Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
07-21-09 Item 8
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 -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. 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 1 of 2 f;�, 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 purchases 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. RECOMMENDATION: Approval. Page 2 of 2 ORDINANCE NO. 2 AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE 3 CITY OF SOUTH MIAMI, FLORIDA, AMENDING ADOPTED 4 ORDINANCE 54 -08 -1989, WHICH ORDINANCE AUTHORIZED THE 5 CITY MANAGER TO PURCHASE A STREET SWEEPER, ONE FORD F- 6 250, ONE SIDE LOADER, ONE DUMP TRUCK AND FOUR (4) CROWN 7 VICTORIA CARS FOR A TOTAL AMOUNT OF $541,911.00 AND 8 ACCEPTING THE INTEREST RATE OF 4.25% FOR A FIVE -YEAR 9 FINANCING TERM THROUGH FIRST NATIONAL BANK OF SOUTH 10 MIAMI, WITH FIVE ANNUAL PAYMENTS IN THE AMOUNT OF $ 11 118,154.00 AND CHARGING THE PUBLIC WORKS ACCOUNT 12 NUMBERS 001 - 1720 -534 -4455, 001 - 1730 -541 -4455, STORM WATER 13 DRAIN TRUST FUND ACCOUNT NUMBER 111 -1730 -541 -4455 AND 14 POLICE. DEPARTMENT ACCOUNT NUMBER 001 - 1910 -521 -4450 15 VEHICLE -TRUCK LEASE PURCHASE ACCOUNT NAMES; DURING 16 THE ADOPTION OF THE INITIAL ORDINANCE THE STREET SWEEPER 17 WAS TO HAVE BEEN PURCHASED VIA PIGGY -BACK 18 PROCUREMENT, BUT, WAS ACTUALLY THE SUBJECT OF A THREE - 19 BID QUOTE PROCESS, WITH THE MOST COMPETITIVE PRICE USED; 20 PROVIDING FOR SEVERABILITY, ORDINANCES IN CONFLICT, AND 21 AN EFFECTIVE DATE. 22 WHEREAS, the 2008 -2009 Approved Budget reflects the allocation of funds for the 23 purchase and financing of the proposed vehicles and trucks; and, 24 WHEREAS, In accordance with competitive bidding procedures, banks were 25 contacted with only three responding, Ford Motor Company, First National Bank of South 26 Miami and Sun Trust Bank; and, 27 WHEREAS, First National Bank of South Miami has provided the lowest rate and 28 has agreed to finance the trucks and vehicles at 4.25 % interest rate for five years; and, 29 WHEREAS, when Ordinance 54 -08 -1989 was adopted on December 2, 2008, the 30 Ordinance was drafted to reflect that the vehicles purchase would be accomplished by 31 "piggybacking" on current municipal and State of Florida Bids in accordance with 32 purchasing procedures as outlined in the City Charter; and, 33 WHEREAS, in subsequent review of the documents, staff confirmed that the 34 purchase of the street sweeper was not via piggybacking, but rather, was procured through 35 the use of at least three competitive quotes; and, 36 WHEREAS, as the process for procurement was materially different than what was 37 disclosed during the hearing before the City Commission, the City Manager, the City 38 Attorney, and the City Finance Department deemed it appropriate to bring the item back to 39 the City Commission to correct the material information and provide proper disclosure; and, 40 WHEREAS, the purchases of vehicles, other than the street sweeper, has been 41 accomplished, as the purchases complied with the terms and conditions of the procurement 42 process of the City of South Miami; and, 43 WHEREAS, to ensure compliance with the City's Procurement Processes, and as the 44 . procurement of the Street Sweeper was not in compliance with Ordinance 54 -08 -1989, the 45 City is requesting to amend the Ordinance, authorizing the procurement to properly reflect 46 the procurement process utilized for the purchase of a street sweeper; and, 47 WHEREAS, the Mayor and City Commission desire to amend Ordinance 54 -08- 48 1989, to correctly reflect that procurement was not accomplished via a piggyback 49 procurement process, but, rather through receiving at least three competitive quotes, 50 documentation of which is attached to the purchase request. 51 52 NOW, THEREFORE, BE IT ORDAINED BY THE MAYOR AND CITY 53 COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: 54 55 Section 1. Ordinance 54 -08 -1989 is here amended, to accurately reflect the proper 56 procurement process used by staff, and as there is no further material deviation in 57 procurement, that the City Manager is once again authorized to purchase and execute a 58 contract rovided that there are no material changes to the details of the contract as 59 describedpin this ordinance. The remaining vehicles identified in Ordinance 54 -08 -1989 60 were properly procured and the purchases have proceeded as directed. The remaining 61 purchase outstanding for the street sweeper shall proceed now that the supporting 62 rocurement documents .properly reflect the procurement process used, as required by the 63 city's Procurement Procedures. 64 Section 2. That the funding will be provided through the Public Works 65 Department, Storm Water Trust Fund and Police Department lease purchase account 66 numbers as follows for the current fiscal year and will be included in future fiscal years 67 budgets for the lease term of five years: 68 69 70 1 Street Sweeper $ 25,167.00 account # 111 - 1730 - 541 -4455 Account Balance $ 25,200. 71 1 Ford F -250 $ 5,819.00 account # 001 - 1730 -541 -4455 Account Balance $ 22,095. 72 1 Side Loader 73 & Dump Truck $ 65,982.00 account # 001 - 1720 -534 -4455 Account Balance $240,152. 74 4 Crown Victoria's $ 21,186.00 account # 001 - 1910 -521 -4450 Account Balance $146,552. 75 76 Section 3. If any section, clause, sentence, or phrase of this ordinance is for any reason held 77 invalid or unconstitutional by a court 6f competent jurisdiction, the holding shall not affect 78 the validity of the remaining portions of this ordinance. 79 80 Section 4. All ordinances or parts of ordinances in conflict with the provisions of this 81 ordinance are repealed. 82 83 Section 5. This ordinance shall take effect immediately upon enactment. 84 85 86 PASSED AND ADOPTED this _ day of 87 88 ATTEST: 89 90 91 CITY CLERK 92 93 94 95 96 97 READ AND APPROVED AS TO FORM: 98 99 100 Luis R. Figueredo, 101 Office of City Attorney 102 2009. APPROVED: MAYOR 1St Reading — 2nd Reading — COMMISSION VOTE: Mayor Feliu: Vice Mayor Beasley: Commissioner Palmer: Commissioner Newman: Commissioner Sellars: Street Sweeper purchase QUOTES HGAC Contract (Schwarze Industries, Inc Manufacturer ) $114,311.00 With Extended Warranty Container Systems & Equipment, Inc.(Schwarze Industries, Inc. Distributor) $115,414.00 No Extended Warranty Carolina Environmental Systems, Inc.( Schwarze Industries, Inc. Distributor) $120,000.00 With Extended Warranty HGAC CONTRACT PRICING WORKSHEET Non -Motor Vehicles This Form must be prepared by Contractor, and provided to End User to attach to Purchase Order, with copy to H- -GA C. The H- GACjee shall be calcudated and shown as a separate Une item. Buying City of South Miami Agency: Contractor: Schwarze Industries, Inc. Contact Donald Benjamin Prepared By: Raymond Massey Person: Dual Gutter Brooms 0 41 Phone: Phone: 1- 800 - 879 -7933 ext 1140 Location City, Miarni, Florida Contract No.: S W04-08 State: 36 Chassis Hour Meter 223 Date: 12/6/2008 Product Code: BE01 Product Schwarze A4000 Regenerative Air Street Sweeper Description: Cab Mounted Strobe with Guard A. Item Base Unit Price Per H -GAC Contract: Al 56,546 u Pahlichnd nntinnc (itemi7r helnw and attach additional sheets) if necessary) Code Description Cost Code Description Cost 1 Dual Gutter Brooms 0 41 Spare Tire and Wheel 607 21 Dual Gutter Broom Tilt 1210 36 Chassis Hour Meter 223 31 Dual Gutter Broom GEO 2090 45 Cab Mounted Strobe with Guard 523 281 Dust Suppression System 697 58 GMC 14,500Chassis w/Dual Steering 44334 321 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 Subtotal E: 113,611 F. H -GAC Fee Calculation (From Current Fee Tables) Subtotal F: G. Non - Equipment Charges (Trade -In, Extended Warranty, etc.) Perkins Auxiliary Engine Warranty 60 Months / 5000 Hours 395 GMC 5 Year / 150,000 Mile Warranty 305 Subtotal G: 700 g, Total Purchase Price (E +F+G): 114,311 Subtotal From Additional Sheet(s): Subtotal B: 54,790 iNote: Yu Dnsneo VDIIODS are onnonS SnDmMILEU wuu sue cumracsv, a usu. _ C 11nnnhliched nntinnc (itemize below and attach additional Sheet(s) if necessary) Code Description Cost Code Description Cost 01A Remote Grease Fittings, Fan 275 Subtotal From Additional Sheet(s): Subtotal C: Check: Total cost of Unpublished Options (C) cannot exceed 25% of the total of the Base Unit Price plus Published Options (A +B), For this transaction, the percentage is: 275 0% D. Other Price Adjustments (E.G. Installation, Freight, Delivery, Etc.) Freight from Huntsville, Alabama 2000 Subtotal D: E. Unit Cost of Item Before Fee & Non - Equipment Charges (A +B +C +D) 113,611 Quantity Ordered X 1 Subtotal E: 113,611 F. H -GAC Fee Calculation (From Current Fee Tables) Subtotal F: G. Non - Equipment Charges (Trade -In, Extended Warranty, etc.) Perkins Auxiliary Engine Warranty 60 Months / 5000 Hours 395 GMC 5 Year / 150,000 Mile Warranty 305 Subtotal G: 700 g, Total Purchase Price (E +F+G): 114,311 Raymond Massey National Sales Manager Schwarze Industries, Inc 1055 Jordan Road Huntsville, Alabama 35811 Estimated Delivery Date: 30 to 45 Days /V..g qo-� CONTAINER SYSTEMS & EQUIPMENT, INC. !J�y j9 08 10:38a DEBRA BE-.ULILv 38Eb 11326 PRICE QUO This quote is For budget purposes onhf 'O: Mr. Donald Benjamin: City of South Miami 4795 S.W. 75 Ave. Miami, Florida 33155 QTY. DISCR.IlPTION. Bl<tICE F� awe (1} Sclwarie A,4000 Regenerative Air Street Sweeper including the following 2009 GMC W4 cab /chassis 14.500 GVWR Dual steering air conditioning A14/FM radio 80.5 hp diesel turbo a= engine standard rite paint Aux- • DC Hyd. system Options: Dual Gutter brooms dual gutter broom power tilt. L14 &,- RH sides gu.tter•broom extension bverridE. LH & RN sides dust suppression system incl. front spray bar arrow stick, traffic guide • Ploppes sound suppression water level light spare tire & wheel remote grease fittings, fan hour metar, chassis strobe, cab mounted Wiguard TotO: 5116108 p•2 S 115,414.00 3115,414.00 South MiamL Fl. DEUVERY: 90 days APO 't' tmsl. net 30 days TAXES: Any state or local taxes, title, tag or registration fees that may apply, are not included_- WARRANTY. Base vehicTe — Standard warranties of chassis and sweeper engines shall apply. • Swee warranty -12 montbs/1000 brs. Re Ito and Beaulieu Al 4 C7�° � � O Je IN N 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 fora 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: 1 A4000 Twin Engine Unit 1 80hp Auxiliary Engine 1 Dual Gutterbrooms 1 Dual Gutterbroom Tilt 1 Dual Gutterbroom GEO 1 Dust Suppression System 1 In Cab Water Level Light 1 Front Spray Bar 1 Hopper Shroud and Suppression 1 Traffic Guide, Arrowstick 1 Strobe with guard mounted on cab 1 DC Backup Hydraulic System 1 Remote Grease Fittings, Fan Chassis: 1 2009 GMC W4500 Chassis 1 14,500 GVWR 1 AM/FM with CD Player 1 Air Conditioning 1 Spare Tire & Wheel 1 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 II � i C �E 5 F x W J v t U uiz O1 Q. N CD t. Q d R L N C d C1 d cc r ='j a 'N r _ E fi o v� - ELL d� 3_ E'v I�1i I, o q N_ m — A 22 ry vvu+3 wr�w m`ac�n�cE _roc A — ' x °f m =o39 dm 3 >�E`E .i ELL i,o 3; a b o AREA C �E 5 F x W J v t U uiz O1 Q. N CD t. Q d R L N C d C1 d cc r ='j a 'N r 3� i Z� U � E _ � E ew =u+o z'On3 _ E fi o v� - ELL d� 3_ E'v d xo c d' C U Q o q N_ m — A 22 ry vvu+3 wr�w m`ac�n�cE _roc A — ' x °f m =o39 dm 3 >�E`E Ec ELL i,o 3; a b o AREA _ E ° ono u> c,e _qE� 2 Al g xi.no'aaLLU+w.n`.°o 3� i Z� U � E _ � E ew =u+o z'On3 d E fi o v� - J m¢ o E..c o_ d� 3_ E'v d xo c d' C U Q o q N_ AEE i' au�2 2 U ✓� wr�w -vrv.�;o�io�_ _roc A 3� i Z� U � E _ � E ew =u+o z'On3 d E fi o v� - J m¢ o E..c o_ d� 3_ E'v d xo c d' C U Q o q N_ AEE i' au�2 2 U ✓� u o �- Ut=li uC z 3� i Z� U � E _ � E ew =u+o z'On3 i E E E J m¢ o E..c o_ d� 3_ E'v E. E AEE Ec_ — 5N jo — ' — 6 n=�Om.v �iE b o AREA 3� i Z� U � E _ � E ew =u+o z'On3 E E c < 3 3 � Z C— >Q °saw t rn a E '% N A �n =,mu m.. a E , U S - � N _ s E m v L t N c D E. CD w o c o n E c N d^ A d O N O O� 6` d N � v D l0 U N UI tp N a t ^o c c '> E E m 6 J c E l0 N 3 a` t0 N V d � r d ° E o m C L C uJi _.E'nH doom ny �_u �o io -.21< ou m i C E ci .E ° 2 �wem Oi El U o ° E -- -- m d I E i o E O Ln f=� oo`3a`u°iian i= I - - =-- ------------------- i i Ua U � $ E n Q vai ry LN° m K m a N ' aza= y m a w V a J y 3 `- W C J O a N T N a` u E c „ E d ° c 2 �Ct`f¢iiaU�n Z O U LL U a N Q N C L J m c L , E rn� E � L N� a a w a ° =t.cr c N C' L E C' N'dC� LmNOC� C� ^UCO�OD� Q1 w'D In C V d C J 'O J m 0 N Q O- a U^ '� 1° V c3' 0 r0 a O o N P a c E L1p E3 �' dt�m mao�c�. l i V Y r E = V 'w EAL n N C d V m ry J C L N TL n N to N U L °1E io c E c ~u VUV dL7eE y a NL m a rn ` m (n C � 3.0 oEi .._ d L G o a n u V I O W G:� N W 1.� D- o v v a L L JO N L W v C 7 E a 'O 'm !0 j >. C N LIJ �NOy.0 dnL` °C Z (J') �E�_J_� d m c ovot,. �`o«dcn a E m E ... • W O d 3 m o, n "u E Eat- n L O j 0 70 - o E aO a m m QE E v d a c N- ci /� Ln L C m 0 C C T Q Q L D N L1 V w m N � i C E ci .E ° 2 �wem Oi El U o ° E -- -- m d I E i o E O Ln f=� oo`3a`u°iian i= I - - =-- ------------------- i i Ua U � $ E n Q vai ry LN° m K m a N ' aza= y m a w V a J y 3 `- W C J O a N T N a` u E c „ E d ° c 2 �Ct`f¢iiaU�n Z O U LL U a N HGAC COOPERATNE PURCHASING HGACB�UV P THE SMART PURCHASING SOLtl71N FOR COOPERATIVE IVE PUR HASING No.: Permanent Number assigned by H -GAC 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 * 6130 Sunset Drive 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.com 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 (30) days written notice by certified mail to the other party to this Contract. The obligations of the End User, including its obligation to pay H -GAC'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: SEVERABILITY 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 ofwar, insurrection, accident, order of any court, act of God, or specific cause reasonably beyond the party'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 of South Miami 3555 Timmons Lane, Suite 120, Houston, TX 77027 Name of End User (local government, agency, or non-profit corporation) Executive Director 6130 Sunset Drive Mailing Address Date: South Miami, FL 33143 City State ZII' Code Attest: Manager Date: Signature of chief elected or appointed official Ajibola Balogun- City Manager Typed Name & Title of Signatory 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. Box 22777, Houston, TX 77227 -2777. Name of End User Agency: (Mun Mailing Address: 6130 Sui (Street Address /P. O. Main Telephone Number: (-305 ) 668 - 2511 Miami County Name: Miami -Dade ty / County / District / etc.) (City) (State) (ZIP Code) FAX Number: 305 667 - 7806 Physical Address: Same as mailing address (Street Address, if different from mailing address) (City) (State) (ZIP Code) Web Site Address: cityofsouthmiami.net 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 (t,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.0. 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.0. Box) South Miami, FL 33143 (City) (State) (ZIP Code) Official Contact: (EMS Director /Fire Chief etc.) Mailing Address: 6130 Sunset Drive (Street Address /P. O. Box) South Miami, FL 33143 (City) (State) (ZIP Code) Title: Purchasine Manager Ph No.: (305) 668 - 2511 Fx No.: (305) 667 - 7806 Email Address: Irivera(a, citvofsouthmiami.net Title: Public Works Director Ph No.: (305) 663 - 6350 Fx No.: (305) 667 - 7208 Email Address: 'olivo citvofsouthmiami.net Title: Ph No.: U Fx No.. Email Address: PREVIOUS ORDINANCE 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 -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 -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 tenn 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. (ATTEST: CT-Y CLERK or 1st Reading: 11/18/08 2nd Reading: 12/2/08 READ AND APPROVED AS TO FORM: ORNEY Mayor Feliu Vice Mayor: Beasley Commissioner Beckman Commissioner Palmer Yea Yea Yea Yea South Miami CITY OF SOUTH MIAMI L __ INTER- OFFICE MEMORANDUM kii- America Ctty 2001 To: Honorable Mayor Feliu, and Members of the City Commission Via: W. Ajibola Balogun, City Manager From: Kathy Vazquez, Purchasing Mana . Date: November 18,200'8 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, FLORIDA, 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 -4455, STORM WATER DRAIN TRUST FUND ACCOUNT NUM13ER 111- 1730 - 541 -4455 AND POLICE DEPARTMENT ACCOUNT NUMBER 001 - 1910 - 521 -4450 VEEIICLE- TRUCK LEASE PURCHASE ACCOUNT NAMES; PROVIDING FOR SEVERABILITY, 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: Funding Source: $118,154.00 (First annual payment of 5 annual payments) Public Works ,Department, Storm Water Drain Trust and Police Department Account numbers. Bal. Veh/Truck Account Number Annual Amount 111- 1730 -541 -4455 $ 25,167.00 001- 1730 -541 -4455 $ 5,819.00 001 - 1720 -534 -4455 $ 65,982.00 001 - 1910 -521 -4455 $ 21,186.00 $ 118,154.00 Backup Documentation: 0. Proposed Ordinance Q Financing Bank quotes 0 Vehicle Information Current Acct Bal. Veh/Truck $ 25,200.00 Sweeper $ 22,095.00 F -250 $240,152.00 Side Load & Dump Truck $146,552.00 4 -Crown Vic Page 1 of 1 Vazquez, Kathy From: Vazquez, Kathy Sent: Tuesday, October 28, 2008 4:32 PM To: Menendez, Matilde Subject: FW: 5 year equipment/vehicle financing $538,493 From, Jody Perlmutter [mailto:JPerimutter @fnbsm.com] � Sent: 'Tuesday, October 28, 2008 2:38 PM To: Vazquez, Kathy S�ubjeot: 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! Jordan (.body) Perlmutter Senior Vice President First 1Vational Bank of South Miami Commercial Lendinb 5750 Sunset Drive South Miami, Fl. 33143 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 recipient(s) 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 1 Vazquez, Kathy From: Vazquez, Kathy Sent: Tuesday, October 28, 2008 1:42 PM To: Menendez, Matilde 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] Seat: Tuesday, October 28, 2008 1:32 PM To: Vazquez, Kathy Sasbjecg: SunTrust -- Truck Financing: Indicative Rates Cathy, Following is our indicative rate on $538,493 truck financing for 5 -year. 4.34 %: 5 years — payments to be made semi - annual in arrears. ~Thanks Delile Joseph Vice President, Institutional & Government Banking SunTrust Banks, Inc. Mail Code FL- MIA -1042 777 Bdckell Avenue, Suite 4D0 Miami, FL 33131 Tel: 305 - 579 -7014 Fax. 305 - 579 -7133 Seeing beyond money (sm) LEGAL DISCLAIMER The infonnation 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] 11/13/2008 .