrowstick 745 Standard 80.5 HP Auxiliary Engine STD 21 Hopper Shroud and Suppression 2117 15 DC Backup Hydraulic System 908 29 in-Cab Water Level Light 201 E. Uvit Cost of Item Before Fee & Non - Equipment Charges (A +B +C +D) 113,611 Quantity Ordered i Subtotal E: 113,611 F H-GAC Fee Calculation (From Current Fee Tables) Subtotal F: C. Non - Equipment Charges (Trade -In, Extended Warranty, etc.) Perkins Auxiliary Engine Warranty 60 Months /5000 Hours 395 GMC 5 Year 1150,000 Mile Warranty 305 Subtotal G: 700 Subtotal From Additional Sheet(s): Subtotal B: 54,790 .7 Nog r rrnnuhnehrd nntvnna fttmnlze below and attach additional sheet($) if necessary) Code Description Cost Code Description Cost OIA Remote Grease Fittings, Fan 275 Subtotal From Additional Sbect(s): Subtotal C: Check Tend cost of Unpublished Options(C) cannot exceed25 %of1het0tal of the Base Unit Price plus Published Options(A +B) Forthis hensoction, the percentage is: 275 0% D. Other Price Adjustments (E.G. installation, Freight, Delivery, Etc.) Freight from Huntsville, Alabama 2000 Subtotal D: E. Uvit Cost of Item Before Fee & Non - Equipment Charges (A +B +C +D) 113,611 Quantity Ordered i Subtotal E: 113,611 F H-GAC Fee Calculation (From Current Fee Tables) Subtotal F: C. Non - Equipment Charges (Trade -In, Extended Warranty, etc.) Perkins Auxiliary Engine Warranty 60 Months /5000 Hours 395 GMC 5 Year 1150,000 Mile Warranty 305 Subtotal G: 700 H Total Purchase Price (E +F+G): 114,311 Raymond Massey National Sales Manager Schwatze Industries, Inc 1055 Jordan Road Huntsville, Alabama 35911 Estimated Delivery Date: 30 to 45 Days South Miami I mmmerwac" II I CITY OF SOUTH MIAMI I . ' "`� " OFFICE OF THE CITY MANAGER x C O R`� M P INTER - OFFICE MEMORANDUM 2001 To: The Honorable Mayor Feliu and Members of Commission Via: Ajibola W. Balogun, City Manager Matilde Menendez, Finance Director From: Kathy Vazquez, Purchasing Mgr. C Date: October 07, 2008 Subject: Expenditures over $5,000.00 On March 10, 2005, the City Commission requested that purchase expenditures in excess of the was deve developed reported via full sof expend expenditures expected Resolution. $5,000-00 during a fiscal year. Attached is a listing of vendors with estimated expenditure amounts based on previous fiscal year 2007 /2008 estimates. The amounts listed are simply estimates and does not mean that these amounts will be totally spent. All vendors will continue to be monitored throughout the remainder of the fiscal year for Charter compliance by Central Services. There will be additional reports through out the fiscal year as vendor expenditures either increase or new vendors are selected. Please let me know if you have any questions. Estimated Expenditures Exeeding $5,000 for same vendor for FY 2005 -2DD9 rv,.tlroM..wrsom •+puw � 9(I?110Dg 8:19 AM Brief Description( services Estimated Amount Vendor Name landscaping maint repair, equip $ 35,000.00 Ace lawnmower $ 10000.00 ort- a- toilets Able Sanitation $ 50,000.00 Accris0ft Web su ort Elves parade $ 6'100'00 Acker, Barbara $ 20,000.00 payroll checks and support Acorn Solutions digitivng of city wide documents $ 50,000.00 Advance Data Solutions $ 25,000.00 Advance Digital Copies printing 50,000.00 Advance Public Safety Police equipment for printing tickets $ 15,000.00 children transportation � $ Air B Bus Transportation $ 30,000.00 alarms for burgs fire and equip maint Aifi Electronics $ t O,OD0.00 vehicle a/c repairs aving /lreminglawardsRro$ 15,000.00 an E g $ 10,0D0.00 Generator equip /parts /repaGS rator Generator $ 40,000.0D Credit Card Charges /various vendors Express r!]! $ 16,000.00 Genuine Trk Veti parts $ 20,000.00 Tire tires $ 7,000.00 Truck Crane truck)rsane parts repairs Repair Maint General $ 19,000.00 Amedlumber $ 12'000'00 Automated Bus Machines office equip and maim 20,000.00 lake /canal equip, maint, supplies $ $ 2,500.00 $ 50,000.D0 A ua enix q g ton distance AMT sys & internet At &T tale hone sys & equip maim. $ 50,000.00 Bell SoufhlAt &t promotional/printing/shins $ P5 000,00 Art tech Fencing $ 20,000.00 Fencing $ 10,000.00 bronze plaques onze park field maint and supplies $ 25,000.00 Mainf Copiers supplies /overages /color $ 10,DDD.00 rBest auto body work/paint $ 40,000.00 o l S &W Group electronics $ 15,000.00 repair and rental of equip and emerg. $ 15,000.00 ipment Rental $ 25,DDO.D0 Electrical supplies, parts, equip. Electric $. 5,500.00 Biscayne Awning Awnings $ 10,000.00 Board of County Commissioners special charter review proposal elections , Fuel pump repalmisoffware /underground fuel tanks $ 25,000.00 Branching Out holiday decorations /displays $ 40,000.OD 8randano Equip $ 15,000.00 Brand art USA Sound Meter /supporlAmining $ 10,000.00 Gruel & Ktaer $ 20,OD0.00 Bryant/Miller /olive attorneys attorneys $ 95,000.00 computer related hems COW engineering /consutting sys $ 25,000.00 C3TS fuel and oil $ 340,000.00 BV Oil fuel cards � $ 9'0�'� ClIgo fuel cards $ B,DOO.OD Chevron Texaco card sys 10,000.00 root repairs $ Coda Roofing baskets /picnic shelters /playground equip $ 7,5D0.00 Contract Connection waste - $ 30 ODOM Janitorial Su lies Cos rove ante rises computer related items $ 20,000.00 Comp USA/Tiger Direct air conditioners, parts and repairs $ 30,000.00 Dadeland A/C $ 6,000.OD Ke s Locks related items Dade Lock & Key $ 10,000.00 DO Dy Business Review Advertising $ 95,000.00 IT hardware &software Deli radio a ul and repairs $ 15,DDO.DD Delta radios $ 32.000.00 Banners and Decorations nienlaV Aortas __Event rv,.tlroM..wrsom •+puw � 9(I?110Dg 8:19 AM Estimated Expenditures Exeeding 58,0DO for same vendor for FY 2006 -2009 Vendor Name Brief Description of services Estimated Amount Digital Video Systems Computer and chamber sounds stem $ 75,00D.00 Diversifire Systems fire alarms, parts, repairs $ 10,000.00 Dollarmur sports surfaces Gym floor Mats $ 8,000.00 Duncan Parking meters, repairs, parts, cash key.....-- $ 25,000.00 DSS police veh equip/repairs/sup2lies $ 50 000.00 Emer en E ui ment PD veh equi2 repairs & install & emerg equip. $ 25,000.00 EmerglenSy Vehicle Su2ply PD veh equip repairs & Install & emerg equip. $ 25,000.00 Enterprise / Miami Dade ITO Radios Police Radio MaintJre airs $ 251000.00 Envirowaste Services Drain cleaning $ 60,000.00 Eugenio Santiago /S&A Engineering Structural Engineering services $ 25,OOD.00 Falcon Plumbing Plumbing arts & repairs $ 15 00D.OD Fireworks 4th of July $ 15,000.00 Fire Power Far uson Enterprises Plumbing arts & repairs $ I0 10D0.00 Florida Bullet firearm bullets $ 1 0,000.00 Florida Electric Contractors Electrical work, supplies, parts, equip. $ 7.0DD.D0 Florida IT Solutions Contractual IT consultant $ 10,000.00 Florida Police Products Dd uniforms and supplies $ 40 000.00 Florida Power & Light electric $ 375,000.00 Galloway Office office supplies, cabinets and turn. $ 60,000.00 GK Uniforms uniforms cleaning $ 6,000.00 Gem Seal signs street $ 70 000.00 General Asphalt Cold arch Street repairs $ 6,OOD.00 General Welding Welding of heavy equip. $ 10,000.00 Genuine Parts veh repair parts $ 15,000.00 Graphic Design Intl PD Veh graphics $ 6,000.00 Global Industrial Flttin s for premise crane auth dealer $ 7,000X0 Global Fluid Gomez and Barker Lobbyist $ 60,000.00 Gopher equipment park games. $ 6000000 Grainger su lies $ 7,000.00 Grand Prize Motors Dealer veh Parts $ 15,000.00 Gus Machado Ford veh/trucks $ 30,000.00 Home Depot hardware & supplies $ 15,00D.00'.. Homestead Concrete street resud & sidewalk repairs $ 40,000.00 !, House Doctor handy man fo'r mainly CRA prgeRqles $ 25 000.00 !. Sungard/public sector software, maint,support & training $ 75,OOO.DD HTE Sun ardj ublic sector software, malrd'support & training $ 60,000.00 !. Highland Products P &R bleachers $ 70,000.00'. IBM . Com utersjaccessories 2s400 $ 20 000.00 Identicard System IDS stem for HR $ 6,000.OD International Data Consultants computer consult/en /main $ 60 000.00 Interior Universe interior Floors, blinds, etc $ 17,000.00 Island Fence fence inst. & repairs $ 30,000.00 '.. JAM We Welding of heavy equip. $ 220DD.D J.E.M. Ins ection$ bldq dept. ins eclors $ 50,000.00 Joe's lawn landscape main cra lots $ 75,000.00 Julio's Cabinets cabinetry/furniture $ 20,000.00 JVA Engineering Contractor En Ineedn sys $ 40,000.00 Kilowatts Electric Electrical supplies, parts, equip. $ 15,0D0.00 Kim ey Horn & Assoc enq sys $ 25,000.00 Koch Flnancial internet software su ort $ 35,ODO.DD Lacal Equip Sweeper sup2lies & parts $ 7 ODD D) rwe.ae. w,wm -+pvuo g 9/??120D8 8:19 AM Estimated ExpendWres Exeeding $5.000 for same vendor for FY 20082009 Vendor Name Brief Description of services Estimated Amount Las Cases Gardens landsca e/ lams $ 20,000 -00 Leadex construction mist $ 30,000.00 shoes $ 8ODD.00 Lehigh Shoes street resurf & sidewalk repairs $ 40,000.00 Leon En ineerin l.an o E ui cra demolitions $ 6,000.00 Macks cycle spinning bikes & repairs $ 6,00D.D0 Mac Paper Paper supplies $ 18,000.00 tires $ 20,000.00 Martino Tire Mary's Sports football uniforms & Equip $ 25,000.00 MC Harry architectual Engineering $ 52,000.00 Miami Dade Water & Sewer Water & Sewer $ 35,000.00 Miami Business Telephone telephone vendor State lines $ 15,000.00 Miami Herald city wide advertising $ 60,000.110 Muscle & Wrench fitness equip rep & maint $ 8 000.00 Na in, Gallop & F ueredo CI Attorney retainer+ $ 150,000.00 National Furniture outdoor furniture $ 8.000.00 NICE Systems Police dicta hone annual maint agreement landscaping $ 11,000.00 $ 25,000.00 Nursery Elegua's Inc OM/Physicians Health Occp medical $ 10,000.00 Occu ationai Health Center Occp medical $ 10,DOD.00 Office Depot office supplies, cabinets and turn. office suelplies and partitions $ 60000.00 $ 15,000.00 Office Express a rentals $ 6,000.00. P'rty planet Palmetto Ford Truck truck parts & repairs $ 10OD0.00 Palmetto Uniform ci wide uniforms $ 10 OOD.00 Palm Engineering engineering /consulting sys $ 55,000.00 Paradise production 4th stage production $ 6000.00 PC Mail cam user $ 1000D.00 Petersons Harley Davidson motor bike lease & repairs $ 6,ODD.OD brakes $ 7,00D.00 Power Brake Pride of FI tire recapping, boxes $ 10,DOD.OD ProGrounds Products athletic field materials $ 30,O0D.D0 Quality Communication pd equip radar repair / supply $ 10,000.00 Rechfiene Intl automotive & truck parts .