�. - - _ _ f -_ - ��Li -,`�� _ �. :� 4 � �i: �[�,tG�' emm-00.1- Ford 14otor Credit Company Mabel Machin Palmetto Truck Sales Inc 7245 NW 36th St Miami, FL 33166 The American Road P.O. Box 1739 Dearbom, Michigan 4B121 -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 02/28/2009. Vehicle delivery must take place and all requiied documentation and payments must be received by Ford Credit by the good thru date. After 02128/2009, rates and payments are subject to change. A Documentation Fee of $425 is required per transaction- not per unit that can be paid at deliverer or funded over ,he term (included below). This finance proposal applies to: Quantitb Description Price 1 2009 Autocar Chasses w /Neil 28 Refuse Body $228,991.00 4 2009 Ford Crown Victorias $97,188.00 1 2008 Schwartz A400 Street Sweeper $115,414.00 1 2008 Ford F250 4x4 $26,695.00 1 2009 International Dump $73,623.00 Total Amount Number of Payment Payment Funded Payments Payment Timing A.P.R. Factor Amount $541,911.00 5 Annual in Advance 6.00% 0.223959 $121,365.85 The Ford Municipal lease- purchase finance plan requires no security deposit, has no prepayment penalty, no mileage penalty, or hidden fees. The program is non - recourse to the dealer, the same as a cash sale from the dealer to the municipal customer. At inception, the new equipment title /registration indicates the municipality as Registered Owner, and designates Ford Motor Credit Company, P.O. Box 1739, Dearborn, MI 48121 -1739, as First Lienholder. At term end, the Municipality buys the equipment for $1. The municipality, as Owner of record, is eligible for Ford Governmental Price Concessions or other discounts, to reduce product cost. please note: ford C'redit's financing is subject to: I) Review and approval of the Municipality's Host recent audited fuzancial statement; if requested 2) Mutually acceptable docwnentation. 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, 11 d5lll 7. 6=9a419 Ann F. Creviston Marketing Coordinator o d W m iE. W tl a P_ u o mb P N a V) d u F n o o b n m N q a .mot• •Y m 1-451 .m. a M D] a � m i d d U V E d H w p H F O 6 +` 2 n x m � m N N L d C .} d 'da � a R q n W i O b � A 1 H u u d s d d N omm 2 N. V q Gd b O N b n q m n' b N •� n q rt IQ d O O O O N 1 V n 1 b 1 V F a.mi •qy rmi .i .bi i � I r m .f ri H rl N .i q 6 r1 e1 ei •-1 .I 1 L 1 N 1T 1 4 1 0 0 0 0 1 1 0 1 e H M � s w 1 •-1 O b n b 1 1 O PI n o n q 1 1 0 1 M n O N N O b b � i• 0 b b g n I N I b N n o N m l m i m v m a m a O O O o O O O O O O b 1 E ; 1 N 1 1 d 1 Lj •-( N n .r N N L- N O L d O H 7 L A 4 •dy u q q a a q N U Sagan o H n n n b N 1\I N •\1 .\i m u vlav :19 03 10:36a DEBRA BEAULIEU 3866771326 p.2 PRpCE QUOTATION T his quote is for budget purposes only TO: Mr. Donald Benjamin. 511610& City of South Miami 4795 S.W. 75 Ave. Miami, Florida 3)IS 5 OTY._ DESC�TION P1� >;A_ One Schwarze A -000 Regenerative Air Street Sweeper S 115,414.00 including the following: 2009 GrVIC W4 cab/chassis 14,500 GVWR Dual steering air conditioning AK/Flvl radio 80.5 hp diesel turbo aux. engine, standard white paint Aux-. DC 1-Yd. system Options: Dual Gutter brooms dual gutter broom power tilt. LH & RH sides gutter broom extension override. LH & RN sides dust suppression system Incl. front spray bar arrow stick, tr&fflc guide Floppes sound suppression water level light spare tire & wheel remote grease fittings, fan hour meter, chassis strobe, cab mounted Wiguard 'Total: �>15,�4.OQ T.6..13.: South Miami, FL DIELIVIEkY: • 90 days ARQ M ` TERMS. net 30 days TAXES: Any state or local taxes, title, tag, or registration fees that may apply, are not included: WAi,.AP TY.- Base vehicle— Standard warranties ofehassis and stveeper engines shall apply.. Swee er vrarranty -12 months /l 000 hrs. Re �• I Ro and Be2urieu Ma Y. 22. 2008 9.47AM No. 1358 P. 2 CNGrS�v -EHICLE ORDER CONFIr,MATION 05/21/08 12:23:06 Dealer: F24070 2009 F- SERIES SD Page: 1 or 1 -der No: 1010 Priority: 141 Ord FIN:.0M510 Order Type: 5B Price Level; 900 urd PEP: &ODA Cust /Flt Name: SOUTH MIAMI PO Number: RETAIL- DLR INV RETAIL PLR INV 20 F250_ 4_X2 SD. R/C JOB #1 BUILD Z1 OXFORD WHITE' CC 9400�`t GVWR PKG, V VINYL BENCH 425 50 STATE EMISS MEDIUM STONE SPARE TIRE /WHL3 OA •PREP` EQUIP PKG JACK 67H HD SUSPENSION .XL TRIM 531 _TRAILER TOW PKG 949 HYDRO BOOST BRK/ DRIVER AIRBAG B4A NET INV FLT OPh`' 55b 55P PASSNGER AIRBAG 572 AIR CONDITIONER .587 .AM /FM STER /CLK 9R 6.4L VB DIES 443 8-SPEED D AUTO TBK LT245 BSW AS 17 X35:.:::3.55 REG AXLE FI =Help F2 =Return to Order Submit F5 =Add to Library 099 - PRzSj F4 TO SU51JUT dd r F3 /F12 =Veh Ord Menu QC049311 )t 0,01-L DLL 6 6D :ern59 @FLEET077 M "' �� l a 61 b�� � ,;Inno In. An_no ne. May. 22. 2008 10: 40AM — 0:1. ;,0 30593 57 Krt ?phelefa Truck r1ctutPfspg ° Southeast -goo NO. 73r' Stsaet M1Ur.nl,FL 38147 = Phone:.3DII- 891.5280 �g�; i:D5- .593 -BZ67 wWW.hrj2phal dasoUlheast.COM Cuptomat: GUS MACHADO FORD ' 1200 WEST 49 TH 69RBET HiALEAH FL , 33012 Cot5tec l; JUAN FERNANDEZ PhanQ: (3D8).009 -326 Fax: ('1305) B20 -2692 No. 1359 P. 1 PAGE 61 /j!U (2I,10TATION Quofa lei: 510756 pain 1 of'i Quote NUF1IW: 570758 Quole i)ste: 61221200B (Zuota valid untll. 61212009 salesperson: ALEX BANCHEZ but the Amcpfed by: Defe: the order can be foosssed_.. P.O, nvfnbor a X,db@r and instellAUOR leinciudedin all prIctno. .p Taring Are Due Upon Reoolpt tulles Prior crodlt armumbnte are made at tfie tltna of older. ® Pleaso note if ah�sgis !s furnished, it lg Ba a convonlanoe and terms Ore Not I)sE on Aocclpt of �hasBl: Nbiest M 10128/08 Rudy, On the ie—,L side of the packet you will find the specs and p0ding for the unit you requested in March. On t -o your specifficatims and pricing. The he right you vvill find modifications xt spe- .d. Mications tl�at i changed or added are in HOLD print. I would like to st-op by tommorrow morning so we can go over the- specs and any questions that you rn ight have, Please !et me know if that is convenient fbr you. Regards, Doug Palmewo, Truck Center 7245 NAV 36 Stmet Miami. Florida 33166 Phone: 305-592-3673 Florida Sheriffis Association. Price Breakdown peirchaseT- ffity of South Wami Date: October 27,2008 Address." Phone: aity.- City of Smuth Mmanli Attn: Rudy DeLaTorre Model: VVX64 Price; 119404 Single RH Steer - Cummins ISL 345 HP@21 00/11 SOFT-LBS Front Mounted PTO Adapter for Spicer 13-50 Secondary removes mounted .5PIn on fitter 1611 Two Stage Air Cleener Delco Remy 12. V 130 Amp 22SI Alternator, 3 Johnson Control 31 EGIL 12 V 3DDD CCA Deices Remy Starter 12V 39 MT W/OCP Allison 4500 Driveshaft Spmer 17150 HD Half Round 45,0001-13 Arvin Meritor Rear Axle 5.63 Rear Axle Ratio ljandr cicson H.IVIX-4$0 $Use Whee-lbase 2157' Frame Overhanq 8S` Double Frame Back UR Alarm Bodybuilder Junction Box @ BOG Fan Arvin Meritor Front 1 5.5x7" and I 6.5xg.627 Rear Qty Refuse Wake MGM Typo 30136 Gftambers Ccntraj Manifold Air resavoir Drain System w-I petq0c;ks - Emmeng start. Lumpar studs .5b tftff;$w!tcI-t attached to Marisa_ r Lig ht Wrrors:Sta .in 10!F$; 5tve-I and RON Heated AIC, VoltmeterlAffi-m6lver ....... Visibility Window APAIFM Radio NAZI cassette Het FD7Fnr%,2Rfj'yn Autcrnated Side Loader Rk sub Tow or Once: aIniefto Ford Tick Sales 7245 NW 36th St lam4 FL 3316.6:--- .Prc-p�ted For DE L- CITY OF SOI.JT_ wednesday, Octubi�-r 29, 2008 7:57: 5 1 AM CSC' p,, pared By DOUG YGLESIAS, QMom 3.d: wXfX 64 AST. ALIT0 ,CAR TR CKS S OD-I' 519 rfi >DL,L.S 0. 500013 CA 11 SHELL € .. [ 003rTfio l CL►STo&.f R T %-'PE SOLUTION ' 0 CW003 , M-T.CATION 0. C:124)04 BGDY.TYPE 0 003001 TimmTORY 0� C(16i0? 13i?]?'?[ STYLE d rji5025 BODY CAPACITY 0 D010200 ER- C)N:I' GA WL? C) 1)020460 RSAR GANYR O D100660 GVWR- NT C-LE APT k'nON S. 114010 COG-NTRY OG USFI EIS GLNE S 101021 LNGLti`E ASSY S 4460001 TUI! L TYFS S 972A0tJ1- 9PEC31AL L:.-4ISSI ON CERTIFICATION UkBELS ENGINE EQUIP ITSeparcd For RlP DY DE LA "313RR -E- C ETi` 0f' $GL1 -FH M).410 41 1)L..clip6clo 1kAC� 4�:�'3 CAB - SL�:Gf.E.1TIi 1.)R1VC N- lUNIC.IPAL REFUSE - LANDFILL AUTOJ�6.47ED S3DE Lt -)AF)FR EAST COAST ffr. IL DUR.k FACK 7040 29 YARD 20000 LBS 46000 LBS 660ott LBS L'NMD STATES STD MARKET ADAPTATION ISL'07, 345BT'fi2100111iOFT -LBS, Cu mMINS -ULTRA L0'%)' StILPHUIC Dif-SEL FLT REQUIRED 4aST1aTG -N0 LARFL RLQu'RE -D 4 122402 PTI ?.EITrF FI�ON rt]7P.PICRIORSE'ICE�tC: >.0 S 1?fi071 LNGPNE C41ti)IOL DEF.AULTSMS SpRCIFICATIONS cx 7290001 ENGLNL g1:F.CT T'.i7FaiCS CUMI4 7J1t'S T?:ES ?, 1 §�fF.SItKEU hiA2,gJAL. REGM4 INFCIA`CE .STi ITCJ-1 '; pt12 00D1 EIi.G3Nii IDLE $TILT DOWN BNAB'L ED ( 5lvtIi��UT S) N A POI0059 VEIUCL•1, CO ERENED SPEED SPEED LINJIT 5970PI-1 Vi =3tcd by pr 1p LIMIT sli�tt c alas) $ P030001 CRUISE CONTROL PA1 &a4ETLR CRj_rtSB t".'ONTROL ENABLED S 13?N34 ENGINElrl;rOTFCT UDTBLEIVISUALAL4RI,rIlLOP,H'F, SYSTEAI1 ! - NINGS LNL S 4i &1003 MLT9 It -FUEL. C f.LkSSIS UoU.ARD FS 1003 FtW A IAA t R /M.0 3E & DASH iNIOUNTED LiGiiT S 170075) FILTER- LUEL,EN6Tn- MOUNTED rA)%,rA9TIS:&pjN- 0hrFILTER. E'tjee L tial : 20080402009N 1Yednegda.y, OrgoLser 29, 2008 7:57:51 PaI~e 2 of I I 6'rcparcci 3 }` DOUG YGLE.SI.kS Q)k t�ca. ld : ti "R641 ASL 17 0D01 ENG1, , OIL S ?t��0]a FATti & fl�RIVI=- E_�GI1E S 2f1, ')DOD1 RA Dd:M)RCOOLANT 0 22OL152 .tlR CLE,j.NER S �26tlj 1 .kiR iNT.Ak RATi4 CAR �D ?30Iti3 i•4T]T I• I.L1t 5i'S7'C�•I ti „310I 1 EXHAUST SIDEL•iD=S C) 23,0003 ri• XIi'. vs r $TACIC4 O 234- }98 EXIL- .UST D2 �1N C'iP S 5'tbOD01 I;1GiN£!£h�d_ IJS-i COVER 4 70J026 A1R CO ?4:EPiiJiSCd * O SG2115 4LTU- RNATOR �} S I.OLl40 1 A-M —R-Y 0. 820(001]3 SFAIZY'I G h10*VlOR Prc�oa:red For RZ' D Y' DIE LA i'Cbitii CITY OF SQUITI N+fJ �K11 5 T AN DA RD FNGL'TE OIL EAR' CLUTCH, Cj1.;CrF EX TENt)ED LIFE ci)OL.A.NT I(" Two STAGE BL4CIC BOOT) TYPfi S1NGb_T_, V E. RT)C- A -L -LEF i IIAKI) SIDE GTIPAINTED ALUM VERT [sfIT SHIELD- SENGLE VERTICAL D- .TF[ISUM, SD�GLE STAINLESS STEEL 140 ES4-T,4AUS T it-4IN CA PROVIDE-13 ALI- JMT1lRPt�!EXl -lAUST DEYPJS ST37L-LD r`C.'T.tI•l11NS W ABCO 15.7 Ml COMPRESSOR DF-f,L- OItLASY 17V 145A- x1' 222I 44 JOHNSON Co1iTROL 31 EC:L I2V 30000CA DL•LCO REn'fV 12V 34 Ml- }14C)CI' s '?550003 S *69022 VOCATIOd; CC7`d•I'ROL )AODL1LE (ELFC'T) RDS REFUSE - VOCLOO -S:XX FEF115T: V,. A€JTO- IgF-TJ LkL i- ,RP105, VP142 t� v7U[i(t?R S 28401& •TR.kKSMISSIO'k TRANSPaISSE -ON C-O'NE•TROLS ALLISON #SO+ISLR[ES,r- STEEP' ALLISON FL14 -Mll i Tc3N COI•?T -R-OLS .S 28C,0O5 S 2901303 { OOLER- TRA.'�'.SM (SSI'0N OIL OlL TO �4','t3 ER I YI'E TZ4 r D[PSTICC�<33S L & 2�3FLS?NSQR S 292004 •FI2 4,tiSMISS -10N LUBRICANT TRANS T•N"D S 'NTI ET 1C AUTO I�r 'TrSII:kFT—oelAI K SPIC &R 176UIi iJ 7 L, € E IiUgJND TiRO'N+tTT AE _S 3'700002 FRONT AXLE 5. 3 ?1135 Fltf3tti €SUSPENSIGN $ 371T43 Sl)SPF1k1STON, FRONTAU4 5 373003 %T.40CKABSORBEW -FRONT S: 3-74001 CTti31r'T AXLE LUBRICANT S 387003 FGWER STY- ERING- R 4EI(VOIR PEAR A XLl Cl MERITO)t b4F5 20 STEER A� I--, ?.00O". CAPACITY 9500 LO'W CA 144 ER F(.ATLE_V 26,500 G- k CAP NO AW-4 AUX LOAJJ CUSHION PROVIDM% I)OUBLE ACTING S114GL F-- HL k'vly DUTY STANDARD FOUR QUART REMOTE M-0i NTED 37,D-.144 REAR YsI?Iz'� ,i ! E�5INGLF & Ak IN NI . ITOR RT46 -[C,0 4 {+ pU(1 LB T iNI DEM j Price Level: 2005040;20D° 1'vfe�llzestlat', 0=bar 2?, 2008 ;_ is 1 Pap 3 of 11. 1':eozscci. U,r DOUG YOLLSI"_ i'regmd For I:iJUY DE LA TORTZE C7µt�tc Id i4' i:F4 ��SE CITY [�F SOUTH MIr�N O 331563 S �30u9s 5 33901 ID 3500DE14 S S 359005 RK-ikR DRIVE AXLE RAT Y) 7[t"AR_A -XLE LUKE PUMP RE ;,A,k AXLE LUB- LUCAUNT LBEA-Id S( $PE`vSEON p,TAlz 41:15TxENE]0N IiL''AMS ToRQUE RODS 5.63 No LCaRI4 4 T IOTA PUMP STANDARD HE1\-DRICiCS0N1 IT.VX = 60 SUSP r) -54" AS 54 INCR STEEL RUBBER BUSHED, L OZ'S Ci'ITUU[jN QF. & TR ,INS VERSE - RUBBER i3VSFIED BRAKES WHEELBASE 2151I\1c-AE5 S 729002 AKR LLiti ES- PA7RKNJ G BR .kCiE, AIR LINES CFIASSFS P-A! RK BRAK2 o •;43()11 <'TL�SS75 ?,`£c" VART 4BLE DROP STEEL, 1--XT A S 74141'7 BP--ky E COIF T R(L S "TET�'I BEND1:X ABS S 751(1(]():( 73 kICES- k- OU)NDA•£lON, F'i,.UNT A1Z111`- MERITOR 16 -SX6 QP 0 4100002 AXLE K=r RI{ RA JF, f LEAR 5 -,54.009 BRAL CE SLACK ARVIN. ,+ mUTOR AUTO'VWFIC E, ADXS7fEF,S -FR0NT AXLE, i S 75500] L)iJS"P SMELj)9 - FkT BRAKES DUST SFIIEr DS - PP.C}NT RR.kKES S gttE�01 BRAKE DIZUNT -FROND CAST LR0111 S 7610003 L ;IU4KES- FF'0I'•ND:kTlCklb, REAM ARC SN,- klERITDR ]0(.3X.7 Q PLUS, AXLE S 7W13 BRkECK SLACK ADJVSTE1(L5 -Rr-AR ARVIN WR17OR AIXLE AUTOMATiCJANIDEM AXLE S 765001 DUST SHML,DS -REAR BEL. ?S DUST SHIELDS -REAR €3RA ES S 7S1012 RIiAKF,CELtN LB�1<tS- P_#.RKENG, C:AMTYPL14GMST(JPCARD(4) TYPE1VF-' D0R S 91K)01 BRAKE, DRIJIti REIAR CAST MOO CHASSIS 0 400215 WHEELBASE 2151I\1c-AE5 0 4x12((68 fRth�-RE.A.P.0VTRII NG 64° o •;43()11 FILOM RAILS ?,`£c" VART 4BLE DROP STEEL, 1--XT A Cr 411 003 f±2�rvTK R INF t)R c E, 7kfFN -C LN,\'F --R 75" LENER. STANDARD LENGTH S 409x(72 FRAME CROS39 7EMAER- CENTER ALL',rffKVh•4 0 4100002 ;4gISC TSO OPTIONS K=r RI{ RA JF, f LEAR 5 4110(R02 FR 49SL:RUE+S4iFh�BER -E.ND k LLm471ti�TJf�4t ,- 1EMBER- 1FKF- CjlRET) Cfi3O S]IdC S 4120002 RRAVIE BOLTS HUCKSPINRR SUSP & 0 414{(002 FRANIE 7110 C -iBR ADS CR4SSR7LNtRE•R -St)5 F-NS.EON S 430020 VIAL. TANK -LEFT 75 GAL Z6" i)mUN'I'AIKTBD ALUMINUM U 4300001 FUET,T.4NKM0 UNTIL TGL]TS FUEL TANKMM>'WDLHS- STD(IF 0 42NUO-01 FUEL T..ANK IM&UKTING REIGHr FUTT-TUNI C STAi+IEf kRD 13EjIC; TT 1.E1S S 43601 FUEL LIKES SAE JR44 NYLON TUBIT,* Price Level • 20004072009A Oa fiber 29, 2009 7.57;51 Pagc 4 of 1 I S hemared By DOUG GL.E.•`_+J S �WXRGL ASL Pr pir�d ! =c >r RUT)Y D15 Lk TORRE CITY OF ()1)T[4 -MI - %0 S a '60001 Pi)MPE,R- 1-'RoNj T STEELPAI\TIED T1'cO iti:A•fow'BLETO'V MWS 5 180C�02 T Oi�`Il�`C1 DLi if' F'-FFti0 1T ro R TAN Dt-%4 AX'T E S 711Ui >� )SIR TI4ltiI{-I3RI-KF- STN_EL TAN ALR- TANKS N STD POSITTON e 71 IU9.9 AM TANK NJ-10 NT[N'G IiiIRko RS -DUAL �N*`EST COAST S. 62? -UO2 h•1 [RIZOR ARM TY[ E $L•l,TD1X AD t? W.-'F T•t T S 71311,? ATRD[ DRYER AM [?ER NiTD Oi 'i SIDE 7L41L, LH S ? 1 3T00 AIR DRYER 1TOUN TING LOC VI -14ON "�'T• TANK DI LAIN 'R BT✓T�`D1 ti Ii �' 2 Ar iT6�ti9 •Y C [ C: c S i1�00� S 71.5-M0] Alit Rk.SLRVOIR DIT ETNSYSTC -T" I'F,.TCOCY.. ALL T: NK& NYLON -1 1)131 N G S ','•"?L(]t)1 :SIR L[idlE5- C.�+ -B: •1844 S:iE JSAA hiLOvI1B1NO S 72Stlill A 2 LIJtiES -MALN-, CHASSIS -OtY, LES t) S 120U01 T5.&TTERY ROX. STEEL BOX, 4 BAT[ - I -:'ER B(>X' p 5117 N E OX LOCATED AS FAA FWD AS S 612T0) B_ POSSIBLE BATTERY SLIX STANDARD HEIGHT S 912LT(1:31 BATTERY IiO il.t" -IG14T "C BATTERY SI 1T OAT 3'.'r LOCK UUT S Si O(311T FSA i R!' S�EICIT- O[:FS�i�17 &T. ' Wiltli`O, I.OD4 [NT;ACE t�0U4'T;>:11LDrdt dL�nL "TICtN AC)7C •�w ) S741107) Hc)C ECCO SMART ALARM SA91: 4 s920I4 UAexUPAi.�M4 CAR VyTERJOR S 4510001 STV- '--CAR :l{CCESS, C -AR S G31001 MOUNTED S 462004 [ti'iT)D pUA_j,5['RO\wr vVUEL S 50?001 C,i]T. DOORS O S0 2T0; Dt CIR CI CK STRAPS () (,220b6 IiiIRko RS -DUAL �N*`EST COAST S. 62? -UO2 h•1 [RIZOR ARM TY[ E S 623026 'tUR.RC)Tt5 AUNJLIARY S 62-IMB1 4?I1'tRo- R.5,DON 'v N1qEW $ (,2a[tf2 t�tL Ii fTAKDLFS -1 NTRy E--:0026 HORN-AIR S G31001 HORN -ELECTRIC S 661001 t A$ TiL.T i<1)1C:Er ►.l�'I$f1[�.O.E. () .7 ?0]102 (31tLLg:R S (,7, %at CRTLLF, El Q;I)pTt -IEN T'. S 69100DI FF.NDE]R EXTFTISi0NS- FRONT Ct &13 fNTERIOI3,'. S. 3$0(1001 grjLF:jt1NG«'IIEEL 5 3L�10DI S'I'EER1tSC COT:tfIFCh' DUAL SE U- CLEANING CAD 1 NTltANCE STEPS FRONT FLAPS STEEL L•H. , R.IT, DODR C.HF(t STRAP STA3hZESS.STEEL, HF —ATED REMC1'ABL I; ARMS - CHRGj,M.?5 j'.ikINL,E.SS tiTL- L&R S° S&AOFPS.E.T BALL STUD (11IOTF 12173 Do',V d Nrlf ` STANDARD - KESTS 1-MCSR 399 REQUIREMENTS TWIN N. jout TED I1 NtiDER CAB SINGLE 9Y1)RATI[JC TILT AUTOCA,`-ZSTATIONARY GRILLE Rlj-G SCREEN` ;rot UNTF- T)13.T;1 -TTNTI) GRILL]; 1',MPACT RESISTANT POLY FEI"TDL -.P. 16" DL4- 'wHEEL, 2 SPOKE f XEDPOSIT10N Rrice Level: - .09A Nvednesda r, October 29, 200S 77:51 va-ge S eff I 1 Prma red By PD1;C3 YGLESIAS q-0,.1e Id : VY-X,R64 ASf S in.-n-4 SE.,vr.I)S',TVER S 52 11H) SEAT-PASSENGER S 5-2-(;0 14 SEATRNSERT $ SZ£064 C. r411PET & ;l?:kT S s900UI Q":tB L;STERLC >kZ S t9 0001 .6SLi'T12AV CLjJvj- ➢'E; CONTROL 0. 06000 1 CAI T i+9'I'r- "L4TU'tE S5'STE 1 S 05700a2 S 1; 0.0001 S 22 j009 S 299009 O s-dJ olk LNSTKI-)M ENTS SALES PKG TACHOME 1'MRY.IE T.LCNC.Dr'R -'KPH AIR IN I' RE TLESTRICTIO i4 INDICATOR C AL:•GF,TRA,NNP- ITSSION 011, TEN1PE1-LATURE V(1LTh4E•f-EIt AM\-.lET.RR 1 t r- V4T'TNf'. S 4rCaf]5 iLeiTSO,i'S- HE:iD 3 8410002 LAM PS-TU IZN Sj(.NAL -FRONT S 9414' 016 Siv 1'f r -TGRiN - gGN.AJ 0 596005 fL ASHER S SS lQQa2 . LA Al. PS-,k-LA P, ER S S59fl01 Y..Al7:i'S- RU[�d`�liti� S 07(}OrtU1 C:3.RC[AT PROTECTION DT, ,VICE WI•LE.EL,OIL SEALS -FRONT S Sf1960I KEY 14 T O CR SETS- IGNlDOOIZS 0 511004 'V3SIBULI IN WINDOW O 5900004 R ADIO 0 5910901 ANTEKKAIPOD MR SLTPPLY 0 596005 iR:iLDTO. SPE, AK RS $ ti3f077 SyhNX)SIiI1✓LD WIPER FRONT PEKES / WH EELENDS S 9210,101 K-1)2 CAPS - FRONT AX'LF .9 940a001 WI•LE.EL,OIL SEALS -FRONT S XJ4011 T1U5S- IrttOVT S 9050015 WHEELS-DISC FRONT 1'repercci 1?cn :.ft1.JL Y DE L,A TGRIRE CITY OF SOUTI-AM)AAMI.l 14ATTONAL CU-,5J 111 LO'c': BACK, AIR RIDE F9CE1) Ty PE, 1-0 V- BACK BLACK C0721)TJRA M.A,T u'ITU FOAM IIA('K .AUft)Tt?F'F 1N7TE•RLC)d. UJ'NOLSTL•RY ASHTRAY TATD IN C0NISOLE AM C: ND 31--Fi-EGI{ A).. WITII FIL!� 1'ER,`L)E:FI:OSTE.R [ }a STANDARD G_LUGF:S EL•ECTRONTCTACHo.mETr-)t WITH HOURAMETER r.3RAJ)UATED, AIR CLEAN fk m UUNTM TR.b�-KS TE.Jvj' WAR\: M 1G LIGHT & BUZZER ELECTRONIC VOLTMETER S1A`GLE R.IJI)ND UALOGEN LELl FRoNCTUi.N SIGNALS. . N0K-CA CF.EUNG %VTRANKSTURIZED FLASUER AMBER LED ROOF MARKER D.AYTNT, AUTO 4:IRf :i,JET BREAKEI2.S DOOR & iGNI'T[ON SAME • UNIQUE r TRI.iCK WTIN FRESNEEL LENS, 1-11 DOOR A1k.ffFh4 S=-01k+; CASSF,' )'TE R.00F MTD ,4hI; &'7,R ANTL�.A. B- P1I.L,$,R A4TD (SIDEOPP. E0AUST) 2 DUAL CONE SPEAKERS DUAL ELECTRIC IMOTM . 11QTE,R.h9.1 'jl-ERTT CR Z.YTEEL HU73CAP SCOTSEAL P 1:-US n STET =L ALB PILO-1 »i51t3rv3 BOLT CIRCLE '" 3s9.0 STEEL HP, 5.?4" INSET, 5T-IH price Lct2L : 200904072009A wednLsday, October 2.9, 2008 7:57;51 Page 6 of 11 prepared FS ;' 1 -jOUC, 5'��� > ;IAS Qtiflre w: W X R64 ASL P;epare:d For RUDY DE LA TORJJ F- C:ITY OF SOUTH KIIAMI, S 9G5T90 $NAREWHEI — rirRONT )40 SPARE, FRONT ;VHEELS W, GE - 31 IWR 2S L- 2UPRT)A21TISS TYPE 5 a [tE S.rZi S L3.�7 rRonT ILiI7T. L �s X31 8017 3'1RE i1l,'t ti'UTi.4C1'L�T:ER 8 TRE:'ti3 - jvTNI EJ4'1'•AL HSL - RATED TO ] � FRONT 93M)V, SpARL FRO T TIRE Nr_7 Sr. �REF]zU��TTiRLS ;AR TIRES 1 WHEELENDS S y l3r)t30 t 1[TT1'iS- RE•.�iZ ]RC)N gtm,,14Tr 10 STM S g 140014 S'YREELS -DISC REAR 2 ?.Sk; ?5 STEEL, �. `I3x S 9]1T93 SPARE NVEI .ELS REAR LG) SpAIZE T.L'AR "'WHEELS 4 !1:,;1152 TIRE SIZE & LOAU fZAJNGUl - BI ER 11 R22-5 11 16 1'IC 5 9340018 T[ RE�L#.NiJT:tiC•PURE[Z ;iD- C0NT1N£NTALHDL REAR S. n�4Ti8 Sd' ;1i:G &E.4R f1[? N[�SPAREIt1ARTIRE•S. S 94 1090 1 WHEEL OIL S&4LS -REAR SC0TSF —k . PLUS XL PAIN`' S 950001 CAL FAi[iT SCI-JBJh71; SINGLE COLOR P n T` 1 S 455(1{101 CAE PA 1, LN7 TYPE S`E'ANT.)ARD 1, HITIF, S 14800011E C;4[3CULClk -FIRST STA14DARDIk�II[TEN0007 S 9$ &l1 1 CgASSBS COLOR PLj1CX. E13036 S 957949 131MITI : R COU) It S.4Itf AS CHASS3S.1?rTPATNTF-D ALUM Ok C••HROME 5 9SS401 WSC44'ITEELGRAIIN'bCOLOR STEE E.COAT .DI)ITIOINAL OPTIONS S $.5�90R3 C[iA551fi'4�,iR[Z!; ]TY S 599:1005 T[t,1P1S14biSS[QV kR.RANTY S S`1gB00] E.NL G[NI VYARRAN`.Ty q 979030 FLOOR PLMN' A %9'002 Ar3D1'11ONAL PRICE ADJ USTINSN'T DEALE, R OPTIONS D Heil DEALE-UL OPTION STANDARD WARRANTY ALLISON EDGE 4YR. VkW RAN 6Y Ci:.b,jj lTNS STANIJARD WARRANTY." 30 DAYS FLOORING TI :bdP0Rr%KY INFLATION ADJLi5TD•IF'N"T HETL 29 CYD AUTOMATIC. S[DL• LOADER 2 �?Jai�csd Uctober2g :2009 7 --57: I page 7 of 11 PritG Level : Ot1�SU ©;. GG9_� Y, BMYERMAY90 AV Peia'y 222, 2003 Prepared For: Presented By: CITY OF SOUTH MIAMI RECHT IEN INTERNATIONAL TRUCKS, Rudy DeLaTorre. INC. 4795 SW 75th Ave_ Mike Audette Miami, FL 33155 -4485 7227 N W 74TH AVE (305)668 - 7208 MIAMI FL 33166 - Reference ID: N/A (305)BBS- 01 11 Thank you for the opporuni�y-to •provide you with the .foliov�ir- gi. j0 tofato -worn anew International truck. I am sure the following detailed specification gill meet your p-- era'06nal requirements, and 1 lookforward to serving your business ndbds:'. 2009 4300 8BA'4X-Z-�MA02- 5)_ _• - :. .::: . APPLICATION: Landsc2pe Dump -_ - MISSION; Requested GVVVf2: 39000- CaIc..GVWR'33000 -' r Calc. Start /- Gradq-A6ility: 0 %'l•0 %.@ 0 MP-H, . - Caic. Ge'ared•Speed.' NIA FUEL EGC N0MY --* - - --N /A DIMEtStOf,'` : _ . °_, °!1(Iieelbase: 152.00, CA: 84.90; Ax{e to Frame: 63.00 ENGINE, "1 >E�EIIs: .. .':= . T . , {Intsrnational MaxxForce DT}- 245,H ,"62-O.Ib -ft Torque @ 140D RPM, -= : • =. =`2600 RPM Governed Speed, # 2 SeH:Housing RANSFAISSt1?,:N, - -' {ALLISOR300p= RDS_.1.4th G6rieration Controls; Close Ratio, 5- ALITOMATf G;`- . = -:; ; _ .;Speed, With Overdrive; On /O#f HvWy; Includes Oil Level Sensor, With PTO .P'rovision, Less F eia4c!4, With 80,00-1b GVW &, GCW Max. CLUTCH: Omit Item (Clutch'« Ciohtraly AXLE, FRONT NOW {International 111268G14-Beam Type, 12,000 -1b Capacity DRIVING: -- AXLE, REAR, SINGLE: {Dana Spicer 21060S) Single Reduction, 21,000 -lb Capacity, 190 Wheel Ends Gear Ratio: 6.17 CAB: Conventional TIRE, FRONT: (2) 11R22.5 AH12 (HANKOOK) 503 rev /mile, load range G, 14 ply TIRE, REAR: (4) 11822.5 AH12 (HANKOOK) 503 rev /mile, load range G, 14 ply SUSPENSIOM, RR, SPRING,Vari -Rate; 23,500 71b Capacity, With 4500 lb Auxiliary Rubber Spring SINGLE: _ PAINT: Cafi�sch`ei�ia#�c.1OpGA °:: -Location 1:9219, 1l>I niter �/1�Frite (S> d ,. Chassis Schematic N/A 1 Proposal:14184 -01 ®AN IN 1liF�rrac� May 22, 208 209 4300 SBA 4K2'(����z�} (USA DOLLAR) Price Description 0 5 year Allison Transmission Warranty Total Warranty: $0.00 2 Proposal: 14184 -01 Body Allied/Equipment. May 22, 2DDB 2009 4300 SBA 4X2 (MA025) (USA DOLLAR) Price Description 10 Yard Contractors Dump with electric tarp, cab guard, air gate, tool $0.00 box, strobe lights and heavy-duty hoist. Total Body Allied /Equipment: $0.00 3 Proposal: 14194 -01 0 DC3iTGC I�lG�STDIOG��[1° Vehicle Specifications May 22, 2008 2000 4300 SSA 4X2 (MA025) Description Base Chassis, Model 4300 SBA 4X2 with 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 CLEARANCE/MARKER 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) "B" 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 Pocket 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 kCCESS, 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 )c 30.9mm x 8.Dmm); 420.0" (10668mm) Maximum OAL 31LIMPER, FRONT Fuld Width, Aerodynarnic, Steel; 0.142" Material Thickness ncludes BUMPER, FRONT Powder Coated Gray (Argent) Color AXLE, FRONT NON- DRIVING {International I- 120SG) I -Beam Type, 12,000 -1b Capacity 4 Prop6sa6: 14184-01 U�SirP_Pr3A7000,AU Vehicle Specifications iWay 22, 2018 2009 4300 SBA IX2 (MAD25) ®escription 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, REAR 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) With Heater; for Air Tank Al BRAKE ABS {Bendix AntiLDCk Brake System) Full Vehicle Wheel Control System (4- ChanneJ) .IR DRYER (Bendix AD -IP) With Heater BRAKES, FRONT, AIR CAM S -Cam; 15.0" x4.0"; Includes 20 Sq. ln.'MGM Long Stroke Brake Chambers BRAKES, REAR, AIR CAM 16.5" x 7.0 "; Includes MGM TR3030 Long Stroke Brake 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, Aftertreatment 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 FUSES, ELECTRICAL SAE Blade -Type 5 Proposal: 141 84-01 Vehicie Specifications May 22, 2 008 2009 43DO SBA 4X2 (MA025) Description HAZARD SWITCH Push On /Push Of, 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- Cance [Ping forTrucks, Manual Cancelling forTractors, 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 Tum Signal Lever : WINDSHIELD WIPERS Single Motor, Electric, Cowl Mounted : WIRING, CHASSIS Color Coded and Continuously Numbered ALTERNATOR {Leece- Neville 8LHP2172VAHI 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 =rame; Includes Sealed Connectors for Tail /AmberTum /Marker/ Backup /Accessory Power /Ground and Baled Connector for Stop/Tum 3ATTERY SYSTEM {Intemational) Maintenance -Free (2) 12 -Volt 130OCCA Total. 3ACK -UP ALARM Electric, 102 dBA FRAILER CONNECTION SOCKET 7 -Way; Mounted at rearof Frame, Wired forTurn Signals Combined Mth Stop, Compatible With Trailers That Use Combined Stop, Tail, Tum Lamps ;WITCH, AUXILIARY Accessory Control; for Wiring in Roof, With Ma)dmum of 20 amp Load With 'witches In Instrument Panel CORN, AIR Black, Single TrOmpet, Air Solenoid Operated, Mounted Behind Bumper on Right Rail VINDSHIELD WIPER SPD CONTROL Force Wipers to Slowest Intermittent Speed When Park Brake ;et 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 W/WIPERS Headlights Will Automatically Tum on if Windshield Wipers are tumed D TARTING MOTOR {Delco Remy 38MT Type 300} 12 Volt; less Thermal Over -Crank Protection JDICATOR, LOW COOLANT LEVEL With Audible Alarm 6 . Proposal: 14184 -01 flNTr- mm- aff0O6' AU Vehicle Specifications May 22, 2008 2009 4300 SBA 4X2 (MA02J) Descrip igr� GRILLE Chrome FRONT END Tilting, Fiberglass, With Three Piece Construction PAINT SCHEMATIC, PT -1 Single Color, Design 100 Includes PAINT SCHEMATIC ID LET TERS "GA" PAINT TYPE Base Coat/Clear Coat, 1 -2 Tone CLUTCH Omit Item (Clutch & Control) ENGINE, DIESEL {International MaxxForce DT} 245 HP, 620 lb-ft Torque @ 1400 RPM, 2600 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'lntegral to Steering Wheel ENGINE OIL DRAIN PLUG Magnetic ENGINE SHUTDOWN Electric, Key Operated :FUEL FILTER Included with Fuel/Water Separator F1JELIWATER 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 Sgln 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 Vehicile SDacifications May 22, 2009 2009 4300 SSA 4X2 (MA925) Descrlption THRO TITLE, 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 ENGINETEMP EFFECTS 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 P) 4th Generafion Controls; Close Ratio, 5- .Speed, With Overdrive; On /Off Hwy; Includes Oil Level Sensor, With PTO Provision, Less Retarder, With 80,000 -lb GVW & GCW Max. Includes OIL FILTER, TRANSMISSION Mounted on Transmission TRANSMISSION OIL; PAN Masnet in Oil Pan TRANSMISSION SHIFT CONTROL {ALLISON} Push - Button Type; for Allisbn 3000 & 4000'Series Transmission SHIFT 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, 190 Wheel Ends. Sear Ratio: 6.17 ncludes REAR AXLE DRAIN PLUG (1) Magnetic, For Single Rear Axle SUSPENSION, RR, SPRING, SINGLE Vari -Rate; 23,500 -lb Capacity, With 4500 lb Auxiliary Rubber >pring =UEL TANK Top Draw; D Style, Steel, 19" Deep, 50 U.S. Gal., 189 L Capacity, With Quick Connect )utlet,-Mounted Left Side, Under Cab GAUGE CLUSTER English With English Electronic Speedometer -)cludes GAUGE CLUSTER (5) Engine Oil Pressure (Electronic), Water Temperature (Electronic), Fuel 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) Proposal: 14184 -01 Of��L�GJI�o BC�f�afll�® Vehicle Soccileatuons May 22, 2008 2009 4300 SBA 4X2 (MAD255) Descriptio, 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 ", Brackets Breakaway 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 HFC -134A WHEELS, FRONT DISC; 22.5` Painted Steel, 2 Hand Hole, 1D Stud (285.75MM BC) Hub Piloted, slanged lout, Metric Mount, 8.25 DC Rims; With Steel Hubs_ ,nciudes :.PAINT IDENTITY, FRONT WHEELS White WHEEL SEALS, FRONT Grease Lubricated, Includes Wheel Bearings WHEELS, REAR DUAL DISC; 22.5" Painted Steel, 2 Hand Hole, 10 -Stud (285.75MM BC) Hub Plated, 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 11R22.5 AH12 (HANKOOK) 503 rev /mile, load range G, 14 ply (4) TIRE, REAR 11R22.5 AH12 (HANKOOK) 503.revlmile, load range G, 14 ply S9Mces Sectiion 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 g Proposal: 14184 -01 U '�g1� 1 4�e5'0C�G31 �m Vehicle Specifications May 22, 2003 2009 4300 SBA 4X2 (fi A D25) Description 10 Yard Contractors Dump with electric tarp, cab guard, air gate, tool box, strobe lights and heavy duty hoist. 10 Proposal: 14184 -31 M-2: 2 NATO EDMAV Financial Scmmavv 2009 4390 SBA 4X2_ (MA025) (USA DOLLAR) May 22, 2008 Description Pr9ce Net Sales Price: $73,623.00 Please feel free 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 Seller: ®ffi ial Title [?ate Authorize S' rratu e This proposal is not bonding upon the seller,without Seller's Authorized Signature i Accepted! by Purchaser.- Firm or Business Name Authorized Sigpature and Date Official Title and Date 11 Proposal: 14184 -01 ti 10 N 0 0 0 2 Q r O Z K W O C O w w O a Lj �W LLIz Do LLI n co � O QQ z 0O W O_ a w F! uQ J ACC � O w 4= J J O 0o O� LL LL OE C O U- 9/ m N_ W . m 0 �. p p !!! c8 a0 0 Y w P p o a O d QZ N_ W . m 0 �. p p !!! c8 a0 Y w P p o ZOI O w U�J wo; p v a oO<za �o oO� °o 0 m -- QwD W J= L) WJ Z !lD~ (U N C Zz aO 9 O a LL w J p i D D o- 00 CO , t O N N O Q p - x >- ia �u� (o m Z O o rj Z m O e- UO Z Q y�j(7m w Z c ° 0 - o °0 o EDLLUNO DJ — 0_ C5 0 0 o r ww< > QZ mw- Oda E9 U LO U O d QZ W . m 0 �. p p !!! c8 a0 Y w P p a� cc m m m m O._ a O 00� >Umaa1�D O w 2Q r❑_ wo; p �F- �o oO� J= L) WJ Z !lD~ (U Zz Qw D QWU Z D gQs WG 0W au W UO Z Q y�j(7m w Z c DJ — 0_ LLJ. �> v ww< > QZ OJ �U mw- Oda N Z LO U W c �u � rn m O2ry v w(.) U rna 0o ED O 99 O ,°•o� n°� J W =U wp9 <00w WOLLO Y:`�OW }- �H Z M J ff Z Z D' ODQ' M Ix C6 < (o[L Z OW ~0o C�g� Z0LL ef`r Z ^4 N°° = -L. J � Y cwW Fw- 1, > and O> Z it -6 _ Q ro z wa KY CD wH Q w Q W Wz~-� _ f• LL y�c�' U_ v a- Y m UN <Q -a H rt w . 0 N O �n�D �9 0 0 L �, v D C; g o o^ u 0 c H�3klt1N3}Y3LUOlJd alEpiapnel 1jo3 Jo •SIQ 0 v C) }' w Y C) `c 0 � t ui v 0 w F z O � H � `o w C °_ G;R G :s y u o c t •E y U u � yCy d° s C R J'Q u c a- o m �� ci Page 3 of 3 305/667 -7606. fax 1tvrw.cit tofsouthrniami.net rd Please note: Florida has a very broad public recos law. Most written communications are public records and available to the public an media upon request. Your e-mail communications may there' ore be subject 'to public disclosure. From: Salerno, Dan Sent: Wednesday, October 08, 2008 10:15 AM To: Vazquez, Kathy Subject: 2009 Police Vehicles Gus Machado gave a price of $24,297.00 each for the 2009 Ford Crown Vic Police Interceptor There are 4 vehicles budgeted for a total financed cost of $97,188.00 Can you please check on the financing for the vehicles. Thanks Dan ; ___ . No. 1661. P 2 Y rSep. 29. 2008 12:10PIA VEHICLE ORDER CONFIRP�iTIOld VJ /LJioe- VJ:36:07 U L J J V Dealer: F24070 —5 2009 CROWN VICTORIA Page: 1 of 2 Order No: 1010 priority; 'K5 Ord FIN: Q8935 Order Type: 573 Price Level: 915 Ord Code: 720A Cuat /Fl.t Name: SOUTH MIAMI PO Number: RETAIL RETAIL gP7POLICE INTERCEP $26560 177 SILICONE HOSES $320 VIBRANT WHT.0 C 45C 3.27 RATIO —TRAC` 125 I CLTH BKTS /VNL R 78 C /LfiMP5 DISABLE 20 N CHC A R OAL BLACK DRV SDE SPT IMP 190 CORDER CODE 53M� NOISE SUPPRESS 95 ' .DUAL EXHAUST 61H DECKLD REL IP /D 60 .17" STEEL SPARE 67 . ' RR DR HND INOP 25 MANUAL AIR COND 948 RR WINDOW DEL 25 .ENG IDLE METER 99V .4'.6L OHC FFV V8 NC TOTAL BASE AND OPTIONS 2852 44Q .ELEC AOD TRANS NC TOTAL 2 TC1 P235/55R17 BSW NC *THIS IS NOT AN INVOI Cr �-4 TRUNK PACK 1901c�1 hY` FRT I,XCENSE BKT NC MORE ORDER INFO NEXT PAGE 172 GRILL WIRING NC F8= Next1Jp� I Fl =Help F2= Return to Order F3 /F12 =Veh Ord Menu F4— Submit F5 =Add to Library 0 0 - PARE DATA S AVAILABLE, QC 04931. Pet A �,-S: ���1� 1� �[�ui- tom• 3 ��- . o0 MIAMI DAILY BUSINESS REVIEW Published Daily except Saturday. Sunday and Legal Holidays Miami, Miami -Dade County, Florida STATE OF FLORIDA COUNTY OF MIAMI -DADE: 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 f/k/a Miami Review, a daily (except Saturday, Sunday and Legal Holidays) newspaper, published at Miami in Miami -Dade Cruntr, Florida; that the attached copy of advertisement, 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 affiant 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 th* a'dvertis n r publication in the said newspaper Sworn to and subscribed before me this 21 da of NOVEMBER A . 2008 (SEAL) O.V. FERBEYRE personally known to me L4OF Nota Public State of Florida ry Veronica Perez 7 My Commission DD819771 Expires 09/03/2012 NOTICE -OF PUi3L1 Nk"iMG'..,.. NOTICE.IS HEREBY given that the City Commission ofthe•City of South' Miami,. • Florida will conduct Public Hearings . at; its - regular City. Commission' rrie66g' s6heduled ' for Tuesday, � Deceinber =2; 2008 beginning at.2:30 p:m. in.the City Commission Chambers, 61.#-Sunset Drive, to honsider the following items: AN ORDINANCE OF•THEMAYOR.ANDLITY COMMISSION OF. THE-CITY _bF.SObTH. MIAMI,. FLOF3IDI;AUTHORIZING;THE sr': CITY MANAGER TO PURCHASE A STAEETSWEEPER'. -LINE FORD. :F- 250,..DNESIDE'.LOADER, ON(`0UMP_T13UCK : i D; FOUR (4)'.CAOWN VICTORIAS.F.OiJ7A.T_OT:A*0? M6UNT-OF1.;: $541,911.00 AND ACCEPTING THE;- INTEREST:_.RATE•-OF 425 %_'FOR_A.. FIVE. YEAR• FINANCING;;TRM THROUGH FIRST NATIONAL BANK'`OF 5017tH` MU�,Mf. V✓ITHFIVE'." I ANNUAL-PAYMENTS'IN THE..A. Mo.u.N -S OF.: $..i20000.Do AND,t• .i CHARGINP :TO.PUBUG WORKS.ACCOUNTNUMBERS.001- . I 172x534 4455, 001 - 1730 5d1 4455,;STOFiM;.VJA'fEf? DkIA(N. TRUST FUND ACCOUNT NUMBEFF_11]- 1730541 4455`'AND'=i 'POLICE DEPARTMENT ACCOUNT : tJUMBEA :Ob1 - 1910 -521- . 4450 VEHICLE - TRUCK-. LEASE' 'PIURCHASE� _ACCOUNT.'• NAMES; PROVIDING FOR. SEVERABILITY, 0FA61RANGES;l11 ; CONFLICT, AN0•AN EFFECTIVE DATE: 'AN ORDINANCE OF THE'NIAYOR AND THE; C1T'( GOMIJIIS , :. SION OF THE CITY OF SOUTH MIAMI; .FLORIDA REL.ATING� TO'`- THE PERAIIIT 3FEEEE.�' <SGHmUL AMEfiIDING CONFLJOT, AND AN EFFECTIVE DATE. - ..�..,r- AN ORDINANCE OF T}iE- MAYOIFAND CITY COMMISSION OF, THE•C►Ty OF SOUTH. MIAMI, FLORIDA-RELAT,.INGTO;A'';: REQUEST TO AMEND THE LAND.DEVELOPM•Etj)TCQbL.BY°;.: l INSEf nNG NEW SECTION., 20;3.1(E)' TO ,SE' -t N. iTLED• °BUSINESS OUTSIDE A.130ILDING ", IN ORDERTQiREQL1IRE!:'. THA ;ALL COMMERCIAL ACTIVITIES WITH.0UT A PERMIT AVOWING ;FOR'OUTD' USE .MUST BE`b0WDUCTED' wITHIN :,:A:, BUI1 D130 ;:•Pt?RO�!IDING FOR : SEVERAI3ICTY;.:•,: PROVIDING : FOR .• ORDINANCES ' IN ' CONFUCT; 'AND PROVIDING AN EFFECTIVE DATE: -• AN ORDINANCE OFTHE MAYOR AND CIT`fCOMMISSION OF THE- -SOUTH MIAMI ' RELATING ` D', GHAhTtR �• ' AMENDMENTS."PROPOSING AMENDMENT,.70, >.fiT E V;..-; I ELECTIONS, PARAGRAPH 2,A, TO CHANGE THE M09M. IN i WHICH GENERAL' ELECTIONS ARE HELD FROM FFBRUARY' ! TO NOVEMBER OF , EACK: EVEN- NUMbEiED YEAR, . SUBMITTING THE BALLOT QUESTION• TO' THE 1. CT0- RATE OF THE CITY AT-THE SPECIAL; ELECTION SCHED- ULED FOR JANUARY 13, 2009; PROVIDING SEVERABIUTY;' ORDINANCES IN CONFLCT; AND AN EFFECTIVE DATE''% If you have any inquiries on the above items please contact the City :Clerk's office at: 305 - 663 =6340 ALL interested parties are invited to attend and'w'ifl be'he'ard: Maria M. Menendk, OMC .....City Clerk ,Pursuant 'to Florida Statutes 286.0105; the Cify hereby advises the :public that if a person decides to'appeal any decision made' by this; Board, Agency or Commission-with respect to any matter considered at Its meeting or hearing, he or she will need a record of the proceedings, And that for such purpose, affected person may rieed to ensure that a verbatim record'of the proceodings is made •which record includes 'the testimony and evidence upon which the appeal is to be based. 