& repairs $ 6,OOO.DD Safety Products safety supplies $ 10,OOD.00 Santana's Lawn Service irrigation / sprinklers $ 20,000.00 S &A Engineering & Eugenio Santiago Structural Engineering services $ 25,000.00 lumber $ 5,500.00 Shell Lumber lime rock $ 1 O,ODD,DO Soil Tech South Fl Maint street sweeping $ 120,000.00 South FI Maint landscape maint Spot Color printing of blue prints & maps $ 7,500.00 cell phones $ 50,000.00 Sprint state lines $ 35,000.00 State FI Mgmt sys Truck Re airs $ 15,000.00 Sunbelt Superior Landsoa a Landscape maint $ 25,000.00 Th senkrupip Elevator Elevator Maint & contract $ 10 000.00 Tiger Direct computer arts /e ui $ 10,0OD.00 street resurf & sidewalk repairs $ 40,0O0.DO T.J. Pavement City wide exterminator sys and tenting $ 15,000.00 Toro Exterminator furniture $ 15000.OD Total Cabinets n.e... o.e. mvwm.+pNec 91718006 8:19 AM Estimated EyPenditures Exeeding $5,000 fu same vender for FY 2008 -2009 Vendor Name Brief Description of services Estimated Amount vehhruck repair / arts $ 13,DDD.00 Tropical Int'l A/C repairs $ 10,000'00 Tropic ArC elecuicai and ice maker a ui & arts $ 10,000.00 Tropic Supplies city wide signs $ 7,0150'00 Tropical Signs Truck Repairs $ 5 500.00 Truck Max $ 20,000.00 12th Avenue Graphics newsletters postage $ 35,ODO.00 US Post Office $ 30,ODD.DD USA Software 20D8 annual support police reconfiguring $ 25,000.00 air cards /wPeless connection $ 60 000.00 ireless $ 10,ODD.00 awn Service Lawn Maint lin rintin of newsletters maMn & Dsta e $ 20,000.G0 School furniture $ 6,000.00 MComputer n Direct Landsca In and lot clearin CE $ 20,000.00 sca in $ 65,000.00 kilis Contractual Piannin dept v.,a... asrwmm.ymw 9/22/2008 8:19 AM NOTICE OF .AWARD TO: SFn7, Inc. 9700 NW 79.Avenue miami, FL 33016 Tel: 305- 818 -2424 Fax: 305- 818 -3510 Attention: .lose Infante or Ciu'istian InLuule DATE: Thursday, April w. 2c)(18 PROJECT DESCRIPTION: City of Dora) Street Sweeper Service, PbYD -2008 -003 in accordance with Contract Documents as prepared by the City and The CITY has considered lire Rid submitted by you for the above described WORK in response to its Advertisement for [aid and Instruction to BIDDERS. You are hereby notified Ihat your Rid has been accepted fm- the City of Doral Street Sweeper Service, PFYD- 2008 -003, in the not to exceed aniounl of 5164,438.38. (One Hundred Sixty font-Thousand Four Hundred Thirty Efghl Dollars and Tbrity Eight Ccuts) You are required by tile to 131DDG12's to execute the Agreement and furnish the required You are CONTRACTOR'S Verrill -tit' 13mu1, Payment Rand and Certificates of lnsurance within ten (10) days from the date of this Noticv) yat If you fail to execnle solo date of this Notice, said Security. BY: TITLE: CITY '9ANAQ:EIZ n( and to furnish said Bonds and Insurance within ten (l0) days from the I be entitled to disqualify the Rid, revolve the award and retain the Bid Dated this day of /'tVf ,2(108. i )DOR AL ( t 2 t ivi) q +OC `;\np.'lt +�'c =t iir.l Srre. r. $ui�r 16J h�`rn 1. FlnriJ;) i +l itq � t� tc u�u•.ci) ynidora l.f L�:cw ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by this the-22,A-day of 2008 BY: TITLE: --�L'G_ —� You are required to return an acknowledged copy of this Notice of Award to the CITY. 2 S�N`4�s AGREEMENT THIS AGIZFEA9EN , made and entered fora on this day of r 2008, by and beta -een SFivl,tlnc.. Party of the First Part, and The City of D01-111, Party of the Secon Part: WITNESETII: That, the First Party, for the consideration hereinafter fully set out, hereby agrees with tine Second Party as follows: I. That the First Party shall furnish all the materials, and perform nil of the Wort: in manner and form as provided by the following enumerated Specifications and Documents, which arc attached hereto and made a part hereof, as if fuliv contained here: Advertisements for [aids Section 00100 Instruction to BIDDERS Section 00210 Bid Form Section 00410 Certificate of Authority Section 00410 .Award Preference for Identical Tic Bids Section 00420 Bid Bond Section 00432 List of Proposed Subcontractors Sceflot (10434 Bidder Qfmlification Statement Section 00450 Non - Collusion Affidavit Section 00454 Public Entity Crimes Section 00456 Notice of Award Section 00510 2. That (lie First Party shall commence file Work to be performed antler this Agreement on a date to be r Section 00526 Agreement Notice to Proceed Section 00'50 Payment Bond Section 00612 Performance Bond Section 00614 OSHA Acknowledgment Section 00620 General Conditions Section 00710 Supplementary Conditions Section 00810 Summary of Work Section 01110 Processing of Application feu' Payment Section 01290 2. That (lie First Party shall commence file Work to be performed antler this Agreement on a date to be r specified in a written order of the Second Party and shall complete all Work hereunder within the length of time stipulated in the Bid. 3. That the Second Party hereby agrees to pay to the First Party for the faithful performance of this Agreement, subject to additions and deductions as provided in the Bid Form, in lawful money of the United States, the not to exceed amount of, SS164,438.38. (One Hundred Sixty Four Thousand Four Hundred Thirty Eight Dollars and Thrity Eight Cents) 4. That the Second Party shall make monthly partial payments to the First Party on the basis of a duly certified and approved estimate of Work performed during each calendar month by the First Party, Less the retainage provided in the General Conditions, which is to be withheld by the Second Party until Work within a particular part has been performed in accordance with this Agreement and until such Work has been accepted by the Second Party. 5. That upon submission by the First Party of evidence satisfactory to the Second Party that all payrolls, material bills and other costs incurred by the First Party in connection with the construction of the Work have been paid in full, final payment on account of this Agreement shall be made within 60 days after the completion by the First Party of all Work covered by this Agreement and the acceptance of such Work by the Second Party. 6. It is further mutually agreed between the parties hereto that if, at any time after the execution of this Agreement and the Surety Bond hereto attached for its faithful performance and payment, the Second Party shall deem the Surety or Sureties upon such bond to be unsatisfactory, or if, for any reason such bond ceases to be adequate to cover the performance of the Work, the First Party shall, at its expense within 5 days after the receipt of notice from the Second Party so to do, furnish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the Second Party. In such event, no further payment to the First Party shall be ity performance ofthe Work shall be furnished n manner and form satisfactory to Second Party. 7. No additional Work or extras shall be done unless the same shall be duly authorized by appropriate action (in writing) by the Party of the Second Part. 2 IN WITNESS W'FIEREW the parties hereto Itnve executed this Agreemcnton the day and date first above written in live (5) counterparts, each of e-hich shall, without proof a• accounting for the Other con nterpart be dee i d an original Contract. T 'SSES: CONTRACTOR: SPfvl lnc. BY: Scal — __r. TITLE: OWNER: BY: NAME: TITLE: AUTHENTICATTI1O,N: :�' p NAME: Barbara Herrera TITLE: CITY CLERK APPROVED AST 1:0 BY: Y4 /�o NAME: .John Hearn TITLE: CITY ATTORNEY City Manager "Professional Support Services " vdvm.srjnw,TviCvNXO it Ph: 305.818.2424 Fax: 305.818.2428 Tuesday, March i 1, 2009 Erick Card IIo City oflloral 8300 NW 53rtl Street Doral. Fl, =3166 Dear Eric: SFM Services, Inc. is pleased to submit this proposal for "Street Sweepirlg. Set�'ices for the City of Dorn]. Enclosed is a brief description of our firm, you can t!lso visit us on lire web at t.N.lw v.srmserviccs.cont. The Florida Department oFTranspurtation Turnpike Enterprise has recentiv awarded SFM Services with the contract for street sweeping the Florida l "umpike. from Miami -Dade County through Broward County to also include Palm Reach County. 'Ibis contract is valued at over $473,000.00 per year. In addition, SFM Services has also performed "Street Sri eeping Services' to the following: • Cite of Miami Springs • Town of Miami Lakcs • City Orlsouth Miami • Uniceo Services In 2007, SFM provided "Street Sweeping Services" to tltc City of Doral on a one time basis. Additional relercnccs Will be nvnilable upon request. Should you have any questions with our submittal, I can be reached directly at 305.525.9442. We look forward to continue �,vorkimjl with the City of Doml Vice President 9700 N.W. 7901 Avenue N�lami, Florino 3307E ° Fax: 305-81 8-22-12B ,•ow.v.sfm servic e 5 . r ou, Offlce: 306.818.2424 ° loll Free 1,866.253,2643 Drug free Workplace Prograin SFM Services is proud to participate in the National.Drug Free Workplace Program. objectives/goals: 1. To reduce dnig use in the workplace Z. To increase productivity 3. To improve o ieiency 4. To reduce accidents in the workplace 5. 'lo demonstrate a more professional attitude and standard of conduct 6. To deliver better customer sen-ice To achieve these (Z)As, SVM Services conducts: i. Initial and Periodic safety training sessions 2. Drug Abuse Awareness pamphlets 3. Random Drug `s'cr'eening of existing emPloyees 4. complete drug Screening of all job candidates Prior to :out of assignments a. Alcohol and Drug screening in the event of work- related accidents 6. Formal and informal counseling by trained supervisors ,,FM Services Ming Fol €itat SFN1 Services performs investigative background checks for all cntployees staffing our client's facilities. SFAS Setw °ices «'bile Perlitrn7ing investigative background checks which will include the following: Soeial Security. Number Verification m Criminal 1-Iiston' Search (7 years) • L•mployment Verification • \!intent Sexual Orrbndcr Regisrry Search' • t)MV Records (5 years) • Florida H.RS Abuse Registry SFM Sen ices' employees shall have employee history Cile in duplicates. Fifes shal l contain health checks and annual '1B 'tests as well as all documented training and development to be ut compliance with OSRA. sFM Services has zero tolerance for any type of drug abuse. As pan of our "Drug Free Program'', monthly random drug tests are performed. Documentation is.avzilablc for inspection. All employers working for ST4,M Services undergo crimnzal back ground checks before employment. 