11/.21. U8- 3- 60/1124653M m _ TS � 0 _Q ^L ~ a S � � m O y m LL O m L) Z Oil O N d m C d 0 a ._ O > U N v m m Q t'n O 0 N a o N O N M E Z a O FT m m O m N p = in U 00 00 O M T NEIGHBORS CALENDAR - CALENDAR, FROM 45 6161NW 22nd Ave, M14W CS5 per week 3DS- 75S -780D or miami- dede.pwks. Sunday Racing Seder Participants can erpoy racing with Shake -A -Leg Miamrs best skipper" No experience neussxry. Volunteers needeit I pm Sunday, Shake -A - Leg Miami. 262D S. Baysham Dr, Coconut Grove; 575. SID members. 305858-SSSO .xt 103 or shakealegmlamirrg. Tree of Hope: PETCO Foundation hosts the event to help boost pet adupt'ions and save animal fives Pet adoption takes place In 950 PETCO stores nallcon.ide_ PETCO prdonn- ars can make a difference for hva- dreds of Pets by purchasing card ornaments for their donatim through Dec 24: Pgtcu, 62DO S. Dixie Hwy. South Murat $1320. 3DS -GSS -7335 or petmfounda- tionarg. University of Miami Psychological services: Psychotherapy services are offered to dvldmn, families, adults and couples on a fee scale based on family income Therapists are graduate students in the Univer- sity of Miamrs clinical pycholagy training program and UM faculty. Uvwgh Dec 15; University of Miami Psychological Services Center, 566S Ponce de Leon Bhvd. Coral Gables. 305284 -4265, et. O. HEALTH AND FITNESS 4 -H Youth Development Program: 4 -H is a free, volunteer -led, youth development program, forages 5 to 18, with a focus on dtlrenship, lead- ership and communication skills. It is managed by Miami -Dade Coopem- live Extension, a Partnership of the Miami -Dade Consumer Services Department and the Unlrerslty of Florida; Io am to 5 pm Monday -Fri- day -, Miami 1.1emotional MA 7405 NW 107th Ave., Dorat free. 505. 592 -ED44 or miami-dbd J- fas.ufLedu/4h Aquatics Cla .. Gentle indoor warm teerexercise class for people suf- faring from arthritis. 4 pm.Tuesday and Thursday. Jackson South Com- muniy Hospital 9333 SW 152.d 54 Palmetto Bay. free.3o5.992- 4069.' Art of Yoga: Class teaches media, tio,, n oiion emphasizing on spontaneity and c oatMly, 4 and 5 pm Sunday. Art Temple, 7Ml Indian Creek Dr. Miami Beach $10. 305. 926-3578. Bike Meet Up: Cycle about 10.20 nines n 12 mph and stay fit Helmets are mandatory. S13 for T -shirt; 630 pm.Tuesday and Thursday, 8 to R am Saturday, Stasbucks,13515 S. Dixie Highway, Pinmest free. 305283 -3413 or bikemeetup.com Blood Pressure Check .10 am to noon Monday. Wednesday and Fri- day, Aventum Chiropractic Ctre Center, 20475 Biscayne Blvd, Ste. G. Aventura: free. 305- 937 -370D. Chair Yoga: Stacey teaches yoga for body mind and spirit Accessible yoga for young at heert 10 to 0 am Monday, Unitarian Universalist Con- gregation 7701 SW 76th Ave. Miamk 510.505. 274 -81329. Executive Fitness Boot Camp: Includes aerobic and anaerobic training, ca4thenics, core strength- ening and full body weighed exer- c1ses. A l participants must be at least 18 years old and will have to sign a waiver, 6313 to 7:15 pmTues- day and Thursday. Bayfront Park 301 Biscayne Blvd, KamC call for price. 305332.7679 or rob.exeeuth - efitness33gmaAcom Focus on Heatinir: Dance and move- ment program for people who have physical Rmiations from an illness or surgery. Participants vAl learn sim- ple dance movements and gentle exercises designed to improve flexi- b8ity, strength and a range of motion and balance: 9:31) to ID30 am Wednesday, Victor E Clarke Center at South Miami Hospital. 62DO SW 73rd SL South Miami: sS Per doss. 796. 662 -91DG. Rehn Yoga with Stacey- Get fit and add balance to your life. Multi -level ciassex 10 to 1130 am Tuesday and Saturday, South Miami/Coral Gables Elks Lodge M676, 63D4 SW 76th St, South Mien$ $10.305274 -6029 or sta oyberldeyrom Marjorie and Winiam McDonald Center. 17011 NE 19th Ave, North Miami Beach • Beginners Classes -TaWst Tal Chf Society of USA 630 to 730 pun Tuesday and Thursday. Suggested donations SSO, $30 for seniors. tao- Lstwg. . Yoga For Aduitr. CFIy oT North Miami Besrh Parks and Recreation Department invites adults for weekly dass. Bring your own mat 93D to 1130 am Tuesday. V. 305946 -2957 or cltynmb.mm Nevawo Flu Shots: Navarro Discount Pharmacies are offering flu shots at most Iocaio Locations and tunes will vary by store. For specific infor- mation check -Icy Navarro flyer or all Navarro Customer Service from B am to 10 pm Monday- Satur- day or Sunday 9 am to 7 pm. 9 Am to 5 pm Monday- Friday, S25. 866- NAVARRO (628. 2776). New Sweaty Yoga: A preset series of yogas performed in a heated room; now Wednesday, Synergy Center for Yoga and the Heating Arts. 435 Espanola Way, Miami Bead: all for price, 3135 -S38 -7073 or synergyyo- Parent Parents and Children Cycling:. Five - mile ride from Black Point Marine to Old Cutler Road and back on h' k. PAUL Helmets are mandatory.9 to 1030 am Sunday, Black Point Marina, 24775 SW 97th Ave_ Cutler Ridge; free, feservaticn rm.imd. 305- 283.3413. Pllates Exercise: South Miami Hospi- tal's Behavioral and Collaborative Medicine Program offers classes for all fitness levels Participants will loam exercise to strengthen core muscles in abdomen and back to Improve posture and ton. all muscle group; 5 to 6 pm Monday and W odnesday, Victor E Clarke Center at South Miami Hospital. 6200 SW 73rd SL South Miami $10 per dam 786-662 -BIDS. Pllstes Exercise Class. For beginner and Intermediate level students,6 pm Monday and Thursday. SL Johns on the Lake United Methodist Church 4760 P'me -Ime Dr- Miami Beadt 55.786 -i71 -1586. Power Abs and Gluteus Classes are for all level; 530 to 63D p.m Tues- day,Shakne Rela":ion Oasis, 271 Alhambra Cr. Coml Gabler, S1S per class. $138 for ten classes, $259 for twenty classes 305774 -1355 of w v.d%kremlamtcom Pre -Natal Yoga: Experienced pre- natal yoga teacher P.ossella Rossi helps to increase overall strength. Nen-bility and wen -b" during pregnancy with yoga: 12:15 14 1,30 p-71-dap-71-day. Miami Life Center, 735 Sixth SL South Beady $18 . drop -in ciam.305.534 -8988 or miamilifecentercon Restorative Yoga: Begirmers, yoga students and teachers seeking add, tional training can lam gentle thera- peutic yoga that is based on Allaine Stridden s 33 years of experience teaching yoga, traveling worldwide and study of sell hearing tedhn7ques. Includes an open discussion and demonstration forum: 12:15 to t30 P Wednesday, Miami Life Center, 735 Sixth St- South Beads: $SS. 305.5348988 or miarml'decen- tereom/. Shaken Relaxation Oasis 271 Alham- bra Cu, Coral Gables.3DS-774 -1355 orshaluamlaml.com: . Paesic Hatha Gassers Classes are for It levels. Features a combination of bma:Kng and stretching exe•.- cises, osanes and meditation: 6:15 to 73D pm Monday, 10 to 11.30 am Saturday. $15 per class, $138 for ten classes, 4259 for twenty classes. . Baf.%r.yasa Cl=ss mfor beginners. Learn synthronWrig breath with movement with empha- sis on alignment and Now. 630 to 7:45 pm Tuesday. S15 per class, $138 for ten classes, 5759 for twenty ciassex Besic Yoga Ctasses For begk, nehs &15 to 730 pm Wednesday. $15 per class, S73B for ten classes, s259 for twenty elms • BeTly Da..bq CIassm Fo, Wnt mediate -levd students; 730 to 8:30 pm Monday and Wednesday. S1S per class, $136 for ten dassm 5259 for twenty classes. . 6odysaAl ting:Classisforanlev- els.lndudes intense workout designed to tone and sculpt the entire body, 5:15 to 6:15 Pm Monday and Thursday. $IS per class. S13B for ten classy 5259 fortwerdy dunes 3 0 57 7 4 -115 5 or shakrardamicom. SNm'N Trim Club: club meets on each Thursday; 10 am. Bird Bow, 9275 Bird Rd, Westchester, SS membership. 51 per week thereafter. 305226-8073. Stretch and Meditation Program: Gsntye stretching, breathing and meditation exercises to help foster mental and physical relaxation Vic- tor E Clarke Education Center also conducts a half-hour stretch and meditation session every Wednes- day from 1230 to 1 pm, 6 to 7 pm Wednesday. Victor E Clarke Center at South Miami Hospita, 6200 SW 73rd St. South Mland: SID par ses- .ton 786.662 -SIDS. Hi-Tech Air Seivsce FPL PARTICIPATING INDEPENDENT CONTRACTOR°' FPL Rebates cap to $1,285PSH AM6q C'� 1p mss �r c.w er4N EACt'� k ri Rnan�tg Available /dRo,dnswyA7ie+� t � t• 1 •' 1 13339 SW 66 Ave. $�5- 9���2600 Miami FL 33176 . (V CiTY OF SOUTH MIAMI COURTESY NOTICE HOHCE IS NERM given that Or Cal' Com nisdan of on City of South Miami. Fmdde will mnduc7 Punta HmAngs a! As regular City Commmion meeting scheduled ftr Tuesday, December 2, 2008 b0girming at 730 pm M the City Commission Chanfisss, 6130 Sunset DrfiAto consider the lalowing Keene (AN ORDNA: AUTHORWNG TIC CITY MANAGER TO PURCHASE A STREET SW�EL DAZE FORD F- 250, ONE SIDE LOADER, ONE DUMP TRUCK AND FOUR (4) c701RT117Crows FOR A TOTAL AMOUNT M SSa1,911JI1) AND ACCEPTING THE MEREST PATE OF 425% FOR A FIVE YEAR FINANCING TERM THROUGH FIRST NATIONAL BANK OF SOUTH MM WITH FIVE ANNUAL PAYMENTS IN THE AMOUNTS OF S 120,1100.01) AND CHARGING TO PUBLIC WORKS ACCOUNT NUMBERS OD1- 1726534. 4455, 001 -173D- 541.4455, STDRM WATER DRAIN TRUST FUND ACCOUNT NUMBER 111- 173D-541-44SS AND POLICE DEPARTMENTACWUNT NUMBER DDl- 1910.521445D VEHICLE- TRUCK EEASE PUisl7M-SEACMUNT NAMES. AN OINWMCE REATiNG TO THE PERMIT FEEIFEE SCHEDULE AMENDING ORDNANCE 4"B- 197970 ADD NEW FEES TITHE SCHEDULE. AN ORDNANCE REAnKTOA FREOMTTDAMENDTHE UND DEVnOPMBNr CODE BY INSERTING NEW SECTION 263.1&) TD BE EIMT1ID -BUSINESS OUTSIDE A BUSDING'. N ORDER TO REQUIRE THAT ALL COMMERCIAL ACTIVITIES WRHOUT A PEIMO AIlOWNG FOR OUTDOOR ME MUST BE CONDUCTED VIIMN A BUILDING. AN ORDINANCE RHRTWG TO CHARTER AMENDMENTS; PROPDSNG AMENDMENT TD ARTICLE 1, ElECTIOfir, PARAGRAPH 2.6, TD CHANGE THE MONTH N WHICH GENEPX 81CODNS ARE HELD FROM FEERUARY TD NOVEMBER Of EACH TEM SUBMITTING THE BALLOT OUESRON TO THE ELECTORATE OF THE CRY AT THE SPEDN. ELECTION SOEDUEFO FOR JANUARY 13, 2009. h you tore any luquiries on the above hems please ewa.d the City Ckrk't office at 305-S63-BUD ALL Interested paw are hAed to attend and vnll be heard Marta hM Menendm CMC City Dark Prshur4 m Rmia fasters 266saI S, the Db hsrby aduus 0o Pula 081 Be Pusan d elder m awed any draam made by oat Bmrd. AVnq o C-loi. nuh rstped to r q naoc ,aa6ldtrtd n to aneft m hearts, be m she r M..d a raoxd of IDe Pr- evs..W M kc ont p"a t, eaR4cd Pmmn nw mod m ehoun the a mtalim record At the prove" Is miscue cram reogd mdvdrs to tetTmmy and eriemx rpm slam the appal b m M ba:1 wo pU SE: y N �i Umgc Z -NN :E omN O' Em>c j. �x s mL o` am_ Uy ~U 4' 0 yy' 0 LL LL:,90 =E„ E �s m3cmc G1O W9E6� = xa o wLL -ODES w `- FE EE iz O ° E c z Un°° zOwari?z >a?i� °vp'w >W.Oz roOaxwzwLL�z NOZWOOQLLOt'r- z:2WwY xLLo U¢O Up 3ai-Om U' NW- X— Sa <WOnrdN2 UNJr(7z WJyZOO -WJazo �WO2J j�¢a�2NN ZQa32 2LL r -ma¢- p <o¢o_ °:Oram¢Rz9,0.-°io ->ti riovo- <>za >wo Uaxd.w N¢JxCZa- O¢m<Uw¢- 0<05 o0 ¢Zama �OU Z¢ NuaUO `^oUOd mCjdz a� o�¢aOZp UOx�ouLL ZO °� aawa¢..O ¢X, !i ou3¢v°ia00(x7zz6¢ w°wi ~m3WwU - DiapwWWJZ6 Q_m W.,N �1-W7W mW m6zW7woz <Wd.MmZOILp ¢ <Od727aQ >S�QO�UWam07 iu�..OFOm >i= 0�"j.QOo¢ uN73 ^.z ¢�'x�OWw ow!zi¢dzOU aka OuRN' z�- aupOWo2Z 2�Y..W w- r2wUaLL w W'w Zaw¢�w�¢'�wzmwmd z rOOad JZwoOmZ �zarWw� O�lpNQOa¢wwo u 06F¢z5H8 �yZU:O YO rGra WCOimw UW r37¢ >¢ OrgoasaO W Ouzxw�Qwz =Oa'm^iaxoa�rFOrW- cwiOw�ac770z?x?r w o- fr/1 N d 7 U a w d a W)) x- o W O> r a $U Q -W r.O r Z 7 Z Q z Z 7 w W Y LL 2 F 0 z z r Z r¢ QQQ F" uO W w ZF LOO�mDwpa. 2 z�W C7w<".> map ¢m0.a..Oma WL) .oww¢!ioJL Oau,7¢Uo�j90 U OfzN >aN N?O ¢fOai¢w=cwiazwz.17o.a2¢¢O2m>LL fW�czO woSow _O .rzWUW<xmso W7ro7OWLL ZO�or¢Z¢zW¢LL <Oa Q,,NO >a >mrdoao>omdN�mw aoaNmdadaoOw o Oz0'0?UZ ? O�¢WNr Or700Q UOpaf.p 4Z ¢Ut�a � U Smm °Sm�E� iv �zUOUJ¢Om U'U�Z N N a(7,)jm¢�5¢c7 .. O 3 LL¢ m? w�QSrOwUNV¢Z LL m,� ESLLm9$m 2 7 N Q O J¢ O. OaWLL022a» U<00 VC) W0 E U a O OW¢OagQ Wx�7 02ddr >z002 H LL J¢ 7¢ z '�N'Oa =JN U1Z' »: oV2,wr:,0MO m .0 �U �.� c.Nm EE O OOzONBiwN¢ Zwy Zaaz OQrOW2¢O QE¢ =Z¢6o ;F m .z, a U �U Ee�c 9T - UO�"zi'n'�w0o ZdWILQJ(7¢LLZ a�zo0f°7¢OoaU z¢az OWr? ¢ra0o�hw�Z�po O7 row f7aaLLZ a g' c °so`E�`° 'm'f El.--o- c m J m- 6_iW p a dOZW�ac�.. Wl a�Zwy-�Or¢�U ¢LLO <�3v¢Q aNz rNrWUwz.z ELLaZ6 JW70¢Or L o 3�m'mE m° mL ¢f 0404<r1WL z_r Q w rNF 0 =F w �v_iwa Q a_ 7 x Z W O U 10zWwazOFO=V O x Q x¢ pO J m e me c v. b 0 L 3 m rn� o w 22W>UW pFDW90i - W=7oQSd'G 760 U r O¢ W ��aFW-y Nr Om>'Wz> SxW ~ZZZJ r x rUQWZ gZWOO =. QQW�WQ¢U m m nm;msd3 ma�Om p LL °� z O N w w d U Is Ono(-) LL O i w w U� 0 W W o o LL LLWJr32 p r W Z r¢ w d Z C O C E L mo 6 0 0 S¢ p r p r? w - W LL a m Z Q R 7 a X_ w X W> U o W W> r W O Z f N- F m a N O T? Y W OL50 <Muwo yy 00.QmOwm_¢Z¢2� z QZrozw¢ZOW wW O uNT��E ZO2O0W Tza ow z¢g doar ZUJwOpo -5:, m 6Z o'O.�W ZQp¢w. ¢ ao �mZ¢WO�a¢�8Z> ¢Dp.¢y0¢wc7 >ar 02— a _ �< mA m�... ¢S' ��i w' ZU r �cmir e;oawSw Z LL O O W ¢ N N¢ LL ¢2Nrrd a¢<JOWw> Orn z Z LL S O O O O 4 7 QZQ W W m JU N¢G?W f0 fa itizw oum Z O o W O O Z N O¢ LL QUQ.. f.7- 7U - -UW cm c ? - tad -ryEc j_ =- E �ED�p aONNdROa70w aON6aNLL-�LL JUNd -U lb p°Not �O Oi¢CN0 wo pU SE: y N �i Umgc Z -NN :E omN O' Em>c j. �x s mL o` am_ Uy ~U 4' 0 yy' 0 LL LL:,90 =E„ E �s m3cmc G1O W9E6� = xa o wLL -ODES w `- FE EE iz O ° E c z Un°° zOwari?z >a?i� °vp'w >W.Oz roOaxwzwLL�z NOZWOOQLLOt'r- z:2WwY xLLo U¢O Up 3ai-Om U' NW- X— Sa <WOnrdN2 UNJr(7z WJyZOO -WJazo �WO2J j�¢a�2NN ZQa32 2LL r -ma¢- p <o¢o_ °:Oram¢Rz9,0.-°io ->ti riovo- <>za >wo Uaxd.w N¢JxCZa- O¢m<Uw¢- 0<05 o0 ¢Zama �OU Z¢ NuaUO `^oUOd mCjdz a� o�¢aOZp UOx�ouLL ZO °� aawa¢..O ¢X, !i ou3¢v°ia00(x7zz6¢ w°wi ~m3WwU - DiapwWWJZ6 Q_m W.,N �1-W7W mW m6zW7woz <Wd.MmZOILp ¢ <Od727aQ >S�QO�UWam07 iu�..OFOm >i= 0�"j.QOo¢ uN73 ^.z ¢�'x�OWw ow!zi¢dzOU aka OuRN' z�- aupOWo2Z 2�Y..W w- r2wUaLL w W'w Zaw¢�w�¢'�wzmwmd z rOOad JZwoOmZ �zarWw� O�lpNQOa¢wwo u 06F¢z5H8 �yZU:O YO rGra WCOimw UW r37¢ >¢ OrgoasaO W Ouzxw�Qwz =Oa'm^iaxoa�rFOrW- cwiOw�ac770z?x?r w o- fr/1 N d 7 U a w d a W)) x- o W O> r a $U Q -W r.O r Z 7 Z Q z Z 7 w W Y LL 2 F 0 z z r Z r¢ QQQ F" uO W w ZF LOO�mDwpa. 2 z�W C7w<".> map ¢m0.a..Oma WL) .oww¢!ioJL Oau,7¢Uo�j90 U OfzN >aN N?O ¢fOai¢w=cwiazwz.17o.a2¢¢O2m>LL fW�czO woSow _O .rzWUW<xmso W7ro7OWLL ZO�or¢Z¢zW¢LL <Oa Q,,NO >a >mrdoao>omdN�mw aoaNmdadaoOw o c� So HIE W E O=5'�omc°'g°-m Cl) m °' 'cyc m m E _ 'm'f El.--o- c m J m- m W m Z �. � c m - N hmEm °m cc -' - �aa- n?u m g c C— N T C L pcEc�'r E m 3$ N vm = Q m O- . 0 m E o _° U m3 >o° omom °qZ SS om�o e°.i Um n v °m ;°- ° °c °m5 -� °° ��yn°oovc-q- E a oEC axEm ° r HA tO i. cmimmn`c ay= 3n N > n mamTmNE mEOEm g.. mn E _`o -.S�w Q 2Jm 0 p°Not �O Oi¢CN0 �� c mn cmmixmgoc LN9UmmNCOm a T m zac '3k a p Em NCO 03¢'0? x �¢ m = X$ qm> A 3 m mmm� mpnmq ( \1 me °nm�mEm a5 E5 m yOj J m n 6 Q y LL L X. O CoC m 9 •� m0 O W T S_ ` WO mWa mJ C p� Orm L 6 " C m C C N J N,'? �VL UBtL.V ° n ¢ EO W d r� f� dW -m> °'off >J¢mUa r: Ud 53 ° s om °cz maym -c a¢ULiL S o.m om 3 o y N > NU V N E C E N O N °i ~ •_ I� J �` > d ,.L_. y j �/� Q .e a. a c c E r u_ o�._ o c c' c A a o y z YI =? N N wCp„ R >O C dL. '�.' a) 3 j C T.� O d a. 3 "� A C A R C y G J Y y Zn c -° ¢ y o f n a� co `o `o H .E Y W W m Q Eo y - "' v on o v A `o v m: o R m ° •- y W w O 'D •_ L n- L y 'NO �. °' N N N Y y O C a) rL N U A U n.p O C L O C C - C R d H C A ~ C° N O� N E Qi E °- O 'O C 2 C N A L A N= Q d- T R O Y m O R° E A C O a C G N~ z � W Q O Z A E - o c o f ._ °` m o n rn o `a L L O v N c u o o° L y D7 L' N. ;n d Z v L a a o° F •� v E° U Eo E o n -- o, tO °' N v° y y O N E id O =p . - A N C O N N y (n U ° p v p N d C A .L.. O W i' J A E R m a O �g A C d w- y N C 07 d 2 C R C '° r ara N U N O N '> d d O N E C E C A` y p C C> R d 0 J U C- J C O N O N C E O .- O O d p C N 3 �- L p O O y V >- W Q LL 0. Q ((V O1 �' o` °-' g Y E v o o L m c '.'� 3 °. ✓ V y Oci ° �- :° 1- A a= o y _c c> a� A Z✓ n E E iO °- 5 S t R r U d Y o R :o °+ m o c '' o Z y y- A o y y `o o . o y "n - a in in y y -ia c m° '° A N% o d vo Sod Q �/� n O d r ° > O C O U x U W J V/ A U L� d --- A p W r A> r 4f �' N V O �/ a~ci o .. 2 a � n ° � -2 E -c o m LL E R�> r a � c o c d o C y/ C d N U R` N '` C d N w t0 Y W A - N C U W ° O > ¢ R° N N U w R C O Q y ii E E R _ m o E �e o mi c m o 'S E E E H U p, E v Q Of C7 Q O W W ° M d N U a a y A Y O' t- n > C >p n y A d R i w o W z {L J y >> Z o co N> _ c A 3 0o vs •o �a •= .`a R N c� is '- R A E O E v R Y J ti o 69 N O y N ui �, C U > d 9" N ^L oo d y d C N ` O� N y O O_ ¢ EON U r _T a, p E T •p fL O m O > CD ` r d N N V_ d D7 O N N p O C d y E 3 Y r' n a) lEd -O tCV a y W r 0 ° c •`-' o -" aEi ° o E v m tO °C R z w `m °' E c o E WO ° ° E d d N v o a v 2` o ff R a� ui y r T ° Y n y R L a p 3 A O i0 O C 3 a� C cG r O R p R O C C O G d F W Q W 9 E .0 L i y C r a, Y m. a. ° V L QJ p d L r- C- N N E y m w C O O O O" n C N- U "RO id O¢ N V y O�> >~ a� O C A x Z U C T W VQ % W Z E 'y LL 2 QQ W OC d O > - d v a o m es a j O ° E o O W E o n c v E o._ ¢ Q Q[L A _ 3 0 0 o U a x x Q 3 Q Z V tn Lie 00T ri v Z �o0 l7 iO N W 0E�oa 80 J E v uv� U� � aaN`�� mo °o >o _Z oa -0v�:U <M a ..2 m to ? ^uaa 'N w V R c N 3 y O .CU�o c °- u. U= c < a nU C a N"O "-Oy J v m gCON rn E L a' v c aN ah _ u „ate �`o "�cQ'coo '3 au�w Em cv gp' 3.✓ -^-^ fl- O , d M O C"O C m Ol Cf s >Oo lV EO ° "� u go . 