1016.0. CERTIFICATE OF ! 6Rcs1LfTv IldSUPANIC -' - i `iz.,' z 2Dt7 i (3Ui155$ -li0_ 5 ?2_''.712 ',7H15 !FIC GER7AFE 15 i5SU£U :_P•A I:1tT7ER of i!3fnRl.'ATI:]4 OW T AND COt:FERY HO ft13HTc uPG:a �H= CERTiFIC�! £ Raen Ca-mle !;cart Ec Sol.mny yC!CE.R. TBIS CEL:Trr:GA7E DOES NOT IU'.E1a5.=� E1St•GF. 7854 fto(2(nYP3l !=6 .°,(rtiC( ALTER TdiEGOVFRAGEtt GP.DE+�AYT4f. P�I,tCIF's F'r. I M, I SUi TE M j Itiami !- al(es. rL 33Clo + IItSURER`S AFFORDItIG COVEflAGF ;r'.AX r. . -aF-{ Seric 5 In - Uni:ad Sta =ES fi rry Tnft Co 1 i 970D Ati 7Rr8 Avon e V; .30,1E i:, 3t•i d4eid Fnpo;!et•5 In: in r aE vlITI,-P.Arg " _.. _ "I _ _.. •::5. +2_, Tft. TOF r1i _ _ .- P � �[ J� } }5'J:S °IFET.. ^c x xJJ ••tYO.. C:n, . � '4.)l.'.[ -a! 0 `s1+•.r n:xrR< -,C:iG M1t:"J.,•v4=-{jA'V+GDC_- .._ _:,Ing' � 1.ODC,SGOJ ;3372i2Elaj lli G3I2Gv7 i i iiYlrll' -dl551 _ _'»:i _, _ur.__ 1 Di0WI y D .is_ y DWI IT 600 IP31.QVI � _ � I -_ _ I _ - -- -�-- - -- •—... �,.[o'+u:v_,::s�. - `_ ii :24768d111IG11]C07'li.'d ? ?.`2dU5 ' '...e•,..a r.2::::a.:.+ �o -. � Ji3A1. i i I _!: ii�Y•L i i j jLi...�.... J 5530905054 %01i' - ! 10/01/2"q -007 ! PRMm 0;: I-SU ?.ANct ACORD 2S ( = -Ga-I MN pFGA }a.w CCE :�!4SL0. r :.•.^_:ClSuncR i.:.- ;i +£_. H:C+VL .VAtiI M1[R1l'i,U FJ`CL':n :vif.!RTFIaI_:W p ^. ?VAl °p •[:1ni L ?4i. . - 9. ? °:.L'ME t7!= M1.' L= CC ?!:•ir_RN:_Fi /J'ebf:JC'e:JAf'ea J- :YS:.^' '.AC FO CORPOWITID9 vas d 9 O 3 vv LL vmI z 6 ILI ZI g r e o 0 m y W¢ µ m N Jti .+� z � t �'� � „'6 L�.�` v/'' •4;i- " N.y Tye 1 �yf� t oX b Vl 1 9 Q 4 4, zW � °- B p. to y a SECT100 00401 0 Gip. FORM 15 SECTION OO410 BID FORM THIS BiD It SUBMITTED TO: City of Doral 6304 NW 5310 StreMSune 140 Doral. Florida 33166 I. The underdgned BIDDER proposes and agrees. if this Bid is accepted, to enter IMO an agreement with The City of Dora, in the form included in the Contract Documents w perform and furnish all Work as specified or Indicated in the Contract Documents for the Contract Rice and within the Contract Time indicated in this Bid and in accordance with the other term and conditions of the Contract Documen 2 BIDDER accepts all of the terms and conditions of the Advertisement or ImAtsdon to Bid and Instructions to SIDDER'5, including without limitation those dealing with the disposition of Bid Security. This Bid will remain sublets to acceptance for 90 days after the day of Bid opening. BIDDER agrees to sign and submit the Agreement with the Bonds and other documents required by the Bidding Requirements within ten days after the dare of CtWs Notice of Award 3. in submitting this Bid, BIDDER represents, as more fully set forth In the Ageemant than (a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which Is hereby admoMedged.) Addendum No. '- Addendum No. Dated: Addendum No. Dam' Addendum No. Dace (b) BiDDER has familiarized themselves with the nature and teeter of the Contras Documents. Wo& she. locaBry, and all food conditions and law and Regulations that In any manner may affect cost, prgess. performance rk. ' or furnishing of the Wo (c) BIDDER has studied carefully all reports and drawings of subsurface cmdidons and drawings of physical conditions, (d) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully swdying) all such examina lom irnesdgatons. eq+loradom. Mesa and studies (in addition to or to supplement those referred w in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, perior mamce, or furnishing of the Work at the Contract pricm within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, and no additional examinatiomm invesoga tmL exploratom tests. reports or similar information or data arts or will be required by BIDDER for 16 such purposes. (el BIDDER has correlated the results of all such observations, examinations, investigations. explorations, tests, reports, and studies whdh the terms and conditions of the Con-,ract Documents. (f) BIDDER has given the City v✓riaen notice of all cnnfiicts. errors. discrepancies that it has discovered in the Contract Documents and die .Written resolution thereof by rile City is acceptable to BIDDER. (g) This Bid is genuine and not made in the metres[ of or on behalf of any undisclosed person. firm or corporation and is nor submitted to confoh'miq• With any agreen)cnt or rwee of any group, associadon. or, natation, or corporation; BIDDER has not directly or indirectly induced w' solicited any other BIDDER to submir a false or sham Bid: BIDDER ha, not srli: ite_ or induced any Person, firm or corporation to refrain from b;dding. and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or ove: .he Ory, z, BIDDER understands that tine quantitles provided are only provided for bid evaluation, only. 7hc actual quantities may be higher or lower than chose in the bid form. 5. BIDDER understands and agrees dial the Contract Price is Unit Ram Contract to furnish and deliver all of the Wort: complete in place As such the Ctlntracro%' shall furnish all labor. materials, equipment, tools superintendence, and sehvices necessary to provide a complete PrOiccE for the Bid Price of Total Center Lane Miles 92 Miles �„ Estimated Frequency f Bi-Weekly Unit Price j uantity ( Total Price Miles I Lane Curbed Mile Price � a9 936 % Rk F-2 Lanes Curbed Mile ­­Price , x. 29 oil -- - ,: I, Lane Non- Curbed Mile Price x a I 780 .29 1 >-�-- i2 Lanes Non - Curbed Mile Price j 260 5 t 7a(. bai 13 Lanes Non- Curbed Mile Priced 52 I As needed. j Park Parking Lot 4' I h� 320,000 — Per 5 Ft �_ I _ I^ Inspection Form atr„Chcd to thls packaged. BIDDER aRre` -s that the Work. wilt be cr.�n'�ple <ed as scheduled from the dace ;dpulated In :he NO�i_e to Proceed. ComntoblCatiom concerning this BBid shall be addressed to: BIDDER: � E id sec �j tcitr^ . Address: r'�fy7QJ/ Z h.il. I"7` ,�-v •• Facsimile Number z— •t- "�'� —��'A ALCEnUUiI: 8. The Terms used in is Bid which arc defined in the General Condition, rut the Contr`tt. inrludad as part of r1�e Contract documeMs have the meznmRS asaigncd to them in the General Conditions. suB NITTED THIS DAY / ri -t { T-• 20D8. If BIDDER is: l% AN INDIVIDUAL By: f 1 1 (IndividutPs Name) doing business as: ftUSinecs address: Phone No: Facsimile No: 19 A PARTNERSHIP By: (Pirni s Name) (General fttt er) Busin %ss uddress: (mil (SEAL) PhcmP Idnt _, . _ Facsimilc No: 20 A CORPORATION (corporation Nam'-r) ( (S�Le of(I^.rrpoore.00n) By: (Title) (Gcr orate AccesG (Name cf Person Audtorzed to Sign) Business address: `��� ` luu Phone No: y Facsimile No: ?1 A JOINT VENTURE By N' �xme) (Address) iName) (Address) ([x[h Ininr venture muss sign. The manner of signing for each 4;dividoal, parmership. and corpnrarion That is x Party to the joint Venture should be in the manner indicated above.) CERTIFICATE OF AUTHORITY (IF CORPORATION) STATE OF SS: COUNTY OF 1 I HEREBY CERTIFY that a meeting of the Board of Directors of the a Corporation existing under the laws of the Scale of-JE?= r'_1�._ held on ! / 7.0, the following resolution was duly passed and adopted: °RESOLVED tthat as st of the Corporation, be and is hereby authorised TO execute [hc Bid dated, 7 6 �OnYi , to the City of Donal and this Corporation and 11121, their execution thereof. atteste Secretary by e Seetary of the Corperatiun. and wish the Corporate Seal affixed, stall be the nff.rlal arr. and deed of this Corporal ion." 16srrher Certify that said resolution is now in full force and effeCL IN WITNESS WHEREOF, I ha+c hereunto set my hand and affixed the official $eal of the Corporation this ——_• dzy of —j+s �'t_•. � r ( . 20Q8 . r'rEAl.i CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) STATE OF ) SS: COUNTY OF ) I HEREBY CERTIFY that a meeting of the Partners of the a che Corporation existing, under the taws of the State of .held on . ZD following resolution was duly passed and adopted 'RESOLVED. that __ $ as,�,% of the Paroership, be and is hereby authorized to execute the Bid dated, _ 20 , to the Chy of DoraT and this parnrwWp and that.thtdr execution rhere4 am"md b the shall bathe official sa and deed of this Partnership." 1 further certify ti= said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hamunm set M hand the ! day of . Zo Secretary: (SEAL) 24 CERTIFICATE OF AUTHORITY IF JOINT VENTURE STATE OF ) 1 SS: COUNTY OF ? I HEREBY CERTIFY that a m2etine of the Principals of a } the u. a corporation existing under The !aws of the State a( held an 7p . the followdno resolution was duly Passed and adopted: 'RESOLVED, that.- _ as Of the Ioint Venture be and is hereby authorized TO execute the Bid dal:efl. 211.— to the C'jry of Dorm official act and deed of this Jolnt Vennire:' i further con* that said rmitldon is now, in full farce and ei(ect, IN WITNESS WHEREOF, I have hereunto set my hand This_ _ dzy of Secretary: (SEAL) END Ot SECTION 25 SECTIO14 00420 AWAPD PREFErRENCE FOR IDENTICAL TIE BIDS Whenever two or more Bids which are equal with respect ro price, quality, and service are received by the City or by any political subdivision for the procurement of commodities or contractual services, a Bid received from a business that Terrill" that IT has implememed a drug-free workplace program shall be giver: preference in ole award process. Established procedure: for processing tie Rids will be followed if none of the tied vendor have a drug -free workplace program. In order to have a drug.frec workplace program, a business shall: i) Publish a statement norlfying employees That The uniaw3ul manufacture, d :stributiun. d:,peruing. possession, or use of a controlled zubsunce is prohibited in Ole woi kplacu and specifying the actions .hat will b, taken ageinst employees for violations of such prohibition. ?) lufonn eriployem about the danger of drug abuse in the workplace, me CkYr pnlip• of maintaining a drug -free workplace, arty available drug counseling, rehabilitation. and employee zssistance programs. and the penalves that may be imposed upon employees for drug abuse violado rs. 3') Give each employee enEgged in providing the cornmoditie, or contractual services chat are under Erd a copy of the statement specified in subsection (1). 4) In The statement specified in subsection (1). nodfy dac employees that. as a condition of working on the commodities or Cottt'aCLUai services that are under Bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty• OF nolo mrttei\drre w, any violation of chapter 893 or of any controlled substance law of the United State, or -any state, *Or a violation occurring in the workplace no later than Gw days after such conviction. 5} impose a sanction on. or require the satisfactory participation in a drug abuse assisranre ITT rehabilitation program, if such is available in the employee's community. by any employee who is so convicted. g) Make a good faith effort co continue to niainiam a drug free vorkplace Through implementation of This section. As the person authorized to sign dae statement- I cerd5• char rills firm cempfies fuNy with the above requirements. BIDDERS SIGNATURE: END OF SECTION 3G SECTION 00432 STATE OF FLORIDA COUNTY OF MIAMI -DADE ) KNOW ALL MEN BY THESE PRESENTS, that � Y SF*M Services, Inc. _ as Sur as Principal and Lexon nsurence Surety, r%%d and and unto the City of Doral, a municipal corporation of the State of Florida in the sum of a"Y.ars Dollars ($ 101000,00 ), lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our helm executom administrators and successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBUGATION IS SUCH that whereas the Principal has submitted the accompanying Bid dated. 2008 for. St�ree_ger Services RFP2(>o8 -US WHEREAS, it was a condition precedent m the submission of said Bid that a cashier's check or Bid Bond In the amount of five percent (S %) of the Base Bid be. submitted with said Bid as a guarantee that the BIDDER would, if awarded die Contras, enter Into a written Contract with the City for the performance of said Contract within ten (10) consecutive calendar days after written notice having been given of the Award of the Contraa- NOW, THEREFORE, the conditions of this obligation are such that if the Principal within ten (10) consecutive calendar days after written notice of such acceptance, enters Into a written Contract with the City of Doral and furnishes the Performance and Payments Bonds, satisfactory to the City, each In an amount squad to one hundred percent (IM of the Contract Price. and provides all required Cerdficates of Insurance, then this obligation shall eg eas t otherwise the sum herein Mated demand of the payable d the nd lawful moneyiof he United States of agrees m pay said sum ImrthedlateJY. upon it7'• 8O° America, as liquidated damages for failure thereof of said Principal 2 7 IN WITNESS WNEREOP, tha xho' +e bonde' parues have ex: cucec cis irsrn:m =_n; :rndFr tl}ei- se� this 10th day of i w rc-h ,2008, the name am the rpo ^te Lr -al : = rh tnrpo being hereto zlfix_d and 'are presErtt; oeing du!/ rig eti by its un ersi n2d repr«rca;.ve. IN PRLSENCE Os: u }t (Indlviduaf rn- I arcne ship Principal Witness v `"Impress corporate Seal IMPORTANT SI'd SUCVices, InC. iSEAL) JG g- '•t .nftnte JL Pr:Esidpa',L , venue (business iaddress} `ii ail 5, FL =30171 (C IV e' ip) (30_5 ) , ;.7,'t? -2524 (9usiness Mont) I�xnn TnSttra11Cui'_ C�n;stiy Xurton Harris, Attomocv -_n -Sant {Cory r» Suretyj" " -- to trznsact burin.. = -.:s in the Sta.e o' Florida. . Xurton Harris, Attomocv -_n -Sant A: Fla. Pr- 6idPnt xmend¢d) and be =AMS83 Surety compznies executing bonds must appear on the Trea5ury DeparcmenC 5 mos: clliTent IisL (circula xmend¢d) and be au_horized to trznsact burin.. = -.:s in the Sta.e o' Florida. . Sjorind, sealed and delivered m tine presence of: Tgy: (Printed Name) P-CKNOWLEDGMENT state of Florida Dade County of . "'liarni On this the Kith day of 'latch 2006, before me, Lhe undersigned Notary Public of the State of Florida, personally appeared Burton Harris and (Idan•re(s) of individual(s) who appeared before notary) Whose nam(s) is /are Subscribz tot :e within instrument, and he/she /they aclui3e:dedire rhat iie%sneithyy e %,ee..'Ae,= IL. WITNESS my hand and official seal. ! -AHARA K. BATH P:ublir, Stake of Fforida NOTARY PUBLIC, STATE OF FLORIDA "" comm. m d. Aug. NOTARY PUBLIC: SEAL OF OFFICE: P.arl-ara K. Bates (Name of Notary Public: Prins, Stamp, or Tyre as Commissioned.) 7 Personally known to rne, or ❑ Personally identification: (Type of idencinCatiorn Produced) ❑DID take an aath, or ❑ DID NOT take an oath. OPTIONAL INFORMATION: Type Of Documenr_ Number of Pages: )Number of Sig,awres Notarized: END OF SECTION X19 POWER OF ATTORNEY _ KNO40 ALL 6aEN BY THESE PRESENTS. Ihat LEXON INSURANCE CO•r.9PANY, a Tears Cnrpnreimn. vrih ils pnnr,!Pal of ice In Louisville, Kentucky, dock hereby Constitute anti aFPO!nt: Burton Harri R• C -li Tis6ne Harris Manilla RaYnif Its !rue and Imrrfuf Anorney(sj-in -Fact to make. execute, seal and dc!b:er for, and o: i iIs behHif as Surglu Sri" and at bonds. �.ir::.riakinps nr uU,xr v:rlings Obligatory in nature Of a bond. v' a recclUtion :;hid' l ' III LEXON .a, Iassed Cqtl:e Eua:d Of Daerj(, This authod�a is rade under and by "hR aUthO';+y INSURANCE COMPANY on the 1st days of July. 2CO3 is fOfIOWS: IiesOieetl. that iha Prasldeni ci thr-: COMOMY is hel'eby aulhureed to appoint and 6mr4Y::pr anj rc PrP3- .nEl:ve of'hv t= Cmpany of other person or persons as All Int•)' -IP; Fdct lu eaeuula or. bahali re: i "ra CC:npany snv brnds, uniC: ;kin_3• I•"•iigES• CJtll:ac!a u': mder;u gh Li other r; ritings Cblipetury in rm6!rN n! a nnnfi not ir.: e;reed S2 .�00,000,OC. TvaO Ni3!:on Co IhR Gr >nr>any mlg. ^.t ava;uie thn;Ugh 11S duly elected officerr. and .a ix tv.c 5031 ^f 111C. Co:npeny Iherelo. Any sell R:4iCl limn r +. Rta;h npGUm6ptB pj• an i�flc;i1C',j In -Fact sl':a!I Le as b!ndine upon the Company as ff Omy had Ileerl duly eaereded and acV,nr vlcdgrd by 1110 IcCu!arly eiweJ ulL•cer of ❑•:e t:Ompany Any AUorne;; -In -Fact. so appom.ed, may b4 rercmred Of yucd Cause and me autnonr,. So rran.:ed may Oo re;ro4:c•O as specr'•ce in t!'.e Pov:el ut Attorney. Resolved, I1181 Me x;gralme In the PraE.i•dent inn the seal Of the COMP =n'i n',RY be adi>:ed L•y frccimile On arry Parer of atlnrnay granted, artl the signature of the Vice President. ai;d the seal of the Curn!:eny njAv t:a atiixen by fa;sirnlle to ant" - rdifiOalo --Of any such poAref and any such power ur cenih at.; h.:,Rnng Such tacs!mi!e slgnanim and seal shall be va'.id and C•indir.5 0^ lire C:>nq:any. Any sucn �nvasr so sxeCUtsd grid sealed and cdditiOa;e so eracutetl end seelua shall, Y:rh ra:;oed to any band rt :ndenaring ;O :rhdch ii L' attached. _ontinue to be valid and hindtng nn the Cr-•mpany. T,i WITNCS5 TI IERCOF• LEXON INSURANCE COMPANY I':as ra"Sed 11113 "nstrurnent to TH Ki30a7 by il.e Presidern, and its Cerparate Seal to be affixed this 2nd da• >v Of Ju!v. 2003 TEXAS INSURANCE COMPANY ACKNO\NLEDGEMENT LEXON INSURANCE COMPANY BY David P. C. Rrnphetl Pran!tlAM On this 2nd day bt JuhS' =00-a. Lefors roe, personaNl' care? David E. Can 1rL611 to me ,•:hd Ik :riq duly s::.:r. r,, red Gep ^85 znci Soy III-at he is the !'resident of LEXON INSURANCE COMPANY. the cInperalion described in, and'.'•'tiCh executed the above in Etr MSM: that he executed said Instrument on behalf of the Cerporafion by authonty Of bis d ice uncer the Sy -laws of said CnrpOratlnn. OFFICIAL SEAL' -�+} LYDIA J. DEJONG ^NOTARY PUBLIC STATE OFII.Mas I / f yy '! ,JC -3jt• ) My COhhftlSSIORWIRES t/t Z007 > �—'- -- Lydia J. OeJung CERTIFICATE tlntar7 F;rdir.. 1, the undersigned, Secretary Of LEXON INSURANCE CotAPANY, A TCAas Irisuranc;; Cnrnpany, bO HEREBY CERTIFY that the onginal PO'a;et of Alltlmwy Of Which the !OlegO:nil u a true aril Corlett cuoy. is :":. lull ! fue and eifeu; slid has nut been raaoked rraj the rasoluilon.s as eat forth are nmitf in force. IC;tfl !,'arch 'ii ID'._s Signad and Sealad ni Lonilmrd. Ilhlmis ihln DRv ril A TEXAS INSURANCE COMPANY , n � Y Donald D Bunnanan Scaoan• SECTION 00434 LIST OF PROPOSED SUBCONTRACTORS BIDDER shall list all Froposed Subcontractors to be used on this pvjec if they are awai ded the contract. CLASSIFICATION NAME AND ADDRESS OF WORK I LICENSE rr OF SUBCONTRACTOR if, prior to Nonce of the Award, the City or the Contractor has reasonable objection to and refuses to accupt any Contractor. Supplier. person or organization lifted, the BIDDER may. pnor to Nonce of Awai d. submit an accepable substitute without an increase in their bid price. END OF SECTION (I SECTIO14 00450 BIDDER QUALIFICATION STATEMENT The BIDDER'S response w this eucstionnaire will be urilired as Pam of the City's ov -1-211 Bid Evaluation and Contractor selecuon. The following minimum experience is required (u1- this projccc A) successful completion, '+eriiable with reference, of a t least t)iree sweet swceprn g j obs w9th a municipality or government agency within the last 5 year; in South Florida: Kami-Dade. Brovard. Monroe. Collier anti Palm Beach OR B) successful completion. wri table with reference, of at least three street swecpirig jobs of more than $50.000.00 for a commercial agency within the last 5 ycars in Sourf, Florida: t91am:- Dade_, Broward. Monroe, Collier and Palm Beach C t "`�i 1 p-- �i...1 I, ProjecL Name?Locatlo" j} Owner Name Contact Person n %� - Conma "f¢I¢Phnn¢ No. _ Yeariy BudgetlCost' - -- Dates of conuacc From: . nok ,'+„ Project IJamefLocatlon Owner Name Contact, Person Contact Telephone Nu. — Yearly BudgedCo5t Darns o4 contract from :_.,1_1-._ .-- 3, Proiea NamAocattor. 3 s Owner Name Contact Person -t Contact Telephone No. 'reariy budget/Cusc sk L Oc — y G« -•tz G � C�- .-Iu -u c')1- �` ;t 4. Project Name/Location Owner Name Contact Person Contact Telephone No. Yearly Budget/Cost Dates of contract Street & Parking Lot Sweeping Uniceo Services John Aleman 786.229.2436 582,000.00 From: 1999 to: Present Additional references are available upon request. June 28.2006 Mr. cbristian infante SFM Services, Inc. 9700 NW 79* Avenue Miami, Florida 33016 Cit3r of south Miami pLTMAC WORKS MEN 4795 Sw 751 Avenue Nfiemit FL 33156 Tel, (305) 663-6350 Fax i 6684208 Dear Christian: This letter is m state how please providing over the last three Year- we are with the street sweeping services SFM Serviccs. Inc, has been It is not an easy task maintaining the appmxhnm twenty one miles of our city streets clean. Your crews do and excellent job, Your firm serves as a great support source to our public works deFuu neat. On behalf of my staff and our citizens thank you again for a job well done. please feel free to list me as a reference- sincerely* W. Ajibola Balogun, REM public works Director Dates p( ConL2et State of County of a le. - 1 From: SECTION 00454 NON - COLLUSION AFFIDAVIT UCLaAi _�,r,�-'t . being first duly sworn. deposes and says chat: (1) He'SheThey isiare tine \.1`'f .