0 U v .. C C C -�n N E LL Ep M N >i U> A 3': .l c 0> C N u uA U?F<�2 Xo ENQ'D L v v Z e>,p= a��✓n,aQs _ j O._ - my c O 2y 'Om< _9 �maoUw� inNNm6 m E 0 o r>a O L M C , C a cZ aDiv Er°n am °J �> � o °u o, . E> e 4 O` u m m < 'c i - =a IE U N V y m O p m l-cn r ut m y j U C Uu°im ml_ J W zZ<Sw (V o<W OZO< NCFOZ Q?m0 U O O E n -m::. ZN0C);E 03t-w �6Cc FQQF U ¢g `n F m rvn" Zu_LLLL_a3�02 j0 ow0m wUOw �wmow Ow Zen P: v'� - �o mrn m o °rn ,ems �0a w N°Jw co -o o a2 mm 'n c m _ po= mmO�-n<wga <w�U O�m ¢ON Q�¢3ao0�• <wwo =Q �U aN� OLLUQ F- cc w°w �Ua 0ZaQ OwZm °y WZEU mOa QmO o �2'° gizi m LL"3 Sw= 2C7F �u)< H -<Um O J Zm LL_ LLZ22O v U NO Uz�00?rnw2l-[n U� zza OC7. J F-m2 ¢ w0 U r� mm> NCO =o <WO�NJ¢�W <t OJ<4w F-�O? ZWfn N(L [n �<UZ< ai vm$ a 3w¢QU<c OO¢�Ci �IZmw zo °w Ou-2 z° mw0 z �D `m `Hot a0¢LLSVaa NFa wa2U2 w0wu) Fatm°w OSZZW �� aiwr OUP° :D °< wF- �m20 aI-�_ 5 °,� aOwUl -• v wwmo O 3cLL a °� >v» w._ Nz FLU v°iHC �NS¢¢zo N <"(.) UOOmO 0OWW Q<z Q0W mZ�ow m�mn Q Z w F r+ k I wOOX <g02 _`E' ccV o oo vwpZmo°�;vy ZUZwTO wz<wg iiwEni �ww,:10x <w0ZO "'m¢ -<�� Oaw2�2 f ° °°U °JOm �im'>Q� qa? =0¢ _ m oo`a =O °mom L)<F_, oo ~¢UV- OJT -•wQ° z2ka fpOUOzW ¢wmF< -z O y nv ma EL f-Z y� Zwwoz";o0womm w, (D g <�- 2°°12 ww °SOm_ s £EVE ° y ZrtnnOZ J a W W ZO _LL m¢ F Z- W U Z� a..w S = Nc� °=�ac~npv� = <Y� °�2OJ 20a¢ O�OLLJ° <aww¢ U 3 „m�E pig .NO 0L)o �� >z¢w o~wQU� ?�- w mw� }¢}WO O�U¢vi : v v'�= inLV EE° °a <QS�°^�wNwjU ZZIS -¢a iFw> ozzt�2 ¢OO¢w a0 v dnnt E LL~ °oN F-OU 000 2QF -O¢ g00,< F-LLtW cr NWQZ°O J�av�O aci d °un _ Ou�i af- UZOM -n LL�a wm_In J F-y 2,Dzm «m F O 2_'-� omm <m<°oZ�Oaw SUgaw OOwC7 =¢o�g� ��, z _A U E A aC7a0! -x= �nzOOS o~ °O °LL N < Q= ~ �O W W =S UZQ Z FOZ C m o... LLI O UU ZQ�p�¢Zmoaw -o z_mw¢z z_ °m0 Z FLLmZ (~.7jj WSW d 2."0 °2° wrn2U Omo °¢m c<i °0p 6 c O mO�w zrnoc, g N > _OOm °u wF wz A0z Z<o <Uw w, Oi 02 iazOU ww Q a2w7O> n : cU'L gt0 zw °mwmw <� Ei- 2QQ 2 OI-�u_w0 m aE <U¢LLp CJ�zZW�:, �)m� <OrFWm ¢mz�i --W Qp0 ma c y «Tm rnaU W2Wp QQOIUi�Ua� Uam <Z UwO'JN w zmEn} w ~NIw-Z2 O m mcmm m2 UI -<zZa OFOZZ< Zaaz> ZOwm° ZGmG ZU<.OS Uhtn -JZOJ A @ aaE cc <NOOm�¢7z Om0 Za2wli Zm(7i0 Zwy °LLw Zw0W >t ° wrn.a'c °_W <Z mZ° F 0cl zm C) < °F -fnAww Jma C d t ` cc o y'B 07: w¢Y¢Zowa� OF aOCU O�'?ZO? OO�m00 Ow�zz0 m m om °u w2E F.w ~»OQOQSm r� >° NW JZ a�Ogw z0Z0 -_ U 00 ZZ ZZ Zo�JO zwOJwrn ZiO�OZ 'C c > °mo 0 U 6. «OF- LLLL3 °QZFN <W 2 W < QN «N <m ULLIrU «I-aUQ ham° Ha °5 O °`? < a >Ec zap o` ✓ o" E ry a M m �, v a o v a m Q` U of a, E a u t mr°', v :°. `� --aoi �O E J_ M E N O O^ Y la a u i 0 ='O N U N .'� V a) ✓ al 'O O Z O,1Ew =✓ C Oa V OZ0 oCLm0 Y dL Nm w O .1 CiOla CLN ✓L C✓LVOl y 3 N `-a aa�iad `rn£u3oM�pvLL rni°�✓�.' -°�$ y r�ai m.c `°�, a' "- a`�ma'mE-d �� N o% o oo.o aa`o 1a3 Eo 0 3 U' d Ncrn�v5aM3 cLL w^�mov z<qo o -7,-T "o z ?=Op�maQi o�mw�L�•'c`°s3o: >'�a°�a��'°c na�'fl, O of LOIN O! iri J ° ✓LL u7 - d C✓Z N N N O N HL TC iri Z 3 \J r cD -6 �°o m - Ea`'"-=> (9�mt2�coOoomow" cALu=wmoEa,0 W o U' W c m m; °; y�mo o�<ocuopl�Ln M toa �ai� ~m].,�Q O✓ON�Nm�✓c3EU mEiu�mn°'.'y N M L L O) °_� ✓-Q O ✓ E? L O "' L '2.2 O _ ;a E✓ N Ci m Z= E'�v -o E•cw ^c.` -_� -o mL- Ln'c;`°✓'>,ON wQ < oo -oa �✓O ah O✓m y�.r. E'a ;'ono ocr✓2 'o,2oo ix 1� o L d p O S m J. a) p 3 •, .., N c o tD C _ a `. N f _ a te- O a" ✓ w T C O- q c .. N v "O y� C L ar u) m tp L O'D'D y V O nI V a 7 io m a \- a'^ 6 O d ;0'^ 3 U d N V O u> H =`= 32- cdy�o '��cw�°nzsuoN°1c.,.c`mEi`.E"2a, rn��mv�i mtvd.- ',axi�`5, UN�'c°E'd>'op,n>. W oomE'°✓ - o- mma._ c��zrn'- EO `a�Mou!ou° °�nomn°';°_oTNnd`oaoB u.omo- in`ar.. v✓.yo EMVO �y„ vp cnadE naa�N�u,cDO_�v EU�wm �C��L SL _oEcdL �^. NNY >�o��n3y.o2 vME�,aa�,a 30 .Ma N L7 <o omo Ea Ec 'c>.uo� o�^,ovoQ`do. N U _ a%_EmL CV ._Eu, '^ 2: 13a ca uc�in Eovy�vo'D� a >o p d O O O O_ C>> O 'O O m v d O N o o 0� > O O N p O C y m O✓ N m '- t O C J O .- O O ,C U ..- 3 .0+ O- O N M✓ QOlana VN2U2 UO>�UILU✓ amue °eQu1UL ✓:, T_W�MVI = 3l0✓1.i0 Mu2MNl7✓.O wV)m �nC -lueryoa Aue esodindw jo tloldxe Am Aue ul "'s)jjom ewlleApGp elesiO )ou ICew nO k •peIeOlpul e6ed pue ejep e4; uo pjwaH IwelW e41 ul p�e.dde pe e41 le4t eauepine eAlsnlww se pepinoid sl (H)Iee4S3 s141 :uoi)duosao MVEI :ed(ljoloo epea /S£SJ /salgeJ S-dSN :9uoZ/96ed /uO!joas S'LX£ :azis IWVIW Hinos Ao.uta :JasiPanpy ZOZS089£8 :jagwnN uoivasul :aweN WOO ZOZ8089£8 :jagwnN Pd 6002 /ZVLO :a }ea uoijeoilgnd QIB"'IaIFFlu�gta ADDITIONAL INFORMATION. REQUESTED FOR ITEM 7 (STREETSWEEPER) ON THE JUNE 16th COMMISSION MEETING �CNN"/atllEw June 19, .2009 Rudy De la Torre City of South Miami Assistant Director; Public Works 4795 S.W. 75'h Avenue Miami, FL 33155 Re: Schwarze ,A4000 Quote Dear Rudy: This letter is to confirm the December 6; 2008, HGA.0 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 Hendrickson Regional Sales Manager Schwarze Industries, Inc. 1055 Jordan Road Huntsville, AL 3581.1 Office: (256) 851 -1150 Cell: (256) 990 -1755 t194C CONTRACT PRICING WORKSHEET Non -Motor Vehicles B. Published Options (Itemize below and attach additional sheet(s) if necessarv) Code This Form must be prepared by Contractor, and prnvided to End User to aMaci to Purchase Order, Ivith copy to H -CAC: Cost 77re H- GACjee shall be calculated and shown as a separate fine item. Buying City of South Miami Dual Gutter Brooms Contractor: Schwarze Industries, Inc. A nc : 607 2 Dual Gutter Broom Tilt 1210 Contact Donald Benjamin 223 prepared By: Raymond Massey Person: 45 Cab Mounted Strobe with Guard 523 28 Phone: 697 58 Phone: 1- 800 - 879 -7933 ext 1140 Location City, Mianti, Florida 607 Contract No.: SW04 -08 State: 53 Traffic Guide Arrowstick 745 Standard Date: 12/6/2008 21 Product Code: BE01 15 Schwarze A4000 Regenerative Air Street Sweeper 908 Description: D escri In-Cab Water Level Light 201 A. Item Base Unit Price Per H -GAC Contract: 113,611 A: 1 56,546 B. Published Options (Itemize below and attach additional sheet(s) if necessarv) 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 14,500Chassis 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 Subtotal E: 113,611 F. H-GAC Fee Calculation (From Current Fee Tables) Subtotal F: G. Non- F,quipment Charges (Trade In, Extended Warranty, etc.) Perkins Auxiliary Engine Warranty 60 Months /5000 Hours 395 GMC 5 Year / 150,000 Mile Warranty 1 305 Subtotal G:j 700 H. Total Purchase Price (E+F +G): 114,311 Subtotal From Additional Sheet(s): Subtotal B: 54,790 ... :. h -.v� C. Unpublished Options (Itemize below and attach additional sheet(s) if necessarvl Code Description Cost Code Description Cost 01A Remote Grease Fittings, Fan 275 Subtotal From Additional Sheet(s): Subtotal C: Check Total cost of Unpublished Options (C) cannot exceed 25% of the total of the Base Unit Price plus Published Options (A +B). For this transaction, the percentage is: 275 0% D. Other Price Adjustments (E.G. Installation, .. , ..... Freight, Delivery, Etc.) _...... ...... . Freight from Huntsville, Alabama 2000 Subtotal 0: E. Unit Cost of Item Before Fee & Non - Equipment Charges (A +B +C +D) 113,611 Quantity Ordered X 1 Subtotal E: 113,611 F. H-GAC Fee Calculation (From Current Fee Tables) Subtotal F: G. Non- F,quipment Charges (Trade In, Extended Warranty, etc.) Perkins Auxiliary Engine Warranty 60 Months /5000 Hours 395 GMC 5 Year / 150,000 Mile Warranty 1 305 Subtotal G:j 700 H. Total Purchase Price (E+F +G): 114,311 Raymond Massey National Sales Manager Schwarze Industries, Inc 1055 Jordan Road Huntsville, Alabama 35811 Estimated Delivery Date: 30 to 45 Days South Miami au-nnMftacnr 1 I " ..mow•_ CITY OF SOUTH MIAMI ,„ORPORATm till. .�� 1927oP OFFICE OF THE CITY MANAGER o R' INTER- OFFICE MEMORANDUM 2001 To: The Honorable Mayor Feliu and Members of the City Commission Via: Ajibola W. Balogun, City Manager Matilde Menendez, Finance Director From: Kathy Vazquez, Purchasing Mgr. a 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 $5,000.00 be reported via the City Managers report instead of a Resolution. This procedure was developed with the intent of full disclosure of expenditures expected to exceed $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 200 &2009 Vendor Name Brief Description of services Estimated Amount Ace Lawnmower Able Sanitation landscaping maint repair, equip ort -a- toilets $ 35,000.00 $ 10 000.00 Accrisoft Web support $ 50,000.00 Acker, Barbara Acom Solutions Advance Data Solutions Advance Digital Copies Elves parade payroll checks and support digitizing of city wide documents printing $ 6,100.00 $ 20,000.00 $ 50,000.00 $ 25,000.00 Advance Public Safety Air B Bus Transportation Police equipment for printing tickets children transportation $ 10,000.00 $ 15,000.00 Alfi Electronics Al Alayon alarms for burgl fire and equip maint vehicle a/c repairs $ 30,000.00 $ 10,000.00 All American Engraving engraving/framing /awards/trophys $ 15,000.00 All Power Generator Generator equip /parts /repairs $ 10,000.00 American Express Credit Card Chargestvarious vendors $ 40,000.00 American Genuine Trk American Tire American Truck Crane Veh parts tires truck/crane parts repairs $ 18,000.00 $ 20,000.00 $ 7,000.00 Amerilumber Repair Maint General $ 19,000.00 Automated Bus Machines Aquagenix office equip and maint lake /canal equip, maint, supplies $ 12,000.00 $ 20,000.00 At &T long distance $ 2,500.00 At &T sys & internet $ 50,000.00 Bell South /At &t telephone sys & equip maint. $ 50,000.00 Art Tech promotional /printing /shirts $ 25,000.00 Artemisa Fencing Fencing $ 20,000.00 Artistic Bronze bronze plaques $ 10,000.00 Ball Park Maint Barlop B &M Auto / S &W Group park field maint and supplies Copiers supplies /overages /color auto body work/paint $ 25,000.00 $ 10,000.00 $ 40,000.00 Best Buy electronics $ 15,000.00 Best Equipment Rental Benson Electric repair and rental of equip and emerg. Electrical supplies, parts, equip. $ 15,000.00 $ 25,000.00 Biscayne Awning Board of County Commissioners Branching Out Brandano Awnings special charter review proposal elections Fuel pump repairs /software /underground fuel tanks holiday decorations /displays $ 5,500.00 $ 10,000.00 $ 25,000.00 $ 40,000.00 Brandsmart USA Equip $ 15,000.00 Bruel & Kjaer Bryant/Miller /olive attorneys Sound Meter /support training attorneys $ 1 0,000.00 $ 20,000.00 CDW computer related items $ 95,000.00 C3TS engineering /consulting sys $ 25,000.00 BV Oil fuel and oil $ 340,000.00 Chgo Chevron Texaco card sys fuel cards fuel cards $ 9,000.00 $ 8,000.00 Coda Roofing roof repairs $ 10,000.00 Contract Connection waste baskets /picnic shelters /playground equip $ 7,500.00 Cosgrove enterprises Janitorial Supplies $ 30,000.00 Comp USArl-iger Direct Dadeland A/C Dade Lock & Key computer related hems air conditioners, parts and repairs Keys Locks related items $ 20,000.00 $ 30,000.00 $ 6,000.00 Daily Business Review Dell Delta radios Advertising IT hardware & software radio eouio and re airs $ 10,000.00 $ 95,000.00 $ 15,000.00 .Display Sales Event Banners and Decorations $ 32 000.00 wa,.� ad. w ts000 . +psao 9/22/2008 8:19 AM J Estimated Expenditures Exeeding $5,000 for same vendor for FY 200 8-2009 Vendor Name Brief Description of services Estimated Amount Digital Video Systems Computer and chamber sound system $ 75,000.00 Diversifire Systems Dollarmur s orts surfaces fire alarms, parts, repairs Gym floor Mats $ 10,000.00 $ 8,000.00 Duncan Parking meters, repairs, parts, cash key $ 25,000.00 DSS poli I ce veh equip/repairs/supplies $ 50,000.00 Emergency Equipment PD veh equip repairs & install & emerg equip. $ 25,000.00 Emergency Vehicle Supply PD veh equip repairs & install & emerg equip. $ 25,000.00 Enterprise / Miami Dade ITD Radios Police Radio Maint. /re airs $ 25,000.DO Envirowaste Services Eugenio Santiago /S&A Engineering Falcon Plumbing Drain cleaning Structural Engineering services Plumbing arts & repairs $ 60,000.00 $ 25,000.00 $ 15 ODO.00 Fire Power Ferguson Enterprises Fireworks 4th of July Plumbing arts & repairs $ 15,000.00 $ 10,000.00 Florida Bullet firearm bullets $ 10,000.00 Florida Electric Contractors Florida IT Solutions Florida Police Products Electrical work, supplies, parts, equip. Contractual IT consultant pd uniforms and supplies $ 7,000.00 $ 10,000.00 $ 40,000.00 Florida Power & Light Galloway Office GK Uniforms Gem Seal electric office supplies, cabinets and turn. uniforms cleaning signs street $ 375,000.00 $ 60,000.00 $ 6,000.00 $ 10,000.00 General Asphalt Cold patch Street repairs $ 6,000.00 General Welding Genuine Parts Graphic Desi n Intl Welding of heavy equip. veh repair parts PD Veh graphics $ 10,000.00 $ 15,000.00 $ 6,000.00 Global Industrial Fittings for prentice crane auth dealer Global Fluid $ 7,000.00 Gomez and Barker Gopher Lobbyist equipment ark games $ 60,000.00 $ 6,000.00 Grainger supplies $' 7,000.00 Grand Prize Motors Gus Machado Ford Home Depot Homestead Concrete House Doctor Dealer veh Parts veh/trucks hardware & supplies street resurf & sidewalk repairs handy man fo'r mainly CRA properties $ 15,000.00 $ 30,000.00 $ 15,000.00 $ 40,000.00 $ 25,000.00 Sungard /public sector HTE Sun ard/ ublic sector software, maint,support & training software, maint,support & training $ 75,000.00 $ 60,000.00 Highland Products P &R bleachers $ 10,000.00 IBM ' Computers/accessories as400 $ 20 000.00 Identicard System IDS stem for HR $ 6,000.00 International Data Consultants computer consutt/en / maint $ 60,000.00 Interior Universe interior floors, blinds, etc $ 17 000.00 Island Fence JAM Welding fence inst. & repairs Welding of heavy equip. $ 30,000.00 $ 22000.00 J.E.M. Inspections bldg dept. inspectors $ 50,000.00 Joe's Lawn landscape maint cra lots $ 15,000.00 Julio's Cabinets JVA Engineering Contractor cabinetry/fumiture Engineering sys $ 20,000.00 $ 40,000.00 Kilowatts Electric Kimley Horn & Assoc Electrical supplies, parts, equip. eng sys $ 15,000.00 $ 25 000.00 Koch Financial internet software support $ 35,0D0.00 Laval Equip Sweeper supplies & parts $ 7,000.00 n.enn. a,rr w� txm . Moerw 2 9/22/2008 6:19 AM Estimated Expenditures Exeeding $5,000 for same vendor for FY 2008 -2009 Vendor Name Brief Description of services Estimated Amount Las Casas Gardens landscape/plants $ 20,000.00 Leadex Construction misc $ 30,000.00 Lehigh Shoes shoes $ 8,000.00 Leon Engineering street resurf & sidewalk repairs $ 40,000.00 Lan o Equip cra demolitions $ 6,000.00 Macks cycle Mac Paper Martino Tire Matty's Sports MC Harry spinning bikes & repairs Paper supplies tires football uniforms & Equip architectual Engineering $ 6,000.00 $ 18,000.00 $ 20,000.00 $ 25,000.00 $ 52,000.00 Miami Dade Water & Sewer Water & Sewer $ 35,000.00 Miami Business Telephone Miami Herald telephone vendor State lines city wide advertising $ 15,000.00 $ 60,000.00 Muscle & Wrench fitness equip rep & maint $ 8,000.00 Na in, Gallop & F ueredo City Attorney retainer + $ 150,000.00 National Furniture outdoor furniture $ 8,000.00 NICE Systems Police dicta hone annual maint agreement $ 11,000.00 Nursery Elegua's Inc OM/Physicians Health landscaping Occp medical $ 25,000.00 $ 10,000.00 Occupational Health Center Occp medical $ 10,000.00 Office Depot office supplies, cabinets and furn. $ 60,000.00 Office Express office supplies and partitions $ 15,000.00 P'rty planet party rentals $ 6,000.00 Palmetto Ford Truck truck parts & repairs $ 10,000.00 Palmetto Uniform city wide uniforms $ 10,000.00 Palm Engineering Paradise production engineering /consulting sys 4th stage production $ 65,000.00 $ 6,000.00 PC Mall computer $ 10,000.00 Petersons Harley Davidson motor bike lease & repairs $ 6,000.00 Power Brake brakes $ 7,000.00 Pride of FI ProGrounds Products tire recapping, boxes athletic field materials $ 10,000.00 $ 30,000.00 Quality Communication Rechtiene Intl pd equip radar repair / supply automotive & truck parts & repairs $ 10,000.00 $ 6,000.00 Safety Products Santana's Lawn Service S &A Engineering & Eugenio Santiago Shell Lumber Soil Tech safety supplies irrigation / sprinklers Structural Engineering services lumber lime rock $ 10,000.00 $ 20,000.00 $ 25,000.00 $ 5,500.00 $ 10,000.00 South FI Maint South FI Maint street sweeping landscape maint $ l 120,OOD.00 J Spot Color Sprint State of FI Mgmt sys Sunbelt printing of blue prints & maps cell phones state lines Truck Repairs $ 7,500.00 $ 50,000.00 $ 35,000.00 $ 15,000.00 Superior Landscape Landscape maint $ 25,000.00 Thyssenkrupp Elevator Elevator Maint & contract $ 10,0DO.D0 Tiger Direct computer parts/equip parts/equip $ 10,000. DO T.J. Pavement Toro Exterminator Total Cabinets street resurf & sidewalk repairs City wide exterminator sys and tenting furniture $ 40,000.00 $ 15,000.00 $ 15 000.00 9/2212008 8:19 AM Estimated Expenditures Exeeding $5,000 for same vendor for FY 2008 -2009 Vendor Name Brief Description of services Estimated Amount Tropical Int'I veh/truck repairs/parts $ 13,000.00 Tropic A/C Tropic Supplies A/C repairs electrical and ice maker equip & parts $ 10,000.00 $ 10,000.00 Tropical Signs Truck Max city wide signs Truck Repairs $ 7,000.00 $ 5,500.00 12th Avenue Graphics newsletters $ 20,000.00 US Post Office USA Software Vace) USA postage 2008 annual support police Computer reconfiguring $ 35,000.00 $ 30,000.00 $ 25,000.00 Verizon Wireless air cards /wireless connection $ 60 000.00 Wood s Lawn Service Lawn Maint $ 10,000.00 World Printing printing of newsletters, mailing 8 postage $ 20,000.00 Worthington Direct School furniture $ 6,000.00 Ynico Landscaping Landscaping and lot clearing CE $ 20,000.00 Sandy Youkilis Contractual Planning dept $ 65,000.00 ww.. aa. �e ssoae. Mwoo 9/22/2008 8:19 AM NOTICE OF AWARD TO: sFRi' Inc. 9700 NW 79Avenue Miami, FL 33016 Tel: 305 - 818 -2424 Fax: 305 - 818 -3510 Attention: lose Infante or Christian Inf:lnlc DATE: Thursday, April 10, 2008 PROJECT DESCRIPTION: Cil)' of Dora) Sirect Sweeper Service, PWD- 1_008 -003 in accordance with Contract Documents as prepared by the Cily and The CITY has considered the Bid submitted by you for the above described WORK in response to its Advertisement for [aid and Instruction to 13IDDEIZS. You are hereby notified that your laid has been accepted for the City of Dora) Sheet Swecper Service, PWf)- 2008 -003, in the not to exceed 211101111( of $164,438.38. (One Hundred Sixty Four Thousand Four Hundred Thirty Eight Dollars and Thrity Eight Cents) You are required by the Instruction to 131UDE12's to execute the Agreement and furnish the required CONTRACTOR'S Performance Bond, Payment 13a>nd and Certificates of Insurance within ten (10) days from the date of this Notice yo If )roil fail to execute sai Agrcei ent and to furnish said 13onds and Insurance %vithin tell (10) clays from the dale of this Notice, said TY will be entitled to disqualify the t3id, revoke the award and retain the Bid Security. BY: Sergio Purrin TITLE: CITY -MANAq ER Dated this day of /tV ► " " 1 ,21108. 