>:' >("C' —.Y G'Ue (Owner, ?aruner, Officer, Representative or Agent) of i0,:rA�y1 ,� t ll n the BIDDER dial, hzs suLmi,_ed ills attzched bid: (2) HeJSlip They Iskire. fully informed respecting The preparation and contents of the,arached Bid and of all perztn =_rat circumsances respecting such Bid; (3) Such Bid is genuine and is not a collusive a' sham Bid; (4) Nei[.her the said BIDDER nor any of its officers, partners, owners, agent;, representatives. employees or parties in interest.. including this affant, have in any way colluded, conspired, connived or agreed, directly or indirectly. with any other BIDDER. firm, or person to submit a collusive or sham Bid in connection with the \Norlt for which the arnched Bid has h"n sutmi rer1: or ro refrain from hldding in connection witn tuck Work; or have in any manner, directly or indirectly. sought by agreement or collusion. or convnunicauon. or conference with any BIDDER firm, or person to fix any overhead, profit or cost elements of the Bid or of any other BIDDER, or to fit: any overhead, profit, or con elements of The Bid Price or the Bid Price of any other BIDDER, or To secure through any collusion, conspiracy. conn or unlawful agmeinenc any advantage against (Rud�ncntj, or any person vaace, interested in die proposed Work: IS) The price or prices quoted in The atached Bid are fair and proper and are not taint d by any collusion, conspiracy. connivance or unlawful agreement on the pert of the BIDDER or any ocher of its agents, representatives, ovoners, e:riP'oyees or pariiu in interest. including this afliant. Signed, scaled and delivered in the presence or (Printed Name) f/ r (Title( ACKNO MILEDGMWT State of Florida 1 Count', i On this the—IG—�d-y of /ia r r . 2008. before Inc, the undersid ed fJnrxry Public of The State o f Florida, personally appeued p and fName(s) of individualis) who appeared bnfore noary) whose name(s) islare Subscribed to the within instrumenT, and heJsi+e+they acknowledge that he?shelThey exacuted It. WITNESS my hand , and ofiioal seal. ,+.� . -t� AV T;tiT:1F.Y T� "SLIGI TnITZ yr . �ORiDA r ; s YY �tailc7.ifi2 jT HELTBTa `?a, :Ce ske ODDMU 7 NOTARY PUBLIC, STATE OF FLORIDA a t RY'pir ei AUG, 26, 2012 n• A71 Sw.7.s',arTibt'u uG, LPL. NOTARY PUBLIC: SEAL OF OFFICE: Name of Notary Public: Print stump. or Type a= Commas+oned -1 Personally known to me. or ❑ Personally identification: (V 1 i Q -) + (Type of Identification Produced) CI7D1D tai a an oad+. or ❑ DID NOT nice an oath. OPTIONAL INFORMATION: Number of Pages: Type Of Document Number of Signatures Notarized: END OF SECTION i; • „ f . PU13UC ENTITY CRIMES Pursuant to the provisions of para .graph (2) (a) of Section 287.133, Florida State Statutes - "A person or affillace who has been placed on the convicted vendor On following a conviction for a public entity crime may not submit a Bid on a Contract to provide any goods or services to a public entity, may not submit a ltd on a Contract with a public entity for the construction or repair. of a public buildmg or public Work. may not submit bidaon leases or neat property to a public emky, may not be awarded to perform Work as a Contractor. supplier. Subcontractor. or Conwitant under a Contract with any public entity, and may not transact business with any public entity In excess, of the threshold amount Category Two of Sec 287.017. FS for thirty six months from the date of being placed on the convicted vendor list. Wft jai CONFLICTS OF INTEREST 34 SWORN STATEMENT PURSUANT TO SECTION 287,133(3)(a) FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE. OF A, NOTARY PUBLIC ciR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. This sworn . <,rar.umry7t is submicced by C`1r r's•�-+`a— __ ..). -.+-- � v:hosc basin ss for _, �i�/i7 �"Y• ` r e �. '-� � • � .- .....r i r �( � .'.�� address is 47Qf � v'�?C -J Z� and (if appticabte;, �(NRR 7 (IF the entity find nn FEIN, include the ita Federal Employer Idenrflerci. ^,n number (FEIN) is �'j -.a Social 5eturity Number of the individual signing this sworn statement :r h 267.!33 I1 Fiorica Statu >.e_s. mean, a 2 I understand fiat x'public entity Crime" as defned in Parag app ( (g). violation of any rote or federal Ixw Fry a Person w¢h respect a and directly relayed to the rransatUon of business ited with any public ertiry or v: nh zn agerry or political subdivision of try other sacs or with the Un Aztec. , Including, but not lirniued to, any Bid or Contract for goods or services m nv provided t' any public entity or an agency or political subdivision of any other sate of the United Status and invohring antitrust fr„ud, rhefc. bri'xry. collusion, racketeering, conspiracy, or material misieprosenmdon. 3. 1 understand that "convicted" or " convicion" as defined w Para, 287,133(1)(b). Florida SiTnfory mean: a finding of guilt or a conviction of a public gouty uinie, vritlr Jr widaout +,n adjudimrion of guilt m any federal or scare [rail court of record relating to charges brought by indictment or information after July 1. 1986, as a r-ytllt :,+ a jury verdict non -lury vial, or envy of a plea of guilty or nolo contender--. _ 1 understand that so- "afiiliare" as defined in Par a. 287.133(1)(a), Florida Salutes, neaps: 1. A predecessor or successor of a person ronvicred of a public entity crime: or 2 Any endcy under the control of any natural person who "a active in the management of tits eoiry acrd who has been convicted of a public entty crime. The term 'affiliate" Includes chase c3rcen. do actors, executors. Affiliate. The pat ;octets, shareholders. employees, member., and agents who are active m the management - of tar. ting a controlling interest in another persr.,n. or a pooling of eeuipn[enl ownership by one person of shares constitu or income among persons when not for fair rrnrkec value under an arm's length agreemenr, shall be a prirnu facie case that one person controls another person. A person who ImcawM;y errcer into a loin; venture with a person who has been convlaed. ^.f a public entity crime in Florida during the preceding 36 months s:[aii. be, considered an affiliate. 5, 1 undertand that a "person" as d ^fined in Par. 287.1330)(e), Florida Statue. means any natural person or entity organized under the laws of any sate or of t4c United States with the iegai power to enter into a bindinIg Contract and which Bids or applies to Bid on Commms for Use provision of gads. or services let by a public entty or which otherwise e'ansaccs or applies to rmnsact business wiS a p'uhli :. entity, Tile term " persons exeurives, partners, slsarchoid>_rs, employees, member's. and agents who are inched' those officers, directors. active in management of any entity. E. Based on information and belief, the statement which I have marked below is true in relacon to die unity submittin trhls sworn statement (Indicate which uatement apohes.) (� directors. eXe-Cnti'aes, L+ Neicher the entity suhmrtvng this sworn satolnant nor any n( a's o(fima. em ir. ,yeas' member;- or agents who are. active m the n;anagdment Of the gong•, 'or any parlpt!rs. shareholders, p Y 3? ar(diate of the entry has been charged with and convicted of a public enrity trim=_ subsequent to July 1. 1989. The entity submittng dais steam statement. or one or more of its officers, dire..ars, erccuiivm partners, shareholders, employees, members. or agent who are active in the mange ment of die entity. or an afflliere of the enucy has Weft charged with and to of a public entity crime subsr_quenc tc July L 1984. The entity submitting this sworn statement. or one or more of its cfiicers. dimcrors, e>:ecurwes. partners, shareholders, employees, member,, or agents who are active in the management of the entity. or an affiliate of the amity has been clrnrYCd with and r-onvicced of a public entity crimo tubsequent to July I. 1989' However. there has been a subsequent proceeding before a Hearing Officer of die, State of Fhrlda, Division of Administrative Hearings and rile Rnsi Order entered by the Herring Ofi�cer of the Stare of Florida. Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in r.Shn, pubilr. interest to place the entry submining this sworn statement en rhn mnyicted vendor list fA:tach a tnpy of the final order.) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED ih! PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND. THAT THIS FORM IS VALID THROUGH DECEMBER 31 DF 7HE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REoUIRED TO INFORM THE PUBLIC ENTITY PRIOR. TO ENTERING INTO A FLORIDA STNI UT I CATEGORY O S, FOR TWO OF ANY, ,, CHANGE SECTION i IN THE INFORMATION CONTAINED IN THIS FORM. s rrr -• (Printed ja e) jaL — y `ter fTnle) {..3,CAct4 Sworn to and subscribed before me ribs k` "" day os 008 Or Produced Personally known {'Cu p SttL +,� : 1i'i F.rae:^'t- { — Identi8czdon �. Notary Public - Stare of _ ° to Y c�f — .. My Commissior: Expires -•.