1 it.il i�7 tlt)1�r�1_ lip 1.15/!71 1' ::: I, ilia -i ii'- i,,��l• �,H Nolzhwcst 5ir,l Strcct. Suite 10-k 1t1,�rid;, ii n l , l �.�-teu•.�it v��ic ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by this the n day of & L 2008 BY: TITLE: You are'required to return an acknowledged copy of this Notice of Award to the CITY. 2 AGREEMENT THIS AGREEMEN , made and entered into on this ! �� day of �� , 2008, by and between SFIMIlne.. Party of the First Part, and The City of Doral, Party of lire Sccon Part: WITNESETII: That, the First Party, for the consideration hereinafter fully set out, hereby agrees with the Second Party as follows: 1. That the First Party shall furnish all the materials, and perform all of the Work in manner and form as provided by (he following enumerated Specifications and Documents, which are attached hereto and made a part hereof, as if fully contained here: Advertisements for Bids Section 00100 Instruction to BIDDERS Section (10210 Bid Form Section 00410 Certificate of Authority Section 00410 Award Preference for Identical Tie Bids Section 00420 Bid Bond Section 00432 List of Proposed Subcontractors Section (1(434 Bidder Qualification Statement Section 00450 Non - Collusion Affidavit Section 00454 Public Entity Crimes Section 00456 Notice of Award Section 00510 Agreement Section 00526 Notice to Proceed Section 00550 Payment Bond Section O0612 Performance Bond Section 00614 OSHA Acknowledgment Section 00620 General Conditions Section (10710 Supplementary Conditions Section 00810 Summary of Work Section 111 110 Processing of Application for Payment Section 01290 2. That the First Party shall commence the Work to be performed under this Agreement on a date to be l 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. $$164,438.38. (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. S. 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 S 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 deemed to be due under this Agreement until such new or additional security for the faithful performance of the Work shall be furnished in manner and form satisfactory to the 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. 0) IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first above written in five (-�;) counterparts, each of which shall, without proof or accounting for the other Counterpart be dee i d an original Contract. T �SSES.- CONTRACTOR: SFM Inc. BY: Seal TITLE: AUTHENTICATION: BY: l NAME: Barbara Herrera TITLE: CITY CLERK APPROVED AAST FO BY: N AME: arn TITLE: CITY ATTORNEY OWNER: Cite oI DoraI BY: NAME: Scio urrios rt; nJ TITLE: City Manager rC ,i• 1 ,3 SFIVk SERVICES, INC. "Professional Support Services " www.sfinwAvicus.com Ph: 305.818.2424 Fmc 305.818.2428 911SFM Tuesday, March 1 1, 20(18 Erick Carrillo City' of Doral 8300 NW 53rd Street Doral. F1. )3166 Dear Eric: SFM Seri =ices, Inc. is pleased to submit this proposal for "Street Sueepin. Services" for the Citz- of Doral. Enclosed is a brief'description of our firin, you can visit us on tine N4 eb at �i1�tiy.st'rnseryices.com. The Florida Department of'Transportation Turnpike E- nlerprise has recently awarded SFM Services with the contract for street mveeping, the Florida Turnpike from Miami -Dade County through Broward County to also include Palm Beach County. 'Phis contract is valued at over $473.,000.00 per .year. In addition. SFMI Services has also Performed "street Surecping Smices" to the following: • Cite of Miami Springs • To«-n ol'Miami Lakes • City ol'South Miami • Unicco Sen•'ices In 2007, SFM provided "Street Sv, ;eeping Services" to the City of Dural on a one time basis. Additional references will be available upon request. Should you have any questions witl) our submittal, I can be reached directly at 305.525.L44-7. We look forward to continue «'orkim`_ -,N'itll the C:.ity or Dural ly �ubmitwd, ci(ristian bifante Vice President 9700 N.W. Mt, ?.venue t.,',lomi. FICri.C.a Clc Office: 305.818.2424 • Toll Free 1.856.'5:3.2643 ° Fax: 305.816.2428 m_ervi_es.corT 41ISFM SERVICES, INC. Drug Free Workplace Program SFM Services is proud to participate in the National.. Drug Free Workplace Program. Objectives/goals: I . To reduce drily use in the workplace Z. To increase productivit - ;. To improve efficiency 4. To reduce accidents in the workplace 5. To demonstrate a more professional attitude and standard of conduct b. To deliver better customer service To achieve these *P40als, SFM Services conducts: 1. Initial and periodic safety training sessions ?. Drug Abuse Awareness pamphlet.% 3. Random Drug Screcning of exast.ing ernployees 4. C;oniplete dntg Screening of all job candidates prior to ;tart of assignments 5. Alcohol and Dnrg screening in the event of work- related accidents C. Formal and informal counseling by trained supervisors .:3�rf SFM Services Hiring Forniaf SFM Services perfoJ'llls investigative background the -cks for all einplo },ees staffing our Client's facilities. SFT,1 Set-�'ices while performing investigative background checks \vhich will include the following: • Social Sceurity Numher Verification • Criminal History Search ('7 years) • Employment Vcrilicauun o Violent Sexual Offender Registry Search' • DNIV Record, (5 years) • Florida H.RS Abuse Registry SFM Services" employees shall have employee history 11Ie in duplicates. Files shall contain health check., and annual '1'13 'bests as v'ell as all documented training. and de-,--eloptnent to be i i compliance -with OSHA. SFM Services has zero tolerance for any type of drug abuse. As part of our "Drug tree Program ". monthly random drug tests are performed. Documentation is.availablc for inspection. All employees -x orking for SFM gervices undergo criminal hick ground checks before employment. A-CO-RD CERTIFICATE OF LIABILITY INSURANCE FAX (305)922-4722 4 THM C.-ERT!F ICATE IS keer. asTtle 162all G. comjlly )40LI)E.R. THIS GEN-sIF:C-A7E DOES NOT Af.'•F);'.), E—t"110P 9S(j !torzirw'E--st 14�15 "Lmiial. I Aj.TFR Ti,;F. rD',fEFtAGF AFrnP.DE-.I P.5' THE P IF,�' Suite Likes, FL 33016 INSURERS AFFOFIMG r•:)VEFI;'(,F Inc Unitc.dd States, Fir,, T— Co 970D 1<14' LIG-7D LL-cr e Vk.r: =SN *WlJ--D -,,' ; �-� I., a!WrZ-L N- _L;i A I;:; '=- liDF TP.-E i-7 'i mit-'Mi:: 1�1:1 �C+C-. 1":; 7, NT -s 5,- i *,L- FM Trl 41 7 E.K A., `nl in, —4 ;317-121£141 11/01/1007 1 11,10 1 01) R I !oD cON r S , NIN A nul V.� lo Fi 2 . ofil), (AU A-L �',rl JCL..!Z*VZ AD:= LP E-r T I C ;J-- H7 p f NEU— Y.n: VA13 r.mT-Jj - rISQ. 0-MFE -rr 711E LEF-1• BLT -!;LURE T7 M;lL R C" 7-,=!E 3tiA' L;!A P 72 I N-j c? L;JAW: Ch v.,., 1*5: PRM-- OF, D-1—cuplAsrE PAt-t- 7 _7:)l 2007 30/01/2 0OZ non ocN; F7 rl(L, —flou lift, 5303£399111712:'3007 Gov, Z;4 �',rl JCL..!Z*VZ AD:= LP E-r T I C ;J-- H7 p f NEU— Y.n: VA13 r.mT-Jj - rISQ. 0-MFE -rr 711E LEF-1• BLT -!;LURE T7 M;lL R C" 7-,=!E 3tiA' L;!A P 72 I N-j c? L;JAW: Ch v.,., 1*5: PRM-- OF, D-1—cuplAsrE PAt-t- 7 6 W Z Q S*I LLJ G uj a d m co c� rn i c> z .a o m `c L7 e2 :.d .I " a u � 4 S 'O S ,p � I os c 7 v S �E �J 6: W O V) 0 0 Z h :I A d u 7. U co O 6 0 0 uj U w m 0 fl N ..i Q N U W _Ym W to F N 3 gaW L�1 U J o J ? 7 U) YI z� m m CC `t a L r m C 2• m c�=ul_� W C3 N m J hdl z F ; � _ �,• zz 1' . s 7 ` PT4 i� i c> z .a o m `c L7 e2 :.d .I " a u � 4 S 'O S ,p � I os c 7 v S �E �J 6: W O V) 0 0 Z h :I A d u 7. U co O 6 0 0 uj U w m 0 fl N ..i Q N U W _Ym W to F N 3 gaW L�1 U J o J ? 7 U) YI z� m m CC `t a m C 2• m c�=ul_� FYI C3 N m J i c> z .a o m `c L7 e2 :.d .I " a u � 4 S 'O S ,p � I os c 7 v S �E �J 6: W O V) 0 0 Z h :I A d u 7. U co O 6 0 0 uj U w m 0 fl N ..i Q N U W _Ym W to F N 3 gaW L�1 U J Std,TIPI 4 004 Alb. mom 15 SECTION 00410 BID FORM THIS BiD IS SUBMITTED TO: Cky of Doral 8300 NW 53r0 Strew Suite 140 Doral, 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 Cbmmct Ttme indicated in this Bid and In accordance with the other term: and conditions of the Contract Documents. Z 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 CWs 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. Dared: Addendum No. Date — (b) BIDDER has "llafted themselves with the nature and extent of the Contract Documents. Work. sinp_ 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 addldon 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 tartns and conditions of the Contract Documents. and no additional examinations. investigations. eVIoradom testa, reports or similar Information or data are or will be required by BiDDER for 16 such purposes- (el BIDDER has correlated the results of all such nbservaOons. exarninations, investigations. exploratlons, tens. reports. and studies wulr Lhe terms and c•onnlaons of the Contract Documents. (f) BIDDER has giver, the City wriaen notice of all conflicts. errors. discrerancres that it has discovered In the Contract Documents and sire avritte.n r esoluuon Lhereof by the City is acceptable to BIDDER. (g) Thlt Bid is genumc and not Trade in the interest of or on behalf of any undlsrlosed person, turn or corporaton and is not submitted in conformity whh any agreement or rules of any group. association. organivmon, or corporation; BIDDER has nat directly o r indirec ly induces' ui solicited any other BIDDER to sL!bmir a false or sham Bid; BIDDEP, l,as not s;.li :ite_ or induced any per-sort. firm or corporation w refrain from bidding. and BIDDER has not sought by rollusron to ohmin for itself any advantage over any usher BIDDER or arcr the C iry. 4. BIDDEP, understands that the quantities provided are only provided far bid evaluation only. The actual quantities may be higher or lower than those in the bid form. 5. BIDDER understands and agrees chat the Contract Price is Unit Rate CDru-act to furnish and deliver all of the Work complete in place As surf: the Cdntnctor shall furnish all lahnr. materials. equipment. tools superintendence, and services necessary to provide a complete Project for thr. Bid Price of: Total Center Lane Miles 92 Miles _ Estimated Frequency Bi- Weekly Unit Price Quantity Total Price Miles I Lane Curbed Mile Price 936 �"i,q �_��'i [::-2 Lanes Curbed Mile Price -Zq q i 2028 ' L —�n� 11. 3 Lanes Curbed Mile Price, 728 I _� �� - ---+— l Lane Non- Curbed Mile Price 780 i :Z-3� �9 � 2 Lanes Non - Curbed Mile Price ` it j 260 1 51.7 3 Lanes Non - Curbed Mile Price $2�{, to 1 52 57-55 ' ! As needed. Park Parking Lot Per Sq Ft e 7l 320,000 t(, I� Inspection Form :ruched to rhis packaged. 6. BIDDER agrees that tlle work wilt be completed as scheduled front the dace stipuiated In the t.!c_i_e to Proceed. Communications c^ncerrong This Bid shall be addressed to: BIDDER:f {� Acid -ess: g�7ri-�2 h114 179 sa V c Telephone Facsimile Number B. The re.rmc used in this Bid which are denncd in the General Conditions ref, the Contras inrluded as part of the Contract documents have the meanings assigned to them in The Gene a: Condidons. SUBMITTED THIS DAY � . 2008. If BIDDER Is: Ix AN INDIVIDUAL g ; (SEAL), (Indiv)duai's Name) doing business as: BUSlnPSS address: _ Phonc No: __. rpcsimile No: 19 A PARTNERSHIP By: !V t'1 (SEAL) (Firm's Name) (General Partner) Business addr_ss: Phone (Jn: Facsimile Nu: 20 By- R Y: A CORPORATION (Corporation Nanw--) pt cta (SmTe of 4 (Name of PLrsun Audicr.,zed to Sign) Business ?Jdf'CSS: !77r?n A,11-) -z?.Ave- r--a c s i mi I e tj o: Phone No: Eq5 --!� (4 � I A JOINT VENTURE By: Ll 4 ( (Address) (Name) (Aovressj (Each Ininr venture must sign. The manner of signiny. for each individual, parmership, and core >ratian rthat is a party co the joint ventures should be in die manner indicated above.) CERTIFICATE OF AUTHORITY (IF CORPORATION) STATE 0= F 1 1 SS: COUNTY OF I HEREBY CERTIFY that a meeting of the 11nard of DirPCrors of the f -: / a Corporation existing under the laws of the Scare heft on //-9 _I ?.D the following resolution was duly passed and adopted: °RESOLVED "tl;aL zs President of the Corporation, be and is hereby authori -APd M exe:.ute the Bid dated, ? 1 o,q: 2t}oY6 , ro the City of Doral and this Corporation and shat their execution thereof. amesre { by a Secretary of the Corporation. and with the Corporate Seal affixed, shall be the nff:Nal acr. and deed of this Corporation." I fi;rrher terrify rhar, said resolution is now in full force and efNCL IN WITNESS WHEREOF, I harvC hereunto set my hand and a:lixed the official seal of the Corporation this _ jam_, day of �i/tt�= G r l _ • ?�� Serrerary- CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) STATE OF ) SS: COUNTY OF ) I HEREBY CERTIFY that a meeting of the Parmers of rho a Corporation existing under the laws of the State of held on . 20 the following resolution was duly passed and adopted: 'RESOLVED. that . as of the Partnership, be and is hereby authorized m execute the Bid dated, 20 , to the City of Doral and this partnership and that-their execution thereof, attested the shall be the official as and deed of this Partnership." I further corrlfy that said resolution is now in full forge and effect. IN WITNESS WHEREOF, I have hereunto set m?' hand this _ . day of . 2Q, Serrararl. (SEAL) 24 CERTIFICATE OF AUTHORITY IF JOINT VENTURE: STATE OF ) 1 SS: COUNTY OF } I HEREBY CERTIFY that a mr-eting of the Principals of j the / —. a core oration existing under the !avrs of the Stale of held on 20 the toltowing resolution was duly passed and adopted; 'RESOLVED. that. Venture be and is hereby authorlterl to i-yacute the Bid dated. to the City of Dora[ official act and aced of this joint Venture" I further cet ;ify that said resoiurinn is now in full force and effect. as of the joint 20 IN WITNESS WHEREOF, I have hereunto set my hand this_ . day oT 20 Secretary: (SEAL) END OF SECTION SECTION 00420 AWARD PREFERENCE FOR IDENTICAL TIE BIDS Whenever two or more. Bids which are equal with respect rn p -i; e, rnaiiry•, and service are received by the City or by any political subdivision for the procurement of commodities or contractual scr vi es, if Bid received frurn a business that certifies that it has implemFnTed A drug frae workplace program shall be giver, preference in die award process. Established procedures for processing tie Bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: I1 Publish a statement notifying employees That the uniav<-ul manufacture, d.stribu.iurl. 3: pc rsir+k. possession, or use of a controlled substznce is prohibited - t<re worlcp!ace arid spccifYrng the actions that will be taken against employccs fur violations of such prohibition. 2) Inform employees about tht. dangers of drug abuse in the workplace, me Clry'-� policy n } mainmining a drug-free workplace, any available drug counseling, rehabilitation. and employee assistance program=_, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the cornmadibuS or contr.ctuai services that are under .Bid a copy of the scaternent specified in subsection (1). 4) In the statement specified in subsection (1). notify tile Cmploynes that. as a condition of working on the commodities or conu'actual services that are under Bid, the employee will abide by the terms of the statement and will notify the empinyer of any conviction of, or plea of Ruiicy or nolo contCndcrc to. any violation of chapter 8 93 or of any controlled SUbMillLe law of the United States or any sat¢, inr a violarion orrurring in the workplace no later than five days after such conviction. 5) Impose a sanction on. or require the saysfactury particip ^_tion in a drug abuse assistance or rehabilitation program, if such is available in die employee's community, by any emp;oyee who is so convicted. G) flake a good faith effort ro continue to maintain a drug free woricp.ace rhrough implementation of this section. As the person authorized to sign the sat_-ment I cerd'yy rhac This firm complies fully with the abo•r._ requirements. BIDDERS SIGNATURE: END OF SECTION 2 b . SECTION 00432 BID BOND STATE OF FLORIDA COUNTY OF MIAMI -DADE Bond #IX008835 KNOW ALL MEN BY THff PRESENTS. that we, SFM Services, Inc. , as Principal, and Lexon Insurarne Empany as Surety, are d and and unto the Clty of Donal, a municipal corporation of the State of Florida in the sum of �ep„Sar •Axs Dollars ($ 10.000.00 ), lawful money of the United States, for the payment of which sure well and truly to be made, we bind ourselves, our heirs. executom administrators and successors jour 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�ee__per Services RFP2008 -05 WHEREAS, It was a condidon precedent to the submission cif said Bid that a cashier's check or Bid Bond In the amount -of five percent (S %) of the Base Bid be.submitred with Bald Bid as a guarantee that the BIDDER would. if awarded the Contract. enter Into a written Contract with the City for the performance of said Contract, within men (10) consecutive calendar days after written notice having been given of the Award of the Contract 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 Payment Bonds, satisfactory to the City, each In an amount equal to one hundred percent (IM of the Contract Pace, and provides all.required Cerd eaten of Insurance. then this obligation shall be vole; otherwise the sum herein sued shall be due and payable to the City of Donal and the Surety herein areas to pay said sum Imnwdlat*. upon demand of the City. In good and lawful money of the Untied States of America, as liquidated damages for failure thereof of said Principal. 