�(I (Type Of Identification) NOTARY PUBLIC -ri T°_OF PLORMIA Vaaa85a V. Herrera Ceesmissk #DD709577 (Printed, typed, or stamped commission name of notary poM1U z +`EgPI AU'.215,2011 sat+uan •coat nntn:scsCxn�tc c �._.::. END OF SECTION _G sec'fIom 0050.0' AGREEMENT 17 From SECIRUY BOND ASSOCIATES, INC. 10131 Sw 40TH STREET MIAMI, FL 33165 -3947 To: City of Dural, FL 8300N. W. 53d Street Doral, FL 33166 GENERAL STATUS INQUIRY SURETY: Lexon Insurance Company DATE: BOND TYPE: Performance & Payment BOND AMOUNT: $1642438.38 BOND # 1005925 BOND EFFECTIVE DATE: 4/24/08 PRINCIPAL: SFM Services, Inc. JOB DESCRIPTION: Street Sweeper Service NPWD- 2008 -003 As agent for Surety for the above bond we need a periodic status report on the progress of the job. Your filling out this brief inquiry will be appreciated and should prove helpful to us both. . These inquiries will be sent periodically until the job is satisfactorily completed. A self addressed envelope is enclosed for your convenience. (1) Is work completed? Yes If yes, date of final completion: No If no, percent completed: %. Probable date of completion: (2) Is work progressing satisfactorily? Yes _ No _ If no, please explain: (3) To the best of your knowledge, is contractor promptly paying labor, suppliers, subcontractors? Yes _ No _ Comments: (4) Original contract amount S. Amount of change order(s) $ Final contract $ (5) Date: Telephone No.: it is understood that the information contained herein is famished as a matter of courtesy for the confidential use of the surety and-is merely on expression of opinion. it is also agreed that in famishing this information, no guaranty or warranty of accuracy or correctness is made and no responsibility is assumed as a result of reliance by the surety, whether such information is furnished by the owner or by an architect a engineer as the agent of the owner. PERFORMANCE BOND NO. 100$925 1919 S, Highland Avenue, C • • 00 Lombard, Illinois 6D148-4979 KNOW ALL MEN BY THESE PRESENTS: That SRI Services Inc. (hereinafter called Principal), as Principal, and LEXON INSURANCE COMPANY, a corporation of the State of Texas, with its Administrative Office in Lombard, Illinois, (hereinafter called Surety), are held and firmly bound unto City of Doral, Florida (hereinafter called Obligee), in the full and just sum ofQ-e Hx)Fxe3 Sixty Fall Th..uan3 Fo,.¢' H_n-lred Tjw-Ly Eigit Dollars ($ 164 438.38 I 7 > To the paaymen`ORPro sum, well and truly to be made, the Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed, sealed and dated this 24 th day of April , 20 08 WHEREAS, the Principal has entered into a certain written contract, dated the day of , A.D. 20 with the obligee for Street Sweeper Service 00 -2008 -003 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, That, if the Principal shall indemnity the Obligee against any and all loss or damage directly arising by reason of the failure of the Principal to faithfully perform said contract, then this obligation shall be void; otherwise to remain in full force and effect. This bond is executed and accepted upon the following express conditions precedent: 1. That the Obligee shall faithfully and punctually perform all the terms and conditions of said contract to be performed by the Obligee. 2. That if the Principal shall abandon said contract or be lawfully compelled by reason of a default to cease operations thereunder, the Surety shall have the right at its option to complete said contract or to sublet the completion thereof. 3. That the Obligee shall notify the Surety by registered letter, addressed and mailed to it at its Administrative Office, of any breach of said contract within a reasonable time after such breach shall have come to the knowledge of the Obligee, or the Architect, or Engineer. 4. That the Surety shall not be liable for any provisions of the contract or specifications respecting guarantees of efficiency or v wearing qualities, or for maintenance or repairs, nor is Ilia Surety obligated to furnish any other bond covering such 00 M provisions of the contract of specifications. b 5. All suits at law or proceedings in equity to recover on this bond must be instituted within twelve months after the completion of said contract, and in any event within twelve months from the date fixed in said contract for its completion. o _ SFM Services, Inc. n PRINCIPAL Gt i �/ - - - - -- By Seal Witness — Jos nfanTLiLe t Jr. President i h1. ��, />n Witness LEXO SURANCE COMPANY av By Bur -larris Attorney -in -fact & Fla. Resident Aoent M11188 -'n a. xv i 5. -'n a. xv d. 00 1919 S. Highland Avenue, Lombard, Illinois 60148-4979 PAYMENT BOND NO. 1005925 BY THIS BOND, We, SFM Servicesi Inc. as Principal, and Lexon Insurance Company, a Texas Corporation, as Surety, are bound to City of Doral Florida One,tlundred Sixty Four Thousand Four - lundred izirt'Y EigTt herein called Owner, in the sum of Dollars & 38/100 ($ 164> 438.38 ) for the payment of which we bind ourselves, our heirs, personal representatives, successors and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Principal: 1. Promptly makes payments to all lienors supplying labor, material, and supplies used directly or indirectly by Principal in the prosecution of the work provided in the contract dated the day of 20_, between Principal anndO Owner for c n nstructio of Street Sweeper Service the contract being made a part of this bond by reference; and 2. Pays Owner all loss, damage, expenses, costs, and attorney's fees, including appellate proceedings that Owner sustains because of default by Principal under paragraph 1, of this bond; then this bond is void; otherwise, it remains in full force. Any changes in or under the contract documents and compliance or noncompliance with formalities connected with the contract or with the changes do not affect Surety's obligation under this bond. DATED ON 24th day of April 20 08 S1If Services, Inc. Princ pal ite Sr. President LEXON INSURANCE COMPANY Q (Seal) Attorney -in -fact Burton Harris Fla. Resident Agent TA111883 j POWER OF ATTORNEY Lx - 014414 Lexon Insurance Company KNOW ALL MEN BY THESE PRESENTS, that LEXON INSURANCE COMPANY, a Texas Corporation, with its principal office in ouisville, Kentucky, does hereby constitute and appoint: * * * * * t Burton Harris, Christine Harris, Marina Ramii a true and lawful Attorney (s) -in -Fact to make, execute, sea] and deliver for, and on its behalf as surety, any and all bonds, undertakings or ether writings obligatory in nature of a bond. This authority is made under and by the authority of a resolution which was passed by the Board of Directors of LEXON NSURANCE COMPANY on the 1 st day of July, 2003 as follows: Resolved, that the President of the Company is hereby authorized to appoint and empower any representative of the Company or rther person or persons as Attomey -In -Fact to execute on behalf of the Company any bonds` undertakings, •pofcles, contracts of indemnity >r other writings obligatory in nature of a bond not to exceed $ x,000,coo.00 Two minion filers ••• follars, which the Company might execute through @s duly elected officers, and affix the seal of the Company thereto. Any said execution of ;uch documents by an Attorney -in -Fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the ,egulady elected officers of the Company. Any Attorney -in -Fact, so appointed, may be removed for good cause and the authority so granted nay be revoked as specified in the Power of Attorney. Resolved, that the signature of the President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Vice President, and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certificate so executed and sealed shall, with respect to any bond of undertaking to which it is attached, continue to be valid and binding on the Company. IN WITNESS THEREOF, LEXON INSURANCE COMPANY has caused this instrument to be signed by its President, and its Corporate Seal to be affixed this 2nd day of July, 2003. LEXON INSURANCE COMPANY A TEXAS INSURANCE COMPANY ACKNOWLEDGEMENT BY David E. Campbell President On this 2nd day of July, 2003, before me, personally came David E Campbell to me known, who being duly sworn, did depose and say that he is the President of LEXON INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he executed said instrument on behalf of the corporation by authority of his office under the By -laws of said corporation. °OFFICIAL SEAL" MAUREEN K. AYR Notary Public, State of Illinois My Commlwon Expires 09/11/09 CERTIFICATE Maureen K. Aye Notary Public I, the undersigned, Secretary of LEXON INSURANCE COMPANY, A Texas Insurance Company, DO HEREBY CERTIFY that the original Power of Attorney of which the foregoing is a true and correct copy, is in full force and effect and has not been revoked and the resolutions as set forth are now in force. Signed and Sealed at Lombard, Illinois this 24th Day of APri1 • 20 08 A TEXAS INSURANCE COMPANY Donald D. Buchanan Secretary RESOLUTION No. 08 — 46 A RESOLUTION OF THE MAYOR AND THE CITY COUNCIL OF THE CITY OF DORAL, FLORIDA AWARDING AND AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND ENTER INTO AN AGREEMENT WITH SFM SERVICES, INC. FOR THE PROVISION EXCEED SWEEPING $164,438.381 S A AMOUNT AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City of Doral seeks to maintain and improve its aesthetic value for the benefit of its residents and businesses; and WHEREAS, on March 17th, 2008, the City of Doral received three (3) proposals in response to RFP #2008 — 05, by the 11:00 a.m. deadline; and WHEREAS, the lowest bidder, EPS, Inc. was found to have submitted an unresponsive bid; and WHEREAS, after review of the proposals, Staff determined that the lowest most responsive and responsible bidder was SFM Services, Inc. having submitted an amount of $149,489.44; and WHEREAS, Staff respectfully requests that Council award and authorize the City Manager to negotiate and enter into an agreement with SFM Services, Inc. for the provision of street sweeping services in an amount not to exceed $164,438.38 which includes a 10% contingency to address any additions or deletions in the unit rate quantities during performance of the contract. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DORAL, FLORIDA, A'S FOLLOWS: Section 1. The City Council of the City of Doral, Florida hereby awards and authorizes the City Manager to negotiate and enter into an agreement with SFM Services, Inc. for Page 1 the provision of street sweeping services in an amount not to exceed $164,438.38 Section 2. This Resolution shall take effect immediately upon adoption. The foregoing resolution was offered by Vice Mayor Cabrera who moved its adoption. The motion was seconded by Councilman DiPietro and upon being put to a vote. the vote was as follows: Mayor Juan Carlos Bermudez Yes Vice Mayor Pete Cabrera Yes Councilman Michael DiPietro Yes Councilwoman Sandra Ruiz Yes Councilman Robert Van Name Yes PASSED and ADOPTED this 7`h day of April, 2008. ATTEST: BARBARA HERRERA, CITY CLERK APPROVED AS TO FORM AND LEGAL SUFFICIENCY: JOHN Hj�RN, Q., CITY ATTORNEY JUAN CARbOS BERMUDEZ, MAYOR Page 2 Memorandum Date: 1 ^iarCI /, j0 o: The Honor bie M2yor and City Council i'1emb2rS From: Sergio Purrinos, City Manager =riC Cai;Denter, Public Works Director Ltil Subject: Street Svteeping Contract Award Recomm=endation On Miarch 1 , oos, G':ds were opened Dubii: iy and read aloud for 4he Street. Swee ✓lily Contract. Enclosed please ;Ind -Ltle Tmbulat!On of the three Dads received. During the bid review Process it was found that the lowest bidder, cPS Inc, submit ail u +iI eSDOnSive bid. TP�e bid did not 'meet the qualifications requirement: "successful completion, veri iabte With reference, of at icast three (3) syeeDing obs." ; l'le bid V✓aS r2Yle'�V b)` the Cicy .Attorney S Oirice and they concurred with this deter���in2tion. Ther'e'fore, the Public Works DeDallment (PYJD) recon',mends a \yard of the contract to the lowest responsive bidder SFM Se; %!iCes, Inc with a bid amount of St i-'49,- kr89.44. The P�vVD recommends the. inclusion of a 100% contingency to addr °_SS any ?,QCUC Gi,S Q!' deie Tiros in u)e untt rate qu'3ntives during De"'fO1_Tan Ce Of the cDRLracL. As a result the total amount of this contract is recommended ended to be $1 64,4383&. The budgeted amount for sheet s %yeeDing services for the current year is $209k000.010. Bid Comparison for RFP 2008 -05 Sweeper Service LOW Requirement; US Grounds Inc. SFM EPS Inc. 1) yes yes no, only provided 2 current contracts. Bid Total Miles US -Grounds Ina r SFtd EPS inc US Ground Inc. SFM EPS Inc. Bid 936 M90 S7 -9.91 524.00 SZ9,B56.40 $27,99570 $22,464.00 1. Lane Curbed Mile Price 529.91 524.00 591,260.00 560, 657.48 545,672.00 2 Lanes Curbed Mile Price 2026 545.00 535,672.01) 521,774.48 517,472.01) 3 Lanes Curbed Mile Price 725 549.01) 529.91 1 524.00 ' S27.0D S29.91 522.0D S21,060.00 523,329.80 S37,160.00 1 Lane Non- Curbed I 1111 Price 780 52-1.00 56.560.00 57,776.60 55,720.00 2 Lane Non - Curbed Mile Price 200 5333.00 S29.91 $2,02E.00 Sia`55.32 51,144.00 3 Lane Non,Curbed MIRE Price 52 539.00 524 .91 522.00 3z1)DO1) ' $0.035 $0.02 N/A 511,20D.00 56,4DD.00 N/A Parking Lot Sq Ft Total 5L09,658,40 5149,489.44 5112.632.00 RESOLUTION No. 08 — A RESOLUTION OF THE MAYOR AND THE CITY COUNUL OF THE CITY OF DORAL, FLORIDA A10VIARDING AND AU T HORIZ €NG THE CITY MANAGER TO NEGOTIATE AND ENTER INTO AN AGREEMENT WffH SFM SERVICES, INC, FOR THE PROVISION OF STREET SWEEPING SERVICES IN AN Af0iO NT NOT TO EXCEED $164,438 u8; AND PROVIDING FOR AN EFFECTIVE DATE AfHEREAS, the City of Donal seeks to maintain and ImDF ve i s aesthetic valise for the benefit of its residents and businesses; and WHEREAS, on March 17 0008, the City of Donal received three t3) proposals in response to RFP ;ff2oo8 — 05, by ti"le 1 i:00 a.m. deadline; and WHEREAS. the levy +est bidder, EPS, Inc. was ioun d to have sub ilU, al unresponsive bid; and WHEREAS. after review of the proposals, Staff deter pined that the lavvest most responsive and responsible bidder was SFM Services, ',no- havl;'io submitted an am, ount Oi S149,489.44; and tk°HErREAS, Staff respati�jutly reauests that Council award and authorize the City Mi anagar to negotiate an d enter into an agreement ai`h SFf+ Services, Inc- for the provision of street sweeping senvices in an amount not 10 exceed N1541438.38 vivhich includes a 101 contingency to address anv add :ions or deletions in the unit rate quantities during performance of the contraCt, N04F,d THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF T HE CITY OF DORAL, FLORIDA, AS FOLLOWS: Section 1. The City Council of the City of Doral, Florida hereby aIvards and authorizes the City Manager to negotiate and enter into an agreement with SFM Services, Inc. for Page 1 I provision of sireet sweeping services in an amount not �7 'X xceed J`IJ j.413'8 38 Soctian 2, This Resolution shall' take effect immediately upon adoption. The foregoing resolution was offered by who moved its adoption_ The motion was seconded by and upon being put to a vote, the vote was as e ?lo�Fas: Mayor Juan Carlos Bermudez Vice Mayor Pete Cabrera Councilman Michael DiPietro Councikuornan Sandra Ruiz Councilman Robert Van !dame PASSED and ADOPTED this day of 20 C8. ATTEST: BARE6APA HERRERA, CITY CLERKS APPROVED AS TO FORM AND LEGAL SUFFICIENCY: JOHN HEARN, ESQ., CITY A li ORNEY Page 2 JUAN C.ARLOS BERI;hUDE7, MAYOR SECTION 00400 15 SECTION 00410 THIS BID IS SUBMITTED TO: City of Doral 8300 NW 53rd Street Suite 100 Donal, Florida 33166 I. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with The City of Doral in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time ! indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to BIDDER'S, including without limitation those dealing with the disposition of Bid Security. This Bid will ! remain subject to acceptance for 90 days after the day of Bid opening. BIDDER agrees to sign and submit !, the Agreement with the Bonds and other documents required by the Bidding Requirements within ten days after the date of City's Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that ! (a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged.) Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: (b) BIDDER has familiarized themselves with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Law and Regulations that in any manner may affect cost, progress, performance, or furnishing of the Work (c) BIDDER has studied carefully all reports and drawings of subsurface conditions and drawings of physical conditions. (d) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance, or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, and no additional examinations, investigations, explorations, tests, reports or similar information or data are or will be required by BIDDER for 16 such purposes. (e) BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports, and studies with the terms and conditions of the Contract Documents. (f) BIDDER has given the City written notice of all conflicts, errors, discrepancies that it has discovered in the Contract Documents and the written resolution thereof by the City is acceptable to BIDDER. (g) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; BIDDER has not directly or indirectly induced or solicited any other BIDDER to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding, and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over the City. 4. BIDDER understands that the quantities provided are only provided forbid evaluation only. The actual quantities may be higher or lower than those in the bid form. 5. BIDDER understands and agrees that the Contract Price is Unit Rate Contract to furnish and deliver all of i the Work complete in place As such the Contractor shall furnish all labor, materials, equipment, tools i superintendence, and services necessary to provide a complete Project for the Bid Price of: Total Center Lane Miles 92 Miles Estimated Frequency Bi- Weekly Unit Price Quantity Miles Total Price I Lane Curbed Mile Price 936 9 -7 2 Lanes Curbed Mile Price 91 2028 6 6S 3 Lanes Curbed Mile Price 728 # a 4$ I Lane Non - Curbed Mile Price 780 $.23 sr;, Q" 2 Lanes Non- Curbed Mile Price 260 # �O 3 Lanes Non - Curbed Mile Price As needed. Park Parking Lot Per Sq Ft 320,000 17 Inspection Form attached to this packaged. 6. BIDDER agrees that the work will be completed as scheduled from the date stipulated in the Notice to Proceed. 7. Communications concerning this Bid shall be addressed to: BIDDER: S1 r /f`1/ Address: 7f2n ,. --pct Ave, /%i/`cr Telephone Facsimile Number P_. 3 O' i Attention: The terms used in this Bid which are defined in the General Conditions of the Contract included as part of the ` Contract documents have the meanings assigned to them in the General Conditions. SUBMITTED THIS DAY fLY 2006. If BIDDER is: 10 SECTION 00800 SUPPLEMENTARY CONDITIONS VE SECTION 00810 SUPPLEMENTARY CONDITIONS I. All City controlled roads must be cleaned on a biweekly basis. All city controlled roads include curb and/or gutter or swale roads. The entire cross section of the road must be swept, this to include any turning lane whether it is in the middle or side of the cross section. 2. Sweeping time shall be determined at the discretion of the CONTRACTOR. Prior to commencing work under this agreement, CONTRACTOR must submit a sweeping time schedule to the CITY for review and approval. City reserves the right to review such schedules and require modification to CONTRACTOR's sweeping time schedule prior to beginning services if it is determined that certain times are disruptive to the public. 3. CONTRACTOR shall use only sweepers of industrial and municipal size with the capacity to transport debris. ALL sweeper(s) used must be equipped with a water spray system for dust control. The equipment shall have flashing amber lights visible for a minimum of one (1) mile and mounted for three hundred sixty (360) degree visibility and must otherwise comply with the requirements of chapter 316 State Uniform Traffic Control- Florida Statues. The Sweeper must also have an arrow board . 4. In the event of machine failure a replacement machine will finish the work within the allocated time period for that section. If a replacement machine can not be allocated the CITY must be made aware. S. The removal, hauling and dumping of debris shall be the sole responsibility of CONTRACTOR. All removal, hauling, and dumping of debris must be done in accordance with all applicable laws and regulations. All transportation cost and tipping /disposal fees must be the sole expense of the CONTRACTOR. In addition, the CONTRACTOR must report to the CITY the tonnage that is swept and disposed from the city on a monthly basis. Failure to submit monthly disposal reports will result in no payment for the work completed for that month. 6. CONTRACTOR must have a supervisor available at all times who maybe contacted by CITY regarding street sweeping services. 7. All work must be documented using the form provided on the Bid Form, failure to do so will result in failure of payment A ' S, Contractor to provide a GPS that is able to record all the work conducted. (Example of GPS device: ��(%i Trackstick® or Pro- Trackstick®) A digital file will be provided to the CITY at no additional cost Digital File will be used to evaluate all invoices. The following attributes will be standard in the file a. Date b. Start Time c. End Time d. Driver's Name e. Truck Number 75 9. Contractor's Vehicles: Contractor's vehicles shall be in good repair, free from leaking fluids, and properly registered, The City may require the repair or replacement of equipment as reasonable necessary. All vehicles used by the Contractor to perform the Work under this Contract shall be painted uniformly with the name of the Contractor, business telephone number and the number of the vehicle in letter legible to the public. No other advertising shall be permitted on the vehicles. Additionally, the City reserves the right to place a magnetic sign on each vehicle during the period which the vehicle is in service for the City. These magnetic signs will be provided by the City at the City's expense, TWO (2) maximum signs per vehicle. 