27 IN WITNESS WHEREOF, zbe ahclve bonde,n parries have ey,,-_CU[eC 6IS in-,;trumcie a -P 1:11is loth -PC -, I , - rh cca oi o'. M�i rch j2008. the marne an ZhE C47-1 �f- bdrig hc,'c',c) 2ffsd All-I nemp, 001,.,' e tmd�?rsinnefj' repra�f_--T-7-,_ 1v IN PRESENCE OF, e \\ — 6ndividual oi- Partne'fhio princip-1) )POP Witness Mnlpress corponate Se;il IMPORTANT SEAL) ilfante Jr. Prei;idiz;all_ Miami, FL 33016 (R-usiness Phonc.,) can.patly 'C � orl) D a-E SLI-EW"" 6 /Urton Harris At tomncy- in-D'a-C-t z Fl A. R ide,t A4e;tL III883 Surety compp-nies executing hollds rmja appear onto Treal.ury Dew runent':- mos; current list (dl.rcuia ?n)r-.ndc.,d) and be authorized to tranuct btrziness in the St-a-,e of Flori6a. . Signed, sealed nrid delivered in the presence of: k: (Printed Name) ACKNOWLEDGMENT State of Florida Count' of `'liaaisii Dadc On this the 10th day of `larch 2008, before nee, the undersi 'aned Norzry Public bf the State of Florida, personally appeared Burton Har -is and (Narne(s) of individual(s) who appeared before notary) whose names) Is %arc Subscribed to --r:e within insTrumerz, and heishehhey 3C :n 1 "IcLI };E zha-z 1)e,sh(-n!rhey e`,.e::.LIrced it. VVITNESS my hand and official seal. - bAP.BARA K. BATS Public, StMe of Florida :NOTARY PUBLIC, STATE OF FLORID A% =.v camm. eap. Aug. 29, 2009 r_trrim. No. DD 451650 NOTARY PUBLIC: SEAL OF OFFICE: Parlx-±ra K. Bates (blame of Notary Public: Prim Stamp. or Tyre as Commissioned.). Personally known to me, or ❑ Personally identification: (Type of identification Produriid) OrDID take an o3Th. or ❑ DID NOT take an, oath. OPTIONAL INFORMATION: Type Of Doiumenr-- Number of Pages: Number of Sim,atures Norarized: END OF SECTION g POWER OF ATTORNEY LX- 7- Lexon Insuriance Company KNO'Al ALLfwiEN BY THESE PRESENTS, that LEXON INSURANCE CIONIPANY. Tem- C.-f-inmimn. wiih ifs principal c."flice 11) Louisville, Kenlucky, cues hereby c.onstituie and appoint: Burtmi Haii-ri-, Cbrisfine Harris • Nhim-la 'Kal-nil im iruc and lzmrful Ailmrney(s)-In-Fart to make. execu!-3, scal and deliver for, and o: i its bHF-,alf as Rurety. �ny aln'd ail hg�.MS. Llndcrtakings or ulimr writings obligatory In nature of a bond. Phis authority is made under nlid IiIj ihR HLitho'0), 0 a re_—,IU110n .vhich v;,a3 passed Liv 0-tt B.-u�!d to rit LEXON 114SURANCE COMPANY On 17e 1St day of July. 2003 3 as ic,11011"S: f3q,,r,Ivs,i. !hat the Presiden, of thn Company is hc-reb-, ilUlliij!lZed ,i arp;mmt rrinrcre,,v7,r 1;t-,y reprezr:�ritalivc- of Comp�_iy of r�itier person or persons as AI*10! ney-in- Fact lc ey'ecule on hiqh;ill n' iha any b.c7nds. --tricicnakinL3. pcilcies, u! nr -Aher verifirips obliLelury in nwijim of a l)-inn' not k, exceed 52.0,00'1.000.00. Tv!a Doll6is. -.06--h 111H (;ommar.y m n— thrinugh L ilwie.u. Any !;Hi-i ri by ar- hi -FUG,, 51,:a!l U-e .-s iM duly cNic.ers. and affix thc Loaf of ti COMpen bindi,no upon the Company as ;! lhw., 11-mi lifien Auly e5,esuled and zicknowlodg d by the 1,,:gu!arty e!cclej Lifftcer!.; -it wrl CrmPany Any AtIL)rr)L,y_In_F3C.j, E;o appomied, II)ay be !ej,"iuved fur yc;ctl :;Huse and inim Ecj craniteo -nz".,, h rcvo4,,-:o as specr;&C! in the P Attorney. Resolved. Illat ffie ,U,*1?;,j;r, ,,I ihp. President ann the seal of the --co.-nipany n-way be a;ffixad Lv fdcsin,ilt on, Any pm-11+4f ot ailorrr grantGO, and the signature 01 Iho Vito PrCSidQjjj, a,-Id It')e SLIal of the CINT113,Hny rT-.;qV ha ailixe.o by i-afsimile jo ant) OrrifiG3tC of any sash power and any such power or utirfikmih hi,;anng such signature and _hail be valid and •m6fzt, on Inn C:mqpank'. Any F.!,-m V,.n%wer so s.,.<ecLjted and Sealed and ccrtificallo so executed arld seale.1 ~hall, nfh rwmacl to any hond of unde•airing to v.1--ich h 1� ata,::hcd. --ontinue to bit valid and hinding nn the Company. IN VVITIJC,:,S T1 IFREOF, LEXON INSURANCE COMPANY tias C6,_GLJ d1lb r,sjujj,,j,,,r to t)fi Kgm3ij by ii.5 Pmsi•l-art, and its Corporatc, Soal to be affixed this 2nd da-v of juiv. 201M A TEXAS INSURANCE COMPANY ACKNOWLEDGEMENT LEX014 INSURANCE COMPANY On this 2nd day or JUIV, 2003. before Me. personally cante Davlo E. Canipljcll io wie iiwnq ififly s•,,om. md Frid swy thHl hH is Itm 11rasident of LEXON INSURANCE COMPANY, ilic, corporation rllascribed In executed the above inr.trumem: that he oxocutod sald Insirument on behalf of Inc corpor�jion by authority cf his office under the By-laws or said cctperauon. 6FFIGIAL SEAL' LYDIAJ. DEJONa S NOTARY PUBLIC STATE. OF RL INM MY COMMISSIOR EXPIRES 1/1 V2DO7 Lydia J. CHjurig CERTIFICATE P;mOi,�: 1, the undersigned, Secretary of LEXON INSURANCE COMPANY. A To.-as Insuranrc Company, DO HEREBY CERTIFY that !t,�c 6!;,i [lie oigmal Pov et at Attorney of which the !o1epoulp 2�� a twt� Eirld cumect L:UL)y. Is v. lull lute uIld eliec: arid !ia�i nut 1,)eeri i;2.. eJ esoluttons as set !,)rlh are nov,, in lows. I ("', t !) 0',1arc:h _. ID --_73 F;ignad and Snals.] �ii LaUlharri. Illinois this Day FA ZO INSURANCE COMPANY ji 0 r,� a I d L, C r a n a n SECTION 00434 LIST OF PROPOSED SUBCONTRACTORS BIDDER shall list all Proposed Subcontractors to be used on this project, if they are awal dial die Contract. CLASSIFICATION NAME AND ADDRESS OF WORK / LICENSE # OF SUBCONTRACTOR ti If, prior to Not= of the Award, the City or the Contmictor 1a% reasonable oblecdon to and r_fuses Le aCCCpl. ar)y Conrracror. Supplier. person or organization lisrrd, the BIDDER may, prior to Notice of Awai d. submit an accepable. suhstirure without ar. increase in their bid price. END OF SECTION 3 f1 SECTION 00450 BIDDER QUALIFICATION STATEMENT The BIDDER's response w this questionnaire will be utilized as par of the City, overall Bid Evalua:i; n and Contractor selection. The following minimum experience is requrr %d for this Praje Aj successful completion, verifiable with reference, of a: least diree sU'cet sweeping jobs each a municipality or government agency within the last 5 years in South Florida: Miani -Dade. Bro•erard, Monroe. Collier and Palm Beach OR B) successful completion. vuri fable with reference. of at leasithree s:reit ,wscping jobs of more than $50.000.00 for a commercial agency within the iast 5 years in South Florida: Niiam: -Dade, Erov:ard. Monroe, Collier and Palrn Seach 3 Project Name!LOCatJnn Owner Name Contact Person Contact Telephone No. Yearly BudgetJCost ;Dates of contract Project Flame /Location Owner Name Contact Person . i c• +max -. =7 �� From: n-c. _ice: Tfr` t}t Contact Telephone No. E' G Yearly Budg_dCost G cco- Dates of contract. From: , . C. c., Project Nam&Locatior. Owner Name Contact Person •U; L� — Contact Telephone No. Yrariy BudgedCvst Do-�c� � � Gam'-• -lu`n G �C ..L-f�. -� ' �c-if� � t C ' �-�r �f' �� ;i 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 U2,000.00 From: 19yy to: Present Additional references are available upon request. i6 r 4' V �A star R14 June 28, 2006 Mr. Christian Infante SFM Services, Inc. 9700 NW 79°' Avenue Miami, Florida 33016 Dear Christian: City of South Miami PUBLIC WORKS DEPARTMENT 4795 SW 76'b Avenue Miami, FL 33166 Tel. (305) e63 -8350 Fax (305) 668 -7208 South Miami �me�m l f.' 2001 This letter is to state how please we are with the street sweeping services SFM Services, Inc, hxs been providing over the last three years. It is not an easy task maintaining the approximate twenty -one miles of our city streets clean. Your crews do and excellent job, Your firm serves as a great support solace to our public works department. 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 salogun, REM Public Workt Director DaLes of CcnU3ci From: -To: SECTION 004S4 NON- COLLUSION AFFIDAVIT SMtU of { ) SS C,^,uny oi_ being first duly sworn.. deposes and says that: (11 HerShefThey isiare the \ l C t? ',t A -e j (Owner, Paruier, Officer. Representative or Agent) of e r 5.,, n.. idle BIDDER that has sulimiLted the attzuhed Bid: (2) HerSherrhey isiare fully informed respecting the preparnrion and contents of the at -mched Bid and of au pertinent circumsances respecting such Bid: (3) Such Bid is genuine and is not a collusive or shani Bid; f4) Neidier the said BIDDER nor any of its officers, partners. owners, agents, representatn•es. employees or parties in interciL including this arrant, 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 tfie Work for which the attached Bid has peen submitred: or to refrain from hidding in connPC.rion tiro such Work; or have in any manner, directly or indirectly. sought by agreement or collusion, or communication. or confei Oricc with ally BIDDER. firm. or person to FiY any overhead. profit or cost elements of the Bid or of any other BIDDER, or to fix any overhead, profir, or cost Fiemfmrs of the Sid Price or the Bid Price of any other BIDDER, or to secure through any collusion, conspiracy. connivance, or unlawful agreement any advantage agailist (Recipient). or any person interested in die proposed Work: I5) The price or prices quoted in the atached Bid are fair and proper and are not tainv_d by any collusion, conspiracy, connivance. or unlawful agreement tm the parL of Lfie BIDDER or any other of it; agent. repre.seneativex, owners, employees or pardc_- in intaresL including this affiant. Signed. scaled and delivered in the presence ot (Printed N.mr-) (Title) ,-) p 1 ACKNOVVLEDaM-tWT Stare of Florida County of On this the_ _L2- day -tindersignerl y of r r- 2008, b-;!furL ine. r c: Public of The State o f Florida. Personally aPPe-d-d ca,cts- k,-- and (Nzme(5) of individuals) who appeared bptore notary) whose names) islare SULISLribed to the within instrurrirmT, and he]shelthey aLk;iowl(;dgC that he!shPiTh6L.y executed IL WITNESS my hand and official seal. TOLIVM-TE 1"F FLORM& �7- HEMV, NOTARY PUBLIC. STATE OF FLORIDA AUG. 26,20"11 I=, L�C� NOTARY PUBLIC: -j r.. SEAL OF OFFICE* (Name of Norary Public: Print Scamp. or Type as Ccimmisslulled.) :t:� Personally known to me. or identification: 0 Personally (Type of Identification Produced TDID take all ciadi. or ❑ DID NOT talce an oath. OPTIONAL INFORMATION: Type Of Document. Number of Pages: Number of Signatures Notarizt,.d: END OF SECT ION 3; SECTION 00456 PUBUG ENTITY GRIMES Pursuant to the provisions of paragraph (2) (a) of Section 287.133. Rorida State Statutes - "A person or affiliate who has been placed on the convicted vendor list 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 Bid on a Contract with a public entity for the construction or repair of a public building or public Work may not submit bids.on leases of real property to a public entity, may not be awarded to perform Work as a Contractor, supplier, Subcontractor. or Consultant under a Contract with any public entity, and may not transact businan with any public entity in excess. of the threshold amount Category Two of Sec 287.017. FS for thirty six monde from the date of being placed an the co rvictad vendor list'. GONFUCTS OF INTEREST The awaM of any contract hereunder Is subject to the provisions of Chapter 112, Florida State Statutes. BIDDER'S must disclose with their. Bids, the name of any officer. director. parmer, associate or agent who is also an officer or employee of dw City of Doral or t& agencies. FAILURE TO DO SO WILL RESULT W BID 34 SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(x) FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FCRM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A. 'NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. ` 1, This sworn sratQm�[nt is submit* -ed by C kr &' c. — _ ��.��-41� >`� whose bL$IntS$ for G1=171 'sLit- r is R"7f7G tit.: ?Z`1�� dir'rz;•,r' F[•l� address and (if applicable) its Federal Employer Identsficttinn number (FEIN) is S,f :7 GRR"7 (IF the entity harl no FEIN, incluce the Social Security Number of the individual signing this sworn statement: • 2. I understand chat a "public entity crime" at clPfined in Paragraph 287.133(1)(g), Florida Statutes. means a violation of any s—.ate or federal law hey a person with respect to and directly related to the Trannartion of business with any public enbry•or With an agency or political subdivision of any other stare or with the United Stites. including, but not IiMitL'd UJ, any Bid or Contract for goods or services to be provided to any public entity or an agency or political subdivision o4 any other state of the United States and involving antitrust, fraud, theft, bribery. collusion, racketeering, conspiracy, or material rnisrepresunmrion. 3. 1 understand that "convicted" or "convir -ion" as defined in Para. 287.133(1)(b), Florida Sr3turPs, mean: a finding of guilt or a cnnvicrion of a public entity crime. with or without an adjudlGtion of guile in any fecier•al or state trail court of record relating to charges brought by indictment or information after July I. 1985, as a reautr ni a jury verdict, non -jury trial, or envy of a plea of guilty or nolo contenders. I understand hat an. "affiliate" as defined in Para. 287.133(1)(x), Florida Sautes, means: I. A predecessor or successor of a person ronvicred of a public entity cringe: or- 2- Any entity unoer the control of any natural person who 1, -active in the management of the entity and who has been convicted of a public entity crime. The runt -affiliate" Includes those oircers. directors, executers, partr,Ers, shareholders, employees, members, and arena Who are active in the management. of an affiliate. The ownership by one person of shares conttituting a controlling inierest'in another oersr•,n. or ;k pooling of eeuiprt-iCrtt or income among persons when not for falr rr.,..rkec value under zn as m's length a; eemenr. shall be a prime facie case that one person controls another person. A person who lrnowln y enters into a loin: venture with a person who has been conviaed of a public enri y crime in Florida during the preceding 36 months shall.be considered an affiliate. S. 1 understand that a "person" as defined In Para. 287.13= 0)(e), Florida Starm s. means any natural persor. or entity organized under the lawn of any state or of the United •ritaTP.S with the legal po-cr to enter into a binding Contract and which Bids or applies to Bid on Contracts for Jre pruvision of onociE. or services let by a vublic entiy, or which otherwise transacts or applies to transact business with a Pttblir. entity. The c_rm "persons" includes those officers, directors. executives, partner_, shareholders, enipiovees, members. and agents vAho are active in rnarlagernent of any entity. b. Based on information and belief, the statement t•.,hich I have marked below is true in reladon.tc dhe err L)• submittipglrhis sworn statement- (Indicate which staramentapplres.) :• Neither the entity, suhmrtnng this sworn scatenrwnt. nor any of it's ofGcc, s• directors. Pxecuti•res. parer., shareholders, employees, member:. or' agents who are active in the management of ;hP encrry, her eny 5 affiliate of the enocy I-as been charged wirh and convicted of a public enriry crime_ subseyuertt to July I. 198`.'. The entire submitting -,N5 sv:orn 5mrement. or one or more of its officers, directors, executives. partners, shareholders. employees, member. or agents who are active in the management of the entity. or an affiliare of the entity has been charged with and convicted of a public entity Crime subsequent to July 1. 1989. The entity submitting this sworn statemenL or one or more of its officers. directors, exe_utives, oartners. shareholders, employees, member or agents who are active in the management of the entity. or an af;?liate of the r..nriry has been charged with and r..onvicmd of a public entity [rime subsequent to July I. 1989. However, there has been a subsequenr Proceeding before a Hearing Officer of d;e Sml:e of Finrldz, Division of Administrative Hearings and the Final Order rntered by the Heanng Officer of the State of Florida. Division of Administrative Hearings and the Final Order entered by the Hearing Officer dFrermined that it was not in the publin interest to place the entity submitting this sworn statement on rhP convicted vendur IiSL (Attach a cony of the final order.) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENMITY ONLY AND. THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR, IN WHICH IT IS FILED. I ALSO UNDCRSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR. TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES. FOR CATEGORY TWO OF ANY, CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. (Pi intcr-6�4') V i (Title) Sworn m and subatribcd before ne this ` '~ day o,_ `i ��� _ - 1008 Persanally known i�C,i I S'';lt.' _L' + 1 t",i -lkb< _ Or Prnduce3 Identification L. Notary Public - State of My Commission Expires.. _ =A ;1 i.r_ (Type of Identification) DTAITY ITBLIC -83 ,1TP OF 7_1011 i?)A _ Vana sa V Herrera =C=xdssioo #DD7G &"77 (.Printed, typed, or stamped commission name of no ary puhac) ;` Fxpims; AU G. 2C, 2GI1 HG ?lDF.P TARL ATIAVT:L' iSCtDLiG [•:...'