10. Sales Tax and Excise Tax: The Contractor shall pay all sales, consumer, use and other similar taxes required to be paid by the Contractor under the laws and regulations of the State of Florida, Miami -Dade County and the City of Doral. The City's State Tax exempt status shall not be for the use of the Contractor at any time. 11. No fuels, oils, solvents, or similar materials are to be disposed of in any Catch Basins. The Contractor must closely adhere to local, state, and Federal Environmental Protection Agency requirements and is responsible for all non - compliance penalties. END OF SECTION V11 DIVISION 01000 • -L� 77 SECTION 01 1 10 SUMMARY OF WORK The Work covered by the Specifications and Contract Documents, consist of STREET SWEEPER SERVICES as described below. The full scope of work will include STREET SWEEPER SERVICES of specified streets and avenues these services are conducted as follows: • Sweeping services will consist of the collection and removal of paper, leaves, and other debris that collect in the gutter and on the roadway. • All work will be logged using the form provided. • A digital file of the work done must be submitted on a weekly basis. • The work should be performed during off peak hours to minimize disruption of traffic. • All debris to be disposed of in a legal manner. • Inspection of the work will be performed within 48 hours and any.length of road that has more than 2S Pounds of debris in a. distance of 1320 feet will be considered defective. In END OF SECTION SECTION 01290 PROCESSING OF APPLICATION FOR PAYMENT Cut -off date is the close of the Work day of the final Friday of each month. CONTRACTOR shall submit by the first Friday of each month CONTRACTOR's completed Application for Payment for the previous period. City must be notified of all scheduled and completed work in sufficient time to verify completeness of such work. Should the submittal date fall on a holiday, CONTRACTOR shall submit his application on the next workday. CONTRACTOR is advised that processing of draws must follow this schedule, as the City has funding requirements and other payment obligations which may prevent payment of late Application for Payment for that month's billing cycle. Late Application for Payment with a Recommendation for Payment will be paid in the next month's billing cycle. END OF SECTION 79 Orientation Street Range Frequency Miles Date Swe t Date Inspected To at Miles Nli' 707TH AVE 1 07T 12TH ST TO NW 90TH ST s�i6S� 1 /Month LJRi4.Ont33" riti i�k7'I c�,€°. : �,-*.�a4"if�t5'i++*°��4rs.Y -��r ".'�i4',�?v �( 2��i'Kr,.i'2:4'."t§kS��".�''�`> ' ;Q ✓°$BT�it�uT�'. -�E. , i,�iNW NW 12THST NW 107THAVE TO NW 77TH CT t /mono NW 25TH S7 NW 1171H AVE TO NW 77TH CT 1 / Month NW 40TH ST MORAL BLVD) NW 117TH TO IN 79TH AVE 1 /Month NW 58TH ST NW 117TH AVE TO (THEO) Nl6' 77TH CT 1 / Month NW 87TH AVM NW 12TH ST TO NW 58TH ST 1 /Month NW 97TH AVE NW 12TH ST TO NINA' 90TH ST 1 /Month NW 100TH AVE NR' 14TH ST TO NW 15TH TER Every Two (2) Weeks NW 700TH AVE NW 25TH TER TO NR' 28TH IER Even, Two (2 ) Weeks NW 102NDAVE NW 15TH TER TO NW 28TH TER Even, Two (2) Weeks NW 102NDAVE NW 41ST ST TO NW 58TH ST Even, Two (2)Weetcs NW 102ND AVE NW 58TH ST TO (TH£O) NW 59TH ST Every Two (2) Weeks NW 102NDPL N5ir 21ST ST TO NW 25TH ST Even, Two (2) Weeks NW AVE NW 33RD ST TO NVl 41ST ST Eden, Two (2)Weeks NW .104TH 104TH AVE NW 58TH ST 70 {THEOI Nl1' 59TH ST Eve Two (2) Week NW 104TH CT NlV 26TH ST TO NW 28TH ST Every Two (2) W eetcs NW 105TH AVE NW 2bST ST TO T4W' 2811 -I ST Even, Two (2) Weeks NW ]05TH AVE NRr 31ST ST TO NW 33RD ST Every Two (2)Weeks NW 708TH AVE IJW 27th ST TO NW 33RD S7 Every Two (2) Week NW 3 09TH AVE NW 27TH ST TO NW 33RD ST Every Two (2) Weeks NW 109TH AVE Nld' 41ST ST TO NW 58TH ST Even, Two f2) Weeks NW 109TH AVE NW 86TH ST TO NW 90TH ST Even, Two (2) Weeks NW 112TH AVE NW 25TH ST TO NW 34TH ST Even, Two (2) Weeks NW 712TH AVE NW 4I ST ST TO NW 58TH ST Every Iwo t2) Weeks NW 112TH AVE NW 74TH ST TO NW 90ND ST Every Two (2) Weeks NW 113TH CT NW 341H ST TO NW 36TH TER Every Two (2) Weeks NW 114TH AVE NW 34TH ST TO NW 82ND ST Eve ry Two (2) weeks NW 115TH AVE NW 34TH ST TO NW 58TH ST Every Two (2) Weeks NW 13TH S7 NW 97TH AVE TO NW 93RD CT Every Two (2) Weeks NW 13TH TER NW 89TH ST TO NW 87TH AVE Every NW 14ST ST END OF STRE I;Z Two (2) Weeks NW 34TH ST 100TH AVE TO Nli' 9STH CT Every Two (2) Weeks NW 15THST NW 79TH AVE TO NW 78TH AVE Eve Two(2)Weeks NW 15TH ST NW 89TH AVE TO NW 87TH AVE Every Two (2) Weeks NW 15THTER NW 102ND AVE TO NW 100TH AVE Eve yTwo(2)W=" NW 17THS7 NW IO2NDAVE TO NW 97TH AVE Every Two (2) Weeks NW 17TH ST NW 82ND AVE TO THEEND O Every Two (2) Weeks NW 17TH ST NW 87TH AVE TO NW 84TH AVE Every Two (2)Weeks NW TER NW 89TH PL TO NW 87TH AVE Every Iwo (4) Weeks NW .18TH 19TH ST NW 107TH TO NW 302ND AVE Even, Two (2) Weeks NW 20TH ST - NW89THPLTONW68T H CT � Eve Two(2)Weeks NW 21ST ST END OF STREET Every Two (2) Weeks NW 21ST ST NW 107TH AVE TO NW 99TH AVE Eve Two (2)Weeks -NW 21STST NW 88TH CT TO NW 60 HAVE Evervl'wo(2)Weeks NW 23RD ST NW 86TH AVE TO NW 84TH AVE Every Two (2) Weeks NW 23RD ST NW 89TH PL TO NW 88TH CT Every Two (2) Weeks xW 24TH TER NW 89TH PL TO NW 25THST Every Two(2)Weeks NW 26TH ST NW 107 AVE TO NW 97TH AVE Every Two (2) Weeks NW 26TH ST NW 105TH AVE TO NNW 104TH CT Every Two(2)Weeks NW 26TH ST NW 89TH CT TO NW 87TH CT Every Two (2) Weeks NW 27TH ST NW 101 AVE TO NW 97TH AVE Every TWO (2) Weeks NW 27TH ST NW 712TH AVE TO NW 105TH AVE Every Two GO Weeks NW 27TH ST NW89THCT TO NW82NDAVE 1wery Two(2)Weeks NW 28TH ST N'lV 105TH AVE TO NW W 104TH CT Every Two (2) Weeks NW 28TH TER NW 301 AVE TO NW 97TH AVE Every IWO(2) Weeks NW 29TH ST 87TH AVE TO END OF STREET Every Two (2) Weeks NW 29TH ST NW ID]AVE TO NW 97TH AVE Even Two (2)Wee7:s 29TH ST NW 112TH AVE TO NW 108TH AVE Even, Two (2) Weeks NW NW 29TH ST NW 82ND AVE TO NW 77TH AVE Even Two (2)woel NW 29TH ST NW 87TH AVE TO NW 84TH AVE Every Iwo (Z) Weeks NW 09TH ST 7JW 92ND AVE TO NW 89TH AVE Every Iwo (2) Weeks NW 30TH ST NW 112TH AVE TO I'Mr 108TH AVE Even, Two (2) Weeks NW 30TH TER NVT 87TH ANTE TO NW 52ND A VE Every I WO (2) 11 ek NW 31ST ST NW 82ND ST TO NW 79TH AVE Even Two (2) Weeks NW 31STTER NW 10712 AVE TO NW 105TH AVE Every Two (2) Weeks NW 33RD ST NW 112TH AVETONW87TH AVE Even, Two (2) Weeks NW 33RD ST NW91STAVETONW 79IHAVE Every Two (2) Weeks NW 34TH ST NW 107TH AVE TO NW I05TH AVE Every Two (2) Weeks NW 34TH ST NW 117TH AVE TO NW 112TH AVE Even, I WO (2) Weeks NW 35TH LN NW 89TH CT TO NFdr 87TH AVE Every Two (2) Weeks 1N,r 36TH ST NW107THAVETONW 1041HAVE Every Iwo W Weeks NW 36TH TER NW 114TH AVE TO NW 113TH CT Every Two (2) Weeks Nl6' 37TH ST NW 79TH AVE TO (THEO) NW 78 'HAVE Every Two (2) Weeks NW 37TH TER NW 107TH AVE TO NW 104TH AVE Even, Two (2) Weeks NW 38TH ST NW 79TH AVE TO (THEO) NW 78TH AVE Even, Two (2) Weeks NW 38TH ST NW 97TH AVE TO NW 40TH ST Even Two (2) Weeks NW 39TH ST N'W 175THAVETONW 114TRAVE Every Two (2) Weeks NW 40TH ST NW 97TH AVE TO NW 38TH ST Even; Two (2) Weeks NW 41 ST ST NW 87TH AVE TO NW 79TH AVE Every Two (2) Weeks NW 50TH ST NW II HAVET0107TH AVE EvenTwo(2) Weeks NW 50TH ST NV✓ 79TH AVE TO NW 77TH CT Every Two (2) Weeks NW 52ND ST NW 107TH AVE TO Nw 97TH AVE Even, IweMweeks NW 52ND ST NW 79TH AVE TO NW 77TH CT Even, Two (2) Weeks NW 52ND ST NW 87TH AVE TO NW 84TH AVE Every Two (2) weeks NW 52ND TER ALL Every Two (2)Weeks NW 53RD ST NW 871H AVE TO NW 77TH CT Even, Two (2) Weeks NW 53RD TER N'W87TH AVE TO NW 84TH AVE Even, Iwo(2) Weeks NW 54TH ST NW 87TH AVE TO NW 77TH CT cry Two(2)Weeks NW 55TH ST NW 79 THAVETON'W77THCT Every TWO (2) Weeks NW 56TH ST NW 87TH AVE TO NW 77TH CT Even, Two (2) Weeks NW 57TH ST NW 79TH AVE TO NW 71 In CZ Every Iwo (2) Weeks MW 66TH ST NW107THAN TONW97THAVE Every Two (2) Weeks NW 74TH ST NW 117TH AVE TO NW 97TH AVE Even, Two (2) Weeks N'W 77TH CT NW 29TH ST TO NW 32ND ST Even, Two (2) Weeks NW 77TH CT NW 52TH ST TO NW 5672 ST Even, Two (2) Weeks NW 78THAVE NW 12111 ST TO NW 15TH ST Every TwoW Weeks NW 79THAVE NW52NDSTTONW57THST Every Iwo (2) Weeks NW 79TH AVE NW 14TH ST TO NW 21 ST ST Every Two (2) Weeks NW 79TH AVE NW 25TH ST TO NW 58TH ST Every Two (2) Weeks NW 82ND AVE NW 12TH STZO N6Sr 36TH ST Eva. Two (2) Weeks NW 82ND AVE NW36TH-STTONW41STST Every Two(2) Weeks NW 82ND AVE NW 54TH ST TO N\;' 58TH ST Every Two (2) Weeks NW 82ND ST NW 117TH AVE TO NW 107TH AVE Every Two (2) Weeks NW 84TH AVE NW 12TH ST TO NW 25TH ST Even Two (2) Weeks NW 84TH AVE NW 27TH ST TO NW 33RD ST Every Two (2) Weeks NW 84TH AVE NW 52ND ST TO NW 53RD TER Even Two (2) Weeks NW 84TH AVE NW 54TH ST TO NW 58TH ST Even, Two (2) Weeks NW 86TH AVE NW 21ST ST TO NVT tiRD ST Every lwo(2) Weeks NRr 87TH CT NW 25TH ST TO NW 27TH ST Every Two (2) Weeks NW 87TH ST N'W 112TH AVE TO NW 107111 AVE Eve Two (2) Weeks NW 88TH AVE NWI3THTERTO NnV liTH ST Every Two(2) Weeks NW 88TH CT NW 1 STH TER TO NW 23RD ST Even Two (2) Weeks NW 88TH ST NV7112THAVETONW107THAVE Every Iwo (2) Weeks NW 89TH CT NW 12TH ST TO NW I5In ST Every Two (2) Weeks NW 89TH CT N'R' 255TH ST TO NW 27TH ST Even Two (2) Weeks NW 89TH CT NW 33RD ST TO NVT 35TH LN Every Two (2) Weeks NW 89TH PL NW 18TH TER TO N w 25TH ST Even Zwo (2) Weeks NW 90TH ST 1W NT 97TH AYE Every Two (2) Weeks NW 91ST AVE NW 33RD ST TO CUII -DE -SAC Every . Two (2) Weeks NW 92ND AVE (TT-MO) MW 57TH ST TO 58TH ST Every Two (2) Weeks . NW 92ND AVE NW 25111 ST TO NW 29TH ST Every Two (2) Weeks NW 93RD CT NW 12TH ST TO NW 13TH ST Even Two (2) Weeks NW 98TH AVE NW 25TH TERR TO NW28TH TER Even Two (21 Weeks NW 98TH CT NW 12TH ST TO N'F1' 17TH ST Every TWO (2) Weeks NW 99TH AVE NW 21ST ST TO NW 28TH TER Eve ry Two (2) Weeks NW 99TH AVE NW SSTH ST TO NW 60TH ST Eveal Two (2) Week 1.11