.::. END OF SECTION �6 SECTION OJO.' AGREEMENT 37 �r Froth SECURITY BOND ASSOCIATES, INC. 10131 SW 40TH STREET MIAMI, FL 33165 -3947 To: City of Doral,. FL 8300 N. W. 53'd Street Doral, FL 33166 GENERAL STATUS INQUIRY SURETY: Lexon Insurance Company DATE: BOND TYPE: Performance & Payment BOND AMOUNT: $164,438.38 BOND # 1005925 BOND EFFECTIVE DATE: 4/24/08 PRINCIPAL: SFM Services, Inc. JOB DESCRIPTION: Street Sweeper Service #PWD- 2008 -003 OUR # BH37498 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 $ Amount of change order(s) $ Final contract $ (5) Title: Remarks: Date: Telephone No.: It is understood that the information contained herein is furnished as a matter of courtesy for the confidential use of the surety and-is merely an expression of opinion. It is also agreed that in furnishing 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 or engineer as the agent of the owner. PERFORMANCE BOND NO. 1005925 Lex ®n Insurance Company 1919 S. Highland Avenue, Bldg.A -Suite 300 Lombard, Illinois 60148 -4979 KNOW ALL MEN BY THESE PRESENTS: That SFM 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 field and firmly bound unto Citv of Doral, Florida (hereinafter called Obligee), in the full and just sum ofQ7e FL=- e3 Sixty Four - Emt-sard Four hLtrdred dirty Eight Dollars 164,438.38 Dollars & �0� To the payment AMR is 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 24th 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 '-#1PWD -2008 -003 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, That, if the Principal shall indemnify 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 [lie 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. w 4. That the Surety shall not be liable for any provisions of the contract or specifications respecting guarantees of efficiency or w U wearing qualities, or for maintenance or repairs, nor is the Surety obligated to furnish any other bond covering such a provisions of the contract of specifications. CO t— U 5. All suits at law or proceedings in equity to recover on this bond must be instituted within twelve months after the 29 completion of said contract, and in any event within twelve months from the date fixed in said contract for its completion. w ° SFM Services, Inc. CD J - -- - - -- - - - -- - - -- PRINCIPAL / f Z -7 / Witness /i B .�> �` Seal y ,`' ✓ ; Jos tnfanTLI� Jr. PresidenL Witness LEXLSURANCE COMPANY d By 13ur larris Attorney -in -fact �C Fla. Resident Aoent A111883 �:::� -: . • � r �- ti • :�t _ • 1 _ �_ :iE�.:. .. i _ '.' jam• • '; 1. . 1 � r. .� � .. ' � - ` n.... � r�r� � �� �, ..i .. '. e :i t � ~• _r� Lcxon Insurance Company 1919 S. Highland Avenue, Bldg.A -Suite 300 Lombard, Illinois 60148 -4979 PAYMENT BOND NO BY THIS BOND, We SFM Services, Inc. 1005925 as Principal, and Lexon Insurance Company, a Texas Corporation, as Surety, are bound to City of Doral, Florida herein called Owner, in the sum of One. Hundred Sixty Four Thousand Four Hundred T�ii ty Eig—hL 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 and Owner for construction of Street Sweeper Service fiP[JD -2008 -003 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 S1I•I Services, Inc. LEXON INSURANCE COMPANY Ae_,4� (Seal) Attorney -in -fact Burton Harris (Fla. Resident Agent - A111883 � �. � v - �� lam•_ 3 ' 1- y �J, - � _ � �•� . � r �� / 'ti •, �ti / � ;� + � 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 Louisville, Kentucky, does hereby constitute and appoint. Burton Harris, Christine Harris, Marina Ramil its true and lawful Attorneys) -In -Fact to make, execute, seal and deliver for, and on its behalf as surety, any and all bonds, undertakings or other 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 INSURANCE 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 other person or persons as Attorney -In -Fact to execute on behalf of the Company any bonds, undertakings, policies, contracts of indemnity or other writings obligatory in nature of a bond not to exceed $ 2,000, 000.00 Two million dollars dollars, which the Company might execute through its duly elected officers, and affix the seal of the Company thereto. Any said execution of such documents by an Attorney -In -Fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company. Any Attorney -in -Fact, so appointed, may be removed for good cause and the authority so granted may 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. A TEXAS INSURANCE COMPANY ACKNOWLEDGEMENT LEXON INSURANCE COMPANY 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. AYE Notary Public, State of IDiaots My Commission Expires 09/21/09 Maureen K. Aye CERTIFICATE 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 April 20__28 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 OF STREET SWEEPING SERVICES IN AN AMOUNT NOT TO EXCEED $164,438.38; 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, AS 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 $164,438.38 Section 2. This Resolution shall take effect immediately upon adoption. The foregoing resolution was offered by Vice Mayor Cabrera who moved its adoption. The motion was seconded by Councilman DiPietro and upon being put to a vote, the vote was as follows: Mayor Juan Carlos Bermudez Yes Vice Mayor Pete Cabrera Yes Councilman Michael DiPietro Yes Councilwoman Sandra Ruiz Yes Councilman Robert Van Name Yes PASSED and ADOPTED this 7th day of April, 2008. ATTEST: &�� L/C- BARBARA HERRERA, CITY CLERK APPROVED AS TO FORM AND LEGAL SUFFICIENCY: JOHN �RN, Q., CITY ATTORNEY Page 2 (�6e JUAN CAPL6S BERMUDEZ, MAYOR m rch '7, 2)003 ! O: ire HDIorzable M y'o!' and C:-,,, Council 11—'—m lers r.. r rronl; Serolo i'urrincs, City I12n2Lar Eric Ca;;Denter. Pudic'Norks Director J. �-1bjecc: gtr et 1vd:�pinC. Co, lt!"uCt Award °:.1i;�iilEi;ddtfo i l 1,1 17. 200$, bids - o7' a a d a;^ �,s a r �ne�, pi;�iicly �:�� read ��n for the S.r � . _ .ti Lepin� contract. Enclosed --lease find the tiabu'ation of the three rl_s received. G'urlr., the bl:d review process it was found that the !owes,, bidder. CPS inc, submitted ail unr SDOnsive old. f ire bit; dill n'.Jt meet isle qualifications r e-qu!I ement: -successful co..D. 1erion. ver;i avie i h "eferer Ce, of a' t least L re e (3) sweeping� i15. " , he bid n .�,s revile v '�y _„ h e Ci- y ALLOrney's o' ice and Lhey concurred ,,,,,Izh this determination. Therefore, the Public VV -orks Dena t tment (PltVD) r e-commmendis award of the contl act to _Me !,Yves, r esporsive ✓'alder S M Services, Inc vvizh a 'Did atrriount of 'S i4Qi,Y89AA, i he PNIVD recommendis Lne inclusion cf a 10"' conti nceincy to address any adCiitions or del�tiOnS !n t:1° u 1Et '.at° quantities dUr ing Performance of 1:he Cor1 ,r Ct. r,s a result %.')e total annount cif this conLrZCt Is recommended to be $164,43838. The budgeted amount for street sweepi a services far tale cur rent year is 'f209,000.00. 1 1 Bid Comparison for RFP 2008 -05 Sweeper Service LOW Requirements US Grounds Inc. SFM EPS Inc. 1) yes yes no' only provided 2 current contracts. Unit Prices ) ) Bid Bid Miles US Grounds Inc. SFIA EPS Inc US Grounds Inc. SFM EPS Inc. 1 Lane Curbed Mile Price 936 531.90 S2_0.91 524.00 529,858.40 $27,995.76 $22,464.00 2 Lanes Curbed Mile Price 2028 545.00 529.91 S24.OD $91,260.00 561,657.48 S48,o'72.00 3 Lanes Curbed Mile Price 728 $49.00 529.91 524.00 535.672.00 521,774.48 517,472.00 1 Lane Non - Curbed Mile Price 780 527.00 529.91 522.00 521,060.00 523,329.80 517,160.00 2 Lane Non - Curbed Mile Price 260 533.00 529.91 S2—).00 58,580.00 57,776.60 55,720.00 3 Lane Non - Curbed Mile Price 52 539.00 529.91 .522.00 52,028.00 S1.5555.32 51,144.00 Parking Lot Sq Ft 32000D 50.035 50.02 N/A $11.200.00 S6,4D0.00 N/A Total 5199,0'58.40 1 5149,489.44 5112.632.00 N. 0 RESOLUTION Na. 09 - A RESOLUTION OF THE MAYOR AND THE CITY COUNCIL OF THE CITY OF DORAL, FLORIDA AkVARDING AND AUTFi�Ri�.R�r THE CITY MANAGER TO NEGOTIATE AND ENTER INTO AN AGREEMIEN"IF Wl T H SFIi SERVICES, INC. FOR THE PROVISION OF STREET S�IVEEPJNG SERVICES IN AN AF00UNT INOT TO EXCEED $164,4318.38, AND PROVIDING FOR ANN Ex F'= C i I °rte DATE i�lHEIREAS, the tx oral 1 1maintai, p—, e 'cs a.. ffie • �_ ue i te �. -i T D Seel�S i0 'n an�7 irri- 1av,. 1i a,.JUt„tIC jai' for 'he ben el , Is- fit -nd businesses: and WHEREAS, on March ,?'', 2008, the Cit °v of Dora] received ?hree ?3) 10po ^:2iS in re&pa ^se to RF.P #2008 - 05, by the 11:00 a.m. deadline: and t-FrKERE.tia�. the lmwesi �i�..}�: L�r. Ei`J, iilc. was 1�J (.1nd to have si.%'.�Jtltii:C�1 G!i unresponsive bid; and WF EREAS, after review, of the proposals, Staff deie;-i-nired that the iovlest nnost responsive and .eS�CnS!iJle bidder !1'aS SFt.h SeiijiC?5, Inc_ l ci�i'�g ibtiii Eeu an itlOLl !i of $149,489.44; and tN'iiEiREAS, Staff respecfully requests that Council 2ward and au` iodze the CITY 5'v`anager to negotiste and enter into an agreement with SF!v.i See %fifes, Inc. for the provision of Street sweeping senvrices in an amount not to exceed 3—,5 1,4-'Z i.L8 %- !vhich- inciJdeS a'% contingency i0 address any addTions or deletions in the unit rate quantities during ne ivnilancc of ;tie Contract. I O�i T HEREFC RE, DE IT RESOLVED BY T s E CITY COUNCIF OF THE CITY OF DORAL, FLORIDA, AS FOLLOWS: Section 1. The City Council of the CHO/ of Dorai, Florida hereby aw rds and authorizes the City Manager to negotiate and enter into an agreement with SFM Services, inc. for Page 'I he provision a, street sweeOng services in an amour n`✓ to "'` -er -, 4 + !i A?8.J� I �ri.0 i �' J. Sec or 2. This Resolution shall take effect- i�nme�diately upon adoption. The foregoing resolution was orered by who moved its adoption_ The motion was seconded by and :upon being put to a vote, he vote was as +ollows: l fa }for Juan Cat-Jos Befinudez Vice Mayor Pbte Cabrera Councilman Michael DiPietro Councilwoman Sandra f?1.1 i7 Councilman Robert Van Name PASSED and ADOPTED this day ei` ATTEST: BAReAP,A HERRERA, CITY CLERK APPROVED AS TO FORt0 At.?D LEGAL SUFFICIENCY: JOHN HEARN, ESO_, CITY ATTORNEY Page 2 JUAN CARLOS BERIvIUDE7. ft�f l'CR SECTION 00400 BID FORM 15 SECTION 00410 BID FORM THIS BID IS SUBMITTED TO: City of Doral 8300 NW 53" Street Suite 100 Doral, 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 for bid 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 the Work complete in place As such the Contractor shall furnish all labor, materials, equipment, tools 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 Lane Curbed Mile Price 936 q � 2 Lanes Curbed Mile Price 9 2028 (, `°$ 3 Lanes Curbed Mile Price 728 4s I Lane Non - Curbed Mile Price 7803 32 $O 2 Lanes Non - Curbed Mile Price 260 3 Lanes Non - Curbed Mile Price 52 # �` —] Sal •� ��e 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: S 1 I, �� \%�ceS Address: 97Do && )74 4y e- /J'1 Telephone Z�S —�� �'''�y � X Facsimile Number gyp, — — Attention:('�S rriT�- 8. 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 /'Gk, 2008. If BIDDER is: 18 SECTION 00800 SUPPLEMENTARY CONDITIONS 74 SECTION 00810 SUPPLEMENTARY CONDITIONS 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. z 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. 5. 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 may be 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 8. Contractor to provide a GPS that is able to record all the work conducted. (Example of GPS device: TrackstickO 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 76 DIVISION 01000 GENERAL REQUIREMENTS 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 25 pounds of debris in a distance of 1320 feet will be considered defective. 78 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 Orientation Street Range uenc Frequency q Y Miles Date Swept Date Inspected Total Miles NW 107TH AVE 12TH ST TO NW 90TH ST I /Month ,�k4$?W -.w_ '71lAays U."ST4, . .<: NW 12TH ST NW 107TH AVE TO NW 77TH CT 1 / Month NW 25TH ST NW 117TH AVE TO NW 77TH CT 1 / Month NW 40TH ST MORAL BLVD) NW 117TH TO NW 79TH AVE 1 /Month NW 58TH ST NW 117TH ANTE TO (THEO) NW 77TH CT I / Month NW 87TH AVE NW 12TH ST TO NW 58TH ST 1 /Month NW 97TH AVE NW 12TH ST TO N%A' 90TH ST l / Month NW 100TH AVE NW 14TH ST TO NW 15TH TER Every Two (2) Weeks NW 100TH AVE NW 25TH TER TO NV+' 28TH TER Ever), Two (2) Weeks NW 102ND AVE NW 15TH TER TO NW 28TH TER Every Two (2) Weeks NW 102ND AVE NW 41 ST ST TO NW 58TH ST Ever), Two (2) Weeks NW 102ND AVE NW 58TH ST TO (THEO) NW 59TH ST Every Two (2) Weeks NW 102ND PL NW 21 ST ST TO NW 25TH ST Every Two (2) Weeks NW 104TH AVE NW 33RD ST TO NW 41 ST ST Every Two (2) Weeks NW 104TH AVE NW 58TH ST TO (THEO) NW 591H ST Every Two (2) Weeks NW 104TH CT NW 26TH ST TO NW 28TH ST Every Two (2) Weeks NW 105TH AVE NW 26ST ST TO NW 28TH ST Ever), Two (2) Weeks NW 105TH AVE NW 31ST ST TO NW 33RD ST Every Two (2) Weeks NW 108TH AVE NW 27th ST TO NW 33RD ST Every Two (2) Weeks NW 109TH AVE NW 27TH ST TO NW 33RD ST Every Two (2) Weeks NW 109TH AVE NW 41ST ST TO NW 58TH ST Ever), Two (2) Weeks NW 109TH AVE NW 86TH ST TO NW 90TH ST Every Two (2) Weeks NW 112TH AVE NW 25TH ST TO NW 34TH ST Every Two (2) Weeks NW 112TH AVE NW 41 ST ST TO NW 58TH ST Every Two (2) Weeks NW 112TH AVE NW 74TH ST TO NW 90ND ST Every Two (2) Weeks NW 113TH CT NW 34TH ST TO NW 36TH TER Every Two (2) Weeks NW 114TH AVE NW 34TH ST TO NW 82ND ST EveTy Two (2) Weeks NW 115TH AVE NW 34TH ST TO NW 58TH ST Every Two (2) Weeks NW 13TH ST NW 97TH AVE TO NW 93RD CT Every Two (2) Weeks NW 13TH TER NW 89TH ST TO NW 87TH AVE Ever), Two (2) Weeks NW 14ST ST END OF STREET Every Two (2) Weeks NW 14TH ST 100TH AVE TO NW 98TH CT Every Two (2) Weeks NW 15TH ST NW 79TH AVE TO NW 78TH AVE Every Two (2) Weeks NW 15TH ST NW 89TH AVE TO NW 87TH AVE Every Two (2) Weeks NW 15TH TER NW 102ND AVE TO NW 100TH AVE Every Two (2) Weeks NW 17TH ST NW 102ND AVE TO NW 97TH AVE Every Two (2) Weeks NW 17TH ST NW 82ND AVE TO THE END 0 Every Two (2) Weeks NW 17TH ST NW 87TH AVE TO NW 84TH AVE Every Two (2) Weeks NW 18TH TER NW 89TH PL TO NW 87TH AVE Every Two (2) Weeks NW 19TH ST NW 107TH TO NW 102ND AVE Every Two (2) Weeks NW 20TH ST NW 89TH PL TO NW 88TH CT Ever), Two (2) Weeks NW 21 ST ST END OF STREET Every Two (2) Weeks NW 21ST ST NW 107TH AVE TO NW 99TH AVE Every Two (2) Weeks -NW 21ST ST NW 88TH CT TO NW 86TH AVE Every Two (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 NW 24TH TER NW 89TH PL TO NW 25TH ST Every Two (2) Weeks NW 26TH ST NW 101 AVE TO NW 97TH AVE Every Two (2) Weeks NW 26TH ST NW 105TH AVE TO NWW 104TH CT Even, 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 Ever), Two (2) Weeks NW 27TH ST NW 112TH AVE TO NW 105TH AVE Every Two (2) Weeks NW 27TH ST NW 89TH CT TO NW 82ND AVE Every Two (2) Weeks NW 28TH ST NW 105TH AVE TO NWW 104TH CT Every Two (2) Weeks NW 28TH TER NW 101 AVE TO NW 97TH AVE Ever), Two (2) Weeks NW 29TH ST 87TH AVE TO END OF STREET Every Two (2) Weeks NW 29TH ST NW 101 AVE TO NW 97TH AVE Every Two (2) Weeks NW 29TH ST NW 1 12TH AVE TO NW 108TH AVE Every Two (2) Weeks NW 297H ST NW 82ND AVE TO NW 77TH AVE Ever), Two (2) Weeks NW 29TH ST NW 87TH AVE TO NW 84TH AVE Every Two (2) Weeks NW 29TH ST NW 92ND AVE TO NW 89TH AVE Every Two (2) Weeks NW 30TH ST NW 112TH AVE TO NW 108TH AVE Every Two (2) Weeks NW 30TH TER NW 87TH AVE TO NW 82ND AVE Every Two (2) Weeks NW 31 ST ST NW 82ND ST TO NW 79TH AVE Every Two (2) Weeks NW 31 ST TER NW 107TH AVE TO NW 105TH AVE Every Two (2) Weeks NW 33RD ST NW 112TH AVE TO NW 87TH AVE Ever), Two (2) Weeks NW 33RD ST NW 91 ST AVE TO NW 79TH AVE Every Two (2) Weeks NW 34TH ST NW 107TH AVE TO NW105TH AVE Every Two (2) Weeks NW 34TH ST NW 117TH AVE TO NW 112TH AVE Every Two (2) Weeks NW 35TH LN NW 89TH CT TO NW 87TH AVE Every Two (2) Weeks NW 36TH ST NW 107TH AVE TO NW 104TH AVE Every Two (2) Weeks NW 36TH TER NW 114TH AVE TO NW 1 13TH CT Every Two (2) Weeks NW 37TH ST NW 79TH AVE TO (THEO) NW 78TH AVE Every Two (2) Weeks NW 37TH TER NW 107TH AVE TO NW 104TH AVE Every Two (2) Weeks NW 38TH ST NW 79TH AVE TO (THEO) NW 78TH AVE Every Two (2) Weeks NW 38TH ST NW 97TH AVE TO NW 40TH ST Every Two (2) Weeks NW 39TH ST NW 115TH AVE TO NW 114TH AVE Even Two (2) Weeks NW 40TH ST NW 97TH AVE TO NW 38TH ST Every Two (2) Weeks NW 41 ST ST NW 87TH AVE TO NW 79TH AVE Every Two (2) Weeks NW 50TH ST NW 11 7TH AVE TO 107TH AVE Every Two (2) Weeks NW 50TH ST NW 79TH AVE TO NW 77TH CT Every Two (2) Weeks NW 52ND ST NW 107TH AVE TO NW 97TH AVE Every Two (2) Weeks NW 52ND ST NW 79TH AVE TO NW 77TH CT Every 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 87TH AVE TO N\\r 77TH CT Every Two (2) Weeks NW 53RD TER NW 87TH AVE TO NW 84TH AVE Every Two (2) Weeks NW 54TH ST NW 87TH AVE TO NW 77TH CT Every Two (2) Weeks NW 55TH ST NW 79TH AVE TO NW 77TH CT Every Two (2) Weeks NW 56TH ST NW 87TH AVE TO NW 77TH CT Every Two (2) Weeks NW 57TH ST NW 79TH AVE TO NW 77TH CT Every Two (2) Weeks NW 66TH ST NW 107TH AVE TO NW 97TH AVE Every Two (2) Weeks NW 74TH ST NW 117TH AVE TO NW 97TH AVE Every Two (2) Weeks NW 77TH CT NW 29TH ST TO NW 32ND ST Every Two (2) Weeks NW 77TH CT NRr 52TH ST TO NW 56TH ST Every Two (2) Weeks NW 78TH AVE NW 12TH ST TO NW 15TH ST Every Two (2) Weeks NW 78TH AVE NW 52ND ST TO NW 57TH ST Every Two (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 STTO NVi' 36TH ST Every Two (2) Weeks NW 82ND AVE NW 36TH ST TO NW 41 ST ST Every Two (2) Weeks NW 82ND AVE NW 54TH ST TO NW 58TH ST Every Two (2) Weeks NW 82ND ST NW 117TH AVE TO NW 107TH AVE Every Two (2) Weeks NW 84TH AVE NW 127H ST TO NW 25TH ST Ever), 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 Every Two (2) Weeks NW 84TH AVE NW 54TH ST TO NW 58TH ST Every Two (2) Weeks NW 86TH AVE NW 21ST ST TO NW 23RD ST Ever), Two (2) Weeks NW 87TH CT NW 25TH ST TO NW 27TH ST Every Two (2) Weeks NW 87TH ST NW 112TH AVE TO NW 107TH AVE Every Two (2) Weeks NW 88TH AVE NW 13TH TER TO NW 15TH ST Every Two (2) Weeks NW 88TH CT NW 18TH TER TO NW 23RD ST Every Two (2) Weeks NW 88TH ST NW 112TH AVE TO NW 107TH AVE Every Two (2) Weeks NW 89TH CT NW 12TH ST TO NW 15TH ST Every Two (2) Weeks NW 89TH CT NW 257h ST TO NW 27TH ST Even Two (2) Weeks NW 89TH CT NW 33RD ST TO NW 35TH LN Every Two (2) Weeks NW 89TH PL NW 18TH TER TO NW 25TH ST Every Two (2) Weeks NW 90TH ST NW 117TH AVE TO N\\' 97TH AVE Every Two (2) Weeks NW 91ST AVE NW 33RD ST TO CUL -DE -SAC Every . Two (2) Weeks NW . 92ND AVE (THEO) NW 57TH ST TO 58TH ST Ever), Two (2) Weeks . NW 92ND AVE NW 25TH ST TO NW 29TH ST Every Two (2) Weeks NW 93RD CT NW 12TH ST TO NVV 13TH ST Every Two (2) Weeks NW 98TH AVE NW 25TH TERR TO NW 28TH TER Even Two (2) Weeks NW 98TH CT NW 12TH ST TO NV1 17TH ST Every Two (2) Weeks NW 99TH AVE NW 21 ST ST TO NW 28TH TER Every Two (2) Weeks NW 99TH AVE NW 58TH ST TO NW 60TH ST